Loading...
HomeMy WebLinkAboutGordian Group Project Manual 6• Project Manual •CONTRACTOR or its subcontractors, . suppliers or vendors Is Excusable Delay. 41.2. CONTRACTOR is entitled to a •time extension of the Contract Time for each clay the Work is delayed due to Excusable Delay. CONTRACTOR shall document its claim for any time extension as provided in Article 39 hereof. 41.3. Failure of CONTRACTOR to comply with Article 39 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. 41.3. Excusable Delay may be cornpensable or non-compensable: 41.4.1. Cotinpensable Excusable Delay: 41.4.1.1. Excusable Delay Is compensabe when (I) the delay extends the Contract Time, (li) Is caused by . circumstances beyond the control of the CONTRACTOR or its subcontractors, suppliers or vendors, ;and (ifi) is caused solely by fraud, bad faith or active Interference on the part of CITY or its agents. In no event shall CONTRACTOR be compensated for interim delays which do not extend the Contract Time. 41.4.1.2. CONTRACTOR • shall be entitled to .direct and indirect costs for Compensable Excusable Delay. Direct costs recoverable by CONTRACTOR shall be limited to. the actual additional costs allowed pursuant to Article 38 hereof. 41.4.1.3. CITY and CONTRACTOR recognize and agree that .the amount of CONTRACTOR's precise actual Indirect costs for delay In the performance and completion of the Work is impossible to determine as of the date of execution of the Contract Documents, and that proof of the precise amount will be difficult. Therefore, indirect costs 'recoverable by the CONTRACTOR shall be liquidated on a daily basis for each day the Contract Time is delayed due to.a Compensabie Excusable Delay.. These liquidated Indirect costs shall be paid to compensate CONTRACTOR for all Indirect costs caused by a Compenseble Excusable Delay and shall include but not be March 2004 City of Miami Beach copyriQh o 2004 The Gorilla, p,oup Page 101 Project Manual limited to, all profit on rindirect casts, .home office overhead, acceleration, Toss of earnings, .loss of productivity, loss of bonding capacity, Toss of opportunity and all Other indirect costs incurred by CONTRACTOR. The amount of Liquidated indirect costs recoverable shall be as listed in Article 19 of the JOC Supplemental Conditions per day for each calendar day the Contract is delayed due to a Compensable Excusable Delay. 41.4.2. Non-Campensable Excusable Delay: 41.4.2.1. When Excusable Delay is (1)' caused by circumstances beyond the • control of CONTRACTOR, its subcontractors,. suppliers and vendors, and is also caused by circumstanOes beyond the control of the CITY or Program Manager, or (II) Is caused jointly or concurrently by CONTRACTOR or its subcontractors, suppliers or vendors and by the CITY or Program Manager, then CONTRACTOR shall be entitled only to a time extension and no further .compensation for the delay. ; 42. Substantial Completion: 42.1. When CONTRACTOR considers that the Work. or a portion thereof designated by CITY pursuant to Article 29 hereof, has reached Substantial Completion, CONTRACTOR shall so notify CITY and or Program Manager in writing. Program Manager and or CITY shall then promptly inspect the Work. When CITY and or Program Manager, on the basis of such an inspection, determines that the Work or designated portion thereof is substantially complete, it will then prepare .a Certificate of Substantial Completion In the form attached hereto as Form 00925 which shall establish the Date of Substantial Completion; shall state the responsibilities of CITY and CONTRACTOR for security, maintenance, heat, utilities, damage to the Work, and insurance; and shall list all Work yet to be completed to .satisfy the requirements of the Contract Documents for Final Completion. The failure to include any items of corrective work on such list does not alter the !responsibility of CONTRACTOR to complete all of the Work In accordance with the Contract Documents. Warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work or designated portion thereof unless otherwise provided in the Certificate of Substantial Page 102 City of Miami Beach . copyriyh, Q 2GO4 Too Gmdlen Group March 2004 Project Manual Completion. The Certificate .of Substantial CoMpletfon shall be Submitted to CITY through • the : Contract Administrator and CONTRACTOR for their written acceptance of the responsfbilities assigned to them In such Certificate. 43. No Interest: . 43.1, Any monies not ,paid by CITY. when • claimed to be duo • to CONTRACTOR under this Agreement, including, but not limited to, any and all claims for contract damages of any type, shall not be subject to interest Including; ,but not limited to prejudgment interest. However, the provisions of CITY's prompt payment ordinance, as such relates to timeliness:Of payment, and the provisions of Section 218.74(4), Florida Statutes (1989) as such relates to the payment of interest, shall apply to valid and proper invoices. • 43. Shop Drawings and Samples: 44.1. CONTRACTOR shall stibriiit Shop Drawings and or Samples as required and or as listed fn•the RFP for individual Job Orders. The purpose of the Shop Drawings Is to show the suitability, . efficiency, technique of manufacture, ;installation requirements, details of the item and evidence of • its compliance or noncompliance with the Contract Documents. 44.2. Within the time specified on .the RFP in calendar days after the Project initiation Date s`pecifled' in the Notice to Proceed, CONTRACTOR shall submit to CITY and or Program Manager a complete list of preliminary data on items for which Shop Drawings are to be submitted and shall Identify the critical items. Approval of this list by CITY and or Program Manager shall in no way relieve 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. 44.3.' After the approval of the list of items required in Section 44.2 above, CONTRACTOR shall promptly request Shop Drawings from the various manufacturers, -fabricators, and suppliers: CONTRACTOR shall include all shop drawings and other submittals in its certification. 44.4. CONTRACTOR shall thoroughly review and check the Shop Drawings and each and every copy shall show this approval thereon. 44.5. If the Shop Drawings show 'or indicate departures from the Contract requirements, CONTRACTOR shall make specific mention thereof in its letter of transmittal. Failure to point out such departures shall not March 2004 City of Miami Beach copyiiphk 0 2Op4 Mit Oadlan Oroup Page 103 . Project Manuel reileve CONTRACTOR from Its responsibility to comply with ' the Contract Documents. 44.6. -CITY and or .Program Manager shall review and approve Shop Drawings within fifteen (15) calendar days from the date received, unless said Drawings are rejected by CITY and or Program Manager for material reasons. CITY'S and or Program Manager's approval of Shop Drawings will be general and shall not relieve CONTRACTOR of responsibility for the accuracy of such 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 Drawings. No work called for by Shop Drawings shall be performed until the said Drawings havebeen approved by CITY and or Program Manager. . Approval shall ; not relieve CONTRACTOR from • responsibility for errors or omissions of any sort on the Shop Drawings. 44.7. .No approval will be given .to !partial submittals .of Shop Drawings for items which interconnect and/or are interdependent where necessary to properly evaluate the design. It is CONTRACTOR's responsibility to assemble the Shop Drawings for all such interconnecting and/or Interdependent items, check them and then make one submittal to CITY and or Program Manager along with Its comments as to Compliance, noncompliance, orfeatures requiring special attention. 44.8. 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. 44,9. CONTRACTOR shall submit ttie number of copies required by CITY and or Program Manager. Rd -submissions of Shop Drawings shall be made in the same quantityuntll final approval is obtained. 44.10. CONTRACTOR shall keep one set of Shop Drawings marked with CITY's approval at the job site et all times. 45. 'Field Layout of the Work and Record Drawings: 45.1. During the construction of a JOC Job Order, the entire responsibility • for establishing and maintaining line and grade in the field lies with CONTRACTOR. Furthermore the CONTRACTOR shall maintain an accurate and precise record of the location and elevation of all constructed items such as: pipe lines, conduits, structures, maintenance access structures,hand holes, fittings arid the like. CONTRACTOR shall deliver these records in good order to CITY and or Program Manager as the Work is completed. The cost of all such field layout and recording work is included in the bid adjustment Page 104 City of Miami Beach copydo • 2014 The Gordian Group March 2004 1 • Project Mannar factors. All record drawings shall be made on reproducible paper and shall. be delivered to CITY and or Program Manager prior to, and as a condition of, final payment. 45.2. CONTRACTOR shall Maintain In a safe place at the Project site one record copy of all Drawings, Plans,"'SpecIflcations, Addenda, written amendments, Change Orders, Field Orders and written interpretations and clarifications in good order and annotated to show all changes made during construction. These record documents together with all approved samples and a counterpart of all approved Shop Drawings shall be available at all times to CITY and or Program Manager for reference. 45.3. Prior to, and as a condition precedent to Final Payment, CONTRACTOR shall submit to CITY, CONTRACTOR'S' record drawings or as -built drawings acceptable to CITY and or Program Manager as fisted In Article '46. if no drawings were provided by the CITY or developed by the Contractor, the City may require the Contractor, at no expense to the CITY, to provide "as-builts" to properly document the Work. The CITY will specify the form of As - Built drawings that will be required, based on what is practicable to both parties to the Contract. 46. As -Built Drawings: 46.1. As the Work .progresses, the Contractor and the Subcontractor for each trade or division of Work, under the direction of the Contractor, shall keep a complete and accurate record of the following: 46.2. Changes and deviations between the Work•as shown on the Contract Documents (If drawings provided by the CITY or developed by the Contractor) and shop drawings indicating the Work as actually installed. 46.3. • The specific locations of piping, valves duct Work, equipment, and other such Work which were not located or changed location on the Drawings and shop drawings. 46.4. • Equipment schedules. indicating Manufacturer's names and model numbers. • 46.5. The As -Built Docurnehts shall be arranged in a logical order, and in accordance with the various provisions of the Specifications (if any), and properly indexed. The Contractor shall review them for completeness prior to submittal to the CITY. At the completion of the Work, the Contractor and ,each Subcontractor shall certify by endorsement thereof that each of the revised sepia niylar of the March 2004 City of Miami Beach. eoPYrFOP 0 2034 The Gordian Group Page 105 Project Manual •Drawings arid copy of Specifications and shop drawings is complete. and accurate. 47. Safety and Protection: 47.1. CONTRACTOR shall be solely' responsible for initiating, maintaining and supervising all safety precautions and programs In connection with the Project. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 47.1.1.! All employees on the`work site and other persons who may be affected thereby; 47.1.2. All the' work end !all 'materials or equlprrient to be Incorporated therein; whether in storage on or off the • Project site; and 47.1.3. • Other property at the Protect site or adjacent thereto, including trees, • shrubs, .!awns, walks, pavements, roadways, structures and utilities .not designated for removal, relocation ;or replacement -in the course of `construction. 47.2. CONTRACTOR shall complyrith all applicable laws, ordinances, rules, regulations and orders •of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards - for such safety and protection. ;CONTRACTOR shall notify owners of adJacent property and utilities ! when prosecution of the work may • affect them. All damage, injury or Toss to any property referred to In Article 32 above, caused directly or Indirectly, In whole or in part, by CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR. CONTRACTOR's duties and responsibilities for the safety and protection of the work shall continue until such time as all the Work is completed and Program Manager has issued a notice to CITY and CONTRACTOR that the Work is acceptable except as otherwise provided in Article 29 hereof. 47.3. CONTRACTOR shall designate a responsible member of its organization at the Work site whose duty shall be the prevention of accidents. This person shall be CONTRACTOR's superintendent unless otherwise designated in writing by CONTRACTOR to CITY. Page 106 City of Miami Beach March 2004 copyright O 2004 The Gordl,n Group • . Project Manual 48. payment by CITY for Tests: 48.1. Except when otherwise specified in the Contract Documents and or RFP, the expense of all tests requested by CITY and or Program Manager shall be borne by CITY and performed by a testing firm chosen by CITY and or Program Manager. For road construction projects the procedure for making tests required by CITY and or Program Manager will be in conformance with the most recent edition of the State of Florida, Department of Transportation Standard Specifications for Road and Bridge Construction. The cost of any required test which CONTRACTOR falls shall be paid 'for by CONTRACTOR. Any testing the CITY and or Program Manager request the Contractor to perform will be identified. in the Detailed Scope of Work and the cost submitted in the Contractor's Price Proposal. 49. •Project Sign: 49.1. Any • requirements for a project sign shall be as set forth In the •'• Detailed Scope of Work and or Technical Specifications. 50. Hurricane Precautions: • 50.1. • •.During such periods of time as are 'designated by the United States Weather Bureau as being : a hurricane warning or alert, 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 and or Program Manager has given notice of same. 50.2. C'oMpllance with any specific hurricane •warning or alert precautions • • will not constitute additional work. 50.3. Additional work relating to hurricane warning or alert at the'•Project site will be addressed by a Change Order in accordance with Section 37, General Conditions. 50.4. Suspension •of the Work caused by a threatened or actual • storm .event, regardless of whether the CITY hasdirected 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. • • 51. Cleaning Up; CITY'S Right to Clean Up: 51.1: r CONTRACTOR shall at all times keep the premises free from accumulation of waste materials or rubbish caused by its operations. At the completion of the Project, CONTRACTOR shall remove all Its March 2004 City of Miami Beach Page 107 copyrighi lb 2004 The OordlIn pinup Project Manual waste' materials and rubbish from arid about the Project as Weil as its tools, construction equipment, :machinery and surplus materials. If CONTRACTOR fails to clean up during the prosecution of the Work Or at the completion of the Work, CITY may do so and the cost thereof shall I be charged to CONTRACTOR. If a dispute arises between CONTRACTOR and separate contractors as to their responsibility for cleaning up', CITY may clean up and charge the cost thereof • to the contractors responsible therefor as CITY and or Program Manager shall determine to be just. 52: Removal of Equipment: .52.1. in case of termination of this' Contract before' completion for any cause whatever, CONTRACTOR, .if notified to do so by CITY, shall promptly remove any part or all of. CONTRACTOR's 'equipment and supplies from the property of CITY, failing which CITY shall have the right to remove such equipment and supplies at the expense of CONTRACTOR. . . 53. Nondiscrimination, •Equal Employment Opportunity, and Americans . with Disabilities Act: 53.1: CONTRACTOR shall not 'unlawfully discriminate'against any person in its operations and activities or In its use or expenditure of funds in fulfilling its obligations under this Agreement. CONTRACTOR shall • affirmatively comply with all applicable provisions of. the. Americans with Disabilities Act (ADA) in the course of providing any services funded by CITY, .including Titles I and 11 of the ADA (regarding nondiscrimination on the basis of disability), •and all applicable regulations, guidelines, and standards. In addition, CONTRACTOR '.Shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. _ 53.2. • CONTRACTOR's decisions regarding' the delivery of services under this Agreement shall be made without regard to or consideration of race, age, religion, color, gender, . sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor, which cannot be lawfully used as a basis for service delivery. . 53,3. .CONTRACTOR shall' not engage in or Commit any discriminatory practice in violation of CITY of Miami Beach Ordinance .No. 92-2824 In performing any services pursuant to this Agreement. . • .Page 108 City of Miami Beach c p Ight02004ThaGordianOraup March 2004 • • Project Manual 54. -Project Records: 54.1. CITY shall have the Tightto inspect and copy, at C1TY's expense, the books and records and accounts of CONTRACTOR which relate in ,any way to the Project, and to any claim for additional compensation made by CONTRACTOR, and to conduct an audit of the financial and accounting records of CONTRACTOR which relate to the Project and to any claim for ; additional compensation made by CONTRACTOR. CONTRACTOR shall retain and make available to CITY all such books and records and accounts, financial or 'otherwise, which relate td the Project and to any claim for a period of three (3) years following Final Completion of the Project. During the Project and the three (3) year period following Final Completion of the Project, CONTRACTOR shall provide CITY access to its books and records upon seventy-two (72) hours written notice. 55. Occupational Health and Safety: 55.1. In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this bid must be accompanied by a Material Safety Data Sheet (MSDS) which may be obtained from the manufacturer. The MSDS must include the following Information: 55.2. The Chemical name arid 'the 'common name of the toxic substance. 55.3. The hazards or other risks in the use of the toxic substance, Including: . 55.3.1, The potential for fire, explosion, Corrosion, and reaction; • 55.3.2. . 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 toxic substance; and 55.3.3. The primary routes of entry and symptoms of overexposure.: i . . • 55.4. The proper precautions, handling practical, 'necessary personal protective equipment, and Other safety precautions in the use of or exposure to the toxic substances, Including appropriate emergency treatment in case of overexposure. 55.5. The emergency procedure for spills, fire, disposal; and first aid. 55.8. A description in lay terms of the known specific potential health risks posed by the toxic substance intended to alert any person reading this information. March 2004 City of Miami Beach Page 109 coping hi 0 20 4 ih• Go,dlan Group ' .:Project Manual 55.7. The year and month, if availab'Ie, that -the information was cornpiled and the name, address, •and emergency telephone number of the 'manufacturer responsible far preparing the Information. • 55.8. 'Asbestos: • 55.8.1. THE CONTRACTOR IS WARNED THAT EXPOSURE TO AIRBORNE ASBESTOS HAS BEEN ASSOCIATED WITH POUR DISEASES: LUNG CANCER, CERTAIN GASTROINTESTINAL • CANCERS, PLEURAL • OR • .PERITONEAL MESOTHELIOMAAND ASBESTOSIS. Studies Indicate there are significantly increased health dangers to persons exposed to asbestos who smoke, and further, to family members and otherpersons who become indirectly exposed as a result of the exposed worker bringing asbestos -laden work clothing home to be laundered, 55.8.2. The Contractor i5 advised that friable and/or ,nonfriable asbestos -containing material may be encountered in area(s) where contract work is to be performed. Friable asbestos containing material means any material that contains more than pne percent asbestos by weight that hand pressure can cfumble, pulverize or reduce to powder when dry. Nonfriable asbestos -containing materials are materials in which asbestos fibers ere bound by a matrix material, saturant, Impregnant or coating. Nonfrlable asbestos -Containing !materials do not normally release airborne asbestos fiber during routine handling and end - use. However, excessive fiber •concentrations may be ' produced during uncontrolled abrading, sanding, drilling, cutting, machining, removal, demolition or other 'similar • activities: ' f 65.8.3. Care must be taken' to avoid releasing or causing 'to be released, asbestos fibers into the atmosphere where' they may be inhaled or Ingested. The Occupational Safety and Health Administration (OSHA) .has set standards at 29 CFR 1910.1001 for exposure to airborne concentrations of asbestos, fibers, • methods of compliance, medical . surveillance, housekeeping procedures, and other measures that must be taken when working with or around asbestos -containing materials. 29 CFR 1910.1001 has been identified as applicable to construction (29 CFR 1926.55 gases, vapors, fumes, dusts and mists). The Page 110 City of Miami Beach copyrlpht.2001 The Gerylen Group March 2004 . . F 'Environmental Protection .Agency (EPA) has established standards at 40' CFR 61.140-156 for the control of asbestos emissions to the environment and the handling and disposal of asbestos wastes. Additionally the'Florida Occupational Safety and Health Administration standards are applicable to this contract. • 55:8.4. Friable asbestos containing materlals -are riot permitted by current criteria and shall not be used in new construction or modification projects (ETi. 1110-1-118, 27 May 1983). Plans and specifications for .all new construction and modification projects will be reviewed to ensure that the use of friable asbestos -containing materials Is not called for. 55.8.5. • Maintenance, modification, or demolition .activities where exposure to asbestos dust :may occur from previously installed friable or nonfriable asbestos -containing material will be Identified. ; All precautions, to include proper work ' practices, medical surveillance, respiratory protection, industrial hygiene, and environmental protection requirements of OSHA (29 CFR 1910.1001), EPA (40 CFR • 61.140-156) and pA Circular 40-834, as applicable, shall • be strictly followed. 56. Environmental Regulations: • 56.1. • .,The CITY reserves the rightto'corisider a Bidder's history of citations and/or violations of environmental regulations in investigating a Bidder's responsibility, and' further reserves the right to declare a . Bidder not responsible if :the history • of violations warrant such .. determination in the opinion'of the CITY. Bidder shall submit with Its Bid, a complete history of all citations and/or violations, notices and • dispositions thereof. The ndn-submission of any such documentation shall be deemed to be an affirmation by the Bidder that there are no • citations or violations.. Bidder shall notify the CITY immediately of :notice of any citation or 'violation which Bidder may receive after the Bid opening date and during the time of performance of any contract awarded to it. ,Project Manual March 2004 City of Miami Beach ropy & O YO 4 The Gordian amp Page 111 Project Manual 00900 SUPPLEMENTARY CONDITIONS PAGE INTENTIONALLY LEFT iilLANK Page 112 City of Miami Beach March 2004 copyright D 2004 Ths Gordian droop . Project Manual 00923 STATEMENT OF COMPLIANCE (DAVIS BACON ACT) • ' No. II. j " C`• 3/(„�t� Contract No. Project Title ,fit a :The undersigned CONTRACTOR hereby swears under penalty of perjury that, during the period covered by the application for payment to which this statement is attached, all mechanics, laborers, and apprentices, employed or working on the site of the Project, have been paid at wage rates, and that the wage rates of payments, contributions, or costs for fringe benefits have not been less than those required by : the Davis Bacon Act and the applicable conditions of the Contract. Dated • - d r3 , 20�( • STATE OF COUNTY OF ) SS ,O,og ET) rt (Sign re) • By \cf-7 \ OQ% Cif \R . (Name a d Title) Contactor By The foregoing instrument was acknowledged before me this 3:90 day . of, .e 0 ' by 0 �C";zc.. \ r •f----, �"�C - C \ cc\( ... ,- who is ersonally known to • e or who has produced as identification and who did/did not take an oath. WITNESS my hand and official seal, this c- day of R�pq E. GANCHE2 Nobny Puh!'G - Matti at Florida ,ram Ur Cora krIn eviroi µay27,20U6 1;ommiHt1 n 0 D1112007S ConfiadlP Nat;w101 Notary pawn. My commission expires: 12r) bL March 2004 A ,20 F:4/ ()V.LUCA €J Ann (Signature of person taking acknowled ent) ,(Name of officer taking acknowledgment) (Serial number, if any) MI Cln0 City of Miami Beach • Page 113 CDpNiW(0 SON lfr Gordian Group • Project Manual DAVIS BACON WAGE DECISIONS AND ASSOCIATED INFORMATION The prevailing .wage rates,:•GENERAL'DEGISION; PL20030001FL1, Superseded .General Decision No. FL020001. January 23, 2004 by the Secretary of Labor State • :Of Florida, with respect to the Job Order Contracts) follow this page. Wage decision changes, such as modifications and superseding decisions, shall be effective, if published before contract award, unless prior to their issuance by the Secretary of Labor, construction has started, the mortgage has been Initially endorsed, or bids , have been opened. Please note that the Cantradtor will be required to certify that all laborers and mechanics engaged In the construction of the protect, including those employed by the subcontractors, have been paid at least the wage rate required by the effective wage decision, including all changes and additions on projects which are identified • by the CITY as federally funded. • The reference wage decisions will be in effect for tGvelve 02) months from the date the Contract Is executed. Thereafter, if CITY executes an option to extend the .Contract for an additional term(s) new wage decisions or modifications thereto will be issued and effective for the next twelve months. The Contractor's adjustment factors will be modified according to Article 6 of the JQC Supplemental General Conditions. -Page 114 City of Miami Beach March 2004 copyright C 2W4 The Gordian (Imp ProJoct Manual GENERAL DECISION: FL2003'00O1 01/23/2004 FL1 Date: January 23, 2004 • General Decision Number: FL20030001 01/23/2004 • Superseded General Decision Number: FL020001 State: Florida Construction Type: BUILDING • County: Miami -Dade County in Florida. BUILDING CONSTRUCTION PROJECTS'(doos not include singie family homes and apartments up to and including four (4) stories) 0 06/13/2003 1 01/23/2004 • ASBE0060-001 09/01/2002 • • ;Rates Fringes •ASBESTOS WORRKER/HEAT'AND FROST INSULATOR • $26.13 6.86 •ELEC0349-001 06/01/2002 ELECTRICIAN (Including Fire Alarm • Installation): • Electrical contracts including 'materials that are less than $2, 000,000 . •Electrical contracts including • • materials that are over $2,000,000 $2 .96 4.304 8% Rates Fringes $20.50 4.30 + 8% ELEV0071-001 11/01/2001 Rates • Fringes ELEVATOR MECHANIC $25,285 7.455+A FOOTNOTE FOR ELEVATOR CONSTRUCTORS: A: Employer contributes 8% basic hourly rate for 5 years or more of service or 8% basic hourly rate for6 months to 5 • March 2004 City of Miami Beach Page 115 coarbM O 2004 The Gordian Group Project'Manual • years •of service as Vacation Pay Credit; Laid Holldaya: New Year's Day; Memorial Day; Independence Day; 'Thanksgiving Day; Christmas Day, plus the Friday after Thanksgiving. • - ENGI0487-001 7/01/2002 Rated Fringes POWER EQUIPMENT OPERATORS: • Boom Truck Operator , $22,40 4.50 '.Crane (including Truck Crane) .$22.40 : 4.50 Crane 011er (Including Truck Crane) $16.15 • 4.50 •Prredrivers $22.40 4.50 -___.._---1---------_..______---____-------- I RON0272=00'1 04/01 /2003 IRONWORKERS: .Ornamental •"Reinforcing Structural Rates' Fringes' . $19.75 4.70 $19.75 4.70 $19.75 4.70 PLUM0519-001. '03/16/2003 • . i Rates' Fringes' .: PLUMBER • . • $22.27 5.68 PLUMO725-001 07/16/2002 Rated Fringes PIPEFITTER (including HVAC) $25.05 .6.50 .8FFL0821-001 01/01/2003 Rates' . Fringes • ' • ' SPRINKLER'FITTER $22.40 6.27 .. _ l------------------------------------------------------------- S HEE0032-001.......08/12/2003 Rates' . Fringes SHEET METAL WORKER (Including HVAC duct work) • •$24.24 8.97 Page116 City of Miami Beach oopyriph! 02034 The Gordian [iioup March 2004 • 3 ' SUFL1999-001..... ..03104/1999 • Rates Fringes. ACOUSTICAL TILE INSTALLER . $10.00 0.62 BRICKLAYERS/BLOCKLAYER $15.36 CARPENTER (Including Drywall .Hanging and Batt Installation) $12.90 2.40 • CARPET LAYER ,$14,25 ' CEMENT MASONS/CONCRETE FINISHER $14.50 3.15 DRYWALL FINISHER $12.50 . GLAZIER . $13.05 2.42 . LABORERS: Pipelayers . • . $13.81 Plasterer Tenders : $10.09 Unskilled (Including Mason Tending) $8.70 PAINTER, BRUSH .$9,61 PLASTERER $15.05 POWER EQUIPMENT OPERATORS: ,Backhoe $15.71 2.85 Bulldozer . . $14.58 2.85 Concrete Pump operator . $14,78 Grader $15,93 2.85 Loader $15.04 2.85 .'Roller . ''$12.84 2.85 ROOFER $9,99 TILE SETTER $12.50 0.87 TRUCK DRIVER •$10.95 1,83 • WELDERS = Receive rate'rescribod for creft performing ..operation to which welding is incidental, ; Project Maival Unlisted classifications needed for work not 'included within the scope of the classifications listed may be added after award only as Provided in the labor standards contract clauses (29CFR 5.5(a) (1)(11)). In the listing above, the "SU" designation means that rates ilsteo .under that identifier do not reflect collectively bargained wage .and fringe benefit rates, Other designations :indicate unions whose rates have been determined to be prevailing. March 2004 City of Miami Beach Page 117 copyright' 2004 The o«don Grow • Project Manual 'WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the Matter? This can be: • *an existing published wage determination' * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a • position on a wage determination matter * a conformance (additional classification and rate) • . . ruling • On survey ralated'matters, initial`contadt, Including requests for summaries of surveys, should be with the Wage and `Hour Regional Office for the area In which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With'regard to any other'niatter not 'yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations, Write to: Branch of Construction' Wage Determinations Wage and Hour Division U. S. Department of Labor .200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) .If the answer to the question in 1,) is ye§, then an 'interested party (those affected by the action) can' request review and reconsideration from the Wage and Hau'r Administrator (See '29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. . • Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment • Page 118 City of Miami Beach March 2004 copyright 0 2•204 The Gordian Group • data, : project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the .deolsion .of the Administratdr is not favorable; an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor . • •.200 Constitution Avenue, N. W. • Washington, D. C. 20210 • 4.) Alf decisions by the Administrative Review Board are fiinai. END OF GENERAL_ DECISION 3 • Project Mantle! March 2004 City of Mlami.Beach copyright • 2O04 The Gordian Group Page119 . Project Manual .GENERAL DECISION: FL20030044 FL44 • °Daate: June 13, 2003 General Decision Number: FL20030044 Superseded `General Decision No. FL020044 State: Florida . . Construction Type: HIGHWAY Cdu'nty(les): DADE • HIGHWAY CONSTRUCTION' i'ROJECTS(excIuding tunnels; tiuiiding structions In rest areas projects, and railroad construction; bascule, suspension & spandrel arch :bridges designed for commercial navigation; bridges involving marine construction; other major bridges). Modlfcation Number Publication Date • 0 06/13/2003 COUNTY(les): DADS SUFL3009A 08/01/1993 Rates' Fringes • BRICKLAYER/MASON . 11.00 CARPENTERS 11.72 . CONCRETE FINISHER • . 12.22 ELECTRICIAN .14.42 • FENCE ERECTOR 12.00 • FORM SETTER 10.52 GUARDRAIL ERECTOR 7.55 . LABORERS: . Asphalt Raker . 8.23 Plpelayers 9.14 Unskilled .7.55 IRONWORKERS: Reinforcing • • 13.52' • Structural •14.65 • ' PAINTERS 11.62 Page 120 City of Miami Beach copyright C 200411w Gordian Group March 2004 .Project Manual • POWER EQUIPMENT OPERATORS: ATORS: : Asphalt Distributor $ 67 Asphalt Paving Machine Operator .10.48 Asphalt Screed : 9.22 Backhoe 11.27 Boom -Auger Operator 10.14 Bulldozer -10.40 Concrete Joint Saw 11.86 Concrete Curb Machine 10.93 Crane, Derrick, or Dragline . • 13.59 Earthmover 9.57 'Forklift Op. ; 8.00 Front End Loader: 1 cu. yard and under • 9.29 Over 1 cu. yard 9.68 Grademan . 7.64 Gradall 10,50 Guardrail Post Driver Operator • 10.75 Mechanic 12,00 Milling Machine • 8.71 Milling Machine Grade Checker 7.78 • Motor Grader 11.52 Mulching Machine . 7.75 Oiler, Grease Man . 12.21 Pavement Striping Machine 9.34 Pavement Striping Machine Nozzleman 7.81 'Piledrivers: Leadsmen 14.77 Operator 13.71 Power Subgade Mixer '8.50 Rollers: Finish , 9.18 Rough 7.66 Self Prop. Rubber Tire • 9.20 Scraper ; • 7.55 Sign Erector . . 11:65 Small Tool Operator' . 8,05 • Tractor, Light 7.83 Trenching Machine' • 8.19 Widening Spreader Machine 8,50 TRAFFIC CONTROL SPECIALIST : . 7,95 March 2004 City of Miami Beach Page 121 oepyrIcte 0 2G04 She Gerd kin (Loup • • Project Manual •TRAFFIC'SIGNALIZATION: Installer Mechanic • TRUCK DRIVERS: Low -Boy Single & Multi -Rear Axie . 861 • 11.47 8.63 8.05 'WELDERS = Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not' included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a) (1)(ii)). In the fisting above, the "SU" designationwme'ans that rates listed under that identifier do not reflect collectively bargained wage and • fringe benefit rates. Other 'designations indicate unions whose •rates have been determined to be prevailing. . WAGE DETERMINATION APPALS PROCESS 1.) Has there been an initial decisionrin the matter? This can be: * an'existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional ciasslflcation and rate) ruling • Oh survey related matters, Initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have "responsibility for the Davis -Bacon. survey ,program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. • Page 122 City of Miami Beach March 2004 copyright 0 2004 The Gentian Group • Project Manual With regard to' any other matter not yet 'ripe for'the formal process' - described here, initial contact should •be with the Branch of Construction Wage Determinations. Write to: Branch of Cbnstructlan Wage Deterrninations Wage and Hour Division • - U. S. Department of Labor • 200 Constitution Avenue, N. W. Washington, D. C. 20210 ' 2.) . If the ansWer to.the question in 1.) IS yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See .29 CFR Part 1.8 and 29 CFR Part 7): Write to: Wage arid Haiti- Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The 'request should be' accompanied by a full statement of the ' • interested party's position and by any information (wage pajiment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an - interested party 'may appeal directly to the Administrative Review Board (forrnerty the Wage Appeals Board). Write to: • Administrative Review Board U. S. Department of Labor .200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL bECiSION March 2004 City of Miami Beach Page 123 copyright. 2004 the Gordian Oroup •iti`w.j.. ai;.ie�0 : 1 ' i0'St"'70.,'.;•:.•':. . i • ' .project Manual • • • 1 0092. • CERTIFICATE Orr SUBSYANTIAL COMPLETION • . • PROJECT: , . CITY AND OR (name, address) 'PROGRAM MANAGER: • BID/CONTRACT NUMBER: . TO (CITY): CONTRACTOR:. PROJECT NUMBER: NOTICE TO PROCEED DATE: DATE OF ISSUANCE: . PROJECT OR DESIGNATED PORTION SHALL. INCLUDE: The Work 'performed under this • Contract has been reviewed and found to be substantially complete • and all documents • required to be submitted by • CONTRACTOR under the. Contract Documents have been received and accepted. The Date of Substantial Completion of the Protect or portion thereof designated above' Is hereby established as . ... (date), which is also the date of ' commencement of applicable warranties required by the Contract Documents, . except as stated below. DEFINITION OF DATE OF SUBSTANTIAL COMPLETION • The Date of Substantial 'Completion of the Work or portion thereof designated by CITY is the date certified by CITY and or. Program Manager when all Conditions and requirements of permits' and regulatory agencies have been • • satisfied and the Work is sufficiently complete In accordance with the Contract Documents, so the Project is available for beneficial occupancy by CITY. A Certificate of Occupancy must be issued for Substantial Completion to be achieved, however, the Issuance of a Certificate of Occupancy or the date thereof is not to be determinative of the achievement or date of Substantial Completion. Page 124 City of Miami Basch March 2004 • copyright 0 2004 The Gordian Ciraup •Protect Manua! List .of items to. be completed or corrected, prepared by CITY and or Program Manager, is attached hereto. The failure to Include any items on such list does not alter the responsibility of CONTRACTOR to complete all work In accordance with the Contract Documents. The date of commencement of warranties for items on the attached list will be the date of final payment unless otherwise agreed in writing. City andlor Program Manager By Date • • In accordance with Section 2.2 Of the IContract, CONTRACTOR will corinplete or correct the work on the list of items attached hereto within .from • the above Date of Substantial Completion, CITY and/or Program Manager By Date CITY, through the Contract Administrator, accepts the Work or portion thereof designated by CITY as substantially complete and will assume full possession thereof at • (time) on (date). City of Miami Beach; Florida By Contract Administrator Date The responsibilities .of CITY and CONTRACTOR 'for security, maintenance, heat, utilities, damage to the work and insurance.shall be as follows: r March 2004 City of Miami Beach copyright m 2034 The Gordten Gioup Page 125 Project Manual '0092E :FINAL O t:M CATE OF 'PAYMENT PROJECT: . TO (CITY): CITY AND OR (name, address) PROGRAM MANAGER: BID/CONTRACT NUMBER: CONTRACTOR: PROJECT NUMBER' . • . NOTICE TO PROCEED DATE:'. DATE OF ISSUANCE: .All conditions or requirements of any permits or regulatory agencies have been satisfied. The documents required by Section 6.2 of the Contract, have been received and accepted. The Work required by the Contract Documents has been reviewed and the undersigned certifies that the Work, Including minor corrective work, has been completed in accordance with the provision of the Contract Documents and is accepted under the terms and conditions thereof. CITY and/or Program Manager By • Date CITY and/or Program Manager By Date CITY, through the Contract Administrator, accepts the work as fully complete and will assume full possession thereof at (time) (date). • ' CITY of Miami Beach, Florida • By Contract Administrator Date Page126 City of Miami Beach copyright * 2m4 mi oordlan Group March 2004 • • • • • • Project Manual .00930 FrURM OF FINIAL 'RECEIPT fhe foilowing form will be used to show receipt of final payment for this Job Order. FINAL RECEIPT FOR CONTRACT NO.' Received this • .. day of 20. , from City of Miami Beach, Florida, the sum of ` . Donate ($ ) as full and final payment to CONTRACTOR for all Mirk and materials for the Project described as: . This sum includes full and final payment' for all extra work and material and all incidentals. CONTRACTOR hereby indemnifies and releases CITY from all Ilene and claims whatsoever arising out of the Contract and Project. CONTRACTOR hereby certifies that ail persons' .doing work upon or furnishing materials or supplies far the Protect have been paid in fuli. In Ileu of this certification regarding payment for work, materials and supplies, CONTRACTOR . May submit a consent of surety to final payment In a form satisfactory to CITY. CONTRACTOR further certifies that all taxes imposed by Chapter 212, Florida Statutes (Sales and Use Tax Act), as amended, have been paid and • discharged. [ if incorporated sign below.] CONTRACTOR ATTEST: Secretary (CORPORATE SEAL) By Name Title Date: March 2004 City of Miami Beach copyright 0 2004 She Gordian Group Page127 • Project INanua� Pi riot'In'corporated sign below.] CONTRACTOR WITNESSES: Name By Date: Page 128 City of Miami Beach March 2004 copyright 0 20W The Gordian Group • Project Manual 01000 ADDENLIA.AND.MODIFICA?IDNS• All cddenda and other modifications made' prior to the time and date of bid opening shall be Issued as separate documents Identified as changes to the 'Contract Documents.. March 2004 City of Mlaml Beach copyright 0 2004 the Gordian (croup Page 129