Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
25775
AGREEMENT INFORMATION AGREEMENT NUMBER 25775 NAME/TYPE OF AGREEMENT HOME EXPRESS CORP DBA HE BUILDERS FLORIDA CORP. DESCRIPTION CONSTRUCTION CONTRACT/CURTIS PARK COMMUNITY CENTER - D1 PROJECT NO. 40-B193511/FILE ID: 17535/R-25- 0208/MATTER I D : 25-2156 EFFECTIVE DATE September 30, 2025 ATTESTED BY TODD B. HANNON ATTESTED DATE 9/30/2025 DATE RECEIVED FROM ISSUING DEPT. 9/30/2025 NOTE DOCUSIGN AGREEMENT BY EMAIL Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Department of Procurement DEPT. CONTACT PERSON: Luis Caseres/Cris Lima EXT. 1923 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: Home Express Corp. dba HE -Builders IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: $11,388,981.00 FUNDING INVOLVED? TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY) Construction Contract YES YES ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT PURPOSE OF ITEM (BRIEF SUMMARY): ITB 24-25-005-R - Curtis Park Community Center — D1 - Project Number: 40-B193511 NO NO COMMISSION APPROVAL DATE: 06/17/2025 FILE ID: 17535 ENACTMENT NO.: R-25-0208 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION Date PLEASE PRINT AND SIGN DIRECTOR OF PROCUREMENT/CHIEF PROCUREMENT OFFICER Reviewed and OK to proceed. Fernando Ponassi August 13, 2025 116:01:17 Annie Perez, CPPO EDT SIGNATURE: DocuSigned by: . L4-»'0..,"4.-7 RISK MANAGEMENT August 14, 2025 David Ruiz 1 06:48:31 EDT SIGNATURE: 89540EB73CAC468... DocuSigned by: FratA1 tbI4,1t/7 BUDGET OFFICE Funding is available in 40-B193511 totaling $14.154M LEM 9/5/25 September 10, 2 Marie Gouin 25 08:23:49 EDT SIGNATURE: "-27395C6318214E7... DocuSigned by: ,,��/� ��i'�7-- /s/TMF 25-2156 CITY ATTORNEY Matter ID No. 25-2156 September 17, 2J25 George K. Wysong II 116:15:01 EDT SIGNATURE: 5F6E831796C5495... DocuSigned by: /'1 at-OrOt, - %ISbliu ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER September 23, 2025 Larry Spring, CPA 112:56:35 EDT SIGNATURE: 8877 E9rEBu[48E... DocuSigned by: uc� pie ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS September 23, 2025 Barbara Hernandez, 1 15:49:56 EDT SIGNATURE: ,SE8.6950AB28.94BC... n Signed by: jav'iara At rvuatA DE6-2f DF-3394.E... ASSISTANT CITY MANAGER, CHIEF OF INFRASTRUCTURE September 24, 2 Asael Marrero 25 1 10:57:27 EDT SIGNATURE: ,—DocuSigned by: :f'itre.- \_C®G DEPUTY CITY MANAGER September 29, 2J25 Natasha Colebrook-W'Manocusigned 13:48:09 EDT SIGNATURE: O I�q a U �6:N3:U8 EDT SIGNATURE: -Ao9Ag03B^5A.. by: NI4A A Cd.4440k `-84B770'97'g CITY MANAGER September29, 2I)25qArtt 274"1'B... DocuSigned by: II � 1V ''LU&" NDVitia `— CITY CLERK September 29, 2 Todd Hannon 25 118:45:58 EDT SIGNATURE: 850eFoe-372DD42A... DocuSigned by: (_-_7)1_�rt `— E 46 D 7560 D C F 1459... PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR 24377 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 CONSTRUCTION CONTRACT OVERVIEW CONTRACT TITLE: Curtis Park Community Center- D1- Project Number: 40-B193511 1. AWARD DELEGATED AUTHORITY: ❑ Chief Procurement Officer - Authority level of $ N/A ❑ City Manager - Authority level of $ N/A ▪ City Commission - RESOLUTION No. 25-0208 2. PROCUREMENT METHOD: ❑ RFP/Q ITB ❑ SOLE SOURCE ❑ PIGGY -BACK 0 PROFESSIONAL SERVICES UNDER $25,000 ❑ OTHER (Please explain): 3. IF THIS IS AN AMENDMENT, WHAT IS THE NUMBER OF THE AMENDMENT AND WHAT DOES THIS AMENDMENT DO (INCREASE CAPACITY, CHANGE IN TERMS, ETC) BE SPECIFIC. N/A 4. WAS THE AMENDMENT APPROVED BY THE CITY COMMISSION? ❑ YES ❑ NO IF YES, WHAT IS THE RESOLUTION NUMBER? 5. WHAT IS THE SCOPE OF WORK? The Project is a new construction development project consisting of the demolition of the existing Community Center building, and the construction of a new facility of approximately 8,000 square feet. The new facility will feature a multi -purpose room, warming kitchen area, computer lab, individual rooms, administrative offices, arts & craft room, reception area, restrooms with exterior access, IT room, fitness room, janitor closet, sport equipment storage, security system (including alarm, CCTV, and lightning detection), outdoor pavilion, code compliant parking area, and Art in Public Places component. 6. IF CITYWIDE, WHAT ARE THE MOST FREQUENT USER DEPARTMENTS? Office of Capital Improvements ("OCI") and Parks & Recreation ("Parks") 7. IS THE AWARDEE THE INCUMBENT? N/A 8. IS THE PRICING HIGHER, LOWER OR THE SAME AS THE CURRENT CONTRACT? N/A 9. WHEN DOES THE CURRENT CONTRACT EXPIRE? Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Upon final completion of the Project. 10.WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? N/A 11.WHAT IS THE METHOD OF AWARD (Group, Item by Item etc.)? Lowest responsive and responsible Bidder Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Arthur Noriega V, City Manager FROM: Annie Perez, CPPO Director/Chief Procurement Officer Department of Procurement oocuSigned by: -..,:Q. 89540EB73CAC468... DATE: July 21, 2025 SUBJECT: Recommendation for Award of Construction Services Contract for Curtis Park Community Center, D1, Project No. 40-B193511 REFERENCES: Invitation to Bid ("ITB") No. 24-25-005-R ENCLOSURES: Bid Security List, Contractor's Price Proposal RECOMMENDATION: Based on the findings below, the City of Miami ("City") Department of Procurement ("Procurement") hereby recommends that the referenced contract be awarded, to Home Express Corp. dba HE -Builders ("HE - Builders"), who has been deemed the lowest responsive and responsible Bidder, for ITB No. 24-25-005- R, Curtis Park Community Center, D1, Project No. 40-B193511 ("Project"). BACKGROUND: On March 28, 2025, Procurement issued a solicitation under full and open competition to obtain bids from qualified firms. On May 21, 2025, Procurement received six (6) bids in response to the solicitation (see attached Bid Security List). Pursuant to the solicitation, Bidders were required to 1) Hold a current Certified General Contractor ("CGC") license from the State of Florida AND have a minimum of five (5) years' experience under its current business name; 2) Have a team member or Subcontractor who possesses an Occupational Safety and Health Administration ("OSHA") 40-hour certification; 3) Demonstrate experience as the Prime Contractor for at least three (3) projects of similar size, scope, and complexity to the future Curtis Park Community Center, ongoing or completed within the last ten (10) years. The referenced projects must have included new construction of municipal facilities, preferably in a park or public school -related setting. At a minimum, one (1) of the three projects submitted must have included remediation work of contaminated soil under a DERM Class VI permit as required by the Miami -Dade County Department of Regulatory and Economic Resources, Environmental Resource Management; 4) The remediation work of contaminated soil requirement can be met by a Subcontractor. If so, the qualified and licensed Subcontractor must provide a resume with documentation of at least two (2) remediation projects involving contaminated soil under a DERM Class VI permit within the last ten (10) years; and 5) the submitted reference projects had to demonstrate that i) was the General Contractor for the project; and ii) self -performed at least ten percent (10%) of the physical labor construction work for said project. FINDINGS: Procurement conducted due diligence on the bids received, following the guidelines published in the solicitation. John Bell Construction, Inc.("JBC") was initially listed as the apparent lowest bidder on the Bid Security list. However, the JBC's bid amount did not include contingency and permit fees, which were incorporated in the totals of the other Bidders. After this correction, HE -Builders was identified as the apparent lowest Bidder. As a result of the ensuing due diligence effort, HE -Builders was deemed responsive and compliant with the Minimum Requirements stipulated in the "Notice to Contractors," and demonstrated the required prior experience in projects of comparable scope, scale, and complexity similar to the Project. Accordingly, HE -Builders was deemed the apparent lowest responsive Bidder. Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Page 2 - Recommendation of Award of ITB No. 24-25-005-R, Curtis Park Community Center, Arthur Noriega V, City Manager The City's Office of Capital Improvements ("OCI") reviewed and evaluated HE-Builders's bid and compared it with an estimate of probable construction cost prepared by Gurri Matute PA ("GM"), the Architect of Record (AOR) for the Project. On July 11, 2025, Procurement and OCI held a Responsibility Review Meeting with HE -Builders. Upon completion of this meeting, OCI recommended awarding the contract to HE -Builders, as the Bidder demonstrated both the capacity and reliability to perform the project in compliance with the construction documents. Additionally, HE -Builders' bid is approximately 13.07% lower than the probable construction cost estimate. Based on the above findings, Procurement hereby recommends that the Project be awarded to HE - Builders as shown below: HE -BUILDERS BID ITEMS BID ITEMS VALUES Lump Sum Base Bid $10,280,891.82 10% Owner's Contingency Allowance $1,028,089.18 Permit Fees & Other Reimbursables $80,000.00 TOTAL CONTRACT AWARD VALUE $11,388,981.00 CONTRACT EXECUTION: Accordingly, Procurement hereby requests authorization to prepare and execute a contract with HE - Builders. Pursuant to Resolution R-25-0208, approved by the City Commission on June 17, 2025, amending Section 18-117, "Economic Stimulus Awards and Agreements" of the City Code, the City Manager has delegated authority to award this contract and execute the ensuing agreement. Funding is currently available to complete the project for a total contract value at award of $11,388,981.00, which includes HE-Builders's total Lump Sum in the amount of $10,280,891.82, plus a 10% Owner's Contingency Allowance in the amount of $1,028,089.18, and a Dedicated Allowance for Permit Fees and Other Reimbursables in the amount of $80,000.00, as shown above. Your signature below indicates your approval of Procurement's recommendation. DocuSigned by: Nr 0.414n.o lL-%l r•a July 30, 2025 116:02:31 EDT Approved: Date: Arthur faiega V, City Manager c: Natasha Colebrook -Williams, Deputy City Manager Asael "Ace" Marrero, AIA, Assistant City Manager/Chief of Infrastructure Barbara Hernandez, MPA, Assistant City Manager/Chief of Operations Thomas Fossler, Assistant City Attorney, Office of the City Attorney Jose R. Perez, AIA, Director, OCI LaCleveia Morley, Interim Director, Parks & Recreation Department Fernando V. Ponassi, MA Arch., MA PPA, LEED°AP, Assistant Director, Procurement PR24356 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 BID ITEM: CITY OF MIAMI OFFICE OF THE CITY CLERK BID SECURITY LIST Curtis Park Community Center — D1 BID NUMBER: ITB No. 24-25-005-R DATE BID OPENED: May 21, 2025 TIME: 3:00 p.m. BIDDER BID TOTAL BID BOND (ER) AMOUNT CASHIER'S CHECK John Bell Construction, Inc. $10,897,176.28 5% HE -Builders $11,388,981.00 5% Florida Construction & Engineering $11,564.000.00 5% Vercetti Enterprises $11,844,887.20 5% HA Contracting Corp $12,059,000.00 5% Florida Lemark Corporation $12,995,431.35 5% pyr r received ttnt& y es c L 1_ yr . , other offers. nrlorrn; R..-7 - r,-- ; =t_ cre hereby rejected as P _ e,`= rr �r Pers9 eceiv ng id(s) On: Today's Date Received (6) bid(s) on behalf: PREPARED BY 011 Procurement Depa Deputy City Clerk Docusign Envelope ID: FC805406-428B^4E44-AB2F-4976968DB638 VITY COMMISSION, WITH ATTACHMENT(S), AMENDING THE CITY OF MIAMI'S L... Miami FL Resolution R-25-0208 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), AMENDING THE CITY OF MIAMI'S LIST OF EXPEDITED PROJECTS PURSUANT TO SECTION 18-117 OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"), TITLED "ECONOMIC STIMULUS AWARDS AND AGREEMENTS," BY REPLACING THE CURRENT "ATTACHMENT A - 05/23/24 REVISED" WITH "ATTACHMENT A - 05/22/25 REVISED," ATTACHED AND INCORPORATED, FOR THE PURPOSE OF INCLUDING NEW AND ON -GOING CAPITAL IMPROVEMENTS SOLICITATIONS AND PROJECTS; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ALL OTHER DOCUMENTS, INCLUDING ANY AGREEMENTS, AMENDMENTS, AND EXTENSIONS, ALL IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, SUBJECT TO ALL ALLOCATIONS, APPROPRIATIONS, PRIOR BUDGETARY APPROVAL, AND IN COMPLIANCE WITH ALL APPLICABLE PROVISIONS OF THE CITY CODE, INCLUDING THE CITY'S PROCUREMENT ORDINANCE, ANTI -DEFICIENCY ACT, AND FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET FORTH IN CHAPTER 18 OF THE CITY CODE, AND IN COMPLIANCE WITH ALL APPLICABLE LAWS, RULES, AND REGULATIONS, AS MAY BE NECESSARY FOR SAID PURPOSE; PROVIDING FOR AN EFFECTIVE DATE. Information Department: Office of Capital Improvements, Dept of Resilience and Public Works, & Dept of Parks and Recreation Category: Other Attachments Agenda Summary and Legislation 17535 Exhibit 17535 Back -Up Documents Financial Impact Sponsors: Total Fiscal Impact: N/A CIP Project No: Multiple Body/Legislation WHEREAS, Section 18-117 of the Code of the City of Miami, Florida, as amended ("City Code"), titled "Economic Stimulus Awards and Agreements," established measures to stimulate the local economy by creating a process to expedite the award of professional services agreements and contracts for certain projects identified in an Attachment "A" of said Ordinance; and WHEREAS, in accordance with Sections 287.055 and 255.20, Florida Statutes, respectively, Section 18-117 of the City Code also authorizes the City Manager to advertise for, receive, review, evaluate, and reject responses and award contracts for the listed projects; and WHEREAS, pursuant to Section 18-117(b) of the City Code, the City Commission may add or delete projects from Attachment "A" by Resolution; and https://miamifl.igm2.com/Citizens/Detail_LegiFile.aspx?MeetinglD=4129&MediaPosition=&ID=17535&CssClass=&Print=Yes 1/3 Docusign Envelope ID: FC805406-428B^4E44-AB2F-4976968DB638 VITY COMMISSION, WITH ATTACHMENT(S), AMENDING THE CITY OF MIAMI'S L... WHEREAS, Resolution No. 14-0372, adopted on September 29, 2014, replaced the original Attachment "A" with "Attachment A - 09/10/14 REVISED"; and WHEREAS, Resolution No. 19-0187, adopted on May 9, 2019, replaced "Attachment A - 09/10/14 REVISED" with "AttachmentA- 04/12/19 REVISED"; and WHEREAS, Resolution No. 20-0209, adopted on July 23, 2020, replaced "Attachment A - 04/12/19 REVISED" with "AttachmentA- 06/17/20 REVISED Miami Recovery Initiative"; and WHEREAS, Resolution No. 24-0002, adopted on Jan 11, 2024, replaced "Attachment A - 06/17/20 REVISED Miami Recovery Initiative" with "AttachmentA- 11/27/23 REVISED"; and WHEREAS, Resolution No. 24-0203, adopted on May 23, 2024, replaced "Attachment A - 11/27/23 REVISED" with "AttachmentA- 05/23/24 REVISED"; and WHEREAS, considering these projects require efficiency across planning, procurement, and implementation of program components, the City's Office of Capital Improvements ("OCI"), the Department of Resilience and Public Works ("RPW'), the Department of Parks and Recreation ("Parks"), and the City Manager recommend replacing "Attachment A - 05/23/24 REVISED" with "Attachment A - 05/22/25 REVISED," attached and incorporated, which is inclusive of new and on -going OCI, RPW, and Parks capital improvements solicitations and projects; and WHEREAS, the City desires to replace the current "AttachmentA- 05/23/24 REVISED" with "AttachmentA - 05/22/25 REVISED," attached and incorporated, for the purpose of including new and on -going capital improvement solicitations and projects; and WHEREAS, pursuant to Section 18-117(e) of the City Code, amongst the requirements for such projects, the City's Office of Management and Budget ("Budget") will perform a review of budgetary availability prior to the time of award of any contract for the same; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. Amendment of the City's list of expedited projects pursuant to Section 18-117 of the City Code by replacing the current "Attachment A - 05/23/24 REVISED" with "Attachment A - 05/22/25 REVISED," attached and incorporated, for the purpose of including upcoming capital improvement solicitations and projects is hereby authorized.' Section 3. Funding shall be allocated from various sources including, but not limited to, the Miami Forever Bonds, as well as other local, state, and federal stimulus funding, if and when available. Section 4. The City Manager is further authorized[1] to negotiate and execute all other documents, including any agreements, amendments, and extensions, all in forms acceptable to the City Attorney, subject to all allocations, appropriations, and budgetary approvals having been previously made, and in compliance with all applicable provisions of the City Code, including the City of Miami's Procurement Ordinance, Anti -Deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18 of the City Code, and in compliance with all applicable rules and regulations, as may be necessary for said purpose. Section 5. This Resolution shall become effective immediately upon its adoption. The herein authorization is further subject to compliance with all legal regulations that may be imposed, including, but not limited to, those prescribed by applicable City Charter and City Code provisions. Meeting History May 22, 2025 9:00 AM City Commission City Commission Meeting Draft https://miamifl.igm2.com/Citizens/Detail_LegiFile.aspx?MeetinglD=4129&MediaPosition=&ID=17535&CssClass=&Print=Yes 2/3 Docusign Envelope ID: FC805406-428B^4E44-AB2F-4976968DB638 VITY COMMISSION, WITH ATTACHMENT(S), AMENDING THE CITY OF MIAMI'S L... RESULT: NO ACTION TAKEN Next: 6/12/2025 9:00 AM Jun 17, 2025 9:00 AM City Commission Special Meeting RESULT: ADOPTED [UNANIMOUS] MOVER: Ralph "Rafael" Rosado, Commissioner, District Four SECONDER: Miguel Angel Gabela, Commissioner, District One AYES: Christine King, Joe Carollo, Miguel Angel Gabela, Damian Pardo, Ralph "Rafael" Rosado Powered by Granicus f Draft https://miamifl.igm2.com/Citizens/Detail_LegiFile.aspx?MeetinglD=4129&MediaPosition=&ID=17535&CssClass=&Print=Yes 3/3 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 CAPITAL IMPROVEMENTS PROJECTS REVISED EXPEDITED LIST ATTACHMENT A - 5/22/2025 PART I: EXISTING PROJECTS B Number Project Name Project Owner Current Estimated Total Project Cost Current Phase District 40-B30688 Marine Stadium Restoration DREAM $68,000,000.00 04- Dry-Run/Permit Citywide 40-B40571 Virrick Park New Pool Facility Parks $13,215,218.00 07- Construction 2 40-B193602 Brickell Key Bridge RPW $8,071,577.00 03-Design 2 40-B173619 SW 15 Road from SW 3 Avenue and SW 11 Street RPW $6,734,239.00 01- Planning 3 40-B30874 Brickell Avenue from SE 15 Road to SE 8 Street RPW $2,097,247.00 08- Final Completion 2 40-B50906 NE 3 Avenue from NE 54 Street to NE 58 Terrace RPW $3,259,046.00 03- Design 5 40-B17357 Antonio Maceo Boat Ramp and Dock Renovations Parks $1,683,326.30 07- Construction 1 40-B183505 West End Park Master Plan, Pool Design, and Enhancements Parks $13,868,410.00 07- Construction 4 40-B193511 and 40-B193511A Curtis Park Community Center Design and Construction Parks $15,365,718.00 05- Bidding 1 40-B193512 and 40-B193512A Armbrister Park Community Center Design and Construction Parks $13,511,477.00 05- Bidding 2 40-B193513 Moore Park Gym Design and Construction Parks $16,630,400.00 05- Bidding 5 40-B193514 Coral Way Park Expansion and Enhancements Parks $2,825,000.00 08- Final Completion 3 40-B193515 Morasan Quesada Park ( FKA Riverside Park) Renovations and Enhancements Parks $3,466,906.00 07- Construction 3 40-B193517 New Woodside Park at 3699/3701 SW 1st AVE Parks $7,565,242.39 06- Pre -Construction 3 40-B40510A Legion Park Building Parks $5,115,633.00 07- Construction 5 40-B40566 Spring Garden Point Park Parks $1,954,059.27 01- Planning 1 40-B40581 Douglas Park Community Center Parks $15,572,411.00 04- Dry-Run/Permit 4 40-B193207 Fire Facilities Resiliency Project (FS10) - Design Public Safety $1,465,000.00 02- A/E Selection Citywide 40-B183603 Miami River Greenway Curtis Park East RPW $5,337,166.00 03- Design 1 40-B183611 NW 17th Street from NW 27th AVE to NW 32nd AVE - Road & Drainage Construction RPW $7,884,329.00 02- A/E Selection 1 40-B193622 Very Poor Condition Roads - Outside Priority Drainage Basins RPW $8,067,667.00 07- Construction Citywide 40-B193801 Improve Drainage Outside of Priority Drainage Basins RPW $2,300,000.00 07- Construction Citywide 40-B193802 Brickell Bay Drive Seawall, Drainage and Road Improvements RPW $32,261,008.00 03- Design 2 40-B30606 Flagler Street Beautification OCI $33,104,407.00 07- Construction Citywide 40-B30637 Mary Brickell Village Drainage Improvements RPW $5,423,619.00 08- Final Completion Citywide 40-B30737 South Bayshore Lane/Fairview Street - East and West RPW $12,420,228.00 05- Bidding 2 40-B193522A Dog Run Park Parks $2,444,024.00 04- Dry-Run/Permit 4 40-B233506 Fairlawn Community Park Parks $1,150,000.00 07- Construction 4 40-B233507 Shenandoah Playground Replacement Parks $900,000.00 07- Construction 4 40-B233513 Grapeland Heights Park and Baseball Park Parks $2,582,513.00 07- Construction 1 40-B233523 Bayfront Park Fountain Parks $2,833,760.00 01- Planning 2 40-B223801 East Flagami Flood Mitigation RPW $87,000,000.00 05- Bidding 4 40-B223802 Auburndale Flood Mitigation Project RPW $73,646,027.00 01- Planning 4 40-B233801 SW 49th Ave from SW 8th St. to W Flagler St. RPW $850,000.00 07- Construction 4 40-B50413 SW 24th St. from 27th Ave to SW 32nd Ave RPW $8,478,403.00 07- Construction 4 40-B50412 SW 23 Terrace from SW 27 Avenue to SW 32 Avenue RPW $6,649,232.00 05- Bidding 4 40-B233821 Mary Brickell Village Drainage Improvements RPW $2,246,000.00 03- Design Citywide 40-B233822 Localized Flooding Improvements Citywide RPW $10,375,000.00 01- Planning Citywide 40-B233823 E & W Glencoe Street, S Bayshore Ct Flood Improvements RPW $1,100,000.00 01- Planning 2 40-B183611A NW 17 Street from NW 32 to NW 37 Avenue RPW $6,717,280.00 03- Design 1 40-B193500 Jose Marti Park Seawall, Shoreline, and Flood Improvements- Construction PARKS $23,736,282.00 05- Bidding 3 40-B193501 Little River Mini Park (Outfall Connection) OCI $3,451,514.00 03- Design 5 40-B233815 Allapattah Flood Improvements - NW 7 Ave to 14 Ave, NW 23 St to RPW $31,376,188.00 03- Design 1 40-B233816 Melrose Flood Improvements - NW 23 Ave to NW 19 Ave, NW 34 St to NW 30 St (Pump Station) RPW $11,029,882.00 02- A/E Selection 1 40-B233805 Edgewater Flood Improvements - NE 4 Ave to Biscayne Bay, NE 22 St to NE 24 St (Pump Station) RPW $34,200,000.00 03- Design 2 40-B233811 Replacement of Seawalls Morningside between NE 55 Terr, NE 65 St and Biscayne Bay RPW $2,781,719.00 03- Design 2 40-B233809 Brickell and Coconut Grove Seawalls between SE 25th Rd to Mathenson Ave. and Biscayne Bay RPW $1,659,265.00 03- Design 2 40-B233810 Replacement of 8 Seawalls in Edgewater between NE 22 St to NE 34 St. along Biscayne Bay RPW $3,541,662.00 03- Design 2 40-B233804 East Little Havana Flood Improvements - W 12 Ave to W 17 Ave, NW 2 St to SW 6 St (Pump Station) RPW $39,269,877.00 01-Planning 3 40-B233606 8 Street Flood Improvements - SW 17 Ave to SW 22 Ave, SW 5 St to SW 12 St RPW $20,000,000.00 03- Design 3 40-B233803 Shorecrest South Flood Improvements - NE 8 Ct to NE Bayshore Ct, NE Little River Dr to NE 79 St (Pump Station) RPW $33,200,000.00 03- Design 5 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 CAPITAL IMPROVEMENTS PROJECTS REVISED EXPEDITED LIST ATTACHMENT A - 5/22/2025 PART I: EXISTING PROJECTS B Number Project Name Project Owner Current Estimated Total Project Cost Current Phase District 40-B233814 South-West Wynwood Flood Improvements - NW 3 Ave to NW 5 PI, NW 16 St to NW 28 St (Pump Station) RPW $31,698,773.00 01- Planning 5 40-B233812 Replacement of Seawalls Shorecrest between NE 84 St and Ademar Canal; NE Bayshore Dr. and Davis Canal RPW $3,688,974.00 03- Design 5 40-B233817 Clemente Park Flood Improvements - Miami Ave to NW 2 Ave and NW 30 St to 36 St RPW $14,734,729.00 03- Design 5 40-B233806 Immediate Flood Control: Install Backflow Valves CW RPW $4,084,000.00 01- Planning Citywide 40-B203801 Citywide Pump Stations Telemetry System RPW $1,536,263.00 03- Design Citywide 40-B233819 Localized Flooding Improvements RPW $3,163,093.00 10-Administrative Close -Out 3 40-B233820 Pump Stations RPW $2,500,000.00 01- Planning 3 40-B203515 Badia Center Facility at Flagami Park Parks $11,883,119.00 07- Construction 4 40-B203519 Swannanoa Mini Park - right of way improvements (Design only) RPW $1,836,643.00 03- Design 4 40-B223521 Parks Public WiFi Installation Parks $2,500,000.00 07- Construction Citywide 40-B50414 SW 24 Terrace from SW 27 Avenue to SW 31 Avenue RPW $4,762,302.00 08- Final Completion 4 40-B50421 SW 25 Street from SW 27 Avenue to SW 32 Avenue RPW $4,853,136.00 08- Final Completion 4 40-B223212 Fire Station 12 - Hardening Fire $1,565,300.00 01- Planning Citywide 40-B213210 Fire Station 2 - Hardening Fire $1,093,733.30 01- Planning Citywide 40-B213209 Fire Station 9 - Hardening Fire $1,437,700.00 01- Planning Citywide 40-B213512 Hadley Park - Resiliency Hub Parks $1,315,002.00 05- Bidding 5 40-B50104 NW 13 Street from NW 35 Avenue to NW 37 Avenue RPW $3,165,866.00 05- Bidding 1 40-B30756 NW 30 Street Improvement RPW $6,539,324.00 05-Bidding 1 40-B183610 West Grove Roadway Improvements RPW $3,617,822.00 03- Design 2 40-B183612 Charles Avenue from Main Highway to South Douglas Road RPW $4,630,148.00 03-Design 2 40-B213602 Little Havana Pedestrian Priority Zone RPW $5,504,338.00 03- Design 3 40-B203610 SW 5 Street from SW 29 Avenue to SW 32 Avenue - Reconstruction RPW $3,062,752.00 07- Construction 3 40-B213606 Kinloch Roadway Neighborhood Improvements RPW $3,443,884.00 03- Design 4 40-B173613 South Golden Pines No Outlet Streets Improvements RPW $9,557,063.00 03- Design 4 40-B243800 Wagner Creek Embankment Stabilization RPW $9,662,959.00 01- Planning 1 40-B173511A Morningside Park - Baywalk, Kayak Launch, and Boat Ramp Parks $19,268,735.00 07- Construction 2 40-B193521 Fairlawn Community Park Parks $3,809,461.00 07- Construction 4 40-B203509 Athalie Range Park - New Recreation Building Parks $14,087,813.00 04- Dry-Run/Permit 5 40-B70100 Gusman Hall Improvements / Repairs DREAM $31,533,964.00 03- Design 5 40-B70121 Police Drains and Parking Police $3,023,550.00 05- Bidding Citywide 40-B243208 Police HQ -Garage Demolition and Sitework Police $8,843,030.00 04- Dry-Run/Permit Citywide 40-B233601 Miami River Greenway - NW N River Dr from NW 22 Ave to NW 19 RPW $5,192,815.00 03- Design 1 40-B233602 Buena Vista Local Drainage and Road Improvements RPW $5,665,040.00 03- Design 5 40-B173642 Belle Meade Circle Cul-De-Sac Improvements RPW $760,564.00 03- Design 5 40-B213605 NW 11 Street from NW 1 Avenue To NW 3 Avenue RPW $2,412,839.00 03- Design 5 40-B70046 Virginia Key Boat Launch & Trailer Parking DREAM $2,942,118.00 06- Pre -Construction 2 40-B70042 Miami Marine Stadium Marina - Mooring Field DREAM $4,133,205.49 06- Pre -Construction 2 40-B233500 Margaret Pace Park Parks $2,248,059.36 03-Design 2 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 CAPITAL IMPROVEMENTS PROJECTS REVISED EXPEDITED LIST ATTACHMENT A - 5/22/2025 PART II: ADDED PROJECTS B Number Project Name Project Owner Current Estimated Total Project Cost Current Phase District 40-B233505 Ruben Dario Park Development Parks $16,188,200.00 03-Design 3 40-B243400 New Administration Building and Parking/Other Improvements DREAM $241,483,400.72 01- Planning Citywide 40-B193803 Construction Engineering & Inspection Services for Seawall, Baywalk, and Landscape Improvements at Jose Marti Park Parks $20,000,000.00 OS -Bidding 3 40-B223504 and 40-B253503 Robert King High Park Infrastructure Improvements Parks $10,852,403.00 02- A/E Selection 4 40-B30541D Baywood Seawall Repair Parks $8,000,000.00 01- Planning 4 40-B243603 Fuller Street RPW $2,000,000 01-Planning 2 40-B243602 Little Havana Pedestrian Priority Zone - Phase II RPW $9,538,660 01- Planning 3 40-B243604 Silver Bluff Traffic Flow Modification RPW $7,776,837 01- Planning 3 40-B233813 North Grapeland Heights Seawall (NGHS) at NW 13 Street and NW RPW $356,406 03- Design 1 40-B203614 Traffic Circle at North Bayshore RPW $2,256,708 03- Design 2 40-B213606A Kinloch Flooding Mitigation and Road Reconstruction FDEP Grant RPW $5,982,546 03- Design 4 40-B243600 Tamiami Blvd Roadway Drainage Imrprovements RPW $7,215,420 03- Design 4 40-B253600 Brickell Key Bridge replacement RPW $30,031,616 01- Planning 2 N/A Construction and Permanent Financing: MLK Residences Housing $2,000,000.00 N/A 5 N/A Construction and Permanent Financing: Liberty Renaissance Housing $1,000,000.00 N/A 5 N/A Affording Housing and Economic Development Housing $8,000,000.00 N/A Citywide N/A Home Ownership Preservation / Single Family Home Rehabilitation Housing $4,000,000.00 N/A Citywide N/A Citywide Parks Playground Renovations (13 Sites - D1, D2, D3, and Parks $4,059,580.00 01- Planning Citywide Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 CAPITAL IMPROVEMENTS PROJECTS REVISED EXPEDITED LIST ATTACHMENT A - 5/22/2025 PART I: EXISTING PROJECTS B Number Project Name Project Owner Current Estimated Total Project Cost Current Phase District 40-B30688 Marine Stadium Restoration DREAM $68,000,000.00 04- Dry-Run/Permit Citywide 40-B40571 Virrick Park New Pool Facility Parks $13,215,218.00 07- Construction 2 40-B193602 Brickell Key Bridge RPW $8,071,577.00 03-Design 2 40-B173619 SW 15 Road from SW 3 Avenue and SW 11 Street RPW $6,734,239.00 01- Planning 3 40-B30874 Brickell Avenue from SE 15 Road to SE 8 Street RPW $2,097,247.00 08- Final Completion 2 40-B50906 NE 3 Avenue from NE 54 Street to NE 58 Terrace RPW $3,259,046.00 03- Design 5 40-B17357 Antonio Maceo Boat Ramp and Dock Renovations Parks $1,683,326.30 07- Construction 1 40-B183505 West End Park Master Plan, Pool Design, and Enhancements Parks $13,868,410.00 07- Construction 4 40-B193511 and 40-B193511A Curtis Park Community Center Design and Construction Parks $15,365,718.00 05- Bidding 1 40-B193512 and 40-B193512A Armbrister Park Community Center Design and Construction Parks $13,511,477.00 05- Bidding 2 40-B193513 Moore Park Gym Design and Construction Parks $16,630,400.00 05- Bidding 5 40-B193514 Coral Way Park Expansion and Enhancements Parks $2,825,000.00 08- Final Completion 3 40-B193515 Morasan Quesada Park ( FKA Riverside Park) Renovations and Enhancements Parks $3,466,906.00 07- Construction 3 40-B193517 New Woodside Park at 3699/3701 SW 1st AVE Parks $7,565,242.39 06- Pre -Construction 3 40-B40510A Legion Park Building Parks $5,115,633.00 07- Construction 5 40-B40566 Spring Garden Point Park Parks $1,954,059.27 01- Planning 1 40-B40581 Douglas Park Community Center Parks $15,572,411.00 04- Dry-Run/Permit 4 40-B193207 Fire Facilities Resiliency Project (FS10) - Design Public Safety $1,465,000.00 02- A/E Selection Citywide 40-B183603 Miami River Greenway Curtis Park East RPW $5,337,166.00 03- Design 1 40-B183611 NW 17th Street from NW 27th AVE to NW 32nd AVE - Road & Drainage Construction RPW $7,884,329.00 02- A/E Selection 1 40-B193622 Very Poor Condition Roads - Outside Priority Drainage Basins RPW $8,067,667.00 07- Construction Citywide 40-B193801 Improve Drainage Outside of Priority Drainage Basins RPW $2,300,000.00 07- Construction Citywide 40-B193802 Brickell Bay Drive Seawall, Drainage and Road Improvements RPW $32,261,008.00 03- Design 2 40-B30606 Flagler Street Beautification OCI $33,104,407.00 07- Construction Citywide 40-B30637 Mary Brickell Village Drainage Improvements RPW $5,423,619.00 08- Final Completion Citywide 40-B30737 South Bayshore Lane/Fairview Street - East and West RPW $12,420,228.00 05- Bidding 2 40-B193522A Dog Run Park Parks $2,444,024.00 04- Dry-Run/Permit 4 40-B233506 Fairlawn Community Park Parks $1,150,000.00 07- Construction 4 40-B233507 Shenandoah Playground Replacement Parks $900,000.00 07- Construction 4 40-B233513 Grapeland Heights Park and Baseball Park Parks $2,582,513.00 07- Construction 1 40-B233523 Bayfront Park Fountain Parks $2,833,760.00 01- Planning 2 40-B223801 East Flagami Flood Mitigation RPW $87,000,000.00 05- Bidding 4 40-B223802 Auburndale Flood Mitigation Project RPW $73,646,027.00 01- Planning 4 40-B233801 SW 49th Ave from SW 8th St. to W Flagler St. RPW $850,000.00 07- Construction 4 40-B50413 SW 24th St. from 27th Ave to SW 32nd Ave RPW $8,478,403.00 07- Construction 4 40-B50412 SW 23 Terrace from SW 27 Avenue to SW 32 Avenue RPW $6,649,232.00 05- Bidding 4 40-B233821 Mary Brickell Village Drainage Improvements RPW $2,246,000.00 03- Design Citywide 40-B233822 Localized Flooding Improvements Citywide RPW $10,375,000.00 01- Planning Citywide 40-B233823 E & W Glencoe Street, S Bayshore Ct Flood Improvements RPW $1,100,000.00 01- Planning 2 40-B183611A NW 17 Street from NW 32 to NW 37 Avenue RPW $6,717,280.00 03- Design 1 40-B193500 Jose Marti Park Seawall, Shoreline, and Flood Improvements- Construction PARKS $23,736,282.00 05- Bidding 3 40-B193501 Little River Mini Park (Outfall Connection) OCI $3,451,514.00 03- Design 5 40-B233815 Allapattah Flood Improvements - NW 7 Ave to 14 Ave, NW 23 St to RPW $31,376,188.00 03- Design 1 40-B233816 Melrose Flood Improvements - NW 23 Ave to NW 19 Ave, NW 34 St to NW 30 St (Pump Station) RPW $11,029,882.00 02- A/E Selection 1 40-B233805 Edgewater Flood Improvements - NE 4 Ave to Biscayne Bay, NE 22 St to NE 24 St (Pump Station) RPW $34,200,000.00 03- Design 2 40-B233811 Replacement of Seawalls Morningside between NE 55 Terr, NE 65 St and Biscayne Bay RPW $2,781,719.00 03- Design 2 40-B233809 Brickell and Coconut Grove Seawalls between SE 25th Rd to Mathenson Ave. and Biscayne Bay RPW $1,659,265.00 03- Design 2 40-B233810 Replacement of 8 Seawalls in Edgewater between NE 22 St to NE 34 St. along Biscayne Bay RPW $3,541,662.00 03- Design 2 40-B233804 East Little Havana Flood Improvements - W 12 Ave to W 17 Ave, NW 2 St to SW 6 St (Pump Station) RPW $39,269,877.00 01-Planning 3 40-B233606 8 Street Flood Improvements - SW 17 Ave to SW 22 Ave, SW 5 St to SW 12 St RPW $20,000,000.00 03- Design 3 40-B233803 Shorecrest South Flood Improvements - NE 8 Ct to NE Bayshore Ct, NE Little River Dr to NE 79 St (Pump Station) RPW $33,200,000.00 03- Design 5 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 CAPITAL IMPROVEMENTS PROJECTS REVISED EXPEDITED LIST ATTACHMENT A - 5/22/2025 PART I: EXISTING PROJECTS B Number Project Name Project Owner Current Estimated Total Project Cost Current Phase District 40-B233814 South-West Wynwood Flood Improvements - NW 3 Ave to NW 5 PI, NW 16 St to NW 28 St (Pump Station) RPW $31,698,773.00 01- Planning 5 40-B233812 Replacement of Seawalls Shorecrest between NE 84 St and Ademar Canal; NE Bayshore Dr. and Davis Canal RPW $3,688,974.00 03- Design 5 40-B233817 Clemente Park Flood Improvements - Miami Ave to NW 2 Ave and NW 30 St to 36 St RPW $14,734,729.00 03- Design 5 40-B233806 Immediate Flood Control: Install Backflow Valves CW RPW $4,084,000.00 01- Planning Citywide 40-B203801 Citywide Pump Stations Telemetry System RPW $1,536,263.00 03- Design Citywide 40-B233819 Localized Flooding Improvements RPW $3,163,093.00 10-Administrative Close -Out 3 40-B233820 Pump Stations RPW $2,500,000.00 01- Planning 3 40-B203515 Badia Center Facility at Flagami Park Parks $11,883,119.00 07- Construction 4 40-B203519 Swannanoa Mini Park - right of way improvements (Design only) RPW $1,836,643.00 03- Design 4 40-B223521 Parks Public WiFi Installation Parks $2,500,000.00 07- Construction Citywide 40-B50414 SW 24 Terrace from SW 27 Avenue to SW 31 Avenue RPW $4,762,302.00 08- Final Completion 4 40-B50421 SW 25 Street from SW 27 Avenue to SW 32 Avenue RPW $4,853,136.00 08- Final Completion 4 40-B223212 Fire Station 12 - Hardening Fire $1,565,300.00 01- Planning Citywide 40-B213210 Fire Station 2 - Hardening Fire $1,093,733.30 01- Planning Citywide 40-B213209 Fire Station 9 - Hardening Fire $1,437,700.00 01- Planning Citywide 40-B213512 Hadley Park - Resiliency Hub Parks $1,315,002.00 05- Bidding 5 40-B50104 NW 13 Street from NW 35 Avenue to NW 37 Avenue RPW $3,165,866.00 05- Bidding 1 40-B30756 NW 30 Street Improvement RPW $6,539,324.00 05-Bidding 1 40-B183610 West Grove Roadway Improvements RPW $3,617,822.00 03- Design 2 40-B183612 Charles Avenue from Main Highway to South Douglas Road RPW $4,630,148.00 03-Design 2 40-B213602 Little Havana Pedestrian Priority Zone RPW $5,504,338.00 03- Design 3 40-B203610 SW 5 Street from SW 29 Avenue to SW 32 Avenue - Reconstruction RPW $3,062,752.00 07- Construction 3 40-B213606 Kinloch Roadway Neighborhood Improvements RPW $3,443,884.00 03- Design 4 40-B173613 South Golden Pines No Outlet Streets Improvements RPW $9,557,063.00 03- Design 4 40-B243800 Wagner Creek Embankment Stabilization RPW $9,662,959.00 01- Planning 1 40-B173511A Morningside Park - Baywalk, Kayak Launch, and Boat Ramp Parks $19,268,735.00 07- Construction 2 40-B193521 Fairlawn Community Park Parks $3,809,461.00 07- Construction 4 40-B203509 Athalie Range Park - New Recreation Building Parks $14,087,813.00 04- Dry-Run/Permit 5 40-B70100 Gusman Hall Improvements / Repairs DREAM $31,533,964.00 03- Design 5 40-B70121 Police Drains and Parking Police $3,023,550.00 05- Bidding Citywide 40-B243208 Police HQ -Garage Demolition and Sitework Police $8,843,030.00 04- Dry-Run/Permit Citywide 40-B233601 Miami River Greenway - NW N River Dr from NW 22 Ave to NW 19 RPW $5,192,815.00 03- Design 1 40-B233602 Buena Vista Local Drainage and Road Improvements RPW $5,665,040.00 03- Design 5 40-B173642 Belle Meade Circle Cul-De-Sac Improvements RPW $760,564.00 03- Design 5 40-B213605 NW 11 Street from NW 1 Avenue To NW 3 Avenue RPW $2,412,839.00 03- Design 5 40-B70046 Virginia Key Boat Launch & Trailer Parking DREAM $2,942,118.00 06- Pre -Construction 2 40-B70042 Miami Marine Stadium Marina - Mooring Field DREAM $4,133,205.49 06- Pre -Construction 2 40-B233500 Margaret Pace Park Parks $2,248,059.36 03-Design 2 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 CAPITAL IMPROVEMENTS PROJECTS REVISED EXPEDITED LIST ATTACHMENT A - 5/22/2025 PART II: ADDED PROJECTS B Number Project Name Project Owner Current Estimated Total Project Cost Current Phase District 40-B233505 Ruben Dario Park Development Parks $16,188,200.00 03-Design 3 40-B243400 New Administration Building and Parking/Other Improvements DREAM $241,483,400.72 01- Planning Citywide 40-B193803 Construction Engineering & Inspection Services for Seawall, Baywalk, and Landscape Improvements at Jose Marti Park Parks $20,000,000.00 OS -Bidding 3 40-B223504 and 40-B253503 Robert King High Park Infrastructure Improvements Parks $10,852,403.00 02- A/E Selection 4 40-B30541D Baywood Seawall Repair Parks $8,000,000.00 01- Planning 4 40-B243603 Fuller Street RPW $2,000,000 01-Planning 2 40-B243602 Little Havana Pedestrian Priority Zone - Phase II RPW $9,538,660 01- Planning 3 40-B243604 Silver Bluff Traffic Flow Modification RPW $7,776,837 01- Planning 3 40-B233813 North Grapeland Heights Seawall (NGHS) at NW 13 Street and NW RPW $356,406 03- Design 1 40-B203614 Traffic Circle at North Bayshore RPW $2,256,708 03- Design 2 40-B213606A Kinloch Flooding Mitigation and Road Reconstruction FDEP Grant RPW $5,982,546 03- Design 4 40-B243600 Tamiami Blvd Roadway Drainage Imrprovements RPW $7,215,420 03- Design 4 40-B253600 Brickell Key Bridge replacement RPW $30,031,616 01- Planning 2 N/A Construction and Permanent Financing: MLK Residences Housing $2,000,000.00 N/A 5 N/A Construction and Permanent Financing: Liberty Renaissance Housing $1,000,000.00 N/A 5 N/A Affording Housing and Economic Development Housing $8,000,000.00 N/A Citywide N/A Home Ownership Preservation / Single Family Home Rehabilitation Housing $4,000,000.00 N/A Citywide N/A Citywide Parks Playground Renovations (13 Sites - D1, D2, D3, and Parks $4,059,580.00 01- Planning Citywide Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Tag of Iliam INVITATION TO BID NO. 24-25-005-R CURTIS PARK COMMUNITY CENTER - D1 PROJECT NUMBER: 40-B193511 ADDENDUM No. 1 April 18, 2025 TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Invitation to Bid ("ITB") and shall become an integral part of the bid submitted and the Contract to be executed for ITB No. 24-25-005-R, Curtis Park Community Center - D1, Project Number: 40-B193511 (the "Project"). The remaining provisions are now in effect and remain unchanged. Please note the contents herein, and affix it to the documents you have on hand. All attachments (if any) are available on the solicitation's BidNet Direct Electronic Bidding System ("BidNet Direct") webpage and are part of this Addendum. It is the sole responsibility of all Bidders to ensure the receipt of all addenda. Therefore, it is recommended that firms periodically check the BidNet Direct page for this Project for updates and the issuance of addenda. MODIFICATIONS - SINCE ISSUANCE OF THE ITB: 1. The Bid Due Date of Thursday, May 1, 2025, at 3:00 p.m., has been extended to Thursday, May 15, 2025, at 3:00 p.m. Completed Bids must be submitted through BidNet Direct. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO Director/Chief Procurement Officer Department of Procurement, City of Miami Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 (fitg 4Kiarni INVITATION TO BID NO. 24-25-005-R CURTIS PARK COMMUNITY CENTER - D1 PROJECT NUMBER: 40-B 19 3511 ADDENDUM No. 2 April 28, 2025 TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Invitation to Bid ("ITB") and shall become an integral part of the bid submitted and the Contract to be executed for ITB No. 24-25-005-R, Curtis Park Community Center - D1, Project Number: 40-B193511 (the "Project"). The remaining provisions are now in effect and remain unchanged. Please note the contents herein, and affix it to the documents you have on hand. All attachments (if any) are available on the solicitation's BidNet Direct Electronic Bidding System ("BidNet Direct") webpage and are part of this Addendum. It is the sole responsibility of all Bidders to ensure the receipt of all addenda. Therefore, it is recommended that firms periodically check the BidNet Direct page for this Project for updates and the issuance of addenda. MODIFICATIONS - SINCE ISSUANCE OF THE ITB: 1. The bid due date has been extended from May 15, 2025, to May 21, 2025, by 3:00 p.m. Completed Bids must be submitted through the BidNet Direct Electronic Bidding System ("BidNet"). 2. Section 3, Article 1, "Contract Time and Hours" is hereby deleted in its entirety and replaced with the following: 1. Contract Time and 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. The Contractor shall have five hundred and twenty (520) calendar days from the date of the Notice to Proceed to achieve Substantial Completion. The Contractor shall then have an additional sixty (60) calendar days to achieve Final Completion of the Project. The Contractor shall maintain strict adherence to the mandated Contract time and schedule due to the time sensitive nature of the Proiect's funding sources. Work shall be performed Monday through Friday from 8:00 a.m. to 6:00 p.m. according to the City's Noise Ordinance, Sec 36-6. Any Work to be performed outside of this schedule must be cleared in writing by the Project Manager forty-eight (48) hours prior to the requested change. The Project Manager will notify the Contractor in writing of any changes in approved Work hours. Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 REQUESTS FOR INFORMATION - SINCE ISSUANCE OF ITB: Q1 Can the City assist in identifying the Project Manager for this project? Al. Anthony Amador from the Office of Capital Improvements is the City of Miami's Project Manager assigned to this Project. For his contact information, please refer to Section 2, Article 4, titled "Notices" of the ITB. Q2. Can the requirement to self -perform at least ten percent (10%) of the physical construction labor be removed in order to allow a larger pool of General Contractors to submit a bid? A2. No, the ten percent (10%) self -performance requirement will not be removed from the Minimum Requirements of this ITB. However, it may be fulfilled, as described, through activities such as Supervision, Project Management, Accounting, Quality Control, Safety, and similar functions. Q3. Can the City extend both the RFI and Bid Submission deadlines to allow subcontractors and vendors sufficient time to review and provide pricing? A3. The RFI deadline will not be extended. However, the bid due date has been extended as shown in Modification No. 1, above. Q4. Please clarify who is responsible for the costs associated with hiring an archaeologist. A4. The archaeological expense shall be paid by the Contractor/Bidder and will be reimbursed through the dedicated project allowances. Please refer to the note on Sheet A-10A of "Curtis Park Combined Current Set." Q5. Please confirm whether the ten percent (10%) self -performance requirement for general contractors applies to each individual phase of the Work, given that the Project is being executed in multiple phases. Meeting this requirement may be challenging, as most of the civil scope is typically subcontracted, which could limit bidder participation. A5. The ten percent (10%) self -performance requirement applies to all construction phases and can be satisfied, as described, through Supervision, Project Management, Accounting, Quality Control, Safety, etc. Q6. Can the City provide an additional 180 days to complete Phase 2, which includes remediation and demolition work? A6. An additional One hundred eighty (180) days will be added to the contract time for consideration of the demolition and remediation work. Please refer to revised Section 3, Article 1, "Contract Time and Hours" as shown in Modification No 2, above. Q7. On Sheet A-31, please refer to Section 3, Wall Section. Can the City clarify the difference between injected polyisocyanurate insulation and spray foam R20 insulation, as indicated in the roof detail? Additionally, please provide the specifications for both materials. A7. The spray foam and injected polyisocyanurate (polyiso) referenced in the design are the same products. The intent is to use an injected spray foam polyiso insulation system to achieve a thermal resistance of R-20. This approach ensures that the roof elements function as a unified assembly while completely sealing any potential gaps. In response to the request for a specification, please refer to Section 07 21 19 of the "Vol. I Curtis Park 100% CD Specs" for a list of four (4) manufacturers, which serve as the basis of design for this insulation system. Curtis Park Community Center, D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 REQUESTS FOR INFORMATION - SINCE ISSUANCE OF ITB: Q1 Can the City assist in identifying the Project Manager for this project? Al. Anthony Amador from the Office of Capital Improvements is the City of Miami's Project Manager assigned to this Project. For his contact information, please refer to Section 2, Article 4, titled "Notices" of the ITB. Q2. Can the requirement to self -perform at least ten percent (10%) of the physical construction labor be removed in order to allow a larger pool of General Contractors to submit a bid? A2. No, the ten percent (10%) self -performance requirement will not be removed from the Minimum Requirements of this ITB. However, it may be fulfilled, as described, through activities such as Supervision, Project Management, Accounting, Quality Control, Safety, and similar functions. Q3. Can the City extend both the RFI and Bid Submission deadlines to allow subcontractors and vendors sufficient time to review and provide pricing? A3. The RFI deadline will not be extended. However, the bid due date has been extended as shown in Modification No. 1, above. Q4. Please clarify who is responsible for the costs associated with hiring an archaeologist. A4. The archaeological expense shall be paid by the Contractor/Bidder and will be reimbursed through the dedicated project allowances. Please refer to the note on Sheet A-10A of "Curtis Park Combined Current Set." Q5. Please confirm whether the ten percent (10%) self -performance requirement for general contractors applies to each individual phase of the Work, given that the Project is being executed in multiple phases. Meeting this requirement may be challenging, as most of the civil scope is typically subcontracted, which could limit bidder participation. A5. The ten percent (10%) self -performance requirement applies to all construction phases and can be satisfied, as described, through Supervision, Project Management, Accounting, Quality Control, Safety, etc. Q6. Can the City provide an additional 180 days to complete Phase 2, which includes remediation and demolition work? A6. An additional One hundred eighty (180) days will be added to the contract time for consideration of the demolition and remediation work. Please refer to revised Section 3, Article 1, "Contract Time and Hours" as shown in Modification No 2, above. Q7. On Sheet A-31, please refer to Section 3, Wall Section. Can the City clarify the difference between injected polyisocyanurate insulation and spray foam R20 insulation, as indicated in the roof detail? Additionally, please provide the specifications for both materials. A7. The spray foam and injected polyisocyanurate (polyiso) referenced in the design are the same products. The intent is to use an injected spray foam polyiso insulation system to achieve a thermal resistance of R-20. This approach ensures that the roof elements function as a unified assembly while completely sealing any potential gaps. In response to the request for a specification, please refer to Section 07 21 19 of the "Vol. I Curtis Park 100% CD Specs" for a list of four (4) manufacturers, which serve as the basis of design for this insulation system. Curtis Park Community Center, D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Q8. Sheet M-300 of Mechanical Plans shows a Package Air Cooled Chiller (CH-1-1) in the Mechanical Yard, without clarifying whether the chiller internally contains factory -installed chilled water (CHW) pumps and an expansion tank. The equipment schedule also does not specify this. The CHW system does not show the location of the Expansion Tank, Air Separator, and Chemical Pot Feeder for the closed -loop chemical water treatment. No schedule for these Hydronic Specialties was provided either. Section 23 64 23 of the specifications regarding Scroll Water Chillers does not mention anything about the chiller water pumps, expansion tank, and/or buffer tank as part of the Chiller Package. The Chiller Plant control diagram, in the Sequence of Operations, mentions the following: CHFLOW SW Ping )4 4 ♦' . 4 TRANS C1r11LLER WIT INTERNAL PJM PS CII? L_.1 4 JrlII r1 I In N L CFIOIFF PRESS Al VFO CHW SUP CI IW l9YPASS TEMP VALVE 1 CHW RET TEMP — — — GOLLLrii PLANT SECZeNGE OF OPF1 ATIGN5 5,Y57 ¢0,I T 44_ RIPT4N: T#i C+lIL.L. VWMR VT"STalm CAPT•LtrT5. CP TH. P 1N +: ONE (`) AIR GOO:..EP GHIL-ER PITH TYi) (3) INTERNAL VFRI.iHLE FL-0P1 GIiILLEID YdiT R PUMPS: OM (1) P7iMFRY ANL? ONE (1)' STANPE Y On the other hand, as part of environmental protection programs, the R-410A refrigerant has been upgraded to R-454B. Please clarify and complete the information. A8. The chiller model specified in the construction documents is a chiller package with chiller water pumps and an expansion tank. Please refer to the "Combined Additional Specifications" and the "Combined Additional Drawings" for information on the air separator, pod feeder, and new refrigerant requirements as per the Florida Building Mechanical Code and Ordinances. Q9. Please provide the missing specifications for the VFDs, hydronic specialties, and water chemical treatment system, and clarify whether the City of Miami has an existing contract with a specific chemical water treatment company. A9. The City does not have a contract with any specific chemical water treatment company. Please refer to the "Combined Additional Specifications" and the "Combined Additional Drawings" for specifications for the VFDs, hydronic specialties, and water chemical treatment system. Q10. For the testing and balancing of each system, does the City of Miami have a list of preferred certified companies? A10. The City does not have a list of preferred certified companies for testing and balancing of each system. The Contractor/Bidder shall ensure the work is completed according to the project specifications, and suitable for final inspection and approval/use. Q11. Please provide contamination report. Al1. Please refer to the "Curtis Park Combined Environmental Documents" for the contamination report. The report has been bookmarked. Curtis Park Community Center, D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Q12. Please provide the asbestos report, if available, for the demolition of the existing building. Al2. Please refer to the "Curtis Park Combined Environmental Documents" for the asbestos report. The report has been bookmarked. Q13. Does this project require compliance with prevailing wage rates or certified payroll reporting. A13. Prevailing wage rates and certified payroll reporting are not required for this project. Q14. The detail on M-700 "Chilled water pipe entry detail at mechanical room" calls for aboveground CHW piping to be SCH40 Steel. However, General Floor Plan Notes on Sheet M-000, Note 10 calls for CHW piping to be 3" Copper Type K. Please confirm whether all aboveground chilled water piping can be SCH40 Steel. A14. Pipe above can be SCH40 steel pipe. Please refer to Specification 232113 of the "Combined Additional Specifications" and the "Combined Additional Drawings" for more information. Q15. Please confirm the location of CU-1-1 serving AC-1. A15. Please refer to updated Mechanical Sheet M-3.0 of the "Combined Additional Drawings" for the location of CU-1-1 serving AC-1. Q16. Please confirm whether the site furnishings shown on Sheet A-11 are to be provided and installed by the Owner. A16. Only items H and J, which are shown for reference only, shall be provided by the City. All other furniture and equipment shall be provided by the Contractor/Bidder. Q17. The equipment schedule on Sheet A-16 indicates that Equipment 107 is to be provided and installed by the Contractor/Bidder. Please provide the specifications for this equipment. A17. Equipment 107 is not applicable. Please refer to sheet A-44 and P-301 of "Combined Additional Drawings." Q18. Please confirm whether Classroom 1 (113) and the Computer Lab (114) will require custom cabinetry or furniture. If millwork is required, please provide elevations and material specifications. A18. Yes, the cabinetry in room 111, 112, 113 and 114 are built in. Please refer to Sheet A-41 of the "Curtis Park ARCH Revision #5" for the latest elevations. Q19. Please provide specifications for the two (2) exterior fans. A19. Please refer to "Exterior Ceiling Fan Spec Sheet" f for the specifications for the two (2) exterior fans. Q20. Please confirm whether the EVC stations are to be provided and installed by the Owner. A20. No, the EVC stations shall be furnished and installed by the Contractor/Bidder. Q21. Please confirm whether the generator is to be provided and installed by the Owner. A21. No, the generator shall be furnished and installed by the Contractor/Bidder. Q22. Please clarify whether there are any mandatory or suggested vendors for HVAC, HVAC controls, sprinklers, plumbing, electrical, and fire alarm systems. A22. Please refer to the specification documents for the HVAC manufacturers listed as the basis of design in the "Combined Additional Specifications.pdf." Curtis Park Community Center, D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Q23. Please advise whether the project is to be executed in two phases, with Phase 1 consisting of contamination abatement. Additionally, please confirm the construction time frame for both phases. A23. The project schedule and phasing shall be finalized between the City, Architect/Engineer of Record, and Contractor/Bidder prior to the start of construction. Q24. Please advise whether any lockers are required. If so, kindly provide the location, specifications, and quantity. A24. Yes, lockers will be required in the Cardio Room and shall be furnished and installed by the City. Q25. Please confirm whether Builder's Risk insurance is required for this project. A25. Yes, Builder's Risk is required for this project. Please refer to Section 2, Article 7, Clause 7.8, titled "Builder's Risk" of the ITB. Q26. Please confirm whether any mockups are required for this project. A26. Yes, please refer to "Vol. 1 Curtis Park 100% CD Specs" for the mockups information. Q27. Please confirm whether site utilities are to be provided by the Owner. A27. All proposed utilities shown on the plans are considered part of the construction scope and shall be provided by the Contractor/Bidder. Q28. Please confirm whether Davis -Bacon wages are required for this project. A28. Davis -Bacon wages are not required for this project. Q29. Please provide information on how a mechanical contractor can access the plans and specifications. A29. The plans and specifications are available for download in the Documents section on BidNet Direct. Q30. Sheet M-300 of the Mechanical Plans shows a Package Air Cooled Chiller (CH-1-1) located in the Mechanical Yard. Please clarify whether the chiller includes factory installed CHW pumps and an expansion tank internally, as the equipment schedule does not specify this. A30. Please refer to response A8 above. Q31. Please clarify the location of the Expansion Tank, Air Separator, and Chemical Pot Feeder in the CHW system for the closed -loop chemical water treatment. A31. Please refer to response A8 above. Q32. Please provide the schedule for the Hydronic Specialties. A32. Please refer to response A8 above. Q33. Section 23 64 23 of the specifications regarding Scroll Water Chillers does not mention the chiller water pumps, expansion tank, and/or buffer tank as part of the Chiller Package. Please update the section to include these components. A33. Please refer to the "Combined Additional Specifications" and the "Combined Additional Drawings" for information of Chiller Package. Curtis Park Community Center, D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Q34. As part of its environmental protection programs, the chiller manufacturer has upgraded the model to R-454B. Please clarify if the same model can be provided. A34. Please refer to response A8 above. Q35. Please provide the missing specifications for the VFDs and Hydronic Specialties. A35. Please refer to response A9 above. Q36. Please clarify whether the City of Miami has a contract with any specific chemical water treatment company. A36. Please refer to response A9 above. Q37. For the testing and balancing of each system, does the City of Miami have a list of preferred certified companies? A37. Please refer to response A10 above. ATTACHMENTS: ■ Pre -Bid Conference Attendance List ■ Curtis Park Addendum No.2 Summary ■ Combined Additional Drawings ■ Combined Additional Specifications ■ Exterior Ceiling Fan Spec Sheet THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO Director/Chief Procurement Officer Department of Procurement, City of Miami Curtis Park Community Center, D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 TitLi 4lfiiami INVITATION TO BID NO. 24-25-005-R CURTIS PARK COMMUNITY CENTER - D1 PROJECT NUMBER: 40-B193511 ADDENDUM No. 3 May 12, 2025 TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Invitation to Bid ("ITB") and shall become an integral part of the bid submitted and the Contract to be executed for ITB No. 24-25-005-R, Curtis Park Community Center - D1, Project Number: 40-B193511 (the "Project"). The remaining provisions are now in effect and remain unchanged. Please note the contents herein, and affix it to the documents you have on hand. All attachments (if any) are available on the solicitation's BidNet Direct Electronic Bidding System ("BidNet Direct") webpage and are part of this Addendum. It is the sole responsibility of all Bidders to ensure the receipt of all addenda. Therefore, it is recommended that firms periodically check the BidNet Direct page for this Project for updates and the issuance of addenda. MODIFICATIONS - SINCE ISSUANCE OF THE ITB: 1. Sheet A-70 of the Curtis Park ARCH Revision #5 is hereby deleted and replaced with Curtis Park Sheet A-70 Revision. REQUESTS FOR INFORMATION - SINCE ISSUANCE OF ITB: Q1. The Energy Calculations document specifies a U-value of 0.70 and an SHGC of 0.50, while the Glazing Legend on Sheet A-70 specifies a U-value of 0.28 and an SHGC of 0.27. Please confirm which values should be used. Al. Bidders shall proceed with values listed in the energy model. Q2. The laminated glass specification shown in the Glazing Legend on Sheet A-70 does not meet the U-value specified in the drawings. Please advise. A2. Sheet A-70 has been revised. Please refer to "Curtis Park Sheet A-70 Revision" attached to this Addendum for adjusted glazing composition. ATTACHMENTS: ■ Curtis Park Sheet A-70 Revision THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO Director/Chief Procurement Officer Department of Procurement, City of Miami Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 �<o Ri�1p QIiTau of INVITATION TO BID ("ITB") CURTIS PARK COMMUNITY CENTER - D1 PROJECT NUMBER: 40-B193511 ITB NUMBER 24-25-005-R ISSUE DATE MARCH 28,2025 VOLUNTARY VIRTUAL PRE -PROPOSAL CONFERENCE APRIL 9, 2025 11:00 a.m. SITE VISIT APRIL 10, 2025 11:00 a.m. ADDITIONAL INFORMATION AND CLARIFICATION DEADLINE APRIL 14, 2025 5:00 p.m. PROPOSAL SUBMISSION DUE DATE ON BIDNET DIRECT MAY 1, 2025 3:00 p.m. CONTACT Cristiane Lima Sr. Procurement Contracting Officer Department of Procurement City of Miami 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Phone: 305-416-1904 E-mail: CLima@miami.gov Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 TABLE OF CONTENTS NOTICE TO CONTRACTORS DEFINITIONS SECTION 1 - INSTRUCTIONS FOR SUBMISSION 1. Intention of the City 2. Scope of Work 3. Location of the Project 4. Performance of the Work 5. Examination of Contract Documents and Site 6. Addenda 7. Bid Submission 8. Bid Guaranty 9. Preparation of Bid 10. Pre -Bid Conference 11. Postponement of Bid Opening Date 12. Acceptance or Rejection of Bids 13. Environmental Regulations 14. Bid Award 15. Bid Protest 16. Cone of Silence 17. Public Entity Crime 18. Fraud and Misrepresentation 19. Collusion 20. Contractor in Arrears or Default 21. Cancellation of ITB SECTION 2 - ITB GENERAL TERMS AND CONDITIONS 1. Time is of the Essence 2. Contract Term 3. Contract Price and Guaranteed Maximum Cost/Guaranteed Maximum Price 4. Notices 5. Priority of Provisions 6. Indemnification 7. Insurance Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 SECTION 2 - ITB GENERAL TERMS AND CONDITIONS (Continued) 8. Performance and Payment Bond 9. Qualification of Surety 10. General Requirements 11. Method of Performing the Work 12. Work Staging and Phasing 13. Site Investigation and Representation 14. Contractor to Check Plans, Specifications, and Data 15. Contractor's Responsibility for Damages and Accidents 16. Accidents 17. Safety Precautions 18. Occupational Health and Safety 19. Labor and Materials 20. Rules, Regulations, Laws, and Licenses 21. Consultant Services 22. Project Management 23. Superintendence and Supervision 24. Authority of the Project Manager 25. Inspection of Work 26. Taxes 27. Separate Contracts 28. Lands of Work 29. Coordination of Work 30. Differing Site Conditions 31. Existing Utilities 32. Contractor's Responsibility for Utility Properties and Service 33. Interfering Structures 34. Field Relocation 35. Contractor's Use of Project Site(s) 36. Warranty of Materials and Equipment 37. Material and Equipment Shipment, Handling, Storage and Protection 38. Manufacturer's Instructions 39. Manufacturer's Warranty 40. Reference Standards Curtis Park Community Center - D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 SECTION 2 - ITB GENERAL TERMS AND CONDITIONS (Continued) 41. Submittals 42. Shop Drawings 43. Product Data 44. Samples 45. Record Set 46. Supplemental Drawings and Instructions 47. Contractor Furnished Drawings 48. Substitutions 49. City Furnished Drawings 50. Interpretation of Drawings and Documents 51. Product and Material Testing 52. Field Directives 53. Changes in the Work or Contract Documents 54. Continuing the Work 55. Change Orders 56. Change Order Procedure 57. No Oral Changes 58. Value of Change Order Work 59. Extra Work Directive 60. As -Built Drawings 61. Worker's Identification 62. Removal of Unsatisfactory Personnel 63. Substantial Completion, Punch List, and Final Completion 64. Acceptance and Final Payment 65. NPDES Requirements 66. Force Majeure 67. Extension of Time 68. Notification of Claim 69. Extension of Time not Cumulative 70. No Damages for Delay 71. Excusable Delay, Non-Compensable 72. Lines and Grades 73. Defective Work Curtis Park Community Center - D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 SECTION 2 - ITB GENERAL TERMS AND CONDITIONS (Continued) 74. Acceptance of Defective or Non -Conforming Work 75. Uncovering Finished Work 76. Correction of Work 77. Maintenance of Traffic and Public Streets 78. Location and Damage to Existing Facilities, Equipment, or Utilities 79. Stop Work Order 80. Hurricane Preparedness 81. Use of Completed Portions 82. Cleaning Up; City's Right to Clean Up 83. Removal of Equipment 84. Set -offs, Withholdings, and Deductions 85. Event of Default 86. Notice of Default -Opportunity to Cure 87. Termination for Default 88. Remedies in the Event of Termination for Default 89. Termination for Convenience 90. Resolution of Disputes 91. Mediation -Waiver of Jury Trial 92. City May Avail Itself of All Remedies 93. Permits, Licenses, and Impact Fees 94. Compliance with Applicable Laws 95. Independent Contractor 96. Third Party Beneficiaries 97. Successors and Assigns 98. Materiality and Waiver of Breach 99. Severability 100. Applicable Law and Venue of Litigation; Attorney's Fees 101. Amendments 102. Entire Agreement 103. Nondiscrimination, Equal Employment Opportunity, and Americans with Disabilities Act 104. Evaluation Curtis Park Community Center - D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 SECTION 2 - ITB GENERAL TERMS AND CONDITIONS (Continued) 105. Commodities Manufactured, Grown or Produced in the City of Miami, Miami -Dade County, and the State of Florida 106. Buy America Requirements NOT APPLICABLE 107. Royalties and Patents 108. Continuation of the Work 109. Review of Records 110. No Interest 111. Payments Related to Guaranteed Obligations 112. Consent of City Required for Subletting or Assignment 113. Agreement Limiting Time in Which to Bring Action against the City 114. Defense of Claims 115. Contingency Clause 116. Mutual Obligations 117. Contract Extension 118. Non -Exclusivity 119. Nature of the Agreement 120. Contract Documents Contain All Terms 121. Survival 122. Disclosure of State Funding, if applicable 123. Antitrust Violator Vendors 124. Anti -Human Trafficking SECTION 3 - ITB SUPPLEMENTAL TERMS AND CONDITIONS 1. Contract Time and Hours 2. Progress Payments 3. Liquidated Damages 4. Schedule of Values 5. Project Schedules 6. Release of Liens/Subcontractor's Statement of Satisfaction 7. Progress Meetings 8. Request for Information 9. Project Site Facilities 10 Security Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 SECTION 3 - ITB SUPPLEMENTAL TERMS AND CONDITIONS (Continued) 11 Construction Signage 12. Construction Photographs 13. City Furnished Property 14. Gcotcchnical Testing NOT APPLICABLE 15. Field Layout of the Work and Record Drawings for Drainage Projects 16. Survey Work for Drainage Projects 17. E-Verify - Mandatory Use 18. Cures 19. Counterparts; Electronic Signatures 20. Background Screening Requirements 21. Projects Funded by Federal or State Fundy NOT APPLICABLE SECTION 4 - BID FORMS Bid Form ITB No. 24-25-006-R Certificate of Authority (If Corporation) Certificate of Authority (If Partnership) Certificate of Authority (If Joint Venture) Certificate of Authority (If Individual) Bid Bond Form Certificate as to Corporate Principal Questionnaire Form A - Information for Determining Joint Venture Eligibility Certification Regarding Lobbying NOT APPLICABLE Build America, Buy America Certification Form Iron And Steel NOT APPLICABLE Build America, Buy America Ccrtification Form Materials NOT APPLICABLE Anti -Human Trafficking Affidavit SECTION 5 - CONTRACT EXECUTION FORMS Form of Performance Bond Form of Payment Bond Performance and Payment Guaranty Form - Unconditional Irrevocable Letter of Credit ATTACHMENTS Form SU — Subcontractor Utilization Form Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Qit f Alianti NOTICE TO CONTRACTORS ITB NO. 24-25-005-R CURTIS PARK COMMUNITY CENTER - D1 PROJECT NUMBER: 40-B193511 Completed Bids must be submitted through BidNet Direct Electronic Bidding System ("BidNet Direct") by 3:00 p.m., on May 1, 2025 ("Bid Submission Due Date"). Any Bids received after the stipulated date and time will not be considered. Scope of Work: The Curtis Park Community Center ("Project") is a new construction development project consisting of the demolition of the existing Community Center building, and the construction of a new facility of approximately 8,000 square feet. The new facility shall include, but is not limited to, the following features: large recreation multi -purpose room, warming kitchen area, computer lab, three (3) individual rooms, two (2) administration offices, one (1) arts & craft room with a sink, entrance reception area, restrooms with exterior access and able to be closed off from the rest of the building, IT room with laptop charging stations, fitness room, janitor closet, large sport equipment storage (with exterior access), security, alarm, lightning detection, CCTV, outdoor pavilion, code compliant parking area, Art in Public Places component, and landscaping. The project site is known to have contamination issues, and it is essential that the Contractor ensures that site workers are informed about the materials they will be working with and that appropriate precautions are taken throughout the work process. The Contractor and its subcontractors must ensure that they have adequate training to protect their team and address potential liabilities. It is advisable for the Contractor's superintendent to be well -trained and responsible for sharing important information with the crew. Additionally, it is recommended that staff members and crew attend training sessions lasting up to twenty- four (24) hours. The Contractor is responsible for communicating the site conditions and ensuring that subcontractors provide their workers with the necessary information and training relevant to the project. Project construction cost is estimated to be $13.1M. The full scope of work is detailed within this solicitation document, Section 1, Article 2, "Scope of Work" and the Construction Drawings. Minimum Requirements: Prospective Bidders shall meet the following requirements, and submit the required supporting documentation with their bids, by the Bid Due Date: 1) Have a current Certified General Contractor ("CGC") license from the State of Florida AND have a minimum of five (5) years' experience under its current business name. 2) Have a team member or Subcontractor who possesses an Occupational Safety and Health Administration ("OSHA") 40-hour certification, who will be able to review the soil remediation plan. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 3) The Certified General Contractor shall demonstrate experience as the Prime Contractor for at least three (3) projects of similar size, scope, and complexity to the future Curtis Park Community Center, ongoing or completed within the last ten (10) years. The referenced projects must have included new construction of municipal facilities, preferably in a park or public school -related setting. At a minimum, one (1) of the three projects submitted must have included remediation work of contaminated soil under a DERM Class VI permit as required by the Miami -Dade County Department of Regulatory and Economic Resources, Environmental Resource Management. Also, the General Contractor must have a proven track record of coordination with and between trades such as structural, mechanical, plumbing, and electrical work as required for the construction. 4) The remediation work of contaminated soil requirement can be met by a Subcontractor. If so, and in addition to the three (3) reference projects mentioned above, the qualified and licensed Subcontractor must provide a resume with documentation of at least two (2) remediation projects involving contaminated soil under a DERM Class VI permit within the last ten (10) years. 5) Reference projects must be submitted utilizing Form ITB-GCR, and shall demonstrate that the General Contractor: i) was the General Contractor for the project; and ii) self -performed at least ten percent (10%) of the physical labor construction work for said park -related project. Failure to meet this requirement will result in the bid submittal being deemed non -responsive. The City reserves the right to request additional/supplemental information and/or contact listed individuals pertaining to Bidder's ability to meet the above minimum requirements. The Department of Procurement ("Procurement") has scheduled a voluntary Virtual Pre -Bid Conference, on April 9, 2025, at 11:00 a.m. EST, accessible through the following Microsoft Teams meeting link, or via phone at +1 786-598-2961, Conference ID 968 504 635#, to discuss the terms and conditions of this ITB. Any Bidders not attending the Pre -Bid Conference will not be precluded from submitting a Bid. All Addenda will be posted on the City's BidNet Direct platform. Written questions must be submitted through BidNet Direct or email by 5:00 p.m. on April 14, 2025. Late questions will not be considered. The City of Miami reserves the right to accept any Bids deemed to be in the best interest of the City, to waive any minor irregularities, scrivener's errors, omissions, and/or technicalities in any Bids, or to reject any or all Bids and to re -advertise for new Bids, in accordance with the applicable sections of the Florida Statutes, the City Charter and Code, and this ITB. All bids shall be submitted through the City's BidNet Direct platform, and in accordance with Section 1, "Instructions for Submission," no later than the date and time indicated within the ITB, in order to be considered. Faxed documents are not acceptable. Emailed submissions are not acceptable. Hardcopy submissions are not acceptable. Bids must be timely submitted through BidNet Direct, or the Bid will be disqualified. Untimely or misdelivered Bids will not be considered. NO EXCEPTIONS. BIDDERS ARE ADVISED THAT BIDS SUBMITTED WITH IRREGULARITIES, DEFICIENCIES, AND/OR TECHNICALITIES THAT DEVIATE FROM THE MINIMUM SUBMISSION REQUIREMENTS OF A REQUEST FOR QUALIFICATIONS (RFQ), REQUEST FOR PROPOSALS (RFP), INVITATION TO BID (ITB), INVITATION FOR BIDS (IFB), INVITATION TO QUOTE (ITQ), REQUESTS FOR LETTERS OF INTEREST (RFLI), AND REQUEST FOR SPONSORSHIPS (RFS) SHALL RESULT IN A NON- RESPONSIVE DETERMINATION. ANY SOLICITATION ISSUED AFTER MAY 6, 2019, SHALL COMPLY WITH APM 2-19. APM 2-19 IS EXPRESSLY INCORPORATED BY REFERENCE AND MADE A PART OF THIS SOLICITATION AS IF SET FORTH IN FULL. ONLY MINOR IRREGULARITIES, DEFICIENCIES, AND TECHNICALITIES MAY BE ALLOWED TO BE TIMELY CURED BY PROPOSERS AT THE SOLE DISCRETION OF THE CITY. MATERIAL IRREGULARITIES, DEFICIENCIES, AND TECHNICALITIES CANNOT BE CURED BY THE PROPOSER/BIDDER AND ARE NOT WAIVABLE BY THE CITY. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 BIDDERS ARE HEREBY ADVISED THAT THIS ITB IS SUBJECT TO THE "CONE OF SILENCE," IN ACCORDANCE WITH ORDINANCE NO. 12271, CODIFIED AS SECTION 18-74, CITY OF MIAMI CODE, AS AMENDED. Arthur Noriega V, City Manager END OF SECTION REMAINDER OF PAGE INTENTONALLY LEFT BLANK Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 DEFINITIONS Architect of Record ("AOR") means a designation reserved, usually by law and regulations, for a person or organization professionally qualified and licensed in the State of Florida to perform architectural services. 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 by the Contract Documents at the time of submittal. Bidder means any individual, firm, incorporated, or unincorporated business entity, limited liability company, or corporation tendering a Submittal, acting directly or through a duly authorized representative. BidNet Direct means the City of Miami's eProcurement system, which provides web -based bidding services to the vendor community, to view and respond to solicitations. 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, the 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. Construction Change Directive means a written directive to effect changes to the Work, issued by the Consultant or the Director, which may affect the ITB Contract price or time. Construction Engineering Inspection ("CEI") means an individual or an organization (assigned by the Director of OCI) responsible in assisting the City's Project and Construction Managers in Contract administration, site inspections, material sampling and Project close-out. Construction Manager ("CM") means the individual or organization assigned by the Director of OCI whose duties include reviewing Project documents during the design phase and managing the construction phase that include, but not limited to, directing, and coordinating construction activities associated with the Project. Construction Schedule means a critical path schedule or other construction schedule, as defined, and required, by the Contract Documents. Consultant means a firm that has entered into a separate agreement with the City for the provision of design/engineering services for the Project; and if applicable, means the Architect or Engineer of Record contracted by the City to prepare the plans and specifications for the Project. 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. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Contract Documents means the Contract as may be amended from time to time, the plans and drawing, all addenda, clarifications, directives, change orders, payments and other such documents issued under or relating to the Project. 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. Contractors submitting a bid in response to an ITB shall be precluded from participating as a subcontractor to another Contractor submitting a response to the same ITB. 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 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. Department means or refers to the City of Miami's Office of Capital Improvements ("OCI"). Design Documents means the construction plans and specifications included as part of a bid prepared by the Consultant for this Project under a separate Agreement with the City. Director means the Director of OCI or designee, who has the authority and responsibility for managing the Project 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. Engineer of Record ("EOR") also referred to as Consultant, a designation reserved, by law, for a person or qualified engineering firm or organization qualified and licensed in the State of Florida to conduct professional engineering services. 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, aka Guaranteed Maximum Price 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, reimbursable expenses, and profit. Inspector means an authorized representative of the City assigned to make necessary inspections of materials furnished, and of the Work performed, by the Contractor. Materials mean goods or equipment incorporated in a Project or used or consumed in the performance of the Work. Notice of Award means the letter written to the Contractor by the City, notifying the Contractor that they have been awarded the Contract. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Notice to Proceed means a written letter or directive issued by the Director acknowledging that all precedent conditions have been met and directing that the Contractor may begin Work on the Project. Physical Construction Labor Work means the completed construction services required by the Contract Documents, completed through the use of the Contractor's own employees, and excluding all materials, supplies, and equipment incorporated or to be incorporated in such construction. Plans and/or Drawings means the official graphic representations of a Project. Project or Work as used herein refers to all 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. Project Manager ("PM") means the City employee (assigned by the Director) to manage the Project that may include, but is not limited to coordination of design, procurement, and construction activities; assigning management tasks to EOR, CM or CEI (hereby known as designee), establish lines of communication and responsibilities to ensure that the Project is completed in a timely manner. Qualifier means a person whose license is attached to the Contractor's company so that the Contractor is currently able to legally do Work in the State of Florida. The Qualifier is fully responsible for the quality of the Work that is performed by the Contractor. Request for Information ("RFI") means a request from the Bidder seeking an interpretation or clarification relative to the ITB. 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 Bidder 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 also known as the Director of the Department of Risk Management, or the Director's authorized designee, or the individual named by the City Manager to administer matters relating to insurance and risk of loss for the City. Small Business Enterprise ("SBE") means a construction related enterprise, including a design build in Section 10 33.02 of the Code of Miami Dadc County. SBE is additionally referenced in Scction 18 89 of the City Code and in these Contract Documents. SBE was formerly known as Community Small Busing Enterprise (CSBE). Subcontractor means a person, firm or corporation having a direct Contract with a 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. 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 Completion 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. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 SECTION 1 INSTRUCTIONS FOR SUBMISSION 1. Intention of City It is the intention of the City to describe in this Invitation to Bid ("ITB") the Project to be completed in accordance with all codes and regulations governing all the Work to be performed under this Project. 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 the Contractor whether or not specifically called for. Where words have a well-known technical or trade meaning 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 the 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 Curtis Park Community Center ("Project") is a new construction development project consisting of the demolition of the existing Community Center building, and the construction of a new facility of approximately 8,000 square feet. The new facility shall include, but is not limited to, the following features: large recreation multi -purpose room, warming kitchen area, computer lab, three (3) individual rooms, two (2) administration offices, one (1) arts & craft room with a sink, entrance reception area, restrooms with exterior access and able to be closed off from the rest of the building, IT room with laptop charging stations, fitness room, janitor closet, large sport equipment storage (with exterior access), security, alarm, lightning detection, CCTV, outdoor pavilion, code compliant parking area, Art in Public Places component, and landscaping. The project site is known to have contamination issues, and it is essential that the Contractor ensures that site workers are informed about the materials they will be working with and that appropriate precautions are taken throughout the work process. The Contractor and its subcontractors must ensure that they have adequate training to protect their team and address potential liabilities. It is advisable for the Contractor's superintendent to be well -trained and responsible for sharing important information with the crew. Additionally, it is recommended that staff members and crew attend training sessions lasting up to twenty- four (24) hours. The Contractor is responsible for communicating the site conditions and ensuring that subcontractors provide their workers with the necessary information and training relevant to the project. Location of the Project Curtis Park 1901 NW 24th Avenue Miami, FL 33125 4. Performance of the Work The Contractor shall self -perform (complete) at least ten percent (10%) of all physical construction labor work for the negotiated construction cost of the entire Project and utilizing its own employees. If the Work is phased, the ten percent (10%) requirement shall apply jointly and severally to each and every phase of the Work. For the avoidance of doubt this means the ten percent (10%) requirement shall apply to each and every phase of the Work. The City reserves the right to request documentary confirmation of this requirement. By submitting a bid, the Bidder certifies that it shall utilize its own employees to meet this requirement. As part of the bid, the Bidder must include, fill out, and submit the form titled/named "Questionnaire." Failure to complete and submit this form, or to meet this requirement, may result in the bid being deemed non -responsive. Where the City determines that the Contractor is deemed as not meeting this requirement during the performance of the Work, then the Contractor shall be in default on Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 the Contract. For the avoidance of doubt, the self -performance requirement shall apply separately to each phase of the Work. 5. Examination of Contract Documents and Site It is the responsibility of each Bidder, before submitting a bid to this ITB, to: a. Carefully review the ITB, including any addenda and notify the City of all conflicts, errors, or discrepancies, b. Visit the site(s) or structure(s) to become familiar with conditions that may affect costs, progress, performance, and furnishing of the Work, c. Take into account federal, state, and local (City and Miami -Dade County including, without limitation the City Charter and Code, the City Procurement and Zoning Ordinances, and Florida Building Code) and any other applicable codes, laws, regulations, ordinances, and rules that may affect a Bidder's ability to perform the Work, d. Study and carefully correlate Bidder's observations with the requirements of the ITB, and e. Sign and return all required ITB forms as applicable. The submission of a bid to this solicitation shall constitute an incontrovertible representation by Bidder that it shall 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. Addenda Only questions answered via written addenda issued by the City will be binding. Oral and other interpretations or clarifications will be without legal binding effect and should not be relied upon in preparation 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 Procurement ("Procurement") in writing, to the attention of Cristiane Lima, Sr. Procurement Contracting Officer at CLima@miami.gov, with a copy to the Office of the City Clerk at Clerks@miami.gov. Interpretations or clarifications considered necessary by Procurement in response to such questions will be issued by the City by means of an Addendum. All Addenda will be posted on BidNet Direct. Written questions must be submitted through BidNet Direct no later than 5:00 p.m. on April 14, 2025. Late questions will not be considered. 7. Bid Submission Bidders shall carefully follow the format and instructions outlined herein, observing format requirements where indicated. Bids should contain the information itemized herein, and in the order indicated, as applicable. Bids submitted without including the information itemized herein may be deemed non- responsive and may not be considered for a contract award. All bids shall be submitted through the City's BidNet Direct platform, and in accordance with Section 1, "Instructions for Submission," no later than the date and time indicated within the ITB, in order to be considered. Faxed documents are not acceptable. Emailed submissions are not acceptable. Hardcopy submissions are not acceptable. Bids must be timely submitted through BidNet Direct, or the Bid will be disqualified. Untimely or misdelivered Bids will not be considered. NO EXCEPTIONS. 8. Bid Guaranty All bids shall be accompanied by either an original Bid Bond, in electronic form, executed by a surety transacting business in Florida meeting the requirements of the City, or by cash, money order, certified Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 check, cashier's check, Unconditional/Irrevocable Letter of Credit by a bank transacting banking business in Florida, Bid Bond Voucher (for Projects totaling less than two hundred thousand dollars ($200,000) inclusive of all fees, costs, and expenses) issued to City of Miami by certified check, treasurer's check, or bank draft of any national or state bank (United States) (excluding personal checks), in the amount of five percent (5%) of the total bid amount (payable to City), and conditioned upon the Contractor executing the Contract and providing the required Performance and Payment Bond and evidence of required insurance within fourteen (14) calendar days after notification of award of the Contract. Personal checks will not be accepted. The time for execution of the Contract and provision of the Performance and Payment Bond and Certificate(s) of Insurance may be extended for a duration not exceeding thirty (30) calendar days at the City's sole and absolute discretion. Bid Securities of the unsuccessful Bidders will be returned after award of the Contract. Security of the Contractor shall be forfeited to the City as liquidated damages and not as a penalty, for the cost and expense incurred should said Contractor fail to execute the Contract and provide the required Performance Bond and Payment Bond. Any form of Bid Guaranty shall be in a form acceptable to the City's Risk Management Administrator and the City Attorney, as to legal form. 9. Preparation of Bid All bids shall be prepared utilizing 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, may result in the bid being deemed non -responsive. ■ The Bidder shall be considered non -responsive if its 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 the 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. Pre -Bid Conference A voluntary Virtual Pre -Bid Conference, on April 9, 2025, at 11:00 a.m. EST, accessible through the following Microsoft Teams meeting link, or via phone at +1 786-598-2961, Conference ID 968 504 635#, to discuss the terms and conditions of this ITB. Any Bidders not attending the Pre -Bid Conference will not be precluded from submitting a bid. A voluntary Site Visit has been scheduled for April 10, 2025, at 11:00 a.m. EST, at the site location, Curtis Park, to allow potential bidders to avail themselves of the site conditions. 11. Postponement of Bid Opening Date The City reserves the right to postpone the date for receipt and opening of bid submissions and will make a reasonable effort to give at least three (3) calendar days' notice, whenever practicable, of any such postponement to prospective Bidders. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 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 or non -material technicality, informality, variance, deviation, mistake, omission, or the like up to or prior to award of the Contract. 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 price before the expiration of one hundred eighty (180) calendar days from the date of bid opening. A Bidder may withdraw its bid after the expiration of one hundred eighty (180) calendar days from the date of bid opening by delivering written notice of withdrawal to the Department of Procurement 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 or similar laws, codes, and regulations (Regulations) in determining 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. The 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 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 and absolute discretion, may conduct site visits, and require the Bidder to furnish documentation and/or require the Bidder 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, knowledge, and experience of the trade Work to be performed, the quantity of Work being performed, and past performance on City Projects by the Bidder. 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 City agency or instrumentality. 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, or who is indebted to the City, and City agency or instrumentality, may be declared non- responsive. Any Bidder who may have filed a lawsuit against the City, or where the City has filed a lawsuit related to the Bidder and any City contract or won a court judgment against the Bidder, or if the Bidder is indebted to the City, or if the Bidder fails to disclose all material facts fully and completely OR TRUTHFULLY ANSWER QUESTIONS OR REQUESTS FOR INFORMATION, may be declared non -responsive. City for these purposes shall include any City agency or instrumentality. 15. Bid Protest Any actual or prospective contractual party who feels aggrieved in connection with the solicitation or award of a Contract may protest in writing to the Chief Procurement Officer, in accordance with the procedures contained in Section 18-104, City Code "Resolution of Protested Solicitations and Awards," as amended, of the City Code, Ordinance No. 12271 (the City of Miami Procurement Ordinance codified in Chapter 18, Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Article III, Section 18-104, City Code) describing the protest procedures. Protests failing to meet all the requirements for filing shall NOT be accepted. Failure of a party to timely file shall constitute a forfeiture of such party's right to file a protest. NO EXCEPTIONS WILL BE MADE TO THIS REQUIREMENT. 16. Cone of Silence Pursuant to Section 18-74 of the City of Miami Procurement 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 be submitted in writing to Procurement at CLima@miami.gov. Written communications may be in the form of e-mail or other written communication, with a copy delivered to the Office of the City Clerk at Clerks@miami.gov. The delivery to the City Clerk of a copy is required to avoid any violation of the "Cone of Silence." This language is only an overview of the requirements of the Cone of Silence. Please review Section 18- 74 of the City's Procurement Code for a complete and thorough description of the Cone of Silence. Bidders may also contact the Office of the City Clerk at (305) 250-5360, to obtain a copy. 17. 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 bid 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 287.017 of Florida Statutes for Category Two for a period of thirty-six (36) months from the date of being placed on the convicted Bidder List. 18. 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. 19. Collusion Where two (2) or more related parties, as defined herein, each submit a bid 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 Bidder have a direct or indirect ownership interest in another Bidder, for the same Project. Bids found to be collusive, or related as provided above, shall be rejected. 20. Contractor in Arrears or Default The Bidder represents and warrants that the Bidder does not have a member, principal, officer, or stockholder who is in arrears to the City, a City agency or instrumentality, and/or is in default as a Contractor, Vendor, Provider, or whose default has not been fully cured by the Bidder's surety or otherwise upon any obligation to the City. In addition, the Bidder warrants that the Bidder has not been declared "not responsible" or "disqualified" by, suspended, or debarred from doing business with any state or local Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 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 Bidder's responsibility or qualifications to receive public agreements. The Bidder 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 shall 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. Bidders shall not have a member, principal, officer, or stockholder who is in arrears or in default of any debt or contract involving the City, is a defaulter or surety upon any obligation to the City, and/or has failed to perform faithfully any contract with the City. 21. Cancellation of ITB The City reserves the right to cancel, in whole or in part, any ITB 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 to such cancellation. END OF SECTION REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 SECTION 2 ITB GENERAL TERMS AND CONDITIONS 1. Time is of the Essence The 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. Time is of the essence in the performance of the Work. 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. The 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. In agreeing to bear the risk of delays for completion of the Work except for extensions approved in accordance with Article 71, "Excusable Delay, Non-Compensable," 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 site(s) for the full duration of the Project to ensure the timely completion of the Work. 2. Contract Term The Contract shall commence upon issuance of the Notice to Proceed ("NTP"), 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. 3. Contract Price and Guaranteed Maximum Cost/Guaranteed Maximum Price The total bid amount shall be the Contract Price, also known as Guaranteed Maximum Cost ("GMC") of the Project, which means the maximum cost of the Work including labor, materials, equipment, supplies, 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. The Contractor represents, warrants, and guarantees to the City that the Contractor shall completely, timely, and properly perform the Work and all of its obligations under the Contract, in accordance therewith, for the Contract Price to be agreed upon by the parties. This Contract Price shall constitute a GMC/GMP to the Owner for performing the Work inclusive of labor, materials, equipment, supplies, and any allowable overhead and profit. The Owner shall, absent a prior Amendment with compelling cause approved as an Amendment to this Agreement, have no liability or obligation to pay any amount in excess of the stated Contract Price and the Contractor shall have no recourse in that respect except to seek an Amendment to the Agreement. All costs in excess of the Contract Price shall be paid solely by the Contractor without reimbursement or additional compensation from Owner. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 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 three (3) calendar 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: Arthur Noriega, V, City Manager 444 SW 2nd Avenue - 10th Floor Miami, FL 33130-1910 Email: ANoriega@miami.gov Phone: 305-416-1025 Annie Perez, CPPO, Director Chief Procurement Officer 444 SW 2nd Avenue - 6th Floor Miami, FL 33130-1910 Email: AnniePerez@miami.gov Phone: 305-416-1910 George K. Wysong III, City Attorney City Attorney's Office 444 SW 2nd Avenue - 9th Floor Miami, FL 33130-1910 Email: GWysong@miami.gov Phone: 305-416-1832 With Copies to: Jose R. Perez, AIA, Director Office of Capital Improvements City of Miami 444 SW 2nd Avenue - 8th Floor Miami, FL 33130-1910 Email: JRPerez@miami.gov Phone: (305) 416-1225 For Contractor: Matias Otero Vice President Home Express Corp. d/b/a HE -Builders 2572 NE 182nd Terrace North Miami Beach, FL 33160 E-mail: contact@he-builders.com Phone: 305-981-6256 Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 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 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 contact persons and phone numbers from Anthony Amador at (305) 416-1747, or via email at AAmador@miami.gov. Anthony Amador is the City of Miami's Project Manager assigned to this Project. The Contractor must notify residents living within five hundred (500) feet of the Project in writing as least one (1) week prior to commencing Work in the general area. A copy of such notices will be provided to the Project Manager. 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, Miami -Dade County's Standards Details, and the 2016 Edition of the Florida Department of Transportation Specifications Road and Bridge Construction, as applicable. 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; and ■ Addenda to an ITB shall govern over the 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 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; and ■ Where provisions of codes, manufacturer's specifications or industry standards are in conflict, the more restrictive or higher quality shall govern. 6. Indemnification The Contractor shall indemnify, hold and save harmless, and defend (at its own cost and expense), the City, its officers, agents, directors, and/or employees, and any involved City agencies and instrumentalities, from all liabilities, damages, losses, judgements, expenses, fees, 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 or breach of this Contract by the Contractor and persons employed or utilized by the Contractor in the performance of this Contract. The Contractor shall further, hold the City, its officials and employees, indemnify, save and hold harmless for, and defend (at its own cost), the City its officials and/or employees against any civil actions, statutory actions, administrative or regulatory proceedings, or similar claims, liabilities, injuries or damages (including court costs and Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 reasonable attorney's fees) arising or resulting from the permitted Work and/or failure to comply with applicable contractual duties of the Contractor or codes, laws, rules, licenses, permits, and regulations in performance of the work, unless it is alleged that the City, its officials, and/or employees were negligent. In the event that any action or proceeding is brought against the City by reason of any such action, claim or demand, the Contractor shall, upon written notice from the City, resist and defend such action or proceeding by counsel satisfactory to the City. The Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by the Contractor shall in no way limit the responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, agencies, and instrumentalities as provided herein. The indemnification provided above shall obligate the Contractor to indemnify, hold harmless, and a duty to defend, at its own expense, to and through trial, administrative, regulatory, appellate, supplemental, mediation, arbitration, or bankruptcy proceeding, or to provide for such defense, at the City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against the City, whether performed by the Contractor, or persons employed, supervised, or utilized by the Contractor. These duties will survive the cancellation or expiration of the Contract. This Section will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Sections 725.06 and/or 725.08, Florida Statutes, as applicable and as amended. The Contractor shall require all subcontractor agreements to include a provision that each subcontractor will indemnify, hold harmless and defend the City in substantially the same language as this Section. 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 subcontractor under this Contract. 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 voluntarily and knowingly acknowledged by the Contractor. 7. Insurance Without limiting any of the other obligations or liabilities of the Contractor, the 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 Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $1,000,000 General Aggregate Limit $2,000,000 Products/Completed Operations $1,000,000 Personal and Advertising Injury $1,000,000 B. Endorsements Required The City of Miami must be listed as additional insured. Contingent Liability & Contractual Premises/Operations Liability Primary Insurance Clause Endorsement Explosion, Collapse, and Underground Hazards Completed Operations extended for (3) years after project completion Curtis Park Community Center — D1 Project Number: 40-B193511 ITB No. 24-25-005-R Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 7.2 Business Automobile Liability A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Any Auto, Owned, or Scheduled Autos Including Hired, Borrowed or Non -Owned Autos Any One Accident $1,000,000 B. Endorsements Required The City of Miami must be listed as an additional insured. 7.3 Worker's Compensation Limits of Liability Statutory -State of Florida Waiver of subrogation 7.4 Employer's Liability A. Limits of Liability $1,000,000 for bodily injury caused by an accident, each accident. $1,000,000 for bodily injury caused by disease, each employee. $1,000,000 for bodily injury caused by disease, policy limit. 7.5 Umbrella Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $5,000,000 Aggregate $5,000,000 The City of Miami is listed as an additional insured. Coverage is excess follow form over all liability policies contained herein. 7.6 Contractor's Pollution Liability Each Occurrence $1,000,000 General Aggregate $1,000,000 City of Miami listed as the named insured 7.7 Payment and Performance Bond The City of Miami must be listed as an Obligee. The City of Miami must be listed as additional insured. 7.8 Builders' Risk Causes of Loss: All Risk -Specific Coverage Project Location Valuation: Replacement Cost Deductible: $10,000 All other Perils 5% maximum on Wind/Hail and Flood City of Miami listed as loss payees A. Coverage Extensions: As provided by carrier. The above policies shall provide the City of Miami with written notice of cancellation in accordance with policy provisions. Companies issuing all insurance policies required above must be authorized to do business in the State of Florida and must be rated no less than "A-" as to management, and no less than Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 "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 City reserves the right to request copies of all insurance policies associated with this agreement, including any, and all applicable policy endorsements. The above policies shall provide the City with written notice of cancellation or material change from the insurer not less than thirty (30) calendar 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) calendar days prior to the date of their expiration. The Contractor shall furnish to Procurement 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 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 to the Contractor: The company must be rated no less 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 their 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) calendar day written notice to the Contractor in accordance with Section 2, General Terms and Conditions, Article 4, "Notices." The 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 fourteen (14) 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 at award, including any dedicated and/or Owner's Contingency allowances, 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. 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 at award, including any dedicated and/or Owner's Contingency allowances, or an additional bond shall be conditioned that the Contractor will, upon notification by the City, correct any defective or faulty Work or materials which appear within one year after Final Completion of the Project. The City must be listed as an Obligee. Pursuant to the requirements of Section 255.05(1), Florida Statutes, as amended from time to time, the Contractor shall ensure that the Bond(s) referenced above shall be recorded in the public records and provide the City with evidence of such recording. Each bond shall substantially conform to the requirements of Section 255.05, Florida Statutes, and will be in a form acceptable to the Risk Management Administrator. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Alternate Form of Security: In lieu of a Performance/Payment Bond, the 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 the City and for same purpose and shall be subject to the same conditions as those applicable above and shall be held by the 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) 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. Payment / Performance Bonds shall be in the amount of one hundred percent (100%) of the contract value at award, including any dedicated allowance account and/or Owner's Contingency Allowance, and shall be in substantially the form provided by Section 255.05, Florida Statutes. 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 the City with evidence satisfactory to the 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 shall, at all times, employ, maintain, and assign to the performance of a Project a sufficient number of competent and qualified professionals and other personnel to meet the requirements of the Work to be performed. The Contractor shall adjust staffing levels or to replace any staff 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 has 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 City. 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 and coordinate its respective Work efforts to progress the performance of the Work most effectively and efficiently. The City shall have full access to the Project 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. The Contractor shall bear all losses resulting from 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. The Contractor shall not open up Work to the prejudice of Work already started, and the City may require the Contractor to finish a section on which Work is in progress before Work is started on any additional section. The Contractor is to take necessary precautions and use caution when working in or around overhead transmission lines and underground utilities. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 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. 11. Method of Performing the Work If the City 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 City, 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 City, the City 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 within the specified time. The Contractor shall immediately comply with such orders at no additional cost to the City. 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 City. The Contractor is responsible for controlling dust and preventing it from becoming a public nuisance or causing off -site damage. The Contractor shall take all necessary and prudent measures to control dust. The Contractor shall furnish to the City a complete listing of twenty-four (24) hour telephone numbers at which responsible representatives of the Contractor and all of the Contractor's subcontractors 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 way the Work is performed shall be subject to the approval of the City, who, if necessary, shall have the authority to require changes in the way the Work is performed. There shall be no obstruction of City services without the prior written approval of the City. All requests for such interruption or obstruction must be given in writing to the City at least twenty-four (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 City. A staging plan must be submitted to and approved by the City 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. As noted above self -performance and all other similar requirements will apply jointly and severally to each phase, stage, or incremental portion of the work. 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. The Contractor further acknowledges that it has satisfied itself based on any geotechnical reports the City may provide and inspection of the Project 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. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 The 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 site(s) will not relieve the 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 The Contractor shall verify all dimensions, quantities and details shown on the plans, specifications, or other data received from the City as part of the Contract Documents, and shall notify the City of all errors, omissions, and discrepancies found therein within three (3) calendar days of discovery. The Contractor will not be allowed to take advantage of any error, omission or discrepancy, as full instructions will be furnished by the City. The Contractor shall not be liable for damages resulting from errors, omissions, or discrepancies in the Contract Documents unless the Contractor recognized such error, omissions, or discrepancy and knowingly failed to report it to the City. 15. Contractor's Responsibility for Damages and Accidents The 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 to or equal to that existing before construction. Where sod is to be removed, it shall be carefully removed, and the same re -sodded, or the area where sod has been removed shall be restored with new sod in the manner described in the applicable section. 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 a condition as before the start 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 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 duration. The Contractor shall also comply with the Occupational Safety Health Act ("OSHA") requirements as defined in the United States Labor Code 29 Code of Federal Regulations ("CFR") 1926.50. In addition, the Contractor must report immediately to the City 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 The Contractor shall be solely responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the Work. The Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury, or loss to: Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 ■ All employees on the Project 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 site(s); and ■ Other property at the Project 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. The Contractor shall designate a responsible member of its organization at the Project site(s) whose duty shall be the prevention of accidents. This person shall be the Contractor's superintendent unless otherwise designated in writing by the Contractor to the City. The 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. The 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 the 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 the Contractor. The 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 the City has issued the Contractor a notice of Final Acceptance. The 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, Environmental Protection Agency ("EPA"), Department of Environmental Resources Management ("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 rigging, 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. 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 of each and every occurrence. The Contractor should also recommend any appropriate course(s) of action to the Project Manager. 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 ("FAC") 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: » The potential for fire, explosion, corrosion, and reaction. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 » 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 » 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, the Contractor shall provide and pay for all materials, labor, water, tools, equipment, supplies, light, power, internal communications, 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. The Contractor shall at all times enforce strict discipline and good order among its employees and subcontractors at the Project site(s) and shall not employ on the Project any unfit person or anyone not skilled in the Work to which they are assigned. 20. Rules, Regulations, Laws, and Licenses The Contractor shall comply with all laws, rules, regulations, permits, codes, public agency or similar required consents and approvals relative to the provision of services, equipment, supplies and/or materials specified in the Contract Documents, including without limitation those imposed by the federal, state, county or city agencies having jurisdiction over the matter. The Contractor, its agents, subcontractors, and representatives shall be familiar with and comply with all federal, state, and local laws, rules, regulations, and approvals that may 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 to be performed under the Contract Documents. The Contract Documents will state that a 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 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 24, "Authority of the Project Manager." 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. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 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 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 terminated Consultant. 22. Project 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 by the Consultant or the Project Manager, which instructions are to be strictly and promptly followed in every case. The Contractor shall keep on the Project during its progress, a full-time, competent, English-speaking superintendent, and any necessary assistants, all -satisfactory to the Project Manager. The superintendent shall not be replaced except with the written consent of the Project Manager, unless the superintendent proves to be unsatisfactory to the Contractor and ceases to be in the Contractor's employ. The superintendent shall represent the Contractor, and all directions given to the superintendent shall be as binding as if given to the Contractor and will be confirmed in writing by the Project Manager upon the written request of the Contractor. The Contractor shall give efficient supervision of the Work, using the Contractor's best skills and attention. The Project Manager shall be provided with 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 of 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 conditions affected progress of the Work; time of commencement of Work for the day; the Work being performed; materials, labor, personnel, equipment and subcontractors at the Project site(s); visitors to the Project site, including regulatory representatives the City; 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 site(s) and shall be available at all times for inspection and copying by the Project Manager and Consultant. The Project Manager, Contractor, Construction Manager, CEI, 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 the 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 inform the City immediately, in writing, and the City will promptly review the same. Any Work done after such discovery, until authorized, will be done at the Contractor's sole risk. The 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. The Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 All Work, including trade Work shall be performed and supervised by persons properly licensed for the Work being performed. 24. Authority of the Project Manager The Director hereby authorizes the Project Manager 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 shall promptly respond to requests of the Project Manager, including the withdrawal or modification of any previous order, and regardless of whether the Contractor agrees with the Project Manager's determination or requests. Where requests are made orally, the Project Manager will follow up in writing, as soon thereafter as is practicable. The Project Manager 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 and shall be issued. All instructions to the Contractor shall be issued through the Director or Project Manager. The Project Manager shall have access to the Project 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 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 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 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 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 The Project Manager, Consultant, Construction Engineering Inspector (CEI), and other City representatives shall at all times have access to the Work during normal work hours, and the Contractor shall provide proper facilities for such access and for inspecting, measuring, and testing. Should the Contract Documents, Consultant, CEI, Project Manager's instructions, any laws, ordinances, or any public authority require any of the Work to be specially tested or approved, the Contractor shall give the Project Manager timely notice of readiness of the Work for testing. If the testing or approval is to be made by an authority other than the City, timely notice shall be given of the date fixed for such testing. Testing shall be done promptly, and, where practicable, at the source of supply. If any of the Work should Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 be covered up without approval or consent of the Project Manager, it must, if required by the Project Manager, be uncovered for examination, and properly restored at the Contractor's expense. Unless otherwise provided, the Contractor shall arrange for such tests, inspections, and approvals with the City's testing laboratory or entity. The Contractor shall give the City and the Project Manager timely notice of when and where tests and inspections are to be made so that the City or Project Manager may be present for such procedures. Re-examination of any of the Work may be ordered by the City, and if so ordered, the Work must be uncovered by the 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, the 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 that 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 the Project Manager. 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. 26. Taxes The Contractor shall pay all applicable sales, consumer, use and any other taxes, levies, assessments, and impositions all other impositions required by law, rule, or regulation. The Contractor is responsible for reviewing the pertinent state statutes and local laws involving state taxes/impositions and complying with all requirements. 27. Separate Contracts Prior to the commencement of the Work, the City 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. The Contractor shall not be entitled to any days of delay for failure to coordinate the Work properly. 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 the Contractor's Work depends for proper execution or results upon the Work of any other persons, the Contractor shall inspect and promptly report to the City any defects in such Work that render it unsuitable for such proper execution and results. The 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 the Contractor's Work, except as to defects that may develop in other contractor's work after the execution of the Contractor's Work. The 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, the Contractor shall be liable to the affected contractor for the cost of such interference or impact. To ensure the proper execution of subsequent Work, the Contractor shall inspect the Work already in place and shall at once report to the Project Manager any discrepancy between the executed Work and the requirements of the Contract Documents. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 28. Lands of Work The 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 the City for the use of the Contractor. The Contractor shall provide, at the 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. The Contractor shall furnish to the City copies of written permission obtained by the Contractor from the owners of such facilities. 29. Coordination of Work The Project site(s) may be occupied and may operate as specified in Section 3, Supplemental Terms and Conditions, Article 1, "Contract Time and Hours." The Contractor shall ensure that the performance of the Work does not impact any ongoing operations at Project 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. The Contractor may be required to coordinate the Work with other contractors performing Work at the Project site. 30. Differing Site Conditions In the event that during the course of the Work the Contractor encounters subsurface or concealed conditions at the Project site(s) which differ materially from those shown in the Contract 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 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, the 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 City in writing of the existence of the aforesaid conditions. The City shall, within two (2) business days after receipt of the Contractor's written notice, investigate the site conditions identified by the Contractor. If, in the sole opinion of the City, the conditions do materially so differ and cause an increase or decrease in the 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, the City shall recommend an equitable adjustment to the Contract Documents Price or Contract Documents Time, or both. If the City and the Contractor cannot agree on an adjustment in the Contract Price or Contract Time, the adjustment shall be referred to the Director for a determination. Should the Director determine that the conditions of the Project 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 the Contractor in writing, stating the reasons, and such determination shall be final and binding upon the parties hereto. No request by the Contractor for an equitable adjustment to the Contract Documents under this provision shall be allowed unless the 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 the City as the date of substantial completion. 31. Existing Utilities Known utilities and structures adjacent to or encountered in the Work will be shown in 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 the City for their accuracy or completeness. No request for additional compensation or Contract time resulting from encountering utilities not shown will be Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 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 forty-eight (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 forty-eight (48) hours in advance. Under no circumstances, 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. The Contractor and its subcontractors shall be solely and directly responsible to the owner and operators of such properties for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of any character brought because of any injuries or damage that 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 City. The Contractor shall replace, with material approved by the City and at the 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 City. The Contractor shall also replace, with material approved by the City and at the Contractor's expense, any existing utilities damaged during the Work. 33. Interfering Structures An attempt has been made to show major structures in 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. The 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 at the direction of the Project Manager at the Contractor's expense. If existing structures are encountered that will prevent construction as shown, the Contractor shall notify the Project Manager before continuing with the Work in order that the City may make such field revisions as necessary to avoid conflict with the existing structures. Where the Contractor fails to notify the Project Manager when an existing structure is encountered, and proceeds with the Work despite this interference, the Contractor does so at their own risk. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 35. Contractor's Use of Project Site(s) Limitations may be placed on the Contractor's use of the Project 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. ■ The Contractor shall: » Confine operations at the Project site(s) to the areas permitted by the Project Manager; not disturb portions of the Project site(s) beyond the specified areas; conform to Project site(s) rules and regulations affecting the Work. » Keep existing driveways and entrances serving surrounding facilities clear and available to the City, its employees, and the public at all times; do not use areas for parking and/or storage of materials except as authorized by the Project Manager. » 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 site(s) shall be subject to the approval of the Project Manager. 36. Warranty for Materials and Equipment The 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 City, the Contractor shall provide 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 Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 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: All equipment and materials shall be shipped by freight and shipping paid freight on board (FOB) job site. The Contractor shall request a seven (7)-calendar day advance notice of shipment from manufacturers, and, upon receipt of such notice, provide the Engineer of Record 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 for 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 the City's Inspector. Should there appear to be any shortage or damage, the City 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 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 pipes 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 City, and shall remain the 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, the 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 Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 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 line plumb 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 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 City a written report of field observations. 39. Manufacturer's Warranty The 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. The manufacturer's warranties will become effective upon Final Acceptance of the Project. 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. 41. Submittals The Contractor shall check and approve all shop drawings, 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 City. The 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 City in writing of any deviations from the Contract Documents. Failure by the Contractor to advise the City of Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 any deviations shall make the Contractor solely responsible for any costs incurred to correct, add, or modify 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 ■ The Contractor's Stamp of approval, signed by the Contractor or his checker ■ Space above the title block for Project Manager's or Consultant's action stamp ■ Submittal or re -submittal number (whether first, second, third, etc.) ■ Date of submittal The 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 drawings submitted without the stamp and/or signature shall be rejected, and it will be considered that the Contractor has not complied with the requirements of the Contract Documents. The Contractor shall bear the risk of any delays that may occur because of such rejection. City shall not be liable for any materials, fabrication of products or Work commenced that requires submittals until the City has returned approved submittals to the Contractor. The City shall make every effort to review submittals within fourteen (14) calendar days from the date of receipt by the City. The City'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 City 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 City 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. The Contractor shall be responsible for the distribution of all shop drawings, copies of product data and samples, which bear the EOR's stamp of approval. Distribution shall include, but not be limited to; job site file, record documents file, subcontractor, 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 City'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 City's review of shop drawings, Submittals and Samples shall be construed as authorizing additional Work or increased costs to the City. Where a conflict exists between the submittal requirements of the General Terms and Conditions and the Technical Specifications, the Technical Specifications shall prevail. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 42. Shop Drawings The 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 the City's award of the Contract, the Contractor shall submit to the City 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 the City 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 above, the Contractor shall promptly request shop drawings from the various manufacturers, fabricators, and suppliers. The Contractor shall thoroughly review and check the shop drawings and each and every copy shall show its approval thereon. Some shop drawings, as denoted either 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 provide 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, the Contractor shall make specific mention thereof in its letter of transmittal. Failure to point out such departures shall not relieve the Contractor of its responsibility to comply with the Contract and Documents. The City shall review and accept or reject with comments, shop drawings within fourteen (14) calendar days from the date received. The City's approval of shop drawings will be general and shall not relieve the 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 the shop drawings. No Work called for by shop drawings shall be performed until said shop drawings have been approved by EOR. Approval shall not relieve the Contractor from responsibility for errors or omissions of any sort in 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 evaluate the design properly. It is the Contractor's responsibility to assemble the shop drawings for all such interconnecting and/or interdependent items, check them and then make one submittal to the City 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, EOR is 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, Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 clear, and easy format to follow. The Contractor shall always keep one (1) set of shop drawings marked with EOR's approval at the job site. 43. Product Data The 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. The Contractor shall supplement the manufacturer's standard data to provide information unique to the Work. The 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. The Contractor shall submit a draft of all product data, warranty information, and operating and maintenance manuals at fifty percent (50%) completion of construction. 44. Samples The Contractor shall submit samples to illustrate the functional characteristics of the product(s). Submittals shall be coordinated for different categories of interfacing Work. The Contractor shall include identification on each sample and provide full information. 45. Record Set The Contractor shall maintain in a safe place at the Project site(s) one (1) record copy and one (1) 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 City, in good order and annotated to show all changes made during construction. The record documents shall be continuously updated by the 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. The Contractor shall certify the accuracy of the updated record documents. As a condition precedent to the City's obligation to pay the Contractor, the Contractor shall provide evidence, satisfactory to the City, that the Contractor is fulfilling its obligation to update the record documents continuously. All buried items, outside the Project 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 the Contractor's entitlement to final payment, the record documents shall be delivered to the City by the Contractor. The Record Set of drawings shall be submitted in both hardcopy and as electronic plot files. 46. Supplemental Drawings and Instructions The City shall have the right to approve and issue supplemental instructions setting forth written orders, instructions, or interpretations concerning the Contract Documents or their performance, provided such Supplemental Instructions involve no change in the Contract Documents Price or this Contract Documents Time. The City 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 Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 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 City shall, after reviewing 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 City prior to resubmission to the permitting agency. Acceptance by the City shall not relieve the Contractor of responsibility for errors and omissions in the drawings. 48. Substitutions 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 the Contractor to allow City and Consultant to determine whether 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 the City from anyone other than the Contractor. If the Contractor wishes to furnish or use a substitute item of material or equipment, the Contractor shall make application to the City 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 the 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 City may require the Contractor to furnish at the 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, the 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 FOR 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. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 The Consultant shall be allowed a reasonable time within which to evaluate each proposed substitute. The City shall be the sole judge 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 may require the Contractor to furnish at the 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. The 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 City 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 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 (RFI). 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 City prior to commencing the Work. The drawings are to be addressed as a complete set and should not be used in parts. The Contractor is responsible for coordinating the set of drawings with all trades to ensure that the Work will be performed correctly and coordinated among the trades. The 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, should any errors, omissions, conflicts, ambiguities or discrepancies be found in the drawings and/or specifications, the City will clarify in writing the intent of the drawings and/or specifications and the Contractor agrees to abide by the City's interpretation and perform the Work in accordance with the decision of the City. 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 costs from any payments pending to the Contractor. 52. Field Directives The City may at times issue field directives to the Contractor based on visits to the Project 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 forty-eight (48) hours, notify the City 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 City that the Contractor reserves the right to make Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 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 in a satisfactory manner. Any extra or additional Work within the scope of the Project 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 the City. 54. Continuing the Work The Contractor shall execute the Work and adhere to the progress schedule 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 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 90, "Resolution of Disputes." During the pendency of the dispute, and upon receipt of a Change Order approved by City, Contractor shall promptly proceed with the change in the Work involved and advise the City 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. Upon approval by the City of any Change Order increasing the Contract Price, the Contractor shall have fourteen (14) calendar days to execute said Change Order and provide any additional performance and payment bonds documents, as applicable, that reflect and guarantee such increase in the total Contract Price. Subsequently, the City, either through the City Manager or the City Commission, as applicable, will execute the Change Order after review and approval of the additional performance and payment bonds by the City's Risk Management Department. Under circumstances determined necessary by the City, Change Orders may be issued unilaterally by the City. The City reserves the right to order changes which may result in additions to, or reductions of 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 City expressly and unmistakably indicating his/her intention to treat the Work described therein as Extra Work. In the absence of such an order, the City may direct, order, or require the Contractor to perform any Work including that which the Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 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 City stating why the Contractor 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 City 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. 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 of 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 the Contractor outlining the proposed Extra Work. Upon receipt of the notice to proceed with the Extra Work, the Contractor is required to start the Extra Work immediately. 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. If the Contractor fails to notify the City of the schedule changes associated with the Extra Work, it will be deemed 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 percent (10%) of the direct labor and material costs, unless the City 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 to 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 the Contractor and Project Manager acknowledge, contains a component for overhead and profit. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 ■ Based on the "Cost of Work," determined as provided in this, plus the 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 the Contractor in the proper performance of the Work described in the Change Order. Except as otherwise may be agreed to in writing by the City, 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 employment of the Contractor in the performance of the Work described in the Change Proposal Request under schedules of job classifications agreed upon by the City. 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 the Contractor unless the City deposits funds with the Contractor with which to make payments, in which case the cash discounts shall accrue to the City. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to City and the Contractor shall make provisions so that they may be obtained. Rentals of all construction equipment and machinery and the parts thereof whether rented from the 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, the Contractor shall obtain competitive bids for the Change Order Work. The Contractor 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 the Contractor's cost of the Work. All subcontractors shall be subject to the other provisions of the Contract Documents as far 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 the 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 less market value of such items used but not consumed which remains the property of the Contractor. ■ Sales, use, or similar taxes related to the Work, and for which the Contractor is liable, imposed by any governmental authority. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 ■ Deposits lost for causes other than the 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 Work" shall not include any of the following: ■ Payroll costs and other compensation of the 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 the 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 the Contractor's fee. ■ Expenses of the Contractor's principal and branch offices other than the Contractor's office at the site. ■ Any part of the Contractor's capital expenses, including interest on the Contractor's capital employed for the Work and charges against the Contractor for delinquent payments. ■ Cost of premiums for all Bonds and for all insurance whether or not the 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 the 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, or soft costs such as consultant costs, or any costs not directly attributable to the work. ■ Other overhead or general expense costs of any kind and the cost of any item not specifically and expressly included in this Article. The 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 Subcontractor 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%). ■ No fee shall be payable for special Consultants or supplemental costs; and ■ No other markup or charge shall be allowed except as expressly provided above. 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 Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 involved in any one change, the combined overhead and profit shall be figured on 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, the Contractor will submit in a form acceptable to the City an itemized cost breakdown together with the supporting data. Whenever a change in the Work is based on mutual acceptance of a lump sum, whether the amount is an addition, credit, or no change -in -cost, the Contractor shall submit an initial cost estimate acceptable to the City. ■ Breakdown shall list the quantities and unit prices for materials, labor, equipment, and other items of cost. ■ Whenever a change involves the Contractor and one (1) or more subcontractors, and the change is an increase in the Contract Price, overhead and profit percentage for the 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 Work." 59. Extra Work Directive If the parties fail to reach agreement with respect to the proposed Extra Work, or in case of 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 90, "Resolution of Disputes," by furnishing a written statement to the Construction Manager within five (5) calendar 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 bid 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 bid. 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 ten percent (10%). This will not vary whether the Extra Work is performed by the Contractor or his subcontractor. The Project Manager must approve of any exceptions. "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 for the same (including small power tools), as determined by the Construction Manager; and (vi) any additional materials necessary for the performance of the Extra Work. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 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 supporting 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, 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 the Contractor of such Work, and in addition thereto five percent (5%) 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, the Contractor shall maintain records of all deviations from the Drawings and Specifications as approved by the Project Manager 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 or Consultant's written instructions or by Change Order. ■ Details not on original Contract Drawings. ■ Equipment, conduit, and/or electrical panel locations. ■ Project Manager or Consultant's schedule changes according to the Contractor's records and shop drawings. Specifications and Addenda Legibly mark each section to record: ■ Manufacturer, trade name, catalog number, and Supplier of each product and item of equipment actually installed. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 ■ Changes made by Project Manager 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 buildings, 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 that involve roadwork and drainage, the Contractor shall provide complete as -built information relative to location, size, and depth of 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 to 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 subcontractor 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, and Final Completion The Work shall be substantially complete when the City, in the reasonable exercise of their discretion determines that the Work is complete, 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 City 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 City inspects the Work to determine if 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 City 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 City 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 Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 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 City shall indicate that the Work is substantially complete subject to completion of the Punch List. Where the City determines, on the appropriate form that the Work is not substantially complete, the City 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 City and the Contractor shall agree on the time reasonably required to complete all the remaining Work included in the Punch List. Upon the receipt of all documentation, resolution of any outstanding issues and issuance of final payment, the City shall notify the Contractor in writing of the closeout of the Project. The City will prepare a Certificate of Substantial Completion in the form that 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 the 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 the Contractor that the Work is ready for final inspection and acceptance, the City shall, within ten (10) calendar days, make an inspection thereof. If the City finds 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 the City. Said Certificate shall state 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, the Contractor shall deliver to the City 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. The Contractor shall deliver the written Contractor's and all Manufacturer's warranties prior to issuance of the Final Certificate of Payment. If, after the Work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the Project Manager 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 the Contractor, except those previously made in strict accordance with the provisions of the Contract and identified by the Contractor as unsettled at the time of the application for final payment. 65. NPDES Requirements The 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 Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 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/. The 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 the Contractor be due to a condition of force majeure as that term is interpreted under Florida law, and 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) business 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. It does not include inclement weather, except as permitted by Florida law, and may not include the acts or omissions of subcontractors. 67. Extension of Time Any reference in this section to the Contractor shall be deemed to include suppliers, and permitted subcontractors, whether or not in privity 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; and ■ 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 City 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 City 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, except for Force Majeure which must be requested within two (2) business 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 City 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. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 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 City 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 the 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 the Contractor to the City within ten (10) calendar 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 City allows an additional period of time to ascertain more accurate data in support of the claim and such notice shall be accompanied by the Contractor's written notarized statement that the adjustment claimed is the 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 City in accordance with Article 70, "No Damages for Delay," if City and the 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 the 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 Delay, 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 the City because of any delays except as provided herein. The 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 the Contractor for actual delays due solely to fraud, bad faith or active interference on the part of City. Otherwise, the Contractor shall be entitled only to extensions of the Contract Time for completion of the Work as the sole and exclusive remedy for such a resulting delay, in accordance with and to the extent specifically provided above. THERE WILL BE NO EXCEPTIONS. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 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. The 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 the Contractor, its subcontractors, suppliers and vendors, agents, and representatives, and is also caused by circumstances beyond the control of the City or Consultant, or (ii) is caused jointly or concurrently by the Contractor or its subcontractors, suppliers or vendors or agents and representatives and by the City or Consultant. Then the Contractor shall be entitled only to a time extension and no compensation for the delay. The Contractor is entitled to a time extension of the Contract time for each day the Work is delayed due to Excusable Delay. The Contractor shall document its claim for any time extension as provided in Article 68, "Notification of Claim," hereof. Failure of the 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 shall have the authority to reject or disapprove Work that Project Manager finds to be defective. If required by the City, Contractor shall promptly either correct all defective Work or remove such defective Work and replace it with Work in conformity with the Contract Documents. 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 the City, 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 the 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 that the Contractor might have under the Contract Documents including but not limited to any claim regarding latent defects. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 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, Inspector, 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 City 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, taking down, replacement, and/or 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 costs, 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 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 the 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 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 City, 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. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 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), Federal Department of Transportation (FDOT), Roadway and Bridge Standard Index Drawing Book, permits or data. The Contractor 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, Traffic Division, or FDOT or as otherwise authorized by the City, the Contractor shall make arrangements for the employment of uniformed off -duty police officers 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 City 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), forty-eight (48) hours prior to any excavation. Any loop detector that 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 (305) 592-3470. Where applicable, the Contractor shall notify the Traffic Division twenty-four (24) hours in advance of the construction date or forty-eight (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. Pavement markings damaged during construction shall be remarked, as required by the Traffic Division. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 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 of public streets, a Lane Closure Permit must be obtained two (2) weeks prior to planned construction, with a minimum forty-eight (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 7:00 A.M. to 9:00 A.M. and 4:00 P.M. to 6:00 P.M. weekdays. 78. Location and Damage to Existing Facilities, Equipment, or Utilities As far as possible, all existing utility lines in the Project 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 planned 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 for by the Contractor. All charges by utility companies for temporary support of its utilities shall be paid 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) calendar days (or any lesser period), commencing no sooner than the date the order is delivered to the Contractor, or the Stop Work Order may commence on a later date as the parties may agree. Any such order shall be specifically identified as a "Stop Work Order" issued pursuant to this paragraph. Within the period of ninety (90) calendar 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 89, "Termination for Convenience." Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 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 City, the Contractor may have been delayed by such suspension. In the event the City determines that the suspension of Work was necessary due to the Contractor's defective or incorrect Work, unsafe Work conditions caused by the Contractor, or any other reason caused by the 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 City 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 The city shall have the right, at its sole option, to take possession of and use any completed or partially completed portions of the Project. 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 increase the cost of or delays the Work, the Contractor shall be entitled to reasonable extra compensation, or reasonable extension of time or both, as determined by the City. In the event City takes possession of any completed or partially completed portions of the Project, the following shall occur: ■ The City shall give notice to the Contractor in writing at least thirty (30) calendar days prior to the City's intended occupancy of a designated area. ■ The Contractor shall complete to the point of Substantial Completion the designated area and request inspection and issuance of a Certificate of Substantial Completion from the City. ■ Upon the City's issuance of a Certificate of Substantial Completion, the City will assume full responsibility for maintenance, utilities, subsequent damages of City and public, adjustment of insurance coverage, and start of warranty for the occupied area. ■ The Contractor shall complete all items noted on the Certificate of Substantial Completion within the time specified by the City on the Certificate of 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, City 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 the 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 the Contractor and of the insurance company or companies to such occupancy or use shall not be unreasonably withheld. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 82. Cleaning Up; City's Right to Clean Up The 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 twenty-four (24) hours. At the completion of a Project, the Contractor shall remove all its waste materials and rubbish from and about the Project as well as its tools, construction equipment, machinery, and surplus materials. If the Contractor fails to clean up during the prosecution of the Work or at the completion of the Work, the City may do so, and the cost thereof shall be charged to the Contractor. If a dispute arises between the 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 City shall determine to be just. All combustible waste materials shall be removed from the Project 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, the Contractor, if notified to do so by the City, shall promptly remove any part or all of the Contractor's equipment and supplies from the property of City. If the Contractor does not comply with the City's order, the City shall have the right to remove such equipment and supplies at the expense of the Contractor. 84. Set -offs, Withholdings, and Deductions The City may set off, deduct, or withhold from any payment due to 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, one (1) or more of the following: ■ The Contractor has not performed the Work in a timely manner. ■ 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. ■ The Contractor has been debarred in the State of Florida or been placed on the convicted vendors list under Section 287.133, Florida Statutes. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 ■ The Contractor has breached a material term or provision of the Contractor Documents and has not timely cured the breach. ■ 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: » Treat such failure as a repudiation of the Contract and/or. » 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 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 in writing, 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 should issue such Notification; however, the City is under no obligation to issue such notification in the event the City lacks actual knowledge of the default. 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 to the Contractor under any Contract with the City. 87. Termination for Default If the 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 the Contractor, terminate this Contract whereupon any advances for which Work has not been performed, paid by the City to the Contractor while the 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. The Contractor understands and agrees that termination of this Contract under this Article shall not release the 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: ■ The Contractor fails to obtain the insurance or bonding herein required by the Contract. ■ The Contractor fails to comply with any of its duties under the Contract Documents, with any terms or conditions set forth in this Contract Documents, beyond any specified period allowed to cure such default. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 ■ The 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 under Article 89, "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 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 the Contractor shall cease all Work under the Contract and vacate the Project site(s). The Contractor shall, upon receipt of such notice, unless otherwise directed by the City: ■ Stop all Work on the Project 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. ■ 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 deliver the documentation timely shall be cause to withhold any payments due without recourse by the 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: Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 ■ For the actual cost or the fair and reasonable value, whichever is less, of (1) the portion of the Project 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. To the extent practical, the fair and reasonable value shall be based on the price established because 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. 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. ■ The 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 to 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 The Contractor understands and agrees that all disputes between the Contractor 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 Section 2, 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 of OCI, as identified in Section 2, Article 4, "Notices." Upon receipt of said notification, the Assistant Director of OCI shall review the issues relative to the claim or dispute and issue a written finding. Should the Contractor and the Assistant Director of OCI fail to resolve the dispute, the Contractor shall submit their dispute in writing within five (5) calendar days to the Director of OCI. Failure to submit such an appeal of the written finding shall constitute acceptance of the finding by the Contractor. Upon receipt of said notification, the Director of OCI shall review the issues relative to the claim or dispute and issue a written finding. The Contractor must submit any further appeal in writing within five (5) calendar days to the City Manager. Failure to submit such an appeal of the written finding shall constitute acceptance of the finding by the Contractor. Appeal to the City Manager for the resolution, is required prior to the Contractor being entitled to seek judicial relief in connection therewith. Should the amount of compensation hereunder exceed one hundred thousand dollars ($100,000), the City Manager's decision shall be approved or disapproved by the City Commission. The Contractor shall not be entitled to seek judicial relief unless: ■ It has first received City Manager's written decision, approved by the City Commission if applicable; or ■ A period of sixty (60) calendar days has expired after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation, or a period of ninety (90) calendar days has expired where City Manager's decision is subject to City Commission for approval; or Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 ■ 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. If a party fails to timely take the written objection, as provided, in fourteen (14) calendar days, then such 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, and/or following the completion of the Project, 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 similar Contract provisions with all subcontractors 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. In any mediation or litigation between the Parties, each Party shall bear their own attorney's fees except that Contractor shall pay all attorney's fees of all attorneys it has engaged to defend the City pursuant the Contractor's duty to indemnify, hold harmless and defend the City pursuant to Section 2, Article 6, "Indemnification." 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 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 also includes any other permit fees not directly related to the actual construction of the Project, 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 the Contractor pursuant to the Contract Documents shall be secured and paid for by the Contractor. It is the Contractor's responsibility to have and maintain appropriate Certificate(s) of Competency, valid for the Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Work to be performed and valid for the jurisdiction in which the Work is to be performed for all persons working on the Project for whom a Certificate of Competency is required. The Contractor shall pay impact or similar fees levied by the City and/or Miami -Dade County. The 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 the Contractor shall be for the actual amount and in no event shall include profit or overhead of the Contractor. Permit fees related the Contractor's operations (e.g., permits for dumpsters, job trailers, canteens, portable commodes, etc., et.al.) 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, rules, regulations, and building and construction codes 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 the Contractor and subcontractor 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 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 defend, indemnify, hold, and save harmless the City against any such liabilities, even if they arise from actions directed or taken by the City. 96. Third Party Beneficiaries Neither the Contractor nor the City intends to benefit a third party, directly or substantially, with 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. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 97. Successors and Assigns Subject to Section 2, Article 111, "Consent of City Required for Subletting or Assignment," 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 terminate 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 bind 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 the 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 any provision of the Contract Documents, or any Section or Article or provision in these Contract Documents, is determined by a Court of competent jurisdiction to be illegal or unenforceable, then such unenforceable or unlawful provision shall be 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; Attorney's Fees 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 or other proceeding or claim 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. All parties shall bear their own attorney's fees. 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 Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 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. Non-discrimination, Equal Employment Opportunity, and Americans with Disabilities Act The 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. The 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, the Contractor shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. The 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, gender identity, 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 The Contractor acknowledges that upon completion 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. 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. NOT APPLICABLE As applicable, and pursuant to Code of Federal Regulations (CFR) Title 23, Chapter I, Subchapter G, Part 635 (3635.110, Buy America Requirements). The Contractor must provide a signed ccrtification statement regarding the manufacture of thc iron and steel products to moot Buy America requirements. Every certification should clearly reference a "heat number." The heat number is an identification stamped on steel piece or iron casting at the production location. Additionally, a mill certification shall be produced validating that thc raw steel or iron was smelted and formed in thc United Statcs. All manufacturing processes of the steel material in a project (i.e., smelting, and any subsequent process which alters the steel material's physical form or shape or changes its chemical composition) must occur within thc United Statcs to be considered of domestic origin. This includes processes such as rolling, extruding, machining, bending, grinding, and drilling. 107. 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. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 108. 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 the Contractor, continue until completion at the same prices, terms, and conditions. 109. Review of Records City shall have the right to inspect and copy, at City's expense, the books and records and accounts of the Contractor which relate in any way to the Project, and to any claim for additional compensation made by the Contractor, and to conduct an audit of the financial and accounting records of the Contractor which relate to a Project and to any claim for additional compensation made by the 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 this statute. Otherwise, the Contractor shall retain and make available to the City all such books, records, and accounts, financial or otherwise, which relate to the Project and to any claim for a period of five (5) years following Final Completion of the Project. The Contractor shall additionally comply with Section 119.0701, Florida Statutes, including without limitation: (1) Keep and maintain public records required by the City to perform the service for five (5) years after project completion; (2) upon request from the City's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (3) ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Contract term and following completion of the Contract if the Contractor does not transfer the records to the City; (4) upon completion of the Contract, transfer, at no cost, to the City all public records in possession of the Contractor or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City upon completion of the Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. 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. The Contractor shall develop the proper forms and reports acceptable to the City for the administration and management of the Contract Documents. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE DIVISION OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDS@MIAMI.GOV, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9m FL, MIAMI, FL 33130. THE CONTRACTOR MAY ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY OF MIAMI DEPARTMENT THAT IS ADMINISTERING THIS CONTRACT. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 110. No Interest Any monies not paid by the 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 they relate to the payment of interest, shall apply to valid and proper invoices. 111. 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 with respect to defective Work, equipment, or materials that may be identified by the Project Manager. The City may deduct from any payment due to 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. 112. Consent of City Required for Subletting or Assignment If the Contractor assigns, transfers, sublets, conveys, or otherwise disposes of the Contract or its right, title, or interest in or to the same, in whole or in part, 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 and in compliance with applicable general laws of the State of Florida. 113. 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. In the event this Article is found to be unenforceable, the shortest limitations period applicable to the action under Chapter 95, Florida Statutes shall apply. 114. 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 the General Terms and Conditions, Section 2, Article 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, Article 6, "Indemnification," which is not the fault of the Contractor; the Contractor will be responsible for payment of attorney's fees and costs incurred in defense of the Contractor and of the City. This Section shall survive the cancellation or expiration of this Contract. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 115. 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 programs or regulations, upon thirty (30) calendar days' notice. 116. 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 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. 117. 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. 118. Non -Exclusivity 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. 119. 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. 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. 120. 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. 121. 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 Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 under the Contract, which by nature would continue beyond the termination, cancellation, or expiration thereof, should survive termination, cancellation, or expiration thereof. Provisions of this Contract that shall survive termination, cancellation, or expiration thereof, include without limitation: Section 2, Article 6, "Indemnification," Section 2, Article 89, "Termination for Convenience," Section 2, Article 3, "Contract Price & Guaranteed Maximum Cost." 122. Disclosure of State Funding, if applicable 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. 123. Antitrust Violator Vendors A person or an affiliate who has been placed on the Antitrust Violator Vendors List following a conviction or being held civilly liable for an antitrust violation may not submit a bid, proposal, or reply on any agreement to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on any agreement with a public entity for the construction or repair of a public building or public work; may not submit a bid, proposal, or reply on leases of real property to a public entity; may not be awarded or perform work as a grantee, supplier, subcontractor, or consultant under an agreement with a public entity; and may not transact new business with a public entity 124. Anti -Human Trafficking The Bidder confirms and certifies that it is not in violation of Section 787.06, Florida Statutes, and that it does not and shall not use "coercion" for labor or services as defined in Section 787.06, Florida Statutes. The Bidder shall execute and submit to the City an Affidavit, of even date herewith, in compliance with Section 787.06(13), Florida Statutes, attached an incorporated herein as "Anti -Human Trafficking Affidavit". If the Successful Bidder fails to comply with the terms of this Section, the City may suspend or terminate this Agreement immediately, without prior notice, and in no event shall the City be liable to Successful Bidder for any additional compensation or for any consequential or incidental damages. It is MANDATORY for the Bidders to return this form signed along with their bid. Failure to complete, sign and upload the Anti -Human Trafficking Affidavit may render your bid non- responsive. END OF SECTION REMAINDER OF PAGE INTENTONALLY LEFT BLANK Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 SECTION 3 ITB SUPPLEMENTAL TERMS AND CONDITIONS 1. Contract Time and 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. The Contractor shall have Three Hundred Forty (340) calendar days from the date of the Notice to Proceed to achieve Substantially Completion. The Contractor shall then have an additional Sixty (60) calendar days to achieve Final Completion of the Project. The Contractor shall maintain strict adherence to the mandated Contract time and schedule due to the time sensitive nature of the Project's funding sources. Work shall be performed Monday through Friday from 8:00 a.m. to 6:00 p.m. per the City's Noise Ordinance, Sec 36-6. Any Work to be performed outside of these times must be requested in writing to the Project Manager forty-eight (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 Mobilization Partial Payments: When the bid includes a separate pay item for Mobilization and the Notice to Proceed has been issued, partial payments will be made in accordance with the following: For Contracts of one hundred twenty (120) calendar days duration or less, partial payment will be made at fifty percent (50%) of the bid price per month for the first two (2) months. For Contracts in excess of one hundred -twenty (120) calendar day's duration, partial payment will be made at twenty-five percent (25%) of the bid price per month for the first four (4) months. In no event shall more than fifty percent (50%) of the bid price be paid prior to commencing construction on the Project site. Total partial payments for Mobilization on any Project, including when more than one Project or job is included in the Contract, will be limited to ten percent (10%) of the original Contract amount for that Project. Any remaining amount will be paid upon completion of all Work on the Contract. Retainage will be applied to all partial payments. Partial payments made on Mobilization will in no way act to preclude or limit any of the provisions for partial payments otherwise provided for by the Contract. The Contractor may make application for payment for Work completed during the Project at intervals of not more than once a month or upon completion and Final Acceptance of the Work. The Contractor 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 Section 3, Article 6, "Release of Liens/Subcontractor's Statement of Satisfaction," 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 City. Each application for payment shall be submitted in triplicate for approval. City shall make payment to Contractor within thirty (30) calendar days after approval of Contractor's application for payment. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Pursuant to Florida Statutes, Section 255.078, five percent (5%) of all monies earned by the Contractor shall be retained by the City until Final Acceptance by the City. Any interest earned in retainage shall accrue to the benefit of the City. All requests for retainage reduction shall be in writing in a separate stand- alone document. The 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 the Contractor or City because of the Contractor's performance. ■ Failure of the 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 the Contractor to provide any and all documents required by the Contract Documents and/or Federal Requirements relating to the CDBG funding. In instances where multiple Projects are awarded, the Contractor shall submit separate applications for Payment for each Project. When the above grounds are removed or resolved satisfactorily 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. The Contractor may be paid for materials or equipment purchased and stored at the Project site(s) or another location. Where a payment request is made for materials or equipment not incorporated in the Project 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. The 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 two hundred dollars ($1,200) 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 six hundred dollars ($600) 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 Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 the amount, which may become due hereunder, shall be less than the amount of liquidated damages due to 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 in writing 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. The 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 City may require further breakdown after review of the Contractor's submittal. The City reserves the right to request 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 five percent (5%) of the value of the Contract. The approved schedule of values shall be updated through the submittal of the City's Contractor Payment Application Form. 5. Project Schedules The 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 City'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, the Contractor shall submit a hardcopy as well as an electronic version. Such an electronic version shall not be submitted in a .pdf format and shall be capable of being incorporated into the City's baseline schedules. ■ Subsequent to review of the initial schedule submission, the Contractor shall establish the reviewed schedule as the "baseline schedule." The 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 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, 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. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 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 subcontractors where no release of lien has been submitted. The Contractor shall submit with the final payment request, for any Project 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 delays 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. The Contractor must use City Release of Lien, Affidavit and Consent of Surety forms or the Application for Payment will be rejected. 7. Progress Meetings The City shall conduct a pre -construction conference prior to the commencement of the Work. The Contractor shall hold progress and coordination meetings as required by the City, to provide for the timely completion of the Work. The Contractor shall arrange and conduct regular bi-weekly job site Project status meetings with the City. The 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. The Contractor shall revisit each pending item at each subsequent meeting until resolution is achieved. Contractor shall attempt to obtain from all present any potential problem or delaying event known to them for appropriate attention and resolution. The 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 the City an updated two -week lookahead 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, the Contractor shall include its recommendation for resolution. The City shall respond in writing. 9. Project Site Facilities The Contractor shall arrange for all Project 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. Contractor's, subcontractor's, supplier's, material personnel shall not use the City restrooms that may be available at the Project 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 subcontractors shall commit no public nuisance or use any facilities that have not been specifically provided for use by the Contractor. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 The Contractor shall furnish an adequate supply of drinking water for its and its subcontractors' 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 City. The 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 City may authorize the use of existing utilities. Such a decision will be made at the sole discretion of the City. The Contractor shall be required to obtain all necessary permits required for any Project site facilities. The Contractor shall also be responsible for maintaining 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. 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 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. 11. Construction Signage Where required by the Contract Documents the Contractor shall provide construction signage. The City shall provide the Contractor with the wording and layout for the signs at the pre -construction conference. The Contractor shall furnish the two City signs at the Project site(s) as follows: ■ The first sign shall be 4 feet wide and 8 feet high and constructed of pressure sensitive 2-mil cast vinyl over mounted 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 3/4-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 boaters to the construction zone, requiring idle speed and a minimum clearance distance. The 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. ■ Signage must be permitted and approved as required by the City and County Sign Codes. 12. Construction Photographs The Contractor shall submit with each application for payment photographs that accurately reflect the progress of the Work. The Contractor shall submit once copy of each photograph in print and digitally. The photographs shall be printed on 8" X 10" high -resolution glossy single weight color print paper. Each Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 photograph will also reflect the date and time the picture was taken. Aerial photographs will be taken on a bi-monthly basis. 13. City Furnished Property The Contractor shall preserve all street signs, parking meters, benches, traffic control signs, etc., when directed by the City and shall reinstall or provide to the City as directed. 14. Geotechnical Testing NOT APPLICABLE 15. Field Layout of the Work and Record Drawings for Drainage Projects 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 one hundred feet (100') 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 centerlines, auxiliary lines, and a benchmark 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 City shall require the Work to be brought within the tolerances specified elsewhere before backfilling is placed, or the construction is otherwise hidden. The entire responsibility for establishing and maintaining line and grade in the field lies with the Contractor. The Contractor shall maintain an accurate and precise record of the location and elevation of all pipelines, conduits, structures, maintenance access structures, hand holes, 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 (PSM). The Contractor shall deliver these records in good order to the City 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 the City 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 PSM 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 construction progress. ■ Do not conceal any Work until the Contractor and the City record as -built information. ■ 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 Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 complete length. Inline valves and tees shall be left exposed for one (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 PSM. ■ 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, 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 a 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 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. The Contractor shall have ten (10) calendar days to correct all exceptions taken by the City and resubmit as -built record drawings to the Consultant for final acceptance. Prior to, and as a condition precedent to Final Payment, the Contractor shall submit to City, the Contractor's record drawings or as -built drawings acceptable to Project Manager. 16. 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 with 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. 17. E-Verify - Mandatory Use The Contractor shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing Work or providing services pursuant to the Contract Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. 18. Cures BIDS SUBMITTED WITH IRREGULARITIES, DEFICIENCIES, AND/OR TECHNICALITIES THAT DEVIATE FROM THE MINIMUM QUALIFICATIONS AND SUBMISSION REQUIREMENTS OF THIS ITB SHALL RESULT IN A NON -RESPONSIVE DETERMINATION. The City will not give consideration to the curing of any Bids that fail to meet the minimum qualifications and submission requirements of this ITB. Bidder understands that non -responsive Bids will not be evaluated. 19. Counterparts; Electronic Signatures This Agreement may be executed in counterparts, each of which shall be an original as against either Party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Agreement shall have the same force and effect as the original. The parties shall be entitled to sign and transmit an electronic signature on this Agreement (whether by facsimile, PDF, or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. 20. Background Screening Requirements Prior to services being rendered, the Successful Bidder(s) and all of its employees who provide or may provide services under this Contract will complete criminal history checks and all background screening requirements, including Level 2 screening requirements as outlined in Florida State Statute 435.04, as amended from time to time. Upon City review of resulting reports, the Successful Bidder(s) shall immediately replace/reassign any individual who, in the opinion of the City, does not pass the background check. In its sole discretion the City reserves the right to request updated background screening reports at any time, and as the City deems necessary. Background checks shall be required for any projects/services performed under this Contract, concerning City property, within close proximity of a school, park, or any non -instructional facility occupied by children. Successful Bidder(s) shall bear any and all costs associated with acquiring the required background screening, including any costs associated with fingerprinting and obtaining the required photo identification badge. Successful Bidder(s) shall require all involved employees to sign a statement, as a condition of employment with Successful Bidder(s) in relation to performance under this Contract, agreeing that the employee will abide by the heretofore described background screening requirements, and also agreeing that the employee will notify the Successful Bidder(s)/Employer of any arrest(s) or conviction(s) of any offense within (forty-eight) 48 hours of its occurrence. Successful Bidder(s) shall provide the City with a list of all of its employees who have completed the background screening as required by the above -referenced statutes and who meet the statutory requirements contained therein. Successful Bidder(s) shall have an ongoing duty to maintain and update these lists as new employees are hired and in the event that any previously screened employee fails to meet and/or maintain the statutory standards. Successful Bidder(s) shall also notify the City immediately upon becoming aware that one of its employees, who was previously certified as satisfactorily completing the background check and meeting the statutory standards, is subsequently arrested, or convicted of any disqualifying offense. Failure by Successful Bidder(s) to notify the City of such arrest or conviction within five (5) business days of the occurrence of a qualifying arrest or conviction, shall constitute grounds for immediate termination of this Contract by the City. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 21. Construction Projects Funded by Federal or State Funds NOT APPLICABLE a. Equitable Adjustment The Procurement Department may, in its sole discretion, make an equitable adjustment in the contract terms and/or pricing if pricing or availability of supply is affected by extreme or unforeseen volatility in the marketplace, that is, by circumstances that satisfy all the following criteria: (1) the volatility is due to circumstances beyond the Contractor's control, (2) the volatility affects the marketplace or industry, not just thc particular contract source of supply, (3) thc effect on pricing or availability of supply is substantial, and (1) the volatility so affects the Contractor that continued performance of the contract would results in a substantial loss. The Contractor might have to supply documentation to justify any requested percentage increase in cost to the City of Miami. b. Non Appropriation of Funds In the event no fund or insufficient funds arc appropriated and budgeted or arc otherwise unavailable in any fiscal period for payments due under this contract, then the City, upon written notice to the Contractor or his assignee of such occurrence, shall have the unqualified right to terminate the contract without penalty or expense to thc City. No guarantee, warranty, or representation is made that any project(s) will be awarded to any firm(s). c. Subcontractors of Work Shall be Identified As part of the contract, the Contractor is required to identify any and all Subconsultants/Subcontractors that will bc used in thc performance of this proposed contract, thcir capabilities, experience, minority designation, as defined in Ordinance 10062 and the portion of the work to be done by thc Subconsultant/Subcontractor. The Contractor shall not, at any time during the tenure of the contract, subcontract any part of his operations or assign any portion or part of the contract, to Subconsultant/Subcontractor(s) not originally mentioned in thcir Proposal, except under and by virtue of permission granted by thc City through the proper officials. Nothing contained in this specification shall be construed as establishing any contractual relationship between any Subconsultant/Subcontractor(s) and thc City. The Contractor shall be fully responsible to the City for the acts and omissions of tho Subconsultant/Subcontractor(s) and thcir employees, as for acts and omissions of persons employed by the Contractor. d. Davis Bacon Act 1. All transactions regarding this contract shall bc done in compliance with thc Davis Bacon Act (10 U.S.C. 3111 3111, and 3116 3118) and the requirements of 29 C.F.R. pt. 5 as may be applicable. The Contractor shall comply with 10 U.S.C. 3111 3111, and 3116 3118 and the requirements of 29 C.F.R. pt. 5 as applicable. 2. Contractors arc required to pay wages to laborers and mechanics at a rate not Tess than the prevailing wages specified in a wage determination made by the Secretary of Labor. 3. Additionally, contractors arc required to pay wages not less than once a week. '1. Weekly certified payrolls must be submitted weekly for thc Primc and all subcontractors working on the job. 5. Federally as✓isted construction contracts must adhere to Davis Bacon Act wages and benefits rate schedules. The Contractor shall use thc Fcdcral Wagcs reflected in thc applicable Wage Determination, "Building" category, in developing its bid for this contract; Wage Determinations can Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 be found at thc link SAM.gov Search. The Contractor shall be required to provide certified payroll records documenting the work performed on this project. c. Compliance with the Copeland "Anti Kickback" Act 1. The Contractor shall comply with 18 U.S.C. 871, 10 U.S.C. § 3115, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which arc incorporated by reference into this contract. 2. The Contractor or subcontractor shall insert in any subcontracts the clause above and such other clauscs as the FEMA may be appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower ticr subcontracts. The prime Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. 3. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a Contractor and subcontractor as provided in 29 C.F.R. § 5.12. f. Compliance with the Contract Work Hours and Safety Standards Act 1. Overtime Requirements: No Contractor or subcontractor contracting for any part of thc contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty (10) hours in such workweek unless such laborer or mechanic receives compensation at a ratc not Ic s than onc and onc half time thc basic ratc of pay for all hours worked in excess of forty (10) hours in such workweek. 2. Viol wages; liquidated damages: In the event of any violation of the clause sct forth in paragraph (b) (1) of this scction, thc Contractor, and any subcontractor rcsponsiblc therefore shall bc liable for thc unpaid wagcs. In addition, such Contractor and subcontractor shall be liable to the United States (in case of the work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b) (1) of this section, in the sure of $27 for each calendar day on which such individual was required or permitted to work in excess of thc standard workweek of forty (10) hours without payment of thc overtime wagcs required by thc clausc sct forth in paragraph (b) (1) of this scction. 3. Withholding for unpaid wages and liquidated damages: The City of Miami shall upon its own action or upon written request of an authorized representative of thc Department of Labor withhold or cause to bc withheld, from any moneys payable on account of work performed by thc Contractor or subcontractor under any such contract or any other Federal contract with the same prime Contractor, or any other federally assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b) (2) of this section. 1. Subcontracts: The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b) (1) through (1) of this scction and also a clausc requiring thc subcontractors to include these clauses in any lower tier subcontracts. The nrimc Contractor shall be responsihlc for compliance by any subcontractor or lower ticr subcontractor with thc clauscs sct forth in paragraph (b) (1) through (1) of this scction. g. Parts at Pass Through Cost (for Repairs Outside the Scope of Work) All cost for parts required for repair jobs and not otherwise included in thc scope of work shall be billed at the Contractor's actual cost and will be passed on to the Cit„ without markup er any additional fees. The Contractor shall submit purchase receipt of parts along with the labor invoice for payment. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 The Contractor shall be responsible for sourcing all parts necessary to complete the work requirements of ooch job specification. Replacement parts furnished must be of thc same manufacturer or an equal product. All equipment and materials shall be of commercial quality and grade and be from a regular product line. Prototype, obsolete, and residential quality/grade equipment/materials shall not be specified or installed in thc facilities. h. Notification to Perform Work The Contractor shall notify the Project Manager when an employee is on the property and for what purpose. i. Background Checks The Contractor shall be required to comply with the background screening specifications as listed in the Jessica Lunsford Act, Florida Statue § 1012 32. Thc law requires that before contract personnel arc permitted acce , on grounds when children are present, or if they will have direct contact with children, or have access to or control of school funds, they Contractor shall provide Level Two (2) background screening results for all employees completing the work on park grounds. j. Equal Employment Opportunity During thc performance of any resulting contract from an RFQ, thc Contractor agrees as follows: 1. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants arc employed, and thc employees arc treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or othcr forms of compensation; and selection for training, including apprenticeship. The employment, notices to be provided setting forth thc provisions of this nondiscrimination clause. 2. Thc Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. 3. Thc contractor will not discharge or in any othcr manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish information. 1. Thc Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representative of the Contractor's commitments under this section and shall post copies of thc notice in conspicuous places available to employees and applicants for employment. 5. The Contractor will comply with all provisions of Executive Order 11216 of September 21, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. Curtis Park Community Center — D1 Project Number: 40-B193511 ITB No. 24-25-005-R Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 6. The Contractor will furnish all information and reports required by Executive Order 11216 of September 24, 1965, and by ru-les, r-cgu ions, a e4crs of the Socr-etar-y-of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 7. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11216 of September 21, 1965, and such other sanctions as may be imposed and remedies invoked as provided in Executive Order 11216 of September 21, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 8. The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or order of the Secretary of La of Executive Order 11216 of September 21, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as thc administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in thc event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by thc administering agency thc Contractor may request thc United States to cntcr into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the applicant so participating is a State or local government, thc above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and thc Secretary of Labor in obtaining thc compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in thc discharge of thc agency's primary responsibility for securing compliance. The applicant furthcr agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11216 of September 21, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of thc Executive Order. In addition, thc applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any furthcr a sistance to thc applicant under thc program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; aefl refer the case to the De k. Clean Air Act 1. The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to thc Clean Air Act, as amended, 12 U.S.C. § 7101 ct seq. 2. The Contractor agrees to report each violation to the City of Miami and understands and agrees that the City of Miami will, in turn, report each violation as required to assure notification to the Curtis Park Community Center - D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Federal Emergel4cy Man3geI cRt Ager�c , Regional Office. 3. The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal aistance provided by FEMA. I. Federal Water Pollution Control Act 1. The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C.1251 et seq. 2. The Contractor agrees to report each violation to the City of Miami and understands and agrees that thc City of Miami will, in turn, report each violation as required to assure notification to the Regional Office. 3. The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal a sistance provided by FEMA. m. No Obligation by the Federal Government The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non Federal entity, the Contractor, or any other party pertaining to any matter resulting from the contract. n. Program Fraud and False or Fraudulent Statements or Related Acts The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to thc Contractor's actions pertaining to this contract. o. Byrd Anti Lobbying Amendment, 31 U.S.C. § 1352 (As Amended) Contractors who apply or bid for an award of $100,000 or more shall file thc required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person of Congress, officer, or employee of Congress, or an emp with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non Federal funds that takes place in connection with obtaining any Federal award. Such disclosures arc forwarded from ticr to tier, up to thc recipient who in turn will forward the certification(s) to thc awarding agency. Plcse rcfcr to thc "Certification Regarding Lobbying" attachment. It is MANDATORY for the Contractor to return this form signed along with their Bid. p• Procurement of Recovered Material 1. In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that arc EPA designated items unless the product cannot be acquired: a. Competitively within a timcframe providing for compliance with the contract performance schedule; b. Meeting contract performance requirements; or c. At a reasonable price. 2. Information about this requirement, along with the list of EPA designated items, is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive procurement guideline cpg program. 3. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act." Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 q. Non use of DHS, ScaI, Logo, and Flags agency officials without specific FEMA pre approval. r. Compliance with Federal Law, Regulations, and Executive Orders This is an acknowledgement that FEMA financial assistance will bc used to fund all or a portion of the policies, procedures, and directives. s. Access to Records 1. The Contractor agrees to provide thc Statc of Florida, City of Miami, the Federal agency providing funding, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which arc directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. 2. The Contractor agrees to permit any of thc foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 3. The Contractor agrees to provide the Federal agency providing funding or its authorized representatives acce , to construction or other work sites pertaining to thc work being completed under thc contract. 1. In compliance with the Disaster Recovery Act of 2018, the City of Miami and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by thc Federal agency providing funding or thc Comptroller General of thc United States. t. Suspension and Debarment 1. This contract is a covered transaction for the purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the Contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. 5180.995), or its affiliates (defined at 2 C.F.R. § 180.905) arc excluded (defined at 2 C.F.R. 5 180.910) or disqualified (defined at 2 C.F.R. § 180.935). 2. The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. 3. This certification is a material representation of fact relied upon by thc State of Florida, and City of Miami. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to thc Statc of Florida, and the City of Miami, thc Federal Government may pursue availabl suspension and/or debarment. 1. The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout thc period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. u. United States Housing and Urban Development; CDBG MIT 1. This contract is funded by US HUD dollars and Community Development Block Grant (CDBG) dollars, and/or CDBG Mitigation (CDBG MIT) dollars, and therefore, is subject to federal procurement regulations 2 CFR 200.318 to 200.327. 2. Unless a fixed price contract is used, profit must be negotiated as a separate clement of the price for each contract in performed. To establish a fair and reasonable profit, consideration must bc given to thc complexity of the work to be performed, the risk borne by the Contractor, the Contractor's investment, the Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 amount of subcontracting, the quality of its record of past performance, and industry profit rates in the surrounding geographical arca for similar work. v. Section 3 of the Housing and Urban Development Act of 1968 1. The work to be performed under this contract is subject to thc requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. § 1701u (Section 3). The purpose of Section 3 is to ensure that the employment and other economic opportunities generated by the United States Department of Housing and Urban Development's ("HUD") assistance of HUD assisted projects covered by Section 3, shall, to the greatest extent feasible, be directed to low and very low income persons, particularly persons who arc recipients of HUD assistance for housing. 2. The parties to this contract agree to comply with HUD's regulations codified in 21 C.F.R. part 75, which implements Section 3. As evidenced by their execution of this contract, the parties to this contract certify that they arc under no contractual or other impediment that would prevent them from complying with the regulations contained in 21 C.F.R. part 75. 3. The Contractor agrees to send to each labor organization or representative of workers with which the Contractor has a collective bargaining agreement or other understanding, if any, a notice advising thc labor organization or worker's representative of thc Contractor's commitments undcr this section 3 clause and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe thc Section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name the work shall begin. 1. The Contractor agrees to include this Section 3 clause in every subcontract subject to compliance with regulations in 21 C.F.R. part 75, and further agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this Section 3 clause, upon a finding that the subcontractor is in violation of thc regulations in 21 C.F.R. part 75. Thc Contractor will not subcontract with any subcontractor where the Contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 21 C.F.R. part 75. 5. Thc Contractor will certify that any vacant employment positions, including training positions, that arc filled (1) after the Contractor is selected but before the contract is executed; and (2) with persons other than those to whom the regulations of 21 C.F.R. Part 75 require employment opportunities to be directed, were not filled to circumvent the Contractor's obligations under 21 C.F.R. Part 75. 6. Non compliance with HUD's regulations as set forth in 21 C.F.R. Part 75 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD a listed contracts. 7. With respect to work performed in connection with section 3 covered Indian housing assistance, applies to the work to be performed undcr this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian owncd Economic Enterprises. Parties to this contract that arc subject to thc provisions of section 3 and section 7(b) agrcc to comply with section 3 to thc maximum extent feasible, but not in derogation of compliance with section 7(b). 8. Employment and Training. To the greatest extent feasible, and consistent with existing Federal, state, and local laws and regulations, recipients covered by 21 C.F.R. Part 75, subpart C shall Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 ensure that employment and training opportunities arising in connection with Section 3 projects aro provided to Section 3 workers within the Miami Dade County. Where feasible, priority for opportunities and training described in this subsection (i)should be given to: (a) Section 3 workers residing within thc service aro or thc neighborhood of thc project; and (b) Participants in YouthBuild programs. 9. Contracting. To the greatest extent feasible, and consistent with existing Federal, state, and local laws and regulations, recipients covered by 21 C.F.R. Part 75, subpart C shall ensure contracts for work awarded in connection with Section 3 projects arc provided to business concerns that provide economic opportunities to Section 3 workers residing within Miami Dadc County. Whcrc feasible, priority for contracting opportunities described in this subsection (ii) should be given to: (a) Section 3 busine , concerns that provide economic opportunities to Section 3 workers residing within the service arca or the neighborhood of the project; and (b) YouthBuild programs. w. Rights to Inventions Made Under a Contract or Agreement If the FEMA award meets the definition of "funding agreement" under 37 CFR § 101.2 (a) and the non Federal entity wishes to enter into a contract with a small business firm or nonprofit organization regarding thc substitution of parties, alignment or performance of experimental, developmental, or resurch work under that "funding agreement," the non Federal entity must comply with the requirements of 37 CFR Part 101, (Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Ceeperative Agreements) and any implementing regulations i sued by FEMA. x. Procurements by Non Federal Entities When procuring property and services under a Federal award, a State must follow the same policies and procedures it uses for procurements from its non Federal funds. The State will comply with 2 C.F.R. §5 200.321, 200.322, and 200.323 and ensure that every purchase order or other contract includes any clauses required by 2 C.F.R. § 200.327. All other non Federal entities, including subrecipients of a State, must follow the procurement standards in 2 C.F.R. §§ 200.318 through 200.327. Y. Contracting with Small and Minority Businesses, Women's Business Enterprises, and Labor Surplus Arca Firms 1. The non Federal entity must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus arca firms arc used when possible. 2. Affirmative steps must include: a. Placing qualified small and minority businesses and women's business enterprises on solicitation lists; b. Assuring that small and minority businc scs, and womcn's busine , enterprises arc solicited whenever they arc potential sources; c. Dividing total requirements, when economically fusible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and womcn's busing enterprises; d. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; e. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 f. Requiring thc prime contractor, if subcontracts arc to be let, to take the affirmative steps listed in paragraphs (b)(1) through (5) of this section. z. Prohi on g.n Certain Telecommunications and Video Surveillance Services or Equipment 1. Funds arc prohibited from being used to: o. Procure or obtain; b. Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115 232, section 889, covered telecommunications equipment is telecommunications cquipmcnt produced by Huawci Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). i. For the purposes of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytcra Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities) ii. Tciccommunications or vidco surveillance services providcd by such entities or using such cquipmcnt. iii. Tciccommunications or vidco surveillance cquipmcnt or services produccd or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an cntity owned or controlled by, or otherwise connected to, the government of a covered foreign country. Tciccommunications or vidco surveillance cquipmcnt or services produccd or providcd by an cntity that thc Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an cntity owned or controlled by, or otherwise connected to, the government of a covered foreign country. 2. In implementing the prohibition under Public Law 115 232, section 889, subsection (f), paragraph (1), hods of executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and technical support to mist affected busineses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications cquipmcnt and services, to procure replacement cquipmcnt and services, and 3. See Public Law 115 232, Section 889 and 2 C.F.R. § 200./171 for additional information. z. Domestic Preference for Procurement 1. This contract includes a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and othcactured products). processes, from the initial melting stage through the application of coatings, occurred in the United States. b. "Manufactured products" moans items and construction materials composed in wholc or in part of non ferrous metals such as aluminum; plastics and polymer based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. Curtis Park Community Center — D1 Project Number: 40-B193511 ITB No. 24-25-005-R Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 2. If funds arc for an infrastructure project the contract is subject to the terms and conditions of the Buy America Act preferences in 2 C.F.R pt. 181. aa. Affirmative Socioeconomic Steps If subcontracts arc to be let, the prime contractor is required to take all necessary steps identified in 2 C.F.R. § 200.321(b)(1) (5) to ensure that small and minority businesses, women's business enterprises, and labor surplus area firms arc used when possible. bb. License and Delivery of Works Subject to Copyright and Data Rights The Contractor grants to the City of Miami, a paid up, royalty free, nonexclusive, irrevocable, worldwide license in data first produced in the performance of this contract to reproduce, publish, or otherwise use, such data. For data required by the contract but not first produced in the performance of this contract, the Contractor will identify such data and grant to the City of Miami or acquires on its behalf a license of the game scope as for data first produced in the performance of this contract. Data, as used herein, shall include any work subject to copyright under 17 U.S.C. § 102, for example, any written reports or literary works, software and/or source code, music, choreography, pictures or images, graphics, sculptures, videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Upon or before the completion of this contract, the Contractor will deliver to the City of Miami data first produced in the performance of this contract and data required by the contract but not first produced in the performance of this contract in formats acceptable by the City of Miami. END OF SECTION REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 SECTION 4 BID FORMS Submitted: 05/21/2025 3:00 PM 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, the specified Work covered by the Contract Documents for the Project entitled: Bid No: 24-25-005-R Title: Curtis Park Community Center, Di 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 and fails to furnish the required Performance Bond and Payment Bond as well as 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 that 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. The 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. Note: Bidders are bidding on estimated quantities for the purpose of determining the lowest responsive and responsible Bidder. Payments will be made based on unit prices of actual quantities installed. Where a discrepancy exists between the unit price and the extended price the unit price will prevail. Where there is a discrepancy between the numerical and written bid amount, the written bid amount will prevail. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Form SU must be submitted with Bidder's Bid. The SU Form can be found on BidNet Direct with the bid documents for this Project. SCOPE OF WORK: The Curtis Park Community Center ("Project") is a new construction development project consisting of the demolition of the existing Community Center building, and the construction of a new facility of approximately 8,000 square feet. The new facility shall include, but is not limited to, the following features: large recreation multi -purpose room, warming kitchen area, computer lab, three (3) individual rooms, two (2) administration offices, one (1) arts & craft room with a sink, entrance reception area, restrooms with exterior access and able to be closed off from the rest of the building, IT room with laptop charging stations, fitness room, janitor closet, large sport equipment storage (with exterior access), security, alarm, lightning detection, CCTV, outdoor pavilion, code compliant parking area, Art in Public Places component, and landscaping. The project site is known to have contamination issues, and it is essential that the Contractor ensures that site workers are informed about the materials they will be working with and that appropriate precautions are taken throughout the work process. The Contractor and its subcontractors must ensure that they have adequate training to protect their team and address potential liabilities. It is advisable for the Contractor's superintendent to be well -trained and responsible for sharing important information with the crew. Additionally, it is recommended that staff members and crew attend training sessions lasting up to twenty- four (24) hours. The Contractor is responsible for communicating the site conditions and ensuring that subcontractors provide their workers with the necessary information and training relevant to the project. The full scope of work is detailed within this solicitation document, Section 1, Article 2, "Scope of Work" and the Construction Drawings. (The following MUST be filled in): ITB No. 24-25-005-R — Curtis Park Community Center LUMP SUM TOTAL FOR BID CONSTRUCTION COST (GUARANTEED MAXIMUM PRICE/COST): $ 11.388.981,00 WRITTEN LUMP SUM TOTAL BID CONSTRUCTION COST (GUARANTEED MAXIMUM PRICE/COST): Eleven million, three hundred eighty-eight thousand, nine hundred $ eighty-one dollars Dollars (Total Bid Construction Cost) PLEASE FILL OUT THE ATTACHED BID FORM AND SUBMIT WITH YOUR PACKAGE. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 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 04/18/2025 Addendum No. 2, Dated 04/28/2025 Addendum No. 3, Dated 05/12/2025 Addendum No. 4, Dated N/A Addendum No. 5, Dated N/A Part II: N/A 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. 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. 2. Drug Free Workplace The undersigned Bidder hereby certifies that it will provide a drug -free workplace program by: a) 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. b) 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. c) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1). d) 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. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 e) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee. f) 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. g) Making a good faith effort to maintain a drug -free workplace program through implementation of subparagraphs (1) through (6). 3. Lobbying The undersigned certifies to the best of his or her knowledge and belief, that: a) 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. b) 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. c) The undersigned shall require that the language of this certification be included in the award documents for "All" sub -awards at all tiers (including subcontracts, sub -grants, and Contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this 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 ten thousand dollars ($10,000) and not more than one hundred thousand dollars ($100,000) for each such failure. * 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 one hundred thousand dollars ($100,000) (per QMB). 1. 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 (3) year period preceding this bid 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 Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 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 (3) year period preceding this application, had one (1) 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. (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; and (5) Bidder will comply in supplying all requested information connected with the inquiry concerning responsibility. f) 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 to the City from the Bidder or Offeror, within the past five (5) years, unless the full amount of such moneys due to the City. 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 Procurement Officer 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 non -responsible. The prospective contractual party may demonstrate the availability of necessary financial, equipment, facility, and personnel resources by submitting: (1) 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 any of the statements in this certification, such Bidder shall submit an explanation to the City of Miami in writing. 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. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 nnri icinn Fnuclnnc In• RORFAr'37_Acnc,_d(lrr_AF F7_1 AF7'31:2(1SR1'3n Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. The Bidder acknowledges that included in the various items of the bid and in the total bid price are costs for complying with the Florida Trench Safety Act. These items are a breakout of the respective items involving trenching and will not be paid separately. They are not to be confused with bid items in the schedule of prices, nor be considered additional Work. The Bidder further identifies the costs and methods summarized below: Description Unit Price Utility trenches $15.00 and foundations (if applicable) Quantity Price 1,285 Extended Method $19,275.00 Shoring/Sloping (if required) Attached is a Bid Bond [ ], Cash [ ], Money Order [ ], Unconditional/Irrevocable Letter of Credit [ ], Treasurer's Check [ ], Bank Draft [ ], Cashier's Check [ ], Bid Bond Voucher [ ] or Certified Check [ ] No. N/A Bank of N/A (Bid Bond Submitted for the sum of Bid Bond Submitted for 5% of the Bid Dollars ($ 5% of Bid through Bid Bond). Part V: Scrutinized Companies The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations or debarred or suspended as set in section 18-107 or Ordinance No. 12271. The Proposer also certifies, pursuant to section 287.135(5), Florida Statutes, that at the time of submitting its Proposal it: (a) is not on the "Scrutinized Companies with Activities in Sudan List" or the "Scrutinized Companies with Activities in Iran Terrorism Sectors List"; (b) does not have business operations in Cuba or Syria; and (c) is not participating in a boycott of Israel. The Proposer further acknowledges that a false certification may subject it to contract termination, civil penalties, and debarment as provided under section 287.135. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 ITB No. 24-25-005-R: Certification Statement The Bidder hereby acknowledges and affirms to the contents of this Bid Form and its' response(s) thereto including without limitations Part I through V have been, read, understood, and agree to by signing and completing the spaces provided below. Bidder Name: Signature: Printed Name/Title: City/State/Zip: Email: Home Express Corp. DBA HE Builders atias Otero (Vice President) 2572 NE 182nd Terrace, North Miami Beach, FL 33160 agustin@he-builders - marisabel@he-builders Telephone No.: 305-981-6256 / (954) 319-4058 Fax No.: Social Security No. Dun & or Federal I.D. No. FEIN 56-2429411 Bradstreet No. N/A DUNS 117098602 (If applicable) If a partnership, names, and addresses of partners: 51 % Horacio Otero (President) / 301 Jefferson Ave. (Apt 2C), Miami Beach, FL 33139 49% Matias Otero (Vice President) / 2572 NE 182nd Terrace, North Miami Beach, FL 33160 END OF SECTION Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 UP. ,4, :J ti • CERTIFICATE OF AUTHORITY (IF CORPORATION) I HEREBY CERTIFY that at a meeting of the Board of Directors of Home Express Corp. DBA HE Builders of Florida a corporation organized and existing under the laws of the State , held on the 21th day of May 2025, a resolution was duly passed and adopted authorizing (Name) Matias Otero as (Title) Vice President 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, ve hereunto set my hand this 21th, day of I''f ay 20 25 Vice President Matias Otero Print: CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws of the State of , held on the _ day of 20_, a resolution was duly passed and adopted authorizing (Name) as (Title) of the to execute bids on behalf of the partnership and provides that his/her execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, 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). Curtis Park Community Center— D1 ITB No. 24-25-005-R Project Number: 40-B193511 1 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) HEREBY CERTIFY that, I (Name) , individually and doing business as (dfb/a) bound by the terms of the bid to which this attestation is attached. Signed: 5 Print: 1 l NOTARIZATION Of\ ke) STATE OF ) 1 COUNTY OF %atiard, (If Applicable) have executed and am IN WITNESS WHEREOF, I have hereunto set my hand this _, day of ) The foregoing instrument was acknowledged before me this by M��iuJ D1-60 day of , 20_. 2015, , 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 j04l,1LGJ'n1 Wt100 l.aCh . PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC Curtis Park Community Center— Di Project Number: 40-B193511 MARISABEL CASTANEOA Commission # HH 379163 Expires April 5, 2027 ITB No 24-25-005-R Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 BID BOND FORM (Page 1 of 3) State of County of City of KNOWN ALL PERSONS BY THESE PRESENTS, that Home Express Corp DBA HE Builders as Principal, Deve&opers Suety and Indemnity Company as Surety, are held and firmly bound unto the City of Miami, in the penal sum of Five Percent Of The Total Amount Bid dollars VTem imrw..vww 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 May 21 , 20 25, for: ITB No. 24-25-005-R Curtis Park Community Center, DI Project Number: 40-B193511 NOW THEREFORE: (a) If the Principal shall not withdraw said bid within one hundred eighty (180) calendar days after date of opening the same, and shall within ten (10) calendar 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. Curtis Park Community Center— D1 1TB No 24-25-005-R Proiect Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 BID BOND FORM (Page 2 of 3) IN WITNESS WHEREOF, the above bound parties have executed this instrument under their several seals, this 20th day of May 2025_, 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 will only attest and ffix seal) Signature of authorized officer Signature of authorized officer Affix Seal WITNESS: Signature of Surety Secret Ty Sherrin Martinez Affix Seal tr��4 t936- ` t • '........... Curtis Park Community Center — 01 Project Number: 40431935)1 PRI l; express Corp DBA HE Builders Sign Ma�kf tfircr9 Full N mea�,n!]d Title y�,� U�4 ,by Name49reXJ Firm po ip , 3040 NW 23rd Terrace tgjo Business Address Miami FL 33142 City/State/Zip Code SURETY: DeveEopers Surety and Indemnity Company Signature of Authorized Officer Jonathan A. Bursevich, Attorney -in -Fact Full name and Title Developers Surety and indemnity Company Name of Firm 800 Superior Avenue E. 21st Floor Business Address Cleveland, OH 44114 City/State/Zip Code ITB No. 24-25-005-R • Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 1110,V ri ' i,.1l! BID BOND FORM (Page 3 of 3) CERTIFICATE AS TO CORPORATE PRINCIPAL ,, ttil 0\-tv , certify that l am the ry of the Corporation named as Principal in the within bond: that Oif 1fre\W 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 it erning body. orate Seal) STATE OF ) COUNTY OF ) CITY OF ) Before me, a Notary Public duly commissioned, and qualified, personally appeared Jonathan A. Bursevich says tha to me well known, who being by me first duly sworn upon oath, he is the attorney -in -fact, for the Developers Surety and indemnity Company and that he/she has been authorized by Home E*¢ess Carp DBA HE Builders 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 20th day of May INSTRUCTIONS: Bid Bonds must be accompanied by a Power of Attorney, in compliance with Instructions to Bidders. Curtis Park Community Center— D1 Project Number: 40-B193511 20 25 ary Py131ic, State of o at Large. My Commission Expires: DOREEN SHEARIN NOTARY PUBLIC STATE OF FLORIDA NO. 1-11-1248723 MY COMMISS ON EXPIRES APR. 11, 2026 ITB No 24-25-005-R • • i Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 PO1►'kldOPA1-1-ORNF1' I(1R COHEP(rtN1L- II tIRAN('F COMPANY DE►'Et.(IPERSS11RE(Y AND INUElsIN ITN COMPANY SO Maiden I:ane, 4kd Fluor. New York. NY 19(138 (211)220.7120 KNOW ALL BY TIME PRISiI NTS that., except os cxpreshly Invited herein, CCylilil'Olhrlti INSUIiANCII COMPANY lr J L)LVY.IS)PTRS SURn Y .ANI) INfFMNnY COMPANY, do herby mulct, constitute and appoint Warren Aker, David Saline, Jonathan Bursevich, Russ Stampler and Joseph Schwartz or Miami Lakes, FL as its true and lawful Altomt '-in-Font, to snake, execute, ticlivcr and acknowledge, fee and on beimIrot said eunlpanfes, a3 sureties, bonds, undcfl kings and coatrxts of suretyship (afvirug aril granting unto said Attomcy-in-Fact full power and authority to do and to perform every oCt necessity, requisite or proper to he don in coraaectsan therewith as each of said company could do, but reserving to cacti of saki company full power of suhclitution aril revocation. add all of the acts of said Attorney-vn-Fa:t, pursuant to llresz prevents. at Iterehy rattfre4 and confirmed. This Potwar of Attorney is effective 07103/2024 and shall expire on December 31.2023- This Peones of Attorney is granted and is signed under and by authority of the fbIlowing resolutions adapted by the Board of Directors of COREROINTE INSURANCE: COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY (collectively, "Company') on February Itl, 2023- RESOLVED, that Sant 7atu, Prtwidenc, $urCIY Jnderwriti t, lames Bell, 'Vice President. Suret}_UndcrwrtunE and CAW. Datsson i;xcryalive [:ncicrwrrtCL aunt, each an employe: of AmTtust North America, Me., an affiliate Odle Company (tire "Authorized Signors'). are hereby authorized to execute a Patter of Attorney, qualifying auorney(s).in-fact named in the Power of Attorney to extrude, on behalf of the Company. bonds. undertakings and contracts of suretyship, or other S'inrely$hi11 nkallgat inns. and that the Seerel3ry or any Assistant Secretary of the Company be, and each of them hereby is, authorized to ascot the execution of any such Power of Attorney RESOLVED, that the Signature ()fan), one of the Authorized Signors and the Secretary or any Assistant Secretary oldie Company, and the seal of the Company most be affixed to any Such Pan+cr of Attorney, and any such signature or seal may be affixed by facsimile, and such Power of Attorney shell be valid and bindinve upon thc-Compaary when so affixed and in the future with respect to any baud, caximbikirsg or cantnct of suretyship to which it is attached IN W ITMESS WHEREOF, COREPOIt.TE fNSURANCE CQMP.ANY and DEVEWPER.S SUREi'Y AND INDEMNITY COMPANNiY lam caused these presents to be signed by theAultottied Signor and auuttssrcd by their Secretary or Assistant Secretory this12 March 2 ,y,aaNuaia7.102)araa+ . •.�,1 s3tlsuaaaaa By. i Pa irtted Na .Seat Lana ' 0 ' '6. 0, 7. : •t'C' F- \z mod; :(1_ a oat * *e data L-, __L. `- ,,,H Title: President_ Surety Underwriting ACKNOWLEDGEMENT: aaaratasiss` fitlaitaite' A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, arid not the truthfulness, accuracy, or validity of that document. STATE OF California COUNTY OF Orange • On this;7 4ay of March , 20 23 , before me. Roan-Quycn Phu Plans . persooaily appeared Stan -Lraaa who proved to nnc on the basis of salisfactoryevidnxeto lit: the person whose name is subscribed to within the instrument and acknowledged to me that they executed the some in chew authorized capacity, and that by the signature on the instrument the entities upon behalf which teen person acted, executed this instsvunent. I certify. sunder penalty of perjury, tinder the Is of the Slate al California WITNESS my hand and official seal. CORPORATE CERTIFICATION 'Ile undersigned. the Secretary or Assistant Sccrcuary of (OlUiR)IN"lli INSURANCE COMPANY tots I)I VI: ,t)PkiltS SURI:IY AND INDEMNITY COMPANY, dots hereby certify that the provisions of the resolutions or the rc5pcetiva Boards of Directors of said Cotporati0ns it torth in this Puwsr of Attorney in in fuzee as of die date of this Certification. that the loregomgparagraph is Iruoand conrtxt HOANCrQUYEM! P1tAM Notary luEtk • California Orange County Conti isston 0 243Z9?O e: 4 My Comm. Wes Doe 31, 2O24 'this Cali fieation ix executed in the City of Clcv:larul. Ohio. this March 19, 202J. Ooeuraipned by: f�7a WI f is Meer t r$Wn5E7ADES4aC_. - DocuSIgnEnvelopelO:3352BFE16-5E9D-4796-837E.CiE4S5E6530F Barry W. Moses, Assistant Secretary' POA No. NIA lad. 0323 Signed and sealed this 20th day of May 2025 . FLORIDA DEPARTMENT OF FINANCIAL SERVICES JONATHAN AN, Resident Insurance License • 022D - GENERAL LINES (PROF' &_CA,S) Please Nc te: Lfee • • d, • -=•=, .4F.= - , „iiiairlv.gekii.e.,,':-Ie-4...;,t_•!., ''i. - -N411144' - - 1-4L-7----- - - ,_ , A licanose may only illilifiSACi insurance AH•14CW Eifl ire aiagrairelrnarli frt,arCif*44"PkriirOii.. arriplocr.. if pli-• find. aclingr a 3001 public skjusl air, IV' reinsurance inlerrnediary rnenegeritenkne, you shoul9 Uwe ' sin a ppllii5ri. tt°,4:npereixiltirj 7.yziur own reni97A)+J, rt.-Wilti,.., She 4^6'.. .. .i If ircry,git- r 1.111SUIE 0 your license slain yinli elnnukl conlact the Harkin eisparairlint of Financial -5 aracos iiiiiiiiicilatcY;•illiis • rkesipe 011 iltpiri3.' i:.m';'ik, 1hec...-43, iinarittap''ffIa2a-.f.trithcki an alpFaintntant an.1 oath crillBlii Cil inillurance 11-Wed. Pf such expirOw =um, the indY-41.1411#111t.b,? R.N- 41.-11 la -re -4-411.11Pilid-ial-L,mil- 412.11L6WC.114,1ki.eflire wee otiailad by pas s AI a licensixe •axaminaedi alreret by Ito Fkeida nopotilnionl el Frilingiiit-sivis2t9;ia. licersee --ls, stir.0,9t1ia comply ihiili.;:bOnlinvirse;itciucalion requirentesys a:etch-led in hae.ael 5 or 64E1,385 Florida Slialarlas. A 5censee intay-. tracil iffilar.E191,?!V.a witi!*4141rKiiiiatil.ants csinpleled _.or-'iii.eO;lisfl in !heir FillyPnorio aCCOUnt a! iinpendkos.lbire.norri, To V.IJIk.:Isiktk MG 6.51:kkVIW bl this licanse. yeii-jinay,,Lerill'ies iwIlirkiiilicenaLi—Noo' fa LoodersinOse -Nniarcril" an UV HafKla Department od Financial Sandie:ea weblIllialPansw_MyFlorislaCFO.icorrilDivisionlArgank "--ni,---:7':,--,----....-- „ -,-----,--.-4,----1-`4.7-YF--- . :N„*-- YBURSEVICH W.2272 •R- h 'nom. 11-• • . . 40 vrastrd. =4•Fr 7 lik."7 66.= te yoyfielfs JeffAtwater Chief Manacled Officer State or Florida 8£9808968L617-dZEIV-1717317-88Z17-90179080d :al adoianu3 u6pn000 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 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. a) How many years has Bidder been in business under its current name and ownership? 22 Professional Licenses/Certifications (include name and number)* Issuance Date CGC1508204 (09/17/24), CFC1429564 (08/20/24), CMC1250624 (08/19/24), EC13008972 (08/20/24), FPC17-000095 (07/01/24) All issued by DBPR Florida - Liicences and Certificates will be attached to thid bid submission SBE Miami -Dade County (05/01/2023), DBE FDOT (09/20/2024) , MBE State of Florida (08/22/2023) (*include active certifications of small business enterprise and name of certifying entity) b) Date Bidder licensed by Dept. of Professional Regulation: Originally licensed 12/16/2004 c) Qualified Business License: Yes ❑ No 0 If Yes, Date Issued 09/17/2024 General Construction, Commercial New Building, Underground Utilities, Earthworks, Paving, Parking Lots, Landscaping, Irrigation, Sidewalk, MEP, Low Voltage, Interior d) What is the Bidder's business? Renovation, Engineering, other. (This answer should be specific. For example: paving, drainage, schools, interior renovations, etc.) e) Name of Qualifier, license number, and relationship to Bidder: Matias Otero, CGC1508204 (Among other Licenses), Vice President f) Names of previous Qualifiers during the past five (5) years including, license numbers, relationship to Bidder and years as qualifier for the Bidder. N/A 2. Name and Licenses of any prior companies: Name of Company License No. Issuance Date N/A 3. Type of Business Entity: ❑ Corporation © "S" Corporation El LLC El Sole Proprietorship ❑ Other: (Corporations will be required to provide a copy of their corporate resolution prior to executing a Contract) Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 4. Business Entity Ownership: a) Identify all owners of the Business Entity. Name Title Horacio Otero President % of ownership 51% Matias Otero Vice President 49% b) Is any owner identified above an owner in another company? ❑X Yes ❑ No If yes, identify the name of the owner, other company names, and % ownership. MATIAS LUCIANO OTERO PA 100% HOME BUILDERS OF LEHIGH, LLC 100% Matias Otero 7001 NW 36 AVE LLC 50.00% LEHIGH ACRES DEVELOPMENT, LLC 66.66% ENAZ DEVELOPMENT LLC 33.00% 4213 LEE BLVD LHAD, LLC 66.66% FLORIDA HIGHWAY CONTRACTORS, INC 49.00% DYMI LEHIGH DEV, LLC 66.66% 3455 NW 37 STREET LLC 33.00% LEHIGH BLUEPRINTS CONSTRUCTION DEV, LLC 66.66% ADVENTURA CONSTRUCTION PLANNING I, LLC 50.00% c) Identify all individuals authorized to sign for the Business Entity, indicating the level of their authority (Check applicable boxes and for other provide specific levels of authority) Name and Title Signatory Authority All Cost No -Cost Other Matias Otero Vice President ❑ ❑ ❑ El El El El Explanation for Other: N/A (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: 49 Number of Managerial/Admin. Employees: 6 Number of Trades Personnel and total number per classification: (Apprentices must be listed separately for each classification) Plumbers (2), Electrical (6), Mechanical (4), Carpenter (6), Ironworker (7), Framer -Drywall (5) General Labor (8), Fire Alarm (1), Superintendent (4) This number may vary depending on the needs of our projects How many employees are working under H2B visas? NO 6. Has any owner or employee of the Bidder been convicted of a federal offense or moral turpitude? If yes, please explain: NO Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 7. Insurance and Bond Information: a) Insurance Carrier name and address: Am Trust Surety (An Am Trust Financial Company) Birmingham, AL David Kinney b) Insurance Contact Name, telephone, and e-mail: 678-258-8302 / 513-257-9226 - david.kinney@amtrustgroup.com From our Broker: EMR scores are only for Traditional Insurance companies c) Insurance Experience Modification Rating (EMR): to present you (ASG or our Sureties don't provide an EMR score) (If no EMR rating please explain why) d) Number of Insurance Claims paid out in last five (5) years and their corresponding value: N/A e) Bond Carrier name and address: ALTER SURETY GROUP 5979 NW 151st Street, Suite 202 Miami Lakes, FL 33014 f) Bond Carrier Contact Name, telephone, and e-mail: Jonathan Bursevich - jursevich@altersurety.com - (954) 736 7643 g) Number of Bond Claims paid out in last five (5) years and their corresponding value: N/A 8. Have any claims lawsuits been filed against the Bidder in the past five (5) years? If yes, identify all Bidder has either settled or an adverse judgment has been issued against Bidder. Identify the year, basis for the claim or judgment, and settlement, unless the value of the settlement is covered by a written confidentiality agreement. N/A 9. To the best of Bidder's knowledge, is Bidder or any of Bidder's officers currently under investigation by any law enforcement agency or public entity? If yes, provide details: N/A 10. Has Bidder been assessed liquidated damages or defaulted on a Project in past five (5) years? Yes ❑ No LEI If yes, provide an attachment that provides an explanation of the Project. 11. Has Bidder been cited for any OSHA violations in the past five (5) years? If yes, please provide an attachment including all details on each citation. N/A 12. Provide an attachment listing all of the equipment, with a value of five thousand dollars ($5,000) or greater, owned by the Bidder. N/A B. Project Management and Subcontract Details 1. Bidder's Project Manager for this Project: a) Name: Matias Otero b) Years employed by Bidder: Vice President (Working since the company inception, 22 years) Curtis Park Community Center — D1 Project Number: 40-B193511 ITB No. 24-25-005-R Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 c) Licenses/Certifications: CGC1508204 (09/17/24), CFC1429564 (08/20/24), CMC1250624 (08/19/24), EC13008972 (08/20/24), FPC17-000095 (07/01/24) d) Last three (3) Projects with the company including role, Scope of Work, and value: Miami -Dade Fire Rescue Department - Ocean Rescue HQ (New Building) / Project Manager / $ 7,168,593.35 Miami -Dade DTPW - Historic Bridgers Rehabilitation and Painting (Transportation) / Project Manager / $ 4,584,571.74 Miami -Dade Aviation Department - MIA Restrooms Renovation (Renovation) / Project Manager / $ 4,026,451.60 2. Subcontractors: Name Trade % of Work License No. Certification* Soil Management CGC1505536 Cherokee Enterprises, Inc. (Remediation Scope) 2 - 4 % PG1416 / PE61885 *Additional details and projects will be included as attachment to this bid submission Summa Mechanical Contractors LLC Mechanical 5-7% CMC1249636 Roof For Life LLC Roofing 2 - 4 % CCC1327847 Important Note: As prime contractors, we are licensed in multiple trades (see licences attached), have an in-house Professional Engineer (PE), and hold Small Business Enterprise (SBE Miami -Dade County), Minority Business Enterprise (MBE State of Florida), and Disadvantaged Business Enterprise (DBE Florida Department of Trancportatinn) rartifiratinnc I iranca anri r:artifiratac will ha attarhari to thic hirl ci ihmiccinn (*active certifications of small business enterprise and name of certifying entity) 3. Scope of Physical Labor Construction Work to be performed by Bidder 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) With licenses in multiple trades (CGC 1508204, CFC 1429564, CMC 1250624, EC 13008972, FPC 17-000095), our company has the expertise and capability to self -perform approximately 85% of the work required for this project, just as we are succesfully doing on a similar project for the Miami -Dade Fire Rescue Department. One of the most critical aspects of this project is the remediation of contaminated soil, which requires specialized handling to ensure compliance with environmental regulations and project safety standards. Given the complexity and importance of this task, we will subcontract this scope to Cherokee Enterprices Inc., a highly expericed firm with a proven track record in soil remediation. Additionally, we will subcontract the roofing scope to a licensed roofing company to ensure the highest quality and compliance with industry standards. Similarly, we will subcontract the mechanical scope of work to a specialized mechanical contractor to ensure the job is completed with the quality and safety standards required for this type of project. By self -performing the majority of the work and partnering with specialized experts for key scopes, we are fully equipped to deliver this project efficiently and to the highest standard We will include as attachments to this submission our Company Presentation and Experience, as well as the presentation of Cherokee Enterprices Inc., showcasing their extensive expertise in contaminated soil remediation Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 City of Miami, Department of Procurement Experience of the Prime Contractor/Reference Form ITB-GCR INSTRUCTIONS General Contractors shall complete the following information for completed projects where they believe the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in the Notice to Contractors. FAILURE TO COMPLETE AND SUBMIT THIS FORM FOR THE NUMBER OF PROJECTS REQUIRED IN THE NOTICE TO CONTRACTORS, WILL RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. The Following Section to be Completed by the Certified General Contractor Name of Certified General Contractor (CGC): Home Express Corp. DBA HE Builders The above -referenced CGC is responding to a bid that has been issued by the City of Miami. The City requires that the CGC provide written references with their bid submission. By furnishing you with this document, the CGC is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: 2022-MDFR-CR-OR-HQ Miami -Dade Fire Rescue Crandon Park Ocean Rescue Headquarters Name of Referenced Project: 8,000 SF New Building at Crandon Park (Key Biscayne) - Ocean Rescue Headquarters with Scope of Referenced Work: LEED Silver Certification Did the Scope involve work of comparable scope, scale, and complexity to the Project within the past ten (10) years? 1-1 Yes ❑ No Value of Project: $ 7,168,593.35 Date Completed: In process Percentage of physical construction Work self -performed by the CGC: 85-95 Was Project completed on time and within budget: ❑ Yes ❑ No (Project in Progress, Currently ahead of Schedule) If not, was the CGC at fault, contributed to the delay, or increased cost? ❑ Yes ❑ No If yes, please provide details: (Project in Progress) Comments: See attachments with more details and photos. Reference Company Name: Miami -Dade Fire Rescue Department Reference Name/Title and Position: Alfredo Garmendia (Project Manager) Reference Phone Number AND E-mail Address: 786 498 8635 - Alfredo.Garmendia@miamidade.gov Certified General Contractor Certification of Information By signing below, I certify all information is true and correct to the best of my knowledge. Matias Otero (Vice President) Certified General Contractor's Signature Curtis Park Community Center — D1 Project Number: 40-B193511 C�- ITB No. 24-25-005-R Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 City of Miami, Department of Procurement Experience of the Prime Contractor/Reference Form ITB-GCR INSTRUCTIONS General Contractors shall complete the following information for completed projects where they believe the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in the Notice to Contractors. FAILURE TO COMPLETE AND SUBMIT THIS FORM FOR THE NUMBER OF PROJECTS REQUIRED IN THE NOTICE TO CONTRACTORS, WILL RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. The Following Section to be Completed by the Certified General Contractor Name of Certified General Contractor (CGC): Home Express Corp. DBA HE Builders The above -referenced CGC is responding to a bid that has been issued by the City of Miami. The City requires that the CGC provide written references with their bid submission. By furnishing you with this document, the CGC is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: 019-001.01 MIAMI Seaport Video Wall Lan Room The Work of this Contract comprises the general construction necessary for the relocations, Scope of Referenced Work: renovations, and upgrades of two existing locations in the PortMiami Administration Building and Cruise Terminal G at the Miami -Dade County Seaport Department Did the Scope involve work of comparable scope, scale, and complexity to the Project within the past ten (10) years? ❑ Yes Ei No Value of Project: $ 2.2M Date Completed: 09/2019 Percentage of physical construction Work self -performed by the CGC: 85 - 95 Was Project completed on time and within budget: ❑X Yes ❑ No If not, was the CGC at fault, contributed to the delay, or increased cost? ❑ Yes ❑ No If yes, please provide details: Comments: See attachments with more details and photos. Reference Company Name: Miami -Dade Seaport Department (Port of Miami) Reference Name/Title and Position: Frank Ramirez Reference Phone Number AND E-mail Address: 305 347 5508 - frank.ramirez@miamidade.gov Certified General Contractor Certification of Information By signing below, I certify all information is true and correct to the best of my knowledge. Certified General Contractor's Signature Matias Otero (Vice President) Curtis Park Community Center — D1 Project Number: 40-B193511 ITB No. 24-25-005-R Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 City of Miami, Department of Procurement Experience of the Prime Contractor/Reference Form ITB-GCR INSTRUCTIONS General Contractors shall complete the following information for completed projects where they believe the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in the Notice to Contractors. FAILURE TO COMPLETE AND SUBMIT THIS FORM FOR THE NUMBER OF PROJECTS REQUIRED IN THE NOTICE TO CONTRACTORS, WILL RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. The Following Section to be Completed by the Certified General Contractor Name of Certified General Contractor (CGC): Home Express Corp. DBA HE Builders The above -referenced CGC is responding to a bid that has been issued by the City of Miami. The City requires that the CGC provide written references with their bid submission. By furnishing you with this document, the CGC is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: MIA North Terminal Public Restrooms Modernization Group 1 This project involves the comprehensive interior renovation, modernization, and ADA compliance upgrades Scope of Referenced Work: for four sets of public restrooms (male, female, unisex, and janitor's closet) located in Terminal D of Miami International Airport. Did the Scope involve work of comparable scope, scale, and complexity to the Project within the past ten (10) years? [ Yes ❑ No Value of Project: $ 4,026,451.60 Date Completed: In process Percentage of physical construction Work self -performed by the CGC: 100 Was Project completed on time and within budget: ❑ Yes ❑ No (Project in Progress, Currently ahead of Schedule) If not, was the CGC at fault, contributed to the delay, or increased cost? ❑ Yes ❑ No (Project in Progress) If yes, please provide details: Comments: See attachments with more details and photos. Reference Company Name: Miami -Dade Aviation Department Reference Name/Title and Position: Yovanna Alvarez (Project Manager) Reference Phone Number AND E-mail Address: 305 876 8325 - YAlvarez@flymia.com Certified General Contractor Certification of Information By signing below, I certify all information is true and correct to the best of my knowledge. Certified General Contractor's Signature Matias Otero (Vice President) Curtis Park Community Center — D1 Project Number: 40-B193511 ITB No. 24-25-005-R Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 City of Miami, Department of Procurement Experience of the Prime Contractor/Reference Form ITB-GCR INSTRUCTIONS General Contractors shall complete the following information for completed projects where they believe the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in the Notice to Contractors. FAILURE TO COMPLETE AND SUBMIT THIS FORM FOR THE NUMBER OF PROJECTS REQUIRED IN THE NOTICE TO CONTRACTORS, WILL RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. The Following Section to be Completed by the Certified General Contractor Name of Certified General Contractor (CGC): Home Express Corp. DBA HE Builders The above -referenced CGC is responding to a bid that has been issued by the City of Miami. The City requires that the CGC provide written references with their bid submission. By furnishing you with this document, the CGC is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: City of Tamarac - Sunset and Veterans Park Renovations Renovation of two parks in the City of Tamarac. The project involved new construction of Restrooms Scope of Referenced Work: and Deposit Facilities in both Parks, along with landscaping, paving, drainage, sidewalk, MFP, Finishes, restoration,of monuments, along with other activities. Did the Scope involve work of comparable scope, scale, and complexity to the Project within the past ten (10) years? Ei Yes ❑ No Value of Project: $ 1.9M Date Completed: 12/2023 Percentage of physical construction Work self -performed by the CGC: 90 Was Project completed on time and within budget: ® Yes ❑ No If not, was the CGC at fault, contributed to the delay, or increased cost? ❑ Yes ❑ No If yes, please provide details: Comments: See attachments with more details and photos. Contractor Performance Report Attached. Reference Company Name: City of Tamarac Reference Name/Title and Position: Ron Stein (Project Manager) Reference Phone Number AND E-mail Address: 954-531-2395 Certified General Contractor Certification of Information By signing below, I certify all information is true and correct to the best of my knowledge. Certified General Contractor's Signature Matias Otero (Vice President) Curtis Park Community Center — D1 Project Number: 40-B193511 ITB No. 24-25-005-R Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 City of Miami, Department of Procurement Experience of the Prime Contractor/Reference Form ITB-GCR INSTRUCTIONS General Contractors shall complete the following information for completed projects where they believe the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in the Notice to Contractors. FAILURE TO COMPLETE AND SUBMIT THIS FORM FOR THE NUMBER OF PROJECTS REQUIRED IN THE NOTICE TO CONTRACTORS, WILL RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. The Following Section to be Completed by the Certified General Contractor Name of Certified General Contractor (CGC): Home Express Corp. DBA HE Builders The above -referenced CGC is responding to a bid that has been issued by the City of Miami. The City requires that the CGC provide written references with their bid submission. By furnishing you with this document, the CGC is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: Lehigh Acres Housing Development (Phase 1 and Phase 2) The project entails creating a 60-unit housing community in Lehigh Acres. New Building, Concrete Scope of Referenced Work: Structure, Wood Trusses, CMU blocs, Roadway and Paving, Drainage Systems, Utilities Installation, escape Design, MEP, Drywall, Finishes, Openings, among other activities. Did the Scope involve work of comparable scope, scale, and complexity to the Project within the past ten (10) years? ❑X Yes ❑ No Value of Project: $ 14,351,639 Date Completed: 2024 Percentage of physical construction Work self -performed by the CGC: 100 % Was Project completed on time and within budget: 71 Yes ❑ No If not, was the CGC at fault, contributed to the delay, or increased cost? ❑ Yes ❑ No If yes, please provide details: Comments: See attachments with more details and photos. Contractor Performance Report Attached. Reference Company Name: Lehigh Acres Development Reference Name/Title and Position: Chenia Veiga - Project Manager Reference Phone Number AND E-mail Address: 305-979-4027 / manager@lehighacresdevelopment.com Certified General Contractor Certification of Information By signing below, I certify all information is true and correct to the best of my knowledge. Certified General Contractor's Signature Matias Otero (Vice President) Curtis Park Community Center — D1 Project Number: 40-B193511 ITB No. 24-25-005-R Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 City of Miami, Department of Procurement Experience of the Prime Contractor/Reference Form ITB-GCR INSTRUCTIONS General Contractors shall complete the following information for completed projects where they believe the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in the Notice to Contractors. FAILURE TO COMPLETE AND SUBMIT THIS FORM FOR THE NUMBER OF PROJECTS REQUIRED IN THE NOTICE TO CONTRACTORS, WILL RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. The Following Section to be Completed by the Certified General Contractor Name of Certified General Contractor (CGC): Home Express Corp. DBA HE Builders The above -referenced CGC is responding to a bid that has been issued by the City of Miami. The City requires that the CGC provide written references with their bid submission. By furnishing you with this document, the CGC is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: W180003-R Coral Gables Library Interior Renovation Roof Replacement and Impact Resistant Windows Doors Interior Renovations, Roof Replacement and Impact Resistant System, of the Coral Gables Library 28,446 Scope of Referenced Work: square foot building and floor area of 34,203 square feet. The City of Coral Gables has designated the Coral Gables Library as an historical building. Did the Scope involve work of comparable scope, scale, and complexity to the Project within the past ten (10) years? ❑X Yes ❑ No Value of Project: $ 4,370,308.48 Date Completed: April 2023 Percentage of physical construction Work self -performed by the CGC: 90 Was Project completed on time and within budget: 1C I Yes ❑ No If not, was the CGC at fault, contributed to the delay, or increased cost? ❑ Yes ❑ No If yes, please provide details: Comments: See attachments with more details and photos. Contractor Performance Report Attached. Reference Company Name: Miami -Dade Public Library Systems Reference Name/Title and Position: Lisa Thompson (Project Manager) Reference Phone Number AND E-mail Address: Lisa.Thompson@miamidade.gov 1305-375-5106 / 305-202-4610 Certified General Contractor Certification of Information By signing below, I certify all information is true and correct to the best of my knowledge. Certified General Contractor's Signature Matias Otero (Vice President) Curtis Park Community Center — D1 Project Number: 40-B193511 ITB No. 24-25-005-R Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 City of Miami, Department of Procurement Experience of the Prime Contractor/Reference Form ITB-GCR INSTRUCTIONS General Contractors shall complete the following information for completed projects where they believe the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in the Notice to Contractors. FAILURE TO COMPLETE AND SUBMIT THIS FORM FOR THE NUMBER OF PROJECTS REQUIRED IN THE NOTICE TO CONTRACTORS, WILL RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. The Following Section to be Completed by the Certified General Contractor Name of Certified General Contractor (CGC): Home Express Corp. DBA HE Builders The above -referenced CGC is responding to a bid that has been issued by the City of Miami. The City requires that the CGC provide written references with their bid submission. By furnishing you with this document, the CGC is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: Historic Bridge No. 874129 and 874130 Rehabilitation and Painting along Curtiss Parkway over Miami Canal This project focuses on the rehabilitation and preservation of two historic bridges, Bridge Nos. 874129 and Scope of Referenced Work: 874130, located along Curtiss Parkway over Miami Canal. The work encompasses all necessary operations to restore and enhance the structural integrity, functionality, and aesthetic appeal of thesehistoric structures. Did the Scope involve work of comparable scope, scale, and complexity to the Project within the past ten (10) years? a Yes ❑ No Value of Project: $ 4,584,571.74 Date Completed: In process Percentage of physical construction Work self -performed by the CGC: 80 - 90 % Was Project completed on time and within budget: ❑ Yes ❑ No (Project in Progress, Currently ahead of Schedule) If not, was the CGC at fault, contributed to the delay, or increased cost? ❑ Yes ❑ No (Project in Progress) If yes, please provide details: Comments: See attachments with more details and photos. Reference Company Name: Miami -Dade Department of Transportation and Public Works Reference Name/Title and Position: Jorge Perez (Project Manager) Reference Phone Number AND E-mail Address: 305 608 9766 - Jorge.Perez2@miamidade.gov Certified General Contractor Certification of Information By signing below, I certify all information is true and correct to the best of my knowledge. Certified General Contractor's Signature Matias Otero (Vice President) Curtis Park Community Center — D1 Project Number: 40-B193511 ITB No. 24-25-005-R Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 `y: OFFICE LOCATION AFFIDAVIT (Page 1 of 3) Please type or print clearly. Thls 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 El Sole Proprietorship E Corporation P03000132741 11/1712003 Corporation Document No. 5460563 (General Contractor) Date Established 12/01/2024 Occupational License No Date of Issuance Office Location (Establishment of the Bidder): PRESENT Street Address. 2572 NE 182nd Terrace, North Miami Beach, FL 33160 (1 Year at this Location) City: State: How long at this location. PREVIOUS Street Address. 7508 SW 189th St, Cutler Bay, FL 33157 (2 Years at this Location) 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 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 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 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 were received shall be acceptable to satisfy the requirements of this section. and shall be available for review and approval 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 Curtis Park Community Center— 01 ITB No 24-25d005-R Project Number 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 OFFICE LOCATION AFFIDAVIT (Page 2 of 3) 3) Has had for a minimum of twelve (12) months immediately preceding the date bids 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 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 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 be borne by the business applicant submitting a bid 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 rnore 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 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 by this section. ci„, Q-e Q Print Name Title orized Signature Print Name Title Authorized Signature (Must be signed by the corporate secretary of a Corporation or one (1) general partner of a partnership or the proprietor of a sole proprietorship or all partners of a joint venture). Curtis Park Community Center — D1 Project Number 40-6193511 ITB No 24-25-005-R } r---- Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 1 i OFFICE LOCATION AFFIDAVIT (Page 3 of 3) NOTARIZATION STATE OF FLORIDA, COUNTY OF MIAMI-DADE That: MA1 U S ct:eii o and acknowledged the foregoing instrument as his/her act and deed. That he/she has produced personally appeared before me ,0.0• nthMARISABEL CASTANEi3A Commission # HN 379163 I4 Of Expires April 5, 2027 e Expires NOTARY PUBLIC: as identification. My Commission Expires: Please submit with 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. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Curtis Park Community Center— D1 IT8 No. 24-25-005-R Project Number: 40-8193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 FORM A - INFORMATION FOR DETERMINING JOINT VENTURE ELIGIBILITY If the Bidder is submitting as a joint venture, please be advised that these two (2) pages MUST be completed, and the REQUESTED written joint -venture agreement MUST be attached and submitted with this form. 1. Name of joint venture: N/A 2. Address of joint venture: N/A 3. Phone number of joint venture: N/A 4. Identify the firms that comprise the joint venture: N/A 5. Describe the role of the MBE firm (if applicable) in the joint venture: N/A 6. Provide a copy of the joint venture's written contractual agreement. N/A 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: N/A (b) Management decisions, such as: N/A (1) Estimating: N/A (2) Marketing and sales: N/A (3) Hiring and firing of management personnel: N/A (4) Purchasing of major items or supplies: N/A (c) Supervision of field operations: N/A 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 City in writing. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 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 venture in the undertaking. Further, the undersigned covenant and agree to provide to the City current, complete, and accurate information regarding actual joint venture work and the payment therefore and any proposed changes in any of the joint venture relevant to the joint venture, by authorized representatives of the City. 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 Bidder: N/A Name of Bidder: Signature: Signature: Name: Name: Title: Title: Date: Date: REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 BYRD ANTI LOBBYING AMENDMENT, 31 U.S.C. § 1352 (As Amended) CERTIFICATION REGARDING LOBBYING The undersigned certifies, to the best of his/her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of 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 or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officers or employee of Ce+4gre, or an employee or this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form, LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipicnts shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submi-ion of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file thc required certification shall be subject to a civil penalty of not Tess than $10,000 and not more than $100,000 for each such failure. The Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, thc Contractor understands and agrees that the provisions of 31, U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. Signature of Contractor/Contractor's Authorized Official Name and Title of Contractor/Contractor's Authorized Official Date• Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 CONTRACTOR SELF CERTIFICATION ON "BUILD AMERICA, BUY AMERICA ACT" (BABAA) MATERIALS The undersigned certifies, to the best of their knowledge and belief, that: The Build America, Buy America Act (BABAA) requires that no federal financial assistance for "infrastructure" projects is provided "unless all of the iron and steel used in the project are produced in the United States." Section 7091,1 of Public Law No. 117 58, §§ 70901 52. The undersigned certifies that for the (Project Name and Location) the iron and steel used in this contract arc in full compliance with the BABAA requirements including: 1. All iron and steel used in the project arc produced in the United States. This means all manufacturing procc es, from thc initial melting stage through thc application of coatings, occurred in the United States. "The , (Contractor), certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, _ (Contractor) understands and agrees that thc provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any." Signature of (Contractor) Authorized Official Name and Title of (Contractor) Authorized Official Date: REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 CONTRACTOR SELF CERTIFICATION ON "BUILD AMERICA, BUY AMERICA ACT" (BABAAI MATE-RIALS The undersigned certifies, to the best of their knowledge and belief, that: The Build America, Buy America Act (BABAA) requires that no federal financial assistance for "infrastructure" projects is provided "unless all of the iron, steel, manufactured products, and construction materials used in the project arc produced in the United States." Section 70911 of Public Law No. 117 58, §§ 70901 52. The undersigned certifies that for the (Project Name and Location) the iron, steel, manufactured products, and construction materials used in this contract arc in full compliance with the BABAA requirements including: 1. All iron and steel used in the project arc produced in the United States. This means all manufacturing processes, from the initial melting stage through thc application of coatings, occurred in the United States. 2. All manufactured products purchased with FEMA financial assistance must be produced in thc Unitcd States. For a manufactured product to be considered produced in thc Unitcd States, thc cost of thc components of thc manufactured product that arc mined, produced, or manufactured in the United States is greater than 55% of thc total cost of all components of thc manufactured product, unless another standard for determining the minimum amount of domestic content of the manufactured product has been established under applicable law or regulation. 3. All construction materials arc manufactured in the United States. This means that all manufacturing procc scs for thc construction material occurred in thc Unitcd States. "The , (Contractor), certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, _ (Contractor) understands and agrees that thc provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any." Signature of (Contractor) Authorized Official Name and Title of (Contractor) Authorized Official Date: Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 EXHIBIT 2 ANTI HUMAN TRAFFIC AFFIDAVIT -. - Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Name: Matias Otero Signature of Officer: Office Address: 2572 N E 18 ANTI -HUMAN TRAFFICKING AFFIDAVIT 1. The undersigned affirms, certifies, attests, and stipulates as follows: a. The entity is a non -governmental entity authorized to transact business in the State of Florida and in good standing with the Florida Department of State, Division of Corporations. b. The nongovernmental entity is either executing, renewing, or extending a contract (including, but not limited to, any amendments, as applicable) with the City of Miami ("City") or one of its agencies, authorities, boards, trusts, or other City entity which constitutes a governmental entity as defined in Section 287.138(1), Florida Statutes (2024). c. The nongovernmental entity is not in violation of Section 787.06, Florida Statutes (2024), titled "Human Trafficking.' d. The nongovernmental entity does not use "coercion" for labor or services as defined in Section 787.06, Florida Statutes (2024), attached and incorporated herein as Exhibit Affidavit-1, 2. Under penalties of perjury, I declare the following: a. I have read and understand the foregoing Anti -Human Trafficking Affidavit and that the facts, statements and representations provided in Section 1 are true and correct. b. I am an officer, or a repreAtative of the nongovernmental entity authorized to execute this Anti - Human Trafficking Affidavit. Nongovernmental Entity: Ho .Tess Corp. DBA HE Builders 111111 Officer Title: Vice President errace, North Miami Beach, FL 33160 agustin@he-builders.com Email Address: marisabel@g he-builders.com FEIN No. 516- 214121914111 STATE OF FLORIDA COUNTY OF MIAMI-DADE Main Phone Number: (305) 981-62561(954) 319-4058 The foregoing i ment ❑rn to and subscribed before me by means af' physical presence or 0 online notarization, thiday os the authorized office), r resentative for the nongovernmental entity. He/she is personally known to me or has produced � as identification. (NOTARY PUBLIC SEAL) i Signature of Person Taking Oath For}' '1'3 �+e MARISABELCASTEDA . Commissia+# 1H3i Expires AO 5, 202T (Printed, Typed, or Stamped Name f N tary Public) My Commission Expires: 1210 Curtis Park Community Center— D1 Project Number: 40-B193511 END OF SECTION ITB No. 24-25-0D5-R l Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 EXHIBIT AFFIDAVIT-1 SECTION 787.06, FLORIDA STATUTES (2024) Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Select Year: 2024 v The 2024 Florida Statutes Go Title Chapter 787 View Entire XLVI KIDNAPPING; CUSTODY OFFENSES; HUMAN TRAFFICKING; AND RELATED Chapter CRIMES OFFENSES 787.06 Human trafficking.— (1)(a) The Legislature finds that human trafficking is a form of modern-day slavery. Victims of human trafficking are young children, teenagers, and adults. Thousands of victims are trafficked annually across international borders worldwide. Many of these victims are trafficked into this state. Victims of human trafficking also include citizens of the United States and those persons trafficked domestically within the borders of the United States. The Legislature finds that victims of human trafficking are subjected to force, fraud, or coercion for the purpose of sexual exploitation or forced labor. (b) The Legislature finds that while many victims of human trafficking are forced to work in prostitution or the sexual entertainment industry, trafficking also occurs in forms of labor exploitation, such as domestic servitude, restaurant work, janitorial work, sweatshop factory work, and migrant agricultural work. (c) The Legislature finds that traffickers use various techniques to instill fear in victims and to keep them enslaved. Some traffickers keep their victims under lock and key. However, the most frequently used practices are less obvious techniques that include isolating victims from the public and family members; confiscating passports, visas, or other identification documents; using or threatening to use violence toward victims or their families; telling victims that they will be imprisoned or deported for immigration violations if they contact authorities; and controlling the victims' funds by holding the money ostensibly for safekeeping. (d) It is the intent of the Legislature that the perpetrators of human trafficking be penalized for their illegal conduct and that the victims of trafficking be protected and assisted by this state and its agencies. In furtherance of this policy, it is the intent of the Legislature that the state Supreme Court, The Florida Bar, and relevant state agencies prepare and implement training programs in order that judges, attorneys, law enforcement personnel, investigators, and others are able to identify traffickers and victims of human trafficking and direct victims to appropriate agencies for assistance. It is the intent of the Legislature that the Department of Children and Families and other state agencies cooperate with other state and federal agencies to ensure that victims of human trafficking can access social services and benefits to alleviate their plight. (2) As used in this section, the term: (a) "Coercion" means: 1. Using or threatening to use physical force against any person; 2. Restraining, isolating, or confining or threatening to restrain, isolate, or confine any person without lawful authority and against her or his will; 3. Using lending or other credit methods to establish a debt by any person when labor or services are pledged as a security for the debt, if the value of the labor or services as reasonably assessed is not applied toward the liquidation of the debt, the length and nature of the labor or services are not respectively limited and defined; 4. Destroying, concealing, removing, confiscating, withholding, or possessing any actual or purported passport, visa, or other immigration document, or any other actual or purported government identification document, of any person; 5. Causing or threatening to cause financial harm to any person; 6. Enticing or luring any person by fraud or deceit; or Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 7. Providing a controlled substance as outlined in Schedule I or Schedule II of s. 893.03 to any person for the purpose of exploitation of that person. (b) "Commercial sexual activity" means any violation of chapter 796 or an attempt to commit any such offense, and includes sexually explicit performances and the production of pornography. (c) "Financial harm" includes extortionate extension of credit, loan sharking as defined in s. 687.071, or employment contracts that violate the statute of frauds as provided in s. 725.01. (d) "Human trafficking" means transporting, soliciting, recruiting, harboring, providing, enticing, maintaining, purchasing, patronizing, procuring, or obtaining another person for the purpose of exploitation of that person. (e) "Labor" means work of economic or financial value. (f) "Maintain" means, in relation to labor or services, to secure or make possible continued performance thereof, regardless of any initial agreement on the part of the victim to perform such type service. (g) "Obtain" means, in relation to labor, commercial sexual activity, or services, to receive, take possession of, or take custody of another person or secure performance thereof. (h) "Services" means any act committed at the behest of, under the supervision of, or for the benefit of another. The term includes, but is not limited to, forced marriage, servitude, or the removal of organs. (i) "Sexually explicit performance" means an act or show, whether public or private, that is live, photographed, recorded, or videotaped and intended to arouse or satisfy the sexual desires or appeal to the prurient interest. (j) "Unauthorized alien" means an alien who is not authorized under federal law to be employed in the United States, as provided in 8 U.S.C. s. 1324a(h)(3). The term shall be interpreted consistently with that section and any applicable federal rules or regulations. (k) "Venture" means any group of two or more individuals associated in fact, whether or not a legal entity. (3) Any person who knowingly, or in reckless disregard of the facts, engages in human trafficking, or attempts to engage in human trafficking, or benefits financially by receiving anything of value from participation in a venture that has subjected a person to human trafficking: (a)1. For labor or services of any child younger than 18 years of age or an adult believed by the person to be a child younger than 18 years of age commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. 2. Using coercion for labor or services of an adult commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. (b) Using coercion for commercial sexual activity of an adult commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. (c)1. For labor or services of any child younger than 18 years of age or an adult believed by the person to be a child younger than 18 years of age who is an unauthorized alien commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. 2. Using coercion for labor or services of an adult who is an unauthorized alien commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. (d) Using coercion for commercial sexual activity of an adult who is an unauthorized alien commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. (e)1. For labor or services who does so by the transfer or transport of any child younger than 18 years of age or an adult believed by the person to be a child younger than 18 years of age from outside this state to within this state commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. 2. Using coercion for labor or services who does so by the transfer or transport of an adult from outside this state to within this state commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. (f)1. For commercial sexual activity who does so by the transfer or transport of any child younger than 18 years of age or an adult believed by the person to be a child younger than 18 years of age from outside this state to within this state commits a felony of the first degree, punishable by imprisonment for a term of years not exceeding life, or as provided in s. 775.082, s. 775.083, or s. 775.084. Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 2. Using coercion for commercial sexual activity who does so by the transfer or transport of an adult from outside this state to within this state commits a felony of the first degree, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. (g) For commercial sexual activity in which any child younger than 18 years of age or an adult believed by the person to be a child younger than 18 years of age, or in which any person who is mentally defective or mentally incapacitated as those terms are defined in s. 794.011(1), is involved commits a life felony, punishable as provided in s. 775.082(3)(a)6., s. 775.083, or s. 775.084. For each instance of human trafficking of any individual under this subsection, a separate crime is committed and a separate punishment is authorized. (4)(a) Any parent, legal guardian, or other person having custody or control of a minor who sells or otherwise transfers custody or control of such minor, or offers to sell or otherwise transfer custody of such minor, with knowledge or in reckless disregard of the fact that, as a consequence of the sale or transfer, the minor will be subject to human trafficking commits a life felony, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. (b) Any person who, for the purpose of committing or facilitating an offense under this section, permanently brands, or directs to be branded, a victim of an offense under this section commits a second degree felony, punishable as provided in s. 775.082, s. 775.083, or s. 775.084. For purposes of this subsection, the term "permanently branded" means a mark on the individual's body that, if it can be removed or repaired at all, can only be removed or repaired by surgical means, laser treatment, or other medical procedure. (5) The Criminal Justice Standards and Training Commission shall establish standards for basic and advanced training programs for law enforcement officers in the subjects of investigating and preventing human trafficking crimes. Every basic skills course required for law enforcement officers to obtain initial certification must include training on human trafficking crime prevention and investigation. (6) Each state attorney shall develop standards of instruction for prosecutors to receive training on the investigation and prosecution of human trafficking crimes and shall provide for periodic and timely instruction. (7) Any real property or personal property that was used, attempted to be used, or intended to be used in violation of this section may be seized and shall be forfeited as provided by the Florida Contraband Forfeiture Act. After satisfying any liens on the property, the remaining proceeds from the sale of any property seized under this section and owned by a defendant convicted of a violation of this section must first be allocated to pay any order of restitution of a human trafficking victim in the criminal case for which the owner was convicted. If there are multiple human trafficking victims in the criminal case, the remaining proceeds must be allocated equally among the victims to pay restitution. If the proceeds are sufficient to pay any such order of restitution, any remaining proceeds must be disbursed as required by s. 932.7055(5)-(9). (8) The degree of an offense shall be reclassified as follows if a person causes great bodily harm, permanent disability, or permanent disfigurement to another person during the commission of an offense under this section: (a) A felony of the second degree shall be reclassified as a felony of the first degree. (b) A felony of the first degree shall be reclassified as a life felony. (9) In a prosecution under this section, the defendant's ignorance of the victim's age, the victim's misrepresentation of his or her age, or the defendant's bona fide belief of the victim's age cannot be raised as a defense. (10)(a) Information about the location of a residential facility offering services for adult victims of human trafficking involving commercial sexual activity, which is held by an agency, as defined in s. 119.011, is confidential and exempt from s. 119.07(1) and s. 24(a), Art. I of the State Constitution. This exemption applies to such confidential and exempt information held by an agency before, on, or after the effective date of the exemption. (b) Information about the location of a residential facility offering services for adult victims of human trafficking involving commercial sexual activity may be provided to an agency, as defined in s. 119.011, as necessary to maintain health and safety standards and to address emergency situations in the residential facility. (c) The exemptions from s. 119.07(1) and s. 24(a), Art. I of the State Constitution provided in this subsection do not apply to facilities licensed by the Agency for Health Care Administration. Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 (11) A victim's lack of chastity or the willingness or consent of a victim is not a defense to prosecution under this section if the victim was under 18 years of age at the time of the offense. (12) The Legislature encourages each state attorney to adopt a pro -prosecution policy for human trafficking offenses, as provided in this section. After consulting the victim, or making a good faith attempt to consult the victim, the state attorney shall determine the filing, nonfiling, or diversion of criminal charges even in circumstances when there is no cooperation from a victim or over the objection of the victim, if necessary. (13) When a contract is executed, renewed, or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services as defined in this section. For purposes of this subsection, the term "governmental entity" has the same meaning as in s. 287.138(1). History.—s. 2, ch. 2004-391; s. 1, ch. 2006-168; s. 5, ch. 2012-97; s. 300, ch. 2014-19; s. 7, ch. 2014-160; s. 96, ch. 2015-2; s. 2, ch. 2015-147; s. 3, ch. 2016-24; s. 25, ch. 2016-105; s. 4, ch. 2016-199; s. 2, ch. 2020-49; s. 2, ch. 2021-189; s. 3, ch. 2023-86; s. 7, ch. 2024- 184. Copyright © 1995-2024 The Florida Legislature • Privacy Statement • Contact Us Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 EXHIBIT 3 SCHEDULE OF VALUES Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Curtis Park Community Center - City of Miami Project B-193511 BID FORM Provide Lump Sum approach for each CSI Division - Not to exceed CSI Division CSI Master Format Title 1 2 3 4 5 6 7 8 9 10 11 12 13 14 21 22 23 26 27 General Requirements Existing Conditions Concrete Masonry Metals Wood, Plastics and Composities Thermal and Moisture Protection Openings Finishes Specialties Equipment Furnishings Special Construction Conveying Equipment Fire Supression Plumbing HVAC Electrical Communications 28 31 32 33 Electronic Safety and Security Earthwork Exterior Improvements Utilities Cost $ 964.347,65 $ 793.207,46 $ 1.128.089,18 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 324.876,18 617.128,86 25.702,23 511.988,41 845.566,70 693.960,20 43.179,75 1.028,09 32.898,85 19.533,69 1,00 87.387,58 133.651,59 855.847,59 863.043,22 96.640,38 45.235,92 479.640,26 960.235,30 757.701,73 A Bidder Lump Sum Bid Amount $ 10.280.891,82 B Owner's Dedicated Contingency/Allowance (10%) $ 1.028.089,18 Sub -total $ 11.308.981,00 C Permit Fees & Other Reimbursables $ 80.000,00 Grand Total Project Amount (A+B+C) $ 11.388.981,00 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 EXHIBIT 4 SUBCONTRACTOR UTILIZATION FORM Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 ITB No. 24-25-005-R Project No. B- Project Number: 40-B193511 CITY OF MIAMI CAPITAL IMPROVEMENTS PROGRAM SUBCONTRACTOR UTILIZATION FORM Project Title: Curtis Park Community Center — D1 Sheet No. of This Form should be submitted with a bidder's bid form submittal. Failure to submit this Form with the bid may result in the bid being rejected as non -responsive. The City in its reasonable discretion may allow, in the interest of the competition, the Bidder to submit the Form after bids are due (as supplemental information). Provide the following information for each subcontractor regardless of tier.* Attach additional sheets if necessary. Name of Business Portion of Work Dollar Amount Percent Address/City/State/Zip License Information** Miami-DadeCertification* CBE CSBE N/A Type Number Cherokee Enterprises, Inc. Soil Remediation $360,000.00 (Estimated Amount 1 BD) LITHIA PINECREST ROAE CGC 1505536 0 0 n #340VALRICO FL 33596 X Summa Mechanical Mechanical $713,000.00 (Estimated Amount T D) 1177 Sawgrass Corporate CMC 1249636 0 0 71 Contractors LLC Pkwy, Sunrise FI 33323 X Roof For Life LLC Roofing $33 3.000,00 (Estimated Amount —BD) 1110 Southwest 31st CCC 1327847 0 0171 Avenue, Miami, FL 33135 0 0 0 Home Express Corp. DBA General PRIME 2572 NE 182nd Ter, North CGC 1508204 0 n HE Builders (PRIME) Plumbing CONTRACTOR Miami Beach FL 33160 CFC 1429564 X Mechanical (REST OF CMC 1250624 0 X Electrical THE PROJECT; EC 13008972 0 X Fire I -PC; 17-000095 X *All amounts presented E re subject to changes. Subs can be adder and/or modified 0 0 0 0 0 0 * Must be certified by Miami -Dade County. All tiers must be shown, including multiple sub -tiers, if permitted by the Contract Documents. **List only those relevant to this Project. ***Check N/A if the listed SU does not have a CBE/CSBE certification (e.g., independent third party verifier) Form SU Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 EXHIBIT 5 SPECIFIC EXPERIENCE: REMEDIATION SCOPE Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 City of Miami, Department of Procurement Experience of the Prime Contractor/Reference Form ITB-GCR INSTRUCTIONS General Contractors shall complete the following information for completed projects where they believe the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in the Notice to Contractors. FAILURE TO COMPLETE AND SUBMIT THIS FORM FOR THE NUMBER OF PROJECTS REQUIRED IN THE NOTICE TO CONTRACTORS, WILL RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. The Following Section to be Completed by the Certified General Contractor Name of Certified General Contractor (CGC): Cherokee Enterprises, Inc. The above -referenced CGC is responding to a bid that has been issued by the City of Miami. The City requires that the CGC provide written references with their bid submission. By furnishing you with this document, the CGC is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: Douglas Park Dog Run, City of Miami Soil stockpile sampling and characterization for disposal; future manifesting, trucking and disposal of contaminated soil under DERM Class VI Scope of Referenced Work: Did the Scope involve work of comparable scale, and complexity to the Project within the past seven (7) years? ❑■ Yes ❑ No 17,225 (only for scope provided) Value of Project: $ Date Completed: Ongoing Percentage of physical construction Work self -performed by the CGC: 60 Was Project completed on time and within budget: ❑■ Yes ❑ No If not, was the CGC at fault, contributed to the delay, or increased cost? ❑ Yes ❑ No If yes, please provide details: Soil disposal is pending receipt of laboratory results Comments: Reference Company Name: Unitech Builders Corp. Reference Name/Title and Position: Michael Peruyera, Vice President Reference Phone Number AND E-mail Address: 305.259.1980 ; michael@unitechbuilderscorp.com itz4m ii IcT hi- • I (•liiLit . i r* i(r.li .11Mierijmi r. By signing below, I certify all information is true and correc,to the best of my knowledge. r r 4-414 Certified General Contractor's Signature Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 City of Miami, Department of Procurement Experience of the Prime Contractor/Reference Form ITB-GCR INSTRUCTIONS General Contractors shall complete the following information for completed projects where they believe the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in the Notice to Contractors. FAILURE TO COMPLETE AND SUBMIT THIS FORM FOR THE NUMBER OF PROJECTS REQUIRED IN THE NOTICE TO CONTRACTORS, WILL RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. The Following Section to be Completed by the Certified General Contractor Name of Certified General Contractor (CGC): Cherokee Enterprises, Inc. The above -referenced CGC is responding to a bid that has been issued by the City of Miami. The City requires that the CGC provide written references with their bid submission. By furnishing you with this document, the CGC is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: Ruben Dario, City of Miami Soil stockpile sampling and characterization for disposal: future manifesting, trucking and disposal of contaminated soil under DERM Class VI Scope of Referenced Work: by CEI include Soil Source Removal of contaminated soil: Soil Management Plan; Dust Control Plan; Health & Safety Plan under DERM Class VI. Did the Scope involve work of comparable scale, and complexity to the Project within the past seven (7) years? ❑■ Yes ❑ No 17,225 (only for scope provided) Value of Project: $ Date Completed: Ongoing Percentage of physical construction Work self -performed by the CGC: 60 Was Project completed on time and within budget: ❑■ Yes ❑ No If not, was the CGC at fault, contributed to the delay, or increased cost? ❑ Yes ❑ No If yes, please provide details: Project is ongoing and source removal is scheduled to start on May 19th, 2025 and expected to be completed in one (1) month Comments: Reference Company Name: Unitech Builders Corp. Reference Name/Title and Position: Michael Peruyera, Vice President Reference Phone Number AND E-mail Address: 305.259.1980 ; michael@unitechbuilderscorp.com itz4m ii IcT hi- • I (•liiLit tili[st:iil7li•S1lii ie3iiiYl By signing below, I certify all information is true and correct/too the best of my knowledge. Certified General Contractor's Signature Curtis Park Community Center — D1 ITB Na. 24-25-005-R Project Number: 40-B19351 1 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 City of Miami, Department of Procurement Experience of the Prime Contractor/Reference Form ITB-GCR INSTRUCTIONS General Contractors shall complete the following information for completed projects where they believe the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in the Notice to Contractors. FAILURE TO COMPLETE AND SUBMIT THIS FORM FOR THE NUMBER OF PROJECTS REQUIRED IN THE NOTICE TO CONTRACTORS, WILL RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. The Following Section to be Completed by the Certified General Contractor Name of Certified General Contractor (CGC): Cherokee Enterprises, Inc. The above -referenced CGC is responding to a bid that has been issued by the City of Miami. The City requires that the CGC provide written references with their bid submission. By furnishing you with this document, the CGC is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: Woodside Park, City of Miami Soil stockpile sampling and characterization for disposal; future manifesting, trucking and disposal of contaminated soil under DERM Class VI Scope of Referenced Work: Did the Scope involve work of comparable scale, and complexity to the Project within the past seven (7) years? ❑■ Yes ❑ No 17,225 (only for scope provided) Value of Project: $ Date Completed: Ongoing Percentage of physical construction Work self -performed by the CGC: 60 Was Project completed on time and within budget: 0 Yes ❑ No If not, was the CGC at fault, contributed to the delay, or increased cost? ❑ Yes ❑ No If yes, please provide details: Cherokee's scope was completed on an expedited basis as required by the City so that the construction of the park by others could proceed. Comments: Reference Company Name: Unitech Builders Corp. Reference Name/Title and Position: Michael Peruyera, Vice President Reference Phone Number AND E-mail Address: 305.259.1980 ; michael@unitechbuilderscorp.com By signing below, I certify all information is true and correct to e best of my knowledge. Certified General Contractor's Signature ( f Curtis Park Community Center — Di ITB No. 24-25-005-R Project Number: 40-B19351 1 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 I YEARS OF EXPERIENCE 36 years AREAS OF EXPERTISE • Site Assessments • Remedial Action Plans • Monitoring Plans • Environmental Program Management • Closure Reports • Monitoring Wells Installation and Sampling Oversight • Source Removal Plans • Groundwater Assessment • Permitting Services • Engineering Control Plans/ Restrictive Covenants EDUCATION • B.S. In Geology, University of Texas at Austin PROFESSIONAL REGISTRATION • Professional Geologist - Florida # 1416 - 1992 TRAINING/CERTIFICATIONS • OSHA 40 Hr. HAZWOPER • Red Cross Adult CPR • First Aid/ AED • OSHA 30 HR Paula Sessions, PG Director Environmental Services Ms. Sessions is the Director of Environmental Services with over 36 years of experience. She is responsible for managing scientists and engineers' staff and for providing oversight of all environmental contracts. Ms. Sessions has managed contracts with Miami -Dade County, Broward County, City of Miami, other municipalities, private clients, and Hazardous Waste Contracts with DERM. Her current responsibilities include, but are not limited to: Interfacing with clients, preparing proposals, managing projects, including providing technical guidance and assembling a team of qualified personnel to fit the client's project needs, maintaining project schedules and budgets, and client invoicing. Ms. Sessions had extensive experience with environmental site assessments, tank closure assessments, source removals, remedial action design and implementation, and operation and maintenance of long-term remediation systems. She is a Registered Professional Geologist in Florida and is familiar with the FDEP regulatory process, and has managed the Miami -Dade DERM Contract for Environmental Cleanup, Compliance, and related services for E20-RER-01B, E14-RER-03, E09- DERM-01, E08-DERM-01, and E04-DERM-01 and City of Miami Misc. Environmental Engineering contracts. REPRESENTATIVE PROJECT EXPERIENCE • Woodside Park, City of Miami, Sr. Project Manager — Provided environmental services prior to construction of the park including completing a Phase II Environmental Site Assessment (ESA) based on suspected contamination at the park from a former adjacent railroad and termite treatment of former residences on the property. Provided soil sampling and analysis, and based on results, found that there was soil contamination that needed to be addressed prior to construction of the new park. Completed a source removal consisting of removing and disposing of contaminated soil from the site so that construction of the park could proceed. Also prepared and submitted to Miami -Dade County a Soil Management Plan to be implemented during contraction. • Ruben Dario Park, City of Miami, Sr. Project Manager — Provided environmental services prior to construction of the park including completing a Phase I ESA to identify if there are any Recognized Environmental Conditions associated with the property. The Phase I ESA report was submitted to Miami -Dade County Department of Environmental Resources Management. Based on the Phase I results, CEI completed Phase II sampling of soil and groundwater to determine if contamination exists in soil and groundwater and provided recommendations for cleanup of contaminated soils. Source removal of contaminated soils is scheduled to be performed by CEI starting on May 15, 2025. • Douglas Park Dog Run, City of Miami, Sr. Project Manager — Currently providing environmental consulting services to Unitech Builders, the contractor who is constructing the new dog run at Douglas Park. Provided sampling and analysis of stockpiled soil removed during installation of underground utilities. Sampling was to provide waste characterization for disposal. CEI will be providing trucking and disposal services of the contaminated soils in accordance with the approved Soil Management Plan for the site. Cherokee Enterprises, Inc. I www.theceicorp.com Paula Sessions, PG Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Paula Sessions, PG Director Environmental Services • Miami -Dade County PROS, Chapman Field Park Phase 1 Ballfied, Sr. Project Manager — Corrective Action plan and design for Phase 1 area consisting of replacing ballfield contaminated with arsenic. Provided Site Specific Health & Safety Plan and Air Monitoring Plan along with construction administrative services and air monitoring during construction. • Miami -Dade County PROS, Chapman Field Park Phase 2 Practice Ballfield, Sr, Project Manager — Corrective Action plan and design for Phase 2 area consisting of replacing ballfield contaminated with arsenic. Provided Site Specific Health & Safety Plan and Air Monitoring Plan along with construction administrative services and air monitoring during construction. Provided groundwater assessment in areas of proposed drainage in support of Class VI permit application. • Miami -Dade County PROS,Redland Fruit & Spice Park, Sr, Project Manager — Conducted a Phase I ESA in accordance with ASTM E1527 to identify recognized environmental conditions associated with the property. Based on Phase I results, provided a Phase II ESA consisting of soil and groundwater sampling. • Miami -Dade County PROS, Gwen Cherry Park, Sr, Project Manager — Throughout the park and for various projects, completed soil sampling, monitoring well installations, and groundwater sampling to determine contamination status. Provided air monitoring during construction of the Tot Lot. For the Community Center expansion, provided oversight of the installation of monitoring wells and sampling of groundwater to determine if contamination existing in locations of proposed drainage structures. Work performed in support of Class VI drainage permit application. • Charles Terrace Soil Assessment and Source Removal, City of Miami, Sr, Project Manager — Completed soil sampling to determine the extent of contamination from a former incinerator operated by the City on an adjacent property. CEI completed an initial source removal of a limited area (approximately 513 tons of soil) within a residential development to remove soils contaminated with dioxins and arsenic. As required by Miami -Dade County, CEI prepared and submitted for approval a Site Specific Health & Safety Plan, Air Monitoring Plan, and Dust Control Plan for the remainder of the property that will require future source removal. • Curtis Park, City of Miami, Sr, Project Manager — Implemented the Corrective Action Plan for the park including the installation of engineering controls, ballfield and other park features. Provided the installation of soil borings and monitoring wells along the boundaries of Curtis Park to define the limits of contamination from the former landfilling operations. Providing quarterly groundwater sampling and reporting. • Miami -Dade County PROS, Dolphin Linear Park, Sr, Project Manager — Conducted a Phase I ESA in accordance with ASTM E1527 to identify if there were any recognized environmental conditions associated with the property. • Miami -Dade County PROS, Larry & Penny Thompson Park Site Assessment, Sr, Project Manager — Provided soil and groundwater assessment including advancing soil borings to investigate soil contamination and the presence of solid waste. Cherokee Enterprises, Inc. I www.theceicorp.com Paula Sessions, PG Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Ron DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Melanie S. Griffin, Secretary BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES WORKU, AMAN U E 12981 N.W. 113TH COURT MEDLEY - FL 33178 11, LICENSE NUMBER: PE61885 �' EXPIRATION DATE: FEBRUARY 28, 2027 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. FBPE FLORIDA BOARD OF PROFESSIONAL ENGINEERS Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Ron DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Melanie S. Griffin, Secretary CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES SANCHEZ, ALEJANDRO EDUARDO CHEROKEE ENTERPRISES INC 12981 NW 113 CT MEDLEY ' FL 33178 LICENSE NUMBER: CGC1505536 EXPIRATION DATE: AUGUST 31, 2026 Always verify licenses online at MyFloridaLicense.com ISSUED: 06/11/2024 Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Florida Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Ron DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Melanie S. Griffin, Secretary BOARD OF PROFESSIONAL GEOLOGISTS THE PROFESSIONAL GEOLOGIST HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 492, FLORIDA STATUTES 4:181: 110 • �i w igilut71 SESSIONS, PAULA DIAN' 4 1 4 'NNW I CHEROKEE ENTERPRISES INC. CHEROKEE ENTERPRISES, INC• 12981NW113COURT {'• MEDLEY FL 33178 .il 4' LICENSE NUMBER: PG1416 EXPIRATION DATE: JULY 31, 2026 Always verify licenses online at MyFloridaLicense.com ISSUED: 05/21/2024 Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Florida Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 EXHIBIT 6 PRIME CONTRACTOR: PRESENTATION, KEY PERSONNEL, EXPERIENCES, LICENSES, OTHER Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 HE BUILDERS COMMERCIAL & GOVERNMENT CONTRACTING Home Express Corp, DBA HE Builders (954) 319-40581(305) 981-6256 marisabel@he-builders.com /agustin[ahe-builders.com ABOUT US Home Express Corp. dba HE Builders, with over 20 years of experience, is a licensed and insured contractor specializing in delivering exceptional construction solutions for a wide range of projects. From restoring historical public facilities to developing intricate port and airport projects, as well as pioneering housing developments, our expertise is vast and comprehensive. We take pride in our ability to handle com-plex projects with unique requirements. With a diverse portfolio of services and a dedicated team of seasoned professionals, we are committed to delivering excellence in every project we undertake. Exceptional Services Since its establishment in 2003, Home Express Corp. has been dedicated to consistently upholding the highest standards of quality workmanship and ensuring utmost customer satisfaction. Market Segment The company's market segment focuses on counties, municipalities, public agencies, port authorities, aviation, and real estate developers. Specializations We specialize in vertical and horizontal construction including buildings and transportation infrastructure, concrete & masonry, site and civil work, drainage, MEP, landscaping, and architectural finishes. 1 ■Ifar■f� 1lf1 1/11111111 Page 2 of 4 CGC1508204 • CFC1429564 - CMC1250624 - EC13008972 - FPO17.000095 SBE - MBE -CBE- DBE Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 HE BUILDERS COMMERCIAL & GOVERNMENT CONTRACTING Home Express Corp, DBA HE Builders (954) 319-4058 / (305) 981-6256 marisabel@he-builders,com /a&ustin@he-builders.com KEY PERSONNEL Mr. Matias Otero (Vice President — Project Manager) Mr. Otero has a B.S. in Civil Engineering and over 20 years of delivering successful projects. His experience varies from public to private works, and from new construction to state of good repair projects. From capital asset management to operations and maintenance, Mr. Otero's proficiency extends to every facet of the construction lifecycle. Throughout his career, Mr. Otero has demonstrated exceptional perseverance, delivering projects within stringent budgets and timelines. His proactive approach allows him to anticipate challenges, make swift decisions, and navigate complexities with confidence and efficiency. Whether it's overseeing multi -unit building renovations or spearheading residential and commercial construction projects, Mr. Otero's dedication to excellence shines through. His ability to blend expertise with innovation ensures successful outcomes, making him a valuable asset in the construction landscape. Mr. Alejandro Pardo (Professional Engineer— Project Manager) Alejandro N. Pardo is a seasoned professional in the field of engineering and construction. With over 25 years of experience, he holds credentials as a registered Structural Engineer in the State of Florida and a Certified General Contractor. In his role as a Consulting Engineer (Senior Structural Designer), Alejandro has played a key role in the design of repairs and widenings for at least 9 highway bridges across Florida, adhering to the stringent Design Guidelines of the Department of Transportation. Furthermore, Alejandro boasts over 16 years of experience in FDOT projects as a Bridge Contractor. He has led various companies specializing in bridge rehabilitation/repair services, design -builds, and general roadway maintenance. His extensive expertise makes him a valuable asset in the engineering and construction industry. Mr. Derrick Chan (Sr. Program Manager) Mr. Chan is a licensed Civil Engineer and has over 30 years of experience delivering diverse infrastructure including buildings, rail & transit, bridges, highway and tunnels projects. Throughout his career, Mr. Chan has left an indelible mark, steering projects ranging from light rail to heavy rail, from industrial complexes to water resource capital ventures. His expertise extends beyond conventional construction management, encompassing design oversight, system integration, and meticulous quality assurance. Among his notable achievements are the successful execution of modern streetcar projects and the seamless delivery of rail maintenance services. With an arsenal of skills in his toolkit, including project controls, engineering inspection, and risk analysis, Mr. Chan navigates the complexities of construction with finesse and precision. Page 3 of 4 CGC1508204 • CFC1429564 - CMC1250624 - EC13008972 - FPC1.7.000095 SB E - MBE - CBE- DBE Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 HE BUILDERS COMMERCIAL & GOVERNMENT CONTRACTING Home Express Corp, DBA HE Builders (954) 319-4058 / (305) 981-6256 marisabel@he-builders,com (a&ustin@he-builders.com LICENSES Home Express Corp DBA HE Builders holds licenses across multiple trades. Matias Otero, serving as Vice President, brings forth 5 licenses, while Alejandro Pardo supplements with an additional 2 licenses. Consequently, our firm possesses the capability to self -perform nearly every task within the construction sector. Certified General Contractor • CGC1508204 (Matias Otero) • CGC1528616 (Alejandro Pardo) Certified Electrical Contractor • EC13008972 (Matias Otero) Certified Plumbing Contractor • CFC1429564 (Matias Otero) Certified Mechanical Contractor • CMC1250624 (Matias Otero) Fire Protection Contractor • FPC17-000095 (Matias Otero) Professional Engineer • PE65666 (Alejandro Pardo) CERTIFICATES Florida r We are proud to have obtained Small Business Certifications in two counties, as well as in the State of Florida. These certifications allow us to participate in small business programs and receive special assistance and opportunities. State of Florida • Minority Business Enterprise • Disadvantaged Business Enterprise Miami Dade County • Small Business Enterprise Broward County • County Business Enterprise Page 4 of 4 CGC1508204 • CFC1429564 - CMC1250624 - EC13008972 - FPC17.900095 SB E -MBE - CBE - DBE Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 ATTACHMENT Ongoing Projects OCEAN RESCUE HEADQUARTERS • Contract Amount $7,168,593.35 • Contractual Dates 10/14/2024 - 01/07/2026 • Reference Alfredo Garmendia (PM) - 786 498 8635 - Alfredo.Garmendia@miamidade.gov Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 OCEAN RESCUE HEADQUARTERS Project Overview Location: Crandon Park, 7200 Crandon Boulevard, Key Biscayne, Florida. Construction Dates: Ongoing project. Self -Performed Scope: 100% of the project. Scope of Work The project involves the construction of the new Ocean Rescue Headquarters at Crandon Park, a single -story CBS structure spanning approximately 7,954 SF. The facility is designed to meet the operational needs of Miami -Dade Fire Rescue life safety and Ocean Rescue support staff while adhering to sustainable construction standards and achieving LEED Silver Certification. Key Features: Educational Lobby Officer Offices Safety Support Dispatch Training Room Lounge and Exercise Rooms Men's and Women's Locker Rooms Vehicles and Equipment Garage Public Bathrooms for beach visitors The construction scope includes site clearing, civil and structural work, utilities installation, interior build -out, exterior finishes, landscaping, and advanced building systems such as fire protection, emergency power, and security systems. All work aligns with the Miami -Dade PROS Master Plan Guidelines to ensure functionality, sustainability, and integration with the surrounding environment. Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 HISTORIC BRIDGES REHABILITATION AND PAINTING • Contract Amount $4,584,571.74 • Contractual Dates 07/08/2024 - 07/08/2026 • Reference Jorge Perez (PM) - 305 608 9766 - Jorge.Perez2@miamidade.gov 11/26/2024 N 2549' 21 ", W 80' 16' 50" Curtiss Pkw Miami Springs FL 33166 United States #860638 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 HISTORIC BRIDGES REHABILITATION AND PAINTING Project Overview Location: Curtiss Parkway over Miami and South Hook Canal, Miami Springs, FL, 33166. Project Title: Historic Bridge No. 874129 and 874130 Rehabilitation and Painting. Construction Dates: Ongoing project. Self -Performed Scope: 100% of the project. Scope of Work This project focuses on the rehabilitation and preservation of two historic bridges, Bridge Nos. 874129 and 874130, located along Curtiss Parkway over Miami Canal. The work encompasses all necessary operations to restore and enhance the structural integrity, functionality, and aesthetic appeal of these historic structures. Key Tasks: Concrete Repairs Structural Steel Repairs Structural Steel Painting Lighting Upgrades Signage Updates Aesthetic Improvements This project aims to honor the historical significance of the Curtiss Parkway bridges while ensuring they meet modern structural and safety standards for years to come. Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 11 II Il it L: Il IC 11 l' 11 1 I1 11 III II It 11 11 11 11 Ir Id - 11 11 11 11 11 Ie N II: 1 1 1 1: 11 11 1111 In 1: IF Il it II' 11 11 it 1f 11 if: I- 1'. 11 r I It w u 11 h tr I I :rj rl 1I 11 1➢ 11 1t is u u 11 II it 1: 1': 1. 1 !r it 11 1! 11 It, I.- 1. 1 li: 11 k It tt It 11 17, 11 U t 11 11 11 n_u u n u V 17` In i_q t 1 Is .r• f. a II W1 i EI N c _ Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 MIA AIRPORT RESTROOMS RENOVATION • Contract Amount $4,026,451.60 • Contractual Dates 09/03/2024 - 05/11/2026 • Reference Yovanna Alvarez (PM) - 305 876 8325 - YAlvarez@flymia.com MIA North Terminal Public Restrooms Modernization Project Overview Project Name: MIA North Terminal Public Restrooms Modernization Group 1 Location: Miami International Airport, North Terminal, Miami, FL Construction Dates: Ongoing project Self -Performed Scope: 100% of the project Scope of Work This project involves the comprehensive interior renovation, modernization, and ADA compliance upgrades for four sets of public restrooms (male, female, unisex, and janitor's closet) located in Terminal D of Miami International Airport. Key Work Areas: Interior Renovation Toilet Accessories Installation Plumbing Systems Upgrade Power and Lighting Modernization Fire and HVAC Systems Modifications The demolition and renovation activities will be executed in a minimum of two phases to minimize disruptions to airport operations. This project aims to deliver modernized, accessible, and aesthetically pleasing restroom facilities that meet the highest standards of safety, functionality, and ADA compliance, enhancing the overall passenger experience at Miami International Airport. Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 HE BUILDERS COMMERCIAL & GOVERNMENT CONTRACTING Proyect Overview • Project Location: Various locations in Lehigh Acres, FL. • Construction Dates: 2022 - 2024 (PHASE 1 & 2) • Contract Amount: $14,351,639 • Self -Performed Scope: 100% of the project Home Express Corp. DBA HE Builders (954) 319-4058 / (305) 981-6256 marisabel@he-builders.com /agustin@he-builders.com Scope of work The project entails creating an 60-unit housing community in Lehigh Acres, encompassing diverse elements such as: • New construction • Civil and site improvements • Roadway and paving • Drainage systems • Utilities installation (sewer and water) • Structural infrastructure • Landscape design • MEP (mechanical, electrical, plumbing) installations • Rigorous QC/QA (quality control/quality assurance) protocols Future phases of the project will expand the community with additional houses and individual lots, covering a total land area exceeding 30 acres. Contact Info: Lehigh Acres Development - Chenia Veiga - (305) 979-4027 - manager@lehighacresdevelopment.com CGC1508204 - CFC1429564 - CMC1250624 - EC13008972 - FPC17-000095 SBE-MBE-CBE- DBE Page 1 of 2 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 HE BUILDERS COMMERCIAL & GOVERNMENT CONTRACTING Home Express Corp. DBA HE Builders (954) 319-4058 / (305) 981-6256 marisabel@he-builders.com /agustin@he-builders.com CGC1508204 - CFC1429564 - CMC1250624 - EC13008972 - FPC17-000095 SBE-MBE-CBE- DBE Page 2 of 2 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 HE BUILDERS COMMERCIAL & GOVERNMENT CONTRACTING Home Express Corp. DBA HE Builders (954) 319-4058 / (305) 981-6256 marisabel@he-builders.com /agustin@he-builders.com Project Overview: • Project Location: Port of Miami Cruise Terminal, Miami, FL. • Construction Dates: January 2018 to September 2019 • Contract Amount: $2,218,742.00 • Self -Performed Scope: 100% of the project. Scope of work The project involved the installation of a new Video Wall and LAN Room Relocation, encompassing a wide range of activities, including but not limited to: • Selective demolition and disposal of ceilings, partitions, and HVAC ducts • Installation of new HVAC ducts, doors, frames, glass partitions • Lighting installation • Card readers installation • Electrical connections setup • IT conduits installation • Fire alarm and low voltage systems setup • Fiber optics conduits installation • Security film installation for windows • Server racks setup • Gypsum repairs • Carpeting and floor tiles installation, ACT ceiling Installation, Painting It's worth noting that this terminal was fully operational, serving passengers boarding cruises. Given the specialized location and stringent security measures in place, the logistics of this project were particularly crucial. Our team adeptly navigated these challenges, ensuring meticulous coordination of materials, personnel, and equipment. Contact Info: Port of Miami - Frank Ramirez - (305) 347-5508 - frank.ramirez@miamidade.gov CGC1508204 - CFC1429564 - CMC1250624 - EC13008972 - FPC17-000095 SBE-MBE-CBE- DBE Page 1 of 2 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 HE BUILDERS COMMERCIAL & GOVERNMENT CONTRACTING Home Express Corp. DBA HE Builders (954) 319-4058 / (305) 981-6256 marisabel@he-builders.com /agustin@he-builders.com CGC1508204 - CFC1429564 - CMC1250624 - EC13008972 - FPC17-000095 SBE-MBE-CBE- DBE Page 2 of 2 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 HE BUILDERS COMMERCIAL & GOVERNMENT CONTRACTING Latest Projects CORAL GABLES LIBRARY Proyect Overview • Project Location: Coral Gables, Miami, FL. • Construction Dates: May 2021 to April 2023 • Contract Amount: $4,370,308.48 • Self -Performed Scope: 100% of the project. Home Express Corp. DBA HE Builders (954) 319-4058 / (305) 981-6256 marisabel@he-builders.com /agustin@he-builders.com Scope of work The project involved renovating a 28,446 square foot historical building, the project included but was not limited to: • Complete interior and roof demolition and disposal. • Asbestos abatement • MEP and Interior full renovation. • Installation of impact -resistant windows and doors. • Installation of new ceilings, carpeting, tiling, painting, other. • New kitchen and restrooms. • New special millwork. • Installation of new special lighting fixtures and translucents • Restoration of historical elements including furniture, floors, and stone walls • New roof installation. Unique challenges arose in preserving historical artifacts like furniture and sculptures, demanding careful attention throughout the renovation process. Despite these complexities, the project successfully honored the building's legacy, achieving its renovation objectives while respecting its historical significance. Contact Info: Historical Restoration - Lisa Thompson - (305) 375-5106 - Lisa.Thompson@miamidade.gov CGC1508204 - CFC1429564 - CMC1250624 - EC13008972 - FPC17-000095 SBE-MBE-CBE- DBE Page 1 of 2 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 HE BUILDERS COMMERCIAL & GOVERNMENT CONTRACTING Home Express Corp. DBA HE Builders (954) 319-4058 / (305) 981-6256 marisabel@he-builders.com /agustin@he-builders.com CGC1508204 - CFC1429564 - CMC1250624 - EC13008972 - FPC17-000095 SBE-MBE-CBE- DBE Page 2 of 2 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Home Express Corp. DBA HE Builders (954) 319-4058 / (305) 981-6256 marisabel@he-builders.com /agustin@he-builders.com HE BUILDERS COMMERCIAL & GOVERNMENT CONTRACTING Latest Projects FORT LAUDERDALE AIRPORT - TERMINAL 5 Proyect Overview • Project Location: Fort Lauderdale - Hollywood Int. Airport, Fort Lauderdale, FL. • Construction Dates: Started November 2023 (ongoing project) • Self -Performed Scope: 100% of the project. Scope of work The project involved design -built electrical and plumbing connections for connex trailers and related activities. This included but was not limited to: • Design -built and permit process • Earthworks • Utilities installation • Sewer and plumbing connections • New tanks installation • Electrical connections • New electrical panels • Fiber optic scope • Asphalt restoration The project faces challenges due to its complexity, especially regarding security and working within an airport environment, as well as dealing with existing underground utilities. However, the commitment is to deliver high -quality work while ensuring strict adherence to safety and regulatory standards. Client and Contact Info: Hunt Moss JV - Tim Talbert - (954) 650-1496 - ttalbert@mosscm.com CGC1508204 - CFC1429564 - CMC1250624 - EC13008972 - FPC17-000095 SBE-MBE-CBE- DBE Page 1 of 2 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 HE BUILDERS COMMERCIAL & GOVERNMENT CONTRACTING Home Express Corp. DBA HE Builders (954) 319-4058 / (305) 981-6256 marisabel@he-builders.comiagustin@he-builders.com Client and Contact Info: Hunt Moss JV - Tim Talbert - (954) 650-1496 - ttalbert@mosscm.com CGC1508204 - CFC1429564 - CMC1250624- EC13008972 - FPC17-000095 SBE-MBE-CBE- DBE Page 2 of 2 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 HE BUILDERS COMMERCIAL & GOVERNMENT CONTRACTING Latest Projects NORTH MIAMI HOUSING DEVELOPMENT Proyect Overview • Project Location: North Miami and Hallandale Beach, FL. • Construction Dates: Started April 2023 (ongoing project) • Self -Performed Scope: 100% of the project. Home Express Corp. DBA HE Builders (954) 319-4058 / (305) 981-6256 marisabel@he-builders.com /agustin@he-builders.com Scope of work The initial phase comprises three houses. The scope of work encompasses a comprehensive range of tasks, including but not limited to: • Design and Permitting • Site Preparation and Earthworks • Foundation Construction and Building Erection • Concrete Structure Installation and Masonry Work • Roofing and Installation of Openings • Electrical, Plumbing, and Mechanical Installations • Meticulous Finishing Touches and Custom Millwork • Private Pool Construction and Landscaping • Irrigation System Setup and Furnishing Our unwavering commitment to delivering exceptional quality and attention to detail in every facet of this project ensures the creation of beautiful homes that harmonize with the essence of these communities and and add value to the neighborhood. CGC1508204 - CFC1429564 - CMC1250624 - EC13008972 - FPC17-000095 SBE-MBE-CBE- DBE Page 1 of 2 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 HE BUILDERS COMMERCIAL & GOVERNMENT CONTRACTING Home Express Corp. DBA HE Builders (954) 319-4058 / (305) 981-6256 marisabel@he-builders.comiagustin@he-builders.com CGC1508204 - CFC1429564 - CMC1250624- EC13008972 - FPC17-000095 SBE-MBE-CBE- DBE Page 2 of 2 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 EDUCATION B.S. Civil Engineering San Jose State University 1989 LICENSES California Licensed Professional Civil Engineer 1995 -Present FloridaLicensed Professional Engineer 2013 -Present Previou sly Licensed California General Engineering, Building, Electrical and Fire Protection Contractor Expired ICBO Concrete Inspector, and CA Office of Statewide Health Planning and Development(OSHPD) Inspector SOFTWARE • AutoCAD —Civil 3D • Primavera P3 andP6 • Suretrack • MS Project • Expedition • Microsoft Office • Revit • Solidworks Training • FTA Third Party Contracting • FTA Contract Administrat ion • Transit Rail Incident Investigation • Fundamental of Railway Train Control and Signaling • 40 Hour HAZWOPER • SFMTA Rail Safety Training • MDT Rail SafetyTraining • LA Metro Rail Safety Training Professional Associations • APTA • COMOTO DERRICK K. CHAN, PE EXPERIENCE PROFILE MIAMI BEACH, FL33139 Mr. Chan has over 30 years of experience managing and delivering bus & rail transit facilities, infrastructure, streetcars, light rail, metro rail, heavy rail, transportation, public works, industrial & commercial buildings, structures, MEP systems, heavy civil work, movable bridges and water resource capital projects. Vertical & horizontal construction. My recent accomplishments include the successful pursuit and delivery of a modem streetcar design project and General Engineering Services tasks for rail maintenance. Mr. Chan has expertise in the following skill sets and discipline: • Construction Management • Design Management • Business Development • Engineering Inspection • Quality Control & Assurance • Project Controls & Administration • Cost & Scheduling Engineering • Capital Asset Management • Change Control & Dispute Resolution • Investigation & Expert Witness • System Start -Up & Commissioning • Constructability & Design Review • Safety & Security Certification • Bus & Rail Transit Facilities • System integration • Rail and Track • Light -rail & Metro Rail • SCADA & Communications • OCS & Traction Power • Train Control & Signaling • MEP Systems • Utilities & Drainage • Operations & Maintenance • Risk Analysis • Site Development • Task Order Contracting WORK EXPERIENCE Sr. Program Manager, HomeExpress Construction (Current)- Direct management of construction projects. Port of Miami Lan Rm and Video Control Center construction and renovation. Manager Transit & Rail, PacRim Engineering - Direct project pursuit for new business market (such as LA Metro & BART) for an established S/DBE. Director of Rail & Capital Programs, Broward County Transit (2015- 2019) — Oversaw the development and startup of $4 billion rail service for Broward County. Policy and Technical input in the development of the Wave Streetcar Design -Build, Airport to Seaport Rail connectivity, other rail and building capital programs, and support a transportation tax initiative. Review and analysis of commuter, freight and passenger rail within the County. Developed procurement documents for procurement of light rail/ streetcar vehicles and O&M. Participated in master planning of Airport and Seaport, and conceptual design of the new Convention Center and Hotel. Design Manager and RE, Parsons (PTG) (2013-2015) —Final Design Manager for the Wave streetcar ($200M) involving multi -disciplines such as Train Control, Traction Power, Civil, Track, Architectural, Structural and Movable Bridge. Lead the technical design effort by providing directions to design team and input to the Project Management Consultant. Reviewed and prepared design -build specifications and RFP technical documents for the Wave. Inspector & RE for Miami -Dade test and storage track and inspection facility Construction ($40M). MIA & FLL airport various construction engineering support services. Page: 1 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 CONTACT Email Phone: DERRICK K. CHAN, PE MIAMI BEACH, FL33139 SFMTA MUNI /PUC Positions (1991-2013) Job Order Contract Manager — Managed and delivered mission critical design -bid -build and design build projects for the SFMTA rail, bus, and facilities. Experience using the Gordian group JOC system Constructability Engineer - Lead the constructability group in the review of design and construction projects for the SFMTA capital group delivering light rail, streetcar, cable car, trolley, bus, BRT, public works, drainage, utilities, tunnels and building facilities. Review of CSX corridor expansion. Project Manager - Lead the SFMTA effort in obtaining an FTA grant and implementing an enterprise asset management program. Managed the State of Good Repair inspections and reporting. Construction Management Oversight - Administered the policies of the project management oversight plan over the various segments of an $800 Million -dollar light rail extension project. Provided expertise in cost engineering, scheduling, negotiations, change management, risk management, construction technical support and directions to segment Construction Engineers. Resident Engineer/ Field Engineer Construction of light rail and streetcar track and overhead, maintenance shops, yards and office buildings for rail and rolling stock, roadways, site improvements, landscaping, utilities, light rail tunnels, station, facilities, MEP systems, fiber optics systems, camera systems, SCADA systems, traffic systems and train control systems. Construction Inspector — Implemented quality assurance programs. Inspected street cars, light and heavy rail track, third rail, overhead and wayside systems. Inspected office structures, buildings, shops, utilities, and MEP systems. Inspected water treatment plant facilities. Project Controls Engineer - Prepared Capital Improvement Program Reports. Developed and validated manpower resource and cost loading reports. Contract group support. Principal scheduler usingP6 Design Engineer - Designed overhead systems for light rail and trolley bus. Transportation Engineer, CALTRANS 1990 — Design and planning of State highways, District 4 Transportation Engineer, Sverdrup 1989 — Design of bridges and highways. Inspection of Bridges. Contractor/ Developer Self Employed — Provided contracting and development services for the construction of homes, apartments, condominiums, restaurants, offices and commercial projects. Direct involvement in the administration, design, quality control and production of deliverables in all disciplines. Acted at the level of Principal, Project Manager, Superintendent and Journeymen for the qualified license levels. Proj ect Highlights: • Los Angeles Metro Blue Line ($200M) — Project oversight and engineering support for Maintenance of Way in shutdown and renovation ofMBL. • Miami Dade Transit Lehman Center Yard Rehabilitation and Test Track ($40M) — Expanding of Metro rail storage yard with 3rd contact rail. Construction of new Storage and Inspection facility and Test track with train control system. Page: 2 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 DERRICK K. CHAN, PE NIIANII BEACH, FL33139 The Wave Modern Streetcar ($200M) Ft. Lauderdale, Florida — New modern streetcar project in the heart of Ft. Lauderdale. Included the design of vehicle maintenance storage facility , track and wayside, traction power systems, communication, train control & signaling, civil work, utilities and landscaping. Transportation Sales Tax Initiative ($4 Billion) Sttpport development of plan for one penny surtax. Establish rail program. Convention Center Expansion and Hotel ($700M) — Part of a leadership team in support of program • Airport & Seaport Master Plan ($3 Billion)- Involved in planning review and support of master plans Facility Construction ($400M) — Worked on every facility in the Iv1 NI system from maintenance facilities for rail and buses, stations above and below ground, offices, substations, central and other buildings. Some of the major facilities: Muni Metro Green rail maintenance and storage facility (VMSF), Muni Metro East rail VMSF facility, Woods Bus Maintenance & Storage Facility (MSF), Kirkland Bus MSF, Potrero Bus MSF and Presidio Bus MSF. Fueling system replacement, various bus yards, power & overhead line facility, shops, warehouse renovation and improvements Muni Metro Turnback ($600M) — The MVIT project consisted of constructing two bored steel section tunnels, cut and cover tunnel section and a portal connecting an existing underground rail station to surface tracks. The project included track and systems for the rail system expansion. I was the field inspector and office engineer for the civil/ structural and track works. Rail Line Extensions and/or Improvements ($1 Billion)- The construction of surface rail, at grade platform stations, utilities, overhead contact system, traction power, train control and signal, communications and street improvements. Served as inspector or resident engineer or area manages for these projects. • F-line Historic Streetcar Rail Extension — Market Street to Fisherman's Wharf. • K— Line Light Rail / Streetcar Rail and Street Improvements • M-Line Light Rail/ Streetcar Rail and Street Improvements • N — Line Light/ Streetcar Rail and Street Improvements • Muni Metro Extension (MIVIX) - MMT portal to PacBell Park • Third Street Light Rail — PacBell Park to Southern Terminus • King St. Substation — Construction of traction power Substation for the MMX extension. I was the field inspector and Resident Engineer on the project. Muni Metro East - Site improvement project: Phase I of the construction of MME. Improved site conditions by using soil treatment and ram rock columns for light rail yard and maintenance facility. I was the construction Area Manager. Page: 3 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Alejandro Norberto Pardo Civil & Structural Engineer Cell: (305) 967-9775 E-mail: apardo@act-fl.com Education Civil Engineer Civil Engineering Thesis Publications Teaching Professional Reg. University of Buenos Aires (UBA). From March 1991 to June 1997. Title: "Static Strength of Welded Joints in Steel Hollow Sections". Study and Research. Laboratory test. Creation of tubular joint verification software. Title: "Minimum Time Evaluation to keep Formwork and Shore in Concrete Structures". Engineering School — University of Buenos Aires (UBA). Teaching Assistant -ship in Inspection and Construction of Reinforced and Prestressed Concrete Structures Department. Duration: 2 years. Registered Professional Engineer in the State of FL. — FL PE #65666 Work Experience Have vast professional experience in Civil engineering. I have been involved with different projects ranging from commercial, residential and bridge design to highway maintenance and repair field operations which gave me an in depth understanding for handling everyday's job with strong theoretical background and solid field experience. AmRoad LLC — Operations Manager — From March 2009 to present • Responsible for overall management of projects from contracted to completion. • Ensure all operations are undertaken in a safe manner in accordance with the State law and Company's internal safety policy. • Supervision of staff to ensure project quality objectives are attained. Bridges: Asphalt Repairs, Exp. Joints Rehab and Retrofit, Excavation, Slope Protection, Barrier & Beam Rep. Roadway: Signs, RPMs & Striping (Thermo + Tape) Installation at Ft. Laud. Intl Airport — Access Ramp. Roadway: Striping SR91 FL Turnpike (Orlando — MM 274 to 298) — Longliner, 66 miles refurbished. Road ABC Corporation — Operations Manager — From Feb 2008 to March 2009 • Management of project team functions. Responsible for crew training. • Supervision and coordination of multiple contractors. • Effective communication skills with client reps. Concrete: Beams Rep. incl Crack injection, Spells and Strand Retens. Guardrail & Fencing. Culverts Repairs. Pavement: Milling & Resurfacing on SR112 ov/ 32 Ave. — 3 Lanes x 400 feet long patch. Roadway: Striping and RPMs Rem. & Rep. on 7-Mile Bridge (Marathon, FL) — Full refurbishing. Botas Engineering Inc. — Senior Structural Engineer/Project Manager — From Nov 2001 to March 2008 • Procedure/ Project review and revision if required, in conjunction with Client/ Project Manager. • Review project program and update on a regular basis Bridge: Design, plans prep. and insp. of steel, prestressed and composite Bridges — Load Rating— Several projects in FDOT Dist. IV and VI. Commercial: Design, plans prep. and insp. of prestessed precast beams and joists at Miami Intl Airport. Residential: High-rise building design, plans prep. and threshold inspection — Wind calculations and permitting of large scale condominium developments. Skills Knowledgeable in various latest engineering and cost evaluation tools and techniques which I applied in my professional career to produce cost-effective solutions for the organization I worked with. I can handle high pressure environments with ease and open mind and also a good team player. I have efficient communication skill to present my points precisely to listeners • Expertise in AutoCAD • Operate effectively with Microsoft office tools namely word, excel, power point, access • Efficient management and organizational abilities • Excellent written and communication skills in English • Have good problem solving with analytic thinking • Open minded to work in complex environment and projects. Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Ron DeSantis, Governor Melanie S. Griffin, Secretary STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES PARDO, ALEJANDRO NORBERTO 3552 NE 167TH STREET NORTH MIAMI BEACH FL 33160 2. LICENSE NUMBER: PE65666 EXPIRATION DATE: FEBRUARY 28, 2027 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. 7 This is your license. It is unlawful for anyone other than the licensee to use this document. FBPE FLORIDA BOARD OF PROFESSIONAL ENGINEERS Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Ron DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Melanie S. Griffin, Secretary CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES PARDO, ALEJANDRO NORBERTO ACT FLORIDA �' L 3552 NE 167TH STREET NORTH MIAMI BEACH FL 33160 LICENSE NUMBER: CGC1528616 EXPIRATION DATE: AUGUST 31, 2026 Always verify licenses online at MyFloridaLicense.com ISSUED: 08/22/2024 Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Florida Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 MATIAS OTERO, PM EDUCATION B.S. Civil Engineering Pontifical Catholic University of Argentina (Uca). 2003 LICENSES State of Florida Licensed and Active General Building Contractor State of Florida Plumbing, Electrical, Mechanical, and Fire Sprinkler Contractor State of Florida Real Estate Sales Associate SOFTWARE AutoCAD Civil 3D Primavera P3 and P6 MS Project Microsoft Office Revit EXPERIENCE PROFILE Mr. Matias Otero has over 20 years of construction and project management experience. With high ability to direct multi -site construction, maintenance, and modernization projects through their entire career within diverse sectors including commercial and residential. Matias has an exhibit impressive perseverance and ingenuity in completing projects within tight budgets and challenging schedules; utilizing expertise, skills, and confidence to anticipate issues and problems and make critical decisions quickly and effectively. Mr. Otero has expertise in the following skill sets and discipline: Construction Management Design Management Business Development Contract Negotiations Engineering Inspection Quality Control & Assurance Controls & Administration Cost & Scheduling Engineering Capital Asset Management Utilities & Drainage Operations & Maintenance Constructability & Design Review Task Order Contracting Multi units Buildings full Renovation Construction Residential and Commercial Construction WORK EXPERIENCE: Professional Experience Home Express Corp DBA HE Builders, Present Owner/President since November 2004 located at 245 Michigan Ave, Suite LG2, Miami Beach, FL 33139. Responsible for all aspects of running a general contracting business. Perform all sales, marketing and business development activities. Perform contract labor and coordinate with subcontractors where necessary. Provide superior customer service to clients. Manage company finances and collect payment. Directed HVAC-related construction projects involving the installation and repair of HVAC systems, Electrical, Plumbing and Fire Sprinklers. RECENT PROJECT HIGHLIGHTS: Name of the Project: Miami -Dade Fire Rescue - Ocean Rescue HQ at Crandon Park (Key Biscayne) Year: 2024 Position: Project Manager. The project involves the construction of the new Ocean Rescue Headquarters at Crandon Park, a single -story CBS structure spanning approximately 7,954 SF. The facility is designed to meet the operational needs of Miami -Dade Fire Rescue life safety and Ocean Rescue support staff while adhering to sustainable construction standards and achieving LEED Silver Certification. The contract amount is $7,168,593.35 Name of the Project: Miami -Dade Department of Transportation and Public Works - Historical Bridges Rehabilitation and Painting Year: 2024 Position: Project manager. This project focuses on the rehabilitation and preservation of two historic bridges, Bridge Nos. 874129 and 874130, located along Curtiss Parkway over Miami Canal. The work encompasses all necessary operations to restore and enhance the structural integrity, functionality, and aesthetic appeal of these historic structures. The contract amount is $4,584,571.74. Name of the Project: Miami -Dade Aviation Department - MIA Restroom Renovations Year: 2024 Position: Project manager. This project involves the comprehensive interior renovation, modernization, and ADA compliance upgrades for four sets of public restrooms (male, female, unis and janitor's closet) located in Terminal D of Miami International Airport. ex, Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 MATIAS OTERO, PM Name of the Project: Coral Gables Library - Interior Renovation Roof Replacement and Impact Resistant Windows and Doors Year: 2023 Position: Project Manager Interior Renovations, Impact Resistant Windows, Doors and Roof Replacement of Historical Coral Gables Library of 28,446 sq ft bldg. Work included Self Preforming coordination of Fire Alarm, Structural, Electrical, Plumbing and Mechanical Trades Name of the Project: Sunset/Veterans Park Year: 2022 Position: Project manager. Construction of new park facilities and structures work included coordination of Communications, Fire Alarm, Structural, Electrical, Plumbing, Mechanical, and Roofing Trades Name of the Project: Port of Miami Year: 2019 Position: Project manager. New Control Room for Security and includes Construction of Video Wall and LAN Room Relocation. Work included coordination of Communications, Fire Alarm, Structural, Electrical, Fire Sprinkler, Plumbing and Mechanical Trades. Name of the Project: Continuum on South Beach Year: 2017 Position: Project Manager. Major reconstruction of 4 story Condo building work included coordination of Communications, Fire Alarm, Structural, Electrical, Fire Sprinkler, Plumbing, Mechanical, and Roofing Trades. Page: 2 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Ron DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Melanie S. Griffin, Secretary CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES 4:11 1 P. r • AEA OTERO, MATIAS LUCIANO HE BUILDERS 2572 NE 182 TER NORTH MIAMI BEACH FL 33160 I r a LICENSE NUMBER: CGC1508204� EXPIRATION DATE: AUGUST 31, 2026 Always verify licenses online at MyFloridaLicense.com ISSUED: 09/17/2024 Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Florida Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Ron DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Melanie S. Griffin, Secretary ELECTRICAL CONTRACTORS' LICENSING BOARD THE ELECTRICAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES 4:11 r es, .r'1'; r 1 OTERO, MATIAS LUCIANO HOME EXPRESS, CORP. y 2572 NE 182 TER NORTH MIAMI BEACH FL 33160 I LICENSE NUMBER: EC13008972 EXPIRATION DATE: AUGUST 31, 2026 Always verify licenses online at MyFloridaLicense.com ISSUED: 08/20/2024 Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Florida Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Ron DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Melanie S. Griffin, Secretary CONSTRUCTION INDUSTRY LICENSING BOARD THE MECHANICAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES 4:14 1 P. r .r'1'; 1 Arolk OTERO, MATIAS LUCIANO r�u HE BUILDERS 2572 NE 182 TER NORTH MIAMI BEACH FL 33160 m. rs I r 1 LICENSE NUMBER: CMC1250624 EXPIRATION DATE: AUGUST 31, 2026 Always verify licenses online at MyFloridaLicense.com ISSUED: 08/19/2024 Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Florida Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Ron DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Melanie S. Griffin, Secretary CONSTRUCTION INDUSTRY LICENSING BOARD THE PLUMBING CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES 4:11 r r .r'1'; AEA OTERO, MATIAS LUCIANO r�u HE BUILDERS 2572 NE 182 TER NORTH MIAMI BEACH FL 33160 I r a LICENSE NUMBER: CFC1429564� EXPIRATION DATE: AUGUST 31, 2026 Always verify licenses online at MyFloridaLicense.com ISSUED: 08/20/2024 Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Florida Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Jimmy Patronis CHIEF FINANCIAL OFFICER JoAnne Rice DIVISION DIRECTOR Bruce Gillingham BUREAU CHIEF Ronald Dilworth SAFETY PROGRAM NIANAGER FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF STATE FIRE MARSHAL 200 EAST G,AINES STREET - Taklahasee, Florida 32399-0342 Tel. 850413-3644 CERTIFICATE OF COMPETENCY OFFICIAL COPY THIS CERTIFIES THAT: Matias L. Otero 2572 NE 182nd Terrace North Miami Beach FL 33160 BUSINESS ORGANIZATION: Home Express Corp Contractor 11 is limited to the execution of contracts requiring the ability to layout, fabricate, install, inspect, alter, repair, and service water sprinkler systems, water spray systems, foam -water sprinkler systems, foam -water spray systems, standpipes, combination standpipes and sprinkler risers, all piping that is an integral part of the system beginning at the point of service, sprinkler tank heaters, air lines, thermal systems used in connection with sprinklers, and tanks and pumps connected thereto, excluding pre-engineered systems. Issue Date: Type: Class: County: License/Permit #: Expiration Date: Chief Financial Officer 07/0 l /2024 07 12 Dade FPC 17-0000g5 06/30/2026 • Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 J Local Business Tax receipt Miami -Dade County, State bf Florida —THIS IS NOT A BILL — DO !NOT P1Y 7284915 BUSINESS NAME/LOCATION RECEIPT NO. kiE BUILDERS RENEWAL 72 NE 182ND TER 7573276 NORTH MIAMI BEACH FL 33160-2023 OWNER SEC. TYPE OF BUSINESS HOME EXPRESS CORP 196 ELECTRICAL CONTRACTOR CCU MATIAS OTERO QUALIFIER EC13GtS972 Worker(s) 4 EXPIRES SEPTEMBER 30, 2025 Must be displayed at place of business Pursuant to County Code Chapter 8A — Art. 9 & 10 PAYMENT RECEIVED BY TAX COLLECTOR $75.00 09/17/2024 PTBTC-24-0075 35 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or a certification of the holder s qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles — Miami —Dade Code Sec Ba-276. For more information, visit www.miamidade ovItaxcollector llfl,'A ['C -ri Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY EU I 5460563 BUSINESS NAME/LOCATION HE BUILDERS OPERATING IN DADE COUNTY OWNER HOME EXPRESS CORP C/O MATIAS OTERO QUALIFIER Worker(s) 1 RECEIPT NO. RENEWAL 5700456 13 EXPIRES SEPTEMBER 30, 2025 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art, 9 & 10 SEC. TYPE OF BUSINESS 196 GENERAL BUILDING CONTRACTOR CGC 1508204 PAYMENT RECEIVED BY TAX COLLECTOR $75.00 09/17/2024 PTBTC-24-007531 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or a certification of the holder s qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles— Miami —Dade Code Sec 8a-276. 4 For more information, visit.www.miamidade.govftaxcollector . r Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Local Business Tax eceipt Miami -Dade County, State of Florida —THIS IS NOT A BILL — DO NOT PAY 5460563 BUSINESSIIAMEJLOCATION HE BUILDERS OPER1NG IN DADE COUNTY OWNER HOME EXPRESS CORP C/O MATIAS OTERO QUALIFIER Worker(s) 1 RECEIPT NO. REN EWAL 7509377 ILBTI EXPIRES SEPTEMBER 30, 2025 Must be displayed at place of business Pursuant to County Code Chapter 8A — Art. 9 & 10 SEC. TYPE Of BUSINESS 196 SPEC MECHANICAL CONTRACTOR FPC17-000095 PAYMENT RECEIVED BY TAX COLLECTOR $75.00 09/17/2024 PTBTC-24-0075 3 1 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or a certification of the holder s qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles — Miami —Dade Code Sec 8a-2?6. ' tt For more information, visit www.miamidade.gov/taxcollector Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Local Business Tax receipt Miami -Dade County, State of Florida —THIS IS NOT A BILL — DO NOT PAY 5"4f 0563 BUSINESS NAME/LOCATION HE BUILDERS OPERATING IN DADE COUNTY OWNER HOME EXPRESS CORP C/O MATIAS OTERO QUALIFIER Worker(s) 1 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or a certification of the holder s qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles — Miami —Dade Code Sec 8a-276. For more information, visit www.miamidade.govitaxcollector RECEIPT NO. RENEWAL 7520342 EXPIRES SEPTEMBER 30, 2025 Must be displayed at place of business Pursuant to County Code Chapter 8A — Art. 9 & 10 SEC. TYR OF BUSINESS 196 GENERAL MECHANICAL CONTRACTOI AYMENTRECEIVED CMC1250624 Y TAX COLLECTOR $75.00 09/17/2024 PTBTC-2 4-00753 1 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Local BusinessTaxIjeceipt Miami -Dade County, State of Florida —THIS IS NOT A BILL — DO NOT PAY 7201 193 BUSINESS NAME/LOCATION HE BUILDERS 2572 NE 182ND TER NORTH MIAMI BEACH FL 33160-2023 OWNER HOME EXPRESS CORP C/O MATIAS L OTERO QUALIFIER Worker(s) 1 RECEIPT NO. RENEWAL 7483880 SEC. TYPE OF BUSINESS 196 PLUMBING CONTRACTOR CFC1429564 EXPIRES SEPTEMBER 30, 2025 Must be displayed at place of business Pursuant to County Code Chapter 8A — Art. 9 & 10 PAYMENT RECEIVED BY TAX COLLECTOR $75.00 09/17/2024 PTBTC-24-007533 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, or a certification of the holder s qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles — Miami —Dade Code Sec 8a-276. For more information,Ivisit www.miamidade.govltaxcollector Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 B PVNARD COUNTY FLORIDA LEE COUNTY PORT AUTHORITY GREATER ORLANDO AVIATION AUTHORITY 7r JACKSONVILLE TRANSPORTATION AUTHORITY Florida Unified Certification Program Disadvantaged Business Enterprise (DBE) Certificate of Eligibility HOME EXPRESS CORP MEETS THE REQUIREMENTS OF 49 CFR, PART 26 APPROVED NAICS CODES: 236220, 237310 d(enrrEvent Diu Laura Paskvan DBE & Small Business Development Manager Florida Department of Transportation Tampa Airport kVorpan Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 ANNIVERSARY DATE — Annually on September 20 The Florida Department of Transportation (Department) has certified, HOME EXPRESS CORP under the Florida's Unified Certification Program (UCP) as a Disadvantaged Business Enterprise (DBE), in accordance with Title 49 Part 26, Code of Federal Regulations (CFR). DBE Certification does not expire. It is contingent upon the firm maintaining eligibility annually through this office. We will notify Owners of their responsibilities in advance of the anniversary date. We have listed the firm in the Florida's DBE Certification Directory, found at the following link: https://fdotxwp02.dot.state.fl.us/EqualOpportunityOfficeBusinessDirectory Prime contractors and consultants must verify the firm's DBE certification status, and identify eligible work area(s) through the Directory. The Department makes available DBE Support Service Providers, offering managerial and technical assistance at no cost. Contact us at (850) 414-4747 or via email DBECert.Help@dot.state.fl.us with your questions or concerns. Thank you. Laura Paskvan DBE & Small Business Development Manager Equal Opportunity Office Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 efwe geoidAg. Minority Business Certification HOME EXPRESS CORP Is certified under the provisions of 287 and 295.187, Florida Statutes, for a period from: 08/22/2023 08/22/2025 J. Todd Inman Florida Department of Management Services FLORIDA DEPARTMENT OF MANAGEMENT SERVICES • SUPPLIER DIVERSITY Office of Supplier Diversity 4050 Esplanade Way, Suite 380 Tallahassee, FL 32399 850-487-0915 www.dms.myflorida.com/osd Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 MIAM COUNT T mlamldade,gov May 3, 2023 MATIAS OTERO HOME EXPRESS CORP DBA HE Builders 6820 Indian Creek Dr Apt 601 Miami Beach, FL 33139 Approval Date: May 1, 2023 Small Business Enterprise - Construction (SBE-Con) Expiration Date: May 31, 2026 Dear MATIAS OTERO, Internal Services Department Small Business Development 11 NW 1 Street, 19111 Flour htiami, Florida 3312e T 305-375-3111 F 305.37553160 Miami -Dade County Small Business Development (SBD), a division of the Internal Services Department (ISD), has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Miami -Dade County Small Business Enterprise. The Small Business Enterprise (SBE) programs are governed by Sections 2-8.1.1.1.1; 2-8.1.1.1.2; 2-10.4.01; 10-33.02 of Miami -Dade County's Codes. This Small Business Enterprise - Construction (SBE-Con) certification is valid for three (3) years. However, to validate continuing eligibility, SBD may conduct random audit(s) within the three (3) year certification period. Failure to provide required documentation for a random audit will initiate the decertification process. At the time of expiration, your firm will submit a Re -certification Application at least one hundred and eighty (180) days, but not less than, ninety (90) days, prior to the end of the three (3) year certification term via the County's web -based system, Business Management Workforce System (BMWS). This will ensure sufficient time for process by SBD. Failure to provide the re -certification application and required supporting documentation will initiate the decertification process. If at any time there is a material or business structure change in the firm including, but not limited to, ownership, officers, director, scope of work being performed, daily operations, affiliations(s) with other businesses or the physical location of the firm, you must notify this office within thirty (30) calendar days of the effective date of the change(s) via the BMWS. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary. Failure to notify SBD of any changes may result in immediate action to decertify the firm. This letter will be the only approval notification issued for the duration of your firm's three-year certification. If the firm attains graduation or becomes ineligible during the three-year certification period, you will be properly notified following an administrative process that your firm's certification has been removed pursuant to the code. Your firm's name and tier level will be listed in the directory for all SBE certified firms, which can be accessed through Miami -Dade County's SBD website: https://www.miamidade.gov/global/business/smallbusiness/home.page. The categories as listed below affords you the opportunity to bid and participate on contracts with Small Business Enterprise measures. It is strongly recommended that you register your firm as a bidder with Miami -Dade County. To register, you may visit: https://www.miamidade.gov/global/business/procurement/home.page. Thank you for your interest in doing business with Miami -Dade County. If you have any questions or concems, you may contact our office at 305-375-3111 or via email at sbdcert@miamidade.gov. Sincerely, Jeanise Cummings-Labossiere Section Chief, Small Business Development CATEGORIES: (Your firm may bid or participate on contracts only under these categories CSI 211300: FIRE -SUPPRESSION SPRINKLER SYSTEMS NAICS 236115: NEW SINGLE-FAMILY HOUSING CONSTRUCTION (EXCEPT FOR -SALE BUILDERS) NAICS 236116: NEW MULTIFAMILY HOUSING CONSTRUCTION (EXCEPT FOR -SALE BUILDERS) NAICS 236117: NEW HOUSING FOR -SALE BUILDERS NAICS 236118: RESIDENTIAL REMODELERS NAICS 236210: INDUSTRIAL BUILDING CONSTRUCTION NAICS 236220: COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION NAICS 237110: WATER AND SEWER LINE AND RELATED STRUCTURES CONSTRUCTION NAICS 238110: POURED CONCRETE FOUNDATION AND STRUCTURE CONTRACTORS NAICS 238120: STRUCTURAL STEEL AND PRECAST CONCRETE CONTRACTORS NAICS 238210: ELECTRICAL CONTRACTORS AND OTHER WIRING INSTALLATION CONTRACTORS NAICS 238220: PLUMBING, HEATING, AND AIR-CONDITIONING CONTRACTORS NAICS 238910: SITE PREPARATION CONTRACTORS Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Curtis Park Community Center - City of Miami Project B-193511 BID FORM Provide Lump Sum approach for each CSI Division - Not to exceed CSI Division CSI Master Format Title 1 2 3 4 5 6 7 8 9 10 11 General Requirements $ Existing Conditions $ Concrete $ Masonry $ Metals $ Wood, Plastics and Composities $ Thermal and Moisture Protection $ Openings $ Finishes $ Specialties $ Equipment $ $ 12 13 14 21 22 23 26 Furnishings Special Construction Conveying Equipment Fire Supression Plumbing HVAC Electrical 27 Communications 28 31 32 33 Electronic Safety and Security Earthwork Exterior Improvements Utilities Cost 964.347,65 793.207,46 1.128.089,18 324.876,18 617.128,86 25.702,23 511.988,41 845.566,70 693.960,20 43.179,75 1.028,09 32.898,85 19.533,69 1,00 87.387,58 133.651,59 855.847,59 863.043,22 96.640,38 45.235,92 479.640,26 960.235,30 757.701,73 A Bidder Lump Sum Bid Amount $ 10.280.891,82 B Owner's Dedicated Contingency/Allowance (10%) $ 1.028.089,18 Sub -total $ 11.308.981,00 C Permit Fees & Other Reimbursables $ 80.000,00 Grand Total Project Amount (A+B+C) $ 11.388.981,00 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 SECTION 5 CONTRACT EXECUTION FORMS THIS Contract # 24-25-005-R made this 30 day of September in the year 20 25 in the amount of $ 11,388,981.00 by and between THE CITY OF MIAMI, FLORIDA, hereinafter called the "CITY," and Home Express Corp. dba HE -Builders , hereinafter called the "Contractor." CONTRACT EXECUTION FORM IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST Signature r MARISABELCASTANEDA Commission NMI 379163 *tgb4M3 (A9 1-01140A\C tion re 1\46i ASAW corttp4110-11. ArtaeLo qui k4)1461- Print Name, Title Print Name, Title of Authorized Officer or Official ATTEST: CONTRACTOR Secretary (Affirm Contractor Seal, if available) ATTEST: ,—DocuSigned by: F46f17560fCF1459 Todd B. Hannon, City Clerk 8igncd by: (CORPORATE SEAL) CITY OF MIAMI, a municipal corporation of the State of Florida ,—DocuSigned by: 11r(L uV' iNaVlt,6yl. `— g4gE C372D&M2A... Arthur Noriega V, City Manager APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: ,—DocuSigned by: 'V'Aaak l�awtt/L7 '-27395C6318214E7... David Ruiz, Interim Director Risk Management Department Curtis Park Community Center — D1 Project Number: 40-B193511 DocuSigned by: E8Y1 E9F George ysong III, City Attorney 25-2156 FDS ril/LF ITB No. 24-25-005-R Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 CORPORATE RESOLUTION WHEREAS, oh A& oteepOorapPAWP SC ()Div , 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 1024 CWIC (Type Title of Officer) '' i ,r,`s tPAT-4"2 , is hereby authorized and instructed to enter into (Type Name of Officer) 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 CT day of 202f. eta rysk £Q.— 7 Ecieruf~ (Corporate Seal) Curtis Park Community Center— Di ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 ALTER SURETY GROUP, INC. Bond Department - Public Works Bond In compliance with Florida Statute Chapter 255.05, the provisions and limitations of section 255.05 Florida Statutes, including but not limited to, the notice and time limitations in Sections 255.05(2) and 255.05(10) are incorporated in this bond by reference. Bond Number: 4000101 Contractor Home Express Corp DBA HE Builders Address & 3040 NW 23rd Terrace, Miami, FL 33142 Phone No.: 305-981-6256 Surety Developers Surety and Indemnity Company Address & 800 Superior Avenue E., 21st Floor, Cleveland, OH 44114 Phone No.: 216-328-6100. Owner Name: City of Miami �� Address & 444 SW 2nd Avenue, Miami, FL 33<c� ^`J Phone No.: 305-416-1200 �IO' - Contracting Public Entity b` v (if different from the owner)0e a.� n\� Address & �'� O Phone No.: P�' Contract/Project Number: 40-B193511 Project Name: Curtis Park Community Center, D1, Project Number: 40-B193511 Project Location: 1901 NW 24th Ave, Miami FL 33125 Legal Description And Street Address: Description of Improvement: Development of a new 8000 square foot community center building. This bond is given to comply with section 255.05 Florida Statutes and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2) and (10), Florida Statutes. Any provision of this bond which conflict with or purports to grant broader or more expanded coverage in excess of the minimum requirements of the applicable statute shall be deemed deleted herefrom. This bond is a statutory bond, not a common law bond. This is the front page of the bond. All other page(s) are deemed subsequent to this page regardless of any page number(s) that may be pre-printed thereon. Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 FORM OF PERFORMANCE BOND (Page 1 of 2) BY THIS BOND, We Home Express Corp.dba HE Builders, as Principal, hereinafter called Contractor, and Developers Surety and Indemnity Company as Surety, are bound to the City of Miami, Florida, as Obligee, hereinafter called City, in the amount of Eleven Million Three Hundred Eighty Eight Thousand Nine Hundred Eighty One 00/100 Dollars ($11,388,981.00 ) 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. 24- 25-005-R Curtis Park Community Center, D1 — Project Number: 40-B193511, awarded the 21st day of July , 20 25 , 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 co it uction of Curtis Park Community Center the Contract being made a part of this Bond by refereueWthe times and in the manner prescribed in the Contract; and .(eaS7c,, 2. Pays City all losses, liquidated damages ense as#e, and attorney's fees including appellate proceedings, that City sustains as a result a d ult by Contractor under the Contract; and 3. Performs the guarantee of all Work)and rnaQ s furnished under the Contract for the time specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL FORCE AND EFFECT. n. rC 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 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. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 FORM OF PERFORMANCE BOND (Page 2 of 2) No right of action shall accrue on this bond to or for the use of any person or corporation other than the 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 5th day of August WITNESS: (If Sole Ownership. Partnership, or Joint Venture two (2) Witnesses are required. If Corporation, Secretary will only attest and affix seal) ivia6S4100{64 Signature of authorized officer Signatu of authorized o Affix Seal IN THE PRESENCE OF: Signature Sherrin Martinez Signature Lily Rafford Affix Seal oiottioa •~��� s, 5' 1936 '.:n= `;'V d-Warr : , 2025 . IPAL: • At ture 1L •i t Ame and Title • e Express Corp.dba HE Builders Name of Firm 2572 NE 182 Terrace Business. Address North Miami Beach, FL 33160 City/State/Zip Code INSURANCE COMPANY: Developers Surety and Indemnity Company By Agent and Attorney -in -Fact Jonathan A. Bursevich 800 Superior Avenue E. 21st Floor Business Address Cleveland, OH 44114 City/State/Zip Code 216-328-6100 Telephone Curtis Perk Community Center - Q1 ITE No. 24-25-005-R Project Number: 40-B19351 t Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 FORM OF PAYMENT BOND (Page 1 of 2) BY THIS BOND, We Home Express Corp. dba HE Builders , as Principal, hereinafter called Contractor, and Developers Surety and Indemnity Company , as Surety, are bound to the City of Miami, Florida, as Obligee, hereinafter called City, in the amount of Eleven Million Three Hundred Eighty Eight Thousand Nine Hundred Eighty One 00/100 Dollars ($11,388,981.00) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, the Contractor has by written agreement entered into a Contract, ITB No. 24-25-005- R Curtis Park Community Center, D1 — Project Number: 40-B193511, awarded the 21st day of July , 20 25 , 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 a ® ,"Contract"; THE CONDITION OF THIS BOND is that if Contractor: n.. 140 1. Pays City all losses, liquidated damages, expenses, costs, and attorney's fees including appellate proceedings, that City sustains because ogfil ,lt by ntractor under the Contract; and 2. Promptly makes payments to all claiman a``s��d;;0_ y Florida Statute 255.05(1) for all labor, materials, and supplies used dir ly o' iltdireafly by Contractor in the performance of the Contract. THEN CONTRACTOR'S OB z TIAI�CSH -ALL BE VOID; OTHERWISE, IT SHALL REMAIN IN FULL FORCE AND FFF'ECT SUI4C'T, HOWEVER, TO THE FOLLOWING CONDITIONS: 2.1. A claimant, xcept 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) calendar 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) calendar 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. Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 FORM OF PAYMENT BOND (Page 2 of 2) The Surety hereby waives notice of and agrees that any changes in ClititUild6LthfIronstraCtOaklAMentS 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 5th day of August WITNESS: (If Sole Ownership, Partnership, or Joint Venture, two (2) Witnesses are required. If Corporation, Secretary will only attest and ffix seal) nature of authorized order SignatMilt6°WitY3 of authorized officer Affix Seal 1N THE PRESENCE OF: Terrace O(A Business Address \` vV North Miami Beach, FL 33160 OCity/State/Zip Code Signature Sherrin Martinez Signature Lily Raiford Affix Seal f . a e and Title � � ome Express Corp. dba HE Builders '� e of Firm �`�i `� NE 182 INSURANCE COMPANY: Developers Surety and Indemnity Company L By Agent and Attomey-in-Fact 800 Superior Avenue E. 21st Floor Business Address Cleveland, OH 44114 City/State/Zip Code 216-328-6100 Telephone Curtis Park Community Center— D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 POWER OF ATTORNEY FOR COREPOINTE INSURANCE COMPANY DEVELOPERS SURETY AND INDEMNITY COMPANY 59 Maiden Lane, 43rd Floor, New York, NY 10038 (212)220-7120 KNOW ALL P+Y TY,ESE PRESENTS that .eseept as c pies ly limited herein, COREPOINTF INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY, do hereby make, constitute and appoint: Warren Alter, David Satine, Jonathan Bursevich, Russ Stampler and Joseph Schwartz of Miami Lakes, FL as its true and lasvfulAitcrney-irt-Fact, to make, execute, deli Per and acknowledge, for and on behalf of said companies, as sureties, bonds, undertakings and contracts of suretyship giving and granting unto said Attorney -in -Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said company could do, but reserving to each of said company full power of substitution and revocation, and all of the acts of said Attomey-in-Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is effective 07/03/2024 and shall expire on December 31, 2025. This Power of Attorney is granted and is signed under and by authority of the following resolutions adopted by the Board of Direetors of CURE POINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY (collectively, "Company") on February 10, 2023. RESOLVED, that Sam Zaza, President, Surety Underwriting James Bell, Vice President Surety Underwriting, and Craig Dawson, Executive Underwriter Surety each an employee of AmTrust North America, Inc., an affiliate of the Company (the "Authorized Signors"), are hereby authorized to execute a Power of Attorney, qualifying attorney(s)-in-fact named in the Power of Attorney to execute, on behalf of the Company, bonds, undertakings and contracts of suretyship, or other suretyship obligations: and That the Secretary or any Assistant Secretary of the Company be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney. RESOLVED, that the signature of any one of the Authorized Signors and the Secretary or any Assistant See of the Company, and the seat of the Company must be affixed to any such Power of Attorney, and any such signature or seal may be affixed by fac i e and such Power of Attorney shall be valid and binding upon the Company when so affixed and in the future with respect to any bond, undertakin t et of suretyship to which it is attached. mI WfiNE.SS'ds'i3 dU?O , CO[2EA:ANTE INSURANCE COMPANY and D VEI.OPERS S signed by the Authorized Signor and attested by their Secretary or Assistant Secretary this INl3F1NNI`fv COMPANY have caused tit = prnneuts to be March 27. 2023 �OV ��... %t)•�'•zAY+lt+¢ 4': �': J��'.'9LtFC1RCyx;:•a ACKNOWLEDGEMENT: �.• y���0.•••••••�ra�,•' """►►t>i e►►att"`�" t'"""r► * ►►a"'t``` A notary public or othffic dr oer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF California COI!NTY OF Orange On this 27 day of March . 2023 , before me. t-loana•vuven Phu Pham . personally appeared Sam Zara rthiro proved to ore on the basis ofsatrstactory evidence to be the person whose name is subscribed to within the instrument and acknowledged to me that they executed the same in their authorized capacity, and that by the signature on the instrument the entities upon behalf which the person acted, executed this instrument. I certify, under penalty of perjury, under the laws o1'the State of California WITNESS mvhanel and official seal Signetur CORPORATE CERTIFICATION Mc undersigned, the Secretary or Assistant Secretary oi'COREPUINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY, does hereby certify that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in this Power of Attomey are in force as of the date of this Certification, that the foregoing paragraph is true and correct. HOANG-QUYEN P, PHAN. , ti t- Notary Public - California �3�4 '�,-- Orange County Commission M 2432970 CIS My Comm_ Expires Dec 31, 202$ By: This Certification is executed in the City of Cleveland, Ohio, this March 19, 2023. Barry W Menses, Assistant Secretary POA No. N/A DocuSignEnwe1opeJa33528FD6-5E9D-4796-837E C7E455E6530F Signed and sealed this 5th day of August 2025 • Ed. 0323 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 i 0 A !JSURANCE OFFICE OF AMERICA. To: City of Miami — ITB No. 24-25-005-R Curtis Park Community Center - Project B - 193511 RE: HE Builders — Builder Risk Hello, My name is Lyle Hoffman and I am the insurance broker who represents HE Builders. I am writing to notify you that we are ready to move forward with Builder's Risk Insurance, as soon as the project is to begin. Please take this letter as representation that HE builders WILL bind builders risk coverage at the appropriate time and we at IOA will provide a certificate before HE Builders begins work. Thank you for your patience and cooperation throughout this process. Please don't hesitate to reach out if you have any questions or require further assistance in the meantime. Best regards, Lyle Hoffman Vice President Insurance Office of America 727.916.1180 Lyle.Hoffman@ioausa.com Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 CERTIFICATE AS TO CORPORATE PRINCIPAL MOO owro Jl cbPay.Pni' certify that I am the Seerettrr of the corporation named as Principal in the foregoing Performance and Payment Bond (Performance Bond and Payment Bond); that RaktIcts O e0 , who signed the Bond(s) on behalf of the Principal, was then id 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 corporatio y at../ hority of its governing body. Secretary. +ehalf of) ti, ,l its' at ' f' ',M e W DV* 6 it L Corporation STATE OF 10(1 COUNTY OF QAT W (SEAL) Before me,(aa Notary Public duly commissioned, qualified and acting personally. appeared t{Vk\ 1 1 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 t , 20 2 .. My commission eires: Notary Public, State of rt0I at Large Bonded by Viailsa c161uWA MARiSABEL CASTANEDA Comrnissian # HH 379163 Expires April 5, 2027 Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 N/A PERFORMANCE AND PAYMENT GUARANTY FORM UNCONDITIONAL/IRREVOCABLE LETTER OF CREDIT (Page 1 of 2) Date of Issue: Issuing Bank's No.: Beneficiary: City of Miami 444 SW 2nd Avenue Miami, Florida 33130 Applicant: Amount: (in United States Funds) Expires: (Date) Bid/Contract No.: We hereby authorize you to draw on (Bank, Issuer name) at by order of and (Branch Address) 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: 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) Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 N/A 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) calendar 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 Curtis Park Community Center — D1 ITB No. 24-25-005-R Project Number: 40-B193511 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 HOMEEXP-03 BOOTHES ,d►c J RL CERTIFICATE OF LIABILITY INSURANCE �� DATE D/YYYY) 8/5/2/5/2025 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(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or 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 does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Insurance Office of America 1 Sleiman Parkway Suite 130 Jacksonville, FL 32216 CONTACT Stacey Boothe NAME: PHONE FAX (A/C, No, Ext): (904) 596-2868 (A/C, No): a DD RIEss: Stacey.Boothe@ioausa.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Security National Insurance Company (AmTrust) 19879 INSURED Home Express Corp dba HE Builders, Home Express Builders 6820 Indian Creek Dr Apt 601 Miami Beach, FL 33141-3823 INSURER B : Infinity Assurance Insurance Company 39497 INSURER C : Insurance Company of the West 27847 INSURER D : New York Marine and General Insurance Company 16608 INSURERE: Evanston Insurance Company 35378 INSURER F : COVERAGES CERTIFICATE NUMBER: 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 POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR W VD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR SES181498900 12/6/2024 12/6/2025 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 MED EXP (Any one person) $ Excluded PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: r^^� t {,/' GENERAL AGGREGATE $ 2'000'000 X POLICY X jECT LOC (7.00(0 PRODUCTS - COMP/OPAGG $ 2,000,000 X OTHER: $5M Per Project Aggregate `^//�O $ B AUTOMOBILE LIABILITY ��►� b` ? COMBINED SINGLE LIMIT(Ea accident) $ 1,000,000 X ANY AUTO 5 0 4$02 O 8/7/2025 8/7/2026 BODILY INJURY (Per person) $ OWNED AUTOS ONLY SCHEDULED AUTOS BODILY INJURY (Per accident) $ X HIREDTONLY X NON -OWNED ONLDY cC O$ ROPERTY DAMAGE (Per accident) $ $ A UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 X EXCESS LIAB CLAIMS -MADE EXS182314700 12/6/2024 12/6/2025 AGGREGATE $ 5,000,000 DED X RETENTION $ 0 $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY X PER STATUTE OTH- ER ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N N WFL507658501 3/22/2025 3/22/2026 E.L. EACH ACCIDENT 1,000,000 $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N / A E.L. DISEASE- EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 D E Ocean Marine Pollution Commercial ML2025MEE10360 CPLMOL132677 3/25/2025 7/2/2025 9/30/2025 7/2/2026 Marine Liability Liability 1,000,000 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Certificate Holder is listed as Additional Insured as respects the General Liability, Pollution Liability and Business Auto when required by written contract, on a Primary & Non -Contributory basis. The Umbrella is Follow Form over underlying. A Waiver of Subrogation in favor of the Certificate Holder applies to the Workers Compensation, when required by written contract. CERTIFICATE HOLDER CANCELLATION City of Mi 444 SW 2ami d Avenue (Miami. FL 33130 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 ifil ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 From: To: Subject: Date: Attachments: Lima. Cristiane Caseres. Luis FW: ITB No. 24-25-005-R Curtis Park Community Center Wednesday, August 6, 2025 9:00:06 AM image003.onq image004.onq image005.onq 2. P&P Bond (ITB No. 24-25-005-R1.pdf 1. COI - City of Miami (ITB No. 24-25-005-R1.pdf IOA - Builder"s Risk Insurance Letter.pdf Good Morning Luis, Please add the Risk approval stamp to the attached Insurance and P&P Bond documents and return them to me. The approval email is included below. Thank you in advance. Respectfully, Cri,s Li,wt,0 Senior Procurement Contracting Officer City of Miami, Department of Procurement 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130 W: 305 416-1904 8: 305 400-5009 L: clima©miamigov.com "Serving, Enhancing, and Transforming our C. ',; nity" The City of Miami is a public entity subject to Chapter 119 of the Florida Statutes concerning public records. E-mail messages are covered under such laws and thus sub% td i11closyyy��� All E-mail sent and received are a public record. ` �N\ Ofe*Q4 If you're not already a Vendor, click on or s the QRegister as a new vendor for the City of Miami. From: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com> Sent: Wednesday, August 6, 2025 8:36 AM To: Lima, Cristiane <CLima@miamigov.com> Cc: Quevedo, Terry <TQuevedo@miamigov.com>; Hansen, Anthony <AMHansen@miamigov.com> Subject: RE: ITB No. 24-25-005-R Curtis Park Community Center Good morning Cris, The bond and COI are acceptable to Risk. Please note, the builder's risk must be in place and approved by Risk prior to start of the project. Thanks, Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Detail by FEI/EIN Number DIVISION OF CORPORATIONS „� to rEici!; o I COIL ajfirial aunt, t.j'fiiarlslu wet ite Department of State / Division of Corporations / Search Records / Search by FEI/EIN Number / Detail by FEI/EIN Number Florida Profit Corporation HOME EXPRESS, CORP. Filing Information Document Number P03000132741 FEI/EIN Number 56-2429411 Date Filed 11/17/2003 State FL Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 01/13/2004 Event Effective Date NONE Principal Address 4478 Rainbow Ave Weston, FL 33332-2451 Changed: 09/02/2022 Mailing Address 6820 Indian Creek Dr Apt 601 Miami Beach, FL 33141 Changed: 09/02/2022 Registered Agent Name & Address OTERO, MATIAS LUCIANO 2572 NE 182 TER NORTH MIAMI BEACH, FL 33160 Name Changed: 12/06/2022 Address Changed: 04/23/2024 Officer/Director Detail Name & Address Title VP https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=562429411 .. 1/3 Docusign Envelope ID: FC805406-428B-4E44-AB2F-497B968DB638 Detail by FEI/EIN Number OTERO, MATIAS LUCIANO 2572 NE 182 TER NORTH MIAMI BEACH, FL 33160 Title P Otero, Horacio Alberto 301 Jefferson Ave 2C Miami Beach, FL 33139 Annual Reports Report Year Filed Date 2023 02/16/2023 2024 04/23/2024 2025 04/24/2025 Document Images 04/24/2025 --ANNUAL REPORT 04/23/2024 --ANNUAL REPORT 02/16/2023 --ANNUAL REPORT 12/06/2022 -- AMENDED ANNUAL REPORT 01/04/2022 --ANNUAL REPORT 01/04/2021 --ANNUAL REPORT 03/19/2020 --ANNUAL REPORT 08/22/2019 -- Reg. Agent Change 03/28/2019 --ANNUAL REPORT 02/20/2018 --ANNUAL REPORT 02/23/2017 --ANNUAL REPORT 03/04/2016 --ANNUAL REPORT 01 /11 /2015 -- ANNUAL REPORT 01 /15/2014 --ANNUAL REPORT 01 /20/2013 --ANNUAL REPORT 01/06/2012 --ANNUAL REPORT 01/05/2011 --ANNUAL REPORT 01 /07/2010 --ANNUAL REPORT 01 /16/2009 --ANNUAL REPORT 01 /16/2008 --ANNUAL REPORT 05/01 /2007 --ANNUAL REPORT 05/01 /2006 --ANNUAL REPORT 05/04/2005 --ANNUAL REPORT 04/16/2004 --ANNUAL REPORT 01/13/2004 -- Name Change 11/17/2003 -- Domestic Profit View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=Fei Number&directionType=Initial&searchNameOrder=562429411 ... 2/3 Olivera, Rosemary From: Caseres, Luis Sent: Tuesday, September 30, 2025 10:04 AM To: Hansen, Anthony; Ponassi Boutureira, Fernando; Perez, Annie; Darrington, Mario; McGinnis, Lai -Wan; Lima, Cristiane Cc: Cambridge, Susan; Fossler, Thomas; Hannon, Todd; Olivera, Rosemary; Santana Jr., Juvenal; Gomez, Marta; Johnson, Antiwonesha Subject: Document Distribution - ITB 24-25-005-R Curtis Park Community Center— D1- Project Number: 40-B193511 Attachments: ITB_24-25-005-R_-_Curtis_Park_Community_Center-Executed 09-29-2025.pdf Good morning, All: Lai -Wan: Attached for your records is a scanned copy of the document described below, which was duly executed by all appropriate parties. Thank you. Antiwonesha/Marta: You may now close this Matter ID 25-2156 Todd: Please find attached the fully executed copy of agreement that is to be considered an original agreement for your records. Document Type: Construction Contract First Party: City of Miami Second Party: Home Express Corp. dba HE -Builders Program/Purpose: Curtis Park Community Center — D1- Project Number: 40-B193511 Effective Date: 09/29/2025 Best regards, i LuA.- Cc e re k Construction Procurement Assistant City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130 (305) 416-1923 g (305) 400-5335 ®Lcaseres©miamigov.com 0 "Serving, Enhancing, and Transforming our Community" CONFIDENTIAL COMMUNICATION The information contained in this transmission may contain privileged and confidential information. It is intended only for the use of the person(s) named above. If you are not the intended recipient, you are hereby notified that any review, dissemination, distribution, or duplication of this communication is strictly prohibited. If you are not the intended recipient, please immediately contact the sender by reply e-mail and destroy all copies of the original message. Thank you. *Please Note: Due to Florida's very broad public records law, most written communications to or from City of Miami employees regarding City business are public records, available to the public and media upon request. Therefore, this e-mail communication may be subject to public disclosure. If you're not already a Vendor, click on or scan the QR Code to register as a new vendor for the City of Miami. 2