Loading...
HomeMy WebLinkAboutExhibit 1Rst INVITATION TO BID ("ITB") NO.: 12-13-060 COCONUT GROVE CONVENTION CENTER DEMOLITION CAPITAL IMPROVEMENT PROGRAMS ("CIP") PROJECT NO.: B-30182A Bids Due Date: Tuesday, .August 6, 2013 Bids Due Time: 2:00 P.M. Mayor Tomas P. Regalado Commissioner Wifredo "Willy" Gort, District 1 Commissioner Marc Sarnoff, District 2 Commissioner Frank Carollo, District 3 Commissioner Francis Suarez, District 4 Commissioner Michelle Spence -Jones, District 5 City Manager, Johnny Martinez, P.E. Issued By: City of Miami Capital Improvements Program 444 SW 2nd Avenue, 8th Floor Miami, FL 33130 13-iso1L TABLE OF CONTENTS Notice To Contractors 6 Section 1 - Instructions for Submission 7 1. Intention of City 7 2. Scope of Work 7 3. Location of Projects) 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 Rejection of Bids 9 13. Environmental Regulations 10 14. Bid Award 10 15. Bid Protest 10 16. Community Small Business Enterprise ("CSBE") 11 17. Local Workforce Participation 12 18. Intentionally Omitted 12 19. Cone of Silence 12 20. Public Entity Crime 12 21. Fraud and Misrepresentation 13 22. Collusion 13 23. Contractor in Arrears of Default 13 24. Cancellation of Solicitation 13 Section 2 - General Terms and Conditions 14 1. Definitions 14 2. Time is of the Essence 16 3. Contract Term 17 4. Notices 17 5. Priority of Provisions 18 6. Indemnification 18 7. Insurance 19 8. Performance and Payment Bond 21 9. Qualification of Surety 22 10. General Requirements 22 11. Method of Performing the Work 24 12. Work Staging and Phasing 24 13. Site Investigation and Representation 24 14. Contractor to Check Plans, Specifications and Data 25 15. Contractor's Responsibility for Damages and Accidents 25 16. Accidents 25 17. Safety Precautions 26 18. Occupational Health and Safety 27 19. Labor and Materials 27 20. Rules, Regulations, and Licenses 27 21. Consultant Services 27 2 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 22. Project Management 28 23. Superintendence and Supervision 28 24. Authority of the Proiect Manager 29 25. Inspection of Work 30 26. Taxes 31 27. Separate Contracts 31 28. Lands of Work 31 29. Coordination of Work 31 30. Differing Site Conditions 31 31. Existing Utilities 32 32. Contractor's Responsibility for Utility Properties and Service 32 33. Interfering Structures 33 34. Field Relocation 33 35. Contractor's Use of Project Site(s) 33 36 Warranty of Materials and Equipment 34 37. Material and Equipment Shipment, Handling, Storage and Protection 34 38. Manufacturer's Instructions 36 39. Manufacturer's Warranty 36 40. Reference Standards 36 41. Submittals 37 42. Shop Drawings 38 43. Product Data 39 44. Samples 39 45. Record Set 39 46. Supplemental Drawings and Instructions 40 47. Contractor Furnished Drawings 40 48. Substitutions 40 49. City Furnished Drawings 41 50. Interpretation of Drawings and Documents 42 51. Product and Material Testing 42 52. Field Directives 42 53. Changes in the Work or Contract Documents 42 54. Continuing the Work 43 55. Change Orders 43 56. Change Order Procedure 44 57. No Oral Changes 44 58. Value of Change Order Work 44 59. Extra Work Directive 47 60. As -Built Drawings 48 61. Worker's Identification 49 62. Removal of Unsatisfactory Personnel 49 63. Substantial Completion, Punch List, & Final Completion 49 64. Acceptance and Final Payment 50 65. NDPES Requirements 51 66. Force Majeure 51 67. Extension of Time 51 68. Notification of Claim 52 69. Extension of Time not Cumulative 53 70. No Damages for Delay 53 71. Excusable Delay, Non-Compensable 53 72. Lines and Grades 53 3 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 73. Defective Work 54 74. Acceptance of Defective or Non -Conforming Work 54 75. Uncovering Finished Work 54 76. Correction of Work 55 77. Maintenance of Traffic and Public Streets 55 78. Location and Damage to Existing Facilities, Equipment or Utilities 57 79. Stop Work Order 57 80. Hurricane Preparedness 58 81. Use of Completed Portions 58 82. Cleaning Up; City's Right to Clean Up 59 83. Removal of Equipment 59 84. Set -offs, Withholdings, and Deductions 59 85. Event of Default 59 86. Notice of Default -Opportunity to Cure 60 87. Termination for Default 60 88. Remedies in the Event of Termination for Default 61 89. Termination for Convenience 61 90. Resolution of Disputes 62 91. Mediation -Waiver of Jury Trial 63 92. City May Avail Itself of All Remedies 63 93. Permits, Licenses and Impact Fees 64 94. Compliance with Applicable Laws 64 95. Independent Contractor 64 96. Third Party Beneficiaries 65 97. Successors and Assigns 65 98. Materiality and Waiver of Breach 65 99. Severability 65 100. Applicable Law and Venue of Litigation 66 101. Amendments 66 102. Entire Agreement 66 103. Nondiscrimination, Equal Employment Opportunity, and Americans with Disabilities Act 66 104. Evaluation 66 105. Commodities manufactured, grown, or produced in the City of Miami, Miami -Dade County and the State of Florida 67 106. Royalties and Patents 67 107. Continuation of the Work 67 108. Review of Records 67 109. No Interest 67 110. Payments Related to Guaranteed Obligations 67 111. Consent of City Required for Subletting or Assignment 68 112. Agreement Limiting Time in Which to Bring Action Against the City 68 113. Defense of Claims 68 114. Contingency Clause 68 115. Mutual Obligations 68 116. Contract Extension 69 117. Non -Exclusivity 69 118. Nature of the Agreement 69 119. Contract Documents Contains all Terms 69 120. Applicable Law and Venue of Litigation Error! Bookmark not defined. 121. Survival 69 4 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 122. Disclosure of State Funding 69 Section 3 - Supplemental Terms and Conditions 71 1. Contract Time & Hours 71 2. Progress Payments 71 3. Liquidated Damages 72 4. Schedule of Values 72 5. Proiect Schedules 73 6. Release of Liens/Subcontractor's Statement of Satisfaction 73 7. Progress Meetings 74 8. Request for Information 74 9. Proiect Site Facilities 74 10. Inspection of Work 75 11. Security 75 12.. Construction Signage 75 13. Construction Photographs 75 14. City Furnished Property 76 15. Geotechnical Testing - Intentionally Omitted 76 16. Field Layout of the Work and Record Drawings for Drainage Projects 76 17. Survey Work for Drainage Projects 77 Section 4 - Bid Form 79 Section 5 - Attachments 90 Bid Bond Forms 90 Questionnaire 93 Customer Reference Listing 98 Reference Letter 99 OFFICE LOCATION AFFIDAVIT 100 Certificate of Compliance 103 Schedule of Intent Affidavit 0 104 Section 6 - Contract Execution Forms 105 CORPORATE RESOLUTION ..106 FORM OF PERFORMANCE BOND 107 FORM OF PAYMENT BOND 109 CERTIFICATE AS TO CORPORATE PRINCIPAL 111 PERFORMANCE AND PAYMENT GUARANTY FORM 112 UNCONDITIONAL/IRREVOCABLE LETTER OF CREDIT 113 JOINT VENTURE FORM 114 5 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 INVITATION TO BID NO.: 12-13-060 NOTICE TO CONTRACTORS Sealed bids will be received by the City of Miami, Office of the City Clerk, City Hall, 1st Floor, 3500 Pan American Drive, Miami, Florida 33133-5504 for: COCONUT GROVE CONVENTION CENTER DEMOLITION Bids Due: Tuesday, August 6, 2013 @ 2:00 P.M. Scope of Work: The Work consists of furnishing all materials, labor, and equipment necessary for the Demolition of the Coconut Grove Convention Center and a section of the parking area located between the building and South Bayshore Drive. The Coconut Grove Convention Center approximate height and size are 50 feet and 180,000 square feet respectively. CIP has scheduled a MANDATORY PRE -BID CONFERENCE to be held on the following date, time and location: City of Miami Commission Chamber 3500 Pan American Drive Miami, Florida 33133 Date/Time: Wednesday, July 17, 2013 @ 10:00 AM Minimum Requirements: Prospective Bidders must have a current certified General Contractor license issued by the State of Florida, and, in addition, must have a minimum of five (5) years experience under its current business name in the demolition of commercial and/or institutional buildings, supported by references for three (3) projects completed within the past ten (10) years which involved the demolition of commercial and/or institutional buildings of at least 50,000 square feet. Submitted reference projects must demonstrate that the Bidder: i) was the Prime Contractor for the referenced project; and ii) self -performed at least thirty percent (30%) of the physical construction work for the referenced project. Failure to meet this requirementwill result in the bid submittal being deemed non -responsive. Contractor must self -perform at least thirty percent (30%) of the physical construction work for this Project. The Bid documents including plans can only be obtained by visiting the Department of Capital Improvements Program's website: htto://www.mlamidov.com/Capitallmprovements/pages/ProcurementOpportunities/DefauIt.asp. It is the sole responsibility of all firms to ensure their receipt of any addendum(s)/ addenda and it is strongly recommended that interested firms periodically check the CIP webpage for updates and the issuance of addenda. All bids shall be submitted in accordance with the Instructions to Bidders. Bids must be submitted in duplicate originals and on CD in PDF format at the time, date and place above, where bids will be publicly opened. Any bids 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 any delay no matter what the cause. You assume any risk of any delay or mistake. Coconut Grove Convention Center Demolition ITB No.: 12-13-060 YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE "CONE OF SILENCE," IN ACCORDANCE WITH ORDINANCE NO. 12271 Section 18-74, CITY OF MIAMI CITY CODE, as amended. Section 1 — Instructions for Submission 1. Intention of City It is the intention of City to describe in this Invitation to Bid the Project(s) to be completed in accordance with all codes and regulations governing all the Work to be performed under this Project(s). Any work, materials or equipment that may reasonably be inferred from the Contract as being required to produce the intended result shall be supplied by Contractor whether or not specifically called for. Where words have a well-known technical or trade meanings are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals, or codes of any technical society, organization or association, or to the laws or regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code or laws or regulations in effect at the time of opening of bids and Contractor shall comply therewith. City shall have no duties other than those duties and obligations expressly set forth within the Contract Documents. 2. Scope of Work The Work consists of furnishing all materials, labor, and equipment necessary for the Demolition of the Coconut Grove Convention Center and a section of the parking area located between the building and South Bayshore Drive. The Coconut Grove Convention Center approximate height and size are 50 feet and 180,000 square feet respectively. 3. Location of Project(s) THE PROJECT LOCATION IS: 3500 Pan American Drive Miami, Florida 33133 4. Performance of the Work Bidder must be capable of self -performing at least thirty percent (30%) of the physical construction Work. By submitting a Bid the Bidder certifies that it will utilize its own employees to meet this requirement. As part of the Bid the Bidder must include the form entitled "Questionnaire". Failure to complete and submit this form or to meet this requirement shall result in the Bid being deemed non -responsive. Where the City determines that Contractor is deemed as not meeting this requirement during the performance of the Work, then the Contractor shall be in default of the Contract. 5. Examination of Contract Documents and Site It is the responsibility of each Bidder before submitting a response to this Invitation to Bid (ITB) to: • Carefully review the ITB, including any Addendum(s)/ Addenda and notify the City of all conflicts, errors or discrepancies. 7 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 • Visit the site(s) or structure(s) to become familiar with conditions that may affect costs, progress, performance or furnishing of the Work. • Take into account federal, state and local (City and Miami -Dade County including, without limitation the City Purchasing Ordinance and Florida Building Code) laws, regulations, ordinances that may affect a Bidder's ability to perform the Work. • Study and carefully correlate Contractor's observations with the requirements of the ITB. • Sign and return all required ITB forms and/or Addendum(s), as applicable. The submission of a Bid in response to this solicitation shall constitute an incontrovertible representation by Bidder that it will comply with the requirements of the Contract Documents and that without exception, the response is premised upon performing and furnishing Work required under the Contract Documents and that the Contract Documents are sufficient in detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 6. Addendum Only questions answered by written Addendum will be binding. Oral and other interpretations or clarifications will be without legal binding effect and should not be relied upon in preparations of a Bid response. All questions about the meaning or intent of the Contract Documents are to be directed to the City's Department of Capital Improvements Program (CIP) in writing, to the attention of Anthony Rolle at arolle(c�miamigov.com. Interpretations or clarifications considered necessary by CIP in response to such questions will be issued by City by means of Addendum. All Addenda will be posted on the CIP webpage. Written questions must be received no Tess than ten (10) calendar days prior to the date Bids are due. There shall be no response to questions received less than ten (10) calendar days prior to bid opening. 7. Bid Submission All Bids must be received by the City of Miami, City Clerk's office located at City Hall, First Floor, 3500 Pan American Drive, Miami, FL. 33133, before the time and date specified for bid opening, enclosed in a sealed envelope, legibly marked on the outside: BID NO.: 12-13-060 PROJECT NAME: COCONUT GROVE CONVENTION CENTER DEMOLITION Bidders must submit two originals of their entire BID, along with one PDF copy of their entire BID on CD. Failure to submit two originals may result in the rejection of the Bid as non- responsive. 8. Bid Guaranty All Bids shall be accompanied by either an original Bid bond executed by a Surety meeting the requirements of the City, or by cash, money order, certified check, cashier's check, Unconditional/Irrevocable Letter of Credit, Bid Bond Voucher (for projects less than $200,000). issued to City of Miami by certified check, treasurer's check or bank draft of any national or state bank (United States), in the amount of five per cent (5%) of the total Bid amount, payable to the City of Miami , Florida, and conditioned upon the successful Bidder executing the Contract and providing the required Performance Bond and Payment Bond and evidence of required insurance within fifteen (15) calendar days after notification of award of the Contract. The time for execution of the Contract and provision of the Performance Bond, Payment Bond and Certificate(s) of Insurance may be extended by the City's Capital Improvements and Transportation Department at its sole discretion. Bid Securities of the unsuccessful Bidders will be returned after award of Contract. A PERSONAL CHECK OR A COMPANY CHECK OF A 8 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 BIDDER SHALL NOT BE DEEMED A VALID BID SECURITY. Security of the successful Bidder shall be forfeited to the City as liquidated damages, not as a penalty, for the cost and expense incurred should said Bidder fail to execute the Contract, and provide the required Performance 9. Preparation of Bid All Bids must be made upon the blank City forms provided herein and herewith. The Bid must be signed and acknowledged by the Bidder in accordance with the directions on the ITB. Failure to utilize the city's forms, or fully complete said forms will result in a determination that the response is non -responsive The Bidder will be considered non -responsive if Bid is conditioned on modifications, changes, or revisions to the terms and conditions of the ITB. The Bid is to include the furnishing of all labor, materials, overhead expense and profit, equipment including, but not limited to, tools, services, permit fees, applicable taxes, overhead and profit for the completion of the Work except as may be otherwise expressly provided in the Contract Documents. Joint venture firms must complete and submit with their Bid the form titled "Information for Determining Joint Venture Eligibility", (Form A) and submit a copy of the formal agreement between all joint -venture parties. This joint venture agreement must indicate their respective roles, responsibilities and levels of participation for the Project. Failure to submit Form A, along with an attached written copy of the joint venture agreement may result in disqualification of the Bid. All joint venture firms must meet the requirements stipulated in the Florida Statutes. 10. Mandatory Pre -Bid Conference Anon -mandatory pre -bid conference will be held on Wednesday July 17, 2013 at 10:00 a.m. at the City of Miami Commission Chamber, 3500 Pan American Drive, Miami, Florida 33133 to discuss this Solicitation. Since space is limited, it is recommended that one representative of each firm attend in order to become familiar with the Solicitation and conditions of usage. Attendees are requested to bring this Solicitation Package to the conference. 11. Postponement of Bid Opening Date The City reserves the right to postpone the date for receipt and opening of submissions and will make a reasonable effort to give at least five (5) calendar days notice of any such postponement to prospective Bidders. The City shall make reasonable efforts to issue addenda within five (5) calendar days prior to the due date. 12. Acceptance or Rejection of Bids The City reserves the right to reject any or all Bids prior to award, to re -advertise for Bids, and to not award any Contract in the reasonable discretion of the City. The City reserves the right to waive any minor technicality, informality, variance, deviation, omission or the like up to or prior to award of the bid. Reasonable efforts will be made to either award the Contract or reject all Bids within ninety (90) calendar days after Bid opening date. A Bidder may not withdraw its Bid unilaterally nor change the Contract Price before the expiration of one hundred twenty (120) calendar days from the date of bid opening. A Bidder may withdraw its Bid after the expiration of one hundred twenty (120) calendar days from the date of Bid opening by delivering written notice of withdrawal to 9 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 the Department of Capital Improvements and Transportation prior to award of the Contract by the City Commission. 13. Environmental Regulations The City reserves the right to consider a Bidder's history of citations and/or violations of environmental regulations in investigating a Bidder's responsibility, and further reserves the right to declare a Bidder not responsible if the history of violations warrant such determination in the opinion of the City. Bidder shall submit with its Bid, a complete history of all citations and/or violations, notices and dispositions thereof. The non -submission of any such documentation shall be deemed to be an affirmation by the Bidder that there are no citations or violations. Bidders shall notify the City immediately of notice of any citation or violation which Bidder may receive after the Submittal opening date and during performance of the Work under this Contract. 14. Bid Award The City will issue the award of the Contract to the lowest responsive and responsible Bidder. The City may require demonstration of competency and at its sole discretion conduct site visits, require the Bidder to furnish documentation and/or require the contractor to attend a meeting to determine the Bidder's qualifications and ability to meet the terms and conditions of this Contract. The City shall consider, but not be limited to, such factors as financial capability, labor force, equipment, experience, knowledge of the trade work to be performed, the quantity of Work being performed, and past performance on City projects by the Contractor. City Code Section 18-85, as amended, states that "when a responsive, responsible non -local bidder submits the lowest bid price, and the bid submitted by one or more responsive, responsible bidders who maintain a local office, as defined in City Code Section 18-73, as amended, is within fifteen percent (15%) of the price submitted by the non -local bidder, then that non -local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local bidder. Contract award shall be made to the lowest responsive, responsible bidder submitting the lowest best and final bid. In the case of a tie in the best and final bid between a local bidder and a non -local bidder, contract award shall be made to the local bidder." A Post Office box or working from a private residence will not be considered as maintaining a local office, unless the owner of the private residence possesses a City of Miami Occupation License for the business at the address of the private residence. The Bidder must be able to demonstrate a good record of performance and have sufficient financial resources to ensure that it can satisfactorily provide the goods and/or services required herein. The City, at its sole discretion may determine a Bidder to be non -responsible where the Bidder has failed to perform in accordance with other contracts with the City. Any Bidder who, at the time of submission, is involved in an ongoing bankruptcy as a debtor, or in a reorganization, liquidation, or dissolution proceeding, or if a trustee or receiver has been appointed over all or a substantial portion of the property of the Bidder under federal bankruptcy law or any state insolvency, may be declared non -responsive. Any Bidder who may have filed a lawsuit against the City or where the City has filed a lawsuit or won a court judgment against the Bidder may be declared non -responsive. 15. Bid Protest. Any actual or prospective contractual party who feels aggrieved in connection/ with this solicitation or intends to contest a bid specification or a bid solicitation or any responsive and 10 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 responsible bidder, whose bid is lower than that of the recommended bidder, may protest the issuance of the ITB or an award of a contract. Eligible protests must be submitted in writing to the Director of Purchasing/Chief Procurement Officer who shall have the authority, subject to the approval of the City Manager and the City Attorney, to settle and resolve a protest with final approval by the City Commission. Bidders are alerted to Section 18-104 of the City's Code describing the protest procedures. Protests failing to meet the requirements for filing shall NOT be accepted. Failure of a party to timely file shall constitute a forfeiture of such parry's right to file a protest. NO EXCEPTIONS. 16. Community Small Business Enterprise ("CSBE") Participation The Contractor must comply with the following CSBE participation requirements. All instructions, required forms and other information necessary for complying with the CSBE participation requirements are available on the CIP webpage. a) The Contractor must assign a minimum of fifteen percent (15%) of the Contract value to a respondent or to a construction related enterprise currently certified by Miami - Dade County as a Community Small Business Enterprise (CSBE) as set forth in Sec. 10-33.01 and Sec. 10-33.02 of the Miami -Dade County Code; b) Five percent (5%) of the bid amount shall be retained by the City for the CSBE requirements until said requirements are fulfilled and verified within six (6) months of Contract completion pursuant to Section 18-89 of the City Code. Failure to comply with the CSBE requirements within six (6) months of Contract completion shall result in the forfeiture of the retained amount to the City. This five percent (5%) retainage is included within the ten percent (10%) retainage normally withheld by the City; c) The Contractor shall retain the services of an independent third party to verify and certify compliance with these requirements on a quarterly basis in accordance with Section 18-89 of the City Code. Said third party shall be unaffiliated with the respondent and be properly licensed under the provisions of Section 454, 471, 473, or 481 of the Florida Statutes. The person performing the verification shall have a minimum of two (2) .years_ of prior professional experience in contracts compliance, auditing, personnel administration, or field experience in payroll, enforcement, or investigative environment. The cost for this verification shall be included in the related contract costs. The following link is to the Miami -Dade County website where Bidders can view the current listing of certified CSBE contractors by trade. http://www.miamidade.gov/business/reports-certification-lists.asp 17. Local Workforce Participation Unless disallowed by Florida Statutes, Federal Laws or grant requirements, the Contractor must comply with the following Local Workforce Participation requirements. All instructions, required forms and other information necessary for complying with the Local Workforce Participation requirements are available on the CIP webpage. a) The Contractor must employ a minimum of fifteen percent (15%) of on -site labor from persons residing within the municipal boundaries (e.g. city limits of the City of Miami) 11 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 of the City. The City residency of the onsite labor component will be subject to verification by the issuing department; b) Five percent (5%) of the bid amount shall be retained by the City as security for the verification of compliance with such requirements until said requirements are fulfilled and verified within six (6) months of Contract completion pursuant to Section 18-89 of the City Code. Failure to comply with the Local Workforce Participation requirements within six (6) months of Contract completion shall result in the forfeiture of the retained amount to the City; c) The Contractor will be required to hold one (1) job fair within the local community for projects with a bid amount between $1,000,000 and $2,000,000; d) The Contractor will be required to hold two (2) job fairs within the local community for projects with a bid amount greater than $2,000,000; e) The Contractor shall coordinate job fairs and hiring initiatives with South Florida Workforce; f) The Contractor shall retain the services of an independent third party to verify and certify compliance with these requirements on a quarterly basis in accordance with City Code Section 18-89. Said third party shall be unaffiliated with the Respondent and be properly licensed under the provisions of Chapters, 454 ("Attorneys") 471 "Engineering"), 472 ("Land Surveying / Mapping") 473 ("Public accountancy"), or 481("Architecture", etc.) of the Florida Statutes. The person performing the verification shall have a minimum of two (2) years of prior professional experience in contracts compliance, auditing, personnel administration, or field experience in payroll, . enforcement, or investigative environment. The cost for this verification shall be included in the related Contract costs. 18. Intentionally Omitted 19. Cone of Silence Pursuant to Section 18-74 of the City Code, a codification of Miami Ordinance No. 12271, a "Cone of Silence" is imposed upon this ITB after advertisement and terminates at the time the City Manager issues a written recommendation to the Miami City Commission. The Cone of Silence prohibits any verbal communications regarding this ITB. Any communication concerning this ITB must submit in writing to CIP and Bidders must file a copy of such written communications with the Office of the City Clerk. Written communications may be in the form of e-mail, with a copy to the Office of the City Clerk at marciamiamioov.com. This language is only an overview of the requirements of the Cone of Silence. Please review Section 18-74 of the City Code for a complete and thorough description of the Cone of Silence. You may also contact the City Clerk at (305)-250-5360, to obtain a copy. 20. Public Entity Crime A person or affiliate who has been placed on the convicted Bidder list following a conviction for a public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit a Response on a contract with a public entity for the construction or repair of a public building or public works project, may not submit a response on a lease 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 in excess of the threshold amount provided in Section 12 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 287.017 of Florida Statutes for Category Two for a period of 36 months from the date of being placed on the convicted Bidder / Bidder list. 21. Fraud and Misrepresentation Any individual, corporation or other entity that attempts to meet its contractual obligations with the City through fraud, misrepresentation or material misstatement, or omission of any material fact, may be debarred for up to five (5) years in accordance with the applicable provisions of the City Code. The City as a further sanction may terminate or cancel any other contracts with such individual, corporation or entity. Such individual or entity shall be responsible for all direct or indirect costs associated with termination or cancellation. 22. Collusion Where two (2) or more related parties, as defined herein, each submit a response to an ITB such submissions shall be presumed to be collusive. The foregoing presumption may be rebutted by the presentation of evidence as to the extent of ownership, control and management of such related parties in preparation and submission under such ITB. Related parties shall mean employees, officers or the principals thereof which have a direct or indirect ownership interest in another firm or in which a parent company or the principals thereof of one Contractor have a direct or indirect ownership interest in another Contractor for the same project(s). ITB responses found to be collusive shall be rejected. 23. Contractor in Arrears or Default The Contractor represents and warrants that the Contractor is not in arrears to the City and is not a defaulter as a surety or otherwise upon any obligation to the City. In addition the contractor warrants that the Contractor has not been declared "not responsible" or "disqualified" by or debarred from doing business with any state or local government entity in the State of Florida, the Federal Government or any other State/local governmental entity in the United States of America, nor is there any proceeding pending pertaining to the Contractor's responsibility or qualification to receive public agreements. The Contractor considers this warrant as stated in this Article to be a continual obligation and shall inform the City of any change during the term of the Contract. The City shall not consider and deem as non -responsible Bids submitted by Bidders where the City has determined that the Bidder is in monetary arrears or otherwise in debt or in default to the City at the time and date Bids are due. 24. Cancellation of Solicitation The City reserves the right to cancel, in whole or in part, any solicitation when it is in the best interest of the City. This determination will be at the discretion of the City and there will be no recourse from such cancellation. 13 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 Section 2 — General Terms and Conditions 1. Definitions Basis of Design means a specific manufacturer's product that is named; including the make or model number or other designation, establishing the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other manufacturers. Bid means the response submitted by a bidder to this solicitation, which includes the price, authorized signature and all other information or documentation required at by the Contract Documents at the time of submittal. Bidder means any individual, firm, incorporated or unincorporated business entity, or corporation tendering a Submittal, acting directly or through a duly authorized representative. Bidder shall have the same meaning as Contractor once a Contract for the Work has been awarded by the City and executed by the parties. Change Order means a written document ordering a change in the Contract Price or Contract Time or a material change in the Work. A change order must comply with the Contract Documents. City means the City of Miami, Florida, a Florida municipal corporation. In all respects hereunder, City's performance is pursuant to the City's capacity as Owner. In the event the City exercises its regulatory authority as a governmental body, the exercise of such regulatory authority and the enforcement of any rules, regulations, codes, laws and ordinances shall be deemed to have occurred pursuant to City's authority as a governmental body and shall not be attributable in any manner to the City as a party to this Contract. For the purposes of this Contract, "City" without modification shall mean the City Manager or Director, as applicable. City Commission means the legislative body of the City of Miami. City Manager means the duly appointed chief administrative officer of the City of Miami. Community Small Business Enterprise ("CSBE") means a construction related enterprise, including a design -build firm, and any firm providing trades and/or services for the completion of a construction project, as defined in Section 10-33.02 of the Code of Miami -Dade County. CSBE is additionally referenced in Section 18-89 of the City Code and in these Contract Documents. Consultant means a firm that has entered into a separate agreement with the City for the provision of design/engineering services for a Project; and if applicable, means the Architect or Engineer of Record contracted by the City to prepare the plans and specifications for the Projects. Consultant may also be referred to as Architect or Engineer of Record. Contract means the Invitation to Bid (ITB) solicitation and the Bid documents that have been executed by the Bidder and the City subsequent to approval of award by the City Contractor means the person, firm, or corporation with whom the City has contracted and who will be responsible for the acceptable performance of any Work and for the payment of all legal debts pertaining to any Work issued under this contract through the award of an ITB. Contract Documents means the Contract as may be amended from time to time, the plans and drawing, all addendum, clarifications, directives, change orders, payments and other such documents issued under or relating to the Project(s). Construction Change Directive means a written directive to effect changes to the Work, issued by the Consultant or the Director that may affect the ITB Contract price or time. 14 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 Construction Schedule means a critical path schedule or other construction schedule, as defined and required by the Contract Documents. Consultant means the Architect or Engineer of Record contracted by the City to prepare the plans and specifications for the Projects. Consultant may also be referred to as Architect or Engineer of Record. Cure means the action taken by the Contractor promptly after receipt of written notice from the City of a breach of the Contract Documents which shall be performed at no cost to the City, to repair, replace, correct, or remedy all material, equipment, or other elements of the Work or the Contract Documents affected by such breach, or to otherwise make good and eliminate such breach, including, without limitation, repairing, replacing or correcting any portion of the Work or the Project(s) site(s) disturbed in performing such cure. Cure Period means the period of time in which the Contractor is required to remedy deficiencies in the Work or compliance with the Contract Documents after receipt of written notice to Cure from the City identifying the deficiencies and the time to Cure. Design Documents means the construction plans and specifications included as part of a Bid/Proposal Solicitation prepared by the consultant for this Project(s) under a separate Agreement with the City. Director means the Director of the Department of Capital Improvements and Transportation or designee, who has the authority and responsibility for managing the Project(s) under this Agreement. Drawings means the graphic and pictorial portions of the Work, which serve to show the design, location and dimensions of the Work to be performed, including, without limitation, all notes, schedules and legends on such Drawings. Field Directive means a written approval for the Contractor to proceed with Work requested by the City or the consultant, which is minor in nature and should not involve additional cost. Final Completion means the date subsequent to the date of Substantial Completion at which time the Construction Manager has completed all the Work in accordance with the Agreement as certified by the architect or engineer of record or the City and submitted all documentation required by the Contract Documents. Guaranteed Maximum Cost means the sum established by these Contract Documents as the maximum cost to the City of performing the specified Work on the basis of the cost of labor and materials plus overhead expenses and profit. Inspector means an authorized representative of the City assigned to make necessary inspections of materials furnished by Contractor and of the Work performed by Contractor. Local Workforce Participation Requirements shall mean the requirements set forth in § 18- 89 of the City Code that (unless determined inapplicable or exempted by the City Manager pursuant to this Code Section) the Bidder/ Contractor will employ on -site .labor from persons who reside within the City of Miami municipal boundaries (e.g. city limits). Materials mean goods or equipment incorporated in a Project(s), or used or consumed in the performance of the Work. Notice of Award means the written letter to the Contractor notifying the Contractor that they have been awarded the Contract. Notice To Proceed means a written letter or directive issued by the Director or designee acknowledging that all conditions precedent have been met and directing that the Contractor may begin Work on the Project(s). 15 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 Plans and/or Drawings means the official graphic representations of a Project(s). Project Or Work as used herein refers toall reasonably necessary and inferable construction and services required by the Contract Documents whether completed or partially completed, and includes all other labor, materials, equipment and services provided or to be provided by the Contractor to fulfill the(its) obligations, including completion of the construction in accordance with the Drawings and Specifications. The Work may constitute the whole or a part of the Project(s). Project Manager means the individual assigned by CIP to manage the Project(s). Request For Information (RFI) means a request from the Contractor seeking an interpretation or clarification relative to the Contract Documents. The RFI, which shall be clearly marked RFI, shall clearly and concisely set forth the issue(s) or item(s) requiring clarification or interpretation and why the response is needed. The RFI must set forth the Contractor's interpretation or understanding of the document(s) in question, along with the reason for such understanding. Risk Administrator means the City's Risk Management Administrator, or designee, or the individual named by the City Manager to administer matters relating to insurance and risk of loss for the City. Subcontractor means a person, firm or corporation having a direct contract with Contractor including one who furnishes material worked to a special design according to the Contract Documents, but does not include one who merely furnishes Materials not so worked. Submittal means documents prepared and submitted by the Bidder to pre -qualify under this solicitation. Substantial Completion means that point at which the Work is at a level of completion in substantial compliance with the Agreement such that the City can use, occupy and/or operate the facility in all respects to its intended purpose. Substantial Compliance shall not be deemed to have occurred until any and all governmental entities, which regulate or have jurisdiction over the Work, have inspected, and approved the Work. Beneficial use or occupancy shall not be the sole determining factor in determining whether Substantial Completion has been achieved, unless a temporary certificate of occupancy has been issued. Work means the completed constructionrequiredby the Contract Documents, including all labor necessary to produce such construction and all materials, supplies, and equipment incorporated or to be incorporated in such construction. 2. Time is of the Essence Contractor will promptly perform its duties under the Contract and will give the Work as much priority as is necessary to cause the Work to be completed on a timely basis in accordance with the Contract Documents. All Work shall be performed strictly (not substantially) within the time limitations necessary to maintain the critical path and all deadlines established in the Contract Documents. All dates and periods of time set forth in the Contract Documents, including those for the commencement, prosecution, interim milestones, milestones, and completion of the Work, and for the delivery and installation of materials and equipment, were included because of their importance to the City. Contractor acknowledges and recognizes that the City is entitled to full and beneficial occupancy and use of the completed Work following expiration of the Contract Time. 16 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 In agreeing to bear the risk of delays for completion of the Work except for extensions approved in accordance with Article 71, Excusable Delays, the Contractor understands that, except and only to the extent provided otherwise in the Contract Documents, the occurrence of events of delay within the Contractor's control, the Work shall not excuse the Contractor from its obligation to achieve full completion of the Work within the Contract Documents Time, and shall not entitle the Contractor to an adjustment. All parties under the control or contract with the Contractor shall include but are not limited to material persons and laborers. The Contractor acknowledges that the City is purchasing the right to have the Contractor continuously working at the Project(s) site(s) for the full duration of the Project to ensure the timely completion of the Work. 3. Contract Term The Contract shall commence upon issuance of the Notice of Proceed, which shall be issued subsequent to the execution of the Contract by the City. The Contract shall terminate upon notice by the City that the Contract has been closed -out after final completion or otherwise terminated by the City pursuant to the terms and conditions herein set forth. The total bid amount shall be the Guaranteed Maximum Cost ("GMC") of the Project which means the maximum cost of the work including labor, materials, equipment, overhead expenses and profit. The' City will not be liable for payment of any amount in excess of the GMC (unless, the City Commission has approved a project contingency or has approved a prior amendment to the Contract, setting forth an additional amount due to Owner requested changes or its equivalent. If the term Guaranteed Maximum Price ("GMP") is used in this Agreement, it shall have the same definition as GMC, defined above. 4. Notices Whenever either party desires to give Written Notice unto the other relating to the Contract, such must be addressed to the party for whom it is intended at the place last specified; and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this Article. Notice shall be deemed given on the date received or within 3 days of mailing, if mailed through the United States Postal Service. Notice shall be deemed given on the date sent via e-mail or facsimile. Notice shall be deemed given via courier/delivery service upon the initial delivery date by the courier/delivery service. For the present, the parties designate the following as the respective places for giving of notice: For City of Miami: Mark Spaniolii, P.E., Director Capital Improvements Program City of Miami 444 S.W. 2nd Avenue, - 8th Floor Miami, Florida 33130 Jeovanny Rodriguez, P.E., Assistant Director Capital Improvements Program City of Miami 444 S.W. 2nd Avenue, - 8th Floor Miami, Florida 33130 For Contractor: 17 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 Steven R. Greenberg, Manager The BG Group, LLC 1140 Holland Drive Suite 19 Boca Raton, Florida 33487 During the Work the Contractor shall maintain continuing communications with Consultant and the Project Manager. The Contractor shall keep the City fully informed as to the progress of the Project(s) at all times through ongoing communications with the Project Manager. The Contractor shall notify the Miami Police Department and Fire Department about the construction schedule(s). The Contractor is required to obtain a current list of contract persons and phone numbers from the City of Miami's Project Manager prior to Construction. The Contractor must notify residents living within 500 feet of the project in writing as least one week in advance prior to commencing work in the general area. 5. Priority of Provisions All work shall be constructed in accordance with the latest edition of the City of Miami's Contract Documents and Specifications. The City of Miami 's Standards for design and construction as well as the Miami Dade County's Standards Details, and the 2007 Edition of the Florida Department of Transportation Specifications Road and Bridge Construction. If there is a conflict or inconsistency between any term, statement requirement, or provision of any exhibit attached hereto, any document or events referred to herein, or any document incorporated into the Contract Documents by reference and a term, statement, requirement, the specifications and plans prepared by the Consultant, or provision of the Contract Documents the following order of precedence shall apply: In the event of conflicts in the Contract Documents the priorities stated below shall govern; • Revisions to the Contract shall govern over the Contract • The Contract Documents shall govern over the Contract • Addendum to an ITB shall govern over a ITB In the event of conflicts within the Contract Documents the priorities stated below shall govern: • Scope of Work and Specifications shall govern over plans and drawings • Schedules, when identified as such shall govern over all other portions of the plans • Specific notes shall govern over all other notes, and all other portions of the plans, unless specifically stated otherwise • Larger scale drawings shall govern over smaller scale drawings • Figured or numerical dimensions shall govern over dimensions obtained by scaling • Where provisions of codes, manufacturer's specifications or industry standards are in conflict, the more restrictive or higher quality shall govern 6. Indemnification Contractor shall indemnify and hold harmless City, its officers, agents, directors, and employees, from liabilities, damages, losses, judgments, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness , negligent act or omission, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract. Contractor shall, further, hold the City, its officials and employees, harmless for, and defend the City, its officials and/or employees against, any civil actions, statutory or similar claims, injuries or damages arising or resulting 18 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 from the permitted work or performance of the Contract or the failure of the Contractor to comply with applicable laws, codes, rules, and regulations , or the permitting / approval requirements of any public agency having jurisdiction over the Work or the failure of the Contractor to comply with any term, provision or requirement of the Contract Documents , even if it is alleged that the City, its officials and/or employees were negligent. These indemnifications shall survive the cancellation and the term of this Contract. In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory to City. The Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate Contractor to defend, at its own expense, to and through appellate, supplemental. or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against City whether performed by Contractor, or persons employed or utilized by Contractor. This indemnity will survive the cancellation or expiration of the Contract. This indemnity will be interpreted under the laws of the State of Florida, including without limitation, and interpretation, which conforms to the limitations of §725.06 and/or §725.08, Florida Statutes as applicable. • Contractor shall require all Sub -Contractor agreements to include a provision that they will indemnify the City. The Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Contractor in which the City participated either through review or concurrence of the Contractor's actions. In reviewing, approving or rejecting any submissions by the Contractor or other acts of the Contractor, the City in no way assumes or shares any responsibility or liability of the Contractor or Sub - Contractor, under this Agreement. Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is acknowledged by the Contractor. 7. Insurance Without limiting any of the other obligations or liabilities of Contractor, Contractor shall provide, pay for, and maintain in force until all of its Work to be performed under this Contract has been completed and accepted by City (or for such duration as is otherwise specified hereinafter), the insurance coverage's set forth herein. 7.1. Workers' Compensation insurance to apply for all employees in compliance with the Statutory "Workers' Compensation Law" of the State of Florida and all applicable federal laws. In addition, the policy(ies) must include: • Waiver of subrogation • Statutory State of Florida • Limits of Liability 7.2. Employers' Liability with a limit of One Million Dollars ($1,000,000.00) Dollars each bodily injury caused by an accident, each accident. One Million Dollars ($1,000,000.00) Dollars each bodily injury caused by disease, each employee. One Million Dollars ($1,000,000.00) Dollars each bodily injury caused by disease, policy limit. 19 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 7.3. Commercial General Liability (Primary & Non Contributory) (CG 2010 11/85) (CGL) with minimum limits of One Million Dollars ($1,000,000.00) per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability, with a general aggregate limit of Two Million Dollars ($2,000,000.00). Coverage must be afforded on a primary and non contributory basis and with a coverage form no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: • Products and/or Completed Operations for contracts with an Aggregate Limit of One Million Dollars ($1,000,000.00) per project. Contractor shall maintain in force until at least three years after completion of all Work required under the Contract, coverage for Products and Completed Operations, including- Broad Form Property Damage. • Personal and Advertising Injury with an aggregate limit of One Million Dollars ($1,000,000). • CGL Required Endorsements o Employees included as insured o Contingent Liability/Independent Contractors Coverage o Contractual Liability o Waver of Subrogation o Premises and/or Operations Liability o Explosion, Collapse and Underground Hazard o Loading and Unloading City is to be expressly included as an Additional Insured pursuant to endorsement number CG 2010 11/85 or its equivalence. 7.4. Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000.00) per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. 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 Vehicles • Hired and Non -Owned Vehicles ■ Employers' Non -Ownership • Employees included as insureds • City of Miami as Additional Insured ■ Any Auto • Scheduled Autos 7_5. Umbrella Policy (Excess Following Form/True Excess Following Form/True Umbrella) • Bodily injury and property damage liability with limits of Five Million Dollars ($5,000,000) per occurrence, Five Million Dollars ($5,000,000) Aggregate. 20 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 Excess coverage over the policies as follows: • Commercial General Liability. • Business Automobile Liability • Employer's Liability City shall be listed as an additional insured. 7.6. Installation Floater Causes of Loss: Special Form including Wind and Hail Valuation: Replacement Cost City of Miami included as an additional insured 5% Maximum on Wind A. Limit/Value at Location or Site: $ TBD Required for the installation of machinery and/or equipment into an existing structure is required. The coverage shall be "All Risk" coverage including installation and transit for 100 percent of the "installed replacement cost value," covering City as a named insured, with a deductible of not more than Five Thousand Dollars ($5,000.00) each claim. 7.7. Owners & Contractor's Protective Each Occurrence $1,000,000 General Aggregate $1,000,000 7_8. Pollution Liability Each Occurrence $1,000,000 General Aggregate $1,000,000 The above policies shall provide the City of Miami with written notice of cancellation or material change from the insurer not less than (30) days prior to any such cancellation or material change. If the initial insurance expires prior to the completion of the Work, renewal copies of policies shall be furnished at least thirty (30) days prior to the date of their expiration. Notice of Cancellation and/or Restriction --The policy (ies) must be endorsed to provide City with at least thirty (30) days notice of cancellation and/or restriction. Contractor shall furnish to the Capital Improvement Program the Certificates of Insurance or endorsements evidencing the insurance coverage specified above within fifteen (15) calendar days after notification of award of the Contract. The required Certificates of Insurance shall name the types of policies provided, refer specifically to this Contract, and state that such insurance is as required by this Contract. The official title of the Owner is the City of Miami, Florida. This official title shall be used in all insurance documentation. The City of Miami shall be listed as an additional insured where applicable. Companies authorized to do business in the State of Florida, with the following qualifications, shall issue all insurance policies required above: Companies authorized to do business in the State of Florida, with the following qualifications, shall issue all insurance policies required above: 21 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 The company must be rated no Tess than "A-" as to management, and no less than "Class V" as to Financial Strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and /or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. The Risk Administrator or his/her authorized designee reserves the right to require modifications, increases, or changes in the required insurance requirements, coverage, deductibles or other insurance obligations by providing a thirty (30) day written notice to the Contractor in accordance with Section 2, General Conditions, Article 4, Notices. Contractor shall comply with such requests unless the insurance coverage is not then readily available in the national market. An additive or deductive change order will be issued to adjust the contract value as necessary. For insurance bonding issues and decisions, the City shall act through its Risk Administrator (unless otherwise stated). 8. Performance and Payment Bond Where required by the Contract Documents or by Florida Statutes, the Contractor shall within fifteen (15) calendar days of being notified of award, furnish a Performance/Payment Bond ("Bond") containing all the provisions of the attached Performance/Payment forms. Each Bond shall be in the amount of one hundred percent (100%) of the Contract value guaranteeing to City the completion and performance of the Work covered in the Contract Documents as well as full payment of all suppliers, laborers, or subcontractors employed pursuant to this Project(s). Each Bond shall be with a Surety, which is qualified pursuant to Article 9, Qualification of Surety. Each Bond shall continue in effect for one year after Final Completion and acceptance of the Work with liability equal to one hundred percent (100%) of the Contract value, or an additional bond shall be conditioned that Contractor will, upon notification by City, correct any defective or faulty work or materials which appear within one year after Final Completion of the Project(s). The City must be listed as an Obligee. Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, as amended from time to time, Contractor shall ensure that the Bond(s) referenced above shall be recorded in the public records and provide City with evidence of such recording. Alternate Form of Security: In lieu of a Performance/Payment Bond, Contractor may furnish alternate forms of security, which may be in the form of cash, money order, certified check, cashier's check or unconditional letter of credit in the form attached. Such alternate forms of security shall be subject to the prior approval of City and for same purpose and shall be subject to the same conditions as those applicable above and shall be held by City for one year after completion and acceptance of the Work. 9. Qualification of Surety Bid Bonds, Performance/Payment Bonds over Two Hundred Thousand Dollars ($200,000): Each Bond must be executed by a surety company with a rating of (A-) and based on the Financial Size Category of (VII). The surety company must be of recognized standing, authorized to do business in the State of Florida as surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for, at least five (5) years. 22 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 The Surety shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with United States Department of Treasury Circular 570, Current Revisions. If the amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the Surety shall not exceed the underwriting limitation in the circular, and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September 1, 1978 (31 DFR Section 223.10, Section 223.111). Further, the Surety shall provide City with evidence satisfactory to City, that such excess risk has been protected in an acceptable manner 10. General Requirements The employee(s) of the Contractor shall be considered to be at all times its employee(s), and not an employee(s) or agent(s) of the City or any of its departments. The Contractor agrees that the Contractor will at all times employ, maintain and assign to the performance of a Project a sufficient number of competentand qualified professionals and other personnel to meet the requirements of the Work to be performed. The Contractor agrees to adjust staffing levels or to replace any staff personnel if so requested by the Project Manager, should the Project Manager make a determination that said staffing is unacceptable or that any individual is not performing in a manner consistent with the requirements for such a position. The Contractor represents that its staff personnel have the proper skills, training, background, knowledge, experience, rights, authorizations, integrity, character and licenses as necessary to perform the Work, in a competent and professional manner. The Contractor shall provide 'temporary facilities and controls necessary to perform the Work and to ensure safe and proper access and use of the site by the Project Manager and the Consultant. Any such specific requirements will be included in the Technical Specification portion of the ITB. The Contractor shall at all times cooperate with the City, or the Consultant and coordinate its respective Work efforts to most effectively and efficiently progress the performance of the Work. The City, the Consultant and other agencies authorized by the City, shall have full access to the Project(s) site(s) at all times. The Contractor shall be responsible for the good condition of the Work or materials until formal release from his obligations under the terms of the Contract Documents. Contractor shall bear all losses resulting to it on account of the amount or character of the Work, or the character of the ground, being different from what he anticipated. The Contractor shall at all times conduct the Work in such manner and in such sequence as will ensure the least practicable local interference. Contractor shall not open up Work to the prejudice of Work already started, and the Project Manager may require the Contractor to finish a section on which Work is in progress before Work is started on any additional section. Contractor is to take necessary precautions and use caution when working in or around overhead transmission lines and underground utilities. The apparent silence of the Contract Documents as to any detail, or the apparent omission from them of a detailed description concerning any Work to be done and materials to be furnished, shall be regarded as meaning that only best practices are to prevail and only materials and workmanship of the best quality are to be used in the performance of the Work. 23 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 11. Method of Performing the Work If the Project Manager or Consultant reasonably determines the rate of progress of the Work is not such as to ensure its completion within the designated completion time, or if, in the opinion of the Project Manager or Consultant, the Contractor is not proceeding with the Work diligently or expeditiously or is not performing all or any part of the Work according to the Project schedule accepted by or determined by the Project Manager or Consultant, the Project Manager or the Consultant shall have the right to order the Contractor to do either or both of the following: (1) improve its work force; and/or (2) improve its performance in accordance with the schedule to ensure completion of the Project(s) within the specified time. The Contractor shall immediately comply with such orders at no additional cost to the City. (3) The City at its sole option may also have Work performed by a third party contractor and deduct such cost from any monies due the Contractor. Where materials are transported in the performance of the Work, vehicles shall not be loaded beyond the capacity recommended by the vehicle manufacturer or permitted by Federal, State or local law(s). When it is necessary to cross curbing or sidewalks, protection against damage shall be provided by the Contractor and any damaged curbing, grass areas, sidewalks or other areas shall be repaired at the expense of the Contractor to the satisfaction of the Project Manager or Consultant. Contractor is responsible to control dust and prevent it from becoming a public nuisance or causing off -site damage. Contractor shall take all necessary and prudent measure to control dust. The Contractor shall furnish to the Project Manager and the Consultant a complete listing of 24- hour telephone numbers at which responsible representatives of the Contractor and all of the Contractor's Subcontractor can be reached should the need arise at any time. 12. Work Staging and Phasing The Work to be performed shall be done in such a manner so as not to interfere with the normal City operations of the Project site or facility. The manner in which the Work is performed shall be subject to the approval of the Project Manager or Consultant, whom if necessary, shall have the authority to require changes in the manner in which the Work is performed. There shall be no obstruction of City services without the prior written approval of the Project Manager or Consultant. All requests for such interruption or obstruction must be given in writing to the Project Manager or Consultant 24 hours in advance of the interruption of City operations. The Contractor shall familiarize itself with normal City operations where the Work is to be performed so that it can conduct the Work in the best possible manner to the complete satisfaction of the Project Manager and Consultant. A staging plan must be submitted to and approved by the Project Manager or the Consultant prior to the start of construction and issuance of the Notice to Proceed. Such staging plan shall be revised and resubmitted as necessary during construction. 13. Site Investigation and Representation The Contractor acknowledges that it has satisfied itself as to the nature and location(s) of the Work under the Contract Documents, the general and local conditions, particularly those bearing upon availability of transportation, disposal, handling and storage of materials, availability of labor, water, electric power, and roads, the conformation and conditions at the ground based on City provided reports, the type of equipment and facilities needed preliminary to and during the performance of the Work and all other matters which can in any way affect the Work or the cost thereof under the Contract Documents. 24 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 The Contractor further acknowledges that it has satisfied itself based on any geotechnical reports the City may provide and inspection of the Project(s) site(s) as to the character, quality, and quantity of surface and subsurface materials to be encountered from inspecting the site and from evaluating information derived from exploratory work that may have been done by the City or included in this Contract Documents. Contractor should examine the soil conditions at the Project site to determine if any special shoring, sheeting, or other procedures are necessary to protect adjacent 'property during excavation of subsoil materials or during filling of any area(s), or for any operation during the performance of the Work. Any failure by the Contractor to acquaint itself with all the provided information and information obtained by visiting the Project(s) site(s) will not relieve Contractor from responsibility for properly estimating the difficulty or cost thereof under the Contract Documents. In the event that the actual subsurface conditions vary from the, actual City provided reports the Contractor shall notify the City and this. Contract Documents amount may be adjusted up or down depending on the conditions. 14. Contractor to Check Plans, Specifications and Data Contractor shall verify all dimensions, quantities and details shown on the plans, specifications or other data received from Project Manager or Consultant as part of a Contract Documents, and shall notify _the Project Manager and the Consultant of all errors, omissions and discrepancies found therein within three (3) calendar days of discovery. Contractor will not be allowed to take advantage of any error, omission or discrepancy, as full instructions will be furnished by the Project Manager or by Consultant. Contractor shall not be liable for damages resulting from errors, omissions or discrepancies in the Contract Documents unless Contractor recognized such error, omission or discrepancy and knowingly failed to report it to Project Manager or Consultant. 15. Contractor's Responsibility for Damages and Accidents Contractor shall accept full responsibility for Work against all losses or damages of whatever nature sustained until Final Acceptance by City, and shall promptly repair or replace, at no additional cost to the City any Work, materials, equipment, or supplies damaged, lost, stolen, or destroyed from any cause whatsoever. Contractor shall accept full responsibility for Work against all losses or damages of whatever nature sustained until Final Acceptance by City, and shall promptly repair or replace, at no additional Cost to the City, and to the satisfaction of the Project Manager, any Work, materials, equipment, or supplies damaged, lost, stolen, or destroyed from any cause whatsoever. Lawn Areas - All lawn areas disturbed by construction shall be replaced with like kind to a condition similar or equal to that existing before construction. Where sod is to be removed, it shall be carefully removed, and the same re-soded, or the area where sod has been removed shall be restored with new sod in the manner described in the applicable section. Fences - Any fence, or part thereof, that is damaged or removed during the course of the work shall be replaced or repaired by the Contractor, and shall be left in as good of a condition as before the starting of the work. Where fencing, walls, shrubbery, grass strips or area must be removed or destroyed incident to the construction operation, the Contractor shall, after completion of the work, replace or restore to the original condition all such destroyed or damaged landscaping and improvements. 16. Accidents 25 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 The Contractor shall provide such equipment and facilities as are necessary or required, in the case of accidents, for first aid service to person who may be injured during the Project(s) duration. The Contractor shall also comply with the OSHA requirements as defined in the United States Labor Code 29 CFR 1926.50. In addition, the Contractor must report immediately to the Project Manager and Consultant every accident to persons or damage to property, and shall furnish in writing full information, including testimony of witnesses regarding any and all accidents. 17. Safety Precautions Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work.. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: • All employees on the Project(s) site(s) and other persons who may be affected thereby; • All the Work and all materials or equipment to be incorporated therein, whether in storage on or off the Project(s) site(s); and • Other property at the Project(s) Site(s) or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. Contractor shall designate a responsible member of its organization at the Project(s) site(s) whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Project Manager. Contractor shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and utilities when prosecution of the Work may affect them. All damage, injury or loss to any property caused directly or indirectly, in whole or in part, by Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by Contractor. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and Project Manager or Consultant has issued the Contractor a notice of Final Acceptance. Contractor must adhere to the applicable environmental protection guidelines for the duration of a Project. If hazardous waste materials are used, detected or generated at any time, the Project Manager must be immediately notified of each and every occurrence. The Contractor shall comply with all codes, ordinances, rules, orders and other legal requirements of public authorities (including OSHA, EPA, DERM, the City, Miami -Dade County, State of Florida, and Florida Building Code), which bear on the performance of the Work. The Contractor shall take the responsibility to ensure that all Work is performed using adequate safeguards, including but not limited to: proper safe rigging, safety nets, fencing, scaffolding, barricades, chain link fencing, railings, barricades, steel plates, safety lights, and ladders that are necessary for the protection of its employees, as well as the public and City employees. All riggings and scaffolding shall be constructed with good sound materials, of adequate dimensions for their intended use, and substantially braced, tied or secured to ensure absolute safety for those required to use it, as well as those in the vicinity. All riggings, scaffolding, platforms, equipment guards, trenching, shoring, ladders and similar actions or equipment shall be OSHA approved, as applicable, and in accordance with all federal state and local regulations. 26 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 All open trenches or holes shall be properly marked and barricaded to assure the safety of both vehicular and pedestrian traffic. No open trenches or holes are to be left open during nighttime or non -working hours without the prior written approval of the Project Manager. If an emergency condition should develop during a Project, the Contractor must immediately notify the Project Manager and Consultant of each and every occurrence. The Contractor should also recommend any appropriate course(s) of action to the Project Manager and the Consultant. 18. Occupational Health and Safety In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F- 41.03 of the Florida Administrative Code delivered as a result of a Project must be accompanied by a Material Safety Data Sheet (MSDS) which may be obtained from the manufacturer. The MSDS must include the following information: • The chemical name and the common name of the substance. • The hazards or other risks in the use of the substance, including: o The potential for fire, explosion, corrosion, and reaction; o The known acute and chronic health effects of risks from exposure, including the medical conditions which are generally recognized as being aggravated by exposure to the substance; and o The primary routes of entry and symptoms of overexposure. • The proper precautions, handling practices, necessary personal protective equipment, and other safety precautions in the use of or exposure to the substances, including appropriate emergency treatment in case of overexposure. • The emergency procedure for spills, fire, disposal, and first aid. • A description in lay terms of the known specific potential health risks posed by the substance intended to alert any person reading this information. • The year and month, if available, that the information was compiled and the name, address, and emergency telephone number of the manufacturer responsible for preparing the information. 19 Labor and Materials Unless otherwise "provided herein, Contractor "shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation and other facilities and services necessary for the proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. Contractor shall at all times enforce strict discipline and good order among its employees and subcontractors at the Project(s) site(s) and shall not employ on the Project(s) any unfit person or anyone not skilled in the Work to which they are assigned. 20. Rules, Regulations and Licenses The successful Contractor shall comply with all laws and regulations applicable to provision of services specified in the Contract Documents. The Contractor shall be familiar with all federal, state and local laws that may in affect the Work, goods and/or services offered. 21 Consultant Services The City, at its sole discretion may hire a Consultant who shall serve as the City's Representative for the Project(s) to be performed under the Contract Documents. The Contract Documents will state that an City's representative has been contracted with for the management of the Work under the Contract Documents and who will be the lead point of contact, the Consultant or the Project Manager. Where a Consultant has been identified, the Consultant and 27 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 the Project Manager will have authority to act on behalf of the City to the extent provided in the Contract Documents and as outlined in Article 22, Authority of the Project Manager, of the General Terms and Conditions. On the basis of the on -site observations, the Consultant will keep the Project Manager informed of the progress of the Work. In the capacity of interpreter, the Consultant will exercise the best efforts to ensure faithful performance by both the Project Manager and the Contractor and will not show partiality to either. The Project Manager will assist the Consultant in conducting inspections to determine the date or dates of Substantial Completion and Final Acceptance and will receive and review written warranties and related documents required by the Contract and the Contract Documents. The Consultant will be responsible for receiving all documentation for review and acceptance. Upon acceptance such documentation will be forwarded to the Project Manager. The Project Manager in conjunction with the Consultant will approve Schedules of Values, Project Schedules, subcontractors and invoices. The City may contract for additional consultant services, including but not limited to construction examination and observation services. Such services are intended to be additional services and are not intended to and shall not be construed to supplant or alter the role and responsibilities of the Consultant. In case of the termination of employment of the Consultant, the City may, at its sole discretion, appoint another Consultant, whose status under the Contract shall be as that of the former Consultant. 22. Protect Management Where a Contractor is awarded Work, the Contractor shall be responsible for all Project management, including any and all subcontracts necessary to ensure that the Work is performed in accordance with the Contract Documents. Project Management shall include, but is not limited to: obtaining bids from subcontractors and suppliers; coordinating the securing of all permits; obtaining licenses and inspections; ensuring that subcontractors comply with all City requirements; performing the Work in accordance with the Contract Documents to the satisfaction of the Project Manager; paying all subcontractors; obtaining release of liens/claims fees; and obtaining temporary and final Certificates of Occupancy or Completion. 23. Superintendence and Supervision The orders of the City are given through Consultant or Project Manager, which instructions are to be strictly and promptly followed in every case. Contractor shall keep on the Project during its progress, a full-time competent English speaking superintendent and any necessary assistants, all satisfactory to Project Manager or Consultant. The superintendent shall not be changed except with the written consent of Project Manager or Consultant, unless the superintendent proves to be unsatisfactory to Contractor and ceases to be in its employ. The superintendent shall represent Contractor and all directions given to the superintendent shall be as binding as if given to Contractor and will be confirmed in writing by Project Manager or Consultant upon the written request of Contractor. Contractor shall give efficient supervision to the Work, using its best skill and attention. The Project Manager and the Consultant shall be provided telephone number(s) for the superintendent where the superintendent can be contacted during normal working hours as well as after hours for emergencies. On Projects in excess on thirty (30) calendar days the Contractor's superintendent shall record, at a minimum, the following information in a bound log: the day; date; weather conditions and how any weather condition affected progress of the Work; time of commencement of Work for the day; the Work being performed; materials, labor, personnel, equipment and subcontractors 28 Coconut Grove Convention Center Demolition _ ITB No.: 12-13-060 at the Project(s) site(s); visitors to the Project site, including representatives of the City, Consultant, regulatory representatives; any special or unusual conditions or occurrences encountered; and the time of termination of Work for the day. All information shall be recorded in the daily log in indelible ink. The daily log shall be kept on the Project(s) site(s) and shall be available at all times for inspection and copying by Project Manager and Consultant. The Project Manager, Contractor and Consultant shall meet at least every two (2)weeks or as otherwise determined by the Project Manager, during the course of the Work to review and agree upon the Work performed and outstanding issues. The Contractor shall publish, keep, and distribute minutes and any comments thereto of each such meeting. If Contractor, in the course of performing the Work, finds any discrepancy between the Contract Documents and the physical conditions of the locality, or any errors, omissions, or discrepancies in the Plans, it shall be the Contractor's duty to immediately inform Project Manager and Consultant, in writing, and Project Manager or Consultant, will promptly review the same. Any Work done after such discovery, until authorized, will be done at Contractor's sole risk. Contractor shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences and procedures of construction. All Work, including trade Work shall be performed and supervised by persons properly licensed for the Work being performed. 24. Authority of the Proiect Manager The Director hereby authorizes the Project Manager or the Consultant designated in the Contract Documents to determine, all questions of any nature whatsoever arising out of, under or in connection with, or in any way relating to or on account of the Work, and questions as to the interpretation of the Work to be performed under this Contract Documents. The Contractor shall be bound by all determinations or orders of the Project Manager and/or Consultant and shall promptly respond to requests of the Project Manager and/or Consultant, including the withdrawal or modification of any previous order, and regardless of whether the Contractor agrees with the Project Manager's and/or Consultant's determination or requests. Where requests are made orally, the Project Manage and/or Consultant will follow up in writing, as soon thereafter as is practicable. The Project Manager and/or Consultant shall have authority to act on behalf of the City to the extent provided by the Contract, unless otherwise modified in writing by the City. All instructions to the Contractor shall be issued in writing. All instructions to the Contractor shall be issued through the Director, Project Manager or the Consultant. The Project Manager and Consultant shall have access to the Project(s) Site(s) at all times. The Contractor shall provide safe facilities for such access so the Project Manager and Consultant may perform their functions under the Contract. The Project Manager and Consultant will make periodic visits to the Work Site to become generally familiar with the progress and quality of the Work, and to determine if the Work is proceeding in accordance with the Contract Documents. The Project Manager and Consultant will not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the Work, and will not be responsible for the Contractor's failure to carry out the Work in accordance with the Contract Documents. The Project Manager and Consultant will have authority to reject Work that does not conform to the Contract Documents. Whenever, in his or her opinion, it is considered necessary or 29 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 advisable to ensure the proper completion of the Contract Documents the Project Manager and Consultant will have authority to require special inspections or testing of the Work, whether or not such Work is fabricated, installed or completed. Neither the Project Manager's nor Consultant's authority to act under this paragraph, nor any decision made by him in good faith either to exercise or not to exercise such authority, shall give rise to any duty or responsibility of the Project Manager or Consultant to the Contractor, any subcontractor, supplier or any of their agents, employees, or any other person performing any of the Work. All interpretations and recommendations of the Project Manager and Consultant shall be consistent with the intent of the Contract Documents. The Project Manager and Consultant will not be responsible for the acts or omissions of the Contractor, any Subcontractor, or any of their agents or employees, or any other persons performing any of the Work. 25. Inspection of Work Consultant, Inspectors, and City shall at all times have access to the Work during normal work hours, and Contractor shall provide proper facilities for such access and for inspecting, measuring and testing. Should the Contract Documents, Consultant/Inspector Project Manager's instructions, any laws, ordinances, or any public authority require any of the Work to be specially tested or approved, Contractor shall give Project Manager and Consultant timely notice of readiness of the Work for testing. If the testing or approval is to be made by an authority other than City, timely notice shall be given of the date fixed for such testing. Testing shall be made promptly, and, where practicable, at the source of supply. If any of the Work should be covered up without approval or consent of Project Manager or Consultant, it must, if required by the Project Manager or Consultant, be uncovered for examination and properly restored at Contractor's expense. Unless otherwise provided, the Contractor shall make arrangements for such tests, inspections and approvals with the City's testing laboratory or entity. The Contractor shall give the City and the Consultant timely notice of when and where tests and inspections are to be made so that the City or'Consultant may be present for such procedures. Re-examination of any of the Work may be ordered by the Project Manager or Consultant, and if so ordered, the Work must be uncovered by Contractor. If such Work is found to be in accordance with the Contract Documents, City shall pay the cost of reexamination and replacement by means of a Change Order. If such Work is not in accordance with the Contract Documents, Contractor shall pay such cost. The Contractor shall bear the cost of correcting destroyed or damaged construction, whether completed or partially completed, of the City or separate contractors caused by the Contractor's correction or removal of Work which is not in accordance with the requirements of the Contract Documents. Inspectors shall have no authority to permit deviations from, or to relax any of the provisions of the Contract Documents or to delay the Work by failure to inspect the materials and Work with reasonable promptness without the written permission or instruction of Project Manager or Consultants. The payment of any compensation, whatever may be its character or form, or the giving of any gratuity or the granting of any favor by the Contractor to any Inspector, directly or indirectly, is strictly prohibited, and any such act on the part of the Contractor will constitute a breach of this Contract. 30 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 26. Taxes Contractor shall pay all applicable sales, consumer, use and any other taxes required by law, rule or regulation. Contractor is responsible for reviewing the pertinent state statutes involving state taxes and complying with all requirements. 27. Separate Contracts Prior to the commencement of the Work the Project Manager or the Consultant will notify the Contractor of all ongoing projects or projects scheduled to commence during the Work that may require coordination. The Contractor shall be responsible for coordinating the Work with any other project to minimize any potential adverse impact. Contractor shall not be entitled to any days of delay for failure to properly coordinate the Work. The Consultant and the Project Manager will assist the Contractor in coordinating the Work. However, the sole responsibility for coordination rests with the Contractor. If any part of Contractor's Work depends for proper execution or results upon the work of any other persons, Contractor shall inspect and promptly report to Project Manager and Consultant any defects in such work that render it unsuitable for such proper execution and results. Contractor's failure to so inspect and report shall constitute an acceptance of the other person's work as fit and proper for the reception of Contractor's Work, except as to defects which may develop in other contractor's work after the execution of Contractor's Work. Contractor shall conduct its operations and take all reasonable steps to coordinate the prosecution of the Work so as to create no interference or impact on any other contractor on the site. Should such interference or impact occur, Contractor shall be liable to the affected contractor for the cost of such interference or impact. To ensure the proper execution of subsequent Work, Contractor shall inspect the Work already in place and shall at once report to Project Manager and Consultant any discrepancy between the executed Work and the requirements of the Contract Documents. 28. Lands of Work City shall provide, as may be indicated in the Contract Documents, the lands upon which the Work is to be performed, rights -of -way and easements for access thereto and such other lands as are designated by City for the use of Contractor. Contractor shall provide, at Contractor's own expense and without liability to City, any additional land and access thereto that may be required for temporary construction facilities, or for storage of materials. Contractor shall furnish to City copies of written permission obtained by Contractor from the owners of such facilities. 29. Coordination of Work The Project Site(s) may be occupied and may operate on a twenty-four hour seven day a week schedule. Contractor shall ensure that the performance of the Work does not impact any ongoing operations at Project(s) site(s), which also includes the delivery of any materials and equipment. Access to and egress from the Project Site(s) shall be coordinated with the Project Manager and the Consultant to minimize interference to regular and emergency operations of the facility. Contractor may be required to coordinate the Work with other contractors performing work at the Project(s) site. 30. Differing Site Conditions In the event that during the course of the Work Contractor encounters subsurface or concealed conditions at the Project(s) site(s) which differ materially from those shown in the Contract 31 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 Documents and from those ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents; or unknown physical conditions of the Project(s) site(s), of an unusual nature, which differ materially from that ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents, Contractor, without disturbing the conditions and before performing any Work affected by such conditions, shall, within twenty-four (24) hours of their discovery, notify the Project Manager and Consultant in writing of the existence of the aforesaid conditions. Project Manager and the Consultant shall, within two (2) business days after receipt of Contractor's written notice, investigate the site conditions identified by Contractor. If, in the sole opinion of Project Manager or the Consultant, the conditions do materially so differ and cause an increase or decrease in Contractor's cost of, or the time required for, the performance of any part of the Work, whether or not charged as a result of the conditions, Project Manager or Consultant shall recommend an equitable adjustment to the Contract Documents Price or Contract Documents Time, or both. If the Project Manager and Contractor cannot agree on an adjustment in the Contract Price or Contract Time, the adjustment shall be referred to the Director for determination. Should the Director determine that the conditions of the Project(s) site(s) are not so materially different to justify a change in the terms of the Contract Documents, the Director shall so notify the Project Manager, Consultant, and Contractor in writing, stating the reasons, and such determination shall be final and binding upon the parties hereto. No request by Contractor for an equitable adjustment to the Contract Documents under this provision shall be allowed unless Contractor has given written notice and otherwise fully documented altering site conditions in strict accordance with the provisions of this Article. No request for an equitable adjustment or change to the Contract price or Contract time for differing site conditions shall be allowed if made after the date certified by Consultant or Project Manager as the date of substantial completion. 31. Existing Utilities Known utilities and structures adjacent to or encountered in the Work will be shown on the Drawings. The locations shown are taken from existing records and the best information available from existing plans and utility investigations; however, it is expected that there may be some discrepancies and omissions in the locations and quantities of utilities and structures shown. Those shown are for the convenience of the Contractor only, and no responsibility is assumed by either the City for their accuracy or completeness. No request for additional compensation or contract time resulting from encountering utilities not shown will be considered. The Contractor shall explore sufficiently ahead of the Work to allow time for any necessary adjustments The Contractor must coordinate all underground utility locations through "Sunshine State One Call of Florida, Inc", who shall be contacted a minimum of 48 hours before the Contractor commences any digging. The Contractor is responsible for removing all utility markings once the work is completed. Final payment to the Contractor may be withheld until the utility marks are removed. 32. Contractor's Responsibility for Utility Properties and Service Where the Contractor's operations could cause damage or inconvenience to railway, telephone, fiber optic, television, electrical power, oil, gas, water, sewer, or irrigation systems, the Contractor shall make all arrangements necessary for the protection of these utilities and services or any other known utilities. Notify all utility companies that are affected by the construction operation at least 48 hours in advance. Under no circumstance expose any utility without first obtaining permission from the appropriate agency. Once permission has been granted, locate, expose, and provide temporary support for all existing underground utilities and utility poles where necessary. 32 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 The Contractor and his Subcontractors shall be solely and directly responsible to the owner and operators of such properties for any damage, injury, expense, Toss, inconvenience, delay, suits, actions, or claims of any character brought because of any injuries or damage which may result from the construction operations under the Contract Documents. Neither the City nor its officers or agents shall be responsible to the Contractor for damages as a result of the Contractor's failure to protect utilities encountered in the Work. In the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of accidental breakage due to construction operations, promptly notify the proper authority. Cooperate with said authority in restoration of service as promptly as possible and bear all costs of repair. In no event shall interruption of any utility service be allowed unless granted by the owner of the utility. In the event water service lines that interfere with trenching are encountered, the Contractor may, by obtaining prior approval of the water utility, cut the service, dig through, and restore the service with similar and equal materials at the Contractor's expense and as approved by the Project Manager or Consultant. Replace, with material approved by the Project Manager or Consultant, at Contractor's expense, any and all other laterals, existing utilities or structures removed or damaged during construction, unless otherwise provided for in the Contract Documents and as approved by the Project Manager or Consultant. Replace, with material approved by the Project Manager or Consultant, at Contractor's expense, any existing utilities damaged during the Work 33. Interfering Structures An attempt has been made to show major structures on the furnished Drawings. While the information has been compiled from the best available sources, its completeness and accuracy cannot be guaranteed, and is presented as a guide. The Contractor shall field verify all locations. Contractor shall coordinate with any affected companies, including utility companies and take necessary precautions to prevent damage to existing structures whether on the surface, above ground, or underground, including have the owner of the interfering structures place temporary supports. 34. Field Relocation During the process of the Work, it is expected that minor relocations of the Work may be necessary. Such relocations shall be made only by the direction of the Project Manager or Consultant at the Contractor's expense. If existing structures are encountered that will prevent construction as shown, the Contractor shall notify the Project Manager or Consultant before continuing with the Work in order that the Project Manager or Consultant may make such field revisions as necessary to avoid conflict with the existing structures. Where the Contractor fails to notify the Project Manager or Consultant when an existing structure is encountered, and proceeds with the Work despite this interference, the Contractor does so at his own risk. 35. Contractor's Use of Project Site(s) Limitations may be placed on the Contractor's use of the Project(s) site(s) and such limitations will be identified by the Project Manager. In addition to such limitations, the Project Manager may make storage available to the Contractor at his sole discretion based on availability of space. The Contractor shall also coordinate and schedule deliveries so as to minimize disruptions to City day-to-day operations. The Contractor shall limit its use of the Project site(s), so, as to allow for the City's continuous operation. This is necessary, as the Project Site(s) may remain in operation during the Work. 33 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 • The Contractor shall: o Confine operations at the Project(s) site(s) to the areas permitted by the Project Manager or Consultant; not disturb portions of the Project(s) site(s) beyond the specified areas; conform to Project(s) site(s) rules and regulations affecting the Work. o Keep existing driveways and entrances serving surrounding facilities clear and available to the City, its employees and the public at all times; not use areas for parking and/or storage of materials except as authorized by the Project Manager. o Assume all responsibility for its tools, equipment and materials, including any materials purchased for the Work and not accepted by the City, and its vehicles while performing Work for the City and/or while parked or stored at a City facility. The City assumes no liability for damage or loss to the items specified in this paragraph. Access to parking and egress from the Project(s) site(s) shall be subject to the approval of the Project Manager. 36. Warranty of Materials and Equipment Contractor warrants to City that all materials and equipment furnished under the Contract Documents will be new unless otherwise specified and that all of the Work will be of good quality, free from faults and defects and in conformance with the Contract Documents and Contract/Documents. All Work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. If required by the Project Manager or Consultant, Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. This warranty is not limited by any other provisions within the Contract Documents. 37. Material and Equipment Shipment, Handling, Storage and Protection Preparation for Shipment When practical, equipment shall be factory assembled. The equipment parts and assemblies that are shipped unassembled shall be furnished with assembly plan and instructions. The separate parts and assemblies shall be factory match -marked or tagged in a manner to facilitate assembly. All assemblies are to be made by the Contractor at no additional cost to the City. Generally, machined and unpainted parts subject to damage by the elements shall be protected with an application of a strippable protective coating, or other approved protective method. Equipment shall be packaged or crated in a manner that will provide protection from damage during shipping, handling, and storage. The outside of the package or crate shall be adequately marked or tagged to indicate its contents by name and equipment number, if applicable; approximate weight; state any special precautions for handling; and indicate the recommended requirements for storage prior to installation. Packaging and Delivery of Spare Parts and Special Tools Properly mark to identify the associated equipment by name, equipment, and part number. Parts shall be packaged in a manner for protection against damage from the elements during shipping, handling, and storage. Ship in boxes that are marked to indicate the contents. Delivery of spare parts and special tools shall be made prior to the time associated equipment is scheduled for the initial test run. Shipment 34 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 All equipment and material shall be shipped with freight and shipping paid, FOB job site. The Contractor shall request a 7-day advance notice of shipment from manufacturers, and, upon receipt of such notice, provide the Engineer with a copy of the current delivery information concerning equipment items and material items of critical importance to the Project schedule. Receiving The Contractor shall unload and record the receipt of all equipment and materials at the jobsite. All costs for receiving, inspection, handling, storage, insurance, inventory control, and equipment maintenance for the Contractor -Supplied and City -Supplied materials and equipment shall be included in the prices Bid and no extra compensation will be allowed. Inspection Immediately upon receipt of equipment and materials at the jobsite, the Contractor shall inspect for completeness and any evidence of damage during shipment City supplied equipment and material shall be inspected and inventoried together with City's Inspector. Should there appear to be any shortage or damage, the Project Manager or Consultant shall be immediately notified; and the Contractor shall be fully responsible for informing the manufacturers and the transportation company of the extent of the shortage or damage. If the item or items require replacing or supplying missing parts, the Contractor shall take the necessary measures to expedite the replacement or supply the missing parts. Handling Equipment and materials received for installation on the Project(s) shall be handled in accordance with the manufacturer's recommendations, and in a manner that will prevent damage. Storage Equipment and materials shall be stored prior to installation as recommended by the manufacturer. Generally, materials such as pipe shall be stored off the ground in approved storage yards. Items subject to damage by the elements, vandalism, or theft shall be stored in secure buildings. Items requiring environmental control for protection shall be provided with the necessary environmentally controlled storage facilities at no cost to the City. Insurance The Contractor's insurance shall adequately cover the value of materials delivered but not yet incorporated into the Work. Inventory Control Equipment and materials shall be stored in a manner to provide easy access for inspection and inventory control. The Contractor shall keep a running account of all materials in storage to facilitate inspection and to estimate progress payments for materials delivered but not installed in the Work. Equipment's Maintenance Prior to Acceptance by the City Provide the required or manufacturer's recommended maintenance during storage, during the installation, and until such time as the City accepts the equipment for full-time operation. Salvage Equipment Any salvageable pipe, fittings, or other miscellaneous material or equipment removed during construction and not reused in the Work shall be cleaned, hauled, and stored by the Contractor at his own expense, where directed by the Project Manager or Consultant, and shall remain the 35 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 property of the City. All other material shall be disposed of by the Contractor at his own expense. 38. Manufacturer's Instructions The Contractor shall: Comply with manufacturer's requirements for the handling, delivery and storage of all materials. Where required by the Contract Documents, Contractor shall submit manufacturer's printed instructions for delivery, storage, assembly, and installation. Comply with the manufacturer's applicable instructions and recommendations for the performance of the Work, to the extent that these instructions and recommendations are more explicit or more stringent than requirements indicated in the Contract Documents including the Contract Documents. Inspect each item of material or equipment immediately prior to installation and reject damaged and defective items. Provide attachment and connection devices and methods for securing the Work; secure Work true to lineplumb and level, and within recognized industry standards; allow for expansion and building movement; provide uniform joint width in exposed Work; arrange joints in exposed Work to obtain the best visual effect and refer questionable visual effect choices to the Consultant for final decision when applicable to the Work. Recheck measurements and dimensions of the Work, as an integral step in starting each portion of the Work. Install each unit or section of Work during favorable weather conditions, which shall ensure the best possible results in coordination with the entire Project(s) and isolate each unit of Work from incompatible Work as necessary to prevent potential interference among each section and/or deterioration of equipment. Coordinate enclosure of the Work, which requires inspections and tests so as to minimize the necessity of uncovering Work for that purpose. When required by the Contract Documents or the manufacturer, a qualified representative shall be present- to observe field conditions, conditions of surface and installation, quality of workmanship, and applications. Manufacturer's representative shall provide the Contractor and the Project Manager or Consultant a written report of field observations. 39. Manufacturer's Warranty Contractor shall provide all manufacturers' warranties. All warranties, expressed and/or implied, shall be made available to the City for material and equipment covered by this Contract Documents. All material and equipment furnished shall be fully guaranteed by the Contractor against factory defects and workmanship. At no expense to the City, the Contractor shall correct any and all apparent and latent defects that may occur within the manufacturer's standard warranty. The Contract Documents may supersede the manufacturer's standard warranty. Manufacturer's warranties will become effective upon Final Acceptance of the Project(s). 40. Reference Standards Reference to the standards of any technical society, organization or body shall be construed to mean the latest standard adopted and published at the date of request for qualifications, even though reference may have been made to an earlier standard. Such reference is hereby made a part of the Contract Documents the same as if herein repeated in full and in the event of any conflict between any of these standards and those specified, the most stringent shall govern unless otherwise stated. 36 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 41. Submittals Contractor shall check and approve all shop drawing, samples, product data, schedule of values, and any and all other submittals to make sure they comply with the Contract Documents prior to submission to the Project Manager or Consultant. Contractor by approving and submitting any submittals, represents that they have verified the accuracy of the submittals, and they have verified all of the submittal information and documentation with the requirements of the Contract Documents. At time of submission the Contractor shall advise the Project Manager and Consultant in writing of any deviations from the Contract Documents. Failure of the Contractor to advise the Project Manager or Consultant of any deviations shall make the Contractor solely responsible for any costs incurred to correct, add ormodify any portion of the Work to comply with the Contract Documents. Each shop drawing submittal shall contain a title block containing the following information: • Number and title of drawing, including Contract title and Number • Date of drawing and revisions • Name of Contractor and Subcontractor (if any) submitting drawings • Name of Project, Building or Facility • Specification Section title and number • Contractor's Stamp of approval, signed by the Contractor or his checker • Space above the title block for Project Manager' or Consultant's action stamp • Submittal or re -submittal number (whether first, second, third, etc.) • Date of submittal Contractor shall sign, in the proper block, each sheet of shop drawing and data and each sample label to certify compliance with the requirements of the Contract Documents. Shop drawing submitted without the stamp and signature shall be rejected and it will be considered that the Contractor has not complied with the requirements of the Contract Documents. Contractor shall bear the risk of any delays that may occur as a result of such rejection. City shall not be liable for any materials, fabrication of products or Work commenced that requires submittals until the Project Manager or Consultant has returned approved submittals to the Contractor. Project Manager or Consultant shall make every effort to review submittals within fourteen (14) calendar days from the date of receipt by the Project Manager or Consultant. Project Manager or Consultant's review shall only be for conformance with design concepts and the information provided in the Contract Documents. The approval of a separate item shall not constitute approval of an assembly in which the item functions. The Project Manager or Consultant shall return the shop drawings to the Contractor for their use and distribution. Acceptance of any submittal shall not relieve the Contractor of any responsibility for any deviations from the requirements of the Contract Documents unless the Contractor has given written notice to the Project Manager or Consultant of the specific deviations and the Consultant have issued written approval of such deviations. By approving and submitting Shop Drawings, Product Data and Samples, the Contractor represents that all materials, field measurements and field construction criteria related thereto have been verified, checked and coordinated with the requirements of the Work and have been verified, checked and coordinated with this Contract Documents. Contractor shall be responsible for the distribution of all shop drawings, copies of product data and samples, which bear the Project Manager's or Consultant's stamp of approval. Distribution 37 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 shall include, but not be limited to; job site file, record documents file, Sub -contractor, suppliers, and other affected parties or entities that require the information. The Contractor shall also provide copies of all plans approved and permitted by the required governing authorities. The Contractor shall not be relieved of responsibility for errors or omissions in any and all submittals by the Project Manager's or Consultant's acceptance thereof. The Contractor warrants the adequacy for the purpose intended of any shop drawings or portion of a shop drawing that alters, modifies or adds to the requirements of the Contract Documents. Nothing in the Project Manager's or Consultant's review of Shop Drawings, Submittals and Samples shall be construed as authorizing additional work or increased cost to the City. Section 01340 contains additional requirements for submittals. Where a conflict exists between the submittal requirements of the General Terms and Conditions and the Technical Specifications, the Technical Specifications shall prevail. 42. Shop Drawings Contractor shall submit Shop Drawings as required by the Contract Documents. The purpose of the Shop Drawings is to show, in detail, the suitability, efficiency, technique of manufacture, installation requirements, details of the item, and evidence of its compliance or noncompliance with this Contract Documents. Within five (5) calendar days after City's award of the Contract, Contractor shall submit to Project Manager or Consultant a complete list and submittal log of items for which Shop Drawings are to be submitted and shall identify the critical items and all submittal dates. Approval of this list by Project Manager or Consultant shall in no way relieve the Contractor from submitting complete Shop Drawings and providing materials, equipment, etc., fully in accordance with the Contract Documents. This procedure is required in order to expedite final approval of Shop Drawings. After the approval of the list of items required in above, Contractor shall promptly request Shop Drawings from the various manufacturers, fabricators, and suppliers. Contractor shall thoroughly review and check the Shop Drawings and each and every copy shall show its approval thereon. Some shop drawings as either denoted in the Contract Documents or by the Florida Building Code (Code) or Florida Statute such as structural drawings, require that they be prepared by a licensed engineer. It is the sole responsibility of the Contractor to ensure that the Shop Drawings meet all Code requirements. In addition to all shop drawings required by the Contract Documents the Contractor must provided shop drawings for; all drainage structures including catch basins, drainage pipe, ballast rock, and exfiltration trench filter fabric. If the Shop Drawings show or indicate departures from the Contract Documents, Contractor shall make specific mention thereof in its letter of transmittal. Failure to point out such departures shall not relieve Contractor from its responsibility to comply with the Contract and Documents. Project Manager or Consultant shall review and accept or reject with comments, Shop Drawings within fourteen (14) calendar days from the date received. Project Manager's or Consultant's approval of Shop Drawings will be general and shall not relieve Contractor of responsibility for the accuracy of such Shop Drawings, nor for the proper fitting and construction of the Work, nor for the furnishing of materials or Work required by the Contract Documents and not indicated on 38 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 the Shop Drawings. No Work called for by Shop Drawings shall be performed until said Shop Drawings have been approved by Project Manager and/or Consultant. Approval shall not relieve Contractor from responsibility for errors or omissions of any sort on the Shop Drawings. No approval will be given to partial submittals of Shop Drawings for items which interconnect and/or are interdependent where necessary to properly evaluate the design. It is Contractor's responsibility to assemble the Shop Drawings for all such interconnecting and/or interdependent items, check them and then make one submittal to Project Manager and/or Consultant along with its comments as to compliance, noncompliance, or features requiring special attention. If catalog sheets or prints of manufacturers' standard drawings are submitted as Shop Drawings, any additional information or changes on such drawings shall be typewritten or lettered in ink. The minimum size for shop drawings shall be 11" X 17". Each shop drawing shall be clear, thoroughly detailed and shall have listed on it all Contract Documents references, drawing number(s), specification section number(s) and the shop drawing numbers of related work. Shop drawings must be complete in every detail, including location of the Work. Materials, gauges, methods of fastening and spacing of fastenings, connections with other work, cutting, fitting, drilling and any and all other necessary information per standard trade practices or as required for any specific purpose shall be shown. Where professional calculations and/or certification of performance criteria of materials, systems, and or equipment are required, the Project Manager and/or Consultant are entitled to rely upon the accuracy and completeness of such calculations and certifications submitted by the Contractor. Calculations, when required, shall be submitted in a neat clear and easy format to follow. Contractor shall keep one set of Shop Drawings marked with Project Manager's and/or Consultant's approval at the job site at all times. 43. Product Data Contractor shall submit four (4) copies of product data, warranty information and operating and maintenance manuals. Each copy must be marked to identify applicable products, models, options and other data. Contractor shall supplement manufacturer's standard data to provide information unique to the Work. Contractor shall only submit pages that are pertinent. Submittals shall be marked to identify pertinent products, with references to the specifications and the Contract Documents. Identify reference standards, performance characteristics and capacities, wiring and piping diagrams and controls, component parts, finishes, dimensions and required clearances. Contractor shall submit a draft of all product data, warranty information and operating and maintenance manuals at 50% completion of construction. 44. Samples Contractor shall submit samples to illustrate the functional characteristics of the product(s). Submittals shall be coordinated for different categories of interfacing Work. Contractor shall include identification on each sample and provide full information. 45. Record Set Contractor shall maintain in a safe place at the Project(s) site(s) one record copy and one permit set of the Contract Documents, including, but not limited to, all Drawings, Specifications, shop drawings, amendments, Change Orders, RFIs, and Field Directives, as well as all written interpretations and clarifications issued by the Project Manager or Consultant, in good order and 39 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 annotated to show all changes made during construction. The record documents shall 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 Change Orders, Construction Change Directives, and Field Directives as well as all written interpretations and clarifications, and all concealed and buried installations of piping, conduit and utility services. Contractor shall certify the accuracy of the updated record documents. As a condition precedent to City's obligation to pay Contractor, the Contractor shall provide evidence, satisfactory to the Project Manager and the Consultant, that Contractor is fulfilling its obligation to continuously update the record documents. All buried items, outside the Project(s) site(s), shall be accurately located on the record documents as to depth and in relationship to not less than two (2) permanent features (e.g. interior or exterior wall faces). The record documents shall be clean and all changes, corrections and dimensions shall be given in a neat and legible manner in red. The record documents shall be available to the City and the Consultant for reference. Upon completion of the Work and as a condition precedent to Contractor's entitlement to final payment, the record documents shall be delivered to the Project Manager or Consultant by the Contractor. The Record Set of Drawing shall be submitted in both hard copy and as electronic plot files. 46. Supplemental Drawings and Instructions The Project Manager or Consultant shall have the right to approve and issue supplemental instructions setting forth written orders, instructions, or interpretations concerning the Contract Documents or its performance, provided such Supplemental Instructions involve no change in the Contract Documents Price or this Contract Documents Time. Project Manager or Consultant shall have the right to modify the details of the plans and specifications, to supplement the plans and specifications with additional plans, drawings or additional information as the Work proceeds, all of which shall be considered as part of the Contract Documents. In case of disagreement between the written and graphic portions of the Contract Documents, the written portion shall govern. 47. Contractor Furnished Drawings A Contract Documents may require the Contractor to furnish design, shop and/or as -built drawings depending on the nature and scope of the Work to be performed. The following applies to the different types of drawings. The Project Manager and/or Consultant shall, after review of the drawings, initial and mark the drawings in one of the following manners: 1. ACCEPTED - No correction required. 2. PROCEED AS CORRECTED - Minor changes or corrections identified. Work can proceed subject to re -submittal and acceptance of the drawings. 3. REVISE AND RESUBMIT- Significant changes or corrections are recommended. Submittal must be revised and resubmitted for acceptance prior to Work proceeding. 4. REJECTED - Not in accordance with the Contract and/or Contract Documents due to excessive changes or corrections or other justifiable reason. Drawings must be corrected and resubmitted prior to any Work being performed. Revisions required by the permitting jurisdiction must also be reviewed and accepted by the Project Manager or Consultant prior to resubmission to the permitting agency. Acceptance by the City shall not relieve the Contractor from responsibility for errors and omissions in the drawings. 48. Substitutions 40 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by Consultant sufficient information is submitted by Contractor to allow City and Consultant to determine that -the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by City and Architect or Engineer of Record from anyone other than Contractor. If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Consultant for acceptance thereof, certifying that the proposed substitute shall perform adequately the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's 'achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Consultant in evaluating the proposed substitute. The Consultant may require the Contractor to furnish at Contractor's expense additional data about the proposed substitute. If a specific means, method, technique, sequence or procedure of construction is indicated in or required by Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence or procedure of construction acceptable to the Consultant, if the Contractor submits sufficient information to allow the Architect or Engineer of Record to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Consultant shall be the same as those provided herein for substitute materials and equipment. The Consultant shall be allowed a reasonable time within which to evaluate each proposed substitute. The Consultant and the City shall be the sole judges of the acceptability of any substitute. No substitute shall be ordered, installed or utilized without the City's and the Consultant's prior written acceptance which shall be evidenced by either a Change Order or an approved submittal. The City and the Consultant may require the Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. If the Consultant rejects the proposed substitute, at their discretion, the City may require the Contractor to reimburse the City for the charges of the Consultant for evaluating the proposed substitute. Contractor shall maintain sole liability and responsibility for ensuring that all substitutions and any required design of such are in full compliance with and meet all the requirements of the Contract Documents. 49. City Furnished Drawings The City, at its sole discretion, may furnish design drawings. It shall be the sole responsibility of the Contractor to bring to the immediate attention of the Project Manager and the Consultant any discrepancies between the drawings and existing conditions, excluding hidden or unforeseen conditions, discovered prior to commencing and during the Work. The Contractor shall be solely responsible for verifying the accuracy of the drawings prior to commencing the 41 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 Work, and shall be responsible for any errors or revisions of the Work, which might have been avoided by notifying the City prior to commencement. This shall also apply to any revisions or omissions identified by the Contractor. The Contractor shall submit all requests for information entitled Request for Information (RFD. The City shall respond to all RFI's in writing. The Contractor shall have no basis for any claim for additional costs resulting from their failure to identify any required revisions, omissions and/or errors, not identified in writing to the Project Manager or Consultant prior to commencing the Work. The drawings are to be addressed as a complete set and should not be used in parts. Contractor is responsible to coordinate the set of drawings with all trades to ensure that the Work will be performed correctly and coordinated among the trades. Contractor shall not scale the drawings. 50. Interpretation of Drawings and Documents Drawings and specifications are intended to be consistent, be mutually explanatory, and should be used together and not separately. During the performance of the Project(s), should any errors, omissions, conflicts, ambiguities or discrepancies be found in the drawings and/or specifications, the Project Manager or the Consultant will clarify in writing the intent of the drawings and/or specifications and the Contractor agrees to abide by the Project Manager's or Consultants interpretation and perform the Work in accordance with the decision of the Project Manager or the Consultant. In such event, the Contractor will be held to have included in its Contract Price the best materials suitable for the purpose and/or methods of construction. 51. Product and Material Testing All tests shall be performed by the Contractor, except where otherwise specifically stated in the Contract Documents. All costs for testing performed by the Contractor shall be at the Contractor's expense. The City may, in its sole and absolute discretion, test materials and products at its own cost. However, should such materials or products fail to pass the test and/or meet the requirements of the Contract Documents, the Contractor shall reimburse the City for the cost of such tests and repair or replace said materials or products. in such instances the City may deduct such cost from any payments pending to the Contractor. 52. Field Directives The Project Manager or Consultant may at times issue field directives to the Contractor based on visits to the Project(s) Site(s). Such Field Directives shall be issued in writing and the Contractor shall be required to comply with the directive. Where the Contractor believes that the directive is outside the scope of the Work, the Contractor shall, within 48 hours, notify the Project Manager or Consultant that the work is outside the scope of the Work. At that time the Field Directive may be rescinded or the Contractor may be required to submit a request for a change to the Contract. Where the Contractor is notified of the City's position that the Work is within the scope and the Contractor disagrees, the Contractor shall notify the Project Manager or Consultant that the Contractor reserves the right to make a claim for the time and monies based on the Field Directive. At no time shall the Contractor refuse to comply with the directive. Failure to comply with the directive may result in a determination that the Contractor is in default of the Contract. 53. Changes in the Work or Contract Documents Without invalidating the Contract Documents and without notice to any Surety, City reserves and shall have the right, from time to time to make such 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 fully and acceptably the proposed construction of a Project 42 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 in a satisfactory manner. Any extra or additional Work within the scope of the Project(s) must be accomplished by means of appropriate Field Orders and Supplemental Instructions or Change Orders. Any changes to the terms of the Contract Documents must be contained in a written document, executed by the parties hereto. This section shall not prohibit the issuance of Change Orders executed only by City. 54. Continuing the Work Contractor shall carry on the Work and adhere to the progressschedule during all disputes or disagreements with City, including disputes or disagreements concerning a request for a Change Order, a request for a change in the Contract price or Contract time for completion. The Work shall not be delayed or postponed pending resolution of any disputes or disagreements. 55. Change Orders Changes in the quantity or character of the Work within the scope of the Project(s) which are not properly the subject of Field Orders or Supplemental Instructions, including all changes resulting in changes in the Contract Price, or the Contract Time, shall be authorized only by Change Orders approved in advance and issued in accordance with the provisions of the City. In the event satisfactory adjustment cannot be reached for any item requiring a change in the Contract Price or Contract Time, and a Change Order has not been issued, City reserves the right at its sole option to either terminate the Contract as it applies to the items in question and make such arrangements as may be deemed necessary to complete the disputed work; or submit the matter in dispute to the Director as set forth in Article 88, Resolution of Disputes. During the pendency of the dispute, and upon receipt of a Change Order approved by City, Contractor shall promptly proce2ed with the change in the Work involved and advise the Project Manager, Consultant, and. Director in writing within seven (7) calendar days of Contractor's agreement or disagreement with the method, if any, provided in the Change Order for determining the proposed adjustment in the Contract Price or Contract Time. On approval of any Contract change, increasing the Contract Price, Contractor shall ensure that the performance bond and payment bond (if applicable) are increased so that each reflects the total Contract Price as increased. Under circumstances determined necessary by City, Change Orders may be issued unilaterally by 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. Any such changes will be known as Extra Work. No Extra Work shall be performed except pursuant to written orders of the Project Manager or Consultant expressly and unmistakably indicating his/her intention to treat the Work described therein as Extra Work. In the absence of such an order, the Project Manager or Consultant may direct, order or require the Contractor to perform any Work including that which the Contractor deems to be Extra Work. The Contractor shall nevertheless comply and shall promptly and in no event after, begin the performance thereof or incur cost attributable thereto and give written notice to the Project Manager stating why he deems such Work (hereinafter "Disputed Work") to be Extra Work. Said notice is for the purposes of (1) affording an opportunity to the Project Manager to cancel such order, direction or requirements promptly; (2) affording an opportunity to the Project Manager to keep an accurate record of materials, labor and other items involved; and (3) affording an opportunity to the City to take such action as it may deem advisable in light of such disputed Work. 43 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 56. Change Order Procedure Extra Work shall result in an equitable adjustment (increase or decrease) to the Contract representing the reasonable cost or the reasonable financial savings related to the change in Work. Extra Work may also result in an equitable adjustment in the Contract schedule for performance for both the Extra Work and any other Work affected by the Extra Work. The City shall initiate the Extra Work procedure by a notice to Contractor outlining the proposed Extra Work. Upon receipt of the notice to proceed with the Extra Work, the Contractor is required to immediately start the Extra Work. The Contractor is required to obtain permission for an extension to start the Extra Work if it is beyond the Contractor's ability to start within the allotted timeframe. The Contractor is required to provide the Project Manager with a detailed Change Proposal Request which shall include requested revisions to the Contract, including but not limited to adjustments in this Contract Price and Contract Time. The Contractor is required to provide sufficient data in support of the cost proposal demonstrating its reasonableness. In furtherance of this obligation, the City may require that the Contractor submit any or all of the following: a cost breakdown of material costs, labor costs, labor rates by trade, and Work classification and overhead rates in support of Contractor's Change Proposal Request. The Contractor's Change Proposal Request must include any schedule revisions and an explanation of the cost and schedule impact of the Extra Work on the Project(s). If the Contractor fails to notify the Project Manager or Consultant of the schedule changes associated with the Extra Work, it will be deemed to be an acknowledgment by Contractor that the proposed Extra Work will not have any scheduling consequences. The Contractor agrees the Change Proposal Request will in no event include a combined profit and overhead rate in excess of ten (10%) percent of the direct labor and material costs, unless the Project Manager determines that the complexity and risk of the Extra Work is such that an additional factor is appropriate. The Change Proposal Request may be accepted or modified by negotiations between the Contractor and the City. If an agreement on the Extra Work is reached, both parties shall execute the Extra Work order in writing via a Change Order. The execution by the Contractor of the Change Order shall serve as a release of the City from all claims and liability to the Contractor relating to, or in connection with, the Extra Work, including any impact, and any prior acts, neglect or default of the City relating to the Extra Work. Upon execution of a change order that affects the Contract Time the Contractor shall, within five (5) business days submit a revised Project schedule reflecting the changes against the baseline schedule. 57. No Oral Changes Except to the extent expressly set forth in the Contract, no change in or modification, termination or discharge of the Contract or, in any form whatsoever, shall be valid or enforceable unless it is in writing and signed by the parties charged, therewith or their duly authorized representative. 58. Value of Change Order Work The value of any Work covered by a Change Proposal Request or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: • Where the Work involved is covered by unit prices contained in the Contract, by application of unit prices to the quantities of items involved. • By mutual acceptance of a Contract unit price which Contractor and Project Manager acknowledge contains.a component for overhead and profit. 44 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 • On the basis of the "cost of Work," determined as provided in this, plus a Contractor's fee for overhead and profit which is determined as provided in this Article. • The term "cost of Work" means the sum of all direct costs necessarily incurred and paid by Contractor in the proper performance of the Work described in the Change Order. Except as otherwise may be agreed to in writing by the Project Manager, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in herein. Payroll costs for employees in the direct employ of Contractor in the performance of the Work described in the Change Proposal Request under schedules of job classifications agreed upon by Project Manager and Contractor. Payroll costs for employees not employed full time on the Work covered by the Change Proposal Request shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay application thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing the Work after regular working hours, on Sunday or legal holidays shall be included in the above to the extent authorized by City. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and manufacturers' field services required in connection therewith. All cash discounts shall accrue to Contractor unless City deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to City. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to City and Contractor shall make provisions so that they may be obtained. Rentals of all construction equipment and machinery and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City with the advice of Consultant and the costs of transportation, loading, unloading, installation, dismantling and removal thereof, all in accordance with the terms of said agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. If required by the City, Contractor shall obtain competitive bids for the Change Order Work. Contractor and shall deliver such competitive bids to the City who will determine which bids will be accepted. If the Subcontractor is to be paid on the basis of cost of the Work plus a fee, the Subcontractor's cost of the Work shall be determined in the same manner as Contractor's cost of the Work. All Subcontractors shall be subject to the other provisions of the Contract Documents insofar as applicable. The term "cost of the Work" shall include any of the following: • Cost of special consultants, including, but not limited to, consultants, architects, testing laboratories, and surveyors employed for services specifically related to the performance of the Work described in the Change Order. • Supplemental costs including the following: • The proportion of necessary transportation, travel and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work except for local travel to and from the site of the Work. • Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workmen, which are consumed in the performance of the Work, and 45 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 less market value of such items used but not consumed which remains the property of Contractor. • Sales, use, or similar taxes related to the Work, and for which Contractor is liable, imposed by any governmental authority. • Deposits lost for causes other than Contractor's negligence; royalty payments and fees for permits and licenses. • The cost of utilities, fuel and sanitary facilities at the site. • Receipted minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. • Cost of premiums for additional bonds and insurance required because of changes in the Work. The term "cost of the Work" shall not include any of the following: ■ Payroll costs and other compensation of Contractor's officers, executives, principals (of partnership and sole proprietorships), general managers, consultants, architects, estimators, lawyers, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by Contractor whether at the site or in its principal or a branch office for general administration of the Work and not specifically included in the agreed -upon schedule of job classifications., all of which are to be considered administrative costs covered by Contractor's fee. • Expenses of Contractor's principal and branch offices other than Contractor's office at the site. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. ■ Cost of premiums for all Bonds and for all insurance whether or not Contractor is required by the Contract Documents to purchase and maintain the same, except for additional bonds and insurance required because of changes in the Work. ■ Costs due to the negligence or neglect of Contractor, any Subcontractors, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of. materials or equipment wrongly supplied and making good any damage to property. Other overhead or general expense costs of any kind and the cost of any item not specifically and expressly included in this Article Contractor's fee allowed to Contractor for overhead and profit shall be determined as follows: ■ A mutually acceptable fixed fee or if none can be agreed upon, • A fee based on the following percentages of the various portions of the cost of the Work: ■ Where the Contractor self -performs the Work, Contractor's fee shall not exceed ten percent (10%). • Where a sub -contractor performs the Work, Contractor's fee shall not exceed seven and one half percent (7.5%); and if a subcontract is on the basis of cost of the Work plus a fee, the maximum allowable to the Subcontractor as a fee for overhead and profit shall not exceed ten percent (10%); and ■ No fee shall be payable for special consultants or supplemental costs. The amount of credit to be allowed by Contractor to City for any such change which results in a net decrease in cost will be the amount of the actual net decrease. When both additions and credits are involved in any one change, the combined overhead and profit shall be figured on 46 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 the basis of the net increase, if any, however, Contractor shall not be entitled to claim lost profits for any Work not performed. Whenever the cost of any Work is to be determined pursuant to this Article, Contractor will submit in a form acceptable to Project Manager or Consultant an itemized cost breakdown together with the supporting data. Whenever a change in the Work is to be based on mutual acceptance of a lump sum, whether the amount is an addition, credit or no change -in -cost, Contractor shall submit an initial cost estimate acceptable to the Project Manager or Consultant. ® Breakdown shall list the quantities and unit prices for materials, labor, equipment and other items of cost. • Whenever a change involves Contractor and one or more Subcontractors and the change is an increase in the Contract Price, overhead and profit percentage for Contractor and each Subcontractor shall be itemized separately. • Each Change Order must state within the body of the Change Proposal Request whether it is based upon unit price, negotiated lump sum, or "cost of the Work." 59. Extra Work Directive If the parties fail to reach agreement with respect to the proposed Extra Work, or in case or extenuating circumstances, the City may nevertheless issue a directive to the Contractor to do the proposed Extra Work. Immediately upon receipt of the Extra Work Directive, the Contractor shall be obligated to proceed with the Work set forth in that directive. Except as provided below, the Contractor shall be entitled to initiate a dispute pursuant to the Article 88, Resolution of Disputes, by furnishing a written statement to the Project Manager within five (5) days of the Extra Work Directive, based upon any aspect, of such Extra Work which the Contractor disputes. Such dispute must relate to specific matters raised or specific matters reserved by the Contractor in its proposal and have not been resolved prior to the issuance of the Extra Work Directive. The written statement must set forth all details of the Contractor's claim including the manner that the disputed item was specified in the Contractor's proposal. During the pendency of any dispute hereunder, the Contractor must proceed with Work as set forth in the Extra Work Directive unless otherwise advised by the Project Manager's written instructions. In the event there is a dispute as to price, the Contractor will be paid in accordance with the following paragraph. This payment(s) will be in full satisfaction of the Contractor's claim for an adjustment to the value of the Contract. Compensation for Extra Work in the event of the parties' inability to agree upon a mutually satisfactory price shall be as follows: ■ No payment will be made to the Contractor for Extra Work in excess of "Actual and Necessary Cost" which is to say time and materials plus a mark-up not to exceed 10%. This will not vary, whether the Extra Work is performed by the Contractor or his subcontractor. Any exceptions must be approved by the Project Manager. "Actual and Necessary Net, Cost" shall be deemed to include the actual and necessary cost of the Extra Work for (i) labor, which includes wages, payroll deductions, if any, made by the Contractor as employer pursuant to bona fide collective bargaining labor agreements applicable to the Work; (ii) contributions to the State Unemployment Insurance Law, (iii) excise taxes pursuant to Federal Social Security Act; (iv) any increases in public liability and property damage insurance or performance and payment bonds occasioned solely by the Extra Work, (v) the actual and necessary operating expenses (except the expense of supplies and small tools not operated by mechanical or electrical power), power for such plant and a reasonable rental 47 Coconut Grove Convention Center Demolition ITB No.: 12-13-060. for the same (including small power tools), as determined by the Project Manager; and (vi) any additional materials necessary for the performance of the Extra Work. In case any Work or materials shall be required to be done or furnished under the provisions of this Article, the Contractor shall at the end of each day furnish to the City such documentation as the City may require to support all the costs of the Extra Work. If payments on account are desired as the Extra Work progresses, the Contractor shall render an itemized statement showing the total amount expended for each class of labor and for each kind of material on account of each item of Work as a condition precedent to the inclusion of such payment in a partial estimate. Upon the request of the City, the Contractor shall produce for audit by the City, books, vouchers, collective bargaining labor agreements, records or other documents showing the actual cost for labor and materials. Such documents shall not be binding on the City. The Project Manager shall determine any questions or dispute as to the correct cost of such labor or materials or plant. In case the Contractor is ordered to perform Work under this Article, which in the opinion of the Project Manager, it is impracticable to have performed by the Contractor's own employees, the Contractor will, subject to the approval of the Project Manager, be paid the actual cost to Contractor of such Work, and in addition thereto five (5%) percent to cover the Contractor's superintendence, administration and other overhead expenses. Payment of any amount under this Article shall be subject to subsequent audit and approval, disapproval, modification or revision by representatives of the City. 60. As -Built Drawings During the Work, Contractor shall maintain records of all deviations from the Drawings and Specifications as approved by the Project Manager or 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 certify in writing that the As -Built Drawings are correct and accurate, including the actual location of all internal piping, electrical/signal conduits in or below the concrete floor. Indicate the size, depth and voltage in each conduit. Legibly mark to record actual construction: On -site structures and site Work as follows: • Depths of various elements of foundation in relation to finish first floor datum. • 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. • 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. • Field changes in dimensions and details. • Changes made by Project Manager's or Consultant's written instructions or by Change Order. • Details not on original Contract Drawings. • Equipment, conduit, electrical panel locations. • Project Manager's or Consultant's schedule changes according to Contractor's records and shop drawings. Specifications and Addenda: Legibly mark each section to record: 48 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 • Manufacturer, trade name, catalog number and Supplier of each product and item of equipment actually installed. • Changes made by Project Manager's or Consultant's written instructions or by Change Order. Approved Shop Drawings: Provide record copies for each process equipment, piping, electrical system and instrumentation system. As -built documents shall be updated monthly as a condition precedent to payment. For construction of new building, or building additions, field improvements, and or roadway improvements as -built drawings signed and sealed by a Florida licensed Registered Land Surveyor. In addition, for projects which involve roadwork and drainage, Contractor shall provide complete as -built information relative to location, size,and depth off new pipes, manholes, inlets, etc. Identify grading; include locations of fittings, valves, fire hydrants, changing in pipe materials, water sampling points, thrust blocks, benchmarks, etc. The information shall be accurately recorded by the Contractor and submitted (signed and sealed by a Florida Certified P.L.S.) to the City of Miami prior final acceptance of the Work. All recorded information on existing utility crossing encountered during construction, included but not limited to pipes, inlets, manholes, etc., shall be recorded by a Florida Registered Surveyor and shown on the record drawings. The Project's as -built set of drawings shall Include GPS coordinates (X, Y, and Z) for all new and/or existing vacuum cleaned drainage system openings (i.e. catch basins, inlets, manholes, etc.) 61. Worker's Identification The Contractor's employees, who include any Subcontractor, shall wear an identification card provided by the Contractor. The identification card shall bear the employee's picture, name, title and name of the employer. Failure by a Contractor's employee to wear such identification may result in his removal from the Work until such time as the identification card is obtained and worn. Such removal shall not act as a basis for the Contractor to submit a claim for an extension of time. 62. Removal of Unsatisfactory Personnel 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 Sub -Contractor engaged by the Contractor to provide and perform services or Work pursuant to the requirements of the Contract Documents. The Contractor shall respond to the City within seven (7) 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 shall make the final determination as to the removal of unsatisfactory personnel from Work assigned by City. The Contractor agrees that the removal of any of its employees does not require the termination or demotion of employee(s). 63. Substantial Completion, Punch List & Final Completion The Work shall be substantially complete when the Project Manager, in the reasonable exercise of his/her discretion determines that the Work is complete and there are no material and/or substantial variations from the Contract Documents and the Work is fit for its intended purpose. Upon Substantial Completion, the Project Manager and the Contractor shall sign the Substantial Completion Inspection Form. The signing of this form shall not relieve the Contractor from its obligation to complete the Project. When the Contractor believes that the Work is substantially complete, the Contractor shall request in writing that the Project Manager or Consultant inspect the Work to determine if 49 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 Substantial Completion has been achieved. No request for Substantial Completion inspection is to be submitted until the Contractor has obtained a Certificate(s) of Occupancy, Certificate of Completion or Completion or a Temporary Certificate of Occupancy or any other approvals from agencies having jurisdiction over the Work. The Project Manager or Consultant shall schedule the date and time for any inspection and notify the Contractor and any other parties deemed necessary. During this inspection, the Project Substantial Completion Inspection Form will be completed as necessary. Any remaining Construction Work shall be identified on this form and shall be known as Punch List Work. The Punch List shall be signed by the Project Manager and/or Consultant, and the Contractor confirming that the Punch List contains the item(s) necessary to complete the Work. The failure or refusal of the Contractor to sign the Project Substantial Completion Inspection Form or Punch List shall not relieve the Contractor from complying with the findings of the Project Substantial Completion Inspection and completing the Project to the satisfaction of the City Where the Punch List is limited to minor omissions and defects, the Project Manager shall indicate that the Work is substantially complete subject to completion of the Punch List. Where the Project Manager or Consultant determines, on the appropriate form that the Work is not substantially complete, the Project Manager or Consultant shall provide a list of all open items necessary to achieve Substantial Completion. Upon completion of such Work, the Contractor shall request another Substantial Completion inspection. The Project Manager or Consultant, and the Contractor shall agree on the time reasonably required to complete all remaining Work included in the Punch List. Upon the receipt of all documentation, resolution of any outstanding issues and issuance of final payment, the Project Manager or Consultant shall notify the Contractor in writing of the closeout of the Project. The City will prepare a Certificate of Substantial Completion in the form which shall establish the Date of Substantial Completion. Once substantial completion is achieved the City shall be responsible for security, maintenance, heat, utilities, damage to the Project site, and insurance; and shall list all Work yet to be completed to satisfy the requirements of the Contract Documents for Final Completion. The failure to include any items of corrective Work on such list does not alter the responsibility of Contractor to complete all of the Work in accordance with the Contract Documents. Warranties required by the Contract Documents shall commence on the date of Final Acceptance completion of the Work or designated portion thereof unless otherwise provided in the Contract Documents. 64. Acceptance and Final Payment Upon receipt of written notice from Contractor that the Work is ready for final inspection and acceptance, Project Manager and/or Consultant shall, within ten (10) calendar days, make an inspection thereof. If Project Manager and/or Consultant find the Work acceptable, the requisite documents have been submitted and the requirements of the Contract Documents fully satisfied, and all conditions of the permits and regulatory agencies have been met, a Final Certificate for Payment shall be issued by Project Manager, stating that the requirements of the Contract Documents have been performed and the Work is ready for acceptance under the terms and conditions thereof. Before issuance of the Final Certificate for Payment, Contractor shall deliver to the Project Manager or Consultant a final release of all liens arising out of the Contract Documents, receipts in full in lieu thereof; an affidavit certifying that all suppliers and subcontractors have been paid in full and that all other indebtedness connected with the Work has been paid, and a consent of the surety to final payment; the final corrected as -built drawings; operations and maintenance data, and the final bill of materials, if required, and payment application. Contractor shall deliver 50 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 the written Contractor's and all Manufacturer's warranties prior to issuance of the Final Certificate for Payment. If, after the Work has been substantially completed, full completion thereof is materially delayed through no fault of Contractor, and Project Manager or Consultant so certifies, City shall, upon such certification of Consultant, and without terminating the Contract Documents, make payment of the balance due for that portion of the Work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. The acceptance of final payment shall constitute a waiver of all claims by Contractor, except those previously made in strict accordance with the provisions of the Contract and identified by Contractor as unsettled at the time of the application for final payment. 65. NDPES Requirements Contractor shall comply with the State of Florida rules and regulations for the National Pollutant Discharge Elimination System (NPDES) including but not limited to all permitting, Notices of Intent, and the Storm Water Pollution Prevention Plan (SWPPP). All costs for NPDES and SWPPP shall be included in the Bid prices. For further information on compliance requirements for NPDES and SWPPP contact the City of Miami Public Works Department at (305) 416-1200 or visit the State of Florida website at http://www.dep.state.fl.us/water/stormwater/npdes/. Contractor is responsible for obtaining, completing and paying for any required NPDES application or permits that may be required. 66. Force Majeure Should any failure to perform on the part of Contractor be due to a condition of force majeure as that term is interpreted under Florida law, then the City may allow an extension of time reasonably commensurate with the cause of such failure to perform or cure. If the Contractor is delayed in performing any obligation under the Contract Documents due to a force majeure condition, the Contractor shall request a time extension from the City within two (2) working days of said force majeure occurrence. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Contractor for extra compensation unless additional services are required. Do Not Include inclement weather except as permitted by Florida law and may not include the acts or omissions of Sub- contractors. 67. Extension of Time Any reference in this section to the Contractor shall be deemed to include suppliers, and permitted Sub -Contractors, whether or not in privities of contract with the Contractor for the purpose of this article. If the Contractor is delayed at any time during the progress of the Work beyond the Contract Time and/or Notice to Proceed (NTP) by the neglect or failure of the City or by a Force Majeure, then the Contract Time set forth in the Contract shall be extended by the City subject to the following conditions: • The cause of the delay arises after issuance of the NTP and could not have been anticipated by the Contractor by reasonable investigation before proceeding with the Work; • The Contractor demonstrates that the completion of the Work will be actually and necessarily delayed; 51 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 • The effect of such cause cannot be avoided or mitigated by the exercise of all reasonable precautions, efforts and measures whether before or after the occurrence of the cause of delay. Note: A delay meeting all the conditions of the above, shall be deemed an Excusable Delay. The City reserves the right to rescind or shorten any extension previously granted if subsequently, the Project Manager determines that any information provided by the Contractor in support of a request for an extension of time was erroneous; provided however, that such information or facts, if known, would have resulted in a denial of the request for an Excusable Delay. Notwithstanding the above, the Project Manager will not rescind or shorten any extension previously granted if the Contractor acted in reliance upon the granting of such extension and such extension was based on information which, although later found to have been erroneous, was submitted in good faith by the Contractor. The request for an Excusable Delay shall be made within ten (10) calendar days after the time when the Contractor knows or should have known of any cause for which it may claim an extension of time and shall provide any actual or potential basis for an extension of time, identifying such causes and describing, as fully as practicable at that time, the nature and expected duration of the delay and its effect on the completion of that part of the Work identified in the request. The Project Manager may require the Contractor to furnish such additional information or documentation, as the Project Manager shall reasonably deem necessary or helpful in considering the requested extension. The Contractor shall not be entitled to an extension of time unless the Contractor affirmatively demonstrates that it is entitled to such extension. The Project Manager shall endeavor to review and respond to the Contractor's request for Excusable Delays in a reasonable period of time; however, the Contractor shall be obligated to continue to perform the Work required regardless of whether the Project Manager has issued a decision or whether the Contractor agrees or disagrees with that decision. With regard to an injunction, strike or interference of public origin which may delay the Project, the Contractor shall promptly give the Project Manager a copy of the injunction or other orders and copies of the papers upon which the same shall have been granted. The City shall be afforded the right to intervene and become a party to any suit or proceeding in which any such injunction shall be obtained and move to dissolve the same or otherwise, as the City may deem proper. The permitting of the Contractor to proceed with the Work subsequent to the date specified in the Contract (as such date may have been extended by a change order), the making of any payment to the Contractor, the issuance of any Change Order, shall not waiver the City's rights under the Contract, including but not limited to the assessment of liquidated damages or declaring Contractor in default. 68. Notification of Claim Any claim for a change in the Contract Time or Contract Price shall be made by written notice by Contractor to the Project Manager and to Consultant within ten (10) business days of the commencement of the event giving rise to the claim and stating the general nature and cause of the claim. Thereafter, within twenty (20) calendar days of the termination of the event giving rise to the claim, written notice of the extent of the claim with supporting information and documentation shall be provided unless the Project Manager or Consultant allows an additional period of time to ascertain more accurate data in support of the claim and such notice shall be accompanied by Contractor's written notarized statement that the adjustment claimed is the 52 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 entire adjustment to which the Contractor has reason to believe it is entitled as a result of the occurrence of said event. All claims for changes in the Contract Time or Contract Price shall be determined by the Project Manager or Consultant in accordance with Article 70, No Damages for Delay, if City and Contractor cannot otherwise agree. It is expressly and specifically agreed that any and all claims for changes to the Contract time or Contract price shall be waived if not submitted in strict accordance with the requirements of this Article. The Contract time will be extended in an amount equal to time lost on critical Work items due to delays beyond the control of and through no fault or negligence of Contractor if a claim is made therefore as provided in this Article. Such delays shall include, but not be limited to, acts or neglect by any separate contractor employed by City, fires, floods, labor disputes, epidemics, abnormal weather conditions or acts of God. 69. Extension of Time not Cumulative In case the Contractor shall be delayed for any period of time by two or more of the causes mentioned in Article 71, Excusable Delays, Non-Compensable, the Contractor shall not be entitled to a separate extension for each one of the causes; only one (1) period of extension shall be granted for the delay. 70. 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 except as provided herein. 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; provided, however, that this provision shall not preclude recovery of damages by Contractor for actual delays due solely to fraud, bad faith or active interference on the part of City or its Consultant. Otherwise, Contractor shall be entitled only to extensions of the Contract Time for completion of the Work as the sole and exclusive remedy for such resulting delay, in accordance with and to the extent specifically provided above. NO EXCEPTIONS. Except as may be otherwise specifically provided for in the Contract Documents, the Contractor agrees to make no claim for damages for delay of any kind in the performance of the Contract Documents whether occasioned by any act or omission of the City or any of its representatives (whether it is an Excusable Delay or otherwise) and the Contractor agrees that any such claim shall be compensated solely by an extension of time to complete performance of the Work. In this regard, the Contractor alone hereby specifically assumes the risk of such delays, including without limitation: delays in processing or approving shop drawings, samples or other submittals or the failure to render determinations, approvals, replies, inspections or tests of the Work, in a timely manner. Contractor shall not receive monetary compensation for City delay. Time extensions may be authorized, in writing, by the City in certain situations. 71. Excusable Delay, Non-Compensable Excusable Delay is (i) caused by circumstances beyond the control of Contractor, its subcontractors, suppliers and vendors, and is also caused by circumstances beyond the control of the City or Consultant, or (ii) is caused jointly or concurrently by Contractor or its subcontractors, suppliers or vendors and by the City or Consultant. Then Contractor shall be entitled only to a time extension and no compensation for the delay. 53 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 Contractor is entitled to a time extension of the Contract time for each day the Work is delayed due to Excusable Delay. Contractor shall document its claim for any time extension as provided in Article 68, Notification of Claim, hereof. Failure of Contractor to comply with Article 68, Notification of Claim hereof as to any particular event of delay shall be deemed conclusively to constitute a waiver, abandonment or relinquishment of any and all claims resulting from that particular event of delay. 72. Lines and Grades The Contractor shall, at its own expense, establish all working and construction lines and grades as required from the Project control points set by the City, and shall be solely responsible for the accuracy thereof. All work along the entire project shall be located and constructed using the roadway base/center line as reference. All elevations shown therein are in feet. 73. Defective Work Project Manager or Consultant shall have the authority to reject or disapprove Work which Project Manager or Consultant finds to be defective. If required by Project Manager or Consultant, 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. 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 Project Manager or Consultant, 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, or may be charged against the Performance Bond,. In the event of failure of Contractor to make all necessary repairs promptly and fully, City may declare Contractor in default. If, within one (1) year after the date of Substantial Completion or such longer period of time as may be prescribed by the terms of any applicable special warranty required by the Contract Documents, or by any specific provision of the Contract, 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, to do so. 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. Failure to reject any defective Work or material shall not in any way prevent later rejection when such defect is discovered, or obligate City to final acceptance. 74. Acceptance of Defective or Non -Conforming Work The City, in its sole discretion, may elect in writing to accept defective or non -conforming Work instead of requiring its removal and correction. In such instances, a Change Order will be issued to reflect an appropriate reduction in the Contract sum, or, if the amount is determined after final payment, any difference in the amount shall be paid to the City by the Contractor. 75. Uncovering Finished Work The Project Manager's, Inspector's and/or Consultant's right to make inspections shall include the right to order the Contractor to uncover or take down portions of finished Work. The Project 54 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 Manager /or Consultant shall notify the Contractor in writing concerning all uncovered finished Work. Should the Work prove to be in accordance with the Contract Documents, the uncovering or taking down and the replacing and the restoration of the parts removed will be treated as Extra Work for the purpose of computing additional compensation and an extension of time. Should the Work examined prove unsatisfactory, such uncovering, taking down, replacing and restoration shall be at the expense of the Contractor. Such expenses shall also include repayment to the City for any and all expenses or costs incurred by it, including employee salaries or related cost, in connection with such uncovering, taking down, replacing and restoration at the Project site. 76. Correction of Work The Contractor shall promptly correct all Work rejected by the Project Manager or Consultant as defective or as failing to conform to the Contract Documents, whether observed before or after Substantial Completion and whether or not fabricated, installed or completed. The Contractor shall bear all cost of correcting such rejected Work, including the cost of the City's additional services thereby made necessary. The Contractor further agrees that after being notified in writing by the Project Manager or Consultant of any Work not in accordance with the requirements of the Contract Documents or any defects in the Work, the Contractor will commence and prosecute with due diligence all Work necessary to fulfill the terms of the Contract and to complete the Work within a reasonable period of time, as determined by the Project Manager or Consultant, .and in the event of failure to so comply, the Contractor does hereby authorize the City to proceed to have such Work done at the Contractor's expense and that the Contractor will pay the cost thereof upon demand. The City shall be entitled to all costs, including reasonable attorneys' fees, necessarily incurred upon the Contractor's refusal to pay the above costs. Notwithstanding the foregoing paragraph, in the event of an emergency constituting an immediate hazard to the health or safety of personnel, property, or licensees, the City may undertake, at the Contractor's expense, without prior notice, all Work necessary to correct such hazardous condition when it was caused by Work of the Contractor not being in accordance with the requirements of the Contract. If, within one (1) year after the date of final completion of the Project or within such longer period(s) of time as may be prescribed by law, by the Contract Documents, or by the terms of any applicable special warranty required by the Contract Documents, any of the Work is found to be defective or not in accordance with the Contract Documents, the Contractor shall correct it promptly after receipt of a written notice from the City to do so. The City shall give such notice promptly after discovery of the condition. All such defective or non -conforming Work shall be removed from the site if necessary and the Work shall be corrected to comply with the Contract Documents without cost to the City. 77. Maintenance of Traffic and Public Streets Scope of Work The Contractor shall be responsible for the maintenance of public streets and traffic control necessary to perform the Work under the Contract Documents. The cost of traffic control shall be included in the Contractor's Bid. Regulations As used herein, any reference to Miami -Dade County, its departments, or its published regulations, permits and data, shall be synonymous and interchangeable with , other recognized governing bodies over particular areas or streets, or their departments, published regulations (i.e., Manual of Uniform Traffic Control Devices (MUTCD), FDOT Roadway and Bridge Standard Index Drawing Book), permits or data. The Contractor 55 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 shall abide by all applicable laws, regulations, and codes thereof pertaining to Maintenance of Traffic (MOT) on public streets, detour of traffic, traffic control and other provisions as may be required for this Project. Maintenance of Traffic (MOT) • The Contractor shall be fully responsible for the MOT on public streets, detour of traffic (including furnishing and maintaining regulatory and informative signs along the detour route), traffic control, and other provisions, throughout the Project, as required by the Manual of Uniform Traffic Control Devices (MUTCD), and FDOT Roadway and Bridge Standard Index drawing Book. Traffic shall be maintained according to corresponding typical traffic control details as outlined in the previous noted standards. No street shall be completely blocked, nor blocked more than one-half at any time, keeping the other one-half open for traffic, without specific approval. • If required by the Project Manager or Consultant, Traffic Division or FDOT or as otherwise authorized by the Project Manager or Consultant, the Contractor shall make arrangements for the employment of uniformed off -duty policemen to maintain and regulate the flow of traffic through the work area. The number of men required and the number of hours on duty necessary for the maintenance and regulation of traffic flow shall be provided by the City of Miami Police Department. • The Contractor shall provide all barricades with warning lights, necessary arrow boards and signs, to warn motorists of the Work throughout the Project. Adequate approved devices shall be erected and maintained by the Contractor to detour traffic. • Excavated or other material stored adjacent to or partially upon a roadway pavement shall be adequately marked for traffic safety at all times. The Contractor shall provide necessary access to all adjacent property during construction. • The Contractor shall be responsible for the provision, installation and maintenance of all MOT and safety devices, in accordance with the Manual of Uniform Traffic Control Devices (MUTCD) and FDOT Roadway and Bridge Standards index drawing book. In addition, the Contractor shall be responsible for providing the Consultant with MOT plans for lane closures and/or detours for approval. These plans (sketches) shall be produced, signed and sealed by a professional Engineer registered in the State of Florida, employed by the Contractor and certified under FDOT Procedure NPIL No. 625-010- 010. • Where excavations are to be made in the vicinity of signalized intersections, attention is directed to the fact that vehicle loop detectors may have been embedded in the pavement. Verify these locations by inspecting the site of the Work and by contacting the Sunshine State One -Call Center (1-800-432-4770), 48 hours prior to any excavation. Any loop detector which is damaged, whether shown on the Plans or not, shall be repaired or replaced to the satisfaction of the Miami Dade County Signs and Signal Division (Phone No. 305-592-3470). • Where applicable, the Contractor shall notify the Traffic Division 24 hours in advance of the construction date or 48 hours in advance of construction within any signalized intersection. • Temporary pavement will be required over all cuts in pavement areas, and also where traffic is to be routed over swale or median areas. When the temporary pavement for routing traffic is no longer necessary, it shall be removed and the swale or median areas restored to their previous condition. 56 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 • Pavement markings damaged during construction shall be remarked, as required by the Traffic Division. Maintenance of Traffic for Bypass Pumping • The Contractor shall take appropriate steps to ensure that all temporary pumps, piping and hoses are protected from vehicular traffic and pedestrian traffic. Lane Closures • Where construction of the Project shall involve lane closures public streets, the following shall apply: • Lane closures require a Lane Closure Permit, obtained two weeks prior to planned construction, with a minimum 48-hour prior notice to local police and emergency departments (some police jurisdictions may require considerably more notice). Lane closures of a one day or less duration will generally not be approved for major collector streets or for arterial streets during the hours of 7am to 9am and 4pm to 6pm weekdays. 78. Location and Damage to Existing Facilities, Equipment or Utilities As far as possible, all existing utility lines in the Project(s) area(s) will be shown on the plans. However, City does not guarantee that all lines are shown, or that the ones indicated are in their true location. It shall be the Contractor's responsibility to field verify all underground and overhead utility lines or equipment affecting or affected by the Project. No additional payment will be made to the Contractor because of discrepancies in actual and plan location of utilities, and damages suffered as a result thereof. The Contractor shall notify each utility company involved at least fourteen (14) calendar days prior to the start of construction to arrange for positive underground location, relocation or support of its utility where that utility may be in conflict with or endangered by the proposed construction. Relocation of water mains or other utilities for the convenience of the Contractor shall be paid by the Contractor. All charges by utility companies for temporary support of its utilities shall be paid for by the Contractor. All costs of permanent utility relocation to avoid conflict shall be the responsibility of the utility company involved. No additional payment will be made to the Contractor for utility relocations, whether or not said relocation is necessary to avoid conflict with other lines. The Contractor shall schedule the Work in such a manner that the Work is not delayed by the utility providers relocating or supporting their utilities. The Contractor shall coordinate its activities with any and all public and private utility providers occupying the right-of-way. No compensation will be paid to the Contractor for any loss of time or delay. All overhead, surface or underground structures and utilities encountered are to be carefully protected from injury or displacement. All damage to such structures is to be completely repaired within a reasonable time; needless delay will not be tolerated. The City reserves the right to remedy such damage by ordering outside parties to make such repairs at the expense of the Contractor. All such repairs made by the Contractor are to be made to the satisfaction of the utility owner. All damaged utilities must be replaced or fully repaired. All repairs are to be inspected by the utility owner prior to backfilling 79. Stop Work Order The City may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the Work for a period of up to ninety (90) days (or any lesser period), commencing no sooner than the date the order is delivered to the Contractor, and for any further period to which the parties may agree. Any such order shall be specifically identified as 57 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 a "Stop Work Order" issued pursuant to this paragraph. Within the period of ninety (90) days (or the lesser period specified) after a Stop Work Order is delivered to the Contractor, or within any extension to which the parties have agreed the City shall either: • Cancel the Stop Work Order; or • Terminate the Work covered by such order as provided in Article 87, Termination for Convenience. If a Stop Work Order issued under this Article is canceled or the period of the order or any extension thereof expires, the Contractor shall resume the Work without compensation to the Contractor for such suspension other than extending the time for Substantial Completion to the extent that, in the opinion of the Project Manger or Consultant, the Contractor may have been delayed by such suspension. In the event the Project Manger or Consultant determines that the suspension of Work was necessary due to Contractor's defective or incorrect Work, unsafe Work conditions caused by the Contractor or any other reason caused by Contractor's fault or omission, the Contractor shall not be entitled to an extension of time as a result of the issuance of a Stop Work Order. 80. Hurricane Preparedness During such periods of time as are designated by the United States Weather Bureau as being a hurricane warning, the Contractor, at no cost to the City, shall take all precautions necessary to secure the Project site in response to all threatened storm events, regardless of whether the Project Manager or Consultant has given notice of same. Compliance with any specific hurricane warning 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, and shall not give rise to a claim for compensable delay. 81. Use of Completed Portions City shall have the right, at its sole option, to take possession of and use any completed or partially completed portions of the Project(s). Such possession and use shall not be deemed an acceptance or beneficial use or occupancy of any of the Work not completed in accordance with the Contract Documents. If such possession and use increases the cost of or delays the Work, Contractor shall be entitled to reasonable extra compensation, or reasonable extension of time or both, as determined by Project Manager or Consultant. In the event City takes possession of any completed or partially completed portions of the Project, the following shall occur: • City shall give notice to Contractor in writing at least thirty (30) calendar days prior to City's intended occupancy of a designated area. • Contractor shall complete to the point of Substantial Completion the designated area and request inspection and issuance of a Certificate of Substantial Completion from Project Manager or Consultant. • Upon Project Manager or Consultant's issuance of a Certificate of Substantial Completion, City will assume full responsibility for maintenance, utilities, subsequent damages of City and public, adjustment of insurance coverage's and start of warranty for the occupied area. Contractor shall complete all items noted on the Certificate of Substantial Completion within the time specified by Project Manager or Consultant on the Certificate of 58 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 Substantial Completion, as specified in the Punch List and request final inspection and final acceptance of the portion of the Work occupied. Upon completion of final inspection and receipt of an application for final payment, Project Manager or Consultant shall issue a Certificate of Final Payment relative to the occupied area. • If City finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion thereof, such occupancy or use shall not commence prior to a time mutually agreed upon by City and Contractor and to which the insurance company or companies providing the property insurance have consented by endorsement to the policy or policies. Insurance on the unoccupied or unused portion or portions shall not be canceled or lapsed on account of such partial occupancy or use. Consent of Contractor and of the insurance company or companies to such occupancy or use shall not be unreasonably withheld. 82.- Cleaning Up; City's Right to Clean Up Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish caused by its operations. No fill or clearing stockpiles to remain on site for more than 24 hours. At the completion of a Project(s), Contractor shall remove all its waste materials and rubbish from and about the Project(s) as well as its tools, construction equipment, machinery and surplus materials. If Contractor fails to clean up during the prosecution of the Work or at the completion of the Work, City may do so and the cost thereof shall be charged to Contractor. If a dispute arises between Contractor and separate contractors as to their responsibility for cleaning up, City may clean up and charge the cost thereof to the contractors responsible therefore as the Project Manager and/or Consultant shall determine to be just. All combustible waste materials shall be removed from the Project(s) at the end of each day. Cleaning operations should be controlled to limit dust and other particles adhering to existing surfaces. 83. Removal of Equipment In case of termination of this Contract before completion for any cause whatsoever, Contractor, if notified to do so by City, shall promptly remove any part or all of Contractor's equipment and supplies from the property of City. If the Contractor does not comply with City's order, the City shall have the right to remove such equipment and supplies at the expense of Contractor. 84. Set -offs, Withholdings and Deductions The City may set-off, deduct or withhold from any payment due the Contractor, such sums as may be specifically allowed in the Contract or by applicable law including, without limitation, the following: • Any amount of any claim by a third party; • Any Liquidated Damages, and/or; • Any unpaid legally enforceable debt owed by the Contractor to the City. The City shall notify the Contractor in writing of any such withholdings. Any withholding, which is ultimately held to have been wrongful, shall be paid to the Contractor in accordance with the Local Government Prompt Payment Act 85. Event of Default An event of default shall mean a breach of the Contract or by the Contractor. Without limiting the generality of the foregoing and in addition to those instances referred to herein as a breach, an Event of Default, shall include but not limited to, the following: • The Contractor has not performed the Work in a timely manner; 59 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 • The Contractor has refused or failed, except in case for which an extension of time is provided, to supply properly skilled staff or provided sufficient quantities of staff to perform the Work; • The Contractor has failed to make prompt payment to subcontractors or suppliers for any services or materials they have provided; • The Contractor has become insolvent or has assigned the proceeds received for the benefit of the Contractor's creditors, or the Contractor has taken advantage of any insolvency statute or debtor/creditor law or if the Contractor's affairs have been put in the hands of a receiver; The Contractor has failed to obtain the approval of the City where required by the Contract; The Contractor has failed in the representation of any warranties stated herein; When, in the opinion of the City, reasonable grounds for uncertainty exist with respect to the Contractor's ability to perform the Work, the City shall notify the Contractor in writing that it must, within the time frame set forth in the City's request, provide adequate assurances and a plan of action to the City, in writing, of the Contractor's ability to perform in accordance with the terms of the Contract Documents. In the event that the Contractor fails to provide to the City the requested assurances within the prescribed time frame, the City may: o Treat such failure as a repudiation of the Contract and/or; o Resort to any remedy for breach provided herein or by law, including but not limited to, taking over the performance of the Work or any part thereof either by itself or through others. • In the event the City may, at its sole discretion terminate the Contract for default, the City or its designated representatives may immediately take possession of all applicable documentation and data. Where the City erroneously terminates the Contract or for default, the terminations shall be converted to a Termination for Convenience, and the Contractor shall have no further recourse of any nature for wrongful termination. 86. Notice of Default -Opportunity to Cure In the event that the City determines that the Contractor is in default of their obligations under the Contract, the City may at its sole discretion notify the Contractor, specifying the basis for such default, and advising the Contractor that such default must be cured within a specified time frame or the Contract with the City may be terminated. The City is under no obligation to issue such notification. The City may grant an extension to the cure period if the City deems it appropriate and in the best interest of the City, without waiver of any of the City's rights hereunder. The City, at its sole discretion, may have a default corrected by its own forces or another contractor and any such costs incurred will be deducted from any sums due the Contractor under any contract with the City. 87. Termination for Default If Contractor fails to comply with any term or condition of the Contract Documents, or fails to perform any of its obligations hereunder, then Contractor shall be in default. Upon the occurrence of a default hereunder which is not cured within the time specified to cure the default if one has been granted by the City, the Director in addition to all remedies available to it by law, may immediately, upon written notice to Contractor, terminate this Contract whereupon any advances for which Work has not been performed, paid by the City to Contractor while Contractor was in default shall be immediately returned to the City. The Director may also suspend any payment or part thereof .or order a Work stoppage until such time as the issues concerning compliance are resolved. Contractor understands and agrees that termination of this 60 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 Contract under this Article shall not release Contractor from any obligation accruing prior to the effective date of termination. A finding of default and subsequent termination for cause may include, without limitation, any of the following: • Contractor fails to obtain the insurance or bonding herein required by the Contract. • Contractor fails to comply with any of its duties under the Contract Documents, with any terms or conditions set forth in this Contract, beyond any specified period allowed - to cure such default. • Contractor fails to commence the Work within the timeframes provided or contemplated herein, or fails to complete the Work in a timely manner as required by the Contract. If this Contract is terminated for default and the City has satisfied its obligations under the Contract Documents the City is granted by the Contractor full use of the Work and any Work Product in connection with the City's completion and occupancy of the Project. Where it has been determined that the Contractor has been erroneously terminated under this Article, such termination shall be deemed to have been occurred under Article 87, Termination for Convenience. The City in its sole discretion may terminate the Contract without providing the Contractor a written notice to cure. 88. Remedies in the Event of Termination for Default If a Termination for Default occurs, the Contractor and the bond provider, if applicable) shall be notified of the effective date of the termination and shall be liable for all damages resulting from the default, including but not limited to re -procurement costs and other direct damages The Contractor shall stop Work as of the date of notification of the termination and immediately remove all labor, equipment and materials (not owned or paid for by the City) from the Work Site. The City assumes no liability for the Contractor's failure to remove such items from the Project(s) site(s) as required. The Contractor shall also remain liable for any liabilities and claims related to the Contractor's default. As an alternative to termination, the City may bring suit or proceedings for specific performance or for an injunction 89. Termination for Convenience In addition to cancellation or termination as otherwise provided for in the Contract, the City may at any time, in its sole discretion, with or without cause, terminate the Contract by written notice to the Contractor. Such Written Notice shall state the date upon which Contractor shall cease all Work under the Contract and vacate the Project(s) site(s). The Contractor shall, upon receipt of such notice, unless otherwise directed by the City: • Stop all Work on the Project(s) on the date specified in the notice ("the Effective Date"); • Take such action as may be necessary for the protection and preservation of the City's materials and property; • Cancel all cancelable orders for materials and equipment; Assign to the City and deliver to the site, or any other location specified by the Project Manager, any non -cancelable orders for materials and equipment that can not otherwise be used except for Work under the Contract and have been specifically fabricated for the sole purpose of the Work and not incorporated in the Work; 61 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 • Take no action that shall increase the amounts payable by the City under the Contract Documents; and • Take reasonable measures to mitigate the City's liability under the Contract Documents. • All charts, sketches, studies, drawings, reports and other documents, including electronic documents, related to Work authorized under the Contract, whether finished or not, must be turned over to the City. Failure to timely deliver the documentation shall be cause to withhold any payments due without recourse by Contractor until all documentation is delivered to the City. In the event that the City exercises its right to terminate the Contract pursuant to the Contract Documents, the City will pay the Contractor: • For the actual cost or the fair and reasonable value, whichever is less, of (1) the portion of the Project(s) completed in accordance with the Contract through the completion date, and (2) non -cancelable material(s) and equipment that is not of any use to the City except in the performance of the Contract, and has been specifically fabricated for the sole purpose of the Contract but not incorporated in the Work; and • To the extent practical, the fair and reasonable value shall be based on the price established as a result of the Contract. In no event, shall any payments under this Paragraph exceed the maximum cost set forth in the Contract. • The amount due hereunder may be offset by all payments made to the Contractor. • All payments pursuant to this Article shall be accepted by the Contractor in full satisfaction of all claims against the City arising out of the termination including, Further, the City may deduct or set off against any sums due and payable under this Article any claims it may have against the Contractor. • Contractor shall not be entitled to lost profits, overhead or consequential damages as a result of a Termination for Convenience. • All payments made under the Contract are subject to audit Upon the City's payment in full of the amounts due the Contractor under this Article the Contractor grants the City full use of the Work and any Work Product to complete the Project and subsequently occupy the Project. 90. Resolution of Disputes Contractor understands and agrees that all disputes between it and the City based upon an alleged violation of the terms of this Agreement by the City shall be submitted for resolution in the following manner. The initial step shall be for the Contractor to notify the Project Manager in writing of the claim or dispute and submit a copy to the City of Miami personnel identified in Article 4, Notices. Should the Contractor and the Project Manager fail to resolve the dispute the Contractor shall submit their dispute in writing, with all supporting documentation, to the Assistant Director - Contracts, as identified in Article 4, Notices. Upon receipt of said notification the Assistant Director -Contracts shall review the issues relative to the claim or dispute and issue a written finding. Should the Contractor and the Assistant Director -Contracts fail to resolve the dispute the Contractor shall submit their dispute in writing within five (5) calendar days to the Director. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Contractor. Upon receipt of said notification/the Director shall review the issues relative to the claim or dispute and issue a written finding. 62 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 Contractor must submit any further appeal in writing within five (5) calendar days to the City Manager. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Contractor. Appeal to the City Manager for his/her resolution, is required prior to Contractor being entitled to seek judicial relief in connection therewith. Should the amount of compensation hereunder exceed $100,000, the City Manager's decision shall be approved or disapproved by the City Commission. Contractor shall not be entitled to seek judicial relief unless: (i) it has first received City Manager's written decision, approved by the City Commission if applicable, or (ii) a period of sixty (60) days has expired after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation, or a period of (90) days has expired where City Manager's decision is subject to City Commission for approval; or (iii) City has waived compliance with the procedure set forth in this Article by written instrument(s) signed by the City Manager. In the event the determination of a dispute under this Article is unacceptable to either party hereto, the party objecting to the determination must notify the other party in writing within fourteen (14) calendar days of receipt of the written determination. The notice must state the basis of the objection and must be accompanied by a statement that any Contract price or Contract time adjustment claimed is the entire adjustment to which the objecting party has reason to believe it is entitled to as a result of the determination. Within sixty (60) calendar days after Final Completion of the Work, the parties shall participate in mediation to address all objections to any determinations hereunder and to attempt to prevent litigation. The mediator shall be mutually agreed upon by the parties. Should any objection not be resolved in mediation, the parties retain all their legal rights and remedies provided under State law. A party objecting to a determination specifically waives all of its rights provided hereunder, including its rights and remedies under State law, if said party fails to comply in strict accordance with the requirements of this Article. 91. Mediation -Waiver of Jury Trial In an effort to engage in a cooperative effort to resolve conflict which may arise during the course of the construction of a Project(s), and/or following the completion of the Project(s), the parties to this Contract agree all unresolved disputes between them shall be submitted to non- binding mediation prior to the initiation of litigation, unless otherwise agreed in writing by the parties. A certified Mediator, who the parties find mutually acceptable, will conduct any Mediation Proceedings in Miami -Dade County, State of Florida. The parties will share the costs of a certified Mediator on a 50/50 basis. The Contractor agrees to include such similar contract provisions with all Sub -Contractors retained for the Work, thereby providing for non -binding mediation as the primary mechanism for dispute resolution. In an effort to expedite the conclusion of any litigation the parties voluntarily waive their right to jury trial or to file permissive counterclaims in any action arising under this Contract. 92. City May Avail Itself of All Remedies The City may avail itself of each and every remedy herein specifically given to it now or existing at law or in equity, and each and every such remedy shall be in addition to every other remedy so specifically given or otherwise so existing and may be exercised from time to time and as often and in such order as may be deemed expedient by the City. The exercise or the beginning of the exercise, of one remedy shall not be deemed a waiver of the right to exercise, at the same time or thereafter, of any other remedy. The City's rights and remedies as set forth in the 63 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 Contract Documents are not exclusive and are in addition to any other rights and remedies in law or in equity. 93. Permits, Licenses and Impact Fees All applicable permit fees, including those assessed by the City, are the responsibility of the Contractor. That includes also any other permit fees not directly related to the actual construction of the Project(s), including but not limited to, licenses, permits and fees, such as Permits for dumpsters, job trailers, etc., which may be required by Miami -Dade County, the State of Florida, or other governmental entities. Except as otherwise provided within the Contract Documents, all permits and licenses required by federal, state or local laws, rules and regulations necessary for the prosecution of the Work undertaken by Contractor pursuant to the Contract Documents shall be secured and paid for by Contractor. It is Contractor's responsibility to have and maintain appropriate Certificate(s) of Competency, valid for the Work to be performed and valid for the jurisdiction in which the Work is to be performed for all persons working on the Project(s) for whom a Certificate of Competency is required. Impactfees levied by the City and/or Miami -Dade County shall be paid by Contractor. Contractor shall be reimbursed only for the actual amount of the impact fee levied by the public entity as evidenced by an invoice or other acceptable documentation issued by the public entity. Fees for Permits REQUIRED BY THE CITY AND PAYABLE TO THE CITY (e.g. Building Department's Fees such as, Master Permit, Major Trades, Mechanical, Electrical, and Plumbing Fees; Public Works Fees, such as Line and Grade, Excavation, Dewatering and NPDES Fees, and Zoning Department's Fees) by virtue of .this construction as part of the Contract shall be reimbursed to the Contractor by the City through an Allowance Account set for herein, evidenced by an invoice or other acceptable documentation issued by the public entity. Permit Fees reimbursement to Contractor shall be for the actual amount and in no event shall include profit or overhead of Contractor. Permit fees related the Contractor's operations (e.g. permits for dumpsters, job trailers, etc.) are not reimbursable. 94. Compliance with Applicable Laws All work shall be constructed in accordance with the latest edition of the City of Miami's contract documents and specifications, the City of Miami's Standards for Design and Construction as well as the Miami -Dade County's Standard Details, and the 2007 Edition of the Florida Department of Transportation Specifications Road and Bridge Construction. The Contractor shall comply with the most recent editions and requirements of all applicable laws, regulations, building and constructioncodes of the Federal government, the State of Florida, the County, and the City. The attention of the Contractor is directed to the requirements of the Florida Building Code and the Codes of Miami -Dade County and the City of Miami, Florida, governing the qualifications for Contractor and Sub -Contractor doing business anywhere in the City. 95. Independent Contractor The Contractor is engaged as an independent business and agrees to perform Work as an independent contractor. In accordance with the status of an independent contractor, the Contractor covenants and agrees that the Contractor will conduct business in a manner consistent with that status, that the Contractor will not claim to be an officer or employee of the City for any right or privilege applicable to an officer or employee of the City, including, but not 64 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 limited to: worker's compensation coverage; unemployment insurance benefits; social security coverage; retirement membership, or credit. The Contractor's staff shall not be employees of the City, and the Contractor alone shall be responsible for their Work, the direction thereof, and their compensation and benefits of any kind. Nothing in the Contract shall impose any liability or duty on the City on account of the Contractor's acts, omissions, liabilities or obligations of those of any person, firm, company, agency association, corporation, or organization engaged by the Contractor as a subcontractor, expert, consultant, independent contractors, specialist, trainee, employee, servant or agent or for taxes of any nature, including, but not limited to: unemployment insurance; worker's compensation and anti -discrimination, or workplace legislation of any kind. The Contractor hereby agrees to indemnify and hold harmless the City against any such liabilities, even if they arise from actions directed or taken by the City. 96. Third Party Beneficiaries Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract 97. Successors and Assigns The performance of this Contract shall not be transferred pledged, sold, delegated or assigned, in whole or in part, by the Contractor without the written consent of the City. It is understood that a sale of the majority of the stock or partnership shares of the Contractor, a merger or bulk sale, an assignment for the benefit of creditors shall each be deemed transactions that would constitute an assignment or sale hereunder requiring prior City approval. Any transference without City approval shall be cause for the City to nullify this Contract. Any assignment without the City's consent shall be null and void. The Contractor shall have no recourse from such cancellation. The City may require bonding, other security, certified financial statements and tax returns from any proposed assignee and the execution of an assignment/ assumption agreement in a form satisfactory to the City Attorney as a condition precedent to considering approval of an assignment. The Contractor and the City each binds one another, their partners, successors, legal representatives and authorized assigns to the other party of this Contract and to the partners, successors, legal representatives and assigns of such party in respect to all covenants of this Agreement. 98. Materiality and Waiver of Breach City and Contractor, agree that each requirement, duty, and obligation set forth in this Contract Documents is substantial and important to the formation of the Contract Documents and, therefore, is a material term hereof. City's failure to enforce any provision of the Contract Documents shall not be deemed a waiver of such provision or modification of the Contract Documents. A waiver of any breach of a provision of the Contract Documents shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of the Contract Documents. 99. Severability In the event the any provision of the Contract Documents is determined by a Court of competent jurisdiction to be illegal or unenforceable, then such unenforceable or unlawful provision shall be 65 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 excised from this Contract, and the remainder of the Contract Documents shall continue in full force and effect. Notwithstanding the foregoing, if the result of the deletion of such provision will materially and adversely affect the rights of either party, such party may elect, at its option, to terminate the Contract in its entirety. An election to terminate the Contract based upon this provision shall be made within seven (7) calendar days after the finding by the court becomes final. 100. Applicable Law and Venue of Litigation This Contract will be interpreted under the laws of the State of Florida which will apply regardless of choice of law principles. This Contract shall be enforceable in Miami -Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami -Dade County, Florida. The parties waive any objections to venue. 101. Amendments No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the City Manager, Director or designee. 102. Entire Agreement The Contract Documents, as they may be amended from time to time, represent the entire and integrated Contract between the City and the Contractor and supersede all prior negotiations, representations or agreements, written or oral. This Contract may not be amended, changed, modified, or otherwise altered in any respect, at any time after the execution hereof, except by a written document executed with the same formality and equal dignity herewith. Waiver by either party of a breach of any provision of the Contract Documents shall not be deemed to be a waiver of any other breach of any provision of the Contract Documents. 103. Nondiscrimination, Equal Employment Opportunity, and Americans with Disabilities Act Contractor shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. Contractor shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, Contractor shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Contractor's decisions regarding the delivery of services under the Contract Documents shall be made without regard to or consideration of race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used as a basis for service delivery. 104. Evaluation Contractor acknowledges that upon completion of the of the Work under the Contract Documents and/or at any other time deemed appropriate by the City a performance evaluation report will be completed by the City. A copy of each performance evaluation shall also be forwarded to the Contractor. The performance evaluations will be kept in City files for evaluation on future solicitations. 66 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 105. Commodities manufactured, grown or produced in the City of Miami, Miami -Dade County and the State of Florida Whenever two or more competitive sealed bids are received, one or more of which relates to commodities manufactured, grown, or produced within the City of Miami, Miami -Dade County and the State of Florida, and whenever all things stated in such received bids are equal with respect to price, quality, and service, the commodities manufactured, grown, or produced within the City of Miami, Miami -Dade County and the State of Florida shall be given preference. 106. 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 construction of the Work or appurtenances, are hereby included in the prices stipulated in the Contract for said Work. 107. Continuation of the Work Any Work that commences prior to and will extend beyond the expiration date of the current contract period shall, unless terminated by mutual written agreement between the City and the involved contractor, continue until completion at the same prices, terms and conditions. 108. Review of Records City shall have the right to inspect and copy, at City's expense, the books and records and accounts of Contractor which relate in any way to the Project(s), and to any claim for additional compensation made by Contractor, and to conduct an audit of the financial and accounting records of Contractor which relate to a Project(s) and to any claim for additional compensation made by Contractor including but not limited to all payroll records, invoices for materials, and books of accounts. Such records shall conform to Generally Accepted Accounting Principles requirements (GAAP), and shall only address those transactions related to the Contract. Records subject to the provisions of Public Record Law, Florida Statutes Chapter 119, shall be kept in accordance with such statute. Otherwise Contractor shall retain and make available to City all such books and records and accounts, financial or otherwise, which relate to the Project(s) and to any claim for a period of five (5) years following Final Completion of the Project(s). The Contractor agrees to maintain an accounting system that provides for accounting records that are supported with adequate documentation and adequate procedures for determining allowable costs. Contractors shall develop the proper forms and reports acceptable to the City for the administration and management of the Contract Documents. 109. No Interest Any monies not paid by City when claimed to be due to Contractor under the Contract Documents, including, but not limited to, any and all claims for damages of any type, shall not be subject to interest including, but not limited to prejudgment interest. However, the provisions of Section 218.74(4), Florida Statutes as such relates to the payment of interest, shall apply to valid and proper invoices. 110. Payments Related to Guaranteed Obligations The City may withhold from any payments to be made such sums as may reasonably be necessary to ensure completion .of the Project(s) with respect to defective Work, equipment or materials which may be identified by the Project Manager. 67 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 The City may deduct from any payment due the Contractor an amount equal to its cost incurred on account of the Contractor's failure to fully perform its obligations under the Contract. The Project Manager, prior to withholding or deducting any monies hereunder, shall give the Contractor notice of the defective Work, equipment or material and the basis for the withholding or deduction. Upon the Project Manager's determination that the Contractor has fulfilled its obligations, the City will pay the Contractor any monies owed, subject to Contractor's submission of, or compliance with, any remaining documentation or obligation, as the case may be, in accordance with the Contract Documents 111. Consent of City Required for Subletting or Assignment .If. the Contractor assigns, transfers, sublets or otherwise disposes of the Contract or its right, title or interest in or to the same or any part thereof without the previous consent in writing of the City, such action shall be an Event of Default. Nothing herein shall either restrict the right of the Contractor to assign monies due to, or to become due or be construed to hinder, prevent or affect any assignment by the Contractor for the benefit of its creditors, made pursuant to applicable law. 112. Agreement Limiting Time in Which to Bring Action Against the City In the event the Contractor may be deemed to have a cause of action against the City, no action shall lie or be maintained by the Contractor against the City upon any claim arising out of or based upon the Contract Documents by reason of any act or omission or requirement of the City or its agents, unless such action shall be commenced within six (6) months after the date of issuance of a final payment under the Contract, or if final payment has not been issued within six (6) months of substantial completion of the Work or upon any claim relating to monies required to be retained for any period after the issuance of the said certificate, unless such action is commenced within six (6) months after such monies become due and payable under the terms of the Contract Documents, or if the Contract is terminated or declared abandoned under the provisions of the Contract unless such action is commenced within six (6) months after the date of such termination or declaration of abandonment by the City. 113. Defense of Claims Should any claim be made or any legal action brought in any way relating hereto or to the Work hereunder, except as is covered by the provisions of § 6 ("Indemnification") the Contractor shall diligently render to the City, after additional compensation is mutually agreed upon, any and all assistance which the City may require of the Contractor. Additional compensation will only be furnished relative to the costs of any corrective Work as defined in Section 2 , §1 which is not the fault of the Contractor, The Contractor will be responsible for payment of attorneys fees and costs incurred in defense of the Contractor and of the City. 114. Contingency Clause Funding for this Contract is contingent on the availability of funds and continued authorization for program activities and the Contract is subject to amendment or termination due to lack of funds, reduction of funds and/or change in regulations, upon thirty (30) days notice. 115. Mutual Obligations This document, change order, field directive, and written clarifications issued under the Contract, and the Contractor's submittals, shall constitute the Contract Documents between the parties with respect hereto and supersedes all previous communications and representations or 68 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 agreements, whether written or oral, with respect to the subject matter hereto unless acknowledged in writing by their duly authorized representatives. Nothing in the Contract shall be construed for the benefit, intended or otherwise, of any third party that is not a parent or subsidiary of a party or otherwise related (by virtue of ownership control or statutory control) to a party. In those situations where the Contract Documents imposes an indemnity obligation on the Contractor, the City, may at its expense, elect to participate in the defense of the claim if the City should so choose. Furthermore, the City may, at its own expense, defend or settle any such claim if the Contractor fails to diligently defend such claim, and thereafter seek indemnity for such cost from the Contractor. 116. Contract Extension The City reserves the right. to exercise its option to extend the. Contract for up to ninety (90) calendar days beyond the original Contract period. In such event, the City will notify the Contractors in writing of such. extensions. 117. Non-Exclusivitv It is the intent of the City to enter into a Contract with all successful Bidders that will satisfy its needs as described herein. However, the City reserves the right, as deemed in its best interest, to perform, or cause to be performed, the Work and services, or any portion thereof, herein described in any manner it sees fit, including but not limited to: award of other contracts, use of any contractor, or perform the Work with its own employees. 118. Nature of the Agreement The Contractor shall provide the services set forth in the Contract Documents. The Contractor shall provide full and prompt cooperation with the City in all aspects of the Work to be performed. The Contractor acknowledges that the Contract Documents require the performance of all things necessary for or incidental to the effective management and performance of a Project(s). All things not expressly mentioned in the Contract Documents, but necessary to carrying out its intent are required by the Contract Documents, and the Contractor shall perform the same as though they were specifically mentioned, described and delineated. The Contractor shall furnish all labor, materials, tools, supplies and other items required for the completion of the Contract. All Work shall be accomplished at the direction of and to the satisfaction of the Project Manager. 119. Contract Documents Contain all Terms The Contract Documents and all documents incorporated herein by reference contain all the terms and conditions agreed upon by the parties hereto, and no other agreement, oral or otherwise, regarding the subject matter of the Contract Documents shall be deemed to exist or to bind any of the parties hereto, or to vary any of the terms contained herein. 120. Survival The parties acknowledge that any of the obligations in the Contract Documents will survive the term, termination and cancellation hereof. Accordingly, the respective obligations of the Contractor and the City under the Contract, which by nature would continue beyond the termination, cancellation or expiration thereof, shall survive termination, cancellation or expiration thereof. 122. Disclosure of State Funding, if applicable. 69 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 If State funds are being used by the City to pay for this work, The City document whether payment will come from funds appropriated by the state and, if known, the amount of such funds or the percentage of such funds as compared to the anticipated total cost of the personal property or construction services. 70 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 Section 3 - Supplemental Terms and Conditions 1. Contract Time & Hours The Contractor shall furnish all labor, materials, equipment, tools, services, and incidentals to complete all Work at a rate of progress that will ensure completion of the Work within the Contract Time. Contractor shall have Forty Five (45) calendar days to achieve Substantial Completion from the date that the Notice to Proceed is issued. Contractor shall have an additional Thirty (30) calendar days for Final Completion of the Contract. Work shall be performed Monday through Friday from 8:00 am to 6:00pm. Any Work to be performed outside of these times must be requested in writing to the Project Manager 48 hours prior to the requested change. The Project Manager will notify the Contractor in writing of any changes in approved Work hours. 2. Progress Payments Contractor may make application for payment for Work completed during the Project(s) at intervals of not more than once a month or upon completion and Final Acceptance of the Work. Bidders will be paid based on the line item breakdown, contained in the Bid Form, with payments based on actual Work performed. All applications shall be submitted in triplicate and the Contractor shall only use the City's Contractor Payment Application Form. Where the time frame for completion of the Work is less than or equal to one month or a Schedule of Values is not required, the Contractor shall submit the appropriate documentation as defined below. Supporting evidence to be included with any application for payment shall include, but is not limited to, an updated progress schedule as required by Article 5 of the Supplemental Terms and Conditions and a partial or final release of liens or consent of Surety relative to the Work, which is the subject of the application for payment and any other information required by the Project Manager or Consultant. Each application for payment shall be submitted in triplicate for approval. City shall make payment to Contractor within thirty (30) days after approval of Contractor's application for payment. Ten percent (10%) of all monies earned by Contractor shall be retained by City until Final Acceptance by the City. Any interest earned on retainage shall accrue to the benefit of City. All requests for retainage reduction shall be in writing in a separate stand alone document. City may withhold, in whole or in part, payment to such extent as may be necessary to protect itself from loss on account of: ■ Defective Work not remedied. ■ Claims filed or reasonable evidence indicating probable filing of claims by other parties against Contractor or City because of Contractor's performance. Failure of Contractor to make payments properly to Subcontractors or for material or labor. ■ Damage to another contractor not remedied. • Liquidated damages and costs incurred by City and/or Consultant for extended construction administration. ■ Failure of Contractor to provide any and all documents required by the Contract Documents. In instances where multiple Project are awarded the Contractor shall submit separate applications for Payment for each Project. 71 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 When the above grounds are removed or resolved satisfactory to the Project Manager, payment shall be made in whole or in part. The City will pay, and the Contractor shall accept as full compensation for the Work, the sums specified in the Contractor's submittal to the Contract Documents, as accepted by the City. Contractor may be paid for materials or equipment purchased and stored at the Project(s) Site(s) or another location. Where a payment request is made for materials or equipment not incorporated in the Project(s), but delivered and suitably stored at the site or at some other location agreed upon in writing, the written documentation must be submitted at the time of request for payment. Payment shall be conditioned upon submission by the Contractor of paid invoices and an executed Material Purchased/Stored On -Premises form to establish the City's title to such materials or equipment, or otherwise protect the City's interest, including applicable insurance in the name of City and transportation to the site. Contractor retains sole liability to replace such stored materials or equipment as a result of damage or loss for any reason. 3. Liquidated Damages The Contractor is obligated and guarantees to complete the Project in the time set forth in the Contract Documents or any approved extension of time the Contractor shall pay to the City liquidated damages as follows. In the event of a delay in completion beyond the timeframe set forth in the Contract Documents for Substantial Completion the Contractor shall pay to the City for each and every calendar day of unexcused delay, the sum of One Thousand One Hundred Forty -Eight dollars ($1,148) per calendar day, which is hereby agreed upon not as a penalty but as liquidated damages. In the event of a delay in completion beyond the timeframe set forth in the Contract Documents for Final Completion the Contractor shall pay to the City for each and every calendar day of unexcused delay, the additional sum of Five Hundred Seventy -Four dollars ($574) per calendar day, which is hereby agreed upon not as a penalty but as liquidated damages. The Contractor will be notified of any approved exceptions or extensions. The total amount of liquidated damages shall not exceed the value of the applicable Contract Documents. The City shall have the right to deduct liquidated damages assessments from any payment due or which may thereafter become due to the Contractor under any contract the Contractor has with the City. In case the amount, which -may become due hereunder, shall be less than the amount of liquidated damages due the City, the Contractor shall pay the difference upon demand by the City. Should the Contractor fail to compensate the City for any liquidated damages, the City shall consider this as a form of indebtedness and may deny any future Work under the Contract or any other City contract until such indebtedness is paid in full to the City. The City shall notify the Contractor that it is incurring liquidated damages. 4. Schedule of Values -The Contractor must submit three copies of a Schedule of Values, which must be submitted within ten (10) calendar days of the issuance of the Notice to Proceed. 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 should be as separate line items. Each line item shall be identified with the number and title of the major specification section or major components of the items. The Project Manager or Consultant 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 Schedules of Values shall not exceed 5% of the value of the Contract. 72 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 The approved schedule of values shall be updated through the submittal of the City's Contractor Payment Application Form. 5. Project Schedules Contractor shall submit a proposed Project schedule as follows: ■ Schedule identifying all tasks within the critical path. The proposed Project schedule shall be submitted within ten (10) calendar days of the Notice of Award and such submittal shall be subject to the Project Manager and Consultant's review. Subsequent to such review of said schedule the Contractor shall establish said schedule as the baseline schedule. ■ All updates of schedules shall be tracked against the baseline schedule and shall be at a minimum submitted with each pay application. An updated schedule against the baseline shall also be submitted upon execution of each change order that impacts the Contract Documents Time for completion. Failure to submit such schedules shall result in the rejection of any submitted payment application. • All Project Schedules shall be prepared in Microsoft Project 2003 or later unless otherwise approved by the Project Manager. At the time of submission of schedules Contractor shall submit a hard copy as well as an electronic version. Such electronic version shall not be submitted in a .pdf format and shall be capable of being incorporated in to the City's baseline schedules. • Subsequent to review of the initial schedule submission the Contractor shall establish the reviewed schedule as the "baseline schedule". Contractor shall then prepare and submit all updates to the schedules utilizing the tracking mode within Microsoft Project. 6. Release of Liens/Subcontractor's Statement of Satisfaction The Contractor warrants and guarantees that title to all Work, materials and equipment covered by an application for payment, whether incorporated in the Project(s) or not, will pass to the City upon the receipt of such payment by the Contractor, free and clear of all liens, claims, security interests or encumbrances and that no Work, materials or equipment will have been acquired by the Contractor or by any other person performing Work at the site or furnishing materials and equipment for the Project(s), subject to an agreement under which an interest therein or an encumbrance thereon is retained by the seller or otherwise imposed by the Contractor or such other person. The Contractor shall, beginning with the second request for payment, attach a Partial Release of Lien/Subcontractor's Statement of Satisfaction for each application for payment. Failure to submit such documentation may delay payments. The City may, in its sole discretion withhold payments for Work performed by Subcontractor where no release of lien has been submitted. The Contractor shall submit with the final payment request, for any Project(s) where subcontractors have performed Work, a Final Release of Lien/Subcontractor's Statement of Satisfaction for each Subcontractor marked as a final. Failure to submit such documentation will result in delay in payment or the City withholding from the final payment such funds as necessary to satisfy any Subcontractor claims. Where the Contractor has submitted a Performance/Payment Bond the Contractor may, in lieu of the Release of Lien/Subcontractor's Statement of Satisfaction, submit Consent of Surety to Requisition Payment. Contractor must use City Release of Lien, Affidavit and Consent of Surety forms or the Application for Payment will be rejected. 73 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 7. Progress Meetings The City shall conduct a pre -construction conference prior to the commencement of the Work. Contractor shall hold progress and coordination meetings as required by the Project Manager or Engineer, to provide for the timely completion of the Work. Contractor shall arrange and conduct regular bi-weekly job site Project status meetings with the Project Manager and/or Consultant. Contractor shall use the job site meetings as a tool for the pre -planning of Work and enforcing schedules, and for establishing procedures, responsibilities, and identification of authority for all parties to clearly understand. During these meetings, Contractor shall identify the party or parties responsible for following up on any problems, delay items or questions, and Contractor shall note the action to be taken by such party or parties. Contractor shall revisit each pending item at each subsequent meeting until resolution is achieved. Contractor shall attempt to obtain from all present any potential problems or delaying event known to themfor appropriate attention and resolution. Contractor shall be responsible for keeping minutes of the meeting and distribution of the minutes to all parties in attendance. The Contractor shall arrange for the participation of its subcontractors and/or vendors when the Project Manager requires their presence. The Contractor shall maintain minutes of the meeting and distribute copies of the minutes to all parties in attendance. The Contractor shall prepare and distribute to Project Manager and the Consultant an updated two -week look -ahead schedule of construction activities and submittals. 8. Request for Information The Contractor shall submit a Request for Information (RFI) where the Contractor believes that the Contract Document's specifications or drawings are unclear or conflict. All requests must be submitted in a manner that clearly identifies the drawing and/or specification section where clarification or interpretation is being requested. As part of the RFI, Contractor shall include its recommendation for resolution. The Consultant and City's Project Manager shall respond in writing. 9. Project Site Facilities The Contractor shall arrange for all Project(s) site facilities as maybe necessary to enable the Project Manager or Consultant to perform their respective duties and to accommodate any representatives of the City which the City may choose to have present at the Project(s). Contractor's, Sub -Contractor's, supplier's, material persons personnel shall not use the City restrooms that may be available at the Project(s) site without the prior consent of the manager of the facility or the Project Manager where there is no manager of a facility. The Contractor shall provide and maintain at his own expense, in a sanitary condition, such accommodations for the use of his employees as is necessary to comply with the requirements including Chapter 46 of the Building Code and regulations of the State of Florida Department of Health and Rehabilitative Services or Dade County Health Department. The Contractor, his employees or his Sub -Contractors shall commit no public nuisance or use any facilities that have not been specifically provided for use by the Contractor. The Contractor shall furnish an adequate supply of drinking water for its and its Sub - Contractors' employees. There shall be adequate provisions' made by the Contractor to ensure all disposable materials are properly disposed of and do not create a nuisance to the City or the public. The location of the temporary facilities shall be subject to the approval of the Project Manager or Consultant. Contractor is required to provide any necessary temporary utilities to the site, such as electric, water, and sanitary services to the site for new construction or additions to a facility. The 74 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 Project Manager may authorize the use of existing utilities. Such decision will be made at the sole discretion of the Project Manager and the City. The Contractor shall be required to obtain all necessary permits required for any Project(s) site facilities. Contractor shall also be responsible to maintain such facilities in a safe and working condition. All such facilities remain the property of the Contractor and the Contractor shall be responsible for removal and disposal of such facilities prior to Final Acceptance. 10. Inspection of Work Contractor shall notify the Project Manager and Consultant at least 48 hours prior to commencing Work on the following: • Storm Drain • Subgrade — submit and have approved desities prior to placement of rock • Limerock Base — submit and have approved desities and as-builts prior to placement of any asphalt 11. Security The site where the Work is to be performed may not be a secure site and the public may have access to the site. The Contractor shall have sole responsibility for the security of all Work materials, tools, equipment and Work at the Project(s) site. The City shall not be liable for any damage or loss to such materials, tools, equipment and Work and the Contractor shall be responsible for the repair or replacement of all Work such materials, tools, and equipment. 12. Construction Signage Where required by the Contract Documents the Contractor shall provide construction signage. The City shall provide the Contractor the wording and layout for the signs at the pre -construction conference. The Contractor shall furnish the two City signs at the Project(s) Site(s) as follows: • The first sign must be manufactured by Image 2000, 45 East 9th Court, Hialeah, Florida (305) 884-2240 or approved equal. The sign shall be 4 feet wide and 8 feet high and constructed . of pressure sensitive ..2 niil cast vinyl overmounted with 3 mil mylar and mounted to 1 MDO with painted back. The sign shall be mounted on 4 inch square wood or perforated "U" channel metal posts painted white, and be readable at eye level. The colors to be used on the sign are as follows: the background shall be white with blue lettering; the seal shall be white and gold with blue lettering form. • The second sign shall reflect other funding sources for the Project and shall reflect the Project information. The sign shall be 4 feet wide by 8 feet high by 3/ inch (thick) exterior plywood, suitably mounted and readable at eye level. The colors shall be blue and white. The background shall be white and all lettering shall be blue Helvetica. All paint shall be rated outdoor enamel. The City will provide the City Seal in decal form. • The Contractor shall also post appropriate construction site warning signs at the Work Site. Such signs shall be posted to warn pedestrian and vehicle traffic. Signage shall also be placed waterside to alert boater to the construction zone, requiring idle speed and a minimum clearance distance. Contractor shall provide drawings for the signage, which shall be subject to approval by the Consultant. • The Project Manager and. the City shall approve the locations for all signage. 13. Construction Photographs Contractor shall submit with each application for payment photographs that accurately reflect the progress of the work. Contractor shall submit once copy of each photograph in print and 75 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 digitally. The photographs shall be printed on 8"X10" high resolution glossy single weight color print paper. Each photograph will also reflect the date and time the picture was taken. Aerial photographs will be taken on a bi-monthly basis. 14. City Furnished Property Contractor shall preserve all street signs, parking meters, benches; traffic control signs, etc, when directed to by the Project Manager or Consultant and shall reinstall or provide to the City as directed. 15. Geotechnical Testing — Intentionally Omitted 16. Field Layout of the Work and Record Drawings for Drainage Proiects The Contractor through the services of a State of Florida Registered Professional Surveyor and Mapper (P.S.M.), shall establish the line and benchmarks and other reference points for the installation of the pipeline or structure For pipelines, this will consist of establishing all points of bend (but not necessarily bevel pipe unless in close proximity to other facilities), valves, tees, crosses and other stations not more than 100 feet apart along the proposed centerline of the pipe, or along a stationed offset line as shown on the Plans, marked by a nail in a metal cap if in pavement, with the station painted nearby or by a nail in the top of a wooden stake driven flush with the ground with the station marked on a flag stake nearby, if not in pavement. For structures, this will consist of base lines, stakes at corners, centers and center lines, auxiliary lines and a bench mark from which to establish the elevations. The Contractor shall make his equipment and men available to the Inspector for spot-checking the accuracy of the Work. The Project Manager or Consultant shall require the Work to be brought within the tolerances specified elsewhere before backfill is placed or the construction is otherwise hidden. The entire responsibility for establishing and maintaining line and grade in the field lies with Contractor. Contractor shall maintain an accurate and precise record of the location and elevation of all pipe lines, conduits, structures, maintenance access structures, handholes, fittings and other Work and shall prepare record or "as -built" drawings of the same which are signed and sealed by a State of Florida Registered Professional Surveyor and Mapper (P.S.M.). Contractor shall deliver these records in good order to Project Manager or Consultant as the Work is completed. The Contractor shall supply the Consultant with a copy of the Registered Land Surveyor's layout of the Work immediately upon its availability to his own forces. The cost of all such field layout and recording work is included in the prices bid for the appropriate items. All record drawings shall be made on reproducible paper and shall be delivered to Project Manager or Consultant prior to, and as a condition of, final payment. During the entire construction operation, the Contractor shall retain the services of a State of Florida Registered Professional Surveyor and Mapper (P.S.M.) who shall maintain records of the installation, including all deviations from the plans and specifications by obtaining "As -built" dimensions and elevations. The surveyor shall prepare record as -built drawings showing correctly and accurately all changes and deviations made during construction, including approved construction variances to reflect the Work as it was actually constructed. "As -Built" drawings shall be submitted to the City on a monthly basis. Recording of Project Record ■ Record all information for pipeline projects and on -site projects concurrently with 76 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 construction progress. • Do not conceal any work until as -built information is recorded by the Contractor and the City. • All locations for future connections or tie-ins shall be left unburied and uncovered until the City's surveying forces obtain and record the as -built information. This is in addition to the Contractor's recorded information. • Restrained pipe, end line valves, thrust blocks need to be left uncovered for the last complete length. Inline valves and tees shall be left exposed for 1 length on both sides plus the face end. Record the elevation, deviation from horizontal and vertical alignment and the inclination for these items. • Maintain records of all pipeline Project and on -site Project deviations from Drawings and Specifications by a Florida Registered Professional Surveyor and Mapper (P.S.M.). • For Pipe Installation In All Pipeline Projects and On -site Projects: During entire construction operation retain -the services of a State of Florida Registered Land Surveyor (FRLS) who shall maintain records of the installation, including all deviations from Drawings and Specifications. • (FRLS) shall record as -built dimensions and elevations every twenty-five feet (25') or portion thereof along pipeline and at every abrupt change in direction of the new line. • (FRLS) shall record locations and elevations for each valve, fitting, service line, fire hydrant, water sampling point, and also for above ground piping and other appurtenances along the pipeline. Specific locations and elevation of equipment, the buildings and miscellaneous items installed inside them shall be recorded as applicable. • Contractor's FRLS shall prepare as -built record drawings showing correctly and accurately the installation, embracing all changes and deviations made during construction, including all approved construction variances, to reflect the work as it was constructed. • Record Drawings shall be prepared on 4-mil mylar as specified hereinafter. Record Drawings and three (3) blue line copies shall be signed and sealed by the Surveyor and shall be submitted to the City for the Project Manager's or Consultant's review within ten (10) calendar days following the completion date of successful pressure testing of all mains and appurtenances under the Contract Documents • If the Consultant determines that the Drawings are not acceptable, they will be returned to the Contractor with a cover letter noting the deficiencies and/or reasons for the disapproval. Contractor shall have ten (10) calendar days to correct all exceptions taken by the Project Manager or Consultant and resubmit as -built record drawings to the Consultant for final acceptance. Prior to, and as a condition precedent to Final Payment, Contractor shall submit to City, Contractor's record drawings or as -built drawings acceptable to Project Manager or Consultant. 17. Survey Work for Drainage Projects The Contractor shall retain or employ a FRLS to lay out all storm sewer construction and provide final measurements. At. the Project pre -construction meeting, to be attended by the Contractor's FRLS, the Contractor will be provided a packet of information, from the City, showing the format to be utilized. The Contractor is advised that the survey work, including required final measurements, shall be according to City Standards and are an integral part of the Project. The Project shall not be considered complete until the final measurements are approved by the City. 77 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 18. Special Care Provisions The Dinner Key Harbormaster office and restroom trailers shall be protected from the demolition work and will remain operational during the demolition. The contractor shall take the necessary precautions to protect the FPL equipment from damage. The FPL equipment is located in the utility easement at the west side of the building (refer to Sketch A). The contractor shall bear any cost to repair the FPL equipment should the equipment be damaged as a result of the demolition. In reference to the contaminated materials and soil in the project site, the contractor shall adhere to the recommendations of Shaw Environmental, Inc. that are outlined in the Phase I — Limited Asbestos Survey and Limited Lead -Based Paint Survey, and Phase II Environmental Real Estate Site Assessment Reports. 78 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 BID FORM (Page 1 of 11) SECTION 4 BID FORM Submitted: Date City of Miami, Florida Office of the City Clerk City Hall, 1st 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 Bid; 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(s) entitled: Bid No: 12-13-060 Title: COCONUT GROVE CONVENTION CENTER DEMOLITION 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. 79 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 BID FORM (Page 2 of 11) Note: Bidders are bidding on the Lump Sum Cost of the Base Bid Items for the purpose of determining the lowest responsive and responsible bidder. Where there is a discrepancy between the numerical and written Bid Amount, the written Bid Amount will prevail. City Form SU must be submitted with your bid. The SU Form can be found posted on the webpage with the bid documents. Our Bid Amount Includes the total cost for the Work specified in this solicitation, consisting of furnishing all materials, labor, equipment, supervision, mobilization, overhead & profit required in accordance with the Bid Specifications. 1. BASE BID ITEMS: Bid Item A: Building Demolition: $ Bid Item B: Partial Site Demolition: $ Permit Allowance $87,000 COMBINED TOTAL BASE BID AMOUNT: $ (COMBINED Bid Item A + Bid Item B + Permit Allowance) 11. UNIT COST ITEMS — FOR SALVAGE CREDITS — The unit costs for the salvaged or scrap materials shall be based on current market value for said items/materials. These unit costs will be used to assess credits to the City 1. Value of STEEL collected: $ PER POUND 2. Value of COPPER collected: $ PER POUND 3. Value of BRASS collected: $ PER POUND 4. Value of ALUMINUM collected: $ PER POUND 5. Value of PLASTIC collected: $ PER POUND 6. Value of CRUSHED CONCRETE collected: $ PER POUND 80 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 BID FORM (Page 3 of 11) [[I. A►DD/DEDUCT ITEM: 1. Furnish and install One (1) wood bollard, pressure treated, 6'-0" total length, 30" embedment: UNIT COST The spreadsheet with Unit Prices is required to be submitted within the Bid Submittal Forms. Bidders must download the version of MS Excel Bid Form that is available for download at: http://www.miam igov.com/Capitallm provements/paqes/ProcurementOpportunities/Default.asp. Failure to submit the Spreadsheet may result in the Bid being determined to be non -responsive. MS Excel sheet shall round all bid price to the second decimal. The Bid Forms contain five (5) separate component projects and the Bidder must provide unit prices for all Work to be performed for each of the five (5) component projects to be deemed responsive. COCONUT GROVE CONVENTION CENTER DEMOLITION - PROJECT NO. B-30182A Line> 1 2 3 4 5 6 7 8 9 10 ay Item 1 2 3 4 5 6 7 8 9 10 Item Description Uni uarti Unit Cost ost- 81 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 BID FORM (Page 4 of 11) Part I: DIRECTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES, AND PARTS III AND IV (If applicable) Part I: Listed below are the dates of issue for each Addendum received in connection with this Bid: Addendum No. 1, Dated Addendum No. 2, Dated Addendum No. 3, Dated Addendum No. 4, Dated Part II: No addendum was received 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. Community Small Business Enterprise ("CSBE") Requirements Bidder certifies that it has read and understood the provisions of City of Miami Ordinance 13331, codified as Section 18-89 of the City Code, pertaining to the implementation of a "Community Small Business Enterprise" requirement. Evaluation of bidder's responsiveness to Ordinance Section 13331 shall be a consideration in the award of a contract. 2. 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 pertains; that this Bid is made without connection or arrangement with any other person. Bidder certifies that the selected independent third -party verifier will verify and certify compliance data and reports honestly and accurately; and 3. 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; (ii) 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); 82 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 BID FORM (Page 5 of 11) (4) Notifying all employees, in writing, of the statement required 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 (ii) 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) (ii) above, from an employeeor 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: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) 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 Making a good faith effort to maintain a drug -free workplace program through implementation of subparagraphs(1) through (6); and (7) 4. Lobbying The undersigned certifies to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid, or will be paid, by or on behalf of the undersigned, to- any person for influencing or attempting to influence an officer or employee of 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 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. 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. (3) 83 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 BID FORM (Page 6 of 11) 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 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, "All" in the Final Rule is expected to be clarified to show that it applies to covered contract/grant transactions over $100,000 (per QMB). 5. 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 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 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. (e) In addition, factors to be considered in determining responsibility of prospective contractual parties shall include but not be limited to: (1) Bidder does have availability of appropriate financial, material, equipment, facility, and personnel resources and expertise, or the ability to obtain them, to meet all contractual requirements; (f) (2) Bidder does have a satisfactory record of performance; (3) Bidder does have a satisfactory record of integrity; (4) Bidder does possess qualified legal standing to contract with the city; (5) Bidder will be in compliance in supplying all requested information connected with the inquiry concerning responsibility; Bidder has not had a termination, suspension, or cancellation of a City contract, in whole or in part, for cause, due to a default by the bidder or offeror, within the past five (5) years, which has not been reversed on appeal by a court of competent jurisdiction; or (g) Bidder has not withheld a payment or nonpayment of moneys due the City from the Bidder or Offeror, within the past five (5) years, unless the full amount of such moneys due the city 84 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 BID FORM (Page 7 of 11) (h) have been deposited with a court of competent jurisdiction in Miami -Dade County, Florida, pursuant to the provisions of Fla. R. Civ. P. 1.600 titled "Deposits in Court", as amended, or other applicable Federal, State or Local Rules of Court, and are subject to distribution to the city or withdrawal by the city by order of the court. (i) The Bidder shall provide any information requested by the chief procurement officer or purchasing agent concerning responsibility. If such contractual party fails to provide the requested information, the determination of responsibility may be made upon available information or the prospective contractual party may be found nonresponsible. The prospective contractual party may demonstrate the availability of necessary financial, equipment, facility, and personnel resources by submitting: (1) The bidder will, upon request, furbish evidence that the contractual party possesses such necessary resources; (2) Bidder affirms it has acceptable plans to subcontract for such necessary resources; or (3) Bidder will, upon request, submit a documented commitment for, or explicit arrangement with, satisfactory sources to provide such necessary resources. 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 in writing. 6. Local Workforce Participation Requirements The Bidder certifies to the best of its knowledge and belief, that it and its principals: (a) have read and understood the provisions of City of Miami Ordinance 13332, codified as Section 18-89 of the City Code pertaining to the local workforce participation requirements on a quarterly basis; (b) have identified in City Form Subcontractor Utilization ("SU") a third party independent who verifies and is properly licensed under the provisions of F.S. 454,471,473, or 481 and who is not with the contractor; and (c) the selected third party, who independently verifies compliance with this section, must have a minimum of 2 years experience as required in Ordinance No. 13332, codified as Section 18-89 of the City Code; Part IV; Certification — Trench Safety Act The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of Section 553.60, et. seq., Florida Statutes, 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 85 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 BID FORM (Page 8 of 11) 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. The Bidder further identifies the costs and methods summarized below: Quantity Unit Description Unit Price Price Extended . Method Total $ Attached is a Bid Bond [ ], Cash [ ], Money Order [ ], Unconditional/Irrevocable Letter of Credit [ ], Treasurer's Check [ ], Bank Draft [ ], Cashier's Check [ ], Bid Bond Voucher [ ] or Certified Check [ ] No. Bank of for the sum of 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. Firm's Name: Signature: Printed Name/Title: City/State/Zip: Telephone No.: Facsimile No.: E-Mail Address: Social Security No. or Federal Dun and I.D.No.: Bradstreet No.: (if applicable) If a partnership, names and addresses of partners: 86 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 BID FORM (Page 9 of 11) CERTIFICATE OF AUTHORITY (IF CORPORATION) I HEREBY CERTIFY that at a meeting of the Board of Directors of a corporation 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 corporation to execute bids on behalf of the corporation and providing that his/her execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 Secretary: Print: CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the , a partnership organized and State of , held on the day of , a resolution authorizing (Name) as (Title) behalf of the partnership and provides that his/her execution thereof, attested by a and deed of the partnership. Board of Directors of existing under the laws of the was duly passed and adopted of the to execute bids on partner, shall be the official act I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I 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). 87 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 BID FORM (Page 10 of 11) CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) , individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the Bid to which this attestation is attached. Signed: Print: IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 88 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 BID FORM (Page 11 of 11) NOTARIZATION STATE OF . ) SS: COUNTY OF ) The foregoing instrument was acknowledged before me this day of 20 , by , who is personally known to me or who has produced as identification and who (did / did not) take an oath. SIGNATURE OF NOTARY PUBLIC STATE OF FLORIDA PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC 89 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 Section 5- Attachments BID BOND FORM (Page 1 of 3) State of Florida ) County of Dade )SS: City of Miami ) KNOWN ALL PERSONS BY THESE PRESENTS, that as Principal, _ as Surety, are held and firmly bound unto The City of Miami, in the penal sum of Dollars ($ ) 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 , 20_, for: COCONUT GROVE CONVENTION CENTER DEMOLITION - PROJECT NO.: B-30182A NOW THEREFORE: (a) If the principal shall not withdraw said Bid within one hundred twenty (120) 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. 90 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 BID BOND FORM (Page 2 of 3) IN WITNESS WHEREOF, the above bound parties have executed this instrument under their several seals, this day of the name and corporate seal of each party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. WITNESS: (If Sole Ownership, Partnership, or Joint Venture, two (2) Witnesses are required. If Corporation, Secretary only will attest and affix seal.) PRINCIPAL: (Name of Firm) Affix Seal (Signature of authorized officer) (Title) (Business Address) City State Zip Surety: (Corporate Surety) Affix Seal Surety Secretary (Signature of Authorized Officer) (Title) (Business Address) City State Zip 91 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 BID BOND FORM (Page 3 of 3) CERTIFICATE AS TO CORPORATE PRINCIPAL , 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. STATE OF FLORIDA COUNTY OF DADE CITY OF MIAMI )SS (Corporate Seal) Before me, a Notary Public duly commissioned, and qualified, personally appeared - 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 to execute the foregoing bond on behalf of the Contractor named therein in favor of The City of Miami, Florida. Subscribed and sworn to before me this day of INSTRUCTIONS: Bid Bonds must be accompanied by a Power of Attorney, in compliance with Instructions to Bidders Notary Public, State of Florida at Large My Commission Expires: 92 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 SUPPLEMENT TO BID FORM: QUESTIONNAIRE This Completed Form Must Be Submitted With The Bid, The City May, At Its Sole Discretion, Require 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. Additional Pages May Be Used Following The Same Format And Numbering. By submitting its Bid the Bidder certifies the truth and accuracy of all information contained herein. A. Business Information 1.. How many years has your company been in business under its current name and ownership? a. Professional Licenses/Certifications (include name and number)* Issuance Date (`include active certifications of community small business enterprise & name of certifying entity) b. Date company licensed by Dept. Of Professional Regulation: c. Qualified Business License: ❑ Yes❑ No If Yes, Date Issued: d. What is your primary business? (This answer should be specific. For example; paving, drainage, schools, interior renovations, etc.) e. Name of Qualifier, license number, and relationship to company: f. Names of previous Qualifiers during the past five (5) years including, license numbers, relationship to company and years as qualifier for the company 2. Name and Licenses of any prior companies Name of Company License No. Issuance Date 3. Type of Company: ❑ Corporation ❑ "S" Corporation❑ LLC❑ Sole Proprietorship ❑Other: (Corporations will be required to provide a copy of their corporate resolution prior to executing a contract) 93 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 4. Company Ownership a. Identify all owners of the company. Name Title % of ownership b. Is any owner identified above an owner in another company? ❑ Yes ❑ No If yes, identify the name of the owner, other company names, and % ownership c. identify all individuals authorized to sign for the company, indicating the level of their authority (check applicable boxes and for other provide specific levels of authority) _. Name Title Signatory Authority All Cost No -Cost Other Explanation for Other: (Note: "All" refers to any type of document including but not limited to contracts, amendment, change proposal requests (CPR), change orders (CO), notices, claims, disputes, etc. "Cost" refers to CPRs, COs. No -cost refers to RFIs, Notices, and other similar documents) 5. Employee Information Total No. of Employees: Number of Managerial/Admin. Employees: Number of Trades Personnel and total number per classification: (Apprentices must be listed separately for each classification) How many employees are working under H2B visas? 94 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 6. Has any owner or employee of the company ever been convicted of a federal offense or moral turpitude: If yes, please explain: 7. Insurance & Bond Information a. Insurance Carrier name & address: b. Insurance Contact Name, telephone, & e-mail: c. Insurance Experience Modification Rating (EMR): (if no EMR rating please explain why) d. Number of Insurance Claims paid out in last 5 years & value: e. Bond Carrier name & address: f. Bond Carrier Contact Name, telephone, & e-mail: g. Number of Bond Claims paid out in last 5 years & value: 8. Have any claims lawsuits been file against your company in the past 5 years, If yes, identify all where your company has either settle or an adverse judgment has been issued against your company. Identify the year basis for the claim or judgment & settlement unless the value of the settlement is covered by a written confidentiality agreement. 9. To the best of your knowledge is your company or any officers of your company currently under investigation by any law enforcement agency or public entity. If yes, provide details: 10. Has your company been assessed liquidated damages or defaulted on a project in the past five (5) years? Yes 0 No (If[s, provide an attachment that provides an explanation of the project and an explanation. 11. Has your company been cited for any OSHA violations in the past five (5) years? If yes, please provide an attachment including all details on each citation, 12. Provide an attachment listing all of the equipment, with a value of $5,000 or greater, owned by your company. 95 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 B. Project Management & Subcontract Details 1. Project Manager for this Project: a. Name: b. Years with Company: c Licenses/Certifications: d. Last 3 projects with the company including role, scope of work, & value of project: 2. Subcontractors: Name Trade % of Work License No. Certification* (*active certifications of community small business enterprise & name of certifying entity) 3. Scope of actual construction work to be performed by your company and the corresponding percentage of the work: (This does not include such items as insurance * bonds, dumpsters, trailers, and other similar non - construction work items) C. Current and Prior Experience: 1. Current Experience including projects currently under construction, recently awarded, or pending award (Provide an attachment to this questionnaire that lists all such projects, including the owner's name, title and value of project, scope of work, projected or actual start date, projected completion date, and number of company trades personnel assigned to the project) 2. Prior Projects of a similar size, scope and : Provide an attachment to this Questionnaire that includes Completed Projects the Proposer considers of a similar, size, scope and complexity that the City should consider in determining the Bidders responsiveness and responsibility. This attachment must include the project that meets the minimum number of projects identified by the bid solicitation. Information provided must include the owner's name , address and contract person, including telephone & e-mail, title of project, location of project, scope, initial value and final cost of the project, projected and final timeframes for completion in calendar days and the number of company trades personnel, by classification, that were assigned to the project. The delivery method, including, but not limited to; design -build, CM@Risk, Design -Bid -Build, etc. is to be identified for each Project. If there isa difference between the initial and final cost or 96 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 initial and actual timeframe provide details on why the differences exist. A reference letter is to be completed by the owner of the Project and submitted as part of the Bid submission. D. Bidder's References Bidders are to include a minimum of five (5) references from completed projects listed in C.2 above. The attached form is to be used and is to be included with the Bid submission. The City, at its sole discretion may allow the Bidder to submit the references after the specified date for Bid submission. 97 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 SUPPLEMENT TO BID FORM CUSTOMER REFERENCE LISTING (Page 1 of 1) Bidders may furnish the names, addresses, and telephone numbers of firms or government organizations for which the Contractor has provided services in addition to the minimum five (5) projects of a similar size, scope, and complexity. 1) 2) Company Name Address Contact Person/Contract Amount Telephone No.: /Fax No. Company Name Address Contact Person/Contract Amount Telephone No.: /Fax No. 3) Company Name Address Contact Person/Contract Amount Telephone No.: /Fax No. 4) Company Name Address Contact Person/Contract Amount Telephone No.: /Fax No. Company Name Address Contact Person/Contract Amount Telephone No.: /Fax No. 98 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 City of fEliami JOHNNY MARTINEZ, P.E. City Manager To Whom It May Concern Subject: Reference Letter Name of Bidder: The above referenced contractor is submitting on a bid solicitation that has been issued by the City of Miami. We require that the Bidder provide written references with their Bid submission and by providing you with this document the Contractor is requesting that you provide the following reference information. We would appreciate you providing the information requested below as well as any other information your feel is pertinent: Name of Project: Scope of work: Value of project: $ Date Completed: Percentage of physical construction work self -performed by Contractor: Was project completed on time & within budget: ❑ Yes ❑ No If no, was the contractor at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No If yes, please provide details: Ok Comments: Thank you for your assistance in helping us in evaluating our bid solicitation. Name of individual completing this form: Date: Signature: Title: Telephone: E-mail: Sincerely, Mark Spanioli, P.E., Director Capital Improvements Program 99 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 SUPPLEMENT TO BID FORM: OFFICE LOCATION AFFIDAVIT (Page 1 of 3) Please type or print clearly. This Affidavit must be completed in full, signed and notarized ONLY IF YOU MAINTAIN AN OFFICE WITHIN THE CORPORATE LIMITS OF THE CITY OF MIAMI AS DEFINED BY CITY CODE SECTION 18-73. Legal Name of Firm: Entity Type: (Check One) ❑ Partnership ❑ Sole Proprietorship ❑ Corporation Corporation Document No: Date Established Occupational License No: PRESENT Street Address: Date of Issuance Office Location. (Establishment of the=bidd'e'r%Bidder) City: State: How long at this location: PREVIOUS Street Address: City: State How long at this location: According to Section 18-73 of the City of Miami Code, as amended: City of Miami"Local Office" means a business within the City which meets all of the following criteria: 1) Has had a staffed and fixed office or distribution point, operating within a permanent structure with a verifiable street address that is located within the corporate limits of the city for a minimum of twelve (12) months immediately preceding to the date bids or proposals were received for the purchase or contract at issue; for purposes of this section, "staffed" shall mean verifiable, full-time, on -site employment at the local office for a minimum of forty (40) hours per calendar week, whether as a duly authorized employee, officer, principal or owner of the local business; a post office box shall not be sufficient to constitute a local office within the city; and 2) if the business is located in the permanent structure pursuant to a lease, such lease must be in writing, for a term of no less than twelve (12) months been in effect for no less than the twelve (12) months immediately preceding the date bids or proposals were received, and be available for review and approval by the chief procurement officer or its designee; for recently executed leases that have been in effect for any period less than the twelve (12) months immediately preceding the date bids or proposals were received, a prior fully executed lease within the corporate limits of the city that documents in writing continuous business residence within the corporate limits of the city for a term of no less than twelve (12) months immediately preceding the date bids or proposals were received shall be acceptable to satisfy the requirements of this section, and shall be available for review and approval 100 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 SUPPLEMENT TO BID FORM: OFFICE LOCATION AFFIDAVIT (Page 2 of 3) by the chief procurement officer or its designee; further requiring that historical, cleared rent checks or other rent payment documentation in writing that documents local office tenancy shall be available for review and approval by the chief procurement officer or its designee; and 3) Has had for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, a current Business Tax Receipt issued by both the city and Miami -Dade County, if applicable; and 4) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, any license or certificate of competency and certificate of use required by either the city or Miami -Dade County that authorizes the performance of said business operations; and 5) Has certified in writing its compliance with the foregoing at the time of submitting its bid or proposal to be eligible for consideration under this section; provided, however, that the burden of proof to provide all supporting documentation in support of this local office certification is borne by the business applicant submitting a bid or proposal. According to Section 18-85(a) of the City of Miami Code, as amended: "when a responsive, responsible non -local bidder submits the lowest bid price, and the bid submitted by one or more responsive, responsible local bidders who maintain a local office, as defined in City Code Section 18-73, is within fifteen percent (15%) of the price submitted by the non -local bidder, then that non -local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local bidder. Contract award shall be made to the lowest responsive, responsible bidder submitting the lowest best and final bid. In the case of a tie in the best and final bid between a local bidder and a non -local bidder, contract award shall be made to the local bidder." The intention of this section is to benefit local bona fide bidders/Bidders to promote economic development within the corporate limits of the City of Miami. 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. Authorize Signature Authorized Signature Print Name Print Name (Corporate Seal) Title Title Authorized Signature Authorized Signature 101 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 SUPPLEMENT TO BID FORM: OFFICE LOCATION AFFIDAVIT (Page 3 of 3) (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 DADE That: personally appeared before me and acknowledged the foregoing instrument as his/her act and deed. That he/she has produced as identification. NOTARY PUBLIC: My Commission Expires: Please submit with your Bid Form copies of Occupational License, City of Miami and Miami Dade County Business Licenses, professional and/or trade License to verify local office preference. The City of Miami also reserves the right to request a copy of the corporate charter, corporate income tax filing return and any other documents(s) to verify the location of the firm's office. 102 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 CERTIFICATE OF COMPLIANCE WITH SECTIONS 18-87 and 18-89 OFTHE'CITY CODE I, hereby certify that: am the (President/Secretary or Principal) of (Respondent Firm); ii) I have read Sections 18-87 and 18-89 of the City of Miami Procurement Code; iii) (Respondent Firm) hereby acknowledges that the awarded contract has an on -site labor component greater than or equal to twenty-five percent (25%), and therefore agrees to assign a minimum of fifteen percent (15%) of the contract value to •firms currently certified by Miami -Dade County as a Community Small Business Enterprise ("CSBE"); OR iv) (Respondent Firm) hereby is certified by Miami - Dade County as a CSBE firm and will self -perform to meet the minimum fifteen percent (15%) CSBE requirement. An active copy of the respondent's CSBE certification must be included bid document. v) (Respondent Firm) hereby agrees to comply with the Local Workforce Participation Requirements stated in Section 18-89 of the City of Miami Procurement Code. vi) OPTIONAL: vii) (Respondent Firm) hereby agrees to make assignments pursuant to Item iii), above, to certified CSBE firms who maintain a "Local Office", as defined in City Code Section 18-73; STATE OF FLORIDA )SS COUNTY OF MIAMI-DADE Before me, a Notary Public duly commissioned, qualified and acting personally, appeared to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Certificate of Compliance with Section 18-89 of the City of Miami Procurement Code on behalf of Respondent Firm named therein in favor of the City. Subscribed and Sworn to before me this day of , 20 My commission expires: Notary Public, State of Florida at Large Bonded by 103 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 THIS FORM MUST BE COMPLETED BY BIDDERS/PROPOSERS FOR PROJECTS WITH CSBE REQUIREMENTS SCHEDULE OF INTENT AFFIDAVIT (SOI) COMMUNITY SMALL BUSINESS ENTERPRISE PROGRAM ("CSBE") <,This,.s'.ectran:must.b:e; ao.m'plel;ed?ti'y;�th�';6iifderlpFapas'e!rend th'a,CSB�Su,bcuntr�at'orthat,will b,e�utih:ed_for;scapes`.;nf nvnrk,'nn;the�praje;G,t' Name of Bidder/Proposer: Address: Project Name: Contract Dollar Amount: Contact Person: Phone No.: Project Number: 15% CSBE Dollar Amount Name of Prime Bidder/Proposer . Certification No. (if applicable) Certification Expiration Date (if applicable) Type of CSBE work to be performed by the Bidder (if applicable) Bidder's self performance percentage (%) of Contract Value Total Dollar ($) Amount of Bidder's self performance The undersigned intends to perform the following work in connection with the above contract: Name of Sub -contractor Certification No. Certification Expiration Date Type of CSBE work to be performed by the sub- contractor Sub -contractor percentage (%) of Contract Value Total Dollar ($) Amount of sub -contractor's CSBE requirement I certify that the representations contained in this form are true and accurate to the best of my knowledge. I affirm that I will enter into sub -contractual agreement(s) with the above listed CSBE sub-contractor(s) if awarded this contract. Copies of the agreement(s) will be immediately made available to the City of Miami as required. Prime Bidder/Proposer Signature Date Prime Bidder/Proposer Print Name Title The undersigned has reasonable and uncommitted capacity sufficient to provide the required goods or services, all licenses and permits necessary to provide such goods or services, ability to obtain bonding that is reasonably required to provide such goods consistent with normal industry practice, and the ability to otherwise meet the bid specifications. Sub -contractor Signature Date Sub -contractor Print Name Title 104 Coconut Grove Convention Center Demolition ITB No.: 12-13-060 Section 6- Contract Execution Form THIS Contract #13-1501 made this _ day of in the year 2013 in the amount of $541,995.00 by and between THE CITY OF MIAMI, FLORIDA, hereinafter called the "CITY," and THE BG GROUP, LLC, hereinafter called the "Contractor". IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST THE BG GROUP, LLC, a Florida limited liability company Signature Signature Print Name, Title Print Name, Title of Authorized Officer or Official • ATTEST: (Corporate Seal) CONTRACTOR Secretary (Affirm CONTRACTOR Seal, if available) ATTEST: City of Miami, a .municipal .corporation of the State of Florida Todd Hannon, City Clerk Johnny Martinez, P.E., City Manager. APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Calvin Ellis, Director Julie O. Bru, City Attorney Risk Management Department Coconut Grove Convention Center Demolition 105 ITB No.: 12-13-060 CORPORATE RESOLUTION WHEREAS, , Inc. desires to enter into a contract with the City of Miami for the purpose of performing the work described in the contract to which this resolution is attached; and WHEREAS, the Board of Directors at a duly held .corporate meeting has considered the matter in accordance with the By -Laws of the corporation; Now, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS that the (type title of officer) , is hereby authorized (type name of officer) and instructed to enter into a contract, in the name and on behalf of this corporation, with the City of Miami upon the terms contained in the proposed contract to which this resolution is attached and to execute the corresponding performance bond. DATED this day of , 20 Corporate Secretary (Corporate Seal) Coconut Grove Convention Center Demolition 106 ITB No.: 12-13-060 FORM OF PERFORMANCE BOND (Page 1of 2) BY THIS BOND, We , as Principal, hereinafter called Contractor, and , as Surety, are bound to the City of Miami, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) 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, Bid/Contract ITB No: 12-13-060, awarded the day of , 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically 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. Performs the Contract between Contractor and City for construction of , the Contract being made a part 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 attorney's fees including appellate proceedings, that City sustains as .a result of default by Contractor under the Contract; and 3. Performs the guarantee of all Work and materials furnished under the Contract for the time specified in 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: 4.1. Complete the Project in accordance with the terms and conditions of the Contract Documents; or Coconut Grove Convention Center Demolition 107 ITB No.: 12-13-060 FORM OF PERFORMANCE BOND (Page 2 of 2) 4.2. Obtain a bid or bids for completing 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 lowest 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 Contract 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 day of , 20 WITNESSES: Secretary By: (CORPORATE SEAL) (Name of Corporation) (Signature) (Print Name and Title) IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and Attorney -in -Fact Address: (Street) (City/State/Zip Code) Telephone No.: Coconut Grove Convention Center Demolition 108 ITB No.: 12-13-060 FORM OF PAYMENT BOND (Page 1 of 2) BY THIS BOND, We , as Principal, hereinafter called Contractor, and , as Surety, are bound to the City of Miami, Florida, as Obligee, hereinafter called City, 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, ITB. No. 12- 13-060, awarded the day of , 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically 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; and 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 performance of the labor or after complete delivery of the materials or supplies, deliver to Contractor and to the Surety, written notice 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. Coconut Grove Convention Center Demolition 109 ITB No.: 12-13-060 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 day of , 20 ATTEST: (Secretary) (Corporate Seal) IN THE PRESENCE OF: By: By: Contractor (Name of Corporation) (Signature) (Print Name and Title) day of , 20. INSURANCE COMPANY: Agent and Attorney -in -Fact Address: (Street) (City/State/Zip Code) Telephone No.: Coconut Grove Convention Center Demolition 110 ITB No.: 12-13-060 CERTIFICATE AS TO CORPORATE PRINCIPAL , 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 , who signed the Bond(s) on behalf of the Principal, was then 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 attested to on behalf of said corporation by authority of its governing body. (SEAL) Secretary (on behalf of) Corporation STATE OF FLORIDA ) ) SS COUNTY OF MIAMI-DADE ) Before me, a Notary Public duly commissioned, qualified and acting personally, appeared 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 day of , 20 My commission expires: Notary Public, State of Florida at Large Bonded by Coconut Grove Convention Center Demolition 111 ITB No.: 12-13-060 PERFORMANCE AND PAYMENT GUARANTY FORM UNCONDITIONAL/IRREVOCABLE LETTER OF CREDIT: (Page 1 of 2) Beneficiary: City of Miami 444 S.W. 2nd Avenue Miami, Florida 33130 Date of Issue Issuing Bank's No. Applicant: Amount: in United States Funds Expiry: (Date) Bid/Contract Number We hereby authorize you to draw on (Bank, Issuer name) at by order (branch address) of and for the account of (contractor, applicant, customer) up to an aggregate amount, in United States Funds, of available by your drafts at sight, accompanied by: 1. A signed statement from the City Manager or his authorized designee, that the drawing is due to default in performance of certain obligations on the part of (contractor, applicant, customer) agreed upon by and between the City of Miami, Florida and (contractor, applicant, customer), pursuant to Bid/Contract No. for (name of project) and Section 255.05, Florida Statutes. Drafts must be drawn and negotiated not later than (expiration date) Coconut Grove Convention Center Demolition 112 ITB No.: 12-13-060 PERFORMANCE AND PAYMENT GUARANTY FORM UNCONDITIONAL/IRREVOCABLE LETTER OF CREDIT: (Page 2 of 2) Drafts must bear the clause: "Drawn under Letter of Credit No. (Number), of (Bank name) dated This Letter of Credit shall be renewed for successive periods of one (1) year each unless we provide the City of Miami with written notice of our intent to terminate the credit herein extended, which notice must be provided at least thirty (30) days prior to the expiration date of the original term hereof or any renewed one (1) year term. Notification to the City that this Letter of Credit will expire prior to performance of the Contractor's obligations will be deemed a default. This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not in any way be modified, or amplified by reference to . any documents, instrument, or agreement referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by reference any document, instrument, or agreement. We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under and in compliance with the terms of this credit that such drafts will be duly honored upon presentation to the drawee. Obligations under this Letter of Credit shall be released one (1) year after the Final Completion of the Project by the (contractor, applicant, customer) This Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or country and Florida law should arise, Florida law shall prevail. Authorized Signature Coconut Grove Convention Center Demolition 113 • ITB No.: 12-13-060 INFORMATION FOR DETERMINING JOINT VENTURE ELIGIBILITY If the Proposer is submitting as a joint venture, please be advised that this form (3 pages) MUST be completed and the REQUESTED written joint -venture agreement MUST be attached and submitted with this form. 1. Name of joint venture: 2. Address of joint venture: 3. Phone number of joint venture: 4. Identify the firms that comprise the joint venture: 5. Describe the role of the MBE firm (if applicable) in the joint venture: 6. Provide a copy of the joint venture's written contractual agreement. 7. Control of and participation in this Agreement. Identify by name, race, sex, and "firm" those individuals (and their titles) who are responsible for day-to-day management and policy decision making, including, but not limited to, those with prime responsibility for: (a) Financial decisions: (b) Management decisions, such as: (1) Estimating: (2) Marketing and sales: (3) Hiring and firing of management personnel: (4) Purchasing of major items or supplies: Coconut Grove Convention Center Demolition 114 ITB No.: 12-13-060 (c) Supervision of field operations: NOTE: If, after filing this form and before the completion of the joint venture's work on the subject Contract, there is any significant change in the information submitted, the joint venture must inform the County in writing. AFFIDAVIT "The undersigned swear or affirm that the foregoing statements are correct and include all material information necessary to identify and explain the terms and operation of our joint venture and the intended participation by each joint venturer in the undertaking. Further, the undersigned covenant and agree to provide to the County current, complete and accurate information regarding actual joint venture work and the payment therefore and any proposed changes in any of the joint venturer relevant to the joint venture, by authorized representatives of the County. Any material misrepresentation will be grounds for terminating any Contract which may be awarded and for initiating action under Federal or State laws concerning false statements." Name of Firm: Name of Firm: Signature: Signature: Name: Name: Title: Title: Date: Date: FORM A Coconut Grove Convention Center Demolition 115 ITB No.: 12-13-060 pID FORM (Page 1 of 11) SECTION 4 BID FORM Submitted: City of Miami, Florida Office of the Clty Clerk Clly Hall, 1" Floor 3500 Pan American Drive Miami, Florida 33133.5504 Date 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 hereln mentioned has any interest in this bld or in the Contract to be entered into; that thls Bid Is made without connection with any other person, firm, or parties making a Sid; 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; end that It hes 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 Bld 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 lebor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project(s) entitled: Btd No: 12.13.060 Title: COCONUT GROVE CONVENTION CENTER DEMOLITION 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 shell be forfeited If Bidder falls to execute sald Contract, or falls to furnish the required Performance Bond and Payment Bond or falls to furnish the required Certificate(s) of insurance within fifteen (15) calendar days after being notified of the award of the Cantraot. 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 disbrepancy between the price Bid In figures end 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. 79 Coconut Grove Convention Center Demolition ITS No.:12,13.000 The BG Group 1140 Holland Drive, Suits 19 Boca Raton R. 33487 8'12.0/13 City of Miami - Revised BID FORM COCONUT GROVE CONVENTION CENTER DEMOLITION - ITB NO.: 12-13-060 - B-30182A LI— C 11t .. ..I., .. .:.:..• .i.a..:•:_ t• �cc ffyn, `^5.7 �, 1 I P i..r Cr-�.J ! Wes': ;5r•.. . ..an._.. li♦1ht .1 ... r4 .. i. ..1:... 1-. t! I l 1 J 5 !� 1:41.y .....5 .•1 ..ih'1L .. :Y:1.R: 10 t t 14+ 1 : ,. .t• 1 � 4 V 1 1 t C5^.. f �'4C , l f�Jli: t Y�. � F.,�I , BID ITEM A: Building Demolition 1 rS $343,630.00 $343,630.00 Furnish all labor, materials and equipment for the demolition of the Coconut Grove Convention Center (includes addressing contaminated materials, capping existing utilities and removing the building foundation), grade and sod the demolished area, as outlined in Sketch A and noted in these specifications_ BID ITEfV! B: Partial Site Demolition 1 LS $24,365.00 $24,365.00 Furnish all labor, materials and equipment for the removal of the asphalt surface and concrete curbs, grade and sod the demolished area, installation of wood bollards and relocation of trees as outlined in Sketch A and noted in these specifications. Site Sodding Allowance $87,000.00 Allowance for Pemits $87,000.00 $541,995.00 COME:MOW TOTAL LEA .IND Afte7OUNT •�-t *+�. rY1� y 1 1. ^:til . �'�lti .tS:•r-�. !.AM,, :�.•4M1 115�5�,�.' 1. iN,�l�'.. •�w`��.�P45.��.� � Y .i (14 3A5"t�A i,[x •.,;1"I e�'�,.r �A .d ,TLti . �;1 �,;11.7,415 :. 1 � 8' •h. I :� l;n � . , f"*. . I LBS $O.10 Value of S e Elul. collected 2 Value of COPPER collected LBS S2.25 3 Value of BRASS collected LBS S1_31 4 Value of ALUMINUM collected LBS S0. l0 5 Value of PLASTIC collected LBS SO.10 6 Value of CRUSHED CONCRETE collected IBS $0.00 ** 7 Value of REFRIGERANT collected LBS $1.0 1oft * 0.09S * 0.00.2 C:1UsersIStevelAppDatalLocaRTemplRevised_CGrove Domo_B1D_FORMS-40320 BIDFORM(Page 3 of 11) 7. Value of REFRIGERANT collected: $ i A. 5° PER POUND The spreadsheet with Unit Prices Is required to be submitted within the Bid Submittal Forms. Bidders must download the version of MS Excel Bid Form that is available for download at: hftt ://www,miamic ov,com/Canitallmgrovements/pages1ProcurementOpportunities/Defati!Lasp. Failure to submit the Spreadsheet may result in the Bid being determined to be non -responsive. MS Excel sheet shall round all bid price to the second decimal. The Bid Formscontain five (5) separate component projects and the Bidder must provide unit prices for all Work to be performed for each of the five (5) component projects to be deemed responsive. COCONUT GROVE CONVENTION CENTER DEMOLITION • PROJECT NO. 13.30182A Line: Pay Item No. . Pay Item Description . Unit Quantity Unit Cost Cost 1 1 d 11,_,'Z A.-1i on. LS ( S o-L-L,- 12,,23S (( c, - s coo — 2 2 _ i-i-E, ck►3 L-..S i 1.2.,a3S 3 3 5 A - I? -t-1.1.�-e_S L_S i (Go Po 4. 4 �t —os NniAt-4 1.--. ,5 1 146? 200 4(0 zar. 5 y *_ 7 • 5 be akiav‘ x Beeman LI df. se C'JR LS. I 2. '2Lay0 28'2 ,(04 B CQ 4--.C-2 c Z_S i SE' SS SS ss p. 13.0 it 1 R'I)-s" Ls t, 9 9 s 9? S 13 , 3 9( 10 1 b L 7LJ oisu I7 (4, cr6`Z TOTAL , 81 Coconut Grove Convention Center Demolition ITB No.; 12-13-060 PROJECT: COCONUT GROVE CONVENTION CENTER CONTRACT FOR: DEMOLITION TO: CITY OF MIAML A V g/L-1-e-S APPLICATIONN. 1 APPLICATION DATE; 8/15/2013 PERIOD Tb: 8/25/2013 J K WORK COMPLETED TOTAL % ITEM D$9)14pr16N. OF WORK SCHEDULED eHANGS REVISED COMPLETED (IIE) BALANCE NO, VALUE SCHEDULED PREVIOUS THIS, AND STORED TO FINISH RETAINAGE VALUE APPLICATION PERIOD TO DATE (E - 0 (C÷D) (F 4. G 4. li) 1 MOBILIZATION 1 $ 5,000_00 $ 5,000.00 1 $ - 1 $ - 0% $ - 2 SITEFENCING $ 12,235.00 $ 12,235.00 $ - $ - 0% $ _ 3 CAP UTILITIES 1 $ 1,680.00 $ 1,680.00 $ - $ - 0% $ - 4 ASBESTOS REMOVAL $ 46,200.00 $ 46,200_00 $ - $ - 0% $ 5 DEMO & REMOVAL OF STRUCTURE $ 282,640.00 $ 282,640.00 $ - $ - 0% $ - 6 TREES $ 5,655.00 $ 5,855.00 7 BOLLARDS $ 995_00 $ 995.00 8 GRADE SITE $ 13,390.00 $ 13,390.00 9 CONTINGENCIES $ 174,000.00 $ 174,000.00 SUBTOTAL 541,995 0 541,995 0 0 0 0% 0 0 $ - $ - $ - #D1wo! 1 $ - $ - $ - 1 $ - $ - #DIVIO! $ - 1 $ - $ - $ - 1$ - #DIVIOI $ - $ - $ - $ - . $ - #DIVIO! $ - 1 $ - $ - $ - $ - #DIV/0! 1 $ - $ - $ - $ - 1 $ - #DIV/0! $ - $ - 0 0 GRAND TOTAL S 541,995_00 0 $ 541,995.00 $ 0% 0 0 BID FORM (Page 2 of 11) Note: Bidders are bidding on the Lump Sum Cost of the Base Bid Items for the purpose of determining the lowest responsive and responsible bidder. Where there is a discrepancy between the numerical and written Bid Amount, the written Bid Amount will prevail. City Form SIJ.must be submitted ,with your bid. The SU Form can be found posted on the webpage with the bid documents. Our Bid Amount Includes the total cost for the Work specified in this solicitation, consisting of furnishing all materials, labor, equipment, supervision, mobilization, overhead & profit required In accordance with the Bid Specifications. EASE BID ITEMS: Bid Item A: Building Demolition: $ '3 LI 3 IQ30 Bid Item B: Partial Site Demolition: el -Cc)S — Site Sodding Allowance $87,000 Allowance for Permits $87,000 52d COMBINER TOTAL BASE BID AMOUNT: $ 5'4 1 , 9 c1S (COMBINED Bld Item A # B/d Item B +.Allowances) IL UNIT COST ITEMS * FOR -SALVAGE CREDITS - The unit costs for the salvaged or scrap materials shall be based on current market value for said items/materials. These unit costs will be used to assess credits to the City 1. Value of STEEL collected: $ 4' °95 PER POUND 2. Value of COPPER collected: $ 2 15 PER POUND 3. Value of BRASS collected: $ I '3 PER POUND 4. Value of ALUMINUM collected: $ ° (4 a PER POUND ©0 tO 5. Value of PLASTIC collected: $413*- PER POUND 6. Value of CRUSHED CONCRETE collected: $ D - WW -PER POUND 80 Coconut Grove Convention Center Demolition IT8 No,: 12-13-000 Addendum No. 4, Dated MD FORM (Pap 4 of 11) Part I: DIRECTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES, AND PARTS 111 AND IV (if applicable) Part I: Listed below are the dates of. Issue for each Addendum received In connection with thls Bld: Addendum NO. 1, Dated "'7` f r 3. Addendum No, 2, Dated ' f 2" % I 3 Addendum No. 3, Dated g/1 S/ (:3 Part (1: No addendum was received In conneotion With this Bid. Part III; Certifications The Bidder, by virtue of signing the 81d Form, affirms that the Bidder Is aware of the following, and shall comply with all the staled requirements. 1. Community Small Business Enterprise ("CSBE") Reauirements Bidder certifies that It hes read and understood the provisions of City of Miami Ordinance 13331, codified as Section 18.89 of the City Code, pertaining 10 (he Implementation of a "Community Small Business Enterprise" requirement. Evaluation of bidder's responsiveness to Ordinance Section 13331 shall be a consideration In the award of a contract. 2, Non -Collusion Bidder certifies that the only persons Interested In thls Bld are named herein; that no other person has any Interest In this Bid or In the Contract to which thls Bid pertains; that this Bld Is made without connection or arrangement with any other person. Bidder certifies that the selected Independent third -party verifier will verify and certify compliance date and reports honestly and accurately; and 3. Prue 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; (iI) 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); 82 Coconut Grove Convention Contor Demolition ITa No.: 12.13.06o ftte(141 ADDENDUM NO. 1 July 15, 2013 INVITATION TO BID NO.: 12-13.060 COCONUT GROVE CONVENTION CENTER DEMOLITION CIP PROJECT NO.: B-30182A TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Invitation to Bid and shall become an Integral part of the Bids submitted and the Contract to be executed for Coconut Grove Convention Center Demolition — invitation to Bid No.: 12-13-060 (the "Project"). Please note the contents herein and affix same to the documents you have on hand. All attachments (If any) are available on the CIP website and are part of this Addendum. A. PLEASE NOTE: The MANDATORY PRE.SID. CONFERENCE has been postponed until Wednesday, August 7, 2013 as follows: Location: City of Miami Commission Chamber 3500 Pan American Drive Miami, Florida 33133 Date/Time: Wednesday, August 7, 2013 @ 10:00 am Site Visit Immediately After Pre -Bid Conference Location: At the Project Site: 3500 Pan American Drive Miami, Florida 33133. B. PLEASE NOTE: The RIDS DUE DATE for this ITS has been postponed until: TUESDAY, AUGUST 27, 2013 AT 2:00 PM Addendum No.1 nrionnit4 (.tiro (`nmrahfn t nonfat, rlatnnlifinn ITIZ Mn .119_44.AaA THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Jeovanny Rodriguez, P.E., Assistant Director Capital Improvements Program This Addendum should be signed and dated by the Proposer and submitted as proof of receipt witt the submission of Proposals. The Proposer by identifying the addendum number in their Proposal anc by signing and submission of their Proposal shall serve as proof of receipt of this Addendum. NAME OF FIRM: � ��`�~� DATE: I9 113 SIGNATURE: C, Addendum No.1 2 (!nrnniif (Krnuc+ (".nnvanflnn (`.an+or 1lntnniiflnn rept to", •4h.4'Z fl fl ftnlllll11 r'M,, 11 e asl 6.14, ot flit4,04 ADDENDUM NO.2 August 2, 2013 INVITATION TO BID NO.: 12-13..060 COCONUT GROVE CONVENTION CENTER DEMOLITION CIP PROJECT NO.: B-30182A TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Invitation to Bld and shall become an integral part of the Bids submitted and the Contract to be executed for Coconut Grove Convention Center Demolition — Invitation to Bld No.: 12.13-060 (the "Project"). Please note the contents herein and affix same to the documents you have on hand. All attachments (If any) are available on the CIP website and are part of this Addendum. A. Requests for Informtation - Since Issuance of the Bld on Wednesday, July 3, 2013: Q1. We -are a general contracting firm and would like to bld on the above Project. In reference to the "Experience Requirements" for the above project, would the experience of our sub -contractor (which is a well respected demolition firm and 30 years in business) be sufficient to fulfill those requirements? Al. No. The specified "Minimum Requirements" must be met by the contractor who submits the bid, who shall be the prime contractor and who shall execute the contract with the City for this Project. 02. Are Bidders required to provide their bld on a CD in PDF format? A2. Yes. In addition to the required duplicate originals of your Bid package, Bidders must also submit their complete Bid package on a CD In PDF format; B. Additionallnfottnation: 1. Please Note: The 111. ADD/DEDUCT ITEM: found on page 81 of the Contract Document (BID FORM (Page 3 of 11)) has been eliminated and there is rro need to provide a unit cost for this item. Accordingly, please find attached hereto the corrected page 81 of the Contract Document (BiD FORM (Page 3 of 11) reflecting the elimination of the 111. ADD/DEDUCT ITEM; 2. Please find attached hereto the Excel format BID FORM for this Project to he included in your Bid package; Addendum No, 2 Coconut Grove Convention Center Demolition ITB No.:12.13.080 3, Please find attached hereto the April 1888 Architectural plans for. the Coconut Grove Convention. Center Expansion & Renovation; 4. Please find attached hereto the following plans for the Dinner Key Recreation CenterlExhibitlon Hall: Architectural, Air Conditioning, C(vikEiectrloal,.Landscaping, .Plumbina and Structural; 6. Please find attached hereto the City of Miami Local Office Certification which, along with the Office Location Affidavit found on pages 100 . 103 of the Contract document, must be completed and submitted by any Bidder claiming the Local Preference designation In accordance with Sections 18.86(a) and 18.73 of the City of Miami Code, as amended; THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Jeovan Rdriz, P. ., Astant Director Capital im�ove nts Progr This Addendum should be signed and dated by the Proposer and submitted as proof of receipt with the submission of Proposals. The Proposer by identifying the addendum number in their Proposal and by signing and submission of their Proposal shall serve as proof of receipt of this Addendum. NAME OF FIRM: `-'jl se" '.Crta." !�L DATE: /I•c SIGNATURE: Addendum No. 2 2 Coconut Grove Convention Center Demolition ITB No.:12.13.060 otM:44444 ADDENDUM NO. 3 August 9, 2013 INVITATION TO BID NO.: 12-13-060 COCONUT GROVE CONVENTION CENTER DEMOLITION CIP PROJECT NO.: B-30182A TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned invitation to Bid and shall become an integral part of the Bids submitted and the Contract to be executed for Coconut Grove Convention Center Demolition — Invitation to Bid No.: 12-13-060 (the "Project"). Please note the contents herein and affix same to the documents you have on hand. Ali attachments (If any) are available on the CIP website and are part of this Addendum, A. PLEASE NOTE; The BIDS DUE. DATE for this iTS has been MOVED FORWARD to: TUESDAY, AUGUST 20, 2013 AT 2:00 PM B. AS A RESULT OF MOVING THE BIDS DUE DATE FORWARD to TUESDA'Y, AUGUST 2n, 2013 AT 2:00 PM, THE LAST DAY FOR REQUESTS FOR INFORMATION SHALL BE: WEDNESDAY, AUGUST 14, 2013 AT 5a O PM C. Addltionatt.information:1 1. Please Note: Section 3 - Sunpiemental Terms and Conditions, paragraph 1. Contract Time & Hours. is, hereby, amended to provide that: Contractor shall have Ninety (90) calendar days to achieve Substantial Completion from the date that the Notice to Proceed is issued. Contractor shall have an additional Thirty (30) calendar days for Final Completion of the Protect; Addendum No. 3 Coconut Grove Convention Center Demolition ITB No.:12.13.060 2. Please find attached hereto: I) the REVISED Excel format BID FORM reflectingthe addition of a Sodding Allowance in the amount of $87,000; and II) the revised pages 80 and 81 of the Contract Document (BID FORM (Pages 2 and 3 of 11)) reflecting the addition of the Sodding Allowance and Refrigerant Salvage Credits; 3. Please find attached hereto the Revised Site Sketch reflecting slightly expanded and altered boundaries of the Project demolition area, which now includes the sidewaiks surrounding the perimeter of the Convention Center. The Revised Site Sketch also reflects: I) the FPL vaults that are to remain; and II) the Construction Site Limit where the Contractor shall install the required perimeter fence; 4, Please find attached hereto the FPL Vaults -To -Remain Drawings (Sheets D2,0, D2.2 and D2.3); 6, Please. dote: The City shall share in any compensation received for all other salvageable equipment and materials not already specified on the Ilst of items for salvage credits Including, but not limited to, A/C units, Chillers, Fire Pumps and Generators. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Jeovanny Rodriguez, P.E., Assistant Director Capital Improvements Program This Addendum should be signed and dated by the Proposer and submitted as proof of receipt with the submission of Proposals. The Proposer by identifying the addendum number in their Proposal and by signing and submission of their Proposal shall serve as proof of receipt of this Addendum. NAME OF FIRM:` 1t. €.. . G G `� DATE: SIGNATURE: ( )(',�' Addendum No. 3 2 Coconut Grove Convention Center Demolition ITB No.:12.13..060 qM{aa:141 0,,t 1(144414. ADDENDUM NO. 4 August 15, 2013 INVITATION TO BID NO.: 12-13-060 COCONUT GROVE CONVENTION CENTER DEMOLITION CIP PROJECT NO.: B-30182A TO; ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Invitation to Bid and shall become an •integral part of the Bids submitted and the Contract to be executed for Coconut Grove Convention Center Demolition — Invitation to Bid No,: 12-13-060 (the "Project"). Please note the contents herein and affix same to the documents you have on hand. All attachments (if any) are available on the CIP website and are part of this Addendum. A. J equests. for information — Since Issuance of the Addendum 3 on Friday, August 9, ZO13: Q1. Will there be an additional site visit scheduled as referred to during the pre -bid walk through? Al. Unfortunately, the Convention Center tenant Is unable to provide access to the facility prior to the Bids Due Date of August 24, 2013, Q2, I'm trying to locate plan A-27 (2nd floor of the North Building), however the architectural plans seem to jump from A-26 to A28, How can i get this plan? A2. As requested, please find attached hereto Plan Sheet A-27; THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF, Jeovanfiy Rodriguez, P,E., Assistant Director Capital improvements Program Addendum No, 4 Coconut Grove Convention Center Demolition (TB No.:12-13-060 This Addendum should be signed and dated by the Proposer and submitted as proof of receipt with the submission of Proposals, The Proposer by identifying the addendum number in their Proposal and by signing and submission of their Proposal shall serve as proof of receipt of this Addendum, NAME OF FIRM: DATE: SIGNATURE: Addendum No. 4 2 Coconut Grove Convention Center Demolition I,� ITB No.:12.13.060 RID FORM (Page 5 of 11) (4) Notifying all employees, In writing, of the statement required 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 (II) Nottfy the employer In writing of the employee's conviction under a atminal drug statute for a violation occurrng kite workplace no later than five (5) calendar days after such conviction; (5) Notifying the Ctty In writing within ten (10).calendar days after receiving notice under sutxtivlslon (4) (II) above, from an employee or otherwise receiving actual notice of sudh conviction. The notice shall include the posftiontitle 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: (I) Taking appropriate personnel action against such employee, up to and Including termination; or (II) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabtlftatlon 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 4, Lobbvina The undersigned certifies to the best of his or her knowledge and belief. that: (1) No Federal appropriated funds have been paid, or will be paid, by or on behatf 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 modfflcation of any Federal contract, grant, loan, or cooperative agreement. (2) If 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, to accordance wdtt tts Instructions. (3) This undersigned shall require that the language of this certification be included to the award documents for Air sub -awards at all tiers (Including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that at sub•reciplents shall certify end disclose accordingly. 83 Coconut Grove Convention Center Demolition ITB No.:12.13480 RID FORM (Page 6 of 11) 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 pre -requisite for making or entering Into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who falls 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; end ' Note: In these Instances, 'Ail' in the Final Rule Is expected to be clarified to show that It applies to covered contract/grant transactions over $100,000 (per OMB). 5. 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 ore criminal offense in connection with obtaining, attempting to obtain, or perforating a pubUo (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or fatslfcatlon or destruction of records, making false statements, or receiving stolen :property, (c) Are not presently Indicted for or otherwise crtminatiy 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. (e) In addition, factors to be considered in determining responsibility of prospective contractual perites shall include but not be limited to: (1) Bidder does have avallabllity of appropriate financial, material, equipment, facility, and personnel resources and expertise. or the ability to obtain them, to meet ail contractual requirements; (2) Bidder does have a satisfactory record of performance; (3) Bidder does have a satisfactory record of integrity; (4) Bidder does possess qualified legal standing to contract with the city; (5) Bidder will be In compliance In supplying all requested informatlon connected with the inquiry concerning responsibility; (f) Bidder has not hed a termination, suspension, or cancellation of a City contrail, In whole or In part, for cause, due to a defaultby the bidder or offeror, within the past five (5)years, which has not been reversed on appeal by a court of competent Jurisdiction; or (g) Bidder has not withheld a payment or nonpayment of moneys clue the City from the Bidder or Offeror, within the peat five (5) years, unless the full amount of such moneys due the city sa Coconut Grove Convention Center Demolition ITB No.: 12.13-080 8113 FORM (Page 7 of 11) (h) have been deposited With a court of competent jurisdiction In Mlaml-Dade County, Florida, pursuant to the provisions of Fla. R. Civ. P. 1.800 titled "Deposits in Court', as amended, or other app(fcable Federal, State or Local Rules of Court, and are subject to distribution to the city orwithdrawal by the city by order of the court. (I) The Bidder shall provide any information requested by the chief procurement officer or purchasing agent concerning responsibility. if such contractual party fans to provide the requested information, the determination of responsibility may be made upon available Information or the prospective contractual party may be found nonresponsibie. The prospective contractual party may demonstrate the availability of necessary financial, equipment, facility, and personnel resources by submitting: (1) The bidder will, upon request, furbish evidence that the contractual party possesses such necessary resources; (2) Bidder affirms it has acceptable plans to subcontract for such necessary resources; or (3) Bidder will, upon request, submit a documented commttment for, or explicit arrangement with, satisfactory sources to provide such necessary resources. 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 in writing. 6: Local Workforce Participation Requirements The Bidder certifies to the best of its knowledge and belief, that it and Its principals: (a) have read and understood the provisions of City of Miami Ordinance 13332; codified as Section 18-89 of the City Code pertetntng to the local workforce participation requirements on a quarterly basis; (b) haveldentified In City Form Subcontractor Utilization ("SU") a third party Independent who verities end Is property licensed under the provisions of F.S. 454,471,473, or 481 and who Is not with the contractor; and (c) the selected third party, who Independently verifies compliance with this section, must have a minimum of 2 years experience as required In Ordinance No.13332, coded as Section 18=89 of the City Code; Part IV; Certification — Trench Safety Act The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of Section 553.60, et. seq., Florida Statutes, the Trench Safety Act, and will comply with at 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 compt ing with the Florida Trench Safety Act. These items are a breakout- of the respective 85 Coconut Grove Convention Center Demolition ITI3 No.:12.13.06D pID FORM (Page 8 all) items Involving trenching and will not be paid separately. They ere not to be confused with bid Items In the schedule of prices, nor be considered additional Work. The Bidder further Identifies the costs and methods summarized below; Quantity Unit Description Unit Price Price Extended . Method Total $ Attached is a Bid Bond [t,ij' ash ( ), Money Order ( j, Unoondit(onel/lrrovooable Letter of Credit [ j, Treasurer's Check (J, Bank Draft (], Cashier's Check ( ), Bld Bond Voucher [1 or Certified Check f j No. Bank of for the sum of .'en` SS24.f-t?j1 411015 CZild At1 'r1AA1 C+.t(reP.S'Z'7S/�oliers($"OM.75�), o The Bidder shall acknowledge this Bid and certifies to the above stated In Part III and IV by signing end completing the spaces provided below, ^� ,�^ Firm'sName: e._ _fitt (-: , sagc u,e t-I—Q. Signature: tZ:=1 Printed Name/Title: t\I. y t ,1) /N. City/State/Zip: C'��C - - 'T"z7.(`�3 'j _ t.-f R p3 Telephone No.: CO I �-7 �t g"% 9 7 Facsimile No.: SSG 9g 15 E-Mall Address: (. V .,I t ti e. i G 1Z. 0 Social Security No. or Federal pun and 6D.No.: 1f Bradstreet No.: If a partnership, names and addresses of partners: (If applicable) SG Coconut Grove Convention Center Demolition IT No.:12.13.080 BID FORM (Page 9 of 11) CERTIFICATE OF AUTHORITY (IF CORPORATION) 1 H EBY CERTIFY that at a meeting of the Board of Directors of e G -37~[:C4 L-t.-f,,,..a corporation orga Ize and existing under the laws of the State o "I— , held on the,. �da of �lc,/1 4-f1f a resolution was. dulypassed and adopted authorizing (Name) t U . +`tp t, t,.s es (Title) Mn �..IB_.vto3Pihe orporation to execute bids on behalf of the oorpo�ation and providing that his/her execution 1 hhreof, attested by the secretary of the corporation, shall be the official act end deed of the corporation. I further cetiffy that said resolution remains In full force and effect, IN WITNESS WHEREOF, I have hereunto set my hand this211 day of � U "y 20 13 Secretary: Print: 5 Z..1! g'11 9 CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HERBY 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 ,Tday of , a resolution was duly passed and adopted authorizing (Name) • es (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 MI force and effect. IN WITNESS WHEREOF, I 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). 87 Coconut Grove Convention Center Demolition ITS No.:12.12.080 RIP FORM (Page 10 of 11) CERTIFICATE OF AUTHORITY (IF INDMDUAL) I HEREBY CERTIFY that, I (Name) Individuaily and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the Bid to which this attestation Is attached. IN WITNESS WHEREOF, I have hereunto set my hand this day of 20_ Signed: Print: as Coconut Grove Convention Center Demolition ITS No.:12-13-060 BID FORM (Page'11 of 11) NOTARIZATION STATE OF "" ) COUNTY OF Ss: o C)-- The foregoing Instrument was acknowledged before me this. Z''4day of U 20, ;, by I w k+ , who Is personally known to me or who has produced SIGNATURE OF NOTAR STATE OF FLORIDA PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC as Identification and who (dld / did not) take an oath, CwcPaN2- 72'"''''"'"'"4 .a�«KRYS1'ALCOURCMENE (;;).ftMiO)NEE COt126ii EXPIFIES: October 12, 2014 .44;0Nrn:ls,! 1 rJu NOis:y Publi:: Untletvgilfrs 89 Coconut Grove Convention Center Demolition ITB No.:12.13'•)60 Section 5- Attachments BID BOND FORM (Page 1 of 3) State of Florida ) County of Dade )SS: City of Miami ) KNOWN ALL PERSONS BY THESE PRESENTS, that. The BG Group, LLC as Principal, _ International Fidelity Inswance Company as Surety, are held and firmly Five Percent of the Amount Bid bound unto The City of Miami, In the penal sum of Dollars ($ 5%of amount bid ) 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 August 27 20 13 , .for. COCONUT GROVE CONVENTION CENTER DEMOLITION - PROJECT NO.: B 30182A NOW THEREFORE (a) if the principal shall not withdraw said Bid within one hundred twenty (120) 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 to 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. 90 Coconut Grove Convention Center Demolition 'TB No,:12.t3.080 SID BOND FORM (Page 2 of 3) IN WITNESS WHEREOF, the above bound parties have executed this instrument under their several seals, this 30th day of July 2013 the name and corporate seal of each party being hereto affixed and these presents duly signed by Its undersigned representative, pursuant to authority of its governing body. WITNESS: (If Sole Ownership, Partnership, or Joint Venture, two (2) Witnesses are required. If Corporatio ; Secretary only will at f st and affix seal.) PRINCIPAL: Tho 13G Group, LLC ( IgS nal re of auth&ized offl t3ocn Raton (Business Address) FL 33487 City State Zip Surety: International Fidelity Insurance Company (Corporate Surety) Affix Seal -ReTLa 6 Surety (Sighature o' Authorized Off'tcb'r) Witness Joseph M,Fietrangelo, Attorney -in -Fact (Title) One Newark Center, 20th Floor (Business Address) Newark NJ 07102 City State Zip 91 Coconut Grove Convention Center Demolition ITS No,:12.13. J6 l l w ("°‘ ° 44,3 SID 13010 FORM (Page 3 of 3) CERTIFICATE AS TO CORPORATE PRINCIPAL 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. STATE OF FLORIDA COUNTY OF DADE CITY OF MIAMI )SS ) (Corporate Seal) Before me, a Notary Public dui commissioned and personal) Joseph M. Pletrnngclo y � qualified, appeared p to me well known, who bein by me first duly sworn upon oath, says that fie/she Is the attornelyin•faot, for the 1n,crnntionnl Fidelity nsurnnco Company . and that he/she has been authorized bylt'bemntionn1Fidelity Insurance compnt o'execute the foregoing bond on behalf of the Contractor named therein in favor of The City of Miami, Florida, Subscribed and sworn to before me this 30th INSTRUCTIONS: Bid Bonds G• must be accompanied by a Power of Attorney, In compliance with Instructions to Bidders Note 407 e011.o10o day of July 2013 WILLIAM GREFE GRIFFIN t?g X�I ES Juno le,2017 Ht IUtiNotn SoMco,com My Commissiqn Expires; �c,n< /('1. Zo 92 Coconut Grove Convention Center Demolition ITS No.: 12.13.060 • "t: 1l0 ,014 _illlf li 11 '•e fjf•q;^KC.�\• • EXb1•HPC.: liluti 1 f.:' J.l � y 1 44y/. Mirrlvv (3):JGLE c;u«}11.14 j 0. .... _._r �,�;y•Lj}� .i3..i !i11S•!':1Ur�ty:' 'i'��Jrh :4: ( r. . 11.1. iil �•`%/i:!17 . ;': 1!.;st, 4. i Ci i rL! _ ' ••1. _ :i •.7 _ •r is ... . • . 7 • NEWARK CENTER'i 20TH FLOOR NE'WARK, NEW RS 1':: t 7102 520'7.. KNO..W ALL MI BY THESE PRESENTS:.: That ENTERNATIONAC. F113EL1TY INSURANCE COMPANY. a corporation organized and existing under tits talus of• the Stato of- New Jersey; and ALLEGHENY CASUALTY COMPANY a corporation organized and existing under the laws of the State of Pennsylvenia,:h'aving chair principol office in the City of Newark, New Jersey; do hereby constilute'and appoint [CLAUOaTE kLEXANDEFt,1JQSEPH M. P'IE±TRANGELO Mlamh::FL, :.. ..: Ift ..true and' awful attorney(s)_{n-fact.to execute; seal and deliver for and.on l ..•bohalf;a surety, any avid all: bonds and:"undertakings, contracts of Indemnity art. :e her Wrltingpe obppgalory In the. nature thereof,. which are.cr ma be allowed, requifed or permitted by; law, statute rule, re__ggulallon ooritract or otherwise en EElls e5sectitionbf Subh Inetrumeiit(s)) Iti:l utsuance of these resents; shall be as -:binding• upoh :Ma said INTERNATIONAL FIDELITY INSURANCE COMPANY-.'"and'ALLEGHENY CASUALTYY COMPANY, as fully nd: empty; to all Intents and -purposes; as If the- same had bean • duly .executed and acknowiedg8d by thair.regutarly elected offloers et their_principal offlees. . • This Powat of'Altorney.. is executea- and 'they be, revoked, pursuant.. to and by authority of the By -Laws of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY COMPANYCASUALTY.and;ls granted under and b authority of the follow np resolution adopted by the Board of Directors of:.1 T RhJATIONALI, FIDELITY INSURANCECOMPANY et a meeting dui held on the: 20th day of Juty,•201-0• and•by the Board of Directors of ALLEGHENY CA. $UALTYCOMPANY.at a meeting duly held on (he.l6ih day of August,-2000t "RESOLVED ;that (1):the.Pr, id `rit: Vice ppreSSIdont, or $georetsry Of ..the Corporation shall have. the power to appoint, and to revoke the appointments of, Aherneys in tact er agents witth power end authority:as detlned.or tin�ited ih their respaolivo powers of attorney, and to execute on behalf of the Corporation • and aff1 the Gorporat n's seal: h'ereto', ttorl1d ,'Undertatsingsl. recognizanoes, aorr1ltraots. of Irtdemnit at1d other.written obligations In the nature thereof or related: thereto; dnd'(2) anysuchOfflcers::ot the.Corporation may appoint and.reVoko the a.p ointments of lolnt-.pontrol.custodians, agents for acceptance of ..process and Aiternev9.In4faot w�th:authorfty to ex,eoute:Walver�s and consents: on behalf of .the Co poratton; and •(3) the signal re o1 any such Officer of the Corporation and:(he CCor)ofatton s _seal maybe Milked byv: fats mf a to any, power -of ttorney. or certrffoatlorl given ffor the_executlon of any bond, undertaking, redbgnjzanod con ract et ndemnftyy or other: written obligation In the nature thereof or related thereto, such elgnature and seals when so used whether • : herefofore:or. hsreaiter . eing hhereby adopted.by the Corporation as the original sit�nature`of such officer and the original Seal 'of the Corporation, to be valid and tilnding uponthe dorporauorl with: the same force. and•effect as though manuaily.afffxed." z. • i .Wf NES$. WHEREOF; INTER-NATIONAL:FIDELITY. INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each executed and attested lh`esd presents On this 12th. day of March; 2012; ; STATE OF NEW JERSEY County of•Essex ROBERT W. MINSTER • Executive Vlce President/Chief Oberating Officer . . dtlgesultyCpandPrresiien(AehnyCaaltomany). CASVAtrY , G� \f� On this 12th 'day of Mach 2012, :before. me came the indlvldual who.exeouted the preoeding Instrument, to me personally known, and, being by me duly sworn,'sald;he is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY ;.:anal the seals affixed to said instrument'are the Corporate Seals of saki Companles; that the sold Corporate Seals and his signature were . duty efflxed by order of the Boards :of,pirecters`of sold Companies. . .: iN TESTIMONY WHEREOF,. I have hereunto set niy hand affixed my.0filcial Seal, at the City of Newark, New Jarsay the day and year first above Written. .A NOTARY PUELIC OF NEW JERSEY MyComrmIssion Expires Mar, 27, 2014 CERTIFICATION I, the understyhedefticer'of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that I have compared the (oregofiig copy of the Power, of Attorney and a0ldavit, and thecopy of the tSestlons pf' the tBy;Laws of said Companies as sot forth In said Powerof Attorneys with: the origtnafe online .In: the home office of said companies, and that .the same are correct transcripts thereof, and of the whole of the setd prigtneis, and; that the self Power .of Attorney has not bean revoked end Is now In full force and effect. iN TESTIMONY WHB REOF, t have hereunto set rhy hand thls a N1 day of .LnLi 4. • SUPPLEMENT TO Bfl7_FORM; QUESTIONNAIRE, This Completed Form Mat Be Submitted With The Bld, The City May, At Its Bole Discretion, Require 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 Tho Form or Additional Information Upon Request By The City Shall Result In The Rejection' Of The Bld As Non•Responslvo. Additional Pages. May Be Used Following The Same Format And Numbering. • By submitting Its Bid the Bidder certifies the truth and accuracy of all Information contained herein. A. Business Information 1. How many years has your company been In business under Its current name and ownership? a, Professional Licenses/Certifications (Include name and number)• .. Issuance Date CP/ r s r 17 &/." Canasta oclivo cetlif,callons of communuy small business onion -Ws° d nerno of codifying onlily) b. Date company licensed by Dept. Of Professional Regulation: c. Qualified Business License: p Yesp No If Yes, Date Issued: t 13 2- Li (67 d. What Is your primary business? la—c2P10 U7;j6 (This answer should be specific. For example: paving, drainage,. schools, Intetlor renovations, etc.) e. Name of Qualifier, license number, and relationship to company: f. Names of previous Qualifiers during the past five j5) years Including, license numbers, relationship to company and years as qualifier for the company 2. Name and Licenses of any prior companies Name of Company License No. Issuance Date r 1( Y1 3, . Type of Company: Corporation ©"S" Corporatlon(L?LLC0Sote ProprietorshipDother: µ;arporatlans will ba required to provide a copyist their corporate resolution prior to executing a content) 9) Coconut Grove Convention Center Demolition !TB No.:12.13.060 4, Company Ownership a. Identity all owners of the company. Name Title % of ownership V -FRA2D fr-1 �'�lS A'( QIV l S /. n.:t a AA '`I i f . b. Is any owner Identified above an owner in another company? 0 Yes No If yes, Identify the name of the owner, other company names, and % ownership c. Identify all individuals authorized to sign for the company, Indlcating the level of their authority (check applr_nbto boxos and for other pravtdo apoalfa lovols of outtrority) Name Title Signatory Authority v All Cost No -Cost Other ivy 'ERA bf ti Mhr�+ e, . E' ❑ ❑ 0 jo .k-e:e ]ae.3 ° Q ❑ 0 0 ❑ ❑ 0 0 ❑ ❑ ❑ 0 Explanation for Other: (Note: 'All' Mora to any type of document Including but not limited to contracts, amendment, change proposal roquests (CPR), change orders (Co), notices, claims, disputes, etc, 'Cost' refers to CPRs. Cos. No•cost refers 10 RFIs, Notices, And other similar documents) 5, Employee Information j' Total No. of Employees: `"f'. Number of Managerial/Admin. Employees; Number of Trades Personnel and total number per classification; (Approntleos must bo rslodyssoop�aralo for oath dasslficallon) • How many employees are working under H2B visas? , p4 Coconut Grove Convention Center Demolition ITg No,:12.13.etia 1 1. B. Has any ovmar or employee of the company ever been convicted of a federal offense or moral turpitude; If yes, please explain: n 7. Insurance & Bond Information a. insurance Carrier name & address: '5. i !\*O c..i b. Insurance Contact Name, telephone, & e•mafl: c. Insurance Experience Modification Rating (EMR): 1.08 (it no EMR (cling pioceo oxpinin why) d, Number of Insurance Claims paid out In last 5 Oars & value: e. Bond Cartier mama & address; _9O f. Bond Carrier Contact Name, telephone, & e•mafl; f g. Number of Bond Claims paid out In last 5 years & value: 8. Have any claims lawsults been file against your company in the pest 5 years, If yes, identify all where your company has either settle or an adverse Judgment has been Issued against your company. Identify the year basis for the claim or Judgment & settlement unless the value of the settlement Is covered by a written confidentiality agreement. g. To the best of your knowledge Is your company or any officers of your company currently under investigation by any law enforcement agency or public entity. If yes, provide details: V\o 10, Hes your company b e assessed liquidated damages or defaulted on a project In the past five (5.) years? Yes No (1 0s, provide an attachment that provides en explanation of the project and an expien tl ` . 11, Has your company been cited for any OSHA violations In the past five (5) years? If yes, please 0 provide an attachment Including all details on each citation, 12, Provide an attachment listing all of the equipment, with a value of $5,000 cr greater, owned by your company. as Coconut Grove Convention Center Demolition IT8 No.;12.15.000 AC R CERTIFICATE OF LIABILITY INSURANCE DATE (UMIDDAYYYV) 5/14/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(8), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate dons not confer rights to the _ certificate holder In lieu of such endorsement(s), PRODUCER Bateman Gordon and Sands 3050 North Federal Hwy Lighthouse Point FL 33064 INSURED The BG Group, LLC 1140 Holland Drive; Suite #19 Boca Raton FL 33487 BGGRO coNIACT NAME: nOE le i o, Exe:954-941-0900 nDDRless:certsebgse gency. com INSURER(S) AFFORDING COVERAGE FA(n c, N0):954-941-2006 INSURER A;Am e .03.afetyIndemnity Gomoan�l_, INSURER B ;Brlrtgef181d mp10ytRt.S_(t16,S-O_,Giumm INSURER DjE[(OCLEXPre.S.S_Uitra/ProgreSEIMP SU INSURER D NAIC e INSURER E t INSURERP: • COVERAGES CERTIFICATE NUMBER: 154791957 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS �LTR TYPE OF INSURANCE NSRD POLICY NUMBERADDL UAfAIDDlYY1 YI (MRDdEYYY) LIMITS A GENERAL X —� X LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS -MADE I)1 OCCUR XCU/Contractual ENV0273151203 11/10/2012 tl �/1 �...iF,r 11/10(2013 EACH OCCURRENCE $1,000,000 PREMISES (Ea RENTED $50,000 MEDEXP(Any ono boraon) 55,000 PERSONAL & ADV INJURY 51,000,000 GENERAL AGGREGATE $2,000,OOD X Broad Pon PD PRODUCTS- COMP/OP AGO 52,000,000 GEMAGGREIG�ATE LIMIT APPL�IEIS PER:).9.../v-%, 7 POLICY I^ i PE 1 I LOC BI/PD Deductible $5,000 C AUTOMOBILELIABIUTY X — X ANY AUTO AL OS ED HIRED AUTOS X st X SCHEDULE) C E ULE) AUTOS�ED 022028180 5/12/2013 5/12/2014 Eo doolrGLELIMII 51,000,000 BODILY INJURY (Per perton) $ BODILY INJURY (Per accldonl) 5 (PRerofl dort1TY $ S A X UMBRELLA LIAR EXCESS LIAO OCCUR CLAIMS•MAOE _ ENU0273481203 11/10/2012 11/10/2013 EACH OCCURRENCE 55,000,000 AGGREGATE 55,000,000 0 DEO X .RETENT ON510.000 a WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFPICEIVMEMBER EXCLUDE09 (MMontlk dasalbo NH) DESCRIPTION OF OPERATIONS below j 11i NIA - 08304S393 11/1012012 11/10/2013 X ToRy CSTA�UTU.UNITOT E.L. EACH ACCIDENT 51,000,000 E,L. DISEASE • EA EMPLOYEE 51,000,000 El, DISEASE • POLICY LIMIT $1,000,000 A Pollution Liability ENV0273151203 11/10/2012 11110/2013 51,000,000 Per Occurrence S1,000,000 Aggregate 55,000 Deductible DESCRIPTION OF OPERATIONS / LOCATIONS !VEHICLES (Allach ACORD 101, Additional Remarks Modulo, It more space I required) CERTIFICATE HOLDER CANCELLATION Biltmore Construction 1055 Ponce de Leon Blvd. Belleair FL 33756 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 26 (2010/06) ©1988.2010 ACORD CORPORATION. All rights reserved. The ACORD name and Togo are registered marks of ACORD Aon Risk Services Construction Services Group -Surety May 13, 2013 Biltmore Construction 1055 Ponce de Leon Blvct. Belleair, FL 33756 RE: The BG Group, LLC To Whom This May Concern, The BG Group, LLC is a highly regarded and valued client of international Fidelity insurance Company. International Fidelity insurance Company Is rated by AM Best as A- (Excellent), with a financial rating of Class VII. We currently would not anticipate difficulty In providing the customary Performance & Payment Bonds should The BG Group, LLC be awarded a final contract. Naturally, we would expect that the execution of any final bonds would be subject to our normal underwriting review of the final contract terms and conditions by our client and ourselves. If we can provide any further assurances or assistance, please do not hesitate to call upon us. This letter does not constitute an assumption of liability, and we assume no liability to you or to any third parties by the issuance of this letter. erely, R,Lza iternational Fidelity Insurance Company Joseph M. Pletrangelo Attorney-In;,Fact AonRrsh Sercixc, Irx ofFforid4 1001 Brickell Bay Drive • Mianu, FL 33131 tell (305) 961-6016 • fax (305) 372-2087 License No. P143952 ' Ibe , ,,, ; 116 6,1 6r,iltre"owcitterre boo? ri,„6.etiria :eiffth„ . .' e f it 63:, , F. 4 5 '-. 1... ws i- tt,',,,s' t+.a.'t/...,4 l's,ss...''.• • ,,...,..-' .....,!' ,,,,. -.) tyyNcot,igktof,.',Ov.9 6$9h f4XPut.fltP,-51:! idall ',..0•Wila a , oti, , rl' iskptea by•tha 9,011115,tt otnt@ d a iligvarp • b x ,!,,,e-PS.Y:1' LI,' %.'„,,4'. v" ' it 4,..c.ri.'0,.•y.!.? .1. ••','„:"';'....•:;. ....,',.;',..ri. ':1';';' s : j ,', ,,,',41.0 • bin In po , ..'"'"'' .k.4'1"4,4.-t /1,.. •ci,!,-IbL“.11.Voic". '8K411,41itttg' M''' TO• N.A1,'...v.'''''''1' 1.341:11/4/H:4...'INiv-"6"-RA, :U',:t PIY:JP14?4141.,•arIct14.10!lii:•19"P"ql4i:'."111.,' , .... e • •ty ' 13' • t,t„.40i tkg,,,,tt ...'t .1. * * U OE'. ....i 4,:o.'.-. kZ1,1,1!'i,.• g,. r:J?, ./, -,,,,,.., ..3. ..:. .,„,,„4. • ,,,,.. "',ci:f '',.6: •k 4,„''''')silj '. ' .1'.?...ivs' 4.'"'"ft. ..,41". ,. . ,ol, s. ,,,P i,, .,;• 1 4,,,m, *. 4,, ,,,v,„,r,. . - t„. . ••,:::,;' ‘,$:;,(ii:1 lik„k 04'14'Zr'; k, iff ' ' `1•,'' tV '''d• ...k 4Z:ti t , A ''''',ItIviii,‘i,t.,'".:001'4'..psikts,,,E,,t400(0,kj."riat..1.001xi,,,,,,,kER•ii.:1.:1Y.iinfrei:4;..,;,..:ir::;.;.:1A.t:a..,,i1....,,i)..i.ii,"-,11.:::,,i..(1.::,":<.,:4.41,..,:ii,...tv:!;.::•.;f:,,'::....,.::1('',...,:t.;,::'4'':11'. ....(1:1t1;;;.',.,..4,..:,,,,,,,.,,,,.:: , •-'t,„ , -,q1 ..i,..y ) ,,P -sy •‘`..c70,,i' y..,„•14,.....); ./ :,,0 v.if, *. v.,,,t• .i.„41,t .i,,,„ , ?„:•Vot • 1,.,. , .) ...I, ..:u ••,.,t1 ,,,„ , , . ,j.,:j..,..0 ••,..,,,,e ,:i.,t,.,,,, ,I. J.) :,,,' '".1,,s4. :.,, ; • ' t,,., ,.. A..;„. .,•13••••••• .,f',...0./A., .Y.....i,...% .:u\'..1. j!''',:::'...ii 1:',71'6%C` '41.,?;Y::' 4.Vip, le..4 .:3,....,.`".c.:',,''';--,,: -5c.Pn''''...,,,:.';'''..:''",-,1.- flfv, cii. V A';'' to..Ii.•;•:••• ..r;,1 AWAN ';., ,t1 o' ,t1' •• 4oii..,',. ;... yL ; , '...:, ..:', ' 7.1 ',P. T g 15...T.J , :ail. v., ,,'''.§'•,t,o.,D,:;,-{, .52 ...rs,.....-,,k, .!k, ...ii .:1' :is '.1.4.4,.ii ROBERT,kwzmiN4. EPR t ,l,,4t. :;;1e.cgPr".jkl14.r4.n,i:'g'''fii'i''i'414't14d, '1,4Yl,Ti,f i4 ,1'11:6'C'i 1;\%• ,"'/',',...i-';Ck),'4i1)k.-,,4,':,''.44' ,":;'r,•O),71.1.•,4-;.',-i-.',.k,i'..i,,i• Itl‘it ,t7kl4i,0,,;,J'' f,t,,(,.!?l•r,''...,l-,11'.6,,..'e1ii,l, tiie'....',: :th. .,i. t'ad.nx. ieAt9R,9ifttieyia.a.tlt:OVt•a,in99ffre9kWloRttgIO,O, itS9 y-IlC.,Ln..tIp8el). rtyYI4tCia0Nt.7t1tgb:eipu0..a0, l0lr-•:Am12t;i,l.•14l,,lg1le,?v4!i iNg16,;„4,,d"•o1r4fnr.,:_,,,..'•;,,i,li0,,r,.6i,;cI,ir!E.•:•rg,,,, ;. ),t0i,in„,,4cr6A,,,i,l1:b1.v4.. i.tt1..-i.'.'.,.4t,i4.t.7<t,,/,r.tyi.i,1, •:',. ":: k ihif A fl• • fin61 ',3 6.001g, 15,,. 0_,'.0 , 1.. 9 -:- •„,,'- • ka, . ,-...,, r .01-• ....iv3A4'. .1tu; ....AI:trf ‘bf,l' • ;,.." , ; ,,, „ ,.,,,. ,.,,v,A.,. .er,,, „,-..,.1•• . '; a.P. lit Id': 6 . ' '-'° 'i. jnificietIl! PEA') in'tirn. tin' fl'ae. ititroTp.b -ao SelWeicif ,fildtanj-.)an e.,simnet, Inb p.bipr.„ CP V.4,,,,,s. ilw.,..f,t• ,,..„4. ,.1„,larY l',1,:, 441.Y.P. •r0-. , l'' - " "t 144-a fOlre a 5.46`cf.stild pKIIppanytd,;': • tr,,,,, - .1, reit,„,,,,lkyjs ea,,411,1,0"AtItntoikid,$ilid tavo ipy.pfricor.0,e •-, ,,,..... •'"" 1JVE) gVly,AF,de ,c). Jtmt . r ,P 4..., zt•-.0 ,,, ,,, • t 1 '4 ,t, „.1 '.1-E,S. '1y ,PN,Ii•V\91,s ..'" '4' . .., 4 - ''' ' ise ,04,4(• ' i 1 -"4 4.''',, ‘,...1; l'..,'• ',' 0. t4:c 14.1Newani; Fipwa4by '. 4.,-0.,,,,,-1 .; i.. ;;•,,, 4,-4, 4,., A J, r ,.. •,,,t, t, ) ....it ..' • ,),s/ ( ,i, V• ••••••J1, •A p (•-•, .• .1 v. 11 .) t.; >:;?. 1, \ ), 0: f •.•,?, ." 4 ..tv ,,.5 ...., t• 0 , 1 ';,'It,f, ,°. ,,..• 'i.l.''' '''iliti,44"".14.';' .. ..s, .:f ‘1,.1.},,,:if , .i>,..e.i e, .,,r ;,•,g !-4,,,,P.,,, 4 r.,, is: 1.•:•:,.,1;,t -..t,,..,..,,,„? s,,..t,, ...„,„,,, ,,„.. .h„,„,,.. . ..„, z, a:.•,,r0,. 4i,s, ., ' -'• I a ,P v" tI 04. t' ,• t '• t N, v t-st. vi, g 4 ',, P.,1: x. e.. ,. - ,,k ,,s ..,,,, ,,t,,,J ,,, .,., ve,, .. tfl ciay A.n q,,jipap.r if) rs f tioria it:/ripeon, •,,,1 s,, ,,,,k4 ‘,.. , „.• ,..,• N'.,Pf., 4 '7',.,v• 11., ' '0•,f, i'..,,i; `4',,=.6$' ''''''' l''''''' ....en, 7, ‘4,,a•g4;;',.. ""'''.z, N',"..:1, k";%. /••'''..:-:''' .. ,. 1'14'0 ??'14...?*.'1:•,k, t , 0 • ,111.,,q91 . ...i..,•ciy.-10,0t v's4 . &,,,o° ""!-.. .,•;:."•',": "/,,,,,.; :IP, ,..1. .1,1'''INI Si'llA.6•v!,•!:.'4%., -.'' ,‘ ' , '....v,r, .-' • . - -. . "..1 fi 'I. .1;;/1,'`'... li'r4i al:, ,/,'''.1;x'i '4?, '''.';.6' ',Y:'.:',-,. '1'• 'Yi ,,‘r,' Al.<;'-.4..t,ii i,4 rn.l.., N, e, 6/ ,.• :: i li..i,. 9 .:. :',1 ,I. lk 1 I I.I -: ,,,./. v,., ni )cf,t,• ,12;, t, ,th, iffP, .,t".. 1; ,.?,fi I; 5 ss, 4; , C..4 ii %.,Fre AdEVl‘Atl • A :4?i,,I. . ,14.,y,:ci ! '11,•441:1*.e4! '4.Iri J?0"...:P' . ,'.:;."li‘,3g' „''.','6t.,.','-0'-c,' •,,46;:../;fte•r'6 "4-f.t: '''v"::;;;.r....P?,i.l,.,,::::•.;i.•.,,..o .,....i...,,!;.'f.I,.'.?,•.,..,.t;- ,:tAl11„'-. 4iifl.,,,,V,,,f-air-A.n1.:9sR.1..Y?•.-•.'1,,4Pb1(.0U,1,.iy. -7W..1pv,si. lrbT,(',.• rVTE..d •1.4.,,.1.:,:.,2,tqt;!.).443Y;!c'.4,..,'.A'....)%',....;! .4..2.0.,,,:J...;;• .I,,:..•.i....!f,i..,.; .;•, ,.?. ...F .'6oicto,41,M4.1,,figGkkwricgstrAtmcc) ,,,Ny, 0 hi4N. t 061Y11.T..)rer..-:.;..:::: -:•,,c .61.34;:((r/ -9 ?•6rciriffl6C'r 11;•,'e•Eir1)111;,,Ci)MI.Ia.rifrii tng'46'V,I? InnidNnItlkidllitre-na'ab.c tIsk/af Aii ''Qqtion.F,OrIllt,894*eala$A,P,ArfliNniqMs g.°:, P.fiaiCtit.,..„-..:: -!..„. f %"palif 1 .q7.; AI 911161'iggf?grn' 'kw filri.'9' f '918,1cftS,nip)nliststVg•-•ilititkpib gbrrip bro.orr4fiil 'iralivptEk.pitrgor,i a,. .9!: .„9.w.... 9. 9. :.... , ....: . .:,, •411/1,:f, trtiVri. ii'lii!);,13 $1 it91 V(ttr'pli141.', 0.'rr.noV1.6194 All.tipy F.,196.1.1 ;,I..'b ,19.fc't,toke. ..ilif Ik' ' lint.14 rbitt ttrpitto,t1,4,n1 1 l':, t, 4.t, ',i.i,i.e.1:,,,,, li,,,i,f,., ..''., L "."; -- ...".. :,.: ' AV 4 VA..ie 41, ,,f 1,111 •-)0,10,‘1,1' „1,t:„1.,,,„,,,,, • ...;,/, 1i. „, : , y kE90,.6,\,rh .,9412-pece4TV"pottylpeh6filrfISpi',:e.,,,,,,,4, ,i) fe,7,,,,,,'°iIiii r ki t ,.,I4, ,f, :, 2.1 i ,e• • '-‘,.% .0 ( ." ,., • 4011 X- , L. i • J (,; -- '‘1 - f 1 i #t• -•I'l 9 YVV/1141,a414.1,.,',,i illittt.k,'4 Vilf,141 hi,,e ...1:4 • ' 4 a t N.N.4t'IN,,,,d • '''' - ifsAli • aip, .4,,.f ..,, ..0.4 , 1,,,,,,-,4 ,..... , „.35',:..4 44,,,,s,'; . : ..- h !V of'*'''''6, ' - , . , • 1 If"k- , . .1 1‘. k A. zli LI.TIGATION COMMENT July 24, 2013 In February 2011, The f3G Group won the sole legal proceeding filed by it against a client. The award was for nonpayment of monies due on a project completed in 2009. This is the only litigation that we have incurred in the past five (5) years. 1140 11011atrd nt,Stela 110ta Ratan, Ft 33487 581-988.7997 Fax 801.808.8815 amaih tsoltWa RatIggrautl,net LIST OF EQUIPMENT BG GROUP DEMOLITION KOMATSU: MODEL PC300LC-7 WA320-3 MC WA320-5L WA380-5 SERIAL# EXCAVATOR A85936 LOADER A31690 LOADER A33023 LOADER H05129 CATEPILLAR MODEL 302.5C EXCAVATOR 308CCR EXCAVATOR 320CLU EXCAVATOR 320CL EXCAVATOR 325CL EXCAVATOR 325DL EXCAVATOR 330DL EXCAVATOR 330DL EXCAVATOR 330DL EXCAVATOR 330DL EXCAVATOR 330DL EXCAVATOR 345CL EXCAVATOR 977L TRACK LOADER SERIAL# YEAR $ Value 2004 90,000 2002 40,000 2007 60,000 2007 80,000 YEAR GBB03172 2005 30,000 KCX02170 2008 80,000 PAC01306 2007 130,000 PAB07476 2007 130,000 BFE01048 2005 140,000 A3R01393 2008. 160,000 MWP00700 2006 150,000 MWP01139 2007 160,000 MWP01227 2007 160,000 MWP02599 2008 170,000 MWP02111 2008 170,000 CCPJW00809 2006 170,000 1970 20,000 Innovatech Terminator 2000ei w/Trailer 2011 45,000 Wolverine Hydraulic Saw w/Diesel Power Unit 2011 20,000 Hydraulic Saw w/Diesel Power Unit 2012 25,000 International Tractor Trailer 9900 6x4 2005 80,000 Fontaine TH55 55 Ton Tri/A Lowboy 2007 55,000 ASSORTED BUCKETS, GRAPPLES, HAMMERS, GENERATORS, SHEARS, CONCRETE PULVERISORS, COMPRESSORS, ETC. 100,000 Vehicles 2 Ford F250's, F350 Mechanic's Truck, Escape Hybrid, Toyota Prius,. Toyota Tundra 150.000 As of 3/31 /2013 3, Scope of actual construction work to be performed by your company and the corresponding percentage of the work: mils dons not Includo suds Items es Insurance bonds, dumpslors, trotters, and olhor similar nom construction wotX clans) C. Current and Prior Experience: 1, Current Experience Including projects currently under construction, recently awarded, or pending award (Provide an attachment to this questionnaire that lists all such projects, including the owner's name, title and value of project, scope of work, projected or actual start date, projected completion date, and number of company trades personnel assigned to the project) 2. Prior Projects of a similar size, scope and : Provide en attachment to this Questionnaire that Includes Completed. Projects the Proposer considers of a similar, size, scope and complexity that the City should consider In determining the Bidders responsiveness and responsibility. This attachment must Include the project that moots the minimum number of projects Identified by the bid solicitation, Information provided must include the Owner's name , address end contract person, Including telephone & e-mall, title of project, location of project, scope, Initial value and final cost of the project, projected and final timeframes for completion in calendar days and the number of company trades personnel, by classification, that were assigned to the project. The delivery method, Including, but not limited to: design -build, CM@Risk, Design -Bid -Build, etc, is to be Identified for each Project, If there Is a difference between the Initial and final cost or 9d Coconut Grove Convention Cantor demolition !Ts Ho,; 12.13. 130 B. Project Management & Subcontract Details 1. Project Manager for this Project: a. Name: •IVI lee=LLt>t) l( b. Years with Company: c L►censes/Certifications: OS4-1-Ar { d Q e-vIC-- 3 o, d. Last 3 projects with the company including role, scope of work, & value of protect: C PMM "EpAc,t, NMA t i t 5 v v-t�rrt-enrkgfct 24 f M t� 2. M 1 t i 4 N T 1CAit1 pp -Pk; Acci w y PM w 5-4.T.R.rm.t-erchr;t gcr771 goc0 `y r . gi10� .f�vt. .SC�,.c V -?M � fE3nr2(DO d�,o 2. Subcontractors: Name Trade % of Work License No. Certification* 412, • A r2- -- 5 •-~ 27. �A 000O I p ( o n tt.nn ( t SeczviceS - c U M o z •,cm * ,y9.('-� S U '1 -M (-aclivo cottificailons of community smnll badness onlotpnso & nomo of codifying ontlty) .15 ' _ csB ( f, THE BG GROUP, GENERAL PRE -QUALIFICATION INFORMATION General Information: Name: Address: Tel: Fax: Managing Member: Email: Date Founded: Company Structure: License Number: FEIN: The BG Group, LLC 1140 Holland Drive, Suite 19, Boca Raton, FL 33487 561.998.7997 561.998.8815 Steven Greenberg, cell 561.715.0013 steve©thebggroup. net January 28, 2003 LLC CGC 1511135; 0B 24967 81-0593332 Names, Birth Date and Addresses of Officers: Steven Greenberg, 2/16/59 3640 NW 62 Street, Boca Raton, FL 33496 Ivy Fradin, 12/03/67 3640 NW 62 Street, Boca Raton, FL 33496 Minority owned? Yes, M/WBE with State.of Florida Small business? Yes, SBE certified with Palm Beach County and SFWMD LEEDS-experienced Work Classification: Scope of Work: NAICS Codes: Areas in which licensed: Yrs Performing Work: Full Time Personnel: Banking Institution: Bank: Contact: Address: Phone: Fax: Bonding institution: Bonding Company: Bonding Agent: Resident Agent: Phone: Fax: Demolition, Environmental Remediation and Concrete Crushing. 238910, 213112, 532412, 562910 Florida, all counties 35+ Over 40 fulitime people in organization, including: • Steven Greenberg, 10 years demolition,22 years construction exp. • Ivy Fradin, 8 yrs demolition & recycling experience, 12 yrs investment banking • Steven Teperman, 30 years demolition experience • Austin Corbett, 12 years demolition/heavy eq. exp. • Andrew Stull, 12 years demolition and construction experience Wells Fargo Kelly Thill, Vice President 980 North Federal Highway, Boca Raton, FL 33432 561.393.3475 561.393.9867 International Fidelity Insurance Company AON Risk Services Michael Marino 305.961.6075 305.372.8087 1. THE BG GROUP„ GENERAL PRE -QUALIFICATION INFORMATION Insurance Institutions: Insurance Agency: Address: Contact: Bateman, Gordon & Sands 3050 North Federal Highway, Lighthouse Point, FL 33064 Ben Bryant, (954) 941-0900 • General Liability--$1 million/$2 million • Auto--$1 million • Umbrella--$5 million • Pollution • Workers Comp and Employer's Liability--$1 miilionl$1 million Exp. Mod Rate: 2013: 1,08; 2012: 1,44; 2011: 1.44; 2010: 1.22; 2009: 0.88; 2008: 0.80; 2007: 0.82; 2006: 0.86 OSHA Recordable Incidents: • 2006-2013—no Incidents Safety Program: • Our current safety program Is documented In a manual that Is produced by the National Assoolation of Demolition Contractors and approved by OSHA. • Monthly safety audits conducted for job sites •. Safety training for field supervisors: in-house training, safety videos, first aid courses, Safe2Work modules • Safety training for field workers: Safe2Work modules, safety videos, weekly onsite safety meetings • Random Drug Testing performed by WTC Backgrounds References from material suppliers with whom we've worked on recent completed contracts: • Al Hoffers' Pest Protection, Coral Springs FL; 561-487-2847 • Southern Waste Systems; Tony Badala; 561.202.2447 • H&E Equipment, FL; Nestor; 954-781-3099 • Supreme Petroleum; Rob; 954-818-4603 • Waste Management; Pompano Beach, FL; Steve Clark; 954-984-2066 2 THE BG GROUP, Current Prof ects/References Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount; Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: . Contract Amount: Protect Name: Project Date: General Contractor. General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Palm Beach Mali —West Palm Beach, FL Fall 2012-present EMJ Corporation Mike Peterson, 781.891,0101 demolition of 1.2 million sf of retail shopping center plus parking garage $1.2 million Miami Airport Building 715—Miami, FL April 2013-present Decon Environmental Angel Magobet, 954,933.8469 demolition of 2 story post office with elevated concrete parking structure $125.000 Saint Andrews Country Club -Boca Raton, FL April 2013-present The Weitz Company Michael Thomas, 561,687.4826 interior demo and complete demolition of outdoor pool $130,000 Palmetto Park City Center —Boca Raton, FL May 2013-present Kest Construction Zech Young, 561,210.5022 complete building and site demolition of commercial structure $40,000 Zimmerman/Omnicom, Fort Lauderale, FL May 2013-present Stiles Construction Kris Brunnell, 954.627.9150 interior demolition of 4 floors in existing operating office building $100,000 Rooms to Go—Mlaml Gardens, FL January 2013-present Shawe-Ager Tim Domblaser, 561,239,5191 abatement and interior demolition $70,000 Miami Dade College West Campus Parking Garage--Doral, FL Fall 2012-present Pirtle Construction John Southard, 954,444.6665 interior demolition of multiple school buildings $110,000 General Contractor: General Contractor Contact: Phone: Genera! Contractor: General Contractor Contact: Phone: General Contractor: General Contractor Contact: Phone: General Contractor: General Contractor Contact: Phone: General Contractor; General Contractor Contact: Phone: General Contractor: General Contractor Contact: Phone: THE BG GROUP, GC References BJ&K Construction Brad Runyon, Ian Hamer, Steve Woods 954.974.9181 Stiles Construction Ken Miggins 954-627-9150 Butters Construction Mark Butters, Peter Huntington 954.570.8111 James A. Pirtle Constrution Denis Beran, Matt Mahoney 954.797.0410 Areliano Construction Orlando Gonzales 305.796,0405 PHG Builders Felix Braverman 305.854.7100 4 TH.E BG GROUP, Municipal References Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief.Description of Project: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Desorlption of Project: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Palm Beach County Project No. PBC 08395 October 2004-present; annual contract Palm Beach County John Tierney, 561.233,0252 Annual Palm Beach County contract for all demolition within the county Multiple locations April 2006-current City of Delray Beach Jeff Costello, 561.276,8640 Demolition of various commercial and residential locations Miami City Wide. Demolition —annual contract July 2006-current City of Miami Mariano Fernandez, 305,416.1101 or Ray Benitez, 786.412.7849 Annual demolition Palm Beach County Wastewater Treatment Plants April 2006-current Palm Beach County Duane Palumbo, 561.493.6000 Demolition of multiple wastewater treatment plants City of Fort Lauderdale —annual contract Fall 2010-present City of Fort Lauderdale Lori Grossfeld, 954.828.4653 Contract for multiple demolition projects Margate CRA December 2006 City of Margate Dennis Holste/Marsa Detscher, 954,935,5324 Demolition of multiple buildings 211 Washington Avenue; Shotgun Houses —Homestead, FL Fail 2007; Summer 2008 City of Homestead Brian O'Connor, 305,224,4626 Demolition of former supermarket; demolition of 48 houses Kennedy Homes Fall 2007 City of Gainesville Judy Raymond, 352.334.5026 Total demolition and abatement of multiple residential apt ppties Five Ash Tank —Fort Lauderdale, FL Summer 2008 City of Fort Lauderdale Rick Johnson, 954.828.7865 Demolition of 4 million gallon steelwater storage tank 5 THE BG GROUP, Additional References General Contractor: John Moriarty & Associates and The Related Group General Contractor Contact/Phone: John Leete, 954.920.8550 Project Name: Miami Sheraton Hotel, Miami FL Project Date: November 2005 — Feburary 2006 Brief Description of Project: Implosion of 17 story hotel on Brickell & Miami River Project Name: Project Date: Brief Description of Project: Project Name: Project Date: Brief Description: Project Name: Project Date: Brief Description of Project: Project Name: Project Date: Brief Description of Project: Project Name: Project Date: Brief Description of Project: General Contractor: General Contractor ContactlPhone: Project Name: Project Date: Brief Description of Project: Project Name: Project Date: Brief Description of Project: General Contractor: General Contractor Contact/Phone: Project Name: Project Date: Brief Description of Project: Project Name: Project Date: Brief Description of Project: Project Name: Project Date: Brief Description of Project: Las Olas Beach Club --Fort Lauderdale, FL September 2004-present Structural preservation/removal of hotel/motel Days Inn --Sunny Isles, FL January 2005 Total demolition of 3 story hotel in 4 weeks La Playa de Varadera I ---Sunny Isles, FL February 2005 Total demolition of 2 & 3 story motels in 5 wks Viradero. II —Sunny Isles, FL May/June 2005 Demolition of hotel and seawall Columbus -McAllister Hotels/ Fiagler and Biscayne April/May 2005 Demolition of hotel andexcavation of site Woolbright Development Scott Atkinson/Rafael Saidamando, 561.989.2240 Scotty's April 2006 Demolition of former Scotty's hardware site Carter Square September -December 2006 Demolition of former Don Carter's bowling alley Suffolk Construction Steven Lucas, 561.832.1616• Miami Beach High School June 2006-current Selective demolition and total demolition, phased JFK Middle School June 2006-current Selective demolition and total demolition,' phased Crystal Lakes Elementary Winter 2007 Demolition of portables 6 THE BG GROUP, References, continued General Contractor: General Contractor Contact/Phone: Project Name: Project Date: Brief Description of Project: Project Name: Project Date: Brief (Description of Project: Project Name: Project Date: Brief Description of Project: Project Name: Project Date: Brief Description .of Project: Project Name: Project Date: Brief Description of Project: General Contractor: General Contractor Contact/Phone: Project Name: Project Date: Brief Description of Project: Project Name: Project Date: Brief Description of Project: Project Name: Project Date: Brief Description of Project: General Contractor: General Contractor Contact/Phone: Project Name: Project Date: Brief Description of Project: Project Name: Project Date: Brief Description of Project: Project Name: Project Date: Brief Description of Project: Pinnacle Housing Group Felix Braverman, 305,854.7100 Crystal Lakes Apartments October 2005 — March 2006 Complete demo of 23. apartment buildings Friendship Tower Summer 2007 Demolition Former. McArthur Dairy Spring 2008 Demolition of multiple buildings Ben Turner Estates Spring 2009 Demolition of multiple buildings Oakridge Estates Fall 2011 Demolition of multiple buildings Flagier Construction JC Nieves, 305.520.2300 Downtown Dora! Spring 2007/Summer 2007 Demolition of multiple buildings AMC Theater Spring 2007 Demolition Scranton and Springfield Spring 2008 Demolition of multiple buildings Simpson Environmental Casey Mattox, 352,583,2509 Publix, Coral Springs Fall 2007 Demolition of former Publix Key Largo Elemetary Spring 2008 Selective and total demolition at elementary school Publix, Westchester Mall Summer 2008 Demolition of former Publix 7 THE BG GROUP, References, continued General Contractor: General Contractor Contact/Phone: Project Name: Project Date: Brief Description: Project Narne: Project Date: Brief Description of Project: Protect Name: Project Date: Brief Description of Project: Project Narne: Project Date: Brief Description of Project: General Contractor: General Contractor Contact/Phone: Protect Name: Project Date: Brief Description of Project: Project Name: Project Date: Brief Description of Project: Project Name: Project Date: Brief Description of Protect Protect Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Catalfumo/Seawood Builders Lisa O'Brien, 561.694.3000 Trump Plaza Renovations --West Palm Beach, FL May 2004 Demolition of entryway to condominium 55 Seminole Summer 2006 Demolition of multiple houses and apartment bldg. European Spa Fall 2006 Selective demolition West Palm Beach Waterfront: City Commons Spring 2009 Total demolition of library Elkins Constructors Tom Hanley, 904,353.6500 Hialeah Speedway Summer 2006 Demolition of Lowes Hialeah racetrack Lowes West Palm Beach Summer 2007 Demolition of former Toys R Us Lowes Kendall Summer 2008 Demolition of former Costco Rybovich Boat Company 2005-Fall 2008 Balfour Beatty Bill Cottle, 954.585.4000 Demolition of multiple boatyards and buildings Boca High School Fall 2006-Summer 2008 Balfour Beatty Rob Rloe, 561.395,8868 Selective demo of Science Building and Stadium Boca Raton Resort and Club Fall 2007-present IDC Construction Scott Robinson, 561.362.7774 • Total and selective demolition and sitework 8 Project Name: Project Date: General Contractor: General Contractor Contact/Phone:. Brief Description of Project: Project Name: Project Date: General Contractor. General Contractor Contact/Phone: Brief Description of Project: Project Name: Project Date: General Contractor. General Contractor Contact/Phone: Brief Description of Project: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Project Name: General Contractor General Contractor Contact/Phone: Date Completed: Brief Description of Project: Project Name: General Contractor:. General Contractor Contact/Phone: Date Completed: Brief Description of Project: Project Name: General Contractor: General Contractor Contact/Phone: Date Completed: Brief Description of Project: Project Name: General Contractor: General •Contractor Contact/Phone: Project Date: Brief Description of Project: Project Name: General Contractor: General Contractor Contact/Phone: Date Completed:. Brief Description of Project: Miami Toyota —Leon Flagler—Miami, FL Fall 2008 Moss and Associates Jason Clark, 954.524.5678 Total demolition of car dealership and sitework Flagler Dog Track —Miami, FL Fall 2008-present LP Ciminelli John Reinard, 716.462.0247 Selective interior demolition, saw cutting of grandstand structure Lantana Transfer Station —Lantana, FL Fall 2008 Tower-OHL Group Guillermo Castillo, 954.476.3200 Removal of existing structure retaining exterior foundation walls and floor slab and sitework Carver Square Soil Remediation December 2008 Delray Beach CRA Walt Gerhard, 561.276.8640 Screening of debris out of soil Lake Park, Foresteria Drive Town of Lake Park Richard Pittman, 561.881.3347 March 2009 Demolition and abatement of two 2-story apartment buildings Dixie Court Demolition Housing Authority of Fort Lauderdale Kerry Ann Chin, 954.525.6444 March 2009 Demolition of 32 residential duplexes Jackson Memorial Hospital, UCC Demolition Jackson Health System Alicia Ayum, 305.585,6920 March 2009 Demolition of building within operating hospital imperial Point —Fort Lauderdale, FL Miller Construction David Martinez, 954.764.6550 Jan 2009 Selective demolition Kendall Corporate Center --Miami, .FL Moss Construction Lane Miller, 305.381.8471 Spring 2009-present Selective demolition of office buiiding 9 Project Name: General Contractor: General Contractor Contact/Phone: Project Date: Brief Description of Project: Project Name: General Contractor: General Contractor Contact/Phone: Project Date: Brief Description of Project: Project Name: General Contractor: General Contractor Contact/Phone: Project Date: Brief Description of Project: Project Name: General Contractor: General Contractor Contact/Phone: Project Date: Brief Description of Project: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Project Name:. Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Project Name: Project Date: General Contractor General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Protect Name: Project Date: General Contractor: General Contractor Contact/Phone: CVS Fifth Avenue Shops —Boca Raton, FL Butters Construction Frank Gambino, 954.570.8111 March 2009-present Total and selective demolition of CVS store Wildflower Restaurant —Boca Raton, FL Omega Group Mike Zamiello, 561.289.4997 June 2009 Total demolition of building Warehouse —Miami, FL David L. Williams Construction David Williams, 954.985.0995 Summer 2009 Total demolition of warehouse Dry Cleaners —Fort Lauderdale, FL Bud Scholl Bud Scholl, 954.557.4325 Summer 2009 Total demolition of former dry cleaners Grove Village —Coconut Grove, FL Fall 2009-present Spec Ops LLC Mark Holden, 954.474.0775 Phased demolition of multiple residential structures Multiple Pubfix stores in South Florida Fall 2009-present Simpson Environmental Casey Mattox, 813.714.0285 Total and selective demolition of varying structures to make way for new or improved Publix stores Northwest Gardens —Fort Lauderdale, FL March -April 2010 BJ&K Construction Josh Nail, 954.974.9181 Demolition of 21 multiple duplexes Paradise Hotel —Pompano Beach, FL October 2009 —February 2010 Cannatelli Builders Ed Cannatelli, 954.977.2775 Demolition and abatement of former hotel on the beach over $140,000 Modernage—Miami, FL March -December 2009 Hodgen Construction Brad Hodgen, 954.727,0333 10 Brief Description of Project: Project Name: Project Date: General Contractor General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project. Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Project Name: Project Date: Owner: ' Owner Contact/Phone: Brief Description of Project: Project Name: Project Date:. General Contractor: General Contractor Contact/Phone: Brief Description of Project: Project Name: Project Date: Owner: Owner Contact/Phone: Brief Description of Project: Project Name: Project Date: Owner Contractor: Owner Contact/Phone: Brief Description of Project: Project Name: Project Date; General Contractor General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Demolition and abatement of 300,000 sf warehouse The Modern —West Palm Beach, FL June 2009-May 2010 Trident Project Development Gino Barons, 603.898.6110 Demolition and abatement of 30 story condominium over $1.4 million Miami each High School —Miami, FL 2006-December 2009 Suffolk Construction Steve Lucas, 305.532.9490 Demolition of multiple school buildings Palm Beach Gardens High School—PBGardens, FL July -December 2009 Pirtle Construction Dennis. Beran, 954.520.2294 Demolition of multiple school buildings Gantry Crane Demo —Port Everglades, Broward, FL Fall 2009 Broward County Arnie de la Cruz, 954.468.0106 Demolition of P-1 container gantry crane Glades Road Library —Boca Raton, FL Fall 2009 The Weitz Company Brian Shaw, 561.687.5642 Selective demolition of library Former Manor Care —Boynton Beach, FL Fall 2009 Sannlor Properties LLC Sam. Cantor, 561.982.9555 Demolition of 75k sf former nursing home WasteWater Treatment Plant —Royal Palm Beach, FL October 2009-February 2010 Village of Royal Palm Beach Paul Webster, 561.790.5100 Demolition of waste water treatment facility, structures and equipment Greenacres Library—Greenacres, FL Summer 2010 The Weitz Company Brian Shaw, 561.687.5642 Interior demolition of existing occupied library over $40,000 11 Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project:. Contract Amount: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Project :Date: General Contractor General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Project Date: General Contractor General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Museum of Discovery and Science —Fort Lauderdale, FL Summer 2010 Stiles Doug Poff, 954.347.4713 interior soft demolition with removal of exterior wall for operating museum over $60,000 14th Street Annex —Fernandina Beach, FL Spring 2010 Nassau County Tim Milligan, 904.548.4688 Demolition of former county hospital over $70,000 Azalea Park Elementary —Orlando, FL Summer 2010 Welbro Chris Brown, 407.475.0800 Demolition of multiple buildings and selective demolition $100,000 Demo of Apartment. and SFRs—Hollywood, FL Fall 2010 City of Hollywood Moe Anwar, 954.921.3990 Demolition and abatement of 4 story apartment building and 8 houses over $180,000 Palm Coast Building --Miami, FL Fail 2010 Flagler Construction JC Nieves, 305.520.2300 Demolition and abatement of 4 story building over $170,000 Surfside Hotel —Ormond Beach, FL Summer 2010 FCB Properties Clay Gibson, 904.501.2954 Demolition and abatement of 7 story hotel over $330,000 Lynx —Orlando, FL Winter 2010 Central Florida Regional Transportation Authority Mark Fosyth, 407.841,2279 Demolition of structure over $50,000 Westview—Opalocka, FL December 2010-June 2011 PHG Builders Felix Braverman, 305.854.7100 Demolition and abatement of 16 three and four story structures over $1,316,000 12 Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Protect Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Project Date: General Contractor: General. Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Northwest Gardens III —Fort Lauderdale, FL Winter 2010-Summer 2011 BJ & K Construction Brad Runyon, 954.974,9181 Demolition of 38 houses over $230,000 Lincoln Park Academy —Fort Pierce, FL , Summer 2010-Summer 2011 Morganti Brandon Nobile, 772.785.5700 Complete demolition and abatement of school campus Over $265,000 Palm Beach Bath and Tennis --Palm Beach, FL Spring —Summer 2011 Kest Construction Nick Gomez, 561.598.9708 Select demolition in country club clubhouse over $70,000 Delray Dunes —Boynton Beach, FL Spring 2011 Mouw Associates Rick Mouw, 561.832.1616 Total demolition of clubhouse structures $50,000 1595 Bridge at Pine Island--Broward. County, FL Spring 2010-Spring 2011 Baker/Dragados — JV Jeff Jones, 786.877.8766 Partial demolition followed by complete demolition upon construction of new bridge over $250,000 Lost Tree Village Clubhouse —North Palm Beach, FL Spring —Summer 2011 Weitz Construction Mark Huber, 561.687.6642 Total demolition of country club clubhouse 821 Avenue E—Palm Beach, FL Summer 2011 Port of Palm Beach Tom Lundeen, 561.842.4201 Total demolition of warehouse at operating port Okeelanta Farms Barracks —South Bay, FL Spring 2011-Summer 2011 Florida Crystals Ted Beckman, 561.366.5000 Demolition and concrete crushing of multiple structures 13 Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description. of Project: Contract Amount: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Project Date: General Contractor. General Contractor Contact/Phone; Brief Description of Project: Contract Amount: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Project Name: Project Date: General Contractor. General Contractor Contact/Phone: Brief Description of Project:. Contract Amount: New Municipal Complex —Miami Gardens, FL Fall 2011 City of Miami Gardens Anthony Smith, 305,622.8000 Leeds -certified project to demolish former Wachovia Bank and clear site $100,000 901 and 910 Evernia Street —Palm Beach, FL Fall 2011 Palm Beach County John Tierney, 561.233.0252 Total demolition of former DERM buildings over $250,000 South County Transfer Station —Delray Beach, FL Summer 2011 PCL Brett Bailey, 407.744.336 Demolition, site work and salvage of transfer station over $85,000 Galaxy Elementary School —Boynton Beach, FL September 2011 James A Pirtle Construction Matt Mahoney, 954.658.7135 Demolition and abatement of multiple School District buildings over $150,000 1220 N Ocean Blvd-Gulfstream, FL December 2011 Seaside Builders Vinny Cioffi, 561.272.9958 Demolition of large estate residence. about $28,000 Carpenter Shop—Okeelanta, FL December 2011 Florida Crystals Bobby Kirsteln, 561.722.3937 Demolition of carpentry shop and multiple slabs; concrete crushing about $35,000 2 hotels at Boston's Restaurant --Delray Beach, FL Fall 2011 North South Corporation Richard Rohde, 561.279.9900 Total demolition of two hotels adjacent to Boston's on the Beach Seachest and Marina Storage --Riviera Beach, FL December 2011-present City of Riviera Beach Gil Vetter, 561.845.4023 Total demolition of multiple buildings about $40,000 14 Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Protect Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name:. Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Walmart—Doral, FL September 2011-present Case Construction Stephen Speck, 813.754.3477 Total and selective demolition of an operating Walmart over $100,000 Port of Palm Beach Slip #3—Riviera Beach, FL February 2012-spring 2012 Rosso Paving & Drainage Joseph Rosso, 561.688,0288 Asphalt removal at port with high security about $85,000 Public Safety Building --Miramar, FL November 2011-spring 2012 City of Miramar Luis Lopez, 954.602.3316 Total demolition of multiple buildings about $170,000 Jupiter Lime Silos ---Jupiter, FL September 2011-spring 2012 Close Construction Richard Payne, 863.621.9252 Abatement and demolition of multiple treatment plant structures over $50,000 Canoe Creek, Turkey Lake, Fort Pierce and Fort Drum Service Plazas — December 2011-present Arellano/OHL/Stride Group Ruben Tapia, 305.345.9581 Selective and total demolition at turnpike plaza about $350,000 Aeroterm Buildings 890 and 891--Miami, FL January 2012-Spring 2013 Stiles Construction Ken Miggins, 954.627.9150 Interior demolition of airport hangars about $250,000 Broward Wind Mitigation --Fort Lauderdale, FL January 2012 Stiles Construction Steve Sjoblom, 954.627.9150 Selective demolition of sheriff headquarters with high security about $95,000 US Foods --Pompano Beach, FL January 2012 Butters Construction Peter Huntington, 954.570.8111 Interior demolition of large warehouse about $160,000 15 Project Name: Project Date: General Contractor. General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Project Date: General Contractor, General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Project Name: Project Date: General Contractor: General Contractor Contact/Phone: Brief Description of Project: Contract Amount: Daytona Village —Daytona Beach, FL April 2012 Daytona Beach Housing Authority Doug Zimmer, 386.253.5653 Demolition of multiple multi -story housing units about $125,000 Dunbar Village —West Palm Beach, FL April 2012 West Palm Beach Housing Authority Ed Overstreet, 561.719,2138 Demolition of multiple housing units about $110,000 Fisher Island Links Clubhouse —Fisher Island, FL April 2012 Miller Construction Chris Hannaka, 954.764.6550 Interior demolition in high security location over $26,000 North Palm Beach Elem School —North Palm Beach, FL January 2013-Spring 2013 Pirtle Construction Brent Martin, 954.214.2860 demolition of multiple school buildings $150,000 Holy Cross Hospital Radiology —Fort Lauderdale, FL Pall 2012-Spring 2013 Arellano Construction Chuck Langone, 786.537.7617 interior abatement and demolition in operating hospital $30, 000 Indialantic, Melbourne and Aurora Tank—Melboume, FL Fall 2012-Spring 2013 City of Melbourne Jennifer Spagnoli, 321-674-5761 demolition of multiple elevated tanks $160,000 UM Schwartz —Miami, FL Fall 2012-Spring 2013 Moss & Associates Jason Clark, 305,490,5957 total and interior demolition within UM $50,000 16 Initial and actual ttmeframe provide details an why the differences exist. A reference letter Is to be completed by the owner of the Project and submitted as part of the Bld submission. D, Bidder's References Bidders are to Include a minimum of five (5) references from completed .projects listed in C.2 above. The attached form Is to be used and is to be Included vwwtttthe Bid submission. The City, et its sole discretion may allow the Bidder to submit the references after the specifed date for Bid submission. 97 • Coconut Grove Convention Center Demolition ITB No.;12.13.050 ToWhoM ItMay Concern Subiect:- Reference Letter NeMe *Bidden (City of inland JOHNNY MARTINEZ, P,E. City Marleger The above referenced contractor is submitting on a bid solicitation that hes been issued by the City of Miami, We require that the Bidder prodde written references with their Sid slibmisslon and by prouidng you with this document the Contract& Is requesting that you prcMcie the fdlowing reference inferMaGoll, We would appreciate you provideng the Information requested beferii as welt as any ether informellon your feel h pertinent: Name of PreleoN Scope of wok: NatiqLoi PP Value et prciect: $ 440,40 Date Completed: 114e,41 00,1g Percentage ofphyabal construction work self -performed by Contractor: _VW % Was project completed on lime 84 within budget: tift Yes C3 No If no, was the col et fault or contribute to the deleyte) or Increased cost? °Yes 0 No if yes, please provide details: Comments: • aartii,Vg etwri240 ()A/I4 ni-gpf . Thank you for r assistance In helping us In evaluating or bid Solicitation. Name of Ind complet1 Is form: 421.4444b attek1244= Date: 44 4i Stgnsture Tule: raslitraCklggfrA.... Telephone: Small: r,..14:4444L,4_,Agiart4014C ,C041 Sincerely, Merit Spanioli, RE, Director Capital Improvements Program 99 G000rtut Grove Convention Center Demolition ITS No.:1243480 CO of illiatuf JOHNNY MAF4Tfleta, P.E: Clly Manager To Whop It MeyOoncen Sireject; Rejerance Letter. Name of ldiddcr: The abpve refetendpd. ecptrne(or is aubnntting on.° ttd solid ellen (brit has peenfSSUed by the City of Meld, We require Mel "die Bidder provide written raferencee with (heir 611d submlealon end by prey Oloy _you with this decument he Contracfior Is. squealing Ihat.you provide::the teilowirig•referenco lnfOratlen: Wewoaid apppreciate yeti preuidlnpthe Information requetted bete/ Aa Well as any Other lnfprrtiettertyour feat is poriihdni: Foe orPFioJoolr 0.00 Owe*: , .0.06.6114A,N ►74 _ z 4 S &Lt 6 , Value of press t: S ' , Mate Completed: D I 2 .3 Peraenteje of phyeicel eonetruellan work se tbperforrnned by Contractor; 46 Wee proles( completed on lime & within budget; er.Yes 0 No If no, was the contractor el feult or contribute to the deiey(e) or Increased cost? C) Yee 0 No If yea, pies ee,proylde details; n 4 CoT/tant6i' �LW)�� 514b44#04e- ilmec 4 K p614 Sri. °" ovek Thank you fa yours assistance In helping useve! ell our bld solicitation. R I) Name of IndlNduel ompletl g this m; {,� #4^ Date;,=t 111$ eignalure: Telephone! Sincerely, &larkePenloT, P.5., Waste( Capital Improvements Program Tlllo E•msill. 94 Colonel Grove Convention Canter Demolition ITB No,t 12.ie cetl Oft p of cifarnt JOHNNY MARTINEZ, P,E, Oily Manager Tolhthom ft MsyCencern Subject Refereince Letter • Name of Bidder The above referenced contractor is submitting on a bid solicitation that. has been issued by the City of Mleml. We require (het the Bidder protitde written references with their Bid sibmisslon and by pr lding.you with this document the Contrscta is requesting that you provide the following reference Infortriation. We would appreciate you providing the information requested below.as well es any ether Informalipn; your feef'ls pertinent,' Name ofProject: ?Nei ry t'fWrC Scope of:wC it .. r>bwof 1.( /40 I 14 tEIft girt: itdA 11 Value of project: S . ialegi Date pleted: Percentage of physloni construction work sett perfumed by Contractor: % Was project completed& time &within budget: 91 Yes 0 No If no, wee the contractor et fault or contribute tolhe doley(s) or !flora asod cost? ❑ Yes ,t No If yes, please provide details: 7Ji• Comments: Thank your assistance In helping us In evaluating our bid solicitation. ft Name of mill a completing thl tot . r:e Date: , . Signature:� Title: Y'�'lntt.,Et� Telephone: .7�."7 ib ._,. E-mail: !14 e rhQe4 fQ ?..G'•{?vtN Slneorety, Mark Spanloll, P,l ,, Dkeclor Capital Improvements Program 99 C000nLt Glove Convention Center Demolition ITS No,11213 OOO City of Aland JOHNNY MARTINEZ, PE. CO Manager ToWhon It May Conoem Subject:. Reference Letter Name of Bidder: The above referenced contractor Is caballing one bld sdioltatl n that has been Issued by the City of hkeml, We require that the Bidder prorlde written references with their 81d submisslen and by proAcJ:ng you with this document the Contractor Is requosUng that you proMde the fcitowing reference Infomnetbn, We would appreciate you providing the Information requestedbow as well as any other Informallon your feel Is pertinent: �l / P �`„n �/� a i/ o/p0 F / Name of PropOak / / Sccpeofwork: 17n u.Weet'• b4." a.vci a6ia>4firP�.( i ,11� °?`! Value Of prefect: S 11.4, y 70 Date Completed: rs l /1 2o 1 v. Percentage of physical censtructlon trork salt perramed by Contractor: / Oa 46 Wee project completed on lima & w(thln budget: EY. Yes ❑ No lino, was the contracts at fault or contribute to the delay(s) or Increased cost? ❑ Yes Q No If yes, please provide dotells: _,e, J rite/ ec°ecl vrv� ee 7.N .►�� r?i ee �r�`rrr EX�PY/�PNCra al canments: YI k S M7L- 12` 7`yttliidI oy✓, * ! /„/ 7 i .,� Jab r.Y e�t/o v ,4 o rto„) / 7'0 �S�/r f ne ey a1Yr,/GPt/, , eve Av ti- Y�,y ..y Alp Thank you for your assistance In g 'rein evalualtng out bid so2citatlon. Name of Ino Ndusl c his norm:.r?lX ziekerM, _4 Date: dP// Z113 Signature: TWr _ I P. C .uji Y. 'Q .,J Tele$on . for A f r - 7/vo E•rnali r ol t/P/4,0r.41 Oiaiyy 044 Aa p f/p , Z' G,r,e . Sinceretrr, Mark Sparta, P.E:, Director Capital Improvements Program 99 Coconut Grove Convention CenterbemoUtlen ITS No.:1243480 eitp oaf ;Mint( uOHNNY MARTINEZ, P.E. City Manager • Vrt?w Ai1aY (�C Nafrlp of Pto jecj; i Vetuo pf projetat: S - a 14 . i114E1-40 pate 041004 .. J v v f , ... •�% j Percentage of physical construction Work seff•performed'by Contractor: (0 0 q{, Was projebt completed on Ume &'thin bilddet: I.t!f Vas p No 1t nb, tvaa ijle 40h1/actor offauR or cpptrlbuta Iq the dafey{s) or tnCreated cost? O Yes ❑ No tf yos. please provide details: rl k t 5 t.tn// -Pa l �101� 1" wp y // fe,J 4 s•i,'i'P a/v' � %T P 4-he4,%!•f vie '4 Canments: /.7+90✓ 1=370aa' TI /y.,Cr'7�`lj. ✓� , l.L'i 4u0,Itf4-✓• / � by ufdJ /9/� fn bt SCIc fallCh, Fe }s t! R"t3Y<igo,yJ Data:, AI (4 I) ToWhom It May Ccneem Subject: Reference Letter Narita of Bidder The above referenced contractor Is submitting.on a bid so -Mallon that has been Issued by the City Of Mqrn; We, fequfrr that the Strider provide Written 'references!riifh theft'13Id subngeeton'and pyy 'minding ydulEllh Ws •docU(nent the Confrrclgt, Is Pcqu4 ling that You pro the tAlCwpig refetenea Information, Wawould apprentafeyou PrcMding the Intormttlon requested stow as ep as any «her Infamaflon your feat is perllnent: �jf,�{+,t/�f Pa ktfl seope of wok: CovAie(P e ) '-&w 6 ^ 3 S t y r f D Thank you for y" r oOlstence tp Meta Name of Indi4lduai completing Signature: Telephone: Sincerely, Mark Spenlo0, P.E:.,,Qlrector Capita! Improvements program eVatualEng'4ttt s d f 7°/4 , ' *4 5ey) e /ova re 7iue• U • P. CO ,+1.1c%"c,>✓ Enb!I ChNeel eyvit4.a 0 faim C/PytO e). ' owt• 99 Coconut Grave Convenllon Center Demontlon ITS No,: 424 480 City of Main( J hINNYMARTINET,P,E. CItyMahaget To Whom It MAy Concern Subject: Rererence Leiter Nartts Of Burdett The above referenced contractor Is submliling on a bid sollcfa(Icn that hes been Issued by the War M9, i% Wp taqutte that the Bidder provide. Written •references ,with (herr'B4 sub nl$slol)'and by *Wing yd i with this deeument the Cbnti pia,, is McIueiting thet.yau pjOde the tpitowldg refoten0 Iptormatbn, We would appredate yyU prodding the Intonation requested below ps well as any other Information your feel Ispert(nent: t� yyf 1?cu/ In/ Natrip of PrbJ * /941 %S/77 // Scope *two*: _7n� v/, �;rr� X/L� C4 � 4 0114117(.P >,71,,t Pi' il;1°--‘7 47(r+ol Value of projeel: $ I O ? go .. cotComplgiedt t= r41/ ad 1.2-. r9 Percentage of physical canstrurotion wads seN•pertormedbyContractor lot) tit Was pro/eat obrppleted on time & Within budget: t Yes [] No Jtnsi,wwetjterAhtceetecatfeudorcoptdbpta(4lhedelayte)orinCreasedCost? DYes ❑ No Ryes, please provide details: Ve-v J L )7 i .P /_e2,4/D/e w ' at %yP the 1,/k Comments: . ,y ritV UlApt . V&A/ sWOO teer Pv&) (2) 11 t ... �`�P . e t'/� el/0//e- //ad v f Thenk you for yatir etketahce !n If g us In evaJuatlnoVir bid aotia1tatloh. Name of hdatduatcomets Wm:- ft? It)r j?,.1'CS1Prt'.th) Date e" 121 el¢naturel � Title: u • F3 , ��v, v.4/ telephone: f7ik'n• J y-- 700 E-mail: /AY enrY .W O '/rn1 ri4 kPll,lf. Sincerely, Mark Spanioff. PaE,. Dtractpr Capital lnnovemsnfe P 6gram 99 Coconut Grove Convention Center Demolition 172 Not 12-13-0e0 City n1 Mori JAHNNY:MARTINE2', F:E. Illy Manager ToWfta» ft May Conaetn &ublecl: Reference cotter Name of Bidder 'j"i{f c„ ae:t ~; t2v4p j The. ago/0, referenced contractor Is submitting' on a bld soileltatlon that has been issued by the City of fvforitl, We require that the Bidder provide written references with Their Bki submission and by pproAdino you with this document the Ccntrac1or Is requesting that you prov)de the fetiaMMng reference Infoaitetioa, Wo would apppprectafe you providing the Information requested hero es well es any other In(orm3lfeit your feel Is pertinent: Nuriro of Profeetr l51t.A%if EL.,CtfACl.E"C`Aft._ .4pGF11 t... Scope at work; Mt L1 .S. t5 y ! a t ' G14=4..., Veluoof prefect: s 1 a44 r. 'E0 . Date Completed' t3 � 2.c l l Pelee-rittige:ofphyticelcenn1iuoHetrworfcsetfparfeimedbyContractor: tat:] Wag :prcjotfao'mpleied Oh that{ within budget: ( Yes 0 NB if no, watiho contreot r et fault or aontribute tofhe dolay(e) Or Increased 041? 0 Yoo CI No If yes, plaasa praV1 a d'atoI1 • Monk you foryour alsIslanee fn helping us In Name of Indh4duoi completing this tam: Signalum' ie21 L Telephone; „ („ S' Stnoorely, Mark 6penlaii, P:&„ b rector Capital Improvements Progront ootehutGrave tlonvention Cantor Demolition evaluating our tilt, solicitation. °Mel_ trz.fr Tllle: __ _ • 'IZ., as ITS No,i 1243.000 • City if fit itUnt JOHNNY &WitWM, RE: COOlinage ROO., The strove referenced contractor •0 cn cildsottaltsiton that has boon issued by the City of &lent We teNlro that the Bidder provide written references with their Sid submission and by providing you wish thts document the Contractor is requesting that you provide the falloWlno reference InfOrmatiOn. We would appreciate you providing the information requested below es W6I1 as any ether Information your feel le pertinent; Name °Oroleat! Se -opt �fwOck To Whom It May De° cam Subject; Reference Letter Name of Metier: lit, Value of project: s..j..00 Date Completed. Percentage of physlaal cons ruction work eettlerformed by Contractor: Was ordeal completed on time & within butte!: Yee 0 No If no, was the contractor at (twit of contribute to the delay(s) or Increased cost? 0 Yes 0 No If POI Please provide details; Comments' 01) /1:P7i # 9oV4 itiO 67. , W122M, Thank you fOr youi• solstanoo In helping us Name Of tnlf roIa1tn4hIs tem: Signature; Thiephonet .Shcately, Mark Spanloll, P,E., Director Capital Improvements Program Coconut Grove Convention Cantor Ccrn011Uon Data; F-.1.Z-13 Tale, /21.63,446V ;71Y4 E E-rnalk 4770 Pv-1 Oo r bid edlicitalion, ina No.! 12013460 6'.'77/4 /1410 le,047/.',260YA 7-1/6 5aeeppia-z4-470e , CITY OF MIAMI JOHNNY MARTNEZ, P.E, city Manager To Whom It May Concern Subject: Refforencd Leiter Nambof 131ddetr: THE 4G GROUP: The. above rataraheed contractor is submitting on a bld solicllation tat has boon issued by the City of Miami. We require that the Biddor provide written references. With 'their Bid submisslbn and by providing you with this riocum'ent the Contractor is requeating that you provide rho following reference ' information. We would appreciate you providing the Information requested below es well as any other infernration your feel is perdnotit; Name of Prolog: pemolllton of 1616 S Flamer Tower. W Palm Beach, .Florida • Bcopo•of work: Abatement .rind, Aomori1ton tbv Im.ol.oslon) of the 30•slory concrete fasidenii9.1 Igwor Voluo df project: $ 1,a :Milton. plus Date Comploted: M e v 2 010 Percentage of physloal conatruotlon work solf+performael by Cohtractor: Date not koot,for.t its Was pr*Jaot•oomplotetl on timo r within budget: k Yee No If no.wes lho dontraotor at 'fault or contribute tothe delay(s) or inoroasod cost? Yoe No If yoe, please provide details: Commenter Work Was pedorm'et31n a SatielaCkiry mtlnnot. They woro rooponalVo to roquoets and dirsotlone, Helpful In community prosentatlons and pormll proouremonl propose with tho City of W Palm Beach. Thank you tor your assistance in hoiping us In evaluating our bid solicitation. Nnmeo( Individual comp! fine thtl orm: Gino J. Baron', SMCE, M.I.T. Date:August 13, 2013 Signature:_. Tetophone: 0034398, 8110 B1noorely, Mark 6panibtt,P1.; Dlreotor Ceptlaflmprovemon1a Program Title: Ownor and Managing Principal TRIDENT PROJECT ADVANTAGE GROUP E•mall: GBARONIOTRIDENTGRP.COM 99 Cocanut drov6 Conv6ntionContor Domafltlon ITBNb412410.060' SUPQLEM NT TO BID FOBNI CUSTOMER RE ERENCC LISTING (Page 1 of 1) Bidders may furnish the names, addresses,and telephone numbers of firms or government organizations for which the Contraotor has provided services In addition to the minimum five (5) projects ore similar size, scope, and complexity. 5er.aT s- 0 q w , •, X4 A c1 z LIs 3 Contact Person/Contract Amount Alirke -I'e -erSQ /a* .+ Telephone No.: /Fax No. g . 0 I Q ( / S 9 2) Company Namo RC I e.Ac.:L" a C-iti Address 2.( ? 3 :V t S1'/s t' K t-v W ?EQ. '-SLi /i Contact Person/Contract Amount .15 1''I N T iN e. `'" F 1 I /� a 5(p/.Z33. 025212 D 2 Telephone No.; /Fax No. —� :e fr 3) Company Name 17' E 'u./16 .5 Address I4{d(? 5 J^t e 33jvz� l i. Tt FT. 3SI,S(�y Contact Person/Contract Amount '�'-.-if X 15•A Ve- f 1 ' 'b Telephone No,: /Fax No. 3 0 W 7 ) a 5; 49.. 92,� se 4) Company Name g a )�J 9..' Li c_2 t i Address cj 70 M G.J+:;I n B d Z I ? ContactFerson/Contract Amount, ISPAX5"Kt_ 1 ,w; ) M Telephone No.: /Fax No. C)( $ L . C1-7 H. `'' . "1©�I 88�) J c7 74' 7e& t) 5) Company Name C5f r 1 I 'c AA Address /--�C�)( !!l ICJ` '7 "t,3.i M 1 83 2. Contact Parson/Contract Amount r1 4 u ' C 9bt'./ S, l• �%`A'`t' . Telephone No.; /Fax No, to 11 l 1'l 0/ lc 00 1) Company Name Address 98 Coconut Grove Convention Center Demolition ITB•No.:12.13.060 pUPPLENIENT TO_SID FORM; OFFICE LOCATION AFFIDAVIT (Page 1 of 3) Please type or print clearly. This Affidavit must be completed in full, signed and notarized ONLY IF YOU MAINTAIN AN OFFICE WITt11N THE CORPORATE LIMITS OF Tf lE CITY OF MiAMI AS DEFINED BY CITY CODE tocTloN 18.73, LLC... Legal Name of Firm: Entity Type: (Check One) Q Partnership [] Sole Proprietorship I -Corporation L-•c-- i.. ©3 60 tab. 2-C r (2 /CZ Corporation Document No: Date Established '2 l (.t I ip . 9 it)(‘-, Oteupatlonal Cleanse No: Date of Issuance OffidetUe itl'Isti aEStabIiSfEf t nt otalis':bltlder/131dder) PRESENT wiLo 4j{O%%Atss+%> ,R # 19 Street Address: :F3 r)c -RA.-rot -ram 33'.t'7 City: PREVIOUS Street Address; Cotha_Ckiza Oti=k-ackzd cs1I..,.. r State: How long at this location: '.C? 0 CJ t� I. City: State How long at this location: According to Section 18.73 of the City of Miami Code, as amended: City of Miami "Local Office" means a business within the City which meets all of the following crterla: 1) Has had a Staffed and fixed office or distribution point, operating within a permanent structure with a verifiable street address that Is located within the corporate limits of the clty for a minimum of twelve (12) months Immediately preceding to the date bids or proposals were received for the purchase or contract at Issue; for purposes of this section, "staffed" shall mean verifiable, full-time, on -site employment et the local office for a minimum of forty (40) hours per calendar week, whether es a duly authorized employee, officer, principal or owner of the local business; a post office box shall not be sufficient to oonstltute a local office within the oily; and 2) It the business Is located In•the permanent structure pursuant to e lease, such lease must be In writing, for a term of no less than twelve (12) months been In effect for no less than the twelve (12) months immediately preceding the date bids or proposals were received, and be evalleble for review and approval by the chief procurement officer or Its designee; for recently executed leases that have been. In effect for any period less then the twelve (12) months Immediately preceding the date bids or proposals were received, a prior fully executed lease within the corporate limits of the city that documents in writing continuous business residence within the corporate limits of the clty for a term of no less than twelve (12) months Immediately preceding the date bids or proposals were received shall be acceptable to satlsfy the requirements of this section, and shall be available for review end approval 100 Coconut 'Grove Convention Center Demolition IT$ No,; 12.13.000 SUPPLEMENT TO BID FORM: OFFICE LOCATION AFFIDAVIT (Page 2 of 3) by the chief procurement officer or Its designee; further requiring that historical, cleared rent checks or other rent payment documentation in writing that documents local office tenancy shall be available for review and approval by the chief procurement officer or Its designee; r?j..td_ 3). Has had for a minimum of twelve (12) months Immediately preceding the date bids or proposals were received for the purchase or contract at Issue, a current Business Tax Receipt Issued by both the city and Mleml-Dade County, if appllcabie; gnu 4) Has had, for a minimum of twelve (12) months immediately preceding the date bide or proposals were received for the purchase or contract et Issue, any license or certificate of competency and certificate of use required by either the oily or Miami -Dade County that authorizes the perforrnance of said business operations; and 5) Has certified In writing Its compliance with the foregoing at the time of submitting its bid or proposal to be eligible for consideration under this seotion; provided, however, that the burden of proof to provide all .supporting documentation In support. of this. local office certification- is borne by the business applicant submitting a bid or proposal, According to Section 18.85(a} of the City of Miami Cods, as amended: 'when a responsive, responsible non -local bidder submits the lowest bid price, end the bid submitted by one or more responsive, responsible local bidders who maintain a local office, es defined In City Code Section 18&73, Is wllhln fifteen percent (15%) of the price submitted by the non -local bidder, then that non local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to submlta best and.flnat bid equal to or lower than the amount of the low bid previously submitted by the non -local bidder. Contract award shall be made to the lowest responsive, responsible bidder submitting the lowest best and final bid. In the case of a tie in the best and final bid between a local bidder and a nonplocal bidder, contract award shell be made to the local bidder." The Intention of this section Is to benefit local bona fide bidders/Bidders to promote economic development within the corporate limits of the City of Miami, I (we) certify, under amity of perJury, that the office location of our firm has not been established with the sole purpose of btal ngihe advantage granted bona fide local bidders/Bidders by this section. AuttforriztiIgna ureAuthorized Signature gdbi Print Name Print Name . a- 71t1 Title Authorized Signature Authorized Signature 101 Coconut 13rove convention Center vemoltuon ITS Ne,: 1Z•13.060 Acti.:$ g4 8 TNESS;A1 liagiESS, gip 'it13onATION VC ON IidDgUssTR. I;'iC,}SiQ•••C,';$OAR• SEQ#L12061500895., 2^018" 1820'4.50:g`' R1}3e G STSR L GON�'Kr COR� CGd1517l3.r:`R%t:.1'.!:••a • ''Named::below XS CETUnder"tle::.peovisiom's 1'.. • a�E`'1 t: it Expiration dates AUG '31, 2014f,'• : GREENBERG'i STEVEN' ` •.i .•• • THS BG -GROUP 12.40 EOLLAND DRY; '. • SUITS BOCA RATON FL 33487 ',1. • Mt•1 t• o: ,A ,a tta 1 • ' RICK. SCOTT:.: GOVERNOR • • DISPLAY AS REQUIRED BYLAW " ANh1t3 M. GAN1 FON P.O. Box 3353, West Palm Beach, FL 33402-2353 Pair 1 &acT+Caaussy CON3TRYAdttALTAXCC4LLE TAR www,taxcoflectorpbc.comTel: (561)355-2272 barrgg TYPEOF BUSINESS KEN LAWSON SECRETARY "LOCATED AT" 1140 HOLLAND DR BOCA RATON, FL 33487 OWNER 23-0051GENERAL. CONTRACTOR This document Is valid only when recelpted by the Tax Collector's Office. GREENBERG STEVEN BG GROUP LLC BG GROUP LLC 1140 HOLLAND DR BOCA RATON, FL 33487.2764 nlfutllrlil�I(uI1I1i1iuIrIIllr�clll�tl�1l BG GROUP LLC.- THE GREENBERG, STEVEN R. 1140 ROL.LAND DR 19 BGGROUP LLC,-THE 1140 HOLLAND DR 19 BOCA RATON FL 33487 CER'RRCAT1ON tl CGC1511135 RECEIPT MATE PAID U12.580103-07/I3'12 AMT PAID S27.50 BILL 1 ecacasass STATE OF FLORIDA PALM BEACH COUNTY 2012/2013 LOCAL BUSINESS TAX RECEIPT LBTR Number: 200621397 EXPIRES; SEPTEMBER 30.2013 This receipt does not constitute a franchise; agreement, permission of authority to performthe services or operate the business described herein when a franchise, agreement or other county commission, state or federal permission of sutllority Is required by county, state of federal law. THIS IS NOT A BILL Any changes in name, address, suite, ownership, eta will require a new application within 15 days to avoid penalty or the license is null and void. 105.00 .00 00 .00 Total paid: 145.00 ess tax at the above address for the period st day of October and ending the 30tih day of engage in the business, profession or occupation of CCN1ACTOR-BUSINESS OUA.LIFIE Business Tax fee: Penalty fee: Tate fee: Additional fee: Transfer fee: Market\iew - Vendor Detail Itttp;//www.:nyflorida.com/apps/spius/SPURS.YENDOit MGT.vend... Navigation MarketView Home Vendor Search ' Commodity Search PO Search Agency Login. THE BG GROUP LLC Address: 1140 HOLLAND DRIVE, SUITE # 19 County: 50,PALM BEACH Registration Status: DMS REGISTERED OSD Classification: M NON -MINORITY WOMAN, CERIU*iiD Business Designation: 1 CORPORATION, PROFESSIONAL ASSOCIATION AND PROFESSIONAL CORP Contact: IVY FRADIN Electronic Address: STEVE(THEBOGROUP.NET Active Status: Active Bid Regions: STATEWIDE Source: MFMP and FLAIR Class -Group Item Detail p _ Description Contract 991-000 000 0000 CONTRACTUAL SERVICES, TECHNICAL, & OTHERS 991-260 000 0000 DEMOLITION &.REMOVAL SERVICES (ALL TYPES) 991-320 000 0000 ENVIRONMENTAL CLEANUP AND RESTORATION SERVICES 991-325 000 0000 ENVIRONMENTAL CLEANUP, 991-330 000 0000 EXCAVATING SERVICES 991-387 000 0000 HAZARDOUS MATERIALS STORAGE TANKS, REMOVAL, REPLACEMENT, & ENVIROMENTAL MITIGATION 991-390 000 0000 HAZARDOUS WASTE DISPOSAL. SERVICES 9Q1-390 030 0000 COOLANT, SPENT, AUTOMOTIVE ENGINE, COLLECTION AND DISPOSAL, 991-753 000 0000 -SITE WORK, LAND CLEARING SERVICES, Displaying rows 1 through 9 of 9. Previous 1 Next For essstoce please contact the 1viyFloridaMarketPlace Customer Service Desk M-F&00am-5:30p,m.EST Pone 1.866-3524776 (top fro) . S adoranalassistance:vendorfric rmvfioridamarketplosccom Agency one assistance;Luverheltlmytloridemarketab:ce,com Copyright@ 2000 Stale Of Florlde Privacy Statement. Iofl rilitka.or tof2 RECEIVED T6'd PIorida Department of State :Division ofCorQonttions Public Access System Etectranic Fitiug Cover Sheet Note: Please print this page and use it as a cover sheet. Type the fax audit number (shown below) on the top and bottom of all pages oldie document. (((-I030000351111))) ; Note: DO NOT lit the REPRESIIIMOAD button on your browser from this page. Doing so will generate another cover sheet. Tor. Division of corporations Fax Mmber : (850)205-0383 From; ACCOunb ITatste. EXPXRE 6QR20RXT2 zCIT i A?i4 Account Number ; 072450003255 Phone s (305)634-3694 Fax Number z (305)633-9696 03 JAN 29 All 7154 :,iV1S!DN or CORPORATION LIMITED L.I.LIY COMPANY t`ii>✓ BG GROUP, LLC . . rjgettificate of StRtr,e "caused Corr 'Page Count hated Charge , Ca 53 • fi itatosuaph SE:ST £e -ez-t iris • HUaccrO31 A,RTXCLZS OF ORGANIZATION t1 >FoR E BG GROUP, iLC ARTICLE NA The tie o#'the limited liability company is THE BO CrROLlp, LLC (the "Compaq,. AnICLE I1 ADDS The mailing and screct address of the CozopazCy's principal ot11ce 5s 3 851 N.y'ir. 65' Drives Boca baton, FL 33496. organized pursuant to the Florida Limited Liability Company Act. Except as restricted by these Articles of Organizatrou, this limited liability conapauy sbal), ixave and may exercise all powers and rights which a limited liability comlxy aY exercise u4der Florida law or the laws of the United States of America. A t'XSCLe XV' DURATION The period edam -lion for the Companyis thirty (30) years or uwt£l djssolved pursuant to the Company's regulations, beginol g on the datetese Articles of Organization treated by the Florida Department of State. ARTICLE al rr w ,r S,; c-- ' : ' •, PURPOSE AND POWERS I t rnE CO Except 25 restricted by these Articles of Organization, this limited Liability cosy is F' :-„ LI. • organized for cub and every legal and lawful purpose for which a -lie xedliabilityconip )bes? v� • cn _Dczo3sl 11 9Z:S'1 E00Z-8'Z-ter. . • ARTICi,B V nGXSIFRi A T1:1TT AND °FRC , • The name of the Company's initial registered agent is Steven R. Greenberg. The street address of the Company's registered agent in Florida is:'3851 N.W. 65° Drive, Boca Raton, FL 33496. ARTICLE VI R 'IAL UZAGEB This limited liability company shall be managed by one or more managers. 'This limited liability carnally S11a1) isritiadlyhave one (l) manager. The number' of msnagers of this .v.ny may be changed in accordance with the regulations of the company. The Hams end address fire iuitie2 n:znager is as follows: Steven R. Greenberg, 3851 N.W. 65th Drive, Boca Raton, FL PP,6, ARTICLE VIaI �r , Dr' rJ ADMISSIO V OP NEW MEi TIERS The thea existing members of tb . Company shad havetheright to srlinit new' members. Additional members mad+ be admitted only by the unanimous written consent of the existing numbers, and the existing, members atoll determine the amount and nature o£cont ributions by new members at the time the new 273ezbbers are admitted. A.lLflcL vm COi*a%lTQN OF ,qusxtess .. The renattinbag members of the Company may not coatinue the business oxt the death, retixerxteot, redvaacion, expuisjon, bankruptcy, or, dissolution eta member arthe oecuxrenceoteny other event which terminates the continued zzttmbersbip oft mera.bex irk the Company unless there is UTATOTIIOLLS wrifenat corlsezt by the rernaip(irtg members to do so. £B'd rrt ro sz; T Feet-Ba-Kg . ARTICLE IX AbaINTIANAL. PRO 1 cJ. S . . The power to adopt, alter, amend, or repeal.any provision contain d in these Articles of Organization or the Regulations of the Company is vested entirety r$,e roeaaging rieaabers listed above in Article VI bereizt, and only by written consent, in accordance with the Plorida Limiteci Liability Company AM. 1N ASS W REO ', the u .ders*ed has executed these Articles of Organization this , 7dayof Telf 91.3iiut`f,2003. gr4. Gmeaberg, Managit e =k STA.TB O>~ FLORIDA P , COUNTY OF PALM 11.CI ) ate. The f resoing instrnkmerit was acIroowleciged before ate this day of r.: _ 2003, by Steven it Greenberg, as Managinsa Member, who is personally lcwn t me ow110 has produced Ra. ji,,,4r r as identification. 'd Notary Pu Print Name: camaa. Ne,: Comm. Exp.: H F.1av td4Gt}V igil Nd 0 10'41 Oka' A rV11,1004 mu Kamm fafNtxtiJp ctttr4 ST' fl3f3Z—ez—Ntir .S1'i d Nirn i.. ' HD3GCOC)3 L 11 CERTIFrcATE OY DESIGNA.TXON 0M REGISTERED AGENT/REGISTERED OFFICE The nante of the iincitedl liability company is TUE BGr GROUP, LLC. . The name and address of the registered agent and office is: STEVEN R MENBERG, 3351 N.W. 654 Drive, Boca Raton,.PL 33446 Saving been. reamed as registered agent and tO accept service ofprooess for the abovewed limited liability company at the place designated in this certiZczte.Ibereby accept the appointment EIS registered agent and agree to act In this capaciv. .I ;Farther agree to comply with the provisions of 01 statutes reMog to the proper and complete peforznz3Cce of ray duand I farraSzattoeh and accept the obligations of ray position as registered ageat I '•+ ,. f / r t,- Datedr Tenuaryy 2003 erllt eenberg egistered Agent INGetOoll,COP7N30 Group L,S.0 (t ro trg'Jokke of bokutltstloawpd KO3cccO35)t SO'd • Cr, co—; in 93:ST Ma W-t4UL.. SUPPLEMENT TO BIDFORM; OFFtCE LOCATION AFFIDAVIT (Page 3 of 3) (Must be signed by the corporate secretary of a Corporation or one general partner de partnership or the proprietor of a sole proprietorship or all partners of a Joint venture,) NOTARIZATION STATE OF FLORIDA, COUNT OF DADE�" That: V �{ "��42,4b ti personally appeared before me and acknowledged the foregoing instrument as his/her act and deed, That he/she has produced . ✓•N.I es Identincetlo NOTARY PUBLIC: ff My Commission Expires: ti (Zl ( 11 }CRYSTAL COURCHENE .:r)v.1tyS JN a I"E 000266 l XPfflt:S Ocwber 12. 2014 il(;,f. Bolded huu tklaly Public Uncimilers Please submit with your Bid Form copies of Occupational License, City of Miami and Miami Dade County Business Licenses, professional and/or trade License to verify local office preference, The City of Miami also reserves the right to request a copy of the corporate charter, corporate Income tax filing return and any other documents(s) to verify the location of the flnn's office. 102 Coconut Grove Convention Center Demolition ITS No.: 12•13.060 CERTIFICATE OF COMPLIANCE WITH SECTIONS 18.87 and 18.89 OF TEE CITY CODE 1, 1 J k �' I> f N hereby certify that: 1) I 1 V 1 r' / N.l am the (President/Secretary or Principal)of' L...L Respondent Firm); II) I have reed Sections 18-87 an 18-89 of the City of Miami Procurement Code; III) (Respondent Firm) —tile- G GR.C5t9�-' i.. t-"'hereby acknowledges that the awarded contract has an on -site labor component greater than or equal to twenty-five percent (25%), and therefore agrees to assign a minimum of fifteen percent (15%) of the contract value to firms currently certified by Mlaml-Dade County as. a Community Smelt Business Enterprise ("CSIBE"); Iv) (Respondent Firm) hereby is certified by Miami - Dade County es a CSBE firm and will self -perform to meet the minimum fifteen percent (15%) CSBE requirement, An active copy Of the respondent's CSBE certification must be included bld document, v) (Respondent Firm) TILE. GPcll � 'hereby agrees to comply with the Local Workforce Participation Requirements steed in Section 18.69 of the City of Miami Procurement Code. vl) OPTIONAL: fir, k, L <� vll) (Respondent Firm) Y v� hereby agrees to make assignments pursuant to km Ill), attovo to certified CSBE firms who maintain a "Local office', ea defined In City Code Section 18-73; )}r i a,5m-- p�(0 STATE OR FLORIDA ) �U ) SS COUNTY OF MIAMI-DADE Before me a Notary P�,�b1Io duly commissIoned, qualified and acting personally, appeared V "1"' � f j J 1 to me well known, who being by me first duly sworn upon oath ays th t he/she has been authorized to execute the foregoing Certificate of Compliance with Section 18-89 of the City of Miami Procurement Code on behalf of Respondent Firm named therein In fevor of the City. Subscribed and Sworn to before me this 19day of 7427 My commission expires; Bonded by Coconut ©rove Convention Center Demolition Notary Public,Stete 6f I orida at Large 103 ITS No.;12.10.080 \ i IY._ ;: 1RCt4ENE i 000266 a roar 122,2014 �ublUnderwrilt.rr THIS FORM Mt1STEE fly SYBIDDERSIPROPOSERS FOR PROJECTS WITH CSI3E REQUIREMENTS SCHEDULE OF INTENT AFFIDAVIT (SOS) COMMUNITY SMALL BUSINESS ENTERPRISE PROGRAM frCSBE") T.h section motei1 by+the 6tth a iPropgteitrA(IA66 CSSE;•SuhcnnIrnctot thit,w11! Name of Bidder/Proposer: Address: it �Ecs .. c • Project Name:e°`fl^' v ' v-ee�-rficsanr 3y g "y Contract Dollar Amount `. Name of Prime. Bidder1Proposar c>flaaas> 'r",tz -aa Certification No. (if applicable) Certification Expiration Date applicable) c;.utilire`tt f6t,sres or4York'r fs=tt p iirajept' Contact Person: e 4 sari Phone No.: S f 9'7 ' 79 5f"l Project Number iZ— f —pCr,0 15% CSBE Dollar Amount $ t OQ , Type of CSBE work to be performed by the Bidder (if applicable) The undersigned intends to perform the following work in cortitec&on with the above contract: Name of Sub -contractor Certification No. VVeinOli-iiovi rertrifaf Fr— 1;.14 gq Certification Expiration Date lcattily That the Ma /,girl - representations term are true and to to the best of mylmowlade°. 1affirm that lwillenterintosub-coatadualagroemant{sjwithIliaaboveAsiattCSBE sr>b �ntractor(s) Itawatded This contractCopies of the set ha Gamed ly=de available to the gray or Miami an required, iz G R a_€_ `„ '` 12o(13 Bidder's self performance percentage (%) of Contract Value Total Dollar ($) Amount of Bidder's self performance Type of CSBE work to be performed by the sub- contractor Delnali-tito Prime 0iddedProposer Signalise Date Prime Bidder/Proposer Print Name Sub -contractor percentage (%) of Contract Value Total Dollar (S) Arrnotmt of sub -contractor's CSBE requirement The undersigned has reasonable and uncommdfed capacity sufficient to provide the required goods or services, all Ramses and permits necessary to provide such goods or services, ability to obtain bonding that is reasonably required to provide such goods consistent with normal industry practrce. and the ability to otherwise meet the bid specifications. Sub -contractor Signature frt3 Date Coconut Grove Cony/ant/on Center Demolition M t rit ly r - Ceks 1l7rkkn Sub -contractor Print Name Title 104 FIB No.: 12-13-060 i i Section 8• Contract Execution Form THIS Contract # , made this _ day of In the year 2013 In the amount of $ by and between THE CITY OF MIAMI, FLORIDA, hereinafter called the "CITY," and _ , hereinafter called the "Contractor". IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST .,a XXXXXX corporation Signature Signature Pdtit None, iltio Print Neme, Thlo a?Authirized omcirr or otti Ial ATTEST: (Corporate Seal) CONTRACTOR Secretary (Affirm CONTRACTOR Seal, If available) ATTEST: City of Miami, a municipal corporation of the State of Florida Todd Hannon, City Clerk Johnny Martinez, P.E., City Manager APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Calvin Ellis, Director Julie O. Ertl, City Attorney Risk Management Department Coconut Grove Convention Center Demolition LOS ITS No.:12.13.060 •DIRECTORS that the CORPORATE RESOLUTION WHEREAS, live -2G .6R , Inc. d sires to enter Into a 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 -Laws of the corporation; Now, THEREFORE, BE IT RESOLVED BY THE BOARD OF N �! Me Q (type title o officer) Ivi.if� (type name offloer) , is hereby: authorized and Instructed to enter Into a contract, In the name and on behalf of this corporation, with the City of Mlaml upon the terms contained In the proposed contract to which this resolution to attached and to execute the corresponding performance bond. DATED thls day of Corpo te.Seere ary (Corporate Seal) �I,3 Coconut Grove Convention Center Demolition toe ITB No.:12.13400 INFORMATION FOR DETERMINING JOINT VENTURE ELIGIBILITY If the Proposer is submitting as a joint venture, please be advised That this form (3 pages) MUST be completed and the REQUESTED written joint -venture agreement MUST be attached and submitted with this fonu. 1. Name of joint venture: 2, Address ofJoinl venture: 3. Phone munbor cfJoint venture: 4, Idontify the (inns that comprise the joint venture: 5. Describe the role of the MBE firm (if applicable) in the joint venture: 6. Provide a copy of the joint venture's written contractual agreorteut. 7. Control of and participation in this Agreement. Ideutifyby name, race, sex, and "firm" those individuals (and their titlos) who aro responsible for day -today management and policy decision ranking, inehtding, but not limited to, (hose with prime responsibility for: (n) Financial decisions; (b) Managementdecisions, such As: (1) Estimating: (2) Marketing and sales: (3) Hiring and firing of wsnagomont personnel: (4) Purchasing of major items or supplies: CoaonutGrove Convention Center Semolitian 114 ITS No.:12.13. 30 (c) Supervision of field operations: NOTE: If, after filing this form and before the completion of the joint venture's work on the subject Contract, there is any significant change in the information submitted, the joint venture must inform the County in writing. AFFIDAVIT "Tito tuidorsig» ed swear or affirm that the foregoing statements arc correct and include all material infornmtion necessary to identify and explain the teens and operation of our joint venture and the intended participation by each joint venturer in the undertaking. Further, the undersigned covenant and agree to provide to lire County current, complete and accurate information regarding actual joint venture work and the payment therefore and any proposed changes in any of the joint venturer relevant to the joint venture, by authorized representatives of the County. Any material misrepresentation will be grounds for lenniuntiug any Contract which may be awarded and for initiating action under Federal or State laws concerning false statements." Name of Pinu: Name of Pinn: Signature: Signature: Nano: Nsao: Title: Title: Date: Date: FORM A Coconut Grove Convention Center Demolition 116 1113 No.: 12.13.060 CITY OF MIAMI. CAPITAL IMPROVEMENTS PROGRAM SUBCONTRACTOR UTILIZATION T 301 32A I COGoN c GQove Project No, gzBESEBESSBESESS Project title: _ i-r f'Z. — 13 - O <ZJ C•e.rt4-eat- -e G Ch' -i or) This Form must be submitted with a Bidder's Bid submission, Failure to submit this Exhibit with the Sid will result In the bid being rejected es non -responsive, The City In Its sole discretion allow the Bidder to submit the Exhibit after Bids are due. G ( 1 Sheet No. of-„__,__ Provide fhe following Information for each suboontreotor regardless of tier,' Attach additional sheets If necessary. Name of Business Portion of Work Dollar Amount Portant Addrosslcltyl8tatolZlp - License Information" Buslnoss SBE CartifIoatIon*"" CORE . . DBE Type - Number • �.T j A r� C. Q. B n-1a lev<, 4.F� r 2oI3 g'' 7. lv �toq (said C' Atzl as 2 At d 0 00 1(p to .. Cud d o ta.kas f . go 4.1, ray�-;o,"w:IS , c�c .14, csoo A'1• 6,354, eetree 0 ti n.S1-72 "„,Len 1c OA orat. . - 37- 3 2.3 D(YID ' " n ct`a.n•,6 IV1oo.ASO 157, eyj/�� la�fv�,e���r3aiao -lernu OIo135 . r v ces t tlLkeLL, 3 -3 Ca 1 01011 !.Y1 c. =FL. *All tiers must be shown, Including multiple sub -tiers, If permit ed by the Contract Documents, "List• only those relevant to this Project. e" Must be certified by either Mlami•Dade County, State of Florida, or the Federal Government Form SU CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Johnny Martinez, P.E., City Manager DATE: September 6, 2013 FILE: SUBJECT: Recommendation of Award for Coconut Grove Convention Center Demolition - B-30182A Mark Spanioli, P.E., Director REFERENCES: ITB 12-13-060 Capital Improvements Program ENCLOSURES: Recommendation Based on the findings below, Capital Improvements Program hereby recommends that the Project be awarded to The BG Group, LLC ("BG") who has been determined to be the lowest responsive and responsible Bidder for ITB 12-13-060 - Coconut Grove Convention Center Demolition - B-30182A. Background On Tuesday, August 20, 2013, Capital Improvements Program ("CIP") received three (3) bids in response to the solicitation for Coconut Grove Convention Center Demolition - B-30182A (the "Project") (see attached Bid Security List). Bidders were required to hold a current certified General Contractor license issued by the State of Florida and, in addition, must have a minimum of five (5) years experience under its current business name in the demolition of commercial and/or institutional buildings, supported by references for three (3) projects completed within the past ten (10) years which involved the demolition of commercial and/or institutional buildings of at least 50,000 square feet. Submitted reference projects must demonstrate that the Bidder: i) was the Prime Contractor for the referenced project; and ii) self - performed at least thirty percent (30%) of the physical construction work for the referenced project. Findings As reflected on the attached Bid Security List, BG was the lowest bidder for ITB 12-13-060 and the local preference ordinance is not applicable since none of the other bidders maintain a "local" office, as defined in Section 18-73 of the City of Miami Code, as amended. After determining that BG is a responsible bidder and meets the minimum requirements to bid on the Project, CIP reviewed and compared the component amounts in BG's bid with the component amounts in the other two bids and, based thereon, determined that BG's bid is responsive to ITB 12-13-060. Having determined that BG is the lowest responsive and responsible bidder for ITB 12-13-060, CIP recommends that the Project be awarded to BG. 1 Contract Execution Accordingly, CIP hereby requests authorization to prepare for execution a contract in the amount of BG's total bid of $541,995.00 plus a ten percent (10%) contingency for a total contract amount not to exceed $596,194.50. Approved: Date: q- 13 13 eJohnny Mart City Manager cc: Alice Bravo, P.E., Assistant City Manager Mark Spanioli, P.E., Director, CIP Jeovanny Rodriguez, P.E., Assistant Director, CIP 2 CITY OF MIAMI OFFICE OF THE CITY CLERK BID SECURITY LIST BID ITEM: Coconut Grove Convention Center Demolition - B-30182A BID NUMBER: ITS No. 12-13-060 DATE BID OPENED: Tuesday, August 20, 2013 TIME: 2:00pm BIDDER BID TOTAL BID BOND (ER) AMOUNT CASHIER'S CHECK The BG Group $541,995,00 5% of Bid Amount Maytin Engineering Corp. $1,354,941.67 5% of Bid Amount ABC Construction _ $1,367,170,00 ._•� _..,the 5% of Bid Amount • " Dff :,'u a W:rC'k.Ye `v'^ .,.y �......�......rY g {ter trek re.c'siveN1 ti.'i.I 7 �`t'' 0 ..�' 0k. 9i,c, �E"J', • t �l 'C i C' (", t ff1 Er.-ki J"% ry (1,-,J1 c: l,..' Tr .far off ors �fi7v-!sx, 1Y _ ,.. R* other offers sa dui a:cd� in s , >,✓% y s e hereby r lected as lab." . �. t� i`ea 1 f�:� o_y:,..,,�'�n A it 'yA f any, y_-'t Person Receiving Bid(s) on Today's Date receed (3) bi:ks) on behalf Capital Improvements Program. City rtnnient PREPARED BY: Deputy City Clerk