HomeMy WebLinkAboutExhibit 1BID NO.: 11-12-022
MIAMI =RIVER GREENWAY --
'NW ;57" STREET BRIDGE EXTENSION
CIP :PROJECTNO.::B-30336
Due :Date: Wednesday, .July 18, .2012
'Due-Time::2:00 P.M.
Mayor Tomas P. "Regalado
Commissioner Wifredo "Willy" Gort, District -1
Commissioner Marc Sarnoff, District2
Commissioner Frank Carollo, District 3
Commissioner. Francis Suarez, District 4
Commissioner Michelle Spence -Jones, District 5
City Manager, Johnny Martinez, P.E.
Issued By:
City of Miami
Capital Improvements Program
444 SW 2nd Avenue, 8th Floor
Miami, FL 33130
TABLE OF CONTENTS
NOTICE TO CONTRACTORS 6
Section 1 Instructionsfor Submission 7
1. Intention of'City 7
2. .Scope-of;Work 7
3. Location of Project(s). 7
.4. Performance of•the Work 7
5. 'Examination of Contract Documents and Site 7
6. Addendum 8
7. 'Bid`Submission 8
8. Bid Guaranty 8
9. Preparation of Bid .8
10. Pre -Bid Conference .9
11. Postponement of 'Bid Opening Date 9
12. Acceptance or Rejection ofBids 9
13. Environmental Regulations 9
14. Bid Award 10
15. Bid Protest 1.0
-16. .Small and Disadvantaged Firm Participation 10
17. State and Local Preferences 11
18. Subcontractor and -Small Business Participation Reporting 11
19. Cone of Silence 1.2
_20. Public Entity Crime 12
21. 'Fraud and Misrepresentation 1.2
22. TitleVl/Nondiscrimination Program Policy Statement 12
.23. Collusion 13
24. Contractor in Arrears or Default 13
25. Cancellation of Solicitation 13
Section 2- General Terms and Conditions 14
1. Definitions 14
2. Time is of the Essence 16
3. Contract Term 16
4. Notices 17
5. Priority of Provisions '17
6. Indemnification 18
7. Insurance 1.8
8. Performance and Payment Bond 21
9. Qualification of Surety 21
10. General Requirements 22
11. Method of Performing the Work 23
12. Work Staging and Phasing 24
13. Site Investigation and Representation 24
14. Contractor to Check Plans. Specifications and Data 24
15. Contractor's Responsibility for Damages and Accidents 25
16. Accidents 25
17. Safety Precautions 25
18. Occupational Health and Safety 26
19. Labor and Materials 27
20. Rules, Regulations, and Licenses 27
21. Consultant Services 27
2
Miami River Greenway Streetscape - NW 5th Street
Bridge Extension
Bid No.: 11-12-022
.22. ProjectManagement 28
23. Superintendence and Supervision 28
24. Subcontractors 29
25. Authority of-the-Proiect 'Manager -29
26.. Inspection of .Work :30
27. Taxes 30
28. Separate; Contracts 30
29. Lands of Work 31
30. Differing<Site`Conditions 31
31. Coordination of Work 32
32. Existing Utilities 32
33. Contractor's Responsibility for Utility Properties and Service 32
34. Interfering -Structures 33
"35. Field Relocation 33
36. Contractor's Use of Project Site(s) 33
37. Material -and Equipment Shipment, Handling, Storage and Protection .34
38. Warranty of Materials and Equipment 35
.39. Manufacturer's Instructions .36
40. Manufacturer's Warranty 36
•41. Reference Standards 36
42. Submittals 37
43. Shop Drawings 38
44. Product Data 39
45. Samples 40
46. Record Set 40
47. Supplemental Drawings and Instructions 40
48. Contractor Furnished Drawings 40
49. Substitutions 41
50. City Furnished Drawings 42
51. Interpretation of Drawings and Documents .42
52. Product and Material Testing 42
53. Field Directives 42
54. Changes in the Work or Contract Documents 43
55. Continuing the Work 43
56. Change Orders 43
57. Change Order Procedure 44
58. No Oral Changes 45
59. Value of Change Order Work 45
60. Extra Work Directive 47
61. As -Built Drawings 48
62. Worker's Identification 49
63. Removal of Unsatisfactory Personnel. 49
64. Substantial Completion, Punch List, & Final Completion 50
65. Acceptance and Final Payment 50
66. NDPES Requirements 51
67. Force Majeure 51
68. Extension of Time 51
69. Notification of Claim 53
70. Extension of Time not Cumulative 53
71. Contractor's Damages for Delay 53
3
Miami River Greenway Streetscape - NW 5th Street Bid No.: 11-12-022
Bridge Extension
72. Excusable Delay, Non-Compensable 54
73. Lines and Grades 54
74. Defective °Work 54
75. Acceptance of:Defective or Non -Conforming Work 54
76. Uncovering Finished Work 55
77. Correction of•Work .55
78. Maintenance. of Trafficand Public Streets 55
79. Location and ;:Damage :to Existing Facilities, Equipment or Utilities 57
80. Stop Work :Order 57
81. Hurricane -Preparedness 58
82. Use of Completed Portions 58
83. Cleaninq,.Up;CCity's Right to Clean Up 59
84. Removal of Equipment 59
85. Set -offs, Withholdings, and Deductions 59
86. Event of Default 59
87. Notice of Default -Opportunity to Cure 60
88. Termination for Default 60
89. Remedies in the Event of Termination for Default 61
90. Termination"for°Convenience 61
91. Resolution of Disputes 62
92. Mediation -Waiver of Jury Trial 63
93. City May Avail Itself of All Remedies 63
94. Permits, Licenses and Impact Fees 63
95. Compliance with Applicable Laws 63
96. Independent Contractor 64
97. Third Party Beneficiaries 65
98. Successors and Assigns 65
99. Materiality and Waiver of Breach 65
100. Severability 65
101. Applicable Law and Venue of Litigation 66
102. Amendments 66
103. Entire Agreement 66
104. Nondiscrimination. Equal Employment Opportunity. Affirmative Action, and
Americans with Disabilities Act 66
105. Evaluation 67
106. Commodities manufactured, grown, or produced in the City of Miami. Miami -
Dade County and the State of Florida 67
107. Royalties and Patents 67
108. Continuation of the Work 68
109. Review of Records 68
110. No Interest 68
111. Payments Related to Guaranteed Obligations 68
112. Consent of City Required for Subletting or Assignment 68
113. Agreement Limiting Time in Which to Bring Action Against the City 69
114. Defense of Claims 69
115. Contingency Clause 69
116. Mutual Obligations 69
117.. Contract Extension 69
118. Non -Exclusivity 69
119. Nature of the Agreement 70
4
Miami River Greenway Streetscape - NW 5th Street Bid No.: 11-12-022
Bridge Extension
120. Contract Documents Contains all Terms 70
121. Survival 70
Section .:3 '.Supplemental Terms and Conditions ...70
1. ContractTimeT&'Hours 70
2. .LEED,Certification.(Not Applicable) 70
3. Progress`Payments -••• 70
4. Liquidated Damages 71
5. Schedule of Values 72
6. ProjectSchedules 72
7. Release of Liens/Subcontractor's Statement of Satisfaction 73
8. Progress -Meetings 74
9. Request -for Information 74
10. Project Site facilities 74
11. Temporary Facilities, Utilities, and Construction 75
12. Field Layout of'the'Work and Record Drawings for Drainage Projects...... 75
13. Survey Work for 'Drainage Projects 76
14. Security 78
15. Construction Signage 78
16. Construction' Photographs 78
17. Buy America Requirements 79
18. Contractor Purchased Equipment for State or Local Ownership '79
19. Equipment Rental 'Rates 79
20. Prohibition Against Convict Produced Materials 79
21. FHWA-1273 / Required Contract Provisions Federal -Aid Construction
Contracts 80
.22. Wage Rates -for Federal -Aid Projects '100
.23. Publicly -Owned Equipment 101
24. Public Agencies in Competition with the Private Sector 101
25. FDOT Specifications 101
26. On The JobTrainingRequirements 101
27. Owner Force Account Contracting 106
28. E-Verify- Mandatory Use 106
Section 4 - BID FORMS 107
CERTIFICATE OF AUTHORITY 114
Section 5- Attachments 116
BID BOND FORMS 116
SUPPLEMENT TO BID FORM: 119
QUESTIONNAIRE 119
DBE COMPLIANCE INFORMATION / FORMS / INSTRUCTIONS 125
Executive Order 11246 - Equal Employment Opportunity 134
6-12.2 Source of Supply- Steel 144
Federal Wage Rates; FL 325 142
City of Miami Code of Ordinances Ch 18. Sec. 18-542 147
Section 6- Contract Execution Form 153
CORPORATE RESOLUTION 154
FORM OF PERFORMANCE BOND (Page 1of 2) 155
FORM OF PAYMENT BOND (Page 1of 2) 157.
CERTIFICATE AS TO CORPORATE PRINCIPAL 159
PERFORMANCE AND PAYMENT GUARANTY FORM 160
UNCONDITIONAL/IRREVOCABLE LETTER OF CREDIT: (Page 1 of 2) 160
JOINT VENTURE FORM 161
5
Miami River Greenway Streetscape - NW 5th Street Bid No.: 11-12-022
Bridge Extension
INVITATION TO BID NO.: 11-12-022
NOTICE TO CONTRACTORS
Sealed bids will be received by the City of Miami, Office .of -the City Clerk, City Hall, 1st Floor,
3500 Pan American: Drive, Miami, Florida 33133-5504-for:
Miami River Greenway.Streetscape - NW 5th Street Bridge .Extension
Bids Due: Wednesday, July 18, .201.2 @.2:00 P.M.
Scope of Work: The Work consists of furnishing all materials, labor, and equipment necessary for
road improvements such as drainage system installations, milling and resurfacing, new sidewalks
replacement, striping, signs, landscaping, hardscape, decorative street and pedestrian lighting, and
ADA compliant ramps, and compliance based on the Miami River Greenways Master Plan.
CIP has scheduled.a non -mandatory pre -bid conference which will be held at -the following
date, time and location:
Location: Miami Riverside Center
444 SW.2nd Avenue
Miami, Florida
10th Floor Conference
Date/Time: Friday, June 29, 2012 @ 11:00 A.M.
Minimum Requirements: Prospective Bidders shall, as of the Bid Due Date, hold: a) a current
certified General Contractor license from the State of Florida; or b) a current Miami -Dade County
Certificate of Competency as a General Engineering Contractor and must have .a minimum of
five (5) years experience under its . current business name in the construction of
roadway/horizontal projects involving public right-of-way, public utilities and maintenance of traffic,
supported by references for five (5) projects completed within the past five (5) years. Submitted
reference projects must demonstrate that the Bidder: i) was the Prime Contractor for the project;
and ii) self -performed at least thirty percent (30%) of the physical construction work for the project.
Contractor must self -perform at least thirty percent. (30%) of the physical construction work for the
Project.
The Bid can only be obtained by visiting the Capital Improvements Program's website:
http://www.miamigov.com/Canitallmprovements/pages/ProcurementOo ortunities/Default.asp
It is the sole responsibility of all firms' to ensure the receipt of any addendum and it is recommended
that firms periodically check the CIP webpage for updates and the issuance of addenda
All bids shall be submitted in accordance with the Instructions to Bidders. Bids must be submitted
in duplicate originals in the envelopes as specified in Section 1 Article 7. At the time, date, and
place above, bids will be publicly opened. Any bids received after the time and date specified
will not be considered. Theresponsibility for submitting a Bid before the stated time and date is
solely and strictly the responsibility of the bidder/Bidder. The City is not responsible for any delay
no matter what the cause.
YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE "CONE OF
SILENCE," IN ACCORDANCE WITH CITY CODE 18-74, AS AMENDED.
City Manager
Johnny Martinez, P.E.
DP# 9128
6
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
Section 1 Instructions for Submission
1. Intention of•City
It is -the intention of City to describe in this Invitation to Bid ("ITB") the Project(s) to be
completed in accordance with all codes and regulations governing all the Work to be
performed under this Contract(s). Any work, labor, materials and/or equipment that may
reasonably be inferred -from the Contract as being required to produce the intended results
shall be supplied by Contractor whether or not specifically called for in the Contract
Documents. Where words, which have well-known technical or trade meanings are used to
describe Work, materials or equipment, such words shall be interpreted in accordance with
that meaning. Reference to standard specifications, manuals, or codes of any technical
society, organization or association, or to the laws or regulations of any governmental
authority, whether such reference be specific or by implication, shall mean the latest
standard specification, manual, code or laws or regulations in effect at the time of opening
of Bids and Contractor shall comply therewith. City shall have no duties other than those
duties and obligations expressly set forth within the Contract Documents.
.2. Scope of Work
The Work consists of furnishing all materials, labor, and equipment necessary for road
improvements such as drainage system installations, milling and resurfacing, new
sidewalks replacement, striping, signs, landscaping, hardscape, decorative street and
pedestrian lighting, and ADA compliant ramps, and compliance based on the Miami River
Greenways Master Plan.
3. Location of Project(s)
N.W. South River.Drive - from NW 10 Ave. to NW 4th Street
.4. Performance of the Work
Bidder must be capable of self- performing at least thirty percent (30%) of the physical
construction Work. By submitting a Bid the Bidder certifies that it will utilize its own
employees to meet this requirement. As part of the Bid, the Bidder must include the form
entitled "Questionnaire". Failure to complete and submit this form or to meet this
requirement shall result in the Bid being deemed non -responsive. Where the City
determines that the Contractor is not meeting the minimum self -performance requirement
during the performance of the Work, then the Contractor shall be deemed in default of the
Contract and the City reserves the right to take any necessary and appropriate action
permitted by law or by the Contract Documents.
5. Examination of Contract Documents and Site
It is the responsibility of each Bidder, before submitting a response to this ITB to:
Carefully review the ITB, including any Addendum and notify the City of all conflicts,
errors or discrepancies.
•• Visit the site(s) or structure(s) to become familiar with conditions that may affect
costs, progress, performance or furnishing of the Work.
Take into account federal, state and local (City and Miami -Dade County including,
without limitation the City Purchasing Ordinance and Florida Building Code) laws,
regulations, ordinances that may affect a Bidder's ability to perform the Work.
• Study and carefully correlate Contractor's observations with the requirements of the
ITB.
The submission of a Bid in response to this solicitation shall constitute an incontrovertible
representation by Bidder thatit will comply with the requirements of the Contract
7
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
Documents and that without exception, the response is premised upon performing and
furnishing Work required under the Contract Documents and that the Contract Documents
are sufficient in detail to indicate and convey understanding of all terms and conditions for
performance and furnishing of the Work.
6. Addendum
Only questions answered by written Addendum will be binding. Oral and other
interpretations or clarifications will be without any legal binding effect and shall not be relied
upon in preparations of a Bid response. All questions about the meaning or intent of the
Contract Documents are to be directed to the City's Capital Improvements Program (CIP) in
writing, to the attention of Anthony Rolle arolle c(r�miamigov.com. Interpretations or
clarifications considered necessary by CIP in response to such questions will be issued by
the City by means of Addendum posted on the CIP webpage. Written questions should
be received no Tess than ten (10) calendardays prior to -the date Bids are due. There
shall be no obligation on the part of CIP to respond to questions received less than ten (10)
calendar days prior to Bid opening.
7. Bid Submission
All Bids must be received by the City of Miami, City Clerk's office located at City Hall, First
Floor, 3500 Pan American Drive, Miami, Fla. 33133, before the time and date specified for
bid opening, enclosed in a sealed envelope, legibly marked on the'outside:
BID NO.: 11-12-022
BIDS FOR: Miami River Greenway- NW 5th Street Bridge Extension
Bidders must submit two originals. Failure to submit two originals may result in the rejection
of the Bid as non -responsive.
NOTE: This Bid requires the submission of City Form SU, which is available on the CIP
webpage, identified in the ITB. Failure to submit City Form SU with the Bid may result
in the Bid being rejected as non -responsive.
8. Bid Guaranty
All Bids shall be accompanied by either an original Bid bond executed by a Surety meeting
the requirements of the City, or by cash, money order, certified check, cashier's check,
Unconditional/Irrevocable Letter of Credit, Bid Bond Voucher (for projects less than
$200,000) issued to the City of Miami's Purchasing Department, treasurer's check or bank
draft of any national (United States) or state bank (Florida), in the amount of five percent
(5%) of the total Bid amount, payable to City of Miami, Florida, and conditioned upon the
successful Bidder executing the Contract and providing the required Performance Bond and
Payment Bond and evidence of required insurance within fifteen (15) calendar days after
notification of award of the Contract. The time for execution of the Contract and provision
of the Performance Bond, Payment Bond and Certificate(s) of Insurance may be extended
by the City's Capital Improvements Program at its sole discretion. Bid Securities of the
unsuccessful Bidders will be returned after award of Contract. A PERSONAL CHECK OR
A COMPANY CHECK OF A BIDDER SHALL NOT. BE DEEMED A VALID BID SECURITY.
Security of the successful Bidder shall be forfeited to the City as liquidated damages, not as
a penalty, for the cost and expense incurred should said Bidder fail to execute the Contract,
and provide the required Performance Bond.
9. Preparation of Bid
The Bid Form contains one Project and the Bidder must providing a total amount price to
perform the Work required for the Project.
All Bids must be made upon the blank City forms prov4ided herein. The Bid must be signed
and acknowledged by the Bidder in accordance with the directions on the ITB. Failure to
8
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
utilize the City's forms, or fully complete said forms will result in a determination that the Bid
is non -responsive.
A Bid will be considered non -responsive if it is conditioned on modifications, changes, or
revisions to the terms and conditions of the ITB.
The Bid is to include the furnishing of all labor, materials, overhead expense and profit,
equipment including, but not limited to, tools, services, permit fees, applicable taxes,
overhead and profit for the completion of the Work except as may be otherwise expressly
provided in the Contract Documents.
Joint venture firms must complete and submit with their Bid the form titled "Information for
Determining Joint Venture Eligibility", (Form A) and submit a copy of the formal agreement
between all joint -venture parties. This joint venture agreement must indicate their respective
roles, responsibilities, and levels of participation for the Project. Failure to timely 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 non -mandatory pre -bid conference will be held on Friday, June 29, 2012 @ 11:00 a.m. at
the Miami Riverside Center, 10th Floor Main Conference Room to discuss this solicitation.
Since space is limited, it is recommended that one representative of each firm attend in
order to become familiar with the Solicitation and conditions of usage. Attendees are
requested to bring this Solicitation package to the conference. Copies of the solicitation will
not be available at the pre -bid conference..
11. Postponement of Bid Opening Date
The City reserves the right -to postpone the date for receipt and opening of submissions and
will make a reasonable effort to give prospective Bidders at least five (5) calendar days
notice of any such postponement.
The City shall make reasonable efforts to issue addenda within five (5) calendar days prior
to the due date.
12. Acceptance or Rejection of Bids; Waiver of Technicalities, etc.
The City reserves the right to reject any or all Bids prior to award for any reason or to re -
advertise for bids for any reason.
Reasonable efforts will be made to either award the Contract or reject all Bids within ninety
(90) calendar days after Bid opening date. A Bidder may not withdraw its Bid unilaterally nor
change the Contract Price before the expiration of one hundred twenty (120) calendar days
from the date of bid opening. A Bidder may withdraw its Bid after the expiration of one
hundred twenty (120) calendar days from the date of Bid opening by delivering written
notice of withdrawal to the Capital Improvements Program prior to award of the Contract by
the City Commission. Once the City Commission makes the award, the Bid cannot be
withdrawn under this Article. The City reserves the right to waive any minor technicality,
informality, variance, deviation, omission or the like prior to award of the bid.
13. Environmental Regulations
The City reserves the right to consider a Bidder's history of citations and/or violations of
environmental regulations in investigating a Bidder's responsibility, and further reserves the
right to declare a Bidder not responsible if the history of violations warrant such
determination in the opinion of the City. Bidder shall submit with its Bid, a complete history
of all citations and/or violations, notices and dispositions thereof. The failure to submit any
such documentation shall be deemed to be an affirmation by the Bidder that there are no
citations or violations. Bidders shall notify the City immediately upon receipt of any notice
9
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
of any such 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 intends to issue the award of the Contract to the lowest responsive and
responsible Bidder. The City may require demonstration of competency and, at its sole
discretion, conduct site visits, require the Bidder to furnish documentation and/or require the
Contractor to attend a meeting to determine the Bidder's qualifications and ability to meet
the terms and conditions of this Contract. The City shall consider, but not be limited to,
such factors as financial capability, labor force, equipment, experience, knowledge of the
trade work to be performed, the quantity of Work being performed by the Contractor and
past performance on City projects.
Where the solicitation contains multiple line items for separate projects or where the
solicitation requires a Bidder to submit detailed price information or multiple line item pricing
a Bid may be rejected as an unbalanced bid.
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, in its sole discretion, may determine a Bidder to be non -responsible where the
Bidder has failed to perform in accordance with the terms of any other contracts with the
City, past or current, or any other contracts with any other public entity or any other contract
for construction services with any other public or private business entity in which the Bidder
has been declared in default.
Any Bidder who at the time of su4bmission 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, the Bidder may be declared non-
responsive.
Any Bidder who has filed a lawsuit against the City or where the City has filed a lawsuit or
won a court judgment against a Bidder, such Bidder may be declared non -responsible.
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 Director of Purchasing/Chief
Procurement Officer who shall have the authority, subject to the approval of the City
Manager and the City Attorney, to settle and resolve a protest with final approval by the City
Commission. Bidders are alerted to Section 18-104 of the City's Code describing the
protest procedures. Protests failing to meet the requirements for filing shall NOT be
accepted. Failure of a party to timely file shall constitute a forfeiture of such party's right to
file a protest. NO EXCEPTIONS.
16. Small and Disadvantaged Firm Participation
1) The City of Miami shall comply with Florida Department of Transportation's ("FDOT")
Disadvantaged Business Enterprise program plan for federally funded work. FDOT and City
of Miami currently have a race neutral program with a 8.18% goal as certified under the
Florida Unified Certification Program. The detailed DBE program information contained' in
the Attachment section is incorporated into the Contract by reference. The undersigned
Contractor agrees to comply with all applicable requirements stipulated therein. The
Anticipated DBE Participation Statement must be included with your bid.
2) The City encourages Contractors to secure the participation of small businesses, such as
Community Small Business Enterprises (CSBE), and/or Disadvantaged Business
Enterprises (DBE) that are currently registered with and/or certified by other governmental
10
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
agencies within Florida, such as under programs in effect for the Florida Department of
Transportation ("FDOT"), Miami -Dade or Broward Counties, and the Miami Dade County
Public Schools.
3) No participant may discriminate on the basis of race, color, national origin, or sex in the
award and. performance of any DOT -assisted contract or in the administration of its DBE
program. The recipient shall take all necessary and reasonable steps to ensure
nondiscrimination in the award and administration of DOT -assisted contracts.
4) Implementation of this program is 4a legal obligation and failure to carry out its terms
shall be treated as a violation of this Contract. Upon notification to the recipient of its failure
to carry out its approved program, the Department may impose sanctions as provided for
under part 26 and may, in appropriate cases, refer the matter for enforcement under 18
U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of -1986 (31 U.S.C. 3801 et
seq.).
5) The Contractor, Sub -recipient or Subcontractor shall not discriminate on the basis of
race, color, national origin, or sex in the performance of this Contract.
6) Failure by the Contractor to carry out these requirements is a material breach of this
Contract, which may result in the termination of this Contract or such other remedy as the
recipient deems appropriate.
17. State and Local Preferences
For the purpose of Federal -aid construction projects and pursuant to 23 CFR 635.117 and
23 CFR 635.409, the City of Miami shall not utilize or impose any procedures or
requirements which will operate to discriminate against the employment of labor from any
other State, possession or territory of the United States. The City shall refrain from
enforcing first -source hiring policies for participants of the City training and
employment programs, and other residents of the City.
Bidders shall not be required to identify opportunities to hire qualified City residents if a
Contract is awarded, and are not expected to secure the cooperation of Subcontractors in
this effort. Applicants will not be permitted to receive special consideration, and must meet
all hiring requirements normally imposed by the employer.
No requirement shall be imposed and no procedure shall be enforced by any State
transportation department in connection with a project which may operate:
(a) To require the use of or provide a price differential in favor of articles or materials
produced within the State, or otherwise to prohibit, restrict or discriminate against the use of
articles or materials shipped from or prepared, made or produced in any State, territory or
possession of the United States; or
(b) To prohibit, restrict or otherwise discriminate against the use of articles or materials of
foreign origin to any greater extent than is permissible under policies of the Department of
Transportation as evidenced by requirements and procedures prescribed by the FHWA
Administrator to carry out such policies.
When not disallowed by law, the City may grant a vendor with a local office a local
preference as provided in §18-85(a), .City code.
18. Subcontractor and Small Business Participation Reporting
The City is collecting data on the participation of local small business. Based on this
ongoing effort the City requires that with the submission of the first payment requisition the
Contractor shall submit a report, using t4he CIP form available on its webpage, on the use
of Subcontractors. Such report shall include information on local and small business
participation. Failure to submit the report may delay the issuance of payment to the
11
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
Contractor. Contractor shall submit an updated report when a Subcontractor has been
added or changed.
19. Cone of Silence
Pursuant to Section 18-74 of the City of Miami ("City Code") and City 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 CIP and. Bidders
must file a copy of such written communications with the Office of the City Clerk. Written
communications may.be in the form of e-mail, with a copy to the Office of the City Clerk at
marcia(a miamigov.com.
This language is only an overview of the requirements of the Cone of Silence. Please
review Section 18-74 of the City Code or City of Miami Ordinance No. 12271 for a complete
and thorough description of the Cone of Silence. You may also contact the City Clerk at
(305) 250-5360, to obtain a copy.
20. Public Entity Crime
Any person, individual, corporation, entity, 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 submittal 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 36 months from the date of being placed on the convicted
Bidder / Bidder list.
.21. Fraud and Misrepresentation
Any person, individual, corporation, entity, or affiliate that attempts to meet its contractual
obligations with the City through fraud, misrepresentation or material misstatement, may be
debarred for up to five (5) years in accordance with the applicable provisions of the City
Code. The City as a further sanction may terminate or cancel any other contracts with such
individual, corporation or entity. Such individual or entity shall be responsible for all direct
or indirect costs associated with termination or cancellation.
22. Title VI/Nondiscrimination Program - Policy Statement
It is the policy of the Florida Department of Transportation, under Title VI of the Civil
Rights Act of 1964; Section 504 of the Rehabilitation Act of 1973; Age Discrimination
Act of 1975; Section 324 of the Federal -Aid Highway Act of 1973; Civil Rights
Restoration Act of 1987; and related statutes and regulations, that no person in the United
States shall, on the basis of race, color4, national origin, sex, age, disability/handicap, or
income status, be excluded from participation in, be denied the benefits of, or be otherwise
subjected to discrimination or retaliation under any federally or non -federally funded
program or activity administered by the Department or its sub -recipients.
To comply with this policy, civil rights and program area specialists must work closely to
carryout their mutual nondiscrimination program responsibilities. Each Assistant Secretary,
District Secretary, Florida's Turnpike Enterprise Executive Director, Director, Manager, and
Section Head of the Department's major program areas (Planning, Project Development /
Environmental, Design, Right -of -Way, Construction, Maintenance, Public Transportation,
and Research), as well as the Department's sub -recipients, will be responsible for making a
good faith effort to ensure that this policy is carried out in their respective program areas.
12
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
The authority to develop, maintain, implement, and monitor this policy is delegated to the
Equal Opportunity Office Manager.
23. Collusion
Where two (2) or more related parties, as defined in this Article, each submit a response to
an ITB, such submissions shall be presumed to be collusive. The foregoing presumption
may be .rebutted by the presentation of evidence as to the extent of ownership, control and
management of such related parties in preparation and submission under such ITB.
Related parties shall mean employees, officers or the principals thereof which have a direct
or indirect ownership interest in another firm or in which a parent company or the principals
thereof of one Contractor have a direct or indirect ownership interest in another Contractor
for the same project(s). ITB responses found to be collusive shall be rejected.
24. Contractor in Arrears or -Default
The Contractor represents and warrants that the Contractor is not in arrears to the City and
is not a defaulter as a surety or otherwise upon any obligation to the City. In addition the
Contractor warrants that the Contractor has not been declared "not responsible" or
"disqualified" by or debarred from doing business with any state or local government entity
in the State of Florida, the Federal Government or any other State/local governmental entity
in the United States of America, nor is there any proceeding pending pertaining to the
Contractor's responsibility or qualification to receive public agreements. The Contractor
considers this wan -ant 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 will deem as non -responsible Bids submitted by Bidders
where the City has determined that the Bidder is in monetary arrears to the City or
otherwise in debt or default to the City at th4e time and date Bids are due.
.25. Cancellation of Solicitation
The City reserves the right to cancel, in whole or in part, any solicitation when it is in the
best interest of the City. This determination will be at the discretion of the City and there
will be no recourse from such cancellation.
13
Miami River Greenway Streetscape - NW 5t Street Bid No.: 11-12-022
Bridge Extension
Section 2 — General Terms and Conditions
1. Definitions
Basis of Design means a specific manufacturer's product that is named; including the
make or model number or other designation, establishing the significant qualities related to
type, function, dimension, in-service performance, physical properties, appearance, and
other characteristics for purposes of evaluating comparable products of other
manufacturers.
Bid means the response submitted by a bidder to this solicitation, which includes the price,
authorized signature and all other information or documentation required by the Contract
Documents at the time of submittal.
Bidder means any individual, firm, incorporated or unincorporated business entity, or
corporation tendering a submittal, acting directly or through a duly authorized
representative.4
Change. Order means a written documentordering a change in the Contract Price or
Contract Time or a material change in the Work. A change order must comply with the
Contract Documents.
City means the City of Miami, Florida, a Florida municipal corporation. In all respects
hereunder, City's performance is pursuant to the City's capacity as Owner. In the event the
City exercises its regulatory authority as a governmental body, the exercise of such
regulatory authority and the enforcement of any rules, regulations, codes, laws and
ordinances shall be deemed to have occurred pursuant to City's authority as a
governmental body and shall not be attributable in any manner to the City as a party to this
Contract. For the purposes of this Contract, "City" without modification shall mean the City
Manager or Director, as applicable.
City Commission means the legislative body of the City.
City Manager means the duty appointed chief administrative officer of the City of Miami.
Consultant means a firm that has entered into a separate agreement with the City for the
provision of design/engineering services for a Project.
Contract means the Invitation to Bid (ITB) solicitation and the Bid documents that have
been executed by the Bidder and the City subsequent to approval of award by the City.
Contractor means the person, firm, or corporation with whom the City has contracted and
who will be responsible for the acceptable performance of any Work and for the payment of
all legal debts pertaining to any Work issued under this Contract through the award of an
ITS.
Contract Documents means the Contract as may be amended from time to time, the plans
and drawing, all addendum, clarifications, directives, change orders, payments and other
such documents issued under or relating to the Project(s).
Construction Change Directive means a written directive to effect changes to the Work,
issued by the Consultant or the Director that may affect the ITB Contract Price or Time.
Construction Schedule means a critical path schedule or other construction schedule, as
defined and required by the Contract Documents.
Consultant means the Architect or Engineer of Record contracted by the City to prepare
the plans and specifications for the Projects. Consultant may also be referred to as
Architect or Engineer of Record.
Cure means the action taken by the Contractor promptly after receipt of written notice from
the City of a breach of the Contract Documents which shall be performed at no cost to the
City, to repair, replace, correct, or remedy all material, equipment, or other elements of the
14
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
Work or the Co4ntract Documents affected by such breach, or to otherwise make good and
eliminate such breach, including, without limitation, repairing, replacing or correcting any
portion of the Work or the Project(s) site(s) disturbed in performing such. cure.
Cure Period means the period of time in which the Contractor is required to remedy
deficiencies in the Work or compliance with the Contract. Documents after receipt of written
Notice -to Cure from the City identifying the deficiencies and the time to Cure.
Design "Documents means the construction plans and specifications included as part of
this Bid prepared by the Consultant for this Project(s) under a separate Agreement with the
City.
Director means the Director of the Capital Improvements Program or designee, who has
the authority and responsibility for managing the Project(s) under this Agreement.
Drawings means the graphic and pictorial portions of the Work, which serve to show the
design, location and dimensions of the Work to be performed, including, without limitation,
all notes, schedules and legends on such Drawings.
Equipment as defined in 49 CFR Section 18.3, includes but is not limited to "tangible,
nonexpendable, personal property having a useful life of more than one year and an
acquisition cost of $5,000 or more per unit." All other tangible personal property is
considered to be "supply".
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 typically should not
involve additional cost.
Final Completion means the date subsequent to the date of Substantial Completion at
which time the Contractor has completed all the Work in accordance with the Agreement as
certified by the Consultant and/or the City and submitted all documentation required by the
Contract Documents.
Inspector means an authorized representative of the City assigned to make necessary
inspections of materials furnished by Contractor and of the Work performed by Contractor.
Materials mean goods or equipment incorporated in a Project(s), or used or consumed in
the performance of the Work.
Notice of Award means the written letter to the Contractor notify the Contractor that they
have been awarded the Contract.
Notice To Proceed means a written letter or directive issued by the Director or designee
acknowledging that all conditions precedent have been met and directing that the
Contractor may begin Work on the Project(s).
Plans and/or Drawings means the official graphic representations of a Project(s).
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 its obligations, including completion of
the construction in accordance with the Drawings and Specifications. The Work may
constitute the wh4ole or a part of the Project(s).
Project Manager means the individual assigned by CIP to manage the Project(s).
Request For Information (RFI) means a request from the Contractor seeking an
interpretation or clarification relative to the Contract Documents. The RFI, which shall be
clearly marked RFI, shall clearly and concisely set forth the issue(s) or item(s) requiring
clarification or interpretation and why the response is needed. The RFI must set forth the
Contractor's interpretation or understanding of the document(s) in question, along with the
reason for such understanding.
15
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
Risk Administrator means the City's Risk Management Administrator, or designee, or the
individual named by the City Manager to administer matters relating to insurance and risk of
Toss for the City.
Specifications mean all of the definitions, instructions, descriptions, directions,
requirements; provisions and standards (and allwritten supplements thereto) pertaining to
the methods, (or manner) of performing and actual performance of the Work, or quantities
and quality of accepted materials -to be furnished under the Contract Documents.
Subcontractor means a person, firm or corporation having a direct contract with Contractor
including one who furnishes material worked to a special design according to the Contract
Documents, but does not include one who merely furnishes Materials not so worked.
Substantial Completion means that point at which the Work is at a level of completion in
substantial compliance with the Agreement such that the City can use, occupy and/or,
operate the facility in all respects to its intended purpose. Substantial Compliance shall not
be deemed to have occurred until any and all governmental entities, which regulate or have
jurisdiction over the. Work, have inspected, and approved the Work. Beneficial use or
occupancy shall not be the sole determining factor in determining whether Substantial
Completion has been achieved, unless a temporary certificate of occupancy has been
issued.
.2. Time is of the Essence
Contractor will promptly perform its duties under the Contract and will give the Work as
much priority as is necessary to cause the Work to be completed on a timely basis in
accordance with the Contract Documents. All Work shall be performed strictly (not
substantially) within the time limitations necessary to maintain the critical path and all
deadlines established in the Contract Documents.
All dates and periods of time set forth in the Contract Documents, including those for the
commencement, prosecution, interim milestones, milestones, and completion of the Work,
and for the delivery and installation of materials and equipment, were included because of
their importance to4 the City.
Contractor acknowledges and recognizes that the City is entitled to full and beneficial
occupancy and use of the completed Project 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 72, Excusable Delays, the Contractor understands that,
except and only to the extent provided otherwise in the Contract Documents, the
occurrence of events of delay within the Contractor's, control, the Work shall not excuse the
Contractor from its obligation to achieve full completion of the Work within the Contract
Documents Time, and shall not entitle the Contractor to an adjustment. All parties under
the control or contract with the •Contractor shall include but are not limited to
materialperson, Subcontractors, suppliers, and laborers.
The Contractor acknowledges that the City is purchasing the right to have the Contractor
continuously working at the Project(s) site(s) for the full duration of the Project(s) to ensure
the timely completion of the Work.
3. Contract Term
The Contract shall commence upon issuance of the Notice of Award, 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.
16
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
4. Notices
Whenever either party desires to give written notice unto the other relating to the Contract,
such must be addressed to the party for whom it is intended at the place last specified;. and
the place for giving of notice shall remain such until it shall have been changed by written
notice in compliance with the provisions of this Article. Notice shall be deemed given on -the
date received or within 3 days of mailing, if mailed through the United States Postal
Service. Notice shall be deemed given on the date sent via e-mail or facsimile. Notice
shall be deemed given via courier/delivery service upon the initial delivery date by the
courier/delivery service. For the present, the parties designate the following as the
respective places for giving of notice:
For City of Miami:
Albert Sosa, P.E., Director
Capital Improvemen4ts Prqgram
City of Miami
444 S.W..2"d Avenue, - 8th Floor
Miami, Florida 33130
Jeovanny Rodriguez, Assistant Director (TBD)
Capital Improvements Program
City of Miami
444 S.W. 2nd Avenue, 8th Floor
Miami, Florida 33130
For Contractor:
Jose M. Alvarez, President
JVA Engineering Contractor, Inc.
6600 NW 32"d Avenue
Miami, Florida 33147
During the Work the Contractor shall maintain continuing communications with Consultant
and the Project Manager. The Contractor shall keep the City fully informed as to the
progress of the Project(s) at all times through ongoing communications with the Project
Manager.
5. Priority of Provisions
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 and Change Orders to the Contract shall govern over the Contract
The Contract Documents shall govern over the Contract
Addendum to an ITB shall govern over an ITB
In the event of conflicts within the Contract Documents the priorities stated below shall
govern:
• Scope of Work and Specifications shall govern over plans and drawings
• Schedules, when identified as such shall govern over all other portions of the plans
• Specific notes shall govern over all other notes, and all other portions of the plans,
unless specifically stated otherwise
17
Miami River Greenway Streetscape - NW 5th Street Bid No.: 11-12-022
Bridge Extension
_• Larger scale drawings shall govern over smaller scale drawings
Figured or numerical dimensions shall govern over dimensions obtained by scaling
-• Where provisions of codes, manufacturer's specifications or industry standards are
in conflict, the more restrictive or higher quality shall govern
6. Indemnification
Contractor shall indemnify and hold harmless City, its officers, agents, directors, and
employees, from liabilities, damages, losses, judgments, and costs, including, but not
limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness ,
negligent act or omission, or intentional wrongful misconduct of Contractor and persons
employed or utilized by Contractor in the performance of this Contract. Contractor shall,
further, hold the City, its officials and employees, harmless for, and defend the City, its
officials and/or employees against, any civil actions, statutory or similar claims, injuries or
damages arising or resulting from the permitted work, even if it is alleged that the City, its
officials and/or employees were negligent. These indemnifications shall survive the term of
this Contract. In the event that anyaction or proceeding is brought against City by reason of
any such claim or demand, Contractor shall, upon written notice from City, resist and
defend such action or proceeding by counsel satisfactory to City. The Contractor expressly
understands and agrees that any insurance protection required by this Contract or
otherwise provided by Contractor shall in no way limit the responsibility to indemnify, keep
and save harmless and defend the City or its officers, employees, agents and
instrumentalities as herein provided.
The indemnification provided above shall obligate Contractor to defend, at its own expense,
to and through appellate, supplemental or bankruptcy proceeding, or to provide for such
defense, at City's option, any and all claims of liability and all suits and actions of every
name and description which may be brought against City whether performed by Contractor,
or persons employed or utilized by Contractor.
This indemnity will survive the cancellation or expiration of the Contract. This indemnity will
be interpreted under the laws of the State of Florida, including without limitation and
interpretation, which conforms to the limitations of §725.06 and/or §725.08, Fla. Statutes,
as applicable.
Contractor shall require all Sub -Contractor agreements to include a provision that they will
indemnify the City.
The Contractor agrees and recognizes that the City shall not be held liable or responsible
for any claims which may result from any actions or omissions of the Contractor in which
the City participated either through review or concurrence of the Contractor's actions. In
reviewing, approving or rejecting any submissions by the Contractor or other acts of the
Contractor, the City in no way assumes or shares any responsibility or liability of the
Contractor or Sub -Contractor, under this Agreement.
Ten dollars ($10) of the payments made by the City constitute separate, distinct, and
independent consideration for the granting of this Indemnification, the receipt and
sufficiency of which is acknowledged by the Contractor.
7 Insurance
Without limiting any of the other obligations or liabilities of Contractor, Contractor shall
provide, pay for, and maintain in force until all of its Work to be performed under this
Contract has been completed and accepted by City (or for such duration as is otherwise
specified hereinafter), the insurance coverages set forth herein.
7.1. Workers' Compensation insurance is to apply for all employees in
compliance with the Statutory "Workers' Compensation Law" of the State of
Florida and all applicable federal laws. In addition, the policy(ies) must
include:
18
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
Waiver of subrogation
• Statutory State of Florida
■ Limits of Liability
7=2. Employers' .Liability with a limit of One Million Dollars ($1,000,000.00)
Dollars each bodily injury caused by an accident, each accident. One
Million 'Dollars ($1;000,000.00) Dollars each bodily injury caused by
disease, each employee..One:Million .Dollars ($1,000,000.00 Dollars each
bodily injury caused by disease, policy limit:
7.3. Commercial General Liability (CGL) (Primary & Non Contributory) with
minimum limits of One Million Dollars ($1,000,000.00) each occurrence,
combined single limit for Bodily Injury Liability and Property Damage Liability,
with a general aggregate limit of Two Million Dollars ($2,000,000.00).
Coverage must be afforded on a primary and non contributory basis and with
a coverage form no more restrictive than the latest edition of the
Comprehensive General Liability policy, without restrictive endorsements, as
filed by the Insurance Services Office, and must include:
• Products and/or Completed Operations for contracts with an
Aggregate Limit of One Million Dollars ($1,000,000.00) per project.
Contractor shall maintain in force until at least three years after
completion of all Work required under the Contract, coverage for
Products and Completed Operations, including Broad Form Property
Damage.
• Personal and Advertising Injury with an aggregate limit of One
Million Dollars ($1,000,000).
• CGL Required Endorsements
o Contingent Liability/Independent Contractors Coverage
o Contractual Liability
o Waver of Subrogation
o Premises and/or Operations
0 4Explosion, Collapse and Underground Hazards
o Loading and Unloading
City is to be expressly included as an Additional Insured pursuant to
endorsement number CG 2010 11/85 or its equivalence.
7.4. Business Automobile Liability with minimum limits of One Million Dollars
($1,000,000.00) per occurrence combined single limit for Bodily Injury
Liability and Property Damage Liability. Coverage must be afforded on a
form no more restrictive than the latest edition of the Business Automobile
Liability policy, without restrictive endorsements, as filed by the Insurance
Services Office, and must include:
• Auto/All Owned Autos/Scheduled.
• Hired, Borrowed, and Non -Owned Vehicles.
• Employers' Non -Ownership.
• Employees included as insured
• City of Miami as Additional Insured
7_5. Umbrella Policy
(Excess Following Form/True Excess Following Form/True Umbrella)
19
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
• Bodily injury and property damage liability with limits of Three Million Dollars
($3,000,000) each occurrence and an aggregate limit of Three Million Dollars
($3,000,000).
Excess coverage over the policies as follows:
Commercial General Liability
Business Automobile Liability
Employer's Liability
City shall be listed as an additional insured.
7.6. Installation Floater
Required if the installation of machinery and/or equipment into an existing
structure is required. The coverage shall be "All Risk" Specific Coverage
Project Location coverage including installation and transit for 100 percent of
the "installed replacement cost value," covering City as a named insured,
with a deductible of not more than Two Thousand Five Hundred Dollars
($2,500.00) all other perils, and 5% maximum on Wind each claim.
7:7. Owners & Contractor's Pro4tective
Each Occurrence
General Aggregate
7. 8. Flood Insurance
$1,000,000
$1,000,000
When the machinery or equipment is located within an identified special flood hazard area,
flood insurance must be afforded for the lesser of the total insurable value of such buildings
or structure, or, the maximum amount of flood insurance coverage available under the
National Flood Program.
The above policies shall provide the City with written notice of cancellation or material
change from the insurer not less than (30) days prior to any such cancellation or material
change. If the initialinsurance expires prior to the completion of the Work, renewal copies
of policies shall be furnished at least thirty (30) days prior to the date of their expiration.
Notice of Cancellation and/or Restriction --The policy (ies) must be endorsed to provide the
City with at least thirty (30) days notice of cancellation and/or restriction.
Contractor shall furnish to the Capital Improvement Program the Certificates of Insurance or
endorsements evidencing the insurance coverage specified above within fifteen (15)
calendar days after notification of award of the Contract. The required Certificates of
Insurance shall name the .types of policies provided, refer specifically to this Contract, and
state that such insurance is as required by this Contract.
The official title of the Owner is the City of Miami, Florida. This official title shall be used in
all insurance documentation.
Companies authorized to do business in the State of Florida, with the following
qualifications, shall issue all insurance policies required above: •
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 his/her authorized designee reserves the right to require
modifications, increases, or changes in the required insurance requirements, coverage,
deductibles or other insurance obligations by providing a thirty (30) day written notice to the
20
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
Contractor in accordance with Section 2, General Conditions, Article 4, Notices. Contractor
shall comply with such requests unless the insurance coverage is not then readily available
in the national market. An additive or deductive change order willbe issued to adjust the
contract -value as necessary. 4For 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, the Contractor shall within fifteen (15) calendar
days of being notified of award, furnish a Performance/Payment Bond ("Bond") containing
all the provisions of the attached Performance/Payment forms.
Each Bond shall be in the amount of one hundred percent (100%) of the Contract value
guaranteeing to City the completion and performance of the Work covered in the Contract
Documents as well as full payment of all suppliers, laborers, or Subcontractors employed
pursuant to this Project(s). Each Bond shall be with a Surety, which is qualified pursuant to
Article 9, Qualification of Surety.
Each Bond shall continue in effect for one year after Final Completion and acceptance of
the Work with liability equal to one hundred percent (100%) of the Contract value, or an
additional bond shall be conditioned that Contractor will, upon notification by City, correct
any defective or faulty work or materials which appear within one year after Final
Completion of the Project(s).
The City must be listed as an Obligee.
Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, as amended from
time to time, Contractor shall ensure that the Bond(s) referenced above shall be recorded in
the public records and provide City with evidence of such recording.
Alternate Foram of Security:
In lieu of a Performance/Payment Bond, Contractor may furnish alternate forms of security,
subject to the requirements of § 18-98, City Code, which may be in the form of cash, money
order, certified check, cashier's check or unconditional letter of credit in the form attached.
Such alternate forms of security shall be subject to the prior approval of City and for same
purpose and shall be subject to the same conditions as those applicable above and shall be
held by City for one year after completion and acceptance of the Work.
9. Qualification of Surety
Bid Bonds, Performance/ Payment Bonds over Five Hundred Thousand Dollars
($500,000.00):
Each Bond must be executed by a surety company 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.
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, o4r other methods in accordance with Treasury Circular 297,
revised September 1, 1978 (31 DFR Section 223.10, Section 223.111). Further, the
Surety shall provide City with evidence satisfactory to City, that such excess risk has
been protected in an acceptable manner.
The City will accept a surety bond from a company with a rating of B+ or better for
bonds up to $2 million, provided, however, that if any surety company appears on the
21
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
watch list that is published quarterly by Intercom of the Office of the Florida Insurance
Commissioner, the City shall review and either accept or reject the surety company
based on the financial information available to. the City. A surety company that is
rejected by the City may be substituted by the Bidder or proposer with a surety
company acceptable to the City, only if the bid amount does not increase. The following
sets forth, in general, the acceptable parameters for Bonds:
Amount of Bond (U$)
Bonding Company Rating
Size Category
500,001 to 1,000,000
B+
Class I
1,000,001 to 2,000,000
B+
Class II
2,000,001 to 5,000,000
A
Class III
5,000,001 to 10,000,000
A
Class IV
10,000,001 to-25,000,000
A
Class V
.25,000,001 to 50,000,000
A
Class VI
50,000,001 or more
A
Class Vil
For projects of $500,000.00 or less, City may accept a Bid Bond, Performance Bond and Payment
Bond from a Surety which has twice the minimum surplus and capital required by the Florida
Insurance Code at the time the invitation to bid is issued, if the Surety is otherwise in compliance
with the provisions of the Florida Insurance Code, and if the surety company holds a currently
valid certificate of authority issued by the United States Department of the Treasury under Section
9304 to 9308 of Title 31 of the United States Code, as may be amended from time to time. A
Certificate and Affidavit so certifying should be submitted with the Bid Bond and also with\ the
Performance/Payment Bond.
More stringent requirements of any grantor agency are set forth within the Bid. If there are no
more stringent requirements, the provisio4ns of this section shall apply.
10. General Requirements
The employee(s) of the Contractor shall be considered to be at all times its employee(s),
and not employee(s) or agent(s) of the City or any of its departments.
The Contractor agrees that the Contractor will at all times employ, maintain and assign to
the performance of a Project a sufficient number of competent and qualified professionals
and other personnel to meet the requirements of the Work to be performed.
The Contractor agrees to adjust staffing levels or to replace any staff personnel if so
requested by the Project Manager, should the Project Manager make a determination that
said staffing is unacceptable or that any individual is not performing in a manner consistent
with the requirements for such a position.
The Contractor shall perform the work complete, in place, and ready for continuous service,
and shall include repairs, testing, permits, clean-up, replacements, and restoration required
as a result of damages caused during this construction.
The Contractor represents that its personnel and Subcontractors have the proper skills,
training, background, knowledge, experience, rights, authorizations, integrity, character and
licenses as necessary to perform the Work, in a, competent and professional manner.
The Contractor shall provide temporary facilities and controls necessary to perform the
Work and to ensure safe and proper access and use of the site by the Project Manager and
the Consultant. The Contractor shall at all times cooperate with the City, or the Consultant
22
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
and coordinate its respective Work efforts to most effectively and efficiently progress the
performance of the Work.
The City, the Consultant and other agencies authorized by the City, shall have -full access to
the Project(s) site(s) at all times.
The Contractor shall be responsible for the good condition of the Work or materials until
formal release from his obligations under the terms of the Contract Documents.
All newly constructed work shall be carefully protected from injury in any way. No wheeling
or walking or placing of heavy loads on it shall be allowed and the Contractor at its own
expense shall reconstruct all portions damaged.
Contractor shall bear all losses incurred on account of the amount'or character of the Work,
or the character of the ground, being different from what he anticipated.
The Contractor shall at all times conduct the Work in such manner and in such sequence as
will ensure the least practicable local interference. Contractor shall not open up Work to the
prejudice of Work already.started,4 and the Project Manager may require the Contractor to
finish a section on which Work is in progress before Work is started on any additional
section.
Contractor is to take necessary precautions and use caution when working in or around
overhead transmission lines and underground utilities.
Contractor is responsible to control dust and prevent it from becoming a public nuisance or
causing off -site damage. Contractor shall take all necessary and prudent measure to
control dust.
The 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
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 the best general practice is to prevail and
that only material and workmanship of the best quality is to be used, and interpretation of
the Contract Documents shall be made upon that basis.
When measurements are affected by conditions already established or where items are to
be fitted into constructed conditions, it shall be the Contractor's responsibility to verify all
such dimensions at the site and the actual job dimensions shall take precedence.
If the Project Manager or Consultant reasonably determines the rate of progress of the
Work is not such as to ensure its completion within the designated completion time, or if, in
the opinion of the Project Manager or Consultant, the Contractor is not proceeding with the
Work diligently or expeditiously or is not performing all or any part of the 1.4ork according to
the Project schedule accepted by or determined by the Project Manager or Consultant, the
Project Manager or the Consultant shall have the right to order the Contractor to do either
or both of the following: (1) improve its work force; and/or (2) improve its performance in
accordance with the schedule to ensure completion of the Project(s) within the specified
time. The Contractor shall immediately cornply with such orders at no additional cost to the
City. (3) The City at its sole option may also have Work performed by a third party
contractor and deduct such cost from any monies due the Contractor.
Where materials are transported in the performance of the Work, vehicles shall not be
loaded beyond the capacity recommended by the vehicle manufacturer or permitted by
23
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
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 are4as shall be repaired atthe expense .of.the Contractor to
the satisfaction of the Project. Manager or Consultant.
The Contractor shall furnish to the Project Manager and the Consultant a complete listing of
24-hour-telephone numbers at which responsible representatives of the Contractor and all
of the Contractor's Subcontractor can be reached should the need -arise at any time.
12. Work Staging and Phasing
The Work to be performed shall be done in such a manner so as not to interfere with the
normal City operations of the Project site or facility. The. manner in which the Work is
performed shall be subject to the approval of the Project Manager or Consultant, whom if
necessary, shall have the authority to require changes in the manner in which the Work is
performed. There shall be no obstruction of City services without the prior written approval
of the Project Manager or Consultant. All requests for such interruption or obstruction must
be given in writing to the Project Manager or Consultant 24 hours in advance of the
interruption of City operations.
The Contractor shall familiarize itself with normal City operations where the Work is to be
performed so that it can conduct the Work in the best possible manner to the complete
satisfaction of the Project Manager and Consultant.
A staging plan must be submitted to and approved by the Project Manager or the
Consultant prior to the start of construction and issuance of the Notice to Proceed. Such
staging plan shall be revised and resubmitted as necessary during construction.
13. Site Investigation and Representation
The Contractor acknowledges that it has satisfied itself as to the nature and location(s) of
the Work under the Contract Documents, the general and local conditions, particularly
those bearing upon availability of transportation, disposal, handling and storage of
materials, availability of labor, water, electric power, and roads, the conformation and
conditions at the ground based on City provided reports, the type of equipment and facilities
needed preliminary to and during the performance of the Work and all other matters which
can in any way affect the Work or the cost thereof under the Contract Documents.
The Contractor further acknowledges that it has satisfied itself based on any geotechnical
reports the City may provide and inspection of the Project(s) site(s) as to the character,
quality, and quantity of surface and subsurface materials to be encountered from inspecting
the site and from evaluating inform4ation derived from exploratory work that may have been
done by the City or included in this Contract Documents.
Contractor should examine the soil conditions at the Project site to determine if any special
shoring, sheeting, or other procedures necessary to protect adjacent property during
excavation of subsoil materials or during filling of any area(s), or for any operation that may
be required during the performance of the Work.
Any failure by the Contractor to acquaint itself with all the provided information and
information obtained by visiting the Project(s) site(s) will not relieve Contractor from
responsibility for properly estimating the difficulty or cost thereof under the Contract
Documents. In the event that the actual subsurface conditions vary from the actual City
provided reports the Contractor shall notify the City and this Contract Documents amount
may be adjusted up or down depending on the conditions.
14. Contractor to Check Plans. Specifications and Data
Contractor shall verify all dimensions, quantities and details shown on the plans,
specifications or other data received from Project Manager or Consultant as part of a
Contract Documents, and shall notify the Project Manager and the Consultant of all errors,
24
Miami River Greenway Streetscape— NW 5th Street Bid No.: 11-12-022
Bridge Extension
omissions and discrepancies found therein within three (3) calendar days of discovery.
Contractor will not be allowed to take -advantage of any error, omission or discrepancy, as
full instructions will be furnished the Project Manager or. by Consultant. Contractor shallnot
be liable for damages resulting from errors, omissions or discrepancies in the Contract
Documents unless Contractor recognized such error, omission or discrepancy and
knowingly failed to report it to Project Manager or Consultant.
15. Contractor's: Responsibility-for"Damages and Accidents
Contractor 'shall accept full responsibility for Work against all losses or damages of
whatever nature sustained until Final Acceptance by City, and shall promptly repair or
replace, at no additional cost to the City any Work; materials, equipment, or supplies
damaged, lost, stolen, or destroyed from any cause whatsoever.
Contractor shall accept full responsibility for Work against all losses or damages of
whatever nature sustained until Final Acceptance by City, and shall promptly repair or
replace, at no additional cost to the City, and to the satisfaction of the Project Manager, any
Work, materials, equipment, or supplies damaged, lost, stolen, or destroyed from any cause
whatsoever.
Lawn Areas - All lawn areas disturbed by construction shall be replaced with like kind to a
condition similar or equal to that existing before construction. Where sod is to be removed,
it shall be carefully removed, and 4the 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.
Fences Any fence, or part thereof, that is damaged or removed during the course of the
work shall be replaced or repaired by the Contractor, and shall be left in as good a condition
as before the starting of the work.
Where fencing, walls, shrubbery, grass strips or area must be removed or destroyed
incident to the construction operation, the Contractor shall, after completion of the work,
replace or restore to the original condition all such destroyed or damaged landscaping and
improvements.
16. Accidents
The Contractor shall provide such equipment and facilities as are necessary or required, in
the case of accidents, for first aid service to person who may be injured during the
Project(s) duration. The Contractor shall also comply with the OSHA requirements as
defined in the United States Labor Code 29 CFR 1926.50.
In addition, the Contractor must report immediately to the Project Manager and Consultant
every accident to persons or damage to property, and shall furnish in writing full
information, including testimony of witnesses regarding any and all accidents.
17. Safety Precautions
Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Contractor shall take all necessary
precautions for the safety of, and shall provide the necessary protection to prevent damage,
injury or loss to:
• All employees on the Project(s) site(s) and other persons who may be affected
thereby;
• All the Work and all materials or equipment to be incorporated therein, whether in
storage on or off the Project(s) site(s); and
Other property at the Project(s) Site(s) or adjacent thereto, including trees, shrubs,
lawns, walks, pavements, roadways, structures and utilities not designated for
removal, relocation or replacement in the course.of_construction.
25
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
Contractor shall designate a responsible member of its organization at the Project(s) site(s)
whose duty shall be the prevention of accidents. This person shall be Contractor's
superintendent unless otherwise designated in writing by Contractor to Project Manager.
Contractor shall comply with all applicable laws, ordinances, rules; regulations and orders
any public.g Y J rY 1�safety P P safeguardsp. ect
of body having urisdiction4'for the of persons or property or'to:rot
them from damage, injury or loss, and shall erect and maintain all necessary`for
such safety.and protection. Contractor shall notify owners of adjacent: property. and utilities
when prosecution of the Work may affect them. All damage, injury or loss to any property
caused directly or indirectly, in whole or in part, by Contractor, any -Subcontractor or anyone
directly or indirectly employed by any of them or anyone for whose acts any of them may be
liable, shall be remedied by Contractor. Contractor's duties and responsibilities for the
safety and protection of the Work shall continue until such time as all the Work is completed
and Project Manager or Consultant has issued the Contractor a notice of Final Acceptance.
Contractor must adhere to the applicable environmental protection guidelines for the
duration of a Project. If hazardous waste materials are used, detected or generated at any
time, the Project Manager must be immediately notified of each and every occurrence. The
Contractor shall comply with all codes, ordinances, rules, orders and other legal
requirements of public authorities (including OSHA, EPA, DERM, the City, Miami -Dade
County, State of Florida, and Florida Building Code), which bear on the performance of the
Work.
The Contractor shall take the responsibility to ensure that all Work is performed using
adequate safeguards, including but not limited to: proper safe rigging, safety nets, fencing,
scaffolding, barricades, chain link fencing, railings, barricades, steel plates, safety lights,
and ladders that are necessary for the protection of its employees, as well as the public and
City employees. All riggings and scaffolding shall be constructed with good sound
materials, of adequate dimensions for their intended use, and substantially braced, tied or
secured to ensure absolute safety for those required to use it, as well as those in the •
vicinity. All riggings, scaffolding, platforms, equipment guards, trenching, shoring, ladders
and similar actions or equipment shall be OSHA approved, as applicable, and in
accordance with all federal state and local regulations.
All open trenches or holes shall be properly marked and barricaded to assure the safety of
both vehicular and pedestrian traffic. No open trenches or holes are to be left open during
nighttime or non -working hours without the prior written approval of the Project Manager.
If an emergency condition should develop during a Project, the Contractor must
immediately notify the Project Manager and Consultant of each and every occurrence. The
Contractor should also recommend any appropriate course(s) of action to the Project
Manager and the Consultant.
18. Occupational Health and Safety
In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-
41.03 of the Florida Administrative Code delivered as a result of a Project must be
accompanied by a Material Safety Data Sheet (MSDS) which may be obtained from the
manufacturer. The MSDS must include the following information:
• The chemical name and the common name of the substance.
• The hazards or other risks in the use of the substance, including:
o The potential for fire, explosion, corrosion, and reaction;
o The known acute and chronic health effects of risks from exposure, including
the medical conditions which are generally recognized as being aggravated by
exposure to the substance; a4nd
o The primary routes of entry and symptoms of overexposure.
26
Miami River Greenway Streetscape - NW 5th Street Bid No.: 11-12-022
Bridge Extension
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. incase of overexposure.
The emergency procedure for spills; fire, disposal, and first aid.
• A description in lay terms of the known specific potential health risks posedby the
substance intended to alert any person reading -this information.
The year and month, if available, that the information was compiled and the name,
address, and emergency telephone number of the manufacturer responsible for
preparing the information.
19. Labor and Materials
Unless otherwise provided herein, Contractor shall provide and pay for all materials, labor,
water, tools, equipment, Tight, power, transportation and other facilities and services
necessary for the proper execution and completion of the Work, whether temporary or
permanent and whether or not incorporated or to be incorporated in the Work.
Contractor shall at all times enforce strict discipline and good order among its employees
and Subcontractors at the Project(s) site(s) and shall not. employ on the Project(s) any unfit
person or anyone not skilled in the Work to which they are assigned.
20. Rules, Regulations, and Licenses
The successful Contractor shall comply with all laws and regulations applicable to provision
of services specified in the Contract Documents. The Contractor shall be familiar with all
federal, state and local laws that may in affect the goods and/or services offered.
.21. Consultant Services
The City, at its sole discretion may hire a Consultant who shall serve as the City's
Representative for the Project(s) to be performed under the Contract Documents. The
Contract Documents will state that an City's representative has been contracted with for the
management of the Work under the Contract Documents and who will be the lead point of
contact, the Consultant or the Project Manager. Where a Consultant has been identified,
the Consultant and 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 25, Authority of the
Project Manager, of the General Terms and Conditions. '
On the basis of the on -site observations, the Consultant will keep the Project Manager
informed of the progress of the Work. 4 In the capacity of interpreter, the Consultant will
exercise the best efforts to ensure 'faithful performance by both the Project Manager and
the Contractor and will not show partiality to either.
The Project Manager will assist the Consultant in conducting inspections to determine the
date or dates of Substantial Completion and Final Acceptance and will receive and review
written warranties and related documents required by the Contract and the Contract
Documents. The Consultant will be responsible for receiving all documentation for review
and acceptance. Upon acceptance such documentation will be forwarded to the Project
Manager. The Project Manager in conjunction with the Consultant will approve Schedules
of Values, Project Schedules, Subcontractors and invoices.
The City may contract for additional consultant services, including but not limited to
construction examination and observation services. Such services are intended to be
additional services and are not intended to and shall not be construed to supplant or alter
the role and responsibilities of the Consultant.
In case of the termination of employment of the Consultant, the City may, at its sole
discretion, appoint another Consultant, whose status under the Contract shall be as that of
the former Consultant.
27
Miami River Greenway Streetscape — NW 5th Street
Bridge Extension
Bid No.: 11-12-022
22. ProjectManagement
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
securingof all permits; obtaining licenses and inspections; ensuring that Subcontractors
comply with all City requirements; performing the Work in accordance with the Contract
Documents to the satisfaction of the -Project Manager; paying all Subcontractors; obtaining
release of liens/claims fees;. and obtaining temporary and final Certificates of Occupancy or
Completion.
23. Superintendence and Supervision
The orders of the City are given through Consultant or Project Manager, which instructions
are to be strictly and promptly followed in every case. Contractor shall keep on the Project
during its progress, a full-time competent English speaking superintendent and any
necessary assistants; all satisfactory to Project Manager or Consultant. The superintendent
shall not be changed except with the w4ritten consent of Project Manager or Consultant,
unless the superintendent proves to be unsatisfactory to Contractor and ceases to be in its
employ. The superintendent shall represent Contractor and all directions given. to the
superintendent shall be as binding as if given to. Contractor and will be confirmed in writing
by Project Manager or Consultant upon the written request of Contractor. Contractor shall
give efficient supervision to the Work, using its best skill and attention. The Project
Manager and the Consultant shall be provided telephone number(s) for the superintendent
where the superintendent can be contacted during normal working hours as well as after
hours for emergencies.
On Projects in excess on thirty (30) calendar days the Contractor's superintendent shall
record, at a minimum, the following information in a bound log: the day; date; weather
conditions and how any weather condition affected progress of the Work; time of
commencement of Work for the day; the Work being performed; materials, labor, personnel,
equipment and Subcontractors at the Project(s) site(s); visitors to the Project site, including
representatives of the City, Consultant, regulatory representatives; any special or unusual
conditions or occurrences encountered; and the time of termination of Work for the day. All
information shall be recorded in the daily log in indelible ink. The daily log shall be kept on
the Project(s) site(s) and shall be available at all times for inspection and copying by Project
Manager and Consultant.
The Project Manager, Contractor and Consultant shall meet at least every two (2)weeks or
as otherwise determined by the Project Manager, during the course of the Work to review
and agree upon the Work performed and outstanding issues. The Contractor shall publish,
keep, and distribute minutes and any comments thereto of each such meeting.
If Contractor, in the course of performing the Work, finds any discrepancy between the
Contract Documents and the physical conditions of the locality, or any errors, omissions, or
discrepancies in the Plans, it shall be Contractor's duty to immediately inform Project
Manager and Consultant, in writing, and Project Manager or Consultant, will promptly
review the same. Any Work done after such discovery, until authorized, will be done at
Contractor's sole risk.
Contractor shall supervise and direct the Work competently and efficiently, devoting such
attention thereto and applying such skills and expertise as may be necessary to perform the
Work in accordance with the Contract Documents and Contract Documents. Contractor
shall be solely responsible for the means, methods, techniques, sequences and procedures
of construction.
All Work, including trade Work shall be performed and supervised by persons properly
licensed for the Work being performed.
28
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
.24. .Subcontractors
Contractor is solely responsible for all acts and omissions of its Subcontractors. Nothing in
the Contract Documents shall create any contractual relationship between any
Subcontractor and the City. Contractor is responsible for the -timely payment of its
Subcontractors and suppliers as required by Florida: Stature. Failure to comply with these
payment requirements will place the Contractor in default of the Contract.
Contractor shall.not employ any. Subcontractor against whom City and or Program Manager
may have a reasonable objection. Contractor shall not be required to employ any
Subcontractor against whom Contractor has a reasonable objection.
Contractor shall utilize the Subcontractors identified in its Bid submission. The
replacement, addition, or deletion of any Subcontractor(s) shall be subject to the prior
written approval of the Project Manager. With. -the submission of its pay application the
Contractor must identify the number of personnel they and the. Subcontractor(s) are using
who are working under H2B visas. Third tier subcontracting is only permitted with the prior
written approval of the Project Manager.
.25. Authority of the Project Manager
The Director hereby authorizes the Project Manager and the Consultant designated in the
Contract Documents to determine, all questions of any nature whatsoever arising out of,
under or in connection with, or in any way relating to or on account of the Work, and
questions as to the interpretation of the Work to be performed under this Contract
Documents.
The Contractor shall be bound by all determinations or orders of the Project Manager
and/or Consultant and shall promptly respond to requests of the Project Manager and/or
Consultant, including the withdrawal or modification of any previous order, and regardless
of whether the Contractor agrees with the Project Manager's and/or Consultant's
determination or requests. Where requests are made orally, the Project Manage and/or
Consultant will follow up in writing, as soon thereafter as is practicable.
The Project Manager and/or Consultant shall have authority to act on behalf of the City to
the extent provided by the Contract Documents, unless otherwise modified in writing by the
City. All instructions to the Contractor shall be issued in writing. All instructions to the
Contractor shall be issued through the Director, Project Manager or the Consultant.
The Project Manager and/or Consultant shall have access to the Project(s) Site(s) at all
times. The Contractor shall provide safe facilities for such access so the Project Manager
and Consultant may perform their functions under the Contract. The Project Manager and
Consultant will make periodic visits to the Work Site to become generally familiar with the
progress and quality of the Work, and to determine if the Work is proceeding in accordance
with the Contract Documents.
The Project Manager and Consultant will not be responsible for construction means,
methods, techniques, sequences or procedures, or for safety precautions and programs in
connection with the Work, and will not be responsible for the Contractor's failure to carry out
the Work in accordance with the Contract Documents.
The Project Manager and Consultant will have authority to reject Work that does not
conform to the Co4ntract 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
29
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
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.
.26. Inspection of Work
The Project Manager, Consultant, Inspectors, and other City representatives shall at all
times have access to the Work during normal work hours, and Contractor shall provide
proper facilities for such access and for inspecting, measuring and testing.
Should the Contract Documents, Consultant/Inspector Project Manager's instructions, any
laws, ordinances, or any public authority require any of the Work to be specially tested or
approved, Contractor shall give Project Manager and Consultant timely notice of readiness
of the Work for testing. If the testing or approval is to be made by an authority other than a
City or contracted firm, timely notice shall be given of the date fixed for such testing. Testing
shall be made promptly, and, where practicable, at the source of supply. If any of the Work
should be covered up without approval or consent of Project Manager or Consultant, it
must, if required by the Project Manager and/or Consultant, be uncovered for examination
and properly restored at Contractor's expense.
Unless otherwise provided, the Contractor shall make arrangements for such tests,
inspections and approvals. The Contractor shall give the City and the Consultant timely
notice of when and where tests and inspections are to be made so that the City and
Consultant may be present for such procedures. All testing reports are to be sent directly to
the Project Manager by the testing firm, with a copy to the Contractor.
Re-examination of any of the Work may be ordered by the Project Manager and Consultant,
and if so ordered, the Work must be uncovered by Contractor. If such Work is found to be in
accordance with the Contract Documents, City shall pay the cost of reexamination and
replacement by means of a Change Order. If such Work is not in accordance with the
Contract Documents, Contractor shall pay such cost.
The Contractor shall bear the cost of correcting destroyed or damaged construction,
whether completed or partially completed, of the City or separate contractors caused by
the Contractor's correction or removal of Work which is not in accordance with the
requirements of the Contract Documents.
Inspectors shall have no authority to permit deviations from, or to relax any of the provisions
of the Contract Documents or to delay the Work by failure to inspect the materials and Work
with reasonable promptness without the written permission or instruction of Project
Manager and Consultant.
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.
27. Taxes
Contractor shall pay all applicable sales, consumer, use and other taxes required by law.
Contractor is responsible for reviewing the pertinent state statutes involving state taxes and
complying with all requirements.
28. Separate Contracts
30
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
Prior to the commencement of the Work the Project Manager will notify the Contractor of all
ongoing projects or projects scheduled to commence during the Work that may require
coordination. The. Contractor shall be responsible for coordinating the Work with any other
project to minimize any potential adverse impact. Contractor shall not 'be entitled to any
days of delay for -failure to properly coordinate -the Work. The Consultant and the Project
Manager will assist the Contractor in coordinating the Work. However, the sole
responsibility for coordination rests with the Contractor.
Ifany pa rt of Contractor's Work depends for proper execution or results upon the .work of
any othe r persons, Contractor shall inspect and promptly report to Project Manager and
Consultant any defects in such work that render it unsuitable for such proper execution and
results. Contractor's failure to so inspect and report shall constitute an acceptance of the
otherperson's work as fit and proper for the reception of Contractor's Work, except as to
defects which may develop in other contractors work after the execution of Contractor's
Work.
Contractor shall conduct its operations and take all reasonable steps to coordinate the
prosecution of the Work so as to create no interference or impact on any other contractor
on the site. Should such interference or impact occur, Contractor shall be liable to the
affected contractor for the cost of such interference or impact.
To ensure the proper execution of subsequent Work, Contractor shall inspect the Work
already in place and shall at once report to Project Manager and Consultant any
discrepancy between the executed Work and the requirements of the Contract. Documents.
29. Lands of Work
City shall provide, as may be indicated in the Contract Documents, the lands upon which
the Work is to be performed, rights -of -way and easements for access thereto and such
other lands as are designated by City for the use of Contractor.
Contractor shall provide, at Contractor's own expense and without liability to City, any
additional land and access thereto that may be required for temporary construction
facilities, or for storage of materials. Contractor shall furnish to City copies of written
permission obtained by Contractor from the owners of such facilities.
30. Differing Site Conditions
In the event that during the course of the Work Contractor encounters subsurface or
concealed conditions at the Project(s) site(s) which differ materially from those shown in the
Contract .Documents and from those ordinarily encountered and generally recognized as
inherent in work of the character called for in the Contract Documents; or unknown physical
conditions of the Project(s) site(s), of an unusual nature, which differ materially from that
ordinarily encountered and generally recognized as inherent in work of the character called
for in the Contract Documents, Contractor, without disturbing the conditions and before
performing any Work affected by such conditions, shall, within twenty-four (24) hours of
their discovery, notify the Project Manager and Consultant in writing of the existence of the
aforesaid conditions. Project Manager and the Consultant shall, within two (2) business
days after receipt of Contractor's written notice, investigate the site conditions identified by
Contractor. If, in the sole opinion of Project Manager or the Consultant, the conditions do
materially so differ and cause an increase or decrease in Contractor's cost of, or the time
required for, the performance of any part of the Work, whether or not charged as a result of
the conditions, Project Manager or Consultant shall recommend an equitable adjustment to
the Contract Documents Price or Contract Documents Time, or both. If the Project Manager
and Contractor cannot agree on an adjustment in the Contract Price or Contract Time, the
adjustment shall be referred to the Director for determination. Should the Director
determine that the conditions of the Project(s) site(s) are not so materially different to justify
a change in the terms of the Contract Documents, the Director shall so notify the Project
31
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
Manager, Consultant, and Contractor in writing, stating the reasons, and such
determination shall be final and binding upon the parties hereto.
No request. by Contractor for :an.equitable adjustmentto the Contract Documents under this
provision : shall be allowed unless Contractor has given written notice in strict accordance
with the - provisions -of this Article. No request for -an. equitable adjustment or change to. the
Contract'Price or Contract Time for differing site conditions shall be allowed if made after
the date certified by. Consultant or Project Manager as the date of substantial completion.
31. Coordination of -Work
The. Project Site(s) may be occupied and may operate on a twenty-four hour seven day a
week -schedule. Contractor shall ensure that the performance of the Work does not impact
any ongoing operations at Project(s) site(s), which also includes the delivery of any
materials and equipment. Access to and egress from the Project Site(s) shall be
coordinated with the Project Manager and the Consultant to minimize interference to
regular and emergency operations of the facility.
During progress of Work under this Contract, it maybe necessary for other contractor's and
persons employed by the City to Work in or about the Project The City reserves the right to
put such other contractors to work and to afford such access to the Project site of the Work
to be performed hereunder at such times as the City deems proper.
If this Contract requires a portion of the Work to be tied into work done under another
Contractor(s), it will be necessary for Contractor to plan its Work and cooperate with other
contractors insofar as possible to prevent any interference and delay.
The Contractor shall not impede or interfere with the work of other contractors engaged in
or about the Work and shall so arrange and conduct its Work that such other contractors
may complete their work at the earliest date possible.
The Contractor is required to coordinate the Work with other contractors performing work at
the Project(s) site.
32. Existing Utilities
Known utilities and structures adjacent to or encountered in the Work may be shown on the
Drawings. Locations shown are taken from existing records and the best information
available from existing plans and utility investigations; however, it is expected that there
may be some discrepancies and omissions in the locations and quantities of utilities and
structures shown. Those shown are for the convenience of the Contractor only, and no
responsibility is assumed by either the City or its officials;/employees for their accuracy or
completeness. No request for additional compensation or contract time resulting from
encountering utilities not shown will be considered. The Contractor shall explore sufficiently
ahead of the Work to allow time for any necessary adjustments The Contractor must
coordinate all underground utility locations through "Sunshine State One Call of Florida,
Inc", who shall be contacted a minimum of 48 hours before the Contractor commences any
digging. In addition, 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.
33. Contractor's Responsibility for Utility Properties and Service
Where the Contractor's operations could cause damage or inconvenience to railway,
telephone, fiber optic, television, electrical power, oil, gas, water, sewer, or irrigation
systems, the Contractor shall make all arrangements necessary for the protection of these
utilities and services or any other known utilities.
Notify all utility companies that are affected by the construction operation at least 48 hours
in advance. Under no circumstance expose any utility without first obtaining permission
from the appropriate agency. Once permission has been granted, locate, expose, and
32
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
provide temporary support for all existing underground utilities and utility poles where
necessary.
The Contractor and his Subcontractors shallbe solely and directly responsible to the owner
and: operators of such properties for any damage,- injury, expense, Toss, inconvenience,
delay, suits, actions, or claims of any character brought because of any injuries or damage
which may result from the construction operations under the Contract Documents.
'Neither the City nor its officers or agents shall be -responsible -to the Contractor for damages
as a result of the Contractor's failure to protect utilities encountered in the Work.
In the event of interruption to domestic water, sewer, storm drain, or other utility services as
a result of accidental breakage clue -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 approvalof the water utility, cut the service, dig through, and restore
the service with similar and equal materials at the Contractor's expense and as approved
by the Project Manager or Consultant.
Replace, with material approved by the Project Manager or Consultant, at Contractor's
expense, any and all other laterals, existing utilities or structures removed or damaged
during construction, unless otherwise provided for in the Contract Documents and as
approved by the Project Manager or Consultant.
Replace with material approved by the Project Manager or Consultant, at Contractor's
expense, any existing utilities damaged during the Work.
34. Interfering Structures
An attempt has been made to show major structures on the furnished Drawings. While the
information has been compiled from the best available sources, its completeness and
accuracy cannot be guaranteed, and is presented as a guide. The Contractor shall field
verify all locations. Contractor shall coordinate with any affected companies, including
utility companies and take necessary precautions to prevent damage to existing structures
whether on the surface, above ground, or underground, including have the owner of the
interfering structures place temporary supports.
35. Field Relocation
During the process of the Work, it is expected that minor relocations of the Work may be
necessary. Such relocations shall be made only by the direction of the Project Manager
and Consultant at the Contractor's expense. If existing structures are encountered that will
prevent construction as shown, the Contractor shall notify the Project Manager or
Consultant before continuing with the Work in order that the Project Manager or Consultant
may make such field revisions as necessary to avoid conflict with the existing structures.
Where the Contractor fails to notify the Project Manager or Consultant when an existing
structure. is encountered, and ,proceeds with the Work despite this interference, the
Contractor does so at his own risk.
36. Contractor's Use of Project Site(s)
Limitations may be placed on the Contractor's use of the Project(s) site(s) and such
limitations will be identified by the Project Manager. In addition to such .limitations, the
Project Manager may make storage available to the Contractor at his sole discretion based
on availability of space. The Contractor shall also coordinate and schedule deliveries so as
to minimize disruptions to City day-to-day operations.
33
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
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:
o Confine operations at the Project(s) site(s) to the areas permitted by the Project
Manager or Consultant; not disturb portions of the Project(s) site(s) beyond the
specified areas; conform to Project(s) site(s) rules and regulations affecting the
Work.
o Keep existing driveways and entrances serving surrounding facilities clear and
available to the City, its employees and the public at all times; not use areas for
parking and/or storage of materials except as . authorized by the "Project
Manager.
o Assume all responsibility for its tools, equipment and materials, including any
materials purchased for the Work and not accepted by the City, and its vehicles
while performing Work for the City and/or while parked or stored at a City facility.
The City assumes no liability for damage or loss to the items specified in this
paragraph.
Access to parking and egress from the Project(s) site(s) shall be subject to the approval of
the Project Manager.
•
37. Material and Equipment Shipment, Handling, Storage and Protection
Preparation for Shipment
When practical, equipment shall be -factory assembled. The equipment parts and
assemblies that are shipped unassembled shall be furnished with assembly plan and
instructions. The separate parts and assemblies shall be factory match -marked or tagged in
a manner to facilitate assembly. All assemblies are to be made by the Contractor at no
additional cost to the City.
Generally, machined and unpainted parts subject to damage by the elements shall be
protected with an application of a strippable protective coating, or other approved protective
method.
Equipment shall be packaged or crated in a manner that will provide protection from
damage during shipping, handling, and storage.
The outside of the package or crate shall be adequately marked or tagged to indicate its
contents by name and equipment number, if applicable; approximate weight; state any
special precautions for handling; and indicate the recommended requirements for storage
prior to installation.
Packaging and Delivery of Spare Parts and Special Tools
Properly mark to identify the associated equipment by name, equipment, and part number.
Parts shall be packaged in a manner for protection against damage from the elements
during shipping, handling, and storage. Ship in boxes that are marked to indicate the
contents. Delivery of spare parts and special tools shall be made prior to the time
associated equipment is scheduled for the initial test run.
Shipment
All equipment and material shall be shipped with freight and shipping paid, FOB job site.
The Contractor shall request a 7-day advance notice of shipment from manufacturers, and,
upon receipt of such notice, provide the Engineer with a copy of the current delivery
information concerning equipment items and material items of critical importance to the
Project schedule.
Receiving
34
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
The Contractor shall unload and record the receipt of all equipment and materials at the
jobsite.
All costs .for receiving, inspection, handling, storage, insurance, inventory control, and
equipment maintenance for the Contractor -supplied and City -supplied . materials and
equipment:shall.be included in the prices Bid and no extra compensation will be allowed.
Inspection
Immediately upon receipt of equipment and materials at the jobsite, the Contractor shall
inspect for completeness and any evidence of damage during shipment. City supplied
equipment andmaterial shall be inspected and inventoried together with City's Inspector.
Should there appear to be any shortage or damage, the Project Manager or Consultant
shall:. be immediately notified; and the Contractor shall be fully responsible -for informing:the
manufacturers and the transportation company of the extent of the shortage or damage. If
the item or items require replacing or supplying missing parts, the Contractorshall take the
necessary measures to expedite the replacement or supply the missing parts.
Handling
Equipment and materials received for installation on the Project(s) shall be handled in
accordance with the manufacturer's recommendations, and in a manner that will prevent
damage.
Storage
Equipment and materials shall be stored prior to installation as recommended by the
manufacturer. Generally, materials such as pipe shall be stored off the ground in approved
storage yards. Items subject to damage by the elements, vandalism, or theft shall be stored
in secure buildings. Items requiring environmental control for protection shall be provided
with the necessary environmentally controlled storage facilities at no cost to the City.
Insurance
The Contractor's insurance shall adequately cover the value of materials delivered but not
yet incorporated into the Work.
Inventory Control
Equipment and materials shall be stored in a manner to provide easy access for inspection
and inventory control. The Contractor shall keep a running account of all materials in
storage to facilitate inspection and to estimate progress payments for materials delivered
but not installed in the Work.
Equipment's Maintenance Prior to Acceptance by the City
The contractor shall 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 and Salvage Disposal / Salvage Credits
The City certifies that it shall not permit Salvage Credits, therefore, Federal excess and
surplus property shall not be utilized in lieu of purchasing new equipment and property.
Unused construction materials, highway appurtenances, or other equipment or material
shall also not be salvaged.
Debris, rubbish, hazardous waste, and non -usable material resulting from the work under
this Contract to which CITY does not claim a further interest as a result of the preceding
paragraph, shall be disposed of by and at the expense of the Contractor at a location off
CITY property. Hazardous wastes must be disposed of in accordance with the Resource
Conservation and Recovery Act and state and local regulations. The contract adjustment
factor includes the cost of all clean-up, including final cleanup on each individual Job Order.
38. Warranty of Materials and Equipment
35
Miami River Greenway Streetscape — NW 5ih Street Bid No.: 11-12-022
Bridge Extension
Contractor warrants to. City that all materials and equipment furnished under the Contract
Documents willbe 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. API Work not conforming to these requirements, including
substitutions not properly approved and authorized, ..may ..be considered defective. If
required . by the 'Project Manager or Consultant, Contractor shall , furnish satisfactory
evidence as to the kind: and quality of materials and equipment. This warranty is not limited
by any other provisions within the Contract. Documents.
39. Manufacturer's Instructions
-The Contractor shall:
Comply with manufacturer's requirements for the handling, delivery and storage of all
materials. Where required by the Contract Documents, Contractor shall submit
manufacturer's printed instructions for delivery, storage, assembly, and installation.
Comply with the manufacturer's applicable instructions and recommendations for the
performance of the Work, to the extent that these instructions and recommendations are
more explicit or more stringent than requirements indicated in the Contract Documents
including the Contract Documents.
Inspect each item of material or equipment immediately prior to installation and reject
damaged and defective items.
Provide attachment and connection devices and methods for securing the Work; secure
Work true to 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(s) and isolate each unit of
Work from incompatible Work as necessary to prevent potential interference among each
section and/or deterioration of equipment.
Coordinate enclosure of the Work, which requires inspections and tests so as to minimize
the necessity of uncovering Work for that purpose.
When required by the Contract Documents or the manufacturer, a qualified representative
shall be present to observe field conditions, conditions of surface and installation, quality of
workmanship, and applications. Manufacturer's representative shall provide the Contractor
and the Project Manager or Consultant a written report of field observations.
40. Manufacturer's Warranty
Contractor shall provide all manufacturers' warranties. All warranties, expressed and/or
implied, shall be made available to the City for material and equipment covered by this
Contract Documents. All material and equipment furnished shall be fully guaranteed by the
Contractor against factory defects and workmanship. At no expense to the City, the
Contractor shall correct any and all apparent and latent defects that may occur within the
,manufacturer's standard warranty. The Contract Documents may supersede the
manufacturer's standard warranty. Manufacturer's warranties will become effective upon
Final Acceptance of the Project(s).
41. 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
36
Miami River Greenway Streetscape - NW 5th Street Bid No.: 11-12-022
Bridge Extension
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 anyof these standards and those specified,
theynost-stringent shall govern unless otherwise stated.
42. Submittals
Contractor shall check and approve all shop drawing, samples, product data, schedule of
values, and any and all other submittals to make . sure they comply with the Contract
Documents priorto submission to the Project Manager and Consultant.
Contractor by approving and submitting any submittals, represents that they have verified
the accuracy of the submittals, and they have verified all of the submittal information and
documentation with therequirements of the Contract Documents. At time of submission the
Contractor shall advise the -Project Manager and Consultant in writing of any deviations
from the Contract Documents. Failure of the Contractor toadvise the Project Manager or
Consultant of 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 submittal shall contain a title block containing the following information:
Number and title of drawing, including Contract tide and Number
• Date of drawing and revisions
Name of Contractor and Subcontractor (if any) submitting drawings
Name of Project, Building or Facility, and Owner's Project number
Specification Section title and number
Contractor's Stamp of approval, signed by the Contractor or his checker
Space above the title block for Project Manager' or Consultant's action stamp
Submittal or re -submittal number (whether first, second, third, etc.)
Date of submittal
Contractor shall sign, in the proper block, each sheet of shop drawing and data and each
sample label to certify compliance with the requirements of the Contract .Documents.
Submittals submitted without the stamp and signature shall be rejected and it will be
considered that the Contractor has not complied with the requirements of the Contract
Documents. Contractor shall bear the risk of any delays that may occur as a result of such
rejection.
City shall not be liable for any materials, fabrication of products or Work commenced that
requires submittals until the Project Manager and/or Consultant has returned approved
submittals to the Contractor.
Contractor shall submit six (6) originals of each submittal to the City. The City will return
three marked/reviewed sets to the Contractor. A Contractor's letter of transmittal cover
sheet must be attached to all submittals' packages being transmitted to the City and
Consultant. The Contractor's letters of transmittal shall properly list and identify all submittal
packages with number and description of each submittal within the letter of transmittal.
When catalogs, product data, diagrams or charts are submitted with more than one type of
product manufactured, clearly identify the particular item being submitted, including options
that are intended for use in that particular work or portion of work.
Contractor shall note in submittals/shop drawings to make references to Drawings,
drawings details, Specifications Sections, or any of the Contract Documents, as necessary
for clarity.
Project Manager and/or Consultant shall make every effort to review submittals within
fourteen (14) calendar days from the date of receipt by the Project Manager and/or
Consultant. Project Manager and/or Consultant's review shall only be for conformance with
37
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
design concepts and .the information provided in the Contract Documents. The approval of
a separate 'item shall not constitute approval of an assembly in which the item functions.
The Project Manager and/or Consultant shall return the reviewed submittal to the
contractor -for their use and distribution.
Acceptance -of any submittal by-the.City or Consultant shall not relieve the. Contractor of any
responsibility for any deviations from -the requirements of the Contract Documents unless
the Contractor has given written notice to the Project :Manager. and/or Consultant of the
specific deviations and the Consultant has issued written approval ofsuch deviations.
By approving and submitting shop drawings, product data and samples, the Contractor
represents that all materials, field measurements and field construction criteria related
thereto have been verified, checked and coordinated with the -requirements of'the Work and
have been verified, checked and coordinated with this Contract Documents.
Contractor shall be responsible for the distribution of all shop drawings, copies of product
dataand samples, which bear the Project Manager's or Consultant's stamp of approval.
Distribution shall include, but not 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 Project Manager's or Consultant's acceptance thereof. The Contractor
warrants the adequacy for the purpose intended of any shop drawings or portion of a
submittal that alters, modifies or adds to the requirements of the Contract,Documents.
Nothing in the Project Manager's or Consultant's review of submittals shall be construed as
authorizing additional work or increased cost to the City.
43. Shop Drawings
Contractor shall submit Shop Drawings as required by the Contract Documents. The
purpose of the Shop Drawings is to show, in detail, the suitability, efficiency, technique of
manufacture, installation requirements, details of the item, and evidence of its compliance
or noncompliance with this Contract Documents.
Within five (5) calendar days after the City issue's a Notice to Proceed, Contractor shall
submit to Project Manager or Consultant a complete list and submittal log of items for which
Shop Drawings are to be submitted and shall identify the critical items and all submittal
dates. Approval of this list by Project Manager or Consultant shall in no way relieve the
Contractor from submitting complete Shop Drawings and providing materials, equipment,
etc., fully in accordance with the Contract Documents. This procedure is required in order to
expedite final approval of Shop Drawings.
After the approval of the list of items required in above, Contractor shall promptly request
Shop Drawings from the various manufacturers, fabricators, and suppliers.
Contractor shall thoroughly review and check the Shop Drawings and each and every copy
shall show its approval thereon. Contractor shall submit three (3) sets of shop drawings.
Some shop drawings as either denoted in the Contract Documents or by the Florida
Building Code (Code) or Florida Statute, such as structural drawings, require that they be
prepared by a licensed engineer. It is the sole responsibility of the Contractor to ensure
that the Shop Drawings meet all Code requirements.
In addition to all shop drawings required by the Contract Documents the Contractor must
provided shop drawings for; all drainage structures including catch basins, drainage pipe,
ballast rock, and ex -filtration trench filter fabric.
38
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
If the Shop Drawings show or indicate departures from the Contract: Documents, Contractor
shall make specific mention thereof in its letter of transmittal. Failure to point out such
departures, shall not relieve Contractor from its responsibility to comply with the Contract
and "Documents.
Project. Manager or Consultant shall review.and accept or reject with comments, Shop
Drawings within fourteen..(.14) calendar days'from the date received. Project Manager's or
Consultant's approval of Shop Drawings will be general andshall not relieve Contractor of
responsibility for the accuracy of such Shop Drawings, nor for the proper fitting _ and
construction of the Work, nor for the furnishing of materials or Work required by the
Contract -Documents and -not indicated on the Shop Drawings. No Work called for by. Shop
Drawings shall be performed until said Shop Drawings have been approved by. Project
Manager and/or Consultant. Approval shall not relieve Contractor from responsibility -for
errors or omissions of any sort on the Shop Drawings.
No approval will be given to partial submittals of Shop Drawings for items which
interconnect and/or are interdependent where necessary to properly evaluate the design. It
is Contractor's responsibility to assemble the Shop Drawings for all such interconnecting
and/or interdependent items, check them and then make one submittal. to Project Manager
and/or Consultant along with its comments as to compliance, noncompliance, or features
requiring special attention.
If catalog sheets or prints of manufacturers' standard drawings are submitted as Shop
Drawings, any additional information or changes on such drawings shall be typewritten or.
lettered in ink.
The minimum size for shop drawings 'shall be 11" X 17". Each shop drawing shall be clear,
thoroughly detailed and shall have listed on it all Contract Documents references, drawing
number(s), specification section number(s) and the shop drawing numbers of related work.
Shop drawings must be complete in every detail, including location of the Work. Materials,
gauges, methods of fastening and spacing of fastenings, connections with other work,
cutting, fitting, drilling and any and all other necessary information per standard trade
practices or as required for any specific purpose shall be shown.
Where professional calculations and/or certification of performance criteria of materials,
systems, and or equipment are required, the Project Manager and/or Consultant are
entitled to rely upon the accuracy and completeness of such calculations and certifications
submitted by the Contractor. Calculations, when required, shall be submitted in a neat
clear and easy format to follow.
Contractor shall keep one set of Shop Drawings marked with Project Manager's and/or
Consultant's approval at the job site at all times.
44. Product Data
Contractor shall submit four (4) copies of product data, warranty information and operating
and maintenance manuals. Each copy must be marked to identify applicable products,
models, options and other data. Contractor shall supplement manufacturer's standard data
to provide information unique to the Work.
Contractor shall only submit pages that are pertinent. submittals shall be marked to identify
pertinent products, with references to the specifications and the Contract Documents.
Identify reference standards, performance characteristics and capacities, wiring and piping
diagrams and controls, component parts, finishes, dimensions and required clearances.
Contractor shall submit a draft of all product data, warranty information and operating and
maintenance manuals at 50% completion of construction.
39
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
45. "Samples
Contractor shall submit samples toillustrate the functional characteristics of the product(s).
submittals:shall.be coordinated for different categories of interfacing Work. Contractor shall
include identification on each sample and provide full information.
46. Record:Set
Contractor shall maintain in a safe place at the Project(s) site(s) one record copy and one
permit set of the Contract :Documents, including, but not limited to, all Drawings,
Specifications, shop drawings, amendments, Change :Orders, RFIs, and Field Directives, as
well as all written interpretations and clarifications issued by the Project Manager or
Consultant, in good order and annotated to show all changes made during construction.
The record documents shall be continuously updated by Contractor throughout the
prosecution of the Work to accurately reflect all field changes that are made to adapt the
Workto. field .conditions, . changes . resulting from Change Orders, Construction Change
Directives, and Field Directives as well as all written interpretations and clarifications, and
all concealed and buried installations.of piping, conduit and utility services. Contractor shall
certify the accuracy of the updated record documents. As a condition precedent to City's
obligation to pay Contractor, the Contractor shall provide evidence, satisfactory to the
Project Manager and the Consultant, that Contractor is fulfilling its obligation to continuously
update the record documents. All buried items, outside the Project(s) site(s), shall be
accurately located on the record documents as to depth and in relationship to not less than
two (2) permanent features (e.g. interior or exterior wall faces). The record documents shall
be clean and all changes, corrections and dimensions shall be given in a neat and legible
manner in red. The record documents shall be available to the City and the Consultant for
reference. Upon completion of the Work and as a condition precedent to Contractor's
entitlement to final payment, the record documents shall be delivered to the Project
Manager or Consultant by the Contractor. The Record Set of Drawing shall be submitted in
both hard copy and as electronic plot files.
47. Supplemental Drawings and Instructions
The Project Manager or Consultant shall have the right to approve and issue supplemental
instructions setting forth written orders, instructions, or interpretations concerning the
Contract Documents or its performance, provided such Supplemental Instructions involve
no change in the Contract Documents Price or this Contract Documents Time.
Project Manager or Consultant shall have the right to modify the details of the plans and
specifications, to supplement the plans and specifications with additional plans, drawings or
additional information as the Work proceeds, all of which shall be considered as part of the
Contract Documents. In case of disagreement between the written and graphic portions of
the Contract Documents, the written portion shall govern.
48. Contractor Furnished Drawings
The Contract Documents may require the Contractor to furnish design, shdp and/or as -built
drawings depending on the nature and scope of the Work to be performed. The following
applies to the different types of drawings.
The Project Manager and/or Consultant shall, after review of the drawings, initial and mark
the drawings in one of the following manners:
1. ACCEPTED - No correction required.
2. PROCEED AS CORRECTED - Minor changes or corrections identified. Work
can proceed subject to re -submittal and acceptance of the drawings.
40
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
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 changesor corrections or other justifiable reason Drawings
muSt be corrected and: resubmittedprior to any Work being performed.
Revisions required by the permitting jurisdiction must also be reviewed and accepted by the
Project Manager or Consultant prior to resubmission to the permitting agency.
Acceptance by the City shall not relieve the Contractor from responsibility for errors and
omissions in the drawings.
49. Substitutions
Substitutions will only be considered after the award of the Contract. Whenever materials
or equipment arespecified 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 thetype, 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 Project Manager if sufficient information is submitted by Contractor to allow
City and Consultant to determine that the material or equipment proposed is equivalent or
equal to that named. Requests for review of substitute items of material and equipment will
not be accepted by City and Consultant from anyone other than Contractor.
If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor
shall make application to the Consultant for acceptance thereof, certifying that the proposed
substitute shall perform adequately the functions and achieve the results called for by the
general design, be similar and of equal substance to that specified and be suited to the
same use as that specified. The application shall state that the evaluation and acceptance
of the proposed substitute will not prejudice Contractor's achievement of Substantial
Completion on time, whether or not acceptance of the substitute for use in the Work will
require a change in any of the Contract Documents to adapt the design to the proposed
substitute and whether or not incorporation or use by the substitute in connection with the
Work is subject to payment of any license fee or royalty. All variations of the proposed
substitute from that specified will be identified in the application and available maintenance,
repair and replacement service shall be indicated. The application also shall contain an
itemized estimate of all costs that will result directly or indirectly from acceptance of such
substitute, including costs for redesign and claims of other contractors affected by the
resulting change, all of which shall be considered by the Project Manager and the
Consultant in evaluating the proposed substitute. The Project Manager or Consultant may
require the Contractor to furnish at Contractor's expense additional data about the
proposed substitute.
If a specific means, method, technique, sequence or procedure of construction is indicated
in or required by Contract Documents, Contractor may furnish or utilize a substitute means,
method, technique, sequence or procedure of construction acceptable to the Consultant, if
the Contractor submits sufficient information to allow the Consultant to determine that the
substitute proposed is equivalent to that indicated or required by the Contract Documents.
The procedures for submission to and review by the Consultant shall be the same as those
provided herein for substitute materials and equipment.
The Consultant shall be allowed a reasonable time within which to evaluate each proposed
substitute. The Consultant and the City shall be the sole judges of the acceptability of any
substitute. No substitute shall be ordered, installed or utilized without the City's and the
Consultant's prior written acceptance which shall be evidenced by either a Change Order or
an approved submittal. The City and the Consultant may require the Contractor to furnish at
Contractor's expense a special performance guarantee or other surety with respect to any
41
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
substitute. If the City and 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 evaluatingthe proposed substitute.
Contractor shall maintain sole liability and responsibility for ensuring that all substitutions
and any -required designof such are in full compliancewith and meet all the requirements of
the Contract: Documents.
50. City'Furnished'Drawings
The City, at its sole discretion, may furnish design drawings. It shall be the sole
responsibility of the Contractor to bring to the immediate attention of the Project Manager
and the Consultant any discrepancies between the drawings and existing conditions,
excluding hidden or unforeseen conditions, discovered prior to commencing and during the
Work. The Contractor shall be solely responsiblefor 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 Project Manager or Consultant prior to commencing the Work.
51. Interpretation of Drawings and Documents
Drawings and specifications are intended to be consistent, be mutually explanatory, and
should be used together and not separately. During the performance of the Project(s),
should any errors, omissions, conflicts, ambiguities or discrepancies be found in the
drawings and/or specifications, the Project Manager or the Consultant will clarify in writing
the intent of the drawings and/or specifications and the Contractor agrees to abide by the
Project Manager's or Consultants interpretation and perform the Work in accordance with
the decision of the Project Manager or the Consultant. In such event, the Contractor will be
held to have included in its Contract Price the best materials suitable for the purpose and/or
methods of construction.
The drawings are to be addressed as a complete set and should not be used in parts.
Contractor is responsible to coordinate the set of drawings with all trades to ensure that the
Work will be performed correctly and coordinated among the trades. Contractor shall not
scale the drawings.
52. 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. All reports are to be sent directly to the City's Project Manager with
a copy to the Contractor. The City may, in its sole and absolute discretion, test materials
and products at its own cost. However, should such materials or products fail to pass the
test and/or meet the requirements of the Contract Documents, the Contractor shall
reimburse the City for the cost of such tests and repair or replace said materials or
products. In such instances the City may deduct such cost from any payments pending to
the Contractor. The City may require that the Contractor provide the name and qualification
of the company(ies) providing Jhe testing services, inclusive of the testing laboratory(ies).
The City, in its sole discretion, may accept or reject the use of any company or laboratory
that it determines does not possess the required licenses or expertise to perform their
portion of the Work.
53. Field Directives
42
Miami River Greenway Streetscape - NW 5th Street Bid No.: 11-12-022
Bridge Extension
The Project Manager or Consultant may at times issue field directivesto the Contractor
based on visits to the Project(s)_Site(s). Such Field Directives shall be -issued in writing and
the Contractor shall be required to comply_ with the directive. : Where the Contractor
believes that: the directive is outside -the -scope: Of the Work, the Contractor shall, within 48
hours, notify the Project Manager or Consultant that the work is outside the scope of -the
Work. At that time the Field Directive may be rescinded or the Contractor may be required
toy submit a request for a change to the Contract. Where .the Contractor is notified of the
City's :positionthat the Work is within the scope and the Contractor :disagrees, the
Contractor shall notify the Project Manager or Consultant that. the Contractor reserves the
right to make a-claim:for the time and monies based on the Field: Directive. At no time shall
the Contractor refuse to comply: with the directive. Failure to comply with the directive may
result in a determination that the Contractor is in default of the Contract.
54. Changes in the Work or ContractDocuments
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(s) must be accomplished by means of appropriate Field Orders and
Supplemental Instructions or Change Orders.
Any changes to the terms of the Contract Documents must be contained in a written
document, executed by the parties hereto. This section shall not prohibit the issuance of
Change Orders executed only by City.
55. Continuing the Work
Contractor shall carry on 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.
56. Change Orders
Changes in the quantity or character of the Work within the scope of the Project(s) which
are not properly the subject of Field Orders or Supplemental Instructions, including all
changes resulting in changes in the Contract Price, or the Contract Time, shall be
authorized only by Change Orders approved in advance and issued in accordance with the
provisions of the City.
In the event satisfactory adjustment cannot be reached for any item requiring a change in
the Contract Price or Contract Time, and a Change Order has not been issued, City
reserves the right at its sole option to either terminate the Contract as it applies to the items
in question and make such arrangements as may be deemed necessary to complete the
disputed work; or submit the matter in dispute to the Director as set forth in Article 91,
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 Project Manager, Consultant, and Director in writing within seven
(7) calendar days of Contractor's agreement or disagreement with the method, if any,
provided in the Change Order for determining the proposed adjustment in the Contract
Price or Contract Time.
On approval of any Contract change increasing the Contract Price, Contractor shall ensure
that the performance bond and payment bond .(if applicable) are increased so that each
reflects the total Contract Price as increased.
43
Miami River Greenway Streetscape — NW 5`h Street Bid No.: 11-12-022
Bridge Extension
Under circumstances determined necessary by City, Change Orders may be issued
unilaterally by City.
The City reserves the: right to order changes which may result in additions to.or. reductions
from'the amount, type or value` of the Work: shown in the Contractand which are within the
general scope of the -Contract Docurnents: Any such changes will: be known as_ Extra: Work.
•
No Extra Workshall be -performed except pursuant to written orders,ofthe:Project Manager
or Consultant expressly and unmistakably indicating his/her intention to treat -the Work
described therein as Extra :Work. In theabsence of such an order, the Project Manager or
Consultant may direct, order or require the Contractor -to perform any Work including that
which the Contractor deems to be Extra Work. The Contractor.: shall nevertheless comply
and shall promptly .and in no event after, .begin the performance thereof or incur cost
attributable thereto and give written _notice to the Project Manager stating why he deems
such. Work (hereinafter "Disputed. Work") to be Extra Work. Said notice is`for .the purposes
of (1) affording' an opportunity to the Project Manager to cancel such order, direction or
requirements promptly; (2) affording an opportunity to the Project Manager to keep an
accurate record of materials, labor and other items involved; and (3) affording an
opportunity to the City to take such action as it may deem advisable in light of such
disputed Work.
57. Change Order Procedure
Extra Work shall result in an equitable adjustment (increase or decrease) to the Contract
representing the reasonable cost or the reasonable financial savings related to the change
in Work. Extra Work may also result in an equitable adjustment in the Contract schedule
for performance for both the. Extra Work and any other Work affected by the Extra Work.
The City shall initiate the Extra Work procedure by a notice to Contractor outlining the
proposed Extra Work. Upon receipt of the notice to proceed with the Extra Work, the
Contractor is required to immediately start the Extra Work. The Contractor is required to
'obtain permission for an extension to start the Extra Work if it is beyond the Contractor's
ability to start within the allotted timeframe.
The Contractor is required to provide the Project Manager with a detailed Change Proposal
Request, using City Forms CPR Parts A-C (available on the CIP webpage), which shall
include requested revisions to the Contract, including but not limited to adjustments in this
Contract Price and Contract Time. The Contractor is required to provide sufficient data in
support of the cost proposal demonstrating its reasonableness. In furtherance of this
obligation, the City may require that the Contractor submit any or all of the following: a cost
breakdown of material costs, labor costs, labor rates by trade, and Work classification and
overhead rates in support of Contractor's Change Proposal Request. The Contractor's
Change Proposal Request must include any schedule revisions and an explanation of the
cost and schedule impact of the Extra Work on the Project(s). If the Contractor fails to
notify the Project Manager or Consultant of the schedule changes associated with the Extra
Work, it will be deemed to be an acknowledgment by Contractor that the proposed Extra
Work will not have any scheduling consequences. The Contractor agrees the Change
Proposal Request will in no event include a combined profit and overhead rate in excess of
ten (10%) percent of the direct labor and material costs, unless the Project Manager
determines that the complexity and risk of the Extra Work is such that an additional factor is
appropriate. The Change Proposal Request may be accepted or modified by negotiations
between the Contractor and the City. If an agreement on the Extra Work is reached, both
parties shall execute the Extra Work order in writing via a Change Order. -The execution by
the Contractor of the Change Order shall serve as a release of the City from all claims and
liability to the Contractor relating to, or in connection with, the Extra Work, including any
impact, and any prior acts, neglect or default of the City relating to the Extra Work.
44
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
Upon execution of a change order that affects the Contract Time the Contractor shall, within
five (5):business days submit a revised Project schedule reflecting the changes against the
baseline schedule.
58. 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 dulyauthorized representative.
59. 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 bedetermined 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 lump sum which Contractor and Project Manager
acknowledge contains a component for overhead and profit.
On the basis of the "cost of Work," determined as provided in this, plus a
Contractor's fee for overhead and profit which is determined as provided in this
Article.
The term "cost of Work" means the sum of all direct costs necessarily incurred
and paid by Contractor in the proper performance of the Work described in the
Change Order. Except as otherwise may be agreed to in writing by the Project
Manager, such costs shall be in amounts no higher than those prevailing in the
locality of the Project, shall include only the following items and shall not include
any of the costs itemized in herein.
Payroll costs for employees in the direct employ of Contractor in the performance of the
Work described in the Change Proposal Request under schedules of job classifications
agreed upon by Project Manager and Contractor. Payroll costs for employees not
employed •full time on the Work covered by the Change Proposal Request shall be
apportioned on the basis of their time spent on the Work. Payroll costs shall include, but
not be limited to, salaries and wages plus the cost of fringe benefits which shall include
social security contributions, unemployment, excise and payroll taxes, workers' or
workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and
holiday pay application thereto. Such employees shall include superintendents and
foremen at the site. The expenses of performing the Work after regular working hours, on
Sunday or legal holidays shall be included in the above to the extent authorized by City.
Cost of all materials and equipment furnished and incorporated in the Work, including costs
of transportation and storage thereof, and manufacturers' field services required in
connection therewith. All cash discounts shall accrue to Contractor unless City deposits
funds with Contractor with which to make payments, in which case the cash discounts shall
accrue to City. All trade discounts, rebates and refunds, and all returns from sale of surplus
materials and equipment shall accrue to City and Contractor shall make provisions so that
they may be obtained. Rentals of all construction equipment and machinery and the parts
thereof whether rented from Contractor or others in accordance with rental agreements
approved by City with the advice of Consultant and the costs of transportation, loading,
unloading, installation, dismantling and removal thereof, all in accordance with the terms of
said agreements. The rental of any such equipment, machinery or parts shall cease when
the use thereof is no longer necessary for the Work.
If required by the City, Contractor shall obtain competitive bids for the Change Order Work.
Contractor and shall deliver such competitive bids to the City who will determine which bids
will be accepted. If the Subcontractor is to be paid on the basis of cost of the Work plus a
•
45
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
fee, the Subcontractor's cost of the Work shall be determined in the same manner as
Contractor's cost of the Work. All Subcontractors shall be -subject to -the other provisions of
the. Contract:_ Documents insofar: as applicable.
'The term ''cost of the Work" shall include any of the following:
Cost of::special-consultants, including;..but :not limited to consultants, architects,
testing laboratories,: and: surveyors: employed for services specifically related to
the performance_of-the-:.Work.describedin:the Change Order.
Supplemental costs including the -following:
The proportion of necessary transportation, travel and subsistence expenses of
Contractor's employees incurred in discharge of duties connected with the Work
except for local travel to and -from the site of the Work.
• Cost, including transportation and maintenance, of all materials, supplies,
equipment, machinery, appliances, office and temporary -facilities at the site and
hand tools not owned by the workmen, which are consumed in the performance
of the Work, and less market value of such items used but not consumed which
remains the property. of Contractor.
Sales, use, or similar taxes related to the Work, and for which Contractor is
liable, imposed by any governmental authority.
Deposits lost for causes. other than Contractor's negligence; royalty payments
and fees -for permits and licenses.
The cost of utilities, fuel and sanitary facilities at the site.
Receipted minor expenses such as telegrams, long distance telephone calls,
telephone service at the site, expressage and similar petty cash items in
connection with the Work.
Cost of premiums for additional bonds and insurance required because of
changes in the Work.
The term "cost of the Work" shall not include any of the following:
Payroll costs and other compensation of Contractor's officers, executives,
principals (of partnership and sole proprietorships), general managers,
consultants, architects, estimators, lawyers, auditors, accountants, purchasing
and contracting agents, expediters, timekeepers, clerks and other personnel
employed by Contractor whether at the site or in its principal or a branch office
for general administration of the Work and not specifically included in the
agreed -upon schedule of job classifications., all of which are to be considered
administrative costs covered by Contractor's fee.
Expenses of Contractor's principal and branch offices other than Contractor's
office at the site.
Any part of Contractor's capital expenses, including interest on Contractor's
capital employed for the Work and charges against Contractor for delinquent
payments.
Cost of premiums for all Bonds and for all insurance whether or not Contractor is
required by the Contract Documents to purchase and maintain the same, except
for additional bonds and insurance required because of changes in the Work.
Costs due to the negligence or neglect of Contractor, any Subcontractors, or
anyone directly or indirectly employed by any of them or for whose acts any of
them may be liable, including but not limited to, the correction of defective Work,
disposal of materials or equipment wrongly supplied and making good any
damage to property.
■ Other overhead or general expense costs of any kind and the cost of any item
not specifically and expressly included in this Article.
Contractor's fee allowed to Contractor for overhead and profit shall be determined as
follows:
46
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
•
t■
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 Workplus a'fee,`the maximum allowable to the:Subcontractor as a fee for
overhead and profit shall notexceed:ten percent (10%0); and
No fee shall be payable for special consultants or supplemental costs.
Contractor's overhead is :considered to cover all indirect costs and shall also include the
costs of insurance and bonds.
The amount of credit to be allowed by Contractor to City for any such change which results
in a net decrease in cost will be the amount of the actual net decrease. When both
additions and credits are involved in any one change, the combined overhead and profit
shall be figured on the basis of the net increase, if any, however, Contractor shall not be
entitled to claim lost profits -for any Work not performed.
Whenever the cost of any Work is to be determined pursuant to this Article, Contractor will
submit in:.a.forrn acceptable to Project Manager or Consultant an itemized cost breakdown
together with the supporting data.
Where the quantity of any item of the Work that is covered by a unit price is increased or
decreased by more than twenty percent (20%) from the quantity of such Work indicated in
the Contract Documents, an appropriate Change Order may be issued to adjust the unit
price, if warranted.
Whenever a change in the Work is to be based on mutual acceptance of a lump sum,
whether the amount is an addition, credit or no change -in -cost, Contractor shall submit an
initial cost estimate acceptable to the Project Manager or Consultant.
Breakdown shall list the quantities and unit prices for materials, labor, equipment
and other items of cost.
• Whenever a change involves Contractor and one or more Subcontractors and
the change is an increase in the Contract Price, overhead and profit percentage
for Contractor and each Subcontractor shall be itemized separately.
Each Change Order must state within the body of the Change Proposal Request
whether it is based upon unit price, negotiated lump sum, or "cost of the Work."
60. Extra Work Directive
If the parties fail to reach agreement with respect to the proposed Extra Work, or in case or
extenuating circumstances, the City may nevertheless issue a directive to the Contractor to
do the proposed Extra Work. Immediately upon receipt of the Extra Work Directive, the
Contractor shall be obligated to proceed with the Work set forth in that directive.
Except as provided below, the Contractor shall be entitled to initiate a dispute pursuant to
the Article 91, Resolution of Disputes, by furnishing a written statement to the Project
Manager within five (5) days of the Extra Work Directive, based upon any aspect, of such
Extra Work which the Contractor disputes. Such dispute must relate to specific matters
raised or specific matters reserved by the Contractor in its proposal and have not been
resolved prior to the issuance of the Extra Work Directive. The written statement must set
forth all details of the Contractor's claim including the manner that the disputed item was
specified in the Contractor's proposal. During the pendency of any dispute hereunder, the
Contractor must proceed with Work as set forth in the Extra Work Directive unless
otherwise advised by the Project Manager's written instructions. In the event there is a
dispute as to price, the Contractor will be paid in accordance with the following paragraph.
47
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
This payment(s).will be in full satisfaction of the Contractor's claim for an adjustment to the
value ofthe Contract.
Compensation :forExtra'Work in the event of the parties' inability to agree upon a mutually
satisfactory:priceshall beas follows:
No payment: will: be made to:the Contractor for. Extra Work in excess of "Actual and
Necessary Cost".which is to say time and materials plus a::Mark-up not to exceed
10% ::. This will,not vary, ..whether -the Extra Work is -performed by the Contractor or
his Subcontractor. Any exceptions must be approved by the ProjectManager.
"Actual and. Necessary` Net Cost" shallbe 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 forsuch
plant and a reasonable rental for the same (including small power tools), as `determined by
the Project Manager; and (vi) any additional materials necessary for the performance of the
Extra Work.
In case any Work or materials shall be required to be done or furnished under the
provisions of this Article, the Contractor shall at the end of each day furnish to the City such
documentation as the City may require to support all the costs of the Extra Work. If
payments on account are desired as the Extra Work progresses, the Contractor shall
render an itemized statement showing the total amount expended for each class of labor
and for each kind of material on account of each item of Work as a condition precedent to
the inclusion of such payment in a partial estimate. Upon the request of the City, the
Contractor shall produce for audit by the City, books, vouchers, collective bargaining labor
agreements, records or other documents showing the actual cost for labor and materials.
Such documents shall not be binding on the City. The Project Manager shall determine any
questions or dispute as to the correct cost of such labor or materials or plant.
In case the Contractor is ordered to perform Work under this Article, which in the opinion of
the Project Manager, it is impracticable to have performed by the Contractor's own
employees, .the Contractor will, subject to the approval of the Project Manager, be paid the
actual cost to Contractor of such Work, and in addition thereto five (5%) percent to cover
the Contractor's superintendence, administration and other overhead expenses.
Payment of any amount under this Article shall be subject to subsequent audit and
approval, disapproval, modification or revision by representatives of the City.
61. As -Built Drawings
During the Work, Contractor shall maintain records of all deviations from the Drawings and
Specifications as approved by the Project Manager or Consultant and prepare As -Built
Record Drawings showing correctly and accurately all changes and deviations made during
construction to reflect the Work as it was actually constructed. Itis 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
48
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
locations of underground utilities and appurtenances, referenced to permanent
surface improvements.Actual-installed pipe material, class;' etc.
-• Location of internal utilities and appurtenances concealed in the construction,
referenced to .visible: and. accessible'features� of the structure. Air conditioning
ducts -with locations of dampers, access doors, fans and other items needing
periodic: maintenance.
Field changes in dimensions and details.
Changes; made; by Project Manager's or Consultant's written instructionsor by
`Change Order..
Details not on original Contract Drawings.
• Equipment,:: conduit, electrical panel locations.
Project` Manager's .or Consultant's schedule changes according to Contractor's
records and shop drawings.
Specifications and Addenda: Legibly mark each section to record:
Manufacturer, trade name, catalog number and Supplier of each product and
item of equipment actually installed.
Changes made by Project Manager's or Consultant's written instructions or by
Change Order.
Approved Shop Drawings: Provide record copies for each process equipment, piping,
electrical system and instrumentation system.
As -built documents shall be updated monthly as a condition precedent to payment.
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 Professional Surveyor and Mapper (P.S.M.) to the City of Miami prior
final acceptance of the Work. All recorded information on existing utility crossing
encountered during construction, included but not limited to pipes, inlets, manholes, etc.,
shall be recorded by a Florida Registered Surveyor and shown on the record drawings.
The Project's as -built set of drawings shall Include .GPS coordinates (X, Y, and Z) for all
new and/or existing vacuum cleaned drainage system openings (i.e. catch basins, inlets,
manholes, etc.).
62. Worker's Identification
The Contractors 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.
63. Removal of Unsatisfactory Personnel
The City may make written request to the Contractor for the prompt removal and
replacement of any personnel employed or retained by the Contractor, or any or Sub -
Contractor engaged by the Contractor to provide and perform services or Work pursuant to
the requirements of the Contract Documents. The Contractor shall respond to the City
within seven (7) calendar days of receipt of such request with either the removal and
replacement of such personnel or written justification as to why that may not occur. The
City shall make the final determination as to the removal of unsatisfactory personnel from
Work assigned by City. The Contractor agrees that the removal of any of its
employees does not require the termination or demotion of employee(s).
49
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
64. Substantial Completion, Punch :List, •& Final Completion
The Work shall be substantially complete when the Project Manager, in the reasonable
exercise of,'his/her discretion determines" that the Work_ iscomplete and .there :pre no
material and/or substantial-variations.froth .the Contract Documents and; the_Work is. it for
its intended ` purpose: Upon :Substantial ;.Completion the Project Manager and:: ;the
Contractor shall sign'` the'. Substantial Completion Inspection: Form. 'The signing of this -form
shall not relieve the' Contractor from its obligation to complete' the Project.
When the Contractor believes that -the Work is substantially complete, the Contractor shall
request in writing that the Project Manager or Consultant. inspect the Work to determine if
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 Use, or Temporary Certificate of Occupancy or
any other approvals from agencies` having jurisdiction over the Work. -The Project Manager
or Consultant shall schedule the date and time for any inspection and notify the Contractor
and any other parties deemed necessary. During this inspection, the Project Substantial
Completion Inspection Form will be completed as necessary. Any remaining Construction
Work .shall be identified on this form and shall be known as Punch List Work. The. Punch
List shall -be signed, by the Project 'Manager and/or Consultant, and the Contractor
confirming that the Punch List contains the item(s) necessary to complete the Work. The
failure or refusal of the Contractor to sign the Project Substantial Completion Inspection
Form or Punch List shall not relieve the Contractor from complying with the findings of the
Project Substantial Completion Inspection and completing the Project to the satisfaction of
the City
Where the Punch List is limited to minor omissions and defects, the Project Manager shall
indicate that the Work is substantially complete subject to completion of the Punch List.
Where the Project Manager or Consultant determines, on the appropriate form that the
Work is not substantially complete, the Project Manager or Consultant shall provide a list of
all open items necessary to achieve Substantial Completion. Upon completion of such
Work, the Contractor shall request another Substantial Completion inspection.
The Project Manager or Consultant, and the Contractor shall agree on the time reasonably
required to complete all remaining Work included in the Punch List.
Upon the receipt of all documentation, resolution of any outstanding issues and issuance of
final payment, the Project Manager or Consultant shall notify the Contractor in writing of the
closeout of the Project.
The City will prepare a Certificate of Substantial Completion in the form which shall
establish the Date of Substantial Completion. Once substantial completion is achieved the
City shall be responsible for security, maintenance, heat, utilities, damage to the Project
site, and insurance; and shall fist all Work yet to be completed to satisfy the requirements of
the Contract Documents for Final Completion. The failure to include any items of corrective
Work on such list does not alter the responsibility of Contractor to complete all of the Work
in accordance with the Contract Documents. Warranties required by the Contract
Documents shall commence on the date of Final Acceptance completion of the Work or
designated portion thereof unless otherwise provided in the Contract Documents.
65. Acceptance and Final Payment
Upon receipt of written notice from Contractor that the Work is ready for final inspection and
acceptance, Project Manager and/or Consultant shall, within ten (10) calendar days, make
an inspection thereof. If Project Manager and/or Consultant find the Work acceptable, the
requisite documents have been submitted and the requirements of the Contract Documents
fully satisfied, and all conditions of the permits and regulatory agencies have been met, a
Final Certificate for Payment shall be issued by Project Manager, stating that the
50
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
requirements of the.Contract Documents have been performed and the Work is ready for
acceptanceunder the terms and conditions thereof.
Before issuance of .the Final Certificate for Payment, Contractor shall deliver -to the Project
Manager or Consultant a final release of all liens arising outof 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
pajd, and a consent of the surety to -final payment; the final corrected as -built drawings;
operations and maintenance data, and the final bill of materials, if required, and payment
application. Contractor shall deliver the : written Contractor's warranty and all
Manufacturer's warranties prior to issuance of the Final Certificate for Payment.
Prior to approval of final payment the Project Manager shall provide written confirmation to
the Contractor that any and all training required by the Contract Documents has been
provided to the satisfaction of the Project Manager.
If, after the Work has been substantially completed, full completion thereof is materially
delayed through no fault of Contractor, and Project Manager or Consultant so certifies, City
shall, upon such certification of Consultant, and without terminating the Contract
Documents, make payment of the balance due for that portion of the Work fully completed
and accepted. Such payment shall be made under the terms and conditions governing final
payment, except that it shall not constitute a waiver of claims.
The acceptance of final payment shall constitute a waiver of all claims by Contractor,
except those previously made in strict accordance with the provisions of the Contract and
identified by Contractor as unsettled at the time of the application for final payment.
66. NDPES Requirements
Contractor shall comply with the State of Florida rules and regulations for the National
Pollutant Discharge Elimination System (NPDES) including but not limited to all permitting,
Notices of Intent, and the Storm Water Pollution Prevention Plan (SWPPP). All costs for
NPDES and SWPPP shall be included in the Bid prices. For further information on
compliance requirements for NPDES and SWPPP contact the City of Miami Public Works
Department at (305) 416-1200 or visit the State of Florida website at
http://www.dep.state.fl.us/water/stormwater/npdes/. Contractor is responsible for obtaining,
completing and paying for any required NPDES application or permits that may be required.
67. Force Maieure
Should any failure to perform on the part of Contractor be due to a condition of force
majeure as that term is interpreted under Florida law, the City may allow an extension of
time reasonably commensurate with the cause of such failure to perform or cure.
If the Contractor is delayed in performing any obligation under the Contract Documents due
to a force majeure condition, the Contractor shall request a time extension from the City
within two (2) working days of said force majeure occurrence. Any time extension shall be
subject to mutual agreement and shall not be cause for any claim by the Contractor for
extra compensation unless additional services are required. Do Not Include inclement
weather except as permitted by Florida law and may not include the acts or omissions of
Sub -contractors.
68. Extension of Time
Any reference in this section to the Contractor shall be deemed to include suppliers, and
permitted Sub -Contractors, whether or not in privities of Contract with the Contractor for the
purpose of this article.
If the Contractor is delayed at any time during the progress of the Work beyond the
Contract Time and/or Notice to Proceed (NTP) by the neglect or failure of the City or by a
51
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
'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;
The effect -ofsuch 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
ExcusableDelay.
The City shall only consider weather related delays where adverse weather directly impacts
the critical path of the Project Schedule. However, the City will also factor in other factor in
considering an extension of time, including the length of the weather delay, and the adverse
weather conditions as they relate to typical weather patterns during the period the Work is
being. performed.
The City reserves the right to rescind or shorten any extension previously granted if
subsequently, the Project Manager determines that any information provided by the
Contractor in support of a request for an extension of time was erroneous; provided
however, that such information or facts, if known, would have resulted in a denial of the
request for an Excusable Delay. Notwithstanding the above, the Project Manager will not
rescind or shorten any extension previously granted if the Contractor acted in reliance upon
the granting of such extension and such extension was based on information which,
although later found to have been erroneous, was submitted in good faith by the Contractor.
The request for an Excusable Delay shall be made within ten (10) calendar days after the
time when the Contractor knows or should have known of any cause for which it may claim
• an extension of time and shall provide any actual or potential basis for an extension of time,
identifying such causes and describing, as fully as practicable at that time, the nature and
expected duration of the delay and its effect on the completion of that part of the Work
identified in the request. The Project Manager may require the Contractor to furnish such
additional information or documentation, as the Project Manager shall reasonably deem
necessary or helpful in considering the requested extension.
The Contractor shall not be entitled to an extension of time unless the Contractor
affirmatively demonstrates that it is entitled to such extension.
The Project Manager shall endeavor to review and respond to the Contractor's request for
Excusable Delays in a reasonable period of time; however, the Contractor shall be
obligated to continue to perform the Work required regardless of whether the Project
Manager has issued a decision or whether the Contractor agrees or disagrees with that
decision.
With regard to an injunction, strike or interference of public origin which may delay the
Project, the Contractor shall promptly give the Project Manager a copy of the injunction or
other orders and copies of the papers upon which the same shall have been granted. The
City shall be afforded the right to intervene and become a party to any suit or proceeding in
which any such injunction shall be obtained and move to dissolve the same or otherwise, as
the City may deem proper.
The permitting of the Contractor to proceed with the Work subsequent to the date specified
in the Contract (as such date may have been extended by a change order), the making of
any payment to the Contractor, the issuance of any Change Order, shall not waiver the
52
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
City's rights under the Contract, including but not limited to the assessment of liquidated
damages or declaring..Contractor in default.
69. 'Notification :of Claim
Any, claim -fore, change in the Contract Time or Contract Price shall be: made by written
notice. by Contractor to -the Project :Manager and ;to Consultant within ten (10) business
daysof thecommencement: 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 ofthe extent of the claim with
supporting: information and documentation shall be provided unless the Project Manager or
Consultant allows an additional period:of time.to ascertain moreaccurate data in support of
the claim and such notice shall be accompanied by Contractor's written notarized statement
that the adjustment claimed is the entireadjustment 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 Tirrie or Contract Price shall be determined by the Project Manager or Consultant
in accordance with Article '71, Contractor's Damages for.Delay hereof, if City and Contractor
cannot otherwise agree. It is expressly and specifically agreed that any and all claims for
changes to .the Contract Time or Contract Price shall be waived if not submitted in strict
accordance with the requirements of this Article.
The Contract Time will be extended in an amount equal to time lost on critical Work items
due to delays beyond the control of and through no fault or negligence of Contractor if a
claim is made therefore as provided in this Article. Such delays shall include, but not be
limited to, acts or neglect by any separate contractor employed by City, fires, floods, labor
disputes, epidemics, abnormal weather conditions or acts of God.
70. 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 72, Excusable Delay, Non Compensable the Contractor shall not be
entitled to a separate extension for each one of the causes; only one period of extension
shall be granted for the delay.
71. Contractor's No Damages for Delay; Time Extensions Only
No claim for damages or any claim, other than for an extension of time, shall be made or
asserted against City by reason of any delays except as provided herein. Contractor shall
not be entitled to an increase in the Contract Price or payment or compensation of any kind
from City for direct, indirect, consequential, impact or other costs, expenses or damages,
including but not limited to costs of acceleration or inefficiency, arising because of delay,
disruption, interference or hindrance from any cause whatsoever, whether such delay,
disruption, interference or hindrance be reasonable or unreasonable, foreseeable or
unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not
preclude recovery of damages by Contractor for actual delays due solely to fraud, bad faith
or active interference on the part of City or its Consultant. Otherwise, Contractor shall be
entitled only to extensions of the Contract Time for completion of the Work as the sole and
exclusive remedy for such resulting delay, in accordance with and to the extent specifically
provided above.
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.
53
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
Contractor shall not receive monetary compensation for City delay. Time extensions may
be authorized by_the City in certain situations.
72. Excusable'.'Delay,'Non-Compensable
Excusable Delay . is (I) caused by'circumstances .beYond the control of Contractor, its
Subcontractors, suppliers and vendors, and: is also caused by circumstances beyond the
control ofthe :City or Consultant, or (ii)`is causedjointly or concurrently` by Contractor,or:its
Subcontractors,'suppliers or vendors and by -the City or Consultant. Then Contractor shall
be entitled only.to a -time extension and no compensation for the delay.
Contractor is entitled -to. a .time extensionof the Contract Time for each day the Work is
delayed due -to Excusable Delay. Contractor shalt document its claim for any extension
as provided in Article 69, Notification of Claim, hereof.
Failure of Contractor to comply with Article 69, Notification of Claim hereof as to any
particular event of delay shall be deemed conclusively to constitute a waiver, abandonment
or relinquishment of anyand allclaims resulting from that particular event of delay.
73. 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.
74. Defective Work
Project Manager or Consultant shall have the authority to reject or disapprove Work which
Project Manager or .Consultant finds to be defective. If required by Project Manager or
Consultant, Contractor shall promptly either correct all defective Work or remove such
defective Work and replace it with non -defective Work. Contractor shall bear all direct,
indirect and consequential costs of such removal or corrections including cost of testing
laboratories and personnel. -
Should Contractor fail or refuse to remove or correct any defective Work or to make any
necessary repairs in accordance with the requirements of the Contract Documents within
the time indicated in writing by Project Manager or Consultant, City shall have the authority
to cause the defective Work to be removed or corrected, or make such repairs as may be
necessary at Contractor's expense. Any expense incurred by City in making such
removals, corrections or repairs, shall be paid for out of any monies due or which may
become due to Contractor, or may be charged against the Performance Bond,. In the event
of failure of Contractor to make all necessary repairs promptly and fully, City may declare
Contractor in default.
If; within one (1) year after the date of Substantial Completion or such longer period of time
as may be prescribed by the terms of any applicable special warranty required by the
Contract Documents, or by any specific provision of the Contract, any of the Work is found
to be defective or not in accordance with the Contract Documents, Contractor, after receipt
of written notice from City, shall promptly correct such defective or nonconforming Work
within the time specified by City without cost to City, to do so. Nothing contained herein
shall be construed to establish a period of limitation with respect to any other obligation
which Contractor might have under the Contract Documents including but not limited to any
claim regarding latent defects.
Failure to reject any defective Work or material shall not in any way prevent later rejection
when such defect is discovered, or obligate City to final acceptance.
75 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
54
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
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.
76. Uncovering -Finished; Work
The Project Manager's, Inspector's andlor Consultant's right to -make inspections;shall
include the right to order the Contractor uncover or take down portions'of finished': Work.
The Project "Manager /or Consultant shall •notify .the Contractor in writing concerning all
uncovered finished:Work. Should the Work prove to be in accordance :With .the Contract
Documents,'the uncovering or taking down and the replacing and the restoration of the
parts removed will .:be,treated as :Extra Work :for the purpose of computing additional
compensation and'en extension ri.r 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 incurredby it, including ernployee salaries or related cost, in connection
with suchuncovering,`taking down, replacing and restoration at the Project site.
77. Correction Of Work
The Contractor shall promptly correct all Work rejected by the Project Manager or
Consultant as defective or •as -failing to conform to the Contract Documents, whether
observed before or after Substantial Completion and whether or not fabricated, installed or
completed. The Contractor shall bear all cost of correcting such rejected Work, including
the cost of the City's additional services thereby made necessary.
The Contractor further agrees that after being notified in writing by the Project Manager or
Consultant of any Work not in accordance with the requirements of the Contract "Documents
or any defects in the Work, the Contractor will commence and prosecute with due diligence
all Work necessary to fulfill the terms of the Contract and to complete the Work within a
reasonable period of time, as determined by the Project Manager or Consultant, and in the
event of failure to so comply, the Contractor does hereby authorize the City to proceed to
have such Work done at the Contractor's expense and that the Contractor will pay the cost
thereof upon demand. The City shall be entitled to all costs, including reasonable attorneys'
fees, necessarily incurred upon the Contractor's refusal to pay the above costs.
Notwithstanding the foregoing paragraph, in the event of an emergency constituting an
immediate hazard to the health or safety of personnel, property, or licensees, the City may
undertake, at the Contractor's expense, without prior notice, all Work necessary to correct
such hazardous condition when it was caused by Work of the Contractor not being in
accordance with the requirements of the Contract.
If, within one (1) year after the date of final completion of the Project or within such longer
period 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.
78. Maintenance of Traffic and Public Streets
Scope of Work
The Contractor shall be responsible for the maintenance of public streets and traffic
control necessary to perform the Work under the Contract Documents. The cost of
traffic control shall be included in the Contractor's Bid.
Regulations
55
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
As used herein, any reference to : MiamkDade County, its departments, or its
published regulations; permitsand data, shall be: synonymous and.interchangeable
with: other recognized governing bodies over particular areas or streets, or their
departments;: published -regulations (i:e., Manual of Uniform Traffic• Control Devices
(MUTCD); -FDOT:Roadway and.:Bridge 'Standard Index "Drawing Book); permits:or
data The.. Contractor labide by all applicable laws, regulations; and .codes
thereof pertaining to: Maintenance of -Traffic (MOT) on public streets, detour of traffic,
traffic controtand`other:provisions: as may be: requiredfor this -Project.
Maintenance of Traffic (MOT)
The Contractorahalf:be fully responsible -for the MOT on publicstreets; detour of
traffic°(including furnishing end maintaining regulatory and -informative signs along
the detour route), -traffic control, and other provisions; :throughout the Project; . as
required by the Manuaf of Uniform Traffic Control Devices (MUTCD), and :FDOT
Roadway and `:Bridge -Standard Index- drawing Book. Traffic :shall be maintained
according to corresponding typical traffic control details as outlined in the, previous
noted standards. No street shall be completely blocked, nor blocked -more than
one-half at any time, keeping the other one-half open for traffic, without specific
approval.
If required by the Project Manager or Consultant, Traffic Division or F.DOT or as
otherwise authorized by the Project Manager or Consultant, the Contractor shall
make arrangements for the employment of uniformed off -duty policemen to maintain
and regulate the flow of traffic through the work area. The number of men required
and the number of hours on duty necessary for the maintenance and regulation of
traffic flow shall be provided by the City of Miami Police Department.
The Contractor shall provide all barricades with warning lights, necessary arrow
boards and signs, to warn motorists of the Work throughout the Project. Adequate
approved devices shall be erected and maintained by the Contractor to detour
traffic.
Excavated or other material stored adjacent to or partially upon a roadway
pavement shall be adequately marked for traffic safety at all times. The Contractor
shall provide necessary access to all adjacent property during construction.
The Contractor shall be responsible for the provision, installation and maintenance
of all MOT and safety devices, in accordance with the Manual of Uniform Traffic
Control Devices (MUTCD) and FDOT Roadway and Bridge Standards index
drawing book. In addition, the Contractor shall be responsible for providing the
Consultant with MOT plans for lane closures and/or detours for approval. These
plans (sketches) shall be produced, signed and sealed by a professional Engineer
registered in the State of Florida, employed by the Contractor andcertified under
FDOT Procedure NPIL No. 625-010-010.
• Where excavations are to be made in the vicinity of signalized intersections,
attention is directed to the fact that vehicle loop detectors may have been
embedded in the pavement. Verify these locations by inspecting the site of the Work
and by contacting the Sunshine State One -Call Center (1-800-432-4770), 48 hours
prior to any excavation. Any loop detector which is damaged, whether shown on the
Plans or not, shall be repaired or replaced to the satisfaction of the Miami Dade
County Signs and Signal Division (Phone No. 305-592-3470).
• Where applicable, the Contractor shall notify the Traffic Division 24 hours in
advance of the construction date or 48 hours in advance of construction within any
signalized intersection.
56
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
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 :isno 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 requiredby
the -Traffic: Division.
Maintenance of Traffic for Bypass Pumping
4 "The :Contractor shall take appropriate steps to ensure that all temporary pumps,
piping and hoses are protected from vehicular traffic and; pedestrian traffic.
Lane Closures
Where construction of the Project shall involve lane closures public streets, the
following shall apply::
• Lane closures require a Lane Closure Permit. obtained two weeks prior to planned
construction, with a minimum 48-hour prior notice to local .police and emergency
departments (some police jurisdictions may require considerably more notice). Lane
closures of a one day or less duration will generally not be approved for major
collector streets or for arterial streets during the hours of lam to 9am and 4pm to
6pm weekdays.
79. Location and Damage to Existing Facilities, Equipment or Utilities
As far as possible, all existing utility lines in the Project(s) area(s) will be shown on the
plans. However, City does not guarantee that all lines are shown, or that the ones indicated
are in their true location. It shall be the Contractor's responsibility to field verify all
underground and overhead utility lines or equipment affecting or affected by the Project.
No additional payment will be made to the Contractor because of discrepancies in actual
and plan location of utilities, and damages suffered as a result thereof.
The Contractor shall notify each utility company involved at least fourteen (14) calendar
days prior to the start of construction to arrange for positive underground location,
relocation or support of its utility where that utility may be in conflict with or endangered by
the proposed construction. Relocation of water mains or other utilities for the convenience
of the Contractor shall be paid by the Contractor. All charges by utility companies for
temporary support of its utilities shall be paid for by the Contractor. All costs of permanent
utility relocation to avoid conflict shall be the responsibility of the utility company involved.
No additional payment will be made to the Contractor for utility relocations, whether or not
said relocation is necessary to avoid conflict with other lines.
The Contractor shall schedule the Work in such a manner that the Work is not delayed by
the utility providers relocating or supporting their utilities. The Contractor shall coordinate its
activities with any and all public and private utility providers occupying the right-of-way. No
compensation will be paid to the Contractor for any loss of time or delay.
All overhead, surface or underground structures and utilities encountered are to be carefully
protected from injury or displacement. All damage to such structures is to be completely
repaired within a reasonable time; needless delay will not be tolerated. The City reserves
the right to remedy such damage by ordering outside parties to make such repairs at the
expense of the Contractor. All such repairs made by the Contractor are to be made to the
satisfaction of the utility owner. All damaged utilities must be replaced or fully repaired. All
repairs are to be inspected by the utility owner prior to backfilling
80. Stop Work Order
The City may, at any time, by written order to the Contractor, require the Contractor to stop
all, or any part, of the Work for a period of up to ninety (90) days (or any lesser period),
commencing no sooner than the date the order is delivered to the Contractor, and for any
57
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
further period to which the parties may agree. Any such order shall be specifically identified
as a "Stop Work :Order' issued pursuant to this: paragraph.. Within the periodof ninety.(90)
days (orthe,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 90,
Termination for Convenience.
If a Stop Work Order issued under:this Article is canceled or the period of the order or any
extension :thereof expires, the Contractor shall -resume the :Work without compensation -to
the Contractor for such suspension other than extending the time for Substantial
Completion to the extent -that, in the opinion of the Project Manger or Consultant, the
Contractor may have been delayed .by such suspension. In.the event -the: Project Manger or
Consultant determines that the suspension of Work was necessary due .to Contractor's
defective or incorrect Work, unsafe Work conditions caused by the Contractor or any other
reason caused by Contractor's fault or omission, the Contractor shall not be entitled to an
extension of time as a result of the issuance of a Stop Work Order.
81. Hurricane Preparedness
During such periods of time as are designated by the United States Weather Bureau as
being a hurricane warning, the Contractor, at no cost to the City, shall take all precautions
necessary to secure the Project site in response to all threatened storm events, regardless
of whether the Project Manager or Consultant has given notice of same.
Compliance with any specific hurricane warning or alert precautions will not constitute
additional work.
Suspension of the Work caused by a' threatened or actual storm event, regardless of
whether the City has directed such suspension, will entitle the Contractor to additional
Contract Time as non-compensable, excusable delay, and shall not give rise to a claim for
compensable delay.
82. Use of Completed Portions
City shall have the right, at its sole option, to take possession of and use any completed or
partially completed portions of the Project(s). Such possession and use shall not be
deemed an acceptance or beneficial use or occupancy of any of the Work not completed in
accordance with the Contract Documents. If such possession and use increases the cost
of or delays the Work, Contractor shall be entitled to reasonable extra compensation, or
reasonable extension of time or both, as determined by Project Manager or Consultant.
In the event City takes possession of any completed or partially completed portions of the
Project, the following shall occur:
• City shall give notice to Contractor in writing at least thirty (30) calendar days prior to
City's intended occupancy of a designated area.
• Contractor shall complete to the point of Substantial Completion the designated
area and request inspection and issuance of a Certificate of Substantial Completion
from Project Manager or Consultant..
• Upon Project Manager or Consultant's issuance of a Certificate of Substantial
Completion, City will assume full responsibility for maintenance, utilities, subsequent
damages of City and public, adjustment of insurance coverage's and start of
warranty for the occupied area.
■ Contractor shall complete all items noted on the Certificate of Substantial
Completion within the time specified by Project Manager or Consultant on the
Certificate of Substantial Completion, as specified in the Punch List and request
58
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
final inspection and final acceptance of the portion of the Work occupied. Upon
completion of final inspection and receiptofan application for final; payment, Project
Manager or Consultant shall issue .a Certificate of : Final Payment relative to .the
occupied`area.
If City.finds it necessary to occupy or use a.portion or, portions of. the Work prior to
Substantial Compjetion-thereof,such occupancy or use shall not commence prior to
a time mutually agreed upon.: by City. and Contractor and to which the insurance
company or companies , providing the property insurance have consented by
endorsement to the :Policy or policies. Insurance on theunoccupied or .Unused
portion or portions shall not be canceled or lapsed on account of such partial
occupancy or use. Consent of :Contractor and of the insurance company or
companies to such occupancy or use shall`notbe unreasonably. withheld.
83. Cleaning Up; ;City's"Right to Clean Up
Contractor shall at all.times keep the premises free from accumulation of waste materials or
rubbish caused by its operations. At .the completion of a Project(s), Contractor shall: i)
remove:all`its waste materials: and rubbish from and about the Project(s) as well as its tools,
construction equipment, machinery and:surplus materials;. and ii) remove all utility markings
made -for . purposes of performing the Work. If Contractor fails to clean up during the
prosecution of the Work or at the completion of the Work, City may do so and the cost
thereof shall be charged to the Contractor. If a dispute arises between Contractor and
separate contractors as to their responsibility for cleaning up, City may clean up and charge
the cost thereof to the contractors responsible therefore as the Project Manager and/or
Consultant shall determine to be just. All combustible waste materials shall be removed
from the Project(s) at. :the end of each day. Cleaning operations should be controlled to limit
dust and other particles adhering to existing surfaces.
84. Removal of Equipment
In case of termination of this Contract before completion for any cause whatsoever,
Contractor, if notified to do so by City, shall promptly remove any part or all of Contractor's
equipment and supplies from the property of City. If the Contractor does not comply with
City's order, the City shall have the right to remove such equipment and supplies at the
expense of Contractor.
85. Set -offs, Withholdings. and Deductions
The City may set-off, deduct or withhold from any payment due the Contractor, such sums
as may be specifically allowed in the Contract or by applicable law including, without
limitation, the following:
Any amount of any claim by a third party;
-• Any Liquidated Damages, and/or;
• Any unpaid legally enforceable debt owed by the Contractor to the City.
The City shall notify the Contractor in writing of any such withholdings.
Any withholding, which is ultimately held to have been wrongful, shall be paid to the
Contractor in accordance with the Local Government Prompt Payment Act.
86. Event of Default
An event of default shall mean a breach of the Contract or by the Contractor. Without
limiting the generality of the foregoing and in addition to those instances referred to herein
as a breach, an Event of Default, shall include but not limited to, the following:
• The Contractor has not performed the Work in a timely manner;
59
Miami River Greenway Streetscape— NW 5th Street Bid No.: 11-12-022
Bridge Extension
The Contractor has refused or failed, except in case'for which an extension of tinge
is provided to supply properly skilledstafforprovidedsufficient quantitiesof: staff
toperform the.Work;
The Contractor has -fa led to make: prompt payment:: to Subcontractors or suppliers.
for`any services. or matenals they have provided;
The' Contractor has .become insolvent or has ,assigned -the proceeds received for
the benefit of the; Contractors creditors, or::the'Contractor has -taken advantage of
any: insolvency :statute- or: debtor/creditor .law or if the Contractors affairs have .
been put,inrthe. hands ofa receiver;
The'Contractor has failed to obtain the approval of the City where required by the
Contract' Documents;'
•• The Contractor has -failed in the representation of any warranties stated herein;
-• When, in -the opinion of :the City, reasonable.. grounds' for uncertainty exist with
respect to the -Contractor s ability to::perform`the Work, the City shall notify the
Contractor in writing that it must, within the -time frame set forth in the City's
request, provide adequate assurances and a- plan of action to -the. City, in writing,
of the Contractor's ability to perform in -accordance with the terms of the Contract
Documents. In the event that : the Contractor fails to provide to the City the
requested assurances within the -prescribed time frame, the City may:
o Treat such failure as a repudiation of the Contract and/or;
o Resortto any remedy for breach provided herein or by law, including but not
limited to, taking over the performance of the Work or any part thereof either
by itself or through others.
In the event the City may, at its sole discretion terminate the Contract for default,
the City or its designated representatives may immediately take possession of all
applicable documentation and data.
Where the City erroneously terminates the Contract or for default, the terminations
shall be converted to a Termination for Convenience, and the Contractor shall
have no further recourse of any nature for wrongful termination.
87. Notice of Default -Opportunity to Cure
In the event that the City determines that the Contractor is in default of their obligations
under the Contract, the City may at its sole discretion notify the Contractor, specifying the
basis for such default, and advising the Contractor that such default must be cured within a
specified time frame or the Contract with the City may be terminated. The City is under no
obligation to issue such notification. The City may grant an extension to the cure period if
the City deems it appropriate and in the best interest of the City, without waiver of any of
the City's rights hereunder. The City, at its sole discretion, may have a default corrected by
its own forces or another contractor and any such costs incurred will be deducted from any
sums due the Contractor under any contract with the City.
88. Termination for Default
If Contractor fails to comply with any term or condition of the Contract Documents, or fails to
perform any of its obligations hereunder, then Contractor shall be in default. Upon the
occurrence of a default hereunder which is not cured within the time specified to cure the
default if one has been granted by the City, the Director in addition to all remedies available
to it by law, may immediately, upon written notice to Contractor, terminate this Contract
whereupon any advances for which Work has not been performed, paid by the City to
Contractor while Contractor was in default shall be immediately returned to the City. The
Director may also suspend anypayment or part thereof or order a Work stoppage until such
time as the issues concerning compliance are resolved. Contractor understands and
agrees that termination of this Contract under this Article shall not release Contractor from
any obligation accruing prior to the effective date of termination.
60
Miami River Greenway Streetscape— NW 5th Street Bid No.: 11-12-022
Bridge Extension
A finding of default and subsequent termination for cause may include, without limitation,
any of the following:
Contractor; fails to obtain the; insurance. or bonding. herein required bytheContract.
Contractor fails to comply with 'any 'of its duties under the Contract :Documents;
with any terms or conditions set forth -in this Contract, beyond any specified. period
allowed to cure such default
Contractor fails to commence the :,Workwithinthe 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 Contractorfull 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:th. at -the. Contractor has been erroneously -terminated :under
this Article, such termination shall'be deemed:to have been occurred under Article 90,
Termination'for:Convenience. The City in its sole discretion may terminate the Contract
without providing -the -Contractor a written Notice to Cure.
89. Remedies in -the Event ofTermination-for Default
If a Termination for Default occurs, the Contractor and the bond provider, if applicable) shall
be notified of the effective date of the termination and shall .be liable for all damages
resulting from the default, including but not limited to re -procurement costs and other direct
damages
The Contractor shall stop Work as of the date of notification of the termination and
immediately remove all labor, equipment and materials (not owned or paid for by the City)
from the Work Site. The City assumes no liability for the Contractor's failure to remove
such items from the Project(s) site(s) as required.
The Contractor shall also remain liable for any liabilities and claims related to the
Contractor's default.
As an alternative to termination, the City may bring suit or proceedings for specific
performance or for an injunction.
90. Termination for Convenience
In addition to cancellation or termination as otherwise provided for in the Contract, the City
may at any time, in its sole discretion, with or without cause, terminate the Contract by
written notice to the Contractor. Such written notice shall state the date upon which
Contractor shall cease all Work under the Contract and vacate the Project(s) site(s).
The Contractor shall, upon receipt of such notice, unless otherwise directed by the City:
•
•
••
Stop all Work on the Project(s) on the date specified in the notice ("the
Effective Date");
Take such action as may be necessary for the protection and preservation of the
City's materials and property;
Cancel all cancelable orders for materials and equipment;
Assign to the City and deliver to the site, or any other location specified by the
Project Manager, any non -cancelable orders for materials and equipment that can
not otherwise be used except for Work under the Contract and have been
specifically fabricated for the sole purpose of the Work and not incorporated in the
Work;
Take no action that shall increase the amounts payable by the City under the
Contract Documents; and
61
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
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''Workauthorized, under Ahe' Contract, whether
finished. or: not, • must be turned over to..,the City.: :Failure to :timely, deliver:: the
documentation shall. be cause to withholdany paymentsdue without recourse. by
Contractor until all .documentation isdelivered to the City.
In the event that the City exercises its •right':to terminate the Contract pursuant to the
Contract Documents, the City will pay the Contractor:
For the actual cost or the fair and reasonable value, whichever is: less, of-(1) the
portion of the Project(s) completed in accordance' with the Contract through the
completion date, and (2) non -cancelable material(s) and equipment that is not of
any use to the City except in the performance of the Contract, and has been
specifically. fabricated for the sole purpose of the Contract but not incorporated in
the Work;• and
To the extent practical, the fair and reasonable value shall be based on the price
established as a result of the Contract. In, no event, shall any payments under this
Paragraph exceed the maximum cost set forth in the Contract.
The amount due hereunder may be offset by all payments made to the Contractor.
All payments pursuant to this Article shall be accepted by the Contractor in full
satisfaction of all claims against the City arising out of the termination including,
Further, the City may deduct or set off against any sums due and payable under
this Article any claims it may have against the Contractor.
• Contractor shall not be entitled to lost profits, overhead or consequential damages
as a result of a Termination for Convenience.
•• All payments made under the Contract are subject to audit
Upon the City's payment in full of the amounts due the Contractor under this Article the
Contractor grants the City full use of the Work and any Work Product to complete the
Project and subsequently occupy the Project.
91. Resolution of Disputes
Contractor understands and agrees that all disputes between it and the City based upon an
alleged violation of the terms of this Agreement by the City shall be submitted for resolution
in the following manner.
The initial step shall be for the Contractor to notify the, Project Manager in writing of the
claim or dispute and submit a copy to the City of Miami personnel identified in Article 4,
Notices.
Should the Contractor and the Project Manager fail to resolve the dispute the Contractor
shall submit their dispute in writing, with all supporting documentation, to the Assistant
Director -Contracts, as identified in Article 4, Notices. Upon receipt of said notification the
Assistant Director -Contracts shall review the issues relative to the claim or dispute and
issue a written finding.
Should the Contractor and the Assistant Director -Contracts fail to resolve the dispute the
Contractor shall submit their dispute in writing within five (5) calendar days to the Director.
Failure to submit such appeal of the written finding shall constitute acceptance of the finding
by the Contractor. Upon receipt of said notification the Director shall review the issues
relative to the claim or dispute and issue a written finding.
Contractor must submit any further appeal in writing within five (5) calendar days to the City
Manager. Failure to submit such appeal of the written finding shall constitute acceptance of
the finding by the Contractor. Appeal to the City Manager for his/her resolution, is required
62
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
prior to. Contractor being entitled to seek judicial relief in connection:therewith. Should .the
amount of:compensationhereunder exceed-$100,000, the City Manager's decision shallbe
approved ordisapproved by the City Commission. Contractor shall notbe entitled toseek
judicial relief.: unless:
(i). it has first;..received:city Manager's written decision, approved: by the City
Commission if applicable; or
(ii) a period of sixty (60) days has expired after submitting to the City Manager a
detaied statement of the dispute, accompanied by all supporting'documentation, or
a period of`(90) days:has expired where. City Manager's decision is subject to City
Commission` for. approval; or
(iii) City: has waived compliance.with the procedure set forth in this Article by written
instrument(s): signed by the City Manager.
In the event the determination of,a dispute under this Article is unacceptable to either party
hereto,the party objecting to the determination must notify the other party in writing within
fourteen (14) caiendar:days of receipt of the written determination. The notice must state
the basis of the objection and must be accompanied bya statement that any Contract Price
or Contract Time adjustment claimed is the entire adjustment to which -the objecting party
has -reason to believe it is entitled to as a result of the determination. Within sixty (60)
calendar days after`Final`Completion of the Work, .the parties shall participate in mediation
to address all objections to any .determinations hereunder and to attempt to .prevent
litigation. The mediator shall be mutually agreed upon by the parties. Should any objection
not be resolved in mediation, the parties retain all their legal rights.and remedies provided
under State law. A party objecting to a determination specifically waives all of its rights
provided hereunder, including its rights and remedies under State law, if said party fails to
comply in strict accordance with the requirements of this Article.
92. Mediation -Waiver of Jury Trial
In an effort to engage in a cooperative effort to resolve conflict which may arise during the
course of the construction of a Project(s), and/or following the completion of the Project(s),
the parties to this Contract agree all unresolved disputes between them shall be submitted
to non -binding mediation prior to the initiation of litigation, unless otherwise agreed in
writing by the parties. A certified Mediator, who the parties find mutually acceptable, will
conduct any Mediation Proceedings in Miami -Dade County, State of Florida. The parties
will share the costs of a certified Mediator on a 50/50 basis. The Contractor agrees to
include such similar contract provisions with all Sub -Contractors retained for the Work,
thereby providing for non -binding mediation as the primary mechanism for dispute
resolution.
In an effort to expedite -the conclusion of any litigation the parties voluntarily waive their right
to jury trial or to file permissive counterclaims in any action arising under this Contract.
93. 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.
94. Permits, Licenses and Impact Fees
All applicable permit fees, including those assessed by the City, are the responsibility of the
Contractor. That includes also any other permit fees not directly related to the actual
63
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
construction of the Project(s), including but -not limited to, licenses, permits and fees, such
as'Permits for:dumpsters, job.trailers, etc., which may be required by Miami -Dade County,
the State of Florida, or othergovernmental entities.
:Except as otherwise provided .within the Contract Documents, -allpermits and licenses
required by; federal;_ state or local: laws,- rules: and regulations necessary for the; prosecution
of. the: Work'undertaken by.Contractor:pursuant'to the .Contract Documents be::secured
and paid for by Contractor: It is Contractor's responsibility.to.;have and maintain. appropriate
Certificate(s) of Competency,:.valid ``for the Work; to be performed and valid for: the
jurisdiction in-.whichthe Work is to be performed for all persons working on the Project(s) for
whom=a Certificate of Competency is required.
Impact fees levied .by the City and/or Miami -Dade County shall be paid by Contractor.
Contractor shall be:, reimbursed only for the actual amount of the impact fee levied by the
public entity as evidenced by an invoice 'or other acceptable: documentation issued by the
public entity.
Fees. for Permits REQUIRED BY THE CITY AND PAYABLE TO THE .CITY (e.g. Building
Department's Fees such as, Master Permit, Major Trades, Mechanical, Electrical, and
Plumbing -Fees; Public Works Fees, such as Line and Grade, Excavation, Dewatering and
NPDES Fees, and.: Zoning Department's Fees) by virtue of this construction as part of the
Contract shall be reimbursed to the Contractor by the City through an Allowance Account
set for herein, evidenced by an invoice or other acceptable documentation issued by the
public entity.
Permit Fee reimbursement to Contractor shall be for the actual amount and in no event
shall include profit or overhead of Contractor.
Permit fees related the Contractor's operations (e.g. permits for dumpsters, job trailers, etc.)
are not reimbursable.
.95. Compliance with Applicable Laws
The Contractor shall comply with the most recent editions and requirements of all
applicable laws, rules, regulations, building, environmental, technical and construction
codes of the Federal government, the State of Florida, the County, and the City.
Vendor/Contractor shall utilize the U.S. Department of Homeland Security's E-Verify system
to confirm the employment eligibility of all persons employed by the Vendor/Contractor
during the term of the Contract to perform employment duties within Florida and all persons,
including subcontractors, assigned by the Vendor/Contractor to perform work pursuant to
the contract with the Department.
The attention of the Contractor is directed to the requirements of the Florida Building Code
and the Codes of Miami -Dade County and the City of Miami, Florida, governing the
qualifications for Contractor and Sub -Contractor doing business anywhere in the City.
96. 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
64
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
Contractor's: acts, omissions, liabilities or obligations -of those ofany: 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 o(fortaxes. of any: nature, including but;: not limited'to. unemployment
insurance, worker',s compensation and:: anti discrimination, or workplacelegislation of .any
kind. 'The Contractor hereby agrees to`indemnify=and hold harmless tfe City: against any
such liabilities, even if they arise from, actions directed or -taken by the City.
.97. Third PartyBeneficiaries
Neither. Contractor 'nor City intends to directlyorsubstantially_ benefit a"third party by this
Contract Therefore; the:partrties 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
98. Successors and Assigns
;, ..
-The performance of -this Contract shall not be transferred pledged, •sold, delegated or
assigned, in whole or in part, by the Contractor without the .written consent of the City. It is
understood.that:a sale of the majority of the stock or partnership shares of the Contractor, a
merger or bulk sale, an assignment for -the benefit of creditors shall each be deemed
transactions that would constitute an assignment or sale hereunder requiring prior City
approval.
Any transference without City approval shall be cause for the City to nullify this Contract.
Any assignment without the City's consent shall be null and void. The Contractor shall have
no recourse from such cancellation. The City may require bonding, other security, certified
financial statements and tax returns from any proposed assignee and the execution of an
assignment/ assumption agreement in a form satisfactory to the City Attorney as a condition
precedent to considering approval of an assignment.
The Contractor and the City each binds one another, their partners, successors, legal
representatives and authorized assigns to the other party of this Contract and to the
partners, successors, legal representatives and assigns of such party in respect to all
covenants of this Agreement.
99. Materiality and Waiver of Breach
City and Contractor agree that each requirement, duty, and obligation set forth in this
Contract Documents is substantial and important to the formation of the. Contract
Documents and, therefore, is a material term hereof.
City's failure to enforce any provision of the Contract Documents shall not be deemed a
waiver of such provision or modification of the Contract Documents. A waiver of any
breach of a provision of the Contract Documents shall not be deemed a waiver of any
subsequent breach and shall not be construed to be a modification of the terms of the
Contract Documents.
100. Severability
In the event the any provision of the Contract Documents is determined by a Court of
competent jurisdiction to be illegal or unenforceable, then such unenforceable or unlawful
provision shall be 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.
65
Miami River Greenway Streetscape — NW 5`h Street Bid No.: 11-12-022
Bridge Extension
101. .Applicable tarn/and-Venue .of Litigation
This Contract shall be enforceable in MiamiDCounty, -ade Florida,a, anif legal action is .
necessary:by either -party with respect to:the enforcement- of any or: all of::the terms or
conditions,'herein: exclusive venue for the enforcement of..same -shall lie in-'MiarT i-Dade
County, Florida,
-102. Amendments'
No modification; amendment, oralteration in the terms or.conditions-contained herein:shall
be effective unless; contained .:in a written document prepared with the same or similar
formaiity as this Contract and executed by the City Manager,.Directoror designee.
103. Entire'Agreement
ThecContract_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
executionhereof,-except by a written documentexecuted.with-the same formality and equal
dignity 'herewith. Waiver; by either :party of a breach of any provision of the Contract
Documents. shall not be deemed to -be a waiver of any other breach of any provision of the
Contract:Documents.
104. 'Nondiscrimination, Equal 'Employment Opportunity, Affirmative Action. and
Americans With'Disabilities Act
Contractor shall not unlawfully discriminate . against any person in its operations and
activities or in its use or expenditure of funds in fulfilling its obligations under this
Agreement. Contractor shall affirmatively comply with all applicable provisions of the
Americans with Disabilities Act (ADA) in the course of providing any services funded by
City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of
disability), and all applicable regulations, guidelines, and standards. In addition, Contractor
shall take affirmative steps to ensure nondiscrimination in employment against disabled
persons.
Contractor's decisions regarding the delivery of services under the Contract Documents
shall be made without regard to or consideration of race, age, religion, color, gender, sexual
orientation, national origin, marital status, physical or mental disability, political affiliation, or
any other factor which cannot be lawfully used as a basis for service delivery.
Contractor has an EEO policy that prohibits discrimination and provides for affirmative
action in employment practices. The Contractor shall adopt the following statement as his
operating policy:
"it is the policy of this company to assure that applicants are employed, and that employees
are treated during employment, without regard to their race, religion, sex, color, national
origin, age, or disability. Such action shall include: employment, upgrading, demotion, or
transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other
forms of compensation; and selection for training, including apprenticeship, pre -
apprenticeship, and/or on-the-job training."
Contractor agrees to apply a good faith effort to eliminate past and present discrimination
and to ensure that future discriminatory practices do not occur.
Contractor will have a designated EEO Officer who has the responsibility and authority to.
administer the Contractor's EEO program.
All of the Contractor's employees who have an active role in the hiring, supervision, or
advancement of employees shall be made aware of and instructed to implement the EEO
policy,. In addition, employees, including applicants and potential employees, will be
66
Miami River Greenway Streetscape - NW 5th Street Bid No.: 11-12-022
Bridge Extension
informed of`.the Contractor's :EEO policy through posted notices, posters, handbooks, and
employee meetings.
Tl e.Contractor.'shall-not discriminate;in.:his recruitment practices and: should makean effort
•to identify sources of -potential minority. and women employees
The Contractor is -required. to i.periodically review -project sites,..wages, personnel actions,
:etc:,• for evidence of discriminatory treatment. The Contractor is to promptly investigateail
alleged; discrimination complaints. .
The Contractor is required to advise employees and applicants of training programs
available and to assist in the improvement of the skills of -minorities, women, and applicants,
through such programs.
The.EEO.policy also pertains to Contractor's selection of Subcontractors, including material
suppliers and equipment leasing, companies.
Records that document compliance with the EEO policy shall be prepared and retained by
the. Contractor for a period of three yearsafter project completion. These records should
include the numbers of minority, women, and non -minority employees in each work
classification on the project; and the progress and effort being made to increase the
employment opportunities for minorities and women.
The Contractor is . required to submit an annual EEO report, attached, to the STA
(Supervisory Trial Attorney) each July, for the duration of the project. If the project contains
on-the-job training (OJT), this information is also required to be collected and reported.
The Contractor further agrees to comply with all applicable provisions of Florida Executive
order 11246 as attached and incorporated in section 5 herein.
The Certification of Compliance with EEO Provisions on Federal Aid Contracts Form as set
forth in Attachments section shall be included in the advertised bidding proposal and made
part of the contract for each contract and each covered Federal -aid highway construction
subcontract.
In order to obtain information required by 48 CFR, chapter 1, Sec..22.804-2 (c), the
aforementioned requirement along with a completed W-9 shall be included at the end of the
bid schedule in the Bid and Contract assembly.
105. Evaluation
Contractor acknowledges that upon completion of the of the Work under the Contract
Documents and/or at any other time deemed appropriate by the City a performance
evaluation report will be completed by the City. A copy of each performance evaluation
shall also be forwarded to the Contractor. The performance evaluations will be kept in City
files for evaluation on future solicitations.
106. Commodities manufactured, grown, or produced in the City of Miami, Miami -
Dade County and the State of Florida
N/A for projects receiving federal aid.
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.
67
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
-108: Continuation ofithe Work
Any Work that commencespnor toand will -extend beyond the expiration: date of the current
;Contract period shall, unless. terminated. by mutual. written:agreement between=the City and_.
the involved; Contractor;' continue until completion at -the same:prices,`terms and conditions.
'109. "Review,offRecords
City shall have the right to inspect and:copy, at City s expense :the books and records and
accounts `of Contractor .which; relate in any way .to. the ;Project(s), and`:to any claim;'for
acd t o nal compensation made by Contractor, -and to conduct an audit of the financial :and
ating:records:of Contractor which relate to a Project(s) and to any claim for additional
compensation made: by Contractor including' but not' limited to all payroll records, invoices
for materials, - and ;books of accounts. iSUCh records :shall conformto Generallly:Accepted
Accounting `'Principles requirements (GAAP), and .shall only address those transactions
related to -the Contract.
Records subject'to`the provisions of Public Record .Law, Florida Statutes Chapter 119,.shall
be kept in accordance with such statute. Otherwise Contractorshall retain and make
available to City all such books and records and accounts, financial or otherwise, which
relate to the Project(s) and to any claim for a period of five (5) .years following Final
Completion of the Project(s).
The Contractor agrees to maintain an accounting system that provides for accounting
records that are supported with adequate documentation and adequate procedures for
determining allowable costs.
Contractors shall develop the proper forms and reports acceptable to the City for the
administration and management of the Contract Documents.
-110. No Interest
Any monies not paid by City when claimed to be due to Contractor under the Contract
Documents, including, but not limited to, any and all claims for damages of any type, shall
not be subject to interest including, but not limited to prejudgment interest. However, the
provisions of Section.218.74(4), Florida Statutes as such relates to the payment of interest,
shall apply to valid and proper invoices.
.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(s) with respect to defective Work, equipment
or materials which may be identified by the Project Manager.
The City may deduct from any payment due the Contractor an amount equal to its cost
incurred on account of the Contractor's failure to fully perform its obligations under the
Contract.
The Project Manager, prior to withholding or deducting any monies hereunder, shall give
the Contractor notice of the defective Work, equipment or material and the basis for the
withholding or deduction.
Upon the Project Manager's determination that the Contractor has fulfilled its obligations,
the City will pay the Contractor any monies owed, subject to Contractor's submission of, or
compliance with, any remaining documentation or obligation, as the case may be, in
accordance with the Contract Documents
112 Consent of City Required for Subletting or Assignment
If the Contractor assigns, transfers, sublets or otherwise disposes of the Contract or its
right, title or interest in or to the same or any part thereof without the previous consent in
writing of the City, such action shall be en Event of Default. Nothing herein shall either
68
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
restrict .the right : of ..the. Contractor "to assign monies due :to, .or to - become.: due or .be
construed to:hinder, prevent.or..affect any assignment. by:the Contractor for the: benefit of its
creditors,_ made pursuant to applicable law.
113. :Agreement=Limiting Time in Which: to:Brinci Action Against theCity
In the event the Contractor may: be deemed to::have:a acton cause of iagainst:.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)
monthsafter the': date of: issuance of a final'payment under:the:Contract, or if`finai "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 underthe-terms of the Contract Documents, or -if -the- CbntraCt 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.
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 expressly provided herein, 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.
'115. Contingency Clause
Funding for this Contract is contingent on the availability of funds and continued
authorization for program activitiesand the Contract is subject to amendment or termination
due to lack of funds, reduction of funds and/or change in regulations, upon thirty (30) days
notice.
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
69
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
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(s). All things not expressly mentioned in the Contract Documents, but necessary to
carrying out its intent are required by the Contract Documents, and the Contractor shall
perform the same as though they were specificallymentioned, 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 Contains 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 under the Contract, which by nature would continue beyond the
termination, cancellation or expiration thereof, shall survive termination, cancellation or
expiration thereof.
Section 3 - Supplemental Terms and Conditions
1. Contract.Time & Hours
The Contractor shall furnish al labor, materials, equipment, tools, services, and incidentals
to complete all Work at a rate of progress that will ensure completion of the Work within the
Contract Time.
Contractor shall have One Hundred Eighty (180) calendar days to achieve Substantial
Completion from the date that the Notice to Proceed is issued. Contractor shall have an
additional Forty Five (45) calendar days for Final Completion of the Contract.
Work shall be performed Monday through Friday from 8:00 am to 6:00pm. Any Work to be
performed outside of these times must be requested in writing to the Project Manager 48
hours prior to the requested change. The Project Manager will notify the Contractor in
writing of any changes in approved Work hours.
2. LEED Certification (Not Applicable)
3. Progress Payments
Contractor may make application for payment for Work completed during the Project(s) at
intervals of not more than once .a month or upon completion and Final Acceptance of the
Work. All applications shall be submitted in triplicate and the Contractor shall only use the
City's most current Contractor Payment Requisition Form. This form is available on the CIP
webpage. 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
70
Miami River Greenway Streetscape — NW 5th Street
Bid No.: 11-12-022
Bridge Extension
for payment shall include, but is not limited to, an updated progress schedule as required by
Article 5 of the Supplemental Terms and Conditions and a partial or final release of liens or
consent of Surety relative to the Work, which .is the subject of the application for payment
and any other information required by the Project Manager or Consultant. Each application
for payment shall be submitted in triplicate for approval. City shall make payment to
Contractor within thirty (30) days after approval of Contractor's application for payment.
Ten percent (10%) of all monies earned by Contractor shall be retained by City until Final
Acceptance by the City. Any interest earned on retainage shall accrue to the benefit of
City. All requests for retainage reduction shall be in writing in a separate stand alone
document.
City may withhold, in whole or in part, payment to such extent as may be necessary to
protect itself from loss on account of:
• Defective Work not remedied.
• Claims filed or reasonable evidence indicating probable filing of claims by other
parties against Contractor or.City because of Contractor's performance.
Failure of Contractor • to make payments properly to Subcontractors or for
material or labor.
■ Damage to another contractor not remedied.
■ Liquidated damages and costs incurred by City and/or Consultant for extended
construction administration.
• Failure of Contractor to provide any and all documents required by the Contract
Documents.
In instances where multiple Project are awarded the Contractor shall submit separate
Applications for Payment for each Project.
When the above grounds are removed or resolved satisfactory to the Project Manager,
payment shall be made in whole or in part.
The City will pay, and the Contractor shall accept as full compensation for the Work, the
sums specified in the Contractor's submittal to the Contract Documents, as accepted by the
City.
Contractor may be paid for materials or equipment purchased and stored at the Project(s)
Site(s) or another location. Where a payment request is made for materials or equipment
not incorporated in the Project(s), but delivered and suitably stored at the site or at some
other location agreed upon in writing, the written documentation must be submitted at the
time of request for payment. Payment shall be conditioned upon submission by the
Contractor of paid invoices and an executed. Material Purchased/Stored On -Premises form
to establish the City's title to such materials or equipment, or otherwise protect the City's
interest, including applicable insurance in the name of City and transportation to the site.
Contractor retains sole liability to replace such stored materials or equipment as a result of
damage or loss for any reason.
4. 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. Where the Contractor fails to
do so, the Contractor shall pay to the City liquidated damages as follows. In the event of a
delay in completion beyond the timeframe set forth in the Contract Documents for
Substantial Completion, the Contractor shall pay to the City for each and every calendar
day of unexcused delay, the sum of one thousand one hundred forty eight dollars
($1,148.00) 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 sum of five hundred seventy four dollars
71
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
($574.00) per calendar day, which is hereby agreed upon not as a penalty but as liquidated
damages. The Contractor will be notified of any approved exceptions or extensions. The
total amount of liquidated damages shall not exceed the value of the applicable Contract
Documents.
The City shall have the right to deduct liquidated damages assessments from any payment
due or which may thereafter become due to the Contractor under any contract the
Contractor has with the City. In case the amount, which may become due hereunder, shall
be less than the amount of liquidated damages due the City, the Contractor shall pay the
difference upon demand by the City. Should the Contractor fail to compensate the City for
any liquidated damages, the City shall consider this as a form of indebtedness and may
deny any future Work under the Contract or any other City contract until such indebtedness
is paid in full to the City.
The City shall notify the Contractor that it is incurring liquidated damages.
5. Schedule of Values (not applicable)
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 of Award. The Schedule of
Values shall indicate a complete breakdown of labor and material of all categories of Work
on the Project. Contractor's overhead and profit should be as separate line items. Each line
item shall be identified with the number and title of the major specification section or major
components of the items. The Project Manager or Consultant may require further
breakdown after review of the Contractor's submittal The City reserves the right to require
such information from the Contractor as may be necessary to determine the accuracy of the
Schedule of Values. The combined total value for mobilization under the Schedules of
Values shall not exceed 5% of the value of the Contract.
The approved schedule of values shall be updated through the submittal of the City's
Contractor Payment Application Form.
6. Project Schedules
Contractor shall submit a proposed Project schedule ("Schedule") as follows:
a. Schedule identifying all tasks within the critical path. The proposed Project
schedule shall be submitted within ten (10) calendar days of the Notice of Award
and such submittal shall be subject to the Project Manager and Consultant's
review. Subsequent to such review of said Schedule the Contractor shall
establish said schedule as the baseline Schedule.
b. The Schedule shall be prepared in the form of a horizontal bar chart with
separate horizontal bars for each design task, construction task in the critical
path in chronological order. Provide horizontal time scale in weeks from the start
of construction and identify the first work day of each month. Identify listings of
any major equipment installation milestones.
c. 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 Time for completion. Failure to submit
such Schedules shall result in the rejection of any submitted payment
application.
d. All Schedules shall be prepared in Microsoft Project 2003 or earlier unless
otherwise approved by the Project Manager. At the time of submission of
Schedules, Contractor shall submit a hard copy as well as an electronic version.
Such electronic version shall not be submitted in a .pdf format and shall be
capable of being incorporated into the City's master Project schedule.
e. Subsequent to review of the initial Schedule submission the Contractor shall
establish the reviewed Schedule as the "Baseline Schedule". Contractor shall
72
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
then prepare and submit all updates to the Schedules utilizing the tracking mode
within Microsoft Project.
At a minimum the contents of the Baseline Schedule shall show or indicate the following:
a. Complete sequence of design by activity reflecting the Subcontractor
responsible for the activity.
b. Complete sequence of construction by activity reflecting the Contractor or
Subcontractor(s) responsible for each activity
c. Dates for the beginning and completion of each major element of design and
construction in no more than a two -week incremental scale.
d. Items of work that must be accomplished to achieve substantial completion.
1). Major disciplines or trades of work
2). Filter downtime
3). Time required for Contractor's submittals, fabrication and deliveries.
4). Time required by Contractor and the City to review all submittals.
5). Time required by City to support any pre -operational and start-up testing.
6). Time required for the relocation of utilities, if required.
7). Activities performed by Contractor.
5. Percentage of completion for each item as of the date the schedule was
prepared.
6. Dates for Contractor's submittals.
7. Dates for any required City -furnished materials or equipment.
8. Dates accepted submittals will be required from the City.
In addition the Contractor shall provide:
a. Provide a list of all long lead items and their anticipated dates of delivery
(equipment, materials, etc.) Monthly updates shall reflect actual versus
projected, and any revised projections
b. Provide a projected dollar cash flow spend down for each month of construction.
Monthly updates shall reflect any change orders as well as actual versus
projected, and any revised projections.
7 Release of Liens/Subcontractor's Statement of Satisfaction
The Contractor warrants and guarantees that title to all Work, materials and equipment
covered by an application for payment, whether incorporated in the Project(s) or not, will
pass to the City upon the receipt of such payment by the Contractor, free and clear of all
liens, claims, security interests or encumbrances and that no Work, materials or equipment
will have been acquired by the Contractor or by any other person performing Work at the
site or furnishing materials and equipment for the Project(s), subject to an agreement under
which an interest therein or an encumbrance thereon is retained by the seller or otherwise
imposed by the Contractor or such other person.
The Contractor shall, beginning with the second request for payment, attach a Partial
Release of Lien/Subcontractor's Statement of Satisfaction for each application for payment.
Failure to submit such documentation may delay payments. The City may, in its sole
discretion withhold payments for Work performed by Subcontractor where no release of lien
has been submitted. The Contractor shall submit with the final payment request, for any
Project(s) where Subcontractors have performed Work, a Final Release of
Lien/Subcontractor's Statement of Satisfaction for each Subcontractor marked as a final.
Failure to submit such documentation will result in delay in payment or the City withholding
from the final payment such funds as necessary to satisfy any Subcontractor claims.
73
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
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 a Consent of
Surety to Requisition Payment.
8. Progress Meetings
The City shall conduct a pre -construction conference prior to the commencement of the
Work. Contractor shall hold progress and coordination meetings as required by the Project
Manager or Engineer, to provide for the timely completion of the Work.
Contractor shall arrange and conduct regular bi-weekly job site Project status meetings with
the Project Manager and/or Consultant. Contractor shall use the job site meetings as a tool
for the pre -planning of Work and enforcing schedules, and for establishing procedures,
responsibilities, and identification of authority for all parties to clearly understand. During
these meetings, Contractor shall identify the party or parties responsible for following up on
any problems, delay items or questions, and Contractor shall note the action to be taken by
such party or parties. Contractor shall revisit each pending item at each subsequent
meeting until resolution is achieved. Contractor shall attempt to obtain from all present any
potential problems or delaying event known to them for appropriate attention and resolution.
Contractor shall be responsible for keeping minutes of the meeting and distribution of the
minutes to all parties in attendance.
The Contractor shall arrange for the participation of its Subcontractors and/or vendors when
the Project Manager requires their presence.
The Contractor shall maintain minutes of the meeting and distribute copies of the minutes to
all parties in attendance. The Contractor shall prepare and distribute to Project Manager
and the Consultant an updated two -week look -ahead schedule of construction activities and '
submittals.
9. Request for Information
The Contractor shall submit a Request for Information (RFI) where the Contractor believes
that the Contract Document's specifications or drawings are unclear or conflict. All requests
must be submitted in a manner that clearly identifies the drawing and/or specification
section where clarification or interpretation is being requested. As part of the RFI,
Contractor shall include its recommendation for resolution. The Architect and City shall
respond in writing.
10. Project Site Facilities
The Contractor shall arrange for all Project(s) site facilities as maybe necessary to enable
the Project Manager or Consultant to perform their respective duties and to accommodate
any representatives of the City which the City may choose to have present at the Project(s).
Contractor's, Subcontractor's, supplier's, material person's personnel shall not use the City
restrooms that may be available at the Project(s) site without the prior consent of the
manager of the facility or the Project Manager where there is no manager of a facility. The
Contractor shall provide and maintain at his own expense, in a sanitary condition, such
accommodations for the use of his employees as is necessary to comply with the
requirements including Chapter 46 of the Building Code and regulations of the State of
Florida Department of Health and Rehabilitative Services or Dade County Health
Department. The Contractor, his employees or his Sub -Contractors shall commit no public
nuisance or use any facilities that have not been specifically provided for use by the
Contractor.
The Contractor shall furnish an adequate supply of drinking water for its and its Sub -
Contractors' employees.
There shall be adequate provisions made by- the Contractor to ensure all disposable
materials are properly disposed of and do not create a nuisance to the City or the public.
74
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
The location of the temporary facilities shall be subject to the approval of the Project
Manager or Consultant.
11, Temporary Facilities, Utilities, and Construction
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, or those that are necessary for the performance of the Work. Contractor shall make
all arrangements with the local utility companies. The Contractor shall also be responsible
for furnishing all materials and equipment necessary for the installation and maintenance of
any temporary utilities. The Project Manager may authorize the use of existing utilities.
Such decision will be made at the sole discretion of the Project Manager and the City.
Contractor shall furnish, install and maintain temporary facilities required for construction,
and shall remove them upon completion of the Work. All facilities shall comply with the
respective federal, state and local codes and regulations and with utility company
requirements. Materials for temporary facilities may be new or used, but must be adequate
in capacity for the required usage, must not create unsafe conditions, and must not violate
requirements of applicable codes and standards.
The Contractor must pay for all utility costs associated with new lines, new hook ups, new
utility accounts, and so forth which were necessitated by the Project itself. Contractor shall
pay for all changes, fees, costs or other impositions for utilities, including without limitations,
electric, water, sewer, telecommunications and other utilities of whatever nature arising
from the Project of the Work herein defined.
The Contractor shall be required to obtain all necessary permits required for any Project(s)
site facilities and utilities. Contractor shall also be responsible to maintain such facilities in
a safe and working condition. Contractor shall be responsible for payment for all fees and
charges for the installation and use of all temporary facilities and utilities.
All such facilities and utilities remain the property of the Contractor and the Contractor shall
be responsible for removal and disposal of such facilities prior to Final Acceptance.
Temporary fences: If, during the course of the Work, it is necessary to remove or disturb
any fencing, the Contractor shall, at his own expense, provide a suitable temporary fence
which shall be maintained until the permanent fence is replaced. The Project Manager will
be solely responsible for the determination of the necessity for providing a temporary fence
and the type of temporary fence to be used.
Responsibility for Temporary Structures: In accepting this Contract, the Contractor assumes
full responsibility for the sufficiency and safety of all temporary structures or work and for
any damage which may result from their failure or their improper construction, maintenance
or operation and will indemnify and save harmless the City from all claims, suits or actions
and damages or costs of every description arising by reason of failure to comply with the
above provisions.
12. 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 100 feet apart along the proposed centerline of the pipe, or along a stationed
offset line as shown on the Plans, marked by a nail in a metal cap if in pavement, with the
station painted nearby or by a nail in the top of a wooden stake driven flush with the ground
with the station marked on a flag stake nearby, if not in pavement.
75
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
For structures, this will consist of base lines, stakes at corners, centers and center lines,
auxiliary lines and a bench mark from which to establish the elevations.
The Contractor shall make his equipment and men available to the Inspector for spot-
checking the accuracy of the Work. The Project Manager or Consultant shall require the
Work to be brought within the tolerances specified elsewhere before backfill is placed or the
construction is otherwise hidden.
The entire responsibility for establishing and maintaining line and grade in the field lies with
Contractor. Contractor shall maintain an accurate and precise record of the location and
elevation of all pipe lines, conduits, structures, maintenance access structures, handholes,
fittings and other Work and shall prepare record or "as -built" drawings of the same which
are signed and sealed by a State of Florida Registered Professional Surveyor and Mapper
(P.S.M.). Contractor shall deliver these records in good order to Project Manager or
Consultant as the Work is completed. The Contractor shall supply the Consultant with a
copy of the Registered Land Surveyor's layout of the Work immediately upon its availability
to his own forces. The cost of all such field layout and recording work is included in the
prices bid for the appropriate items. All record drawings shall be made on reproducible
paper and shall be delivered to Project Manager or Consultant prior to, and as a condition
of, final payment.
During the entire construction operation, the Contractor shall retain the services of a State
of Florida Registered Professional Surveyor and Mapper (P.S.M.) who shall maintain
records of the installation, including all deviations from the plans and specifications by
obtaining "As -built" dimensions and elevations. The surveyor shall prepare record as -built
drawings showing correctly and accurately all changes and deviations made during
construction, including approved construction variances to reflect the Work as it was
actually constructed. "As -Built" drawings shall be submitted to the City on a monthly basis.
Recording of Project Record
Record all information for pipeline projects and on -site projects concurrently with
construction progress.
• Do not conceal any work until as -built information is recorded by the Contractor and
the City.
▪ All locations for future connections or tie-ins shall be left unburied and uncovered
until the City's surveying forces obtain and record the as -built information. This is in
addition to the Contractor's recorded information.
• Restrained pipe, end line valves, thrust blocks need to be left uncovered for the last
complete length. Inline valves and tees shall be left exposed for 1 length on both
sides plus the face end. Record the elevation, deviation from horizontal and vertical
alignment and the inclination for these items.
• Maintain records of all pipeline Project and 'on -site Project deviations from Drawings
and Specifications by a Florida Registered Professional Surveyor and Mapper
(P.S.M.).
• For Pipe Installation In All Pipeline Projects and On -site Projects: During entire
construction operation retain the services of a State of Florida Registered Land
Surveyor (FRLS) who shall maintain records of the installation, including all
deviations from Drawings and Specifications.
• (FRLS) shall record as -built dimensions and elevations every twenty-five feet (25')
or portion thereof along pipeline and at every abrupt change in direction of the new
line.
• (FRLS) shall record locations and elevations for each valve, fitting, service line, fire
hydrant, water sampling point, and also for above ground piping and other
appurtenances along the pipeline. Specific locations and elevation of equipment, the
buildings and miscellaneous items installed inside them shall be recorded as
applicable.
76
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
• Contractor's FRLS shall prepare as -built record drawings showing correctly and
accurately the installation, embracing all changes and deviations made during
construction, including all approved construction variances, to reflect the work as it
was constructed.
Record Drawings shall be prepared on 4-mil Mylar as specified hereinafter. Record
Drawings and three (3) blue line copies shall be signed and sealed by the Surveyor
and shall be submitted to the City for the Project Manager's or Consultant's review
within ten (10) calendar days following the completion date of successful pressure
testing of all mains and appurtenances under the Contract Documents
• If the Consultant determines that the Drawings are not acceptable, they will be
returned to the Contractor with a cover letter noting the deficiencies and/or reasons
for the disapproval. Contractor shall have ten (10) calendar days to correct all
exceptions taken by the Project Manager or Consultant and resubmit as -built record
drawings to the Consultant for final acceptance.
Prior to, and as a condition precedent to Final Payment, Contractor shall submit to City,
Contractor's record drawings or as -built drawings acceptable to Project Manager or
Consultant.
13. Survey Work for Drainage Projects
The Contractor shall retain or employ a FRLS to lay out all storm sewer construction and
provide final measurements.
At the Project pre -construction meeting, to be attended by the Contractor's FRLS, the
Contractor will be provided a packet of information, from the City, showing the format to be
utilized. The Contractor is advised that the survey work, including required final
measurements, shall be according to City Standards and are an integral part of the
Project. The Project shall not be considered complete until the final measurements are
approved by the City.
Layout is to be under the supervision of the FRLS. The center line of catch basins and an
offset line parallel with the center line of the pipe will be marked by nails and discs at
intervals of no more than 50' (fifty feet). Distances between manholes will be accurate
within 0.10 foot and elevations of the offset points will be determined with an accuracy of ±
0.03 foot.
Offset points are to be painted with good quality traffic paint with the distance from the
catch basin and the low invert. This information is to be shown in the approved field book
and on a cut sheet form provided by the City. These cut sheets shall be reviewed by the
Consultant to ensure that City standards are being met. Field books will become the
property of the City.
All notes will show the relationship of the installations to the City of Miami's monument
line. All elevations are to the City of Miami Datum. .
The final measurements will include accurate horizontal and vertical location of all
construction. This includes, but is not limited to grate, invert and bottom elevations of
catch basins and size and type of all pipe, asphalt overlay, and elevation of ground or
sidewalk above exfiltration systems. All final measurements are to be in the form of field
notes clearly and legibly drawn in a Keuffel and Esser field book #82.0008 or Dietzgen No.
403 V.
All books shall contain a front index referencing both street location and catch basin
numbers. These notes are to become the property of the City after certification as to
accuracy by a FRLS. Staking and final survey notes shall be cross referenced each to the
other.
The FRLS works for the Contractor but shall be available to answer any questions the City
may have. All costs for survey work will be included in the bid price.
77
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
14. Security
The site where the Work is to be performed may not be a secure site and the public may
have access to the site. The Contractor shall have sole responsibility for the security of all
Work materials, tools, equipment and Work at the Project(s) site. The City shall not be
liable for any damage or Toss 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.
15. Construction Signage
Contractor will typically be expected to furnish and install a minimum of two signs in
addition to construction related signs such as warning signs. This federally -funded project
may have Federal signage requirements different than those described below which will be
provided upon receipt of the specifications.
The City shall provide the Contractor the wording and layout for the signs at the pre -
construction conference. The Contractor shall furnish the two City signs at the Project(s)
Site(s) as follows:
• The first sign must be manufactured by Image 2000, 45 East 9h Court, Hialeah,
Florida (305) 884-2240 or approved equal. The sign shall be 4 feet wide and 8 feet
high and constructed of pressure sensitive 2 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 % inch
(thick) exterior plywood, suitably mounted and readable at eye level. The colors
shall be blue and white. The background shall be white and all lettering shall be
blue Helvetica. All paint shall be rated outdoor enamel. The City will provide the
City Seal in decal form.
The Contractor shall also post appropriate construction site warning signs at the
Work Site. Such signs shall be posted to warn pedestrian and vehicle traffic.
Signage shall also be placed waterside to alert boater to the construction zone,
requiring idle speed and a minimum clearance distance. Contractor shall provide
drawings for the signage, which shall be subject to approval by the Consultant.
The Project Manager and the City shall approve the locations for all signage.
16. Construction Photographs
Prior to commencement of the Work the Contractor will take digital photographs to
document existing conditions and submit copies as required herein prior to the
commencement of Work. Contractor shall submit with each application for payment
photographs that accurately reflect the progress of all aspects the Work. The number of
photographs to be taken will be based on the magnitude of Work being performed.
Contractor shall submit one copy of each photograph in print and digitally. The
photographs shall be printed on 8"X10" high resolution glossy commercial grade and weight
color photographic print paper. Each photograph shall be imprinted on its face with the title
of the Project, the date, and time the picture was taken. Digital photographs shall be taken
using .jpeg format and will be submitted on a CD-ROM clearly identifying the name of the
Project, the name of the Contractor, and the timeframe in which the pictures were taken.
Initial set up prints, unless otherwise allowed by the Project Manager will be submitted in a
three ring binder with each picture protected by a clear plastic sleeve. Subsequent prints
78
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
are to be submitted in clear plastic sleeves that can be added to the binder. The three ring
binder shall be of such size to be able to hold all print pictures.
17. Buy America Requirements
Contractor agrees to comply with all applicable provisions of FDOT's Supplemental
Specification 6-12.2, as attached and incorporated in section 5 herein.
18. Contractor Purchased Equipment -for State or Local Ownership
When a Contractor purchases equipment to adequately meet the construction engineering
(CE) requirements of a Federal -aid project, the equipment which is purchased by the
construction Contractor is not permitted to be transferred to the State or City for ownership.
Contractor shall also not purchase equipment utilizing Project funds for use and ownership
by the City or State.
19 Equipment Rental Rates
When equipment is to be rented, the following guidelines apply and Contractor agrees to
comply with these guidelines as laid out below:
The following costs are allowable:
(1) Rental costs under operating leases, to the extent that the rates are reasonable at the
time of the lease decision, after consideration of
I. rental costs of comparable property, if any;
II. market conditions in the area;
III. the type, life expectancy, condition, and value of the property leased;
IV. alternatives available; and
V. other provisions of the agreement.
(2) Rental costs under a sale and leaseback arrangement only up to the amount the
Contractor would be allowed if the Contractor retained title, computed based on the net
book value of the asset on the date the Contractor becomes a lessee of the property
adjusted for any gain or loss recognized.
(3) Charges in the nature of rent for property between any divisions, subsidiaries, or
organization under common control, to the extent that they do not exceed the normal costs
of ownership, such as depreciation, taxes, insurance, facilities capital cost of money, and
maintenance (excluding interest or other unallowable costs provided that no part of such
costs shall duplicate any other allowed cost. Rental cost of personal property leased from
any division, subsidiary, or affiliate of the Contractor under common control, that has an
established practice of leasing the same or similar property to unaffiliated lessees shall be
allowed.
20. Prohibition Against Convict Produced Materials
Title 23 CFR PART 635 Section 117 is incorporated here and shall apply to this Contract.
TITLE 23--HIGHWAYS
CHAPTER I --FEDERAL HIGHW ADMINISTRATION, DEPARTMENT OF
TRANSPORTATION
PART 635-CONSTRUCTION AND MAINTENANCE -Table of Contents
79
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
Subpart A -Contract Procedures
Sec. 635.117 Labor and employment.
(a) No construction work shall be performed by convict labor at the work site or within
the limits of any Federal -aid highway construction project from the time of award of the
Contract or the start of work on force account until final -acceptance of the work by the SHA
unless it is labor performed by convicts who are on parole, supervised release, or
probation.
(b) No procedures or requirements shall be imposed by any State which will operate to
discriminate against the employment of labor from any other State, possession or territory
of the United States, in the construction of a Federal -aid project.
(c) The selection of labor to be employed by the Contractor or any Federal -aid project
shall be by the Contractor without regard to race, color, religion, sex, national origin, age, or
handicap and in accordance with 23 CFR part 230, 41 CFR part.60 and Exec. Order No.
11246 (Sept. 24, 1965), 3 CFR 339 (1964-1965), as amended.
(d) Pursuant to 23 U.S.C. 140(d), it is permissible for SHA's to implement procedures or
requirements which will extend preferential employment to Indians living on or near a
reservation on eligible projects as defined in paragraph (e) of this section. Indian preference
shall be applied without regard to tribal affiliation or place of enrollment. In no instance
should a Contractor be compelled to layoff or terminate a permanent core -crew employee
to meet a preference goal.
(e) Projects eligible for Indian employment preference consideration are projects
located on roads within or providing access to an Indian reservation or other Indian lands as
defined under the term "Indian Reservation Roads" in 23 U.S.C. 101 and regulations issued
thereunder. The terminus of a road "providing access to" is that point at which it intersects
with a road functionally classified as a collector or higher classification (outside the
reservation boundary) in both urban and rural areas. In the case of an Interstate highway,
the terminus is the first interchange outside the reservation.
(f) The advertisement or call for bids on any contract for the construction of a project
located on the Federal -aid system either shall include the minimum wage rates determined
by the Secretary of Labor to be prevailing on the same type of work on similar construction
in the immediate locality or shall provide that such rates are set out in the bidding
documents and shall further specify that such rates are a part of the contract covering the
project.
21. FHWA-1273 / Required Contract Provisions Federal -Aid Construction
Contracts
Required Contract Provisions Federal -Aid Construction Contracts
I. General
II. Nondiscrimination
III. Non -segregated Facilities
IV. Payment of Predetermined Minimum Wage
V. Statements and Payrolls
VI. Record of Materials, Supplies, and Labor
VII. Subletting or Assigning the Contract
VIII. Safety: Accident Prevention
IX. False Statements Concerning Highway Projects
80
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
X. Implementation of Clean Air Act and Federal Water Pollution Control Act
XI. Certification Regarding Debarment, Suspension Ineligibility, and Voluntary Exclusion
XII. Certification Regarding Use of Contract Funds for Lobbying
ATTACHMENTS
A. Employment Preference for Appalachian Contracts (included in Appalachian contracts
only)
I. GENERAL
1. These Contract provisions shall apply to all work performed on the Contract by
the Contractor's own organization and with the assistance of workers under the
Contractor's immediate superintendence and to all work performed on the
Contract by piecework, station work, or by subcontract.
2. Except as otherwise provided for in each section, the Contractor shall insert in
each subcontract all of the stipulations contained in these Required Contract
Provisions, and further require their inclusion in any lower tier subcontract or
purchase order that may in turn be made. The Required Contract Provisions
shall not be incorporated by reference in any case. The prime Contractor shall
be responsible for compliance by any Subcontractor or lower tier Subcontractor
with these Required Contract Provisions.
3. A breach of any of the stipulations contained in these Required Contract
Provisions shall be sufficient grounds for termination of the Contract.
4. A breach of the following clauses of the Required Contract Provisions may also
be grounds for debarment as provided in 29 CFR 5.12: Section I, paragraph 2;
Section IV, paragraphs 1, 2, 3, 4, and 7;Section V, paragraphs 1 and 2a through
2g.
5. Disputes arising out of the labor standards provisions of Section IV (except
paragraph 5) and Section V of these Required Contract Provisions shall not be
subject to the general disputes clause of this Contract. Such disputes shall be
resolved in accordance with the procedures of the U.S. Department of Labor
(DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of this
clause include disputes between the Contractor (or any of its Subcontractors)
and the contracting agency, the DOL, or the Contractor's employees or their
representatives.
6. Selection of Labor: During the performance of this Contract, the Contractor
shall not:
a. discriminate against labor from any other State, possession, or territory
of the United States (except for employment preference for Appalachian
contracts, when applicable, as specified in Attachment A), or
b. b. employ convict labor for any purpose within the limits of the project
unless it is labor performed by convicts. who are on parole, supervised
release, or probation.
II. NONDISCRIMINATION
(Applicable to all Federal -aid construction contracts and to all related subcontracts of
$10,000 or more.)
1. Equal Employment Opportunity: Equal employment opportunity (EEO)
requirements not to discriminate and to take affirmative action to assure equal
opportunity asset forth under laws, executive orders, rules, regulations (28 CFR
35, 29 CFR 1630 and 41 CFR 60) and orders of the Secretary of Labor as
modified by the provisions prescribed herein, and imposed pursuant to 23
81
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
U.S.C. 140 shall constitute the EEO and specific affirmative action standards for
the Contractor's project activities under this Contract. The Equal Opportunity
Construction Contract Specifications set forth under 41 CFR . 60-4.3 and the
provisions of the American Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set
forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this
Contract. In the execution of this Contract, the Contractor agrees to comply with
the following minimum specific requirement activities of EEO:
a. The Contractor will work with the State highway agency (SHA) and the
Federal Government in carrying out EEO obligations and in their review
of his/her activities under the Contract.
b. The Contractor will accept as his operating policy the following
statement:
"It is the policy of this Company to assure that applicants are employed,
and that employees are treated during employment, without regard to
their race, religion, sex, color, national origin, age or disability. Such
action shall include: employment, upgrading, demotion, or transfer;
recruitment or recruitment advertising; layoff or termination; rates of pay
or other forms of compensation; and selection for training, including
apprenticeship, preapprenticeship, and/or on-the-job training."
2. EEO Officer: The Contractor will designate and make known to the SHA
contracting officers an EEO Officer who will have the responsibility for and must
be capable of effectively administering and promoting an active Contractor
program of EEO and who must be assigned adequate authority and
responsibility to do so.
3. Dissemination of Policy: All members of the Contractor's staff who are
authorized to hire, supervise, promote, and discharge employees, or who
recommend such action, or who are substantially involved in such action, will be
made fully cognizant of, and will implement, the Contractor's EEO policy and
contractual responsibilities to provide EEO in each grade and classification of
employment. To ensure that the above agreement will be met, the following
actions will be taken as a minimum:
a. Periodic meetings of supervisory and personnel office employees will be
conducted before the start of work and .then not less often than once
every six months, at which time the Contractor's EEO policy and its
implementation will be reviewed and explained. The meetings will be
conducted by the EEO Officer.
b. All new supervisory or personnel office employees will be given a
thorough indoctrination by the EEO Officer, covering all major aspects of
the Contractor's EEO obligations within thirty days following their
reporting for duty with the Contractor.
c. All personnel who are engaged in direct recruitment for the project will be
instructed by the EEO Officer in the Contractor's procedures for locating
and hiring minority group employees.
d. Notices and posters setting forth the Contractor's EEO policy will be
placed in areas readily accessible to employees, applicants for
employment and potential employees.
e. The Contractor's EEO policy and the procedures to implement such
policy will be brought to the attention of employees by means of
meetings, employee handbooks, or other appropriate means.
4. Recruitment: When advertising for employees, the Contractor will include in all
advertisements for employees the notation: "An Equal Opportunity Employer."
All such advertisements will be placed in publications having a large circulation
82
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
among minority groups in the area from which the project work force would
normally be derived.
a. The Contractor will, unless precluded by a valid bargaining agreement,
;conduct systematic and direct recruitment through public and private
employee referral sources likely to yield qualified minority group
applicants. To meet this requirement, the Contractor will identify sources
of potential minority group employees, and establish with such identified
sources procedures whereby minority group applicants may be referred
to the Contractor for employment consideration.
b. In the event the Contractor has a valid bargaining agreement providing
for exclusive hiring hall referrals, he is expected to observe the
provisions of that agreement to the extent that the system permits the
Contractor's compliance with EEO contract provisions. (The DOL has
held that where implementation of such agreements have the effect of
discriminating against minorities or women, or obligates the Contractor to
do the same, such implementation violates Executive Order 11246, as
amended.)
c. The Contractor will encourage his present employees to refer minority
group applicants for employment. Information and procedures with
regard to referring minority group applicants will be discussed with
employees.
5. Personnel Actions: Wages, working conditions, and employee benefits shall be
established and administered, and personnel actions of every type, including
hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be
taken without regard to race, color, religion, sex, national origin, age or disability.
The following procedures. shall be followed:
a. The Contractor will conduct periodic inspections of project sites to insure
that working conditions and employee facilities do not indicate
discriminatory treatment of project site personnel.
b. The Contractor will periodically evaluate the spread of wages paid within
each classification to determine any evidence of discriminatory wage
practices.
c. The Contractor will periodically review selected personnel actions in
depth to determine whether there is evidence of discrimination. Where
evidence is found, the Contractor will promptly take corrective action. If
the review indicates that the discrimination may extend beyond the
actions reviewed, such corrective action shall include all affected
persons.
d. The Contractor will promptly investigate all complaints of alleged
discrimination made to the Contractor in connection with his obligations
under this Contract, will attempt to resolve such complaints, and will take
appropriate corrective action within a reasonable time. If the investigation
indicates that the discrimination may affect persons other than the
complainant, such corrective action shall include such other persons.
Upon completion of each investigation, the Contractor will inform every
complainant of all of his avenues of appeal.
6. Training and Promotion:
a. The Contractor will assist in locating, qualifying, and increasing the skills
of minority group and women employees, and applicants for
• employment.
b. Consistent with the Contractor's work force requirements and as
permissible under Federal and State regulations, the Contractor shall
make full use of training programs, i.e., apprenticeship, and on-the-job
training programs for the geographical area of Contract performance.
Where feasible, 25 percent of apprentices or trainees in each occupation
83
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
shall be in their first year of apprenticeship or training. In the event a
special provision for training is provided under this Contract, this
subparagraph will be superseded as indicated in the special provision.
c. The Contractor will advise employees and applicants for employment of
available training programs and entrance requirements for each.
d. The Contractor will periodically review the training and promotion
potential of minority group and women employees and will encourage
eligible employees to apply for such training and promotion.
7. Unions: If the Contractor relies in whole or in part upon unions as a source of
employees, the Contractor will use his/her best efforts to obtain the cooperation
of such unions to increase opportunities for minority groups and women within
the unions, and to effect referrals by such unions of minority and female
employees. Actions by the Contractor either directly or through a Contractor's
association acting as agent will include the procedures set forth below:
a. The Contractor will use best efforts to develop, in cooperation with the
unions, joint training programs aimed toward qualifying more minority
group members and women for membership in the unions and
increasing the skills of minority group employees and women so that
they may qualify for higher paying employment.
b. The Contractor will use best efforts to incorporate an EEO clause into
each union agreement to the end that such union will 'be contractually
bound to refer applicants without regard to their race, color, religion, sex,
national origin, age or disability.
c. The Contractor is to obtain information as to the referral practices and
policies of the labor union except that to the extent such information is
within the exclusive possession of the labor union and such labor union
refuses to furnish such information to the Contractor, the Contractor shall
so certify to the SHA and shall set forth what efforts have been made to
obtain such information.
d. In the event the union is unable to provide the Contractor with a
reasonable flow of minority and women referrals within the time limit set
forth in the collective bargaining agreement, the Contractor will, through
independent recruitment efforts, fill the employment vacancies without
regard to race, color, religion, sex, national origin, age or disability;
making full efforts to obtain qualified and/or qualifiable minority group
persons and women. (The DOL has held that it shall be no excuse that
the union with which the Contractor has a collective bargaining
agreement providing for exclusive referral failed to refer minority
employees.) In the event the union referral practice prevents the
Contractor from meeting the obligations pursuant to Executive Order
11246, as amended, and these .special provisions, such Contractor shall
immediately notify the SHA.
8. Selection of Subcontractors, Procurement of Materials and Leasing of
Equipment: The Contractor shall not discriminate on the grounds of race, color,
religion, sex, national origin, age or disability in the selection and retention of
Subcontractors, including procurement of materials and leases of equipment.
a. The Contractor shall notify all potential Subcontractors and suppliers of
his/her EEO obligations under this Contract.
b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23,
shall have equal opportunity to compete for and perform subcontracts
which the Contractor enters into pursuant to this Contract. The
Contractor will use his best efforts to solicit bids from and to utilize DBE
Subcontractors or Subcontractors with meaningful minority group and
female representation among their employees. Contractors shall obtain
lists of DBE construction firms from SHA personnel.
84
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
c. The Contractor will use his best efforts to ensure Subcontractor
compliance with their EEO obligations.
9. Records and Reports: The Contractor shall keep such records as necessary to
document compliance with the EEO requirements. Such records shall be
retained for a period of three years following completion of the Contract work
and shall be available at reasonable times and places for inspection by
authorized representatives of the SHA and the FHWA.
a. The records kept by the Contractor shall document the following:
1. The number of minority and non -minority group members and
women employed in each work classification on the project;
2. The progress and efforts being made in cooperation with unions,
when applicable, to increase employment opportunities for
minorities and women;
3. The progress and efforts being made in locating, hiring, training,
qualifying, and upgrading minority and female employees; and
4. The progress and efforts being made in securing the services of
DBE Subcontractors or Subcontractors with meaningful minority
and female representation among their employees.
b. The Contractors will submit an annual report to the SHA each July for the
duration of the project, indicating the number of minority, women, and
non -minority group employees currently engaged in each work
classification required by the Contract work. This information is to be
reported on Form FHWA-1391. If on-the-job training is being required by
special provision, the Contractor will be required to collect and report
training data.
III. NONSEGREGATED FACILITIES
(Applicable to all Federal -aid construction contracts and to all related subcontracts of
$10,000 or more.)
a. By submission of this bid, the execution of this Contract or subcontract, or the
consummation of this material supply agreement or purchase order, as
appropriate, the Bidder, Federal -aid construction Contractor, Subcontractor,
material supplier, or vendor, as appropriate, certifies that the firm does not
maintain or provide for its employees any segregated facilities at any of its
establishments, and that the firm does not permit its employees to perform their
services at any location, under its control, where segregated facilities are
maintained. The firm agrees that a breach of this certification is a violation of. the
EEO provisions of this Contract. The firm further certifies that no employee will
be denied access to adequate facilities on the basis of sex or disability.
b. As used in this certification, the term "segregated facilities" means any waiting
rooms, work areas, restrooms and washrooms, restaurants and other eating
areas, time clocks, locker rooms, and other storage or dressing areas, parking
lots, drinking fountains, recreation or entertainment areas, transportation, and
housing facilities provided for employees which are segregated by explicit
directive, or are, in fact, segregated on the basis of race, color, religion, national
origin, age or disability, because of habit, local custom, or otherwise. The only
exception will be for the disabled when the demands for accessibility override
(e.g. disabled parking).
c. The Contractor agrees that it has obtained or will obtain identical certification
from proposed Subcontractors or material suppliers prior to award of
subcontracts or consummation of material supply agreements of $10,000 or
more and that it will retain such certifications in its files.
85
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
IV. PAYMENT OF PREDETERMINED MINIMUM WAGE
(Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related
subcontracts, except for projects located on roadways classified as local roads or rural
minor collectors, which are exempt.)
General:
a. All mechanics and laborers employed or working upon the site of the
work will be paid 'unconditionally and not less often than once a week
and without subsequent deduction or rebate on any account [except
such payroll deductions as are permitted by regulations (29 CFR 3)
issued by the Secretary of Labor under the Copeland Act (40 U.S.C.
276c)] the full amounts of wages and bona fide fringe benefits (or cash
• equivalents thereof) due at time of payment. The payment shall be
computed at wage rates not less than those contained in the wage
determination of the Secretary of Labor (hereinafter "the wage
determination") which is attached hereto and made a part hereof,
regardless of any contractual relationship which may be alleged to exist
between the Contractor or its Subcontractors and such laborers and
mechanics. The wage determination (including any additional
classifications and wage rates conformed under paragraph 2 of this
Section IV and the DOL poster (WH-1321) or Form FHWA-1495) shall be
posted at all times by the Contractor and its Subcontractors at the site of
the work in a prominent and accessible place where it can be easily seen
by the workers. For the purpose of this Section, contributions made or
costs reasonably anticipated for bona fide fringe benefits under Section
1(b)(2) of the Davis -Bacon Act (40 U.S.C..276a) on behalf of laborers or
mechanics are considered wages paid to such laborers or mechanics,
subject to the provisions of Section IV, paragraph 3b, hereof. Also, for
the purpose of this Section, regular contributions made or costs incurred
for more than a weekly period (but not less often than quarterly) under
plans, funds, or programs, which cover the particular weekly period, are
deemed to be constructively made or incurred during such weekly
period. Such laborers and mechanics shall be paid the appropriate wage
rate and fringe benefits on the wage determination for the classification
of work actually performed, without regard to skill, except as provided in
paragraphs 4 and 5 of this Section IV.
b. Laborers or mechanics performing work in more than one classification
may be compensated at the rate specified for each classification for the
time actually worked therein, provided, that the employer's payroll
records accurately set forth the time spent in each classification in which
work is performed.
c. All rulings and interpretations of the Davis -Bacon Act and related acts
contained in 29 CFR 1, 3, and 5 are herein incorporated by reference in
this Contract.
Classification:
d. The SHA contracting officer shall require that any class of laborers or
mechanics employed under the Contract, which is not listed in the wage
determination, shall be classified in conformance with the wage
determination.
86
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
e. The contracting officer shall approve an additional classification, wage
rate and fringe benefits only when the following criteria have been met:
1. the work to be performed by the additional classification
requested is not performed by a classification in the wage
determination;
2. • the additional classification is utilized in the area by the
construction industry;
3. the proposed wage rate, including any bona fide fringe benefits,
bears a reasonable relationship to the wage rates contained in
the wage determination; and
4. with respect to helpers, when such a classification prevails in the
area in which the work is performed.
f. If the Contractor or Subcontractors, as appropriate, the laborers and
mechanics (if known) to be employed in the additional classification or
their representatives, and the contracting officer agree on the
classification and wage rate (including the amount designated for fringe
benefits where appropriate), a report of the action taken shall be sent by
the contracting officer to the DOL, Administrator of the Wage and Hour
Division, Employment Standards Administration, Washington, D.C.
20210. The Wage and Hour Administrator, or an authorized
representative, will approve, modify, or disapprove every additional
classification action within 30 days of receipt and so advise the
contracting officer or will notify the contracting officer within the 30-day
period that additional time is necessary.
g. In the event the Contractor or Subcontractors, as appropriate, the
laborers or mechanics to be employed in the additional classification or
their representatives, and the contracting officer do not agree on the
proposed classification and wage rate (including the amount designated
for fringe benefits, where appropriate), the contracting officer shall refer
the questions, including the views of all interested parties and the
recommendation of the contracting officer, to the Wage and Hour
Administrator for determination. Said Administrator, or an authorized
representative, will issue a determination within 30 days of receipt and so
advise the contracting officer or will notify the contracting officer within
the 30-day period that additional time is necessary
h. The wage rate (including fringe benefits where appropriate) determined
pursuant to paragraph 2c or 2d of this Section IV shall be paid to all
workers performing work in the additional classification from the first day
on which work is performed in the classification.
4. Payment of Fringe Benefits:
a. Whenever the minimum wage rate prescribed in the Contract for a class
of laborers or mechanics includes a fringe benefit which is not expressed
as an hourly rate, the Contractor or Subcontractors, as appropriate, shall
either pay the benefit as stated in the wage determination or shall pay
another bona fide fringe benefit or an hourly case equivalent thereof.
b. If the Contractor or Subcontractor, as appropriate, does not make
payments to a trustee or other third person, he/she may consider as a
part of the wages of any laborer or mechanic the amount of any costs
reasonably anticipated in providing bona fide fringe benefits under a plan
or program, provided, that the Secretary of Labor has found, upon the
written request of the Contractor, that the applicable standards of the
Davis -Bacon Act have been met. The Secretary of Labor may require the
Contractor to set aside in a separate account assets for the meeting of
obligations under the plan or program.
5. Apprentices and Trainees (Programs of the U.S. DOL) and Helpers:
87
Miami River Greenway Streetscape— NW 5th Street Bid No.: 11-12-022
Bridge Extension
a. Apprentices:
1 Apprentices will be permitted to work at less than the
predetermined rate for the work they performed when they are
employed pursuant to and individually registered in a bona fide
apprenticeship program registered with the DOL, Employment
and -Training Administration, Bureau of Apprenticeship and
Training, or with a State apprenticeship agency recognized by the
Bureau, or if a person is employed in his/her first 90 days of
probationary employment as an apprentice in such an
apprenticeship program, who is not individually registered in the
program, but who has been certified by the Bureau of
Apprenticeship and Training or a State apprenticeship agency
(where appropriate) to be eligible for probationary employment as
an apprentice.
2. The allowable ratio of apprentices to journeyman -level employees
on the job site in any craft classification shall not be greater than
the ratio permitted to the Contractor as to the entire work force
under the registered program. Any employee listed on a payroll at
an apprentice wage rate, who is not registered or otherwise
employed as stated above, shall be paid not Tess than the
applicable wage rate listed in the wage determination for the
classification of work actually performed. In addition, any
apprentice performing work on the job site in excess of the ratio
permitted under the registered program shall be paid not Tess
than the applicable wage rate on the wage determination for the
work actually performed. Where a Contractor or Subcontractor is,
performing construction on a project in a locality other than that in
which its program is registered, the ratios and wage rates
(expressed in percentages of the journeyman -level hourly rate)
specified in the Contractor's or Subcontractor's registered
program shall be observed.
3. Every apprentice must be paid at not less than the rate specified
in the registered program for the apprentice's level of progress,
expressed as a percentage of the journeyman -level hourly rate
specified in the applicable wage determination. Apprentices shall
be paid fringe benefits in accordance with the provisions of the
apprenticeship program. If the apprenticeship program does not
specify fringe benefits, apprentices must be paid the full amount
of fringe benefits listed on the wage determination for the
applicable classification. If the Administrator for the Wage and
Hour Division determines that a different practice prevails for the
applicable apprentice classification, fringes shall be paid in
accordance with that determination.
4. In the event the Bureau of Apprenticeship and Training, or a
State apprenticeship agency recognized by the Bureau,
withdraws approval of an apprenticeship program, the Contractor
or Subcontractor will no longer be permitted to utilize apprentices
at less than the applicable predetermined rate for the comparable
work performed by regular employees until an acceptable
program is approved.
b. Trainees:
1. Except as provided in 29 CFR 5.16, trainees will not be permitted
to work at less than the predetermined rate for the work
performed unless they are employed pursuant to and individually
registered in a program which has received prior approval,
88
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
evidenced by formal certification by the DOL, Employment and
Training Administration.
2. The ratio of trainees to journeyman -level employees on the job
site shall -not be greater than permitted under the plan approved
by the Employment and -Training Administration. Any employee
-listed on the payroll at .a trainee rate .who is not registered and
participating in a training plan approved by the Employment and
Training Administration shall be paid not less than the applicable
wage rate on the wage determination for the classification of work
actually performed. In addition, any trainee performing work on
the job site in excess of the ratio permitted under the registered
program shall be paid not less than the applicable wage rate on
the wage determination for the work actually performed.
3. Every trainee must be paid at not less than the rate specified in
the approved program for his/her level of progress, expressed as
a percentage of the journeyman -level hourly rate specified in the
applicable wage determination. Trainees shall be paid fringe
benefits in accordance with theprovisions of the trainee program.
If the trainee program does not mention fringe benefits, trainees
shall be paid the full amount of fringe benefits listed on the wage
determination unless the Administrator of the Wage and Hour
Division determines that there is an apprenticeship program
associated with the corresponding journeyman -level wage rate on
the wage determination which provides for less than full fringe
benefits for apprentices, in which case such trainees shall receive
the same fringe benefits as apprentices.
4. In the event the Employment and Training Administration
withdraws approval of a training program, the Contractor or
Subcontractor will no longer be permitted to utilize trainees at Tess
than the applicable predetermined rate for the work performed
until an acceptable program is approved.
c. Helpers:
Helpers will be permitted to work on a project if the helper classification
is specified and defined on the applicable wage determination or is
approved pursuant to the conformance procedure set forth in Section
IV.2. Any worker listed on a payroll at a helper wage rate, who is not a
helper under a approved definition, shall be paid not less than the
applicable wage rate on the wage determination for the classification of
work actually performed.
6. Apprentices and Trainees (Programs of the U.S. DOT):
Apprentices and trainees working under apprenticeship and skill training
programs which have been certified by the Secretary of Transportation as
promoting EEO in connection with Federal -aid highway construction programs
are not subject to the requirements of paragraph 4 of this Section IV. The
straight time hourly wage rates for apprentices and trainees under such
programs will be established by the particular programs. The ratio of apprentices
and trainees to journeymen shall not be greater than permitted by the terms of
the particular program.
7. Withholding:
89
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
The SHA shall upon its own action or upon written request of an authorized
representative of the DOL withhold, or cause to be withheld, from the Contractor
or Subcontractor under. this Contract or any other Federal contract with the
same prime Contractor, or any other Federally -assisted contract subject to
Davis -Bacon prevailing wage requirements which is held by the same prime
Contractor, as much of the accruedpayments or advances as maybe
considered necessary to pay laborers and mechanics, including apprentices,
trainees, and helpers, employed by the Contractor or any Subcontractor the full
amount of wages required by the Contract. In the event of failure to pay any
laborer or mechanic, including any apprentice, trainee, or helper, employed or
working on the site of the work, all or part of the wages required by the Contract,
the SHA contracting officer may, after written notice to the Contractor, take such
action as may be necessary to cause the suspension of any further payment,
advance, or guarantee of funds until such violations have ceased.
8. Overtime Requirements:
No Contractor or Subcontractor contracting for any part of the Contract work
which may require or involve the employment of laborers, mechanics,
watchmen, or guards (including apprentices, trainees, and helpers described in
paragraphs 4 and 5 above) shall require or permit any laborer, mechanic,
watchman, or guard in any workweek in which he/she is employed on such
work, to work in excess of 40 hours in such workweek unless such laborer,
mechanic, watchman, or guard receives compensation at a rate not Tess than
one -and -one-half times his/her basic rate of pay for all hours worked in excess
of 40 hours in such workweek.
9. Violation:
Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of
the clause set forth in paragraph 7 above, the Contractor and any Subcontractor
responsible thereof shall be liable to the affected employee for his/her unpaid
wages. In addition, such Contractor and Subcontractor shall be liable to the
United States (in the case of 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, mechanic, watchman, or guard employed in violation of the
clause set forth in paragraph 7, in the sum of $10 for each calendar day on
which such employee was required or permitted to work in excess of the
standard work week of 40 hours without payment of the overtime wages
required by the clause set forth in paragraph 7.
10. Withholding for Unpaid Wages and Liquidated Damages:
The SHA shall upon its own action or upon written request of any authorized
representative of the DOL withhold, or cause to be withheld, from any monies
payable on account of work performed by the 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
90
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
Contractor or Subcontractor for unpaid wages and liquidated damages as
provided in the clause set forth in paragraph 8 above.
STATEMENTS AND PAYROLLS
(Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related
subcontracts, except for projects located on roadways classified as local roads or rural
collectors, which are exempt.)
1. Compliance with Copeland Regulations (29 CFR 3):
The Contractor shall comply with the Copeland Regulations of the Secretary of
Labor which are herein incorporated by reference.
2. Payrolls and Payroll Records:
a.. . Payrolls and basicrecordsrelating thereto shall be maintained by the
Contractor and each Subcontractor during the course of the work and
preserved for a period of 3 years from the date of completion of the
Contract for all laborers, mechanics, apprentices, trainees, watchmen,
helpers, and guards working at the site of the work.
b. The payroll records shall contain the name, social security number, and
address of each such employee; his or her correct classification; hourly
rates of wages paid (including rates of contributions or costs anticipated
for bona fide fringe benefits or cash equivalent thereof the types
described in Section 1(b)(2)(B) of the Davis Bacon Act); daily and weekly
number of hours worked; deductions made; and actual wages paid. In
addition, for Appalachian contracts, the payroll records shall contain a
notation indicating whether the employee does, or does not, normally
reside in the labor area as defined in Attachment A, paragraph 1.
Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b,
has found that the wages of any laborer or mechanic include the amount
of any costs reasonably anticipated in providing benefits under a plan or
program described in Section 1(b)(2)(B) of the Davis Bacon Act, the
Contractor and each Subcontractor shall maintain records which show
that the commitment to provide such benefits is enforceable, that the
plan or program is financially responsible, that the plan or program has
been communicated in writing to the laborers or mechanics affected, and
show the cost anticipated or the actual cost incurred in providing
benefits. Contractors or Subcontractors employing apprentices or
trainees under approved programs shall maintain written evidence of the
registration of apprentices and trainees, and ratios and wage rates
prescribed in the applicable programs.
c. Each Contractor and Subcontractor shall furnish, each week in which
any Contract work is performed, to the SHA resident engineer a payroll
of wages paid each of its employees (including apprentices, trainees,
and helpers, described in Section IV, paragraphs 4 and 5, and watchmen
and guards engaged on work during the preceding weekly payroll
period). The payroll submitted shall set out accurately and completely all
of the information required to be maintained under paragraph 2b of this
Section V. This information may be submitted in any form desired.
Optional Form WH-347 is available for this purpose and may be
purchased from the Superintendent of Documents (Federal stock
number 029-005-0014-1), U.S. Government Printing Office, Washington,
91
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
D.C..20402. The prime Contractor is responsible for the submission of
copies of payrolls by all Subcontractors.
d. Each payroll submitted shall be accompanied by a "Statement of
Compliance," signed by the Contractor or Subcontractor or his/her agent
who paysor supervises the payment of the persons employed under the
Contract and shall certify the following:
1. that the payroll for the payroll period contains the information
required to be maintained under paragraph 2b of this Section V
and that such information is correct and complete;
2. that such laborer or mechanic (including each helper, apprentice,
and trainee) employed on the Contract during the payroll period
has been paid the full weekly wages earned, without rebate,
either directly or indirectly, and that no deductions have been
made either directly or indirectly from the full wages earned, other
than permissible deductions as set forth in the Regulations, 29
CFR 3;
3. that each laborer or mechanic has been paid not less that the
applicable wage rate and fringe benefits or cash equivalent for
the classification of worked performed, as specified in the
applicable wage determination incorporated into the Contract.
e. The weekly submission of a properly executed certification set forth on
the reverse side of Optional Form WH-347 shall satisfy the requirement
for submission of the "Statement of Compliance" required by paragraph
2d of this Section V.
f. The falsification of any of the above certifications may subject the
Contractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31
U.S.C. 231.
g. The Contractor or Subcontractor shall make the records required under
paragraph 2b of this Section V available for inspection, copying, or
transcription by authorized representatives of the SHA, the FHWA, or the
DOL, and shall permit such representatives to interview employees
during working hours on the job. If the Contractor or Subcontractor fails
to submit the required records or to make them available, the SHA, the
FHWA, the DOL, or all may, after written notice to the Contractor,
sponsor, applicant, or owner, take such actions as may be necessary to
cause the suspension of any further payment, advance, or guarantee of
funds. Furthermore, failure to submit the required records upon request
or to make such records available may be grounds for debarment action
pursuant to 29 CFR 5.12.
VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR
3. On all Federal -aid contracts on the National Highway System, except those which
provide solely for the installation of protective devices at railroad grade
crossings, those which are constructed on a force account or direct labor basis,
highway beautification contracts, and contracts for which the total final
construction cost for roadway and bridge is less than $1,000,000 (23 CFR 635)
the Contractor shall:
a. Become familiar with the list of specific materials and supplies contained
in Form FHWA-47,- "Statement of Materials and Labor Used by
Contractor of Highway Construction Involving Federal Funds," prior to
the commencement of work under this Contract.
b. Maintain a record of the total cost of all materials and supplies purchased
for and incorporated in the work, and also of the quantities of those
92
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
specific materials and supplies listed on Form FHWA-47, and in the units
shown on Form FHWA-47.
c. Furnish, upon the completion of the Contract, to the SHA resident
engineer on Form FHWA-47 together with the data required in, paragraph
1 b relative Furnish materials and supplies, a final labor summary of all
Contract work indicating the total hours worked and the total amount
earned.
4. At the prime Contractor's option, either a single report covering all Contract work or
separate reports for the Contractor and for each subcontract shall be submitted.
VII. SUBLETTING OR ASSIGNING THE CONTRACT
5. The Contractor shall perform with its own organization Contract work amounting to
not Tess than 30 percent (or a greater percentage if specified elsewhere in the
Contract) of the total original Contract Time, excluding any specialty items
designated by the State. Specialty items may be performed by subcontract and
the amount of any such specialty items performed may be deducted from the
total original Contract Time before computing the amount of work required to be
performed by the Contractor's own organization (23 CFR 635).
a. "Its own organization" shall be construed to include only workers
employed and paid directly by the prime Contractor and equipment
owned or rented by the prime Contractor, with or without operators. Such
term does not include employees or equipment of a Subcontractor,
assignee, or agent of the prime Contractor.
b. "Specialty Items" shall be construed to be limited to work that requires
highly specialized knowledge, abilities, or equipment not ordinarily
available in the type of contracting organizations qualified and expected
to bid on the Contract as a whole and in general are to be limited to
minor components of the overall Contract.
6. The Contract amount upon which the requirements set forth in paragraph 1 of
Section VII is computed includes the cost of material and manufactured products
which are to be purchased or produced by the Contractor under the Contract
provisions.
7. The Contractor shall furnish (a) a competent superintendent or supervisor who is
employed by the firm, has full authority to direct performance of the work in
accordance with the Contract requirements, and is in charge of all construction
operations (regardless of who performs the work) and (b) such other of its own
organizational resources (supervision, management, and engineering services)
as the SHA contracting officer determines is necessary to assure the
performance of the Contract.
8. No portion of the Contract shall be sublet, assigned or otherwise disposed of except
with the written consent of the SHA contracting officer, or authorized
representative, and such consent when given shall not be construed to relieve
the Contractor of any responsibility for the fulfillment of the Contract. Written
consent will be given only after the SHA has assured that each subcontract is
evidenced in writing and that it contains all pertinent provisions and
requirements of the prime Contract.
VIII. SAFETY: ACCIDENT PREVENTION
9. In the performance of this .Contract the Contractor shall comply with all applicable
Federal, State, and local laws governing safety, health, and sanitation (23 CFR
635). The Contractor shall provide all safeguards, safety devices and protective
93
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
equipment and take any other needed actions as it determines, or as the SHA
contracting officer may determine, to be reasonably necessary -to protect the life
and health of employees on the job and the safety of the public and to protect
property in connection with the performance of the work covered by the
Contract.
10. It is a condition of this Contract, and shall be made a condition of each subcontract,
which the Contractor enters into pursuant to this Contract, that the Contractor
and any Subcontractor shall not permit any employee, in performance of the
Contract, to work in surroundings or under conditions which are unsanitary,
hazardous or dangerous to his/her health or safety, as determined under
construction safety and health standards (29 CFR 1926) promulgated by the
Secretary of Labor, in accordance with Section 107 of the Contract Work Hours
and Safety Standards Act (40 U.S.C. 333).
11. Pursuant to 29 CFR 1926.3, it is a condition of this Contract that the Secretary of
Labor or authorized representative thereof, shall have right of entry to any site of
Contract performance to inspect or investigate the matter of compliance with the
construction safety and health standards and to carry out the duties of the
Secretary under Section 107 of the Contract Work Hours and Safety Standards
Act (40 U.S.C. 333).
IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS
In order to assure high quality and durable construction in conformity with approved
plans and specifications and a high degree of reliability on statements and
representations made by engineers, Contractors, suppliers, and workers on Federal -aid
highway projects, it is essential that all persons concerned with the project perform their
functions as carefully, thoroughly, and honestly as possible. Willful falsification,
distortion, or misrepresentation with respect to any facts related to the project is a
violation of Federal law. To prevent any misunderstanding regarding the seriousness of
these and similar acts, the following notice shall be posted on each Federal -aid highway
project (23 CFR 635) in one or more places where it is readily available to all persons
concerned with the project:
NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID HIGHWAY
PROJECTS
18 U.S.C. 1020 reads as follows:
"Whoever, being an officer, agent, or employee of the United States, or of any State or
Territory, or whoever, whether a person, association, firm, or corporation, knowingly
makes any false statement, false representation, or false report as to the character,
quality, quantity, or cost of the material used or to be used, or the quantity or quality of
the work performed or to be performed, or the cost thereof in connection with the
submission of plans, maps, specifications, contracts, or costs of construction on any
highway or related project submitted for approval to the Secretary of Transportation; or
Whoever knowingly makes any false statement, false representation, false report or
false claim with respect to the character, quality, quantity, or cost of any work performed
or to be performed, or materials furnished or to be furnished, in connection with the
construction of any highway or related project approved by the Secretary of
Transportation; or
94
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
Whoever knowingly makes any false statement or false representation as to material
fact in any statement, certificate, or report submitted pursuant to provisions of the
Federal -aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and
supplemented;
Shall be fined not more that $10, 000 or imprisoned not more than 5 years or both."
X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION
CONTROL ACT
(Applicable to all Federal -aid construction contracts and to all related subcontracts of
$100,000 or more.)
By submission of this bid or the execution of this Contract, or subcontract, as
appropriate, the Bidder, Federal -aid construction Contractor, or Subcontractor, as
appropriate, will be deemed to have stipulated as follows:
12. That any facility that is or will be utilized in the performance of this Contract, unless
such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857
et seq., as amended by Pub.L. 91-604), and under the Federal Water Pollution
Control Act, as amended (33 U.S.C. 1251 et seq., as amended by Pub.L. 92-
500), Executive Order 11738, and regulations in implementation thereof (40
CFR 15) is not listed, on the date of contract award, on the U.S. Environmental
Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20.
13. That the firm agrees to comply and remain in compliance with all the requirements
of Section 114 of the Clean Air Act and Section 308 of the Federal Water
Pollution Control Act and all regulations and guidelines listed thereunder.
14. That the firm shall promptly notify the SHA of the receipt of any communication from
the Director, Office of Federal Activities, EPA, indicating that a facility that is or
will be utilized for the Contract is under consideration to be listed on the EPA
List of Violating Facilities.
15. That the firm agrees to include or cause to be included the requirements of
paragraph 1 through 4 of this Section X in every nonexempt subcontract, and
further agrees to take such action as the government may direct as a means of
enforcing such requirements.
XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND
VOLUNTARY EXCLUSION
16. instructions for Certification Primary Covered Transactions:
(Applicable to all Federal -aid contracts 49 CFR 29)
a. By signing and submitting this Bid, the prospective primary participant is
providing the certification set out below.
b. The inability of a person to provide the certification set out below will not
necessarily result in denial of participation in this covered transaction.
The prospective participant shall submit an explanation of why it cannot
provide the certification set out below. The certification or explanation will
be considered in connection with the department or agency's
determination whether to enter into this transaction. However, failure of
the prospective primary participant to furnish a certification or an
95
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
explanation shall disqualify such a person from participation in this
transaction.
c. The certification in this clause is a material representation of fact upon
which:reliance wasplaced when -the department or agency determined .to
enter into -this transaction. If it is -later determined that the: prospective
primary participant knowingly rendered an erroneous certification, in
addition to other remedies available to the Federal Government, the
department or agency may terminate this transaction for cause of
default.
d. The prospective primary participant shall provide immediate written
notice to the department or agency to whom this Bid is submitted if any
time the prospective primary participant learns that its certification was
erroneous when submitted or has become erroneous by reason of
changed circumstances.
e. The terms "covered transaction," "debarred," "suspended," "ineligible,"
"lower tier covered transaction," "participant," "person," "primary covered
transaction," "principal," "proposal," and "voluntarily excluded," as used
in this clause, have the meanings set out in the Definitions and Coverage
sections of rules implementing Executive Order 12549. You may contact
thedepartment or agency to which this Bid is submitted for assistance in
obtaining a copy of those regulations.
f. • The prospective primary participant agrees by submitting this Bid that,
should the proposed covered transaction be entered into, it shall not
knowingly enter into any lower tier covered transaction with a person
who is debarred, suspended, declared ineligible, or voluntarily excluded
from participation in this covered transaction, unless authorized by the
department or agency entering into this transaction.
g. The prospective primary participant further agrees by submitting this Bid
that it will include the clause titled "Certification Regarding Debarment,
Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered
Transaction," provided by the department or agency entering into this
covered transaction, without modification, in all lower tier covered
transactions and in all solicitations for lower tier covered transactions.
h. A participant in a covered transaction may rely upon a certification of a
prospective participant in a lower tier covered transaction that is not
debarred, suspended, ineligible, or voluntarily excluded from -the covered
transaction, unless it knows that the certification is erroneous. A
participant may decide the method and frequency by which it determines
the eligibility of its principals. Each participant may, but is not required to,
check the nonprocurement portion of the "Lists of Parties Excluded From
Federal Procurement or Nonprocurement Programs" (Nonprocurement
List) which is compiled by the General Services Administration.
i. Nothing contained in the foregoing shall be construed to require
establishment of a system of records in order to render in good faith the
certification required by this clause. The knowledge and information of
participant is not required to exceed that which is normally possessed by
a prudent person in the ordinary course of business dealings.
Except for transactions authorized under paragraph f of these
instructions, if a participant in a covered transaction knowingly enters into
a lower tier covered transaction with a person who is suspended,
debarred, ineligible, or voluntarily excluded from participation in this
transaction, in addition to other remedies available to the Federal
Government, the department or agency may terminate this transaction
for cause or default.
96
Miami River Greenway Streetscape — NW 5th Street
Bridge Extension
Bid No.: 11-12-022
Certification Regarding Debarment, Suspension, Ineligibility and Voluntary
Exclusion --Primary Covered 'Transactions
1. The prospective primary participant certifies to the best of its
knowledge and belief, that it and its principals:
a. Are not presently debarred, suspended, proposed for debarment,
declared ineligible, or voluntarily excluded from covered
transactionsby any Federal department or agency;
b. Have not within a 3-year period preceding this Bid been convicted
of or had a civil judgement rendered against them for commission
of fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (Federal, State or
local) transaction or contract under a public transaction; violation
of Federal or State antitrust statutes or commission of
embezzlement, theft, forgery, bribery, falsification or destruction
of records, making false statements, or receiving stolen property;
c. Are not presently indicted for or otherwise criminally or civilly
charged by a governmental entity (Federal, State or local) with
commission of any of the offenses enumerated in paragraph 1 b
of this certification; and
d. Have not within a 3-year period preceding this application/Bid had
one or more public transactions (Federal, State or local)
terminated for cause or default.
2. Where the prospective primary participant is unable to certify to any
of the statements in this certification, such prospective participant
shall attach an explanation to this Bid.
1. Instructions for Certification - Lower Tier Covered Transactions:
(Applicable to all subcontracts, purchase orders and other lower tier transactions
of $25,000 or more - 49 CFR 29)
. By signing and submitting this Bid, the prospective lower tier is providing
the certification set out below.
a. The certification in this clause is a material representation of fact
upon which reliance was placed when this transaction was entered into.
If it is later determined that the prospective lower tier participant
knowingly rendered an erroneous certification, in addition to other
remedies available to the Federal Government, the department, or
agency with which this transaction originated may pursue available
remedies, including suspension and/or debarment.
b. The prospective lower tier participant shall provide immediate written
notice to the person to which this Bid is submitted if at any time the
prospective lower tier participant learns that its certification was
erroneous by reason of changed circumstances.
c.The terms "covered transaction," "debarred," "suspended," "ineligible,"
"primary covered transaction," "participant," "person," "principal,"
"proposal," and "voluntarily excluded," as used in this clause, have the
meanings set out in the Definitions and Coverage sections of rules
implementing Executive Order 12549. You may contact the person to
97
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
which this Bid is submitted for assistance in obtaining a copy of those
regulations.
d. The prospective lower tier participant agrees by submitting this Bid
that, should the proposed covered transactionbe. entered .into, it shall not
knowingly enter into any lower tier covered transaction with a person
who is debarred, suspended, declared ineligible, or voluntarily excluded
from.participation in this covered transaction, unless authorized by the
department or agency with which this transaction originated.
e. The prospective lower tier participant further agrees by submitting
this Bid that it will include this clause titled "Certification Regarding
Debarment, Suspension, Ineligibility and Voluntary. Exclusion -Lower Tier
Covered Transaction," without modification, in all lower tier covered
transactions and in allsolicitations for lower tier covered transactions.
f. A participant in a covered transaction may rely upon a certification of a
prospective participant in a lower tier covered transaction that is not
debarred, suspended, ineligible, or voluntarily excluded from the covered
transaction, unless it knows that the certification is erroneous. A
participant may decidethe method and frequency by which it determines
the eligibility of its principals. Each participant may, but is not required to,
check the Nonprocurement List.
g. Nothing contained in the foregoing shall be construed to require
establishment of a system of records in order to render in good faith the
certification required by this clause. The knowledge and information of
participant is not required to exceed that which is normally possessed by
a prudent person in the ordinary course of business dealings.
h. Except for transactions authorized under paragraph e of these
instructions, if a participant in a covered transaction knowingly enters into
a lower tier covered transaction with a person who is suspended,
debarred, ineligible, or voluntarily excluded from participation in this
transaction, in addition to other remedies available to the Federal
Government, the department or agency with which this transaction
originated may pursue available remedies, including suspension and/or
debarment.
Certification Regarding Debarment, Suspension, Ineligibility and Voluntary
Exclusion --Lower Tier Covered Transactions:
9. The prospective lower tier participant certifies, by submission of this Bid,
that neither it nor its principals is presently debarred, suspended,
proposed for debarment, declared ineligible, or voluntarily excluded from
participation in this transaction by any Federal department or agency.
10. Where the prospective lower tier participant is unable to certify to any of
the statements in this certification, such prospective participant shall
attach an explanation to this Bid.
XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING
(Applicable to all Federal -aid construction contracts and to all related subcontracts
which exceed $100,000 - 49 CFR 20)
98
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
1. The prospective participant certifies, by signing and submitting this Bid or
proposal, to the best of his or her knowledge and belief, that:
k.No Federal appropriated funds have been paid or will be paid, by or on
behalf: of the undersigned, toany person for influencing or attempting to
influence an officer or employee of any Federal 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.
I. 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 Federal 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.
2. This certification is a material representation of fact upon which reliance was
placed when this transaction was made or entered into. Submission of this
certification is a prerequisite for making or entering into this transaction
imposed by 31 U.S.C. 1352. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000 and
not more than $100,000 for each such failure.
3. The prospective participant also agrees by submitting his or her Bid or
proposal that he or she shall require that the language of this certification be
included in all lower tier subcontracts, which exceed $100,000 and that all
such recipients shall certify and disclose accordingly.
ATTACHMENT A - EMPLOYMENT PREFERENCE FOR APPALACHIAN
CONTRACTS
(Applicable to Appalachian contracts only.)
1. During the performance of this Contract, the Contractor undertaking to do work
which is, or reasonably may be, done as on -site work, shall give preference to
qualified persons who regularly reside in the labor area as designated by the
DOL wherein the Contract work is situated, or the subregion, or the
Appalachian counties of the State wherein the Contract work is situated,
except:
a. To the extent that qualified persons regularly residing in the area are not
available.
b. For the reasonable needs of the Contractor to employ supervisory or
specially experienced personnel necessary to assure an efficient
execution of the Contract work.
c. For the obligation of the Contractor to offer employment to present or
former employees as the result of a lawful collective bargaining contract,
99
Miami River Greenway Streetscape — NW 5th Street
Bridge Extension
Bid No.: 11-12-022
provided that the number of nonresident persons employed under this
subparagraph 1c shall not exceed 20 percent of the -total number of
employees employed by the Contractor on the Contract work, except as
provided in subparagraph 4 below.
2. The Contractor shall place a job order with the State Employment Service
indicating (a) the classifications of the laborers, mechanics and other
employees required to perform the Contract work, (b) the number of
employees required in each classification, (c) the date on which he estimates
such employees will be required, and (d) any other pertinent information
required by the State Employment Service to complete the job order form. The
job order may be placed with the State Employment Service in writing or by
telephone. If during the course of the Contract work, the information submitted
by the Contractor in the original job order is substantially modified, he shall
promptly notify the State Employment Service.
3. The Contractor shall give full consideration to all qualified job applicants
referred to him by the State Employment Service. The Contractor is not
required to grant employment to any job applicants who, in his opinion, are not
qualified to perform the classification of work required.
4. if, within 1 week following the placing of a job order by the Contractor with the
State Employment Service, the State Employment Service is unable to refer
any qualified job applicants to the Contractor, or less than the number
requested, the State Employment Service will forward a certificate to the
Contractor indicating the unavailability of applicants. Such certificate shall be
made a part of the Contractor's permanent project records. Upon receipt of
this certificate, the Contractor may employ persons who do not normally reside
in the labor area to fill positions covered by the certificate, notwithstanding the
provisions of subparagraph 1 c above.
5. The Contractor shall include the provisions of Sections 1 through 4 of this
Attachment A in every subcontract for work which is, or reasonably may be,
done as on -site work.
22. Wage Rates for Federal -Aid Projects
For this Contract, payment of predetermined minimum wages applies. The U.S. Department
of Labor Wage Rates applicable to this Contract are listed in Wage Rate Decision
Number(s) FL100325 04/01/2011, as modified up through ten days prior to the opening of
bids. Obtain the applicable General Decision(s) (Wage Tables) through the FDOTs website
and ensure that employees receive the minimum wages applicable. You may, if applicable,
refer to the Wage Table —current as of this Contract date —attached and incorporated in
section 5 herein.
Review the General Decisions for all classifications necessary to complete the project.
Request additional classifications through the Engineer's office when needed. When
multiple wage tables are assigned to a Contract, general guidance of their use and
examples of construction applicability is available on the Department's website. Contact the
Department's Wage Rate Coordinator before bidding if there are still questions concerning
the applicability of multiple wage tables. The URL for obtaining the Wage Rate Decisions is
www.dot.state.fl.us/construction/wage.shtm. Contact the FDOT's Wage Rate Coordinator at
(850) 414-4251 if the FDOT's Website cannot be accessed or there are questions.
Weekly payrolls must be submitted to the City's construction manager. They shall set out
accurately and completely all of the information required to be maintained under 29 CFR
5.5(a)(3)(i), as detailed above in section 19, except that full social security numbers and
home addresses SHALL NOT be included on weekly transmittals. Instead the payrolls shall
100
Miami River Greenway Streetscape - NW 5th Street Bid No.: 11-12-022
Bridge Extension
only need to include an individually identifying: number for each employee (e.g., the Iasi four
digits; of the employee's social security number). Where this paragraph conflicts with
FHWA 1273 with regard to home addresses and social security numbers this paragraph
shall prevail.
.23. Publicly -Owned Equipment
Publicly owned equipment is not allowed for this contract. It should not normally compete
with privately owned equipment on a project to be let to contract. There may be exceptional
cases, however, in which the use of equipment of the State or local public agency for
highway construction purposes may be warranted or justified. A proposal by any STD for
the use of publicly owned equipment on such a project must be supported by a showing
that it would clearly be cost effective to do so under the conditions peculiar to the individual
project or locality. Where publicly owned equipment is to be made available in connection
with construction work to be let to contract, Federal funds may participate in the cost of
such work provided the following conditions are met:. (1) The proposed use of such
equipment is clearly set forth in the Plans, Specifications and Estimate (PS&E) submitted to
the Division Administrator for approval. (2) The advertised specifications specify the items
of publicly owned equipment available for use by the successful bidder, the rates to be
charged, and the points of availability or delivery of the equipment; and (3) The advertised
specifications include a notification that the successful bidder has the option either of
renting part or all of such equipment from the State or local public agency or otherwise
providing the equipment necessary for the performance of the Contract work. In the rental
of publicly owned equipment to Contractors, the State or local public agency shall not profit
at the expense of Federal funds. Unforeseeable conditions may make it necessary to
provide publicly owned equipment to the Contractor at rental rates agreed to between the
Contractor and the State or local public agency after the work has started. Any such
arrangement shall not form the basis for any increase in the cost of the project on which
Federal funds are to participate. When publicly owned equipment is used on projects
constructed on a force account basis, costs may be determined by agreed unit prices or on
an actual cost basis. When agreed unit prices are applied the equipment need not be
itemized nor rental rates shown in the estimate. However, if such work is to he performed
on an actual cost basis, the STD shall submit to the Division Administrations for approval
the schedule of rates proposed to be charged, exclusive of profit, for the publicly owned
equipment made available for use.
24. Public Agencies in Competition with the Private Sector
The City reserves the right, before awarding a Contract, to require a Bidder to summit
evidence of his/her qualification, as may be deemed necessary, and consider any evidence
available to it of the financial, technical and other qualifications and abilities of the bidder.
The Contract will be awarded only to a Bidder fully qualified to undertake the proposed
work. All material or services must meet all applicable Federal, State and Local
specifications and permit requirements. In accordance with 23 CFR 635.112(e), no public
agency shall be permitted to bid in competition or to enter into subcontracts with
private contractors.
25. FDOT Specifications
All work done must be completed using the 2007 FDOT Standard Specifications for Road
and Bridge Construction, hereby incorporated.
26. On The Job Training Requirements
101
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
As part of the Contractor's equal employment opportunity affirmative action program,
training shall be provided as follows:
The Contractor shall provide on-the-job training aimed at developing -full journeymen in
the. type(s) of trade or job classification(s) involved in the work. In the event the
Contractor subcontracts a portion of the Contract work, he/she shall determine how
many, if any, of -the trainees are to be trained_ by the Subcontractor provided, that the
Contractor shall retain the primary responsibility for meeting the training requirements
imposed by this Special Provision. The Contractor shall apply the requirements of this
Training Special Provision to such subcontract. Where feasible, .25% of apprentices or
trainees in each occupation shall be in their first year of apprenticeship or training.
The number of trainees will be estimated on the number of calendar days of the
Contract, the dollar value, and the scope of work to be performed. The trainee goal will
be finalized at a Post-Preconstruction Trainee Evaluation Meeting and the goal will be
distributed among the work classifications based on the following criteria:
1) Determine the number of trainees on Federal Aid Contract:
(a) No trainees will be required for contracts with a contract time allowance of
less than 225 calendar days.
(b) If the contract time allowance is 225 calendar days or more, the number of
trainees shall be established in accordance with the following chart:
Estimated Contract Amount Trainees Required
Under $1,000,000 0
Over $1,000,000 to 3,000,000 2
Over $3,000,000 to 5,000,000 3
Over $5,000,000 to $10,000,000 5
Over 10,000,000 to 15,000,000 7
Over 15,000,000 to 20,000,000 9
Over 20,000,000 to * 12
One Additional trainee per $5,000,000 of estimated construction contract amount over
$20,000,000.
Further, if the Contractor or Subcontractor requests to utilize banked trainees as
discussed later in this Special Provision, a Banking Certificate will be validated at this
meeting allowing credit to the Contractor for previously banked trainees. The
Contractor's Project Manager, the Construction Project Engineer and the Department's
District Compliance Manager will attend this meeting. Within ten days after the Post-
Preconstruction Training Evaluation Meeting, the Contractor shall submit to the
Department for approval an On -The -Job Training Schedule indicating the number of
trainees to be trained in each selected classification and the portion of the contract time
during which training of each trainee is to take place. This schedule may be subject to
change if the following occur:
1) When a start date on the approved On -The -Job Training Schedule has been
missed by 14 or more days;
2) When there is a change(s) in previously approved classifications;
3) When replacement trainees are added due to voluntary or involuntary
term ination
The revised schedule will be resubmittedto and approved by the Department's District
Compliance Manager.
102
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
The following criteria will be used in determining whether or not the Contractor has
complied with this Training Special Provision as it relates to the number of trainees to
be trained:
1. Full credit will be allowed for each trainee that is .both -enrolled and satisfactorily
completes training on this Contract. Credit for trainees, over the established number -for
this Contract, will'be carried in a "bank" for the Contractor and credit will be allowed for
those surplus trainees in subsequent, applicable projects. A `banked" trainee is
described as an employee who has been trained on a project, over and above the
established goal, and for which the Contractor desires to preserve credit for utilization
on a subsequent project.
2. Full credit will be allowed for each trainee that has been previously enrolled in the
Department's approved training program on another contract and continues training in
the same job classification for a significant period and completes his/her training on this
Contract.
3. Full credit will be allowed for each trainee who, due to the amount of work available
in his/her classification, is given the•greatest practical amount of training on the contract
regardless of whether or not the trainee completes training.
4. Full credit will be allowed for any training position indicated in the approved On -The -
Job Training Schedule, if the Contractor can demonstrate that he/she has made his/her
a good faith effort to provide training in that classification.
5. No credit will be allowed for a trainee whose employment by the Contractor is
involuntarily terminated unless the Contractor can clearly demonstrate good cause for
this action.
The Contractor shall, as far as is practical, comply with the time frames established in
the approved On -The -Job Training Schedule. When this proves to be impractical, a
revised schedule shall be submitted and approved as provided above.
103
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
Training and upgrading of minorities, women and economically disadvantaged persons
toward journeyman status is a primary objective of this Training Special Provision.
Accordingly, the Contractor shall make every effort to enroll minority trainees and
women (e.g., by conducting systematic and direct recruitment .through .public, and
private sources likely to yield minority and women trainees) to the extent such persons
are available within a reasonable area of recruitment. If a non -minority male is enrolled
into On -The -Job Training, the On -The -Job Training Notification of Personnel Action
Form notifying the District Compliance Manager of such action shall be .accompanied
by a disadvantaged certification or a justification for such action acceptable to the
Department's District Compliance Manager. The Contractor will be given an opportunity
and will be responsible for demonstrating the steps that he has taken in pursuance
thereof, prior toa determination as to whether the Contractor is in compliance with this
Training Special Provision. This training is not intended, and shall not be used, to
discriminate against any applicant for training, whether a minority, woman or
disadvantaged person. No employee shall be employed as a trainee in any
classification in which he/she has successfully completed a training course leading to
journeyman status, has been employed as a journeyman, or has had extensive
experience in the classification being considered for training. The Contractor shall
satisfy this requirement by including appropriate questions in the employee application
or by other suitable means. Regardless of the method used, the Contractor's records
should document the findings in each case.
The minimum length and type of training for each classification will be as established at
the Post-Preconstruction Trainee Evaluation Meeting and approved by the Department.
Graduation to journeyman status will be based upon satisfactory completion of
Proficiency Demonstrations set up as milestones in each specific training classification,
completion of the minimum hours in a training classification range and the employer's
satisfaction that the trainee does meet journeyman status in the classification of
training. Upon reaching journeyman status, the following documentation must be
forwarded to the District Compliance Office; Trainee Enrollment and Personnel Action
Form, the Proficiency Demonstration Verification Form signed at each milestone by a
representative of both the Contractor and the Department and a letter stating that the
trainee has sufficiently progressed in the craft and is being promoted to journeyman
status.
The Department and the Contractor shall establish a program that is tied to the scope
of the work in the project and the length of operations providing it is reasonably
calculated to meet the equal employment opportunity obligations of the Contractor and
to qualify the average trainee for journeyman status in the classifications concerned, by
at least, the minimum hours prescribed for a training classification. Furthermore,
apprenticeship programs registered with the U.S. Department of Labor, Bureau of
Apprenticeship and Training, or with a State apprenticeship agency recognized by the
Bureau and training programs approved but not necessarily sponsored by the U.S.
Department of Labor, Manpower Administration, Bureau of Apprenticeship and Training
shall also be considered acceptable provided it is being administered in a manner
consistent with the equal employment obligations of Federal Aid highway construction
contract. Approval or acceptance of a training schedule shall be obtained from the
Department prior to commencing work on the classifications covered by the program.
A voluntary On -The -Job Training Program is available to a Contractor which has been
awarded a state funded project. Through this program, the Contractor will have the
option to train employees on state funded projects for "banked credit" as discussed
previously in this provision, to be utilized on subsequent Federal Aid Projects where
104
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
training is required. Those Contractors availing themselves of this opportunity to train
personnel on .state .funded projects and .bank traineehours for credit shall comply with
all training criteria set forth in this Special Provision for Federal Aid:Projects.
It is the intention of these: provisions that ,training is to be : provided in the construction
crafts rather than clerk -typists or secretarial type positions. Training is permissible in
positions such as office" 'engineers, estimators, etc., where the training is oriented
toward construction, applications. Training in the laborer classification may be permitted
provided that significant and meaningful training is provided and approved by the
District Compliance Office. Some offsite training is permissible as long -as the training is
an integral part of:an approved training program and does not compromise a significant
part of the overall training.
As approved in advance by the District Compliance Manager, credit will be given for
training of persons in excess of the number specified herein under the.. current Contract
or a Contractor will be allowed to bank trainees who have successfully completed a
training program and may apply those trainees to a training requirement in subsequent
project(s) upon approval of the Department's District Compliance Manager. This credit
will be given even though the Contractor may receive training program funds from other
sources, provided such other source do not specifically prohibit the Contractor from
receiving other form of compensation. Credit for offsite training indicated above may
only be made to the Contractor where he, does one or more of the following and the
trainees are concurrently employed on a Federal Aid Project; contributes to the cost of
the training, provides the instruction to the trainee and pays the trainee's wages during
the offsite training period.
No credit shall be given to the Contractor if either the failure to provide the required
training, or the failure to hire the trainee as a journeyman, is caused by the Contractor
and evidences a lack of good faith on the part of the Contractor in meeting the
requirements of this Training Special Provision.
The Contractor shall compensate the trainee at no less than the laborer rate
established in the Contract at the onset of training. This compensation rate will be
increased to the journeyman's wage for that classification upon graduation from the
training program.
The Contractor shall furnish the trainee a copy of the program he will follow in providing
the training. The Contractor shall provide each trainee with a certification showing the
type and length of training satisfactorily completed.
The Contractor shall maintain records to document the actual hours each trainee is
engaged in training on work being performed as a part of this Contract.
The Contractor shall submit to the District Compliance Manager a copy of an On -The -
Job Training Notification of Personnel Action form no later than seven days after the
effective date of the action when the following occurs: a trainee is transferred on the
project, transferred from the project to continue training on another contract, completes
training, upgraded to journeyman status or voluntary terminates or is involuntary
terminated from the project.
The Contractor shall furnish to the District Compliance Manager a copy of a Monthly
Time Report for each trainee. The monthly report for each month shall be submitted no
later than the tenth day of the subsequent month. The Monthly Time Report shall
indicate the phases and sub -phases of the number of hours devoted to each.
105
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
Highway or Bridge Carpenter Helper, Mechanic Helper, Rodman/Chainman,
Timekeeper, trainees will not be approved for the On -The -Job Training Program.
Painters, Electricians, and Mechanics are identified as crafts under-utilized by
minorities. All training classifications except Laborers are identified as under-utilized by
females.
Priority selection should also include those crafts under-utilized and/or void of minorities
and/or female by that particular company's workforce.
If the Contractor does not select a training classification that has been targeted as an
under-utilized craft, and those classifications can be used for the selection of training for
this project, the On -The -Job Training "Schedule will not be approved unless written
justification for exceptions is attached.
27. Owner Force Account Contracting
Owner Force Account contracting is not allowed for this contract. The City does not
allow the direct performance of highway construction work by its own resources of
labor, equipment, materials and supplies furnished by the City and used under City's
direct control.
28. ,E-Verify- Mandatory Use
Contractor shall utilize the U.S. Department of Homeland Security's E-Verify system to
confirm the employment eligibility of all persons employed by the Contractor during the term
of the Contract to perform employment duties within Florida and all persons, including
subcontractors, assigned by the Vendor/Contractor to perform work pursuant to the contract
with the Department.
106
Miami River Greenway Streetscape— NW 5th Street Bid No.: 11-12-022
Bridge Extension
BID FORM (Page I of.9)
SECTION 4
BID FORM
Submitted:
City of Miami, Florida
Office of the City Clerk
City Hall, 1st Floor
3500 Pan American Drive
Miami, Florida 33133-5504
Date
The undersigned, as Bidder, hereby declares that the only persons interested in this Bid as
principal are named herein and that no person other than herein mentioned has any interest in this
bid or in the Contract to be entered into; that this Bid is made without connection with any other
person, firm, or parties making a Bid; and that it is, in all respects, made fairly and in good faith
without collusion or fraud.
The Bidder further declares that it has examined the site of the Work and informed itself fully of all
conditions pertaining to the place where the Work is to be done; that it has examined the Contract
Documents and all addenda thereto furnished before the opening of the bids, as acknowledged
below; and that it has satisfied itself about the Work to be performed; and that it has submitted the
required Bid Guaranty; and all other required information with the Bid; and that this Bid is submitted
voluntarily and willingly.
The Bidder agrees, if this Bid is accepted, to contract with the City, a political subdivision of the
State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all
necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all
labor necessary to construct and complete within the time limits specified the Work covered by the
Contract Documents for the Project(s) entitled:
Bid No: 11-12-022
Title: Miami River Greenway — NW 5th Street Bridge Extension
The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative
form of security, if permitted by the City, each for not less than the total Bid price, plus alternates, if
any, and to furnish the required Certificate(s) of Insurance.
The undersigned further agrees that the Bid guaranty accompanying the Bid shall be forfeited if
Bidder fails to execute said Contract, or fails to furnish the required Performance Bond and
Payment Bond or fails to furnish the required Certificate(s) of Insurance within fifteen (15) calendar
days after being notified of the award of the Contract.
In the event of arithmetical errors, the Bidder agrees that these errors are errors which may be
corrected by the City. 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. •
107
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
BID FORM (Page.2-of 9)
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 thereis a discrepancy between the numerical and written Bid Amount,
the written Bid Amount will prevail. Citil Form SU must be submitted with your bid. The SU
Form can befound posted on the webpage with the bid docunients.
Our Bid Amount Includes the total cost for the Work specified in this solicitation, consisting of
furnishing all materials, labor, equipment, permits, supervision, mobilization, overhead & profit
required in accordance with the Bid Specifications.
Item 1: BASE BID AMOUNT:
Item 2: ALLOWANCE FOR PERMITS: $ 112,000.00
TOTAL BID AMOUNT (item 1 + item 2): $
Written Total Bid Amount
108
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
BID FORM (Page.3 of 9)
Thespreadsheet:with>Unit Prices is required to be submitted within the Bid Submittal
Forms.
Bidders must download the version of MS Excel Bid Form that is -available for download at:
http://www:miamioov.com/Capitallmprovements/pages/ProcurementOpportunities/Default.
Failure to submit the Spreadsheet may result in the Bid being determined to be non-
responsive. MS Excel sheet shall round all bid price to the second decimal.
Miami River Greenway Streetscape — NW 5th Street. Bridge Extension, B-30336
Line
{ ,$
Pay Item- o
Y
$ f n iY xJ K
Pay Item5Descnption
1:. L t�' C. S H,:. ,.`i. .
Unit
f ?
Quantity
\ , ,
Unit Cost x
4
Cost
1
1
2
2
3
3
4
4
7
7
8
8
9
9
10
10
109
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
BID FORM (Page 4 of 9)
Part I: DIRECTIONS: COMPLETE PART .I.OR PART II, WHICHEVER. APPLIES, AND PARTS 1I1
AND IV (If applicable)
Part 1: Listed below are the dates of issue for each Addendum received in connection with
thisBid:
Addendum No. 1, Dated
Addendum No. 2, Dated
Addendum No. 3, Dated
Addendum No. 4, Dated
Part 1I: 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. Affirmative Action Plan
Successful bidder(s) shall establish an Affirmative Action Plan or an Affirmative Action Policy
pursuant to Ordinance #10062 as amended. Effective date of implementation must be
indicated on the policy: and
2. First Source Hiring
Bidder certifies that it has read and understood the provisions of City of Miami Ordinance
Section 18-110, pertaining to the implementation of a "First Source Hiring Agreement".
Evaluation of bidder's responsiveness to Ordinance Section 18-110 may be a consideration in
the award of a contract.
3. Non -Collusion
Bidder certifies that the only persons interested .in this Bid are named herein; that no other
person has any interest in this Bid or in the Contract to which this Bid pertains; that this Bid is
made without connection or arrangement with any other person; and
4. Drug Free Workplace
The undersigned Bidder hereby certifies that it will provide a drug -free workplace program by:
.(1) Publishing a statement notifying its employees that the unlawful manufacture,
distribution, dispensing, possession, or use of a controlled substance is prohibited in the
Bidder's workplace, and specifying the actions that will be taken against employees for
violations of such prohibition;
(2) Establishing a continuing drug -free awareness program to inform its employees about:
(i) The dangers of drug abuse in the workplace;
(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;
110
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
BID FORM (Page 5 of 9)
(3). .Giving all employees engaged in performance of the Contract a copy of the statement
required by subparagraph (1);
(4) Notifying all.employees, in writing, of the statement required.by subparagraph (1), that as
a condition of employment on a covered Contract, the employee shall:
(i) Abide by the terms of the statement; and
(ii) Notify the employer in writing of the employee's conviction under a criminal drug
statute -for a violation occurring in the workplace no later than five (5) calendar days
after such conviction;
(5) Notifying the City in writing within ten (10) calendar days after receiving notice under
subdivision (4) (ii). above, froman employee or otherwise receiving actual notice of such
conviction. The notice shall include the position title of the employee;
(6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a
conviction, taking one of the following actions with respect to an employee who is convicted
of a drug abuse violation occurring in the workplace:
(i) Taking appropriate personnel action against such employee, up to and
including termination; or
(ii) Requiring such employee to participate satisfactorily in a drug abuse
assistance or rehabilitation program approved for such purposes by a federal, state,
or local health, law enforcement, or other appropriate agency; and
(7) Making a good faith effort to maintain a drug -free workplace program through
implementation of subparagraphs(1) through (6); and
5. Lobbying
The undersigned certifies to the best of his or her knowledge and belief, that:
(1) No Federal appropriated funds have been paid, or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or employee
of any agency, a Member of Congress, an officer or employee of Congress, or an employee
of a Member of Congress in connection with the awarding of any Federal contract, the
making of any Federal grant, the making of any Federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of any Federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid to any person for
influencing or attempting to influence an officer or employee of any agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in
connection with this Federal contract, grant, loan, or cooperative agreement, the
undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report
Lobbying," in accordance with its instructions.
(3) This undersigned shall require that the language of this certification be included in the
award documents for "AII" 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.
111
Miami River Greenway Streetscape— NW 5th Street Bid No.: 11-12-022
Bridge Extension
BID FORM (Page-6 of 9)
Thiscertificationisa material representation of factupon which reliance was placed when
this transaction wasmade 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 ao file the required certification shall be subject to a civil penalty of not
less than $10,000 and not more than $100,000 for each such failure; and
* Note: In these instances, "All" in the Final Rule is expected to be clarified to show that it
applies to covered contract/grant transactions over $100,000 (per QMB).
6. Debarment, Suspension and Other Responsibility Matters
The Bidder certifies to the best of its knowledge and belief, that it and its principals:
(a) Are not presently debarred, suspended, proposed for debarment, and declared
ineligible or voluntarily excluded from covered transactions by any Federal department
or agency.
(b) Have not within a three-year period preceding this proposal been convicted of or had a
civil judgment rendered against them for commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing a public (Federal, State,
or local) transaction or contract under a public transaction; violation of Federal or State
antitrust statutes or falsification or destruction of records, making false statements, or
receiving stolen property;
(c) Are not presently indicted for or otherwise criminally or civilly charged by a government
entity (Federal, State, or local) with commission of any of the offenses enumerated in
paragraph 6.b of this certification; and
(d) Have not within a three-year period preceding this application/proposal had one or more
public transactions (Federal, State, or local) terminated for cause or default.
Where the prospective Bidder is unable to certify to any of the statements in this certification, such
Bidder shall submit an explanation to the City of Miami.
Part IV; Certification — Trench Safety Act
The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of the Trench Safety
Act, and will comply with all applicable trench safety standards. Such assurance shall be legally
binding on all persons employed by the Bidder and subcontractors.
The Bidder is also obligated to identify the anticipated method and cost of compliance with the
applicable trench safety standards.
Bidder acknowledges that included in the various items of the proposal and in the total Bid price
are costs for complying with the Florida Trench Safety Act. These items are a breakout of the
respective items involving trenching and will not be paid separately. They are not to be confused
with bid items in the schedule of prices, nor be considered additional Work.
112
Miami River Greenway Streetscape - NW 5th Street Bid No.: 11-12-022
Bridge Extension
BID:FORM (Pagel of 9)
The Bidder further identifies the costs and methodssummarized below:
Quantity Unit
Description Unit Price Price
Extended . Method
Total $
Attached is a Bid Bond [ ], Cash [ ], Money Order [ ], Unconditional/Irrevocable Letter of Credit [
], Treasurer's Check [ ], Bank Draft [ ], Cashier's Check [ ], Bid Bond Voucher [ ] or Certified
Check [ ] No. Bank of for
the sum of Dollars ($ )•
The Bidder shall acknowledge this Bid and certifies to the above stated in Part III and IV by signing
and completing the spaces provided below.
Firm's Name:
Signature:
Printed Name/Title:
City/State/Zip:
Telephone No.:
Facsimile No.:
Social Security
No. or Federal
I.D.No.:
E-Mail Address:
Dun and
Bradstreet No.:
if a partnership, names and addresses of partners:
(if applicable)
113
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
BID FORM (Page 8 of 9)
CERTIFICATE OFAUTHORITY-
(IF CORPORATION)
I HEREBY CERTIFY that at a meeting of the Board of Directors of
, a corporation organized and existing under the laws of
the State of , held on the _day of , a resolution was duly passed
and adopted authorizing (Name) as (Title) of the
corporation to execute bids on behalf of the corporation and providing that his/her execution thereof, attested
by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that
said resolution remains in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20
Secretary:
Print:
CERTIFICATE OF AUTHORITY
(IF PARTNERSHIP)
I HEREBY CERTIFY that at a meeting of the Board of Directors of
, a partnership organized and existing under the laws of
the State of , held on the day of , a resolution was duly passed and
adopted authorizing (Name) as (Title) of the to execute
bids on behalf of the partnership and provides that his/her execution thereof: attested by a partner, shall be
the official act and deed of the partnership.
I further certify that said partnership agreement remains in full force and effect.
Partner:
Print:
IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20
CERTIFICATE OF AUTHORITY
(IF JOINT VENTURE)
Joint ventures must submit a joint venture agreement indicating that the person signing this Bid is authorized
to sign Bid documents on behalf of the joint venture. If there is no joint venture agreement each member of
the joint venture must sign the Bid and submit the appropriate Certificate of Authority (corporate, partnership,
or individual).
CERTIFICATE OF AUTHORITY
(IF INDIVIDUAL)
I HEREBY CERTIFY that, I (Name) , individually. and doing
business as (d/b/a) (If Applicable) have executed and am
bound by the terms of the Bid to which this attestation is attached.
IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20
Signed:
Print:
114
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
BID FORM (Page 9 of 9)
STATE OF
)
COUNTY OF
NOTARIZATION
SS:
The •foregoing instrument was acknowledged before me this day of
20 , by , who is personally known to me or who has produced
as identification and who (did / did not) take an oath.
SIGNATURE OF NOTARY PUBLIC
STATE OF FLORIDA
PRINTED, STAMPED OR TYPED
NAME OF NOTARY PUBLIC
115
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
BID BOND FORM
State of Florida
County of. Dade
City of Miami )
(Page 1 of 3)
)
SS
Section :5-.Attachments
BID BOND FORMS
KNOWN ALL PERSONS BY THESE PRESENTS, that as
Principal, as Surety,
are held and firmly bound unto The City of Miami, in the penal sum of
Dollars ($ ) lawful money of the United States, for the payment of which sum
well and truly to be made, we bind ourselves, our heirs, executors, administrators and
successors, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has
submitted the accompanying Bid, dated , .20_, for:
Miami River Greenway - NW 5th Street Bridge Extension, B-30336
NOW THEREFORE:
(a) If the principal shall not withdraw said Bid within one hundred twenty (120) days after
date of opening the same, and shall within ten (10) days after the prescribed forms are
presented to him for signature, enter into a written contract with the City, in accordance
with the bid as accepted, and give bond with good and sufficient Surety or Sureties, as
may be required, for the faithful performance and proper fulfillment of such contract; or,
(b) In the event if the withdrawal of said Bid within the period specified, or the failure to enter
into such contract and give such bond within the time specified, if the principal shall pay
the City the difference between the amount specified in said Bid and the amount for
which the City may procure the required Work and supplies, if the latter amount be in
excess of the former, then the above obligation shall be void and of no effect, otherwise
to remain in full force and virtue.
116
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
BID BOND FORM (Page.2 of 3)
IN WITNESS WHEREOF, the above bound parties have executed this instrument under
their several seals, this day of , A. D., 20,
the name and corporate seal of each party being hereto affixed and these presents duly
signed by its undersigned representative, pursuant to authority of its governing body.
WITNESS: (If Sole Ownership,
Partnership, or Joint Venture,
two (2) Witnesses are: required.
If Corporation, Secretary
only will attest and affix seal.)
PRINCIPAL:
(Name of Firm)
Affix
Seal
(Signature of authorized officer)
(Title)
(Business Address)
City
State Zip
Surety:
(Corporate Surety)
Affix
Seal
Surety Secretary (Signature of Authorized Officer)
(Title)
(Business Address)
City
117
Miami River Greenway Streetscape — NW 5th Street
Bridge Extension
State Zip
Bid No.: 11-12-022
BID; BOND FORM (Page 3 of 3)
CERTIFICATE AS TO CORPORATE PRINCIPAL
I, , certify that I am the Secretary of
the Corporation named as Principal in the within bond; that
of said corporation; that I know his signature, and the
signature hereto is genuine; and that said bond was duly signed, sealed and attested for and in
behalf of said corporation by authority of its governing body.
STATE OF FLORIDA )
COUNTY OF DADE
City OF MIAMI
SS
(Corporate Seal)
Before me, a Notary Public duly commissioned, and qualified, personally
appeared to me well known, who being by me first duly
sworn upon oath, says that he/she is the attorney -in -fact, for the
and that he/she has been authorized by
to execute the foregoing bond on behalf of the Contractor named
therein in favor of The City of Miami, Florida.
Subscribed and sworn to before me this day of A. D., 20_
INSTRUCTIONS: Bid Bonds
must be accompanied by
a Power of Attorney, in
compliance with
Instructions to Bidders
Notary Public, State of Florida at Large
118
Miami River Greenway Streetscape — NW 5th Street
Bridge Extension
My Commission Expires:
Bid No.: 11-12-022
SUPPLEMENT TO, BID FORM:
QUESTIONNAIRE
This Completed 'Form 'Must :Be ::Submitted With The .Bid, The City May,, At Its 'Sole
Discretion,`°;`Require,:That The Bidder Submit Additional Information Not Included In The
Submitted Form::Such`Information: Must Be- Submitted. Within Seven (7).Calendar Days Of
The City's :Request. `Failure To :Submit The Form Or Additional Information Upon
Request By The City 'Shall 'ResultIn The Rejection Of The Bid As Non -Responsive.
Additional Pages May Be' Used Following -The : Same: Format And Numbering.
By submitting its Bid the Bidder certifies the truth and accuracy of all information contained
herein.
A. Business Information
1. How many years has. your company been in business under its current name and
ownership?
a. Professional Licenses/Certifications (include name and number)* Issuance Date
(*include active certifications of small or disadvantage business & name of certifying entity)
b. Date company licensed by Dept. Of Professional Regulation:
c. Qualified Business License: ❑ Yes❑ No If Yes, Date Issued:
c. What is your primary business?
(This answer should be specific. For example; paving, drainage, schools, interior renovations, etc.)
d. Name of Qualifier, license number, and relationship to company:
e. Names of previous Qualifiers during the past five (5) years including, license numbers,
relationship to company and years as qualifier for the company
2. Name and Licenses of any prior companies
Name of Company
License No. Issuance Date
3. Type of Company:
❑ Corporation ❑ "S" Corporation❑LLC❑ Sole Proprietorship ❑Other:
(Corporations will be required to provide a copy of their corporate resolution prior to executing a contract)
119
Miami River Greenway Streetscape — NW 5`h Street Bid No.: 11-12-022
Bridge Extension
4. Company Ownership.
a. identifyall owners of the company
Name Title
of ownership
b . Is any owner identified above an owner in another company? n Yes No
If yes, identify the name of the owner, other company names, and % ownership
c. identify all individuals authorized to sign for the company, indicating the level of their
authority ( check applicable boxes and for other provide specific levels of authority)
Name
Title Signatory Authority
All Cost No -Cost Other
)I
C
n ❑
❑ n
C
Explaination for Other:
(Note: "All" refers to any type of document including but not limited to contracts, amendment, change
proposal requests (CPR), change orders (CO), notices, claims, disputes, etc. "Cost" refers to CPRs,
COs. No -cost refers to RFIs, Notices, and other similar docuemnts)
5. .Employee Information
Total No. of Employees: Number of Managerial/Admin. Employees:
Number of Trades Personnel and total number per classification:
(Apprentices must be listed separately for each classification)
How many employees are working under H2B visas?
120
Miami River Greenway Streetscape — NW 5th Street
Bridge Extension
Bid No.: 11-12-022
6. Has;any owner or employee of the company ever been convicted of a federal offense or
moral turpitude: If.yes, please explain:
7. Insurance & Bond Information
a. Insurance Carrier name & address:
b. Insurance Contact Name, telephone, & e-mail:
c. Insurance Experience Modification Rating (EMR):
(if no EMR rating please explain why)
d. Number of Insurance Claims paid out in last 5 years & value:
e. Bond Carrier name & address:
f. Bond Carrier Contact Name, telephone, & e-mail:
g. Number of Bond Claims paid out in last 5 years & value:
8. Have any claims lawsuits been file against your company in the past 5 years, If yes,
identify all where your company has either settle or an adverse judgment has been
issued against your company. Identify the year basis for the claim or judgment &
settlement unless the value of the settlement is covered by a written confidentiality
agreement.
9. To the best of your knowledge is your company or any officers of your company
currently under investigation by any law enforcement agency or public entity. If yes,
provide details:
10. Has your company been assessed liquidated damages or defaulted on a project in the
past five (5) years?. ❑ Yes ❑ No (If yes, provide an attachment that provides an
explanation of the project and an explanation.
11. Has your company been cited for any OSHA violations in the past five (5) years. If yes,
please provide an attachment including all details on each citation,
121
Miami River Greenway Streetscape — NW sth Street Bid No.: 11-12-022
Bridge Extension
12. Provide an attachment listing all of the equipment, with a value of $5,000 or greater,
owned by your. company.
B. Project Management `& Subcontract..Details
1. Project Manager for this Project:
a. Name:
b. Years with Company:
c Licenses/Certifications:
d. Last 3 projects with the company including role, scope of work, & value of project:
2. Subcontractors:
Name
Trade
% of Work License No. Certification*
(*active certifications of small or disadvantage business & name of certifying entity)
How many Subcontractor employees are working under H2B visas:
3. Scope of actual construction work to be performed by your company and the
corresponding percentage of the work: (This does not include such items as insurance * bonds, dumpsters,
trailers, and other similar non -construction work items)
C. Current and Prior Experience:
1 Current Experience including projects currently under construction, recently awarded, or
pending award (Provide an attachment to this questionnaire that lists all such projects,
including the owner's name, title and value of project, scope of work, projected or actual
start date, projected completion date, and number of company trades personnel
assigned to the project)
2. Prior Projects of a similar size, scope and: Provide an attachment to this Questionnaire
that includes completed projects the Bidder considers of a similar, size, scope and
complexity that the City should consider in determining the Bidders responsiveness and
responsibility. This attachment must include the project that meets the minimum number
122
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
of ,projects _identified by the bid solicitation. Information provided must include: the
owner's name, address:and contact person;including telephone°& e-mail,title of project,
location of project scope, initial value and finalcost:of theproject, projected andfinal
timeframes for completion in calendar days and. the number. of company trades
..........
personnel, by classification, that were assigned to the project. The delivery method,
including, but not : limited to; design -build, CM@Risk, Design -Bid -Build, etc. is to ; be
identified for each Project. If there is a difference between the initial and final cost or
initial -and actual timeframe provide details on why the differences exist. A reference
letter is to .be completed by the owner of the Project and submitted as part of the Bid
submission.
D. Bidder's References
Bidders are to include a minimum of five (5) references from completed projects listed in
C.2 above. The attached form must to be used and is to be included with the Bid
submission. The City, at its sole discretion may allow the Bidder to submit the references
after the specified, date for Bid submission.
123
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
JOHNNY MARTINEZ, P.E.
City Manager
To Whom it May Concern
Subject: Reference Letter
Name of Bidder:
'The above referenced Contractor is submitting on a bid solicitation that has been issued by the
City of Miami. We require that the Bidder provide written references with their Bid submission
and by providing you with this document the Contractor is requesting that you provide the
following reference information. We would appreciate you providing the information requested
below as well as any other information your feel is pertinent:
Name of Project:
Scope of work:
Value of project: $ Date Completed:
Percentage of work self -performed by Contractor:
OA
Was project completed on time & within budget: E Yes ❑ No
If no, was the contractor at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No
If yes, please provide details:
Comments:
Thank you for your assistance in helping us in evaluating our bid solicitation.
Name of individual completing this form: Date:
Signature: Title:
Telephone: E-mail:
Sincerely,
Albert Sosa, P.E., Director
Capital Improvements Program
124
Miami River Greenway Streetscape — NW 5th Street
Bridge Extension
Bid No.: 11-12-022
DBE COMPLIANCE INFORMATION /FORMS /INSTRUCTIONS
The Florida Department of Transportation "Department"'began:its.DBE race neutral program.January 1,
2000. Contract: specific_ goals are.not:placed on Federal/State:.contracts; however the. Department
has an overall 8:1 %:DBE goal it must achieve. In order to assist contractors in determining their DBE
commitment level `the Department has reviewed the estimates -for this letting.
As you prepare your bid, please monitor potential or anticipated DBE utilization for contracts. When the
low bidder executes the contract with the. Department, information will be requested of the contractor's
anticipated DBE participation -for the project. While the utilization is not mandatory in order tobe awarded
the project, continuing utilization of DBE firms on contractssupports the success of Florida's Voluntary
DBE Program, and:supports contractors' Equal Employment Opportunity and. DBE Affirmative Action
Programs.
NOTE: Any project listed as 0%.DBEavailability does not mean that a DBE may not be used on that
project. A 0% DBE availability may have been established due to any of the following reasons: limited
identified subcontracting opportunities, minimal contract days, and/or small contract dollar amount.
Contractors are encouraged to identify any opportunities to subcontract to DBEs.
If you have any questions regarding this information, please contact the Equal Opportunity Office at (850)
414-4747.
DBE Reporting
If you are the prime contractor on a project, complete the attached Anticipated DBE Participation
Statement and submit the information at the pre -construction or pre -work conference for all federal and
state funded projects. This will not become a mandatory part of the contract. It will assist the Department
in tracking and reporting planned or estimated DBE utilization. During the contract, the prime contractor
is required to report actual payments to all subcontractors through the web -based Equal Opportunity
Reporting System (EORS), BizWeb.
All DBE payments must be reported whether or not you initially planned to utilize the company. In order
for our race neutral DBE Program to be successful, your cooperation is imperative. If you have any
questions concerning the completion or submission of this information, contact the FDOT EOO at (850)
414-4747.
Bid Opportunity List
The Federal DBE Program requires States to maintain a database ofall firms that are participating or
attempting to participate on FDOT-assisted contracts. The list must include all firms that bid on prime
contracts or bid or quote subcontracts on FDOT-assisted projects, including both DBEs and non -DBEs.
A form is included to record bidders' information for ALL subcontractors or sub -consultants who quoted to
you for specific projects for this letting.
If a contractor quoted to you for more than one project you only need list that contractor once. If you have
submitted a bidder's list to the Department previously, you need only list new companies who have
quoted to you or requested to be on specific projects. If you do not know the answers to numbers 2, 3, 4,
or 5 you may leave them blank and the Department will complete them. This information should be
returned with your bid package or proposal package or submitted to the Equal Opportunity Office within
three days of your submission. It can be mailed or faxed.
Please reply to: Florida Department of Transportation Equal Opportunity Office
• 605 Suwannee Street, MS 65
Tallahassee, FL 32399-0450
(850) 414-4747
(850) 414-4879
125
Miami River Greenway Streetscape — NW 5th Street
Bridge Extension
Bid No.: 11-12-022
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
ANTICIPATED DBE PARTICIPATION STATEMENT
275-030-11
EQUAL OPPORTUNITY OFFICE
02/08
1 tFINANCIALSPROJECT'NO.
2. FAP: NO.
3..CONTRACT NO.
4. COUNTY(IES)
5: DISTRICT
69PRIME:CONTRACTOR NAME
7. FEID NUMBER
8 + CONTRACTrDOLLAR AMOUNT
9. REVISION? IF YES, REVISION NUMBER:
10 0ISiTHE PRIME CONTRACTORWA FLORIDA
CERTIFIED l`DBE; ?R(DISADVANTAGED
BUSINE85 ENTERPRISE)
❑ NO
❑ YES
11. IS THE WORK OF THIS CONTRACT
CONSTRUCTION ❑ OR MAINTENANCE ❑?
12.ANTIGIPATED DBE SUBCONTRACTS
DBE SUBCONTRACTORor.SUPPLIER
TYPE OF WORKISPECIALTY
DOLLAR AMOUNT
PERCENT OF
CONTRACT
DOLLARS
A
B
C
D
E
F
11A TOTAL DOLLARS TO
DBE'S
11 B TOTAL PERCENT OF
CONTRACT
$0.00
0.00%
=13 SUBMITTED.BY
12 .DATE
13. TITLE OF SUBMITTER
14'EMAIL ADDRESS.'OFSUBMITTER
15. FAX NUMBER
16. PHONE NUMBER
NvTqp.mtlIOPINFORMATION!S USED°70 TRACK ARE NDOPORT ANTIIPATE CD»DBE PARTICIPATNtI ION.ALL STATEA 'NDsFEDERALLY
FUNDED . FDOT •CONTRACTS THE "ANTICIPATED ':DBE AMT , OUNIS VOLUNTARY AND -W(LL0 NT 'B OECOME A' PART 'O,TH F E
CONTRACTUAL TERMS THIS*ORMMUST BE SUBM TTED AT THE PRE CONSTRUCTION OR PRE. WORK CONFERENCE;FDOT STAFF
F;ORWARD:S,THE:FORM .T.O. THE.EQU'AL OPP..ORTUMTY,OF:.FICE
THE. FOLL'OW/ING. SECTIONS xARE xF,OR' ,FDO ' USE
Dis
T
17 :PROCESSED TBY
18 DATE 70 EO' OFFICE
19. LETTING DATE
20. EXECUTED DATE
21. PRECON DATE
223UBMITTEDTO EOBY
■ FAX ❑ EMAIL
'
❑ SHARED FOLDER
EO
OF.0
23kINCWOE DJN_DBEPARTICIPATION';REP.ORT:OF; (MIDM
126
Miami River Greenway Streetscape — NW 5th Street
Bridge Extension
Bid No.: 11-12-022
Equal OpportunityReporting System Information
To comply with: changes. in the Disadvantaged Business.Enterpnse (DBE)Program, the. Department is collectingboth
actual. payments made;to subcontractors.and:sub=consultants and. DBE,commitment.amounts Actual payments will be
collected'throiaghthe webbased.Equal Opportunity-Reportinq'System (EORS) and commitments will.be collected`throuc h
the Anticipated; DBE` Participation' Statements:
It isextremely important: that; you continue to submit the. Anticipated. DBE Participation. Statement at the.pre-construction
conference for'all•federal •and state funded:projects. This primary information is used by the. State and Federal
Government to evaluate our performance in the DBE Program.
In addition,- for;. federal; and state funded; projects, you mustalso report actual payments in the Equal Opportunity
Reporting System. Revisions were made to the specifications beginning with the October 2000 letting that states in
section 9-67
The Contractor is required to report monthly, through the Department's Equal Opportunity Reporting System on
the Internet at www.dot.state.fl.us, actual payments, retainage, minority status, and the work type of all
subcontractors and suppliers.
Since the specifications were revised, we have made some additional modifications to ease the burden on the contractor.
We will pursue making the permanent modifications to the specifications. In the interim, each month you must report
actual payments to all DBE subcontractors, sub -consultants and suppliers. Payments to all non -DBE subcontractors and
sub -consultants will need to be reported either monthly or at the end of the project. Payments to non -DBE suppliers need
not be reported at all. This information can be submitted in hard copy form. if necessary.
Instructions for accessing the EORS are included. If you have any questions, please contact the Equal Opportunity Office
at (850) 414-4747.
INSTRUCTIONS FOR ACCESSING THE EQUAL OPPORTUNITY REPORTING SYSTEM
Purpose
The Florida Department of Transportation, Equal Opportunity Office has been charged with requirements of reporting
Disadvantaged Business Enterprise Information to the U.S. Department of Transportation, Federal Highway
Administration (FHWA) according to the new 49 Code of Federal Regulations Part 26. The Equal Opportunity Reporting
system was developed as a solution to collect this information.
Objective
The Equal Opportunity Reporting system will collect information of actual payments and retainage paid to the Prime .
Consultant/Contractor by the Department of Transportation and the Prime Consultant/Contractor's actual payments and
retainage paid to their subs and suppliers, by the type of work they performed. The reporting of this information will be
performed by the Prime on a monthly basis for an invoiceor estimate number per contract.
To establish access to the new Equal Opportunity Reporting System (BizWeb),
contact Business Innovations Plus toll -free at 1-877-249-8725.
The site location is http://vwvw.bipincwebapps.com/bizwebflorida/
127
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
INSTRUCTIONS FOR COMPLETINGDBE/AA PLAN
NOTE:. THE DBE/AA PLAN MUST BE APPROVED BY THE EQUAL OPPORTUNITY: OFFICE. AND
COMPLETED IN ACCORDANCE. WITH CHAPTER14-78,'FLORIDA ADMINISTRATIVE CODE
DBE/AA'PLANS
DBE/AA Plans.must be submitted by the prime contractor, be submitted on company letterhead (first; page only),
signed by a company official, dated and contain all elements of an effective DBE/AA Plan (sample enclosed).
'Plans, that do not meet these mandatory requirements may not be approved. Approvals are fora (3)-three year
period and should°be updated at -anytime there is a change in the company's DBE. Liaison Officer and/or
President.
DBE/AA Plans mustbe received with the contractors bid or received by the Equal Opportunity Office prior to the
award of the contract.
MAIL PLANS TO:
Florida Department of Transportation
Equal Opportunity Office
605 Suwannee. Street, MS 65
Tallahassee, Florida 32399-0450
Questions concerning the DBE/AA Plan may be directed to the Contract Compliance Section by calling (850) 414-
4747.
128
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
DBE AFFIRMATIVE ACTION PLAN
POLICY STATEMENT
It is the policy of that disadvantaged businesses,
as defined by 49 CFR-Part 26, Subpart and implemented under Rule Chapter 14-78, F.A.C., shall have the
opportunity to participate as subcontractors and suppliers on all contracts awarded by the'Florida Department of
Transportation.
The requirements of Rule Chapter 14-78, F.A.C., shall apply to all contracts entered into between the Florida
Department of Transportation and
Subcontractors and/or suppliers to
will also be bound by the requirements of Rule Chapter 14-78 F.A.C.
and it's subcontractors shall
take all necessary and reasonable steps in accordance with Chapter 14-78, F.A.C., to ensure that disadvantaged
businesses have the opportunity to compete and perform work contracted with the Florida Department of Transportation.
, and its subcontractors shall not
discriminate on the basis of race, color, religion, national origin, disability, sex, or age in the administration of contracts
with the Department of Transportation.
, has designated and appointed
a Liaison Officer to develop, maintain, and monitor the DBE Affirmative Action Plan implementation. The Liaison
Officer will be responsible for disseminating this policy statement throughout
and to disadvantaged controlled businesses. The statement is posted on notice boards of the Company.
X
, President
Date
129
Miami River Greenway Streetscape - NW 5th Street Bid No.: 11-12-022
Bridge Extension
1. DESIGNATION:OF LIAISON 'OFFICER
will aggressively recruit disadvantaged
businesses as°:subcontractors.. and. suppliers for all -contracts with the Florida Department. of Transportation The: Company
hasappointed. a Liaison Officer to develop and maintain' this Affirmative Action -Plan in' accordance with the requirements
Of Rule Chapter 14-78,F.A.C.
The Liaison Officer will have primary responsibility fordeveloping, maintaining, and monitoring. the Company's
utilization of disadvantaged subcontractors in addition to the following specific duties:
(1) The_LiaisonOfficer shall aggressively solicit bids.from disadvantaged business
subcontractors for all Florida Department of Transportation contracts;
(2) The Liaison Officer will submit all records, reports, and documents required by the Florida
Department_of'Transportation, and shall maintain such records for a period of not less than
three years, orr as directed by any specific contractual requirements of:the Florida Department
of Transportation.
The following individual has been designated Liaison Officer with responsibility for implementing the Company's
affirmative action program in accordance with the requirements of the Florida Department Transportation.
(Liaison Officer's Name)
(Your Company's Name)
(Your Company's Address)
(Phone Number for Liaison Officer)
(Enter FEIN or Tax Id Number)
II. AFFIRMATIVE ACTION METHODS
In order to formulate a realistic Affirmative Action Plan,
has identified the following known barriers to participation by disadvantaged subcontractors, before describing its
proposed affirmative action methods:
1. Lack of qualified disadvantaged subcontractors in our specific geographical areas of work;
2. Lack of certified disadvantaged subcontractors who seek to perform Florida Department of Transportation
work;
3. Lack of interest in performing on Florida Department of Transportation contracts;
4. Lack of response when requested to bid;
5. Limited knowledge of Florida Department of Transportation plans and specifications to prepare a
responsible bid.
In view of the barriers to disadvantaged businesses stated above, it shall be the policy of
to provide opportunity by utilizing the following
affirmative action methods to ensure participation on the contracts with the Florida Department of Transportation.
will:
1. Provide written notice to all certified DBE subcontractors in the geographical area where the work is to be
subcontracted by the Company;
2. Advertise in minority focused media concerning subcontract opportunities with the Company;
130
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
3. Select portions: of work to be performed by DBEs in order to increase the likelihood of meeting contract
goals.(including, where, appropriate, breaking down contracts.into economically feasible units to facilitate
DBE :participation);
4. Provide adequate information about the plans, specifications, and requirements of the contract,not
rejecting subcontractors without sound reasons based on a thorough investigation of their capabilities;
5. Waive requirements of performance bonds where it is practical to do so;
6. Attend pre -bid meetings held by the Florida. Department of Transportation to apprise disadvantaged
subcontractors of opportunities with the Company;
7. Follow up on initial solicitations of interest to DBE subcontractors to determine with certainty whether the
DBE company is interested in the subcontract opportunity.
understands that this list of affirmative
action methods is not exhaustive and will include additional approaches after having established familiarity with the
disadvantaged subcontracting community and/or determined the stated approaches to be ineffective.
III. IMPLEMENTATION
On contracts with specific DBE goals,
will make every effort to meet contract goals as stated by utilizing its affirmative action methods. On projects with no
specific goals, the Company will, as an expression of good faith, seek to utilize DBE subcontractors where work is to be
subcontracted.
IV. REPORTING
shall keep and maintain such records as
are necessary to determine the Company's compliance with its DBE Affirmative' Action Plan.
The Company will design its record keeping system to indicate:
1. The number of DBE subcontractors and suppliers used by the Company, identifying the items of work,
materials and services provided;
2. The efforts and progress being made in obtaining DBE subcontractors through local and community sources;
3. Documentation of all contracts, to include correspondence, telephone calls, newspaper advertisements, etc.,
to obtain DBE participation on all Florida Department of Transportation projects;
4. The Company shall comply with Florida Department of Transportation's requirements regarding
payments to subcontractors including DBEs for each month (estimate period) in which the
companies have worked.
V. DBE DIRECTORY
will utilize the DBE Directory published
by the Florida Department of Transportation.
The Company will distribute Form Number 275-030-01, Schedule A Certification Form Number 1, to potential
DBE contractors and assist in their completion
131
Miami River Greenway Streetscape - NW 5th Street Bid No.: 11-12-022
Bridge Extension
Please:compllete and mailor fax to:
Equal Opportunity Office
605.Suwannee "St.,; MS65
Tallahassee, FL `32399=0450
TELEPHONE: (850) 414-4747
FAX: (850) 414-4879
This information may also be included in yourbidor proposal package.
Prime Contractor/Consultant:
Address/Telephone Number:
Bid/Proposal Number:
Quote Submitted MM/YR:
49 CFR Part 26.11 requires the Florida Department of Transportation to develop and maintain a "bid
opportunity list." The list is intended to bea listing of all firms that are participating, or attempting to
participate, on DOT -assisted contracts. The list must include all firms that bid on prime contracts, or bid or
quote subcontracts and materials supplies on DOT -assisted projects, including both DBEs and non -
DBEs. For consulting companies this list must include all subconsultants contacting you and expressing
an interest in teaming with you ona specific DOT assisted project. Prime contractors and consultants
must provide information for Nos.1, 2, 3 and 4 and should provide any information they have available on
Numbers 5, 6, 7, and 8 for themselves, and their subcontractors and subconsultants.
1. Federal Tax ID Number:
Receipts
2. Firm Name:
million
3. Phone:
million
4. Address:
million
million
million
5. Year Firm Established:
6. ❑ DBE
❑ Non -DBE
7. ❑ Subcontractor
❑ Subconsultant
8. Annual Gross
❑ Less than $1
❑ Between $1 - $5
❑ Between $5 - $10
D Between $10 - $15
❑ More than $15
1. Federal Tax ID Number: 6. ❑ DBE 8. Annual Gross
Receipts
2. Firm Name: E Non -DBE D Less than $1
million
3. Phone: ❑ Between $1 - $5
million
4. Address: ❑ Between $5 - $10
million
7. ❑ Subcontractor
million
million
5. Year Firm Established:
132
Miami River Greenway Streetscape - NW 5th Street
Bridge Extension
❑ Between $10 - $15
❑ vSubconsultant ❑ More than $15
Bid No.: 11-12-022
1. Federal.Tax ID Number: 6. ❑ DBE 8 Annual Gross
Receipts
2. •:Firm Name: ❑ Non -DBE ❑ Less:than_$1
million
3.' . Phone:
million
4. • Address:
million
million
million
5. Year Firm Established:
7. ❑ Subcontractor
❑ Between $1 - $5
❑ .Between $5 - $10
❑ Between $10 $15
❑ Subconsultant ❑ More than.$15
133
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
Executive:Orde01.246,,As Amended
Executive -Order'11246-- Equal Employment Opportunity
SOURCE: The provisions of Executive Order 11246 of Sept..24,,1965, appear at 30 FR
-12319, 12935,'3 "CFR, .1964-1965:Comp., p.339, unless otherwise noted.
Under andby virtue of the:authority vested in me as President of the United States by
the Constitution,and statutes of the. United: States, it is ordered as follows:
Partl -Nondiscrimination in Government Employment
[Part I superseded by EO 11478 of Aug. 8, 1969, 34 FR 12985, 3 CFR, 1966-1970
Comp., p. 803]
Part II Nondiscrimination in Employment by Government Contractors and
Subcontractors
Subpart A - Duties of the. Secretary of Labor
SEC. 201. The Secretary of Labor shall be responsible for the administration and
enforcement of Parts II and III of this Order. The Secretary shall adopt such rules
and regulations and issue such orders as are deemed necessary and appropriate
to achieve the purposes of Parts II and III of this Order.
[Sec. 201 amended by EO 12086 of Oct. 5, 1978, 43 FR 46501, 3 CFR, 1978 Comp.,
p..230]
Subpart B - Contractors' Agreements
SEC. 202. Except in contracts exempted in accordance with Section 204 of this
Order, all Government contracting agencies shall include in every Government
contract hereafter entered into the following provisions:
During the performance of this Contract, the Contractor agrees as follows:
(1) The Contractor will not discriminate against any employee or applicant for
employment because of race, color, religion, sex, or national origin. The
Contractor will take affirmative action to ensure that applicants are employed,
and that employees are treated during employment, without regard to their race,
color, religion, sex 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 other forms of
compensation; and selection for training, including apprenticeship. The
Contractor agrees to post in conspicuous places, available to employees and
applicants for employment, notices to be provided by the contracting officer
setting forth the provisions of this nondiscrimination clause.
134
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
(2) The Contractor will, in all solicitations or :advancements for employees placed
by or on -behalf of the Contractor, state that all qualified,applhcants:will receive
consideration` for employment without regard -to 'race, color,: religion,: sex<or
national origin.'
(3):The Contractor will.send.to each Tabor union.or:representative of workers with
which.he'has :a collective bargaining agreement or -other contract or.
understanding, a notice, to be providedby the agency contracting officer,
advising the labor union or workers' -representative of-the'Contractor's
commitments: under:Section202 of Executive: OrderNo.-11246 of -September 24,
1965, and post copies of the notice in conspicuousplaces available to
employees and applicants for employment.
(4)'The Contractor will comply with afl provisions of Executive Order No. 11246 of
Sept. 24, 1965, and of the rules, regulations, and relevant orders of the Secretary
of Labor.
(5) The Contractor will furnish all information and reports required by Executive
Order No.-11246 of September 24, 1965, and by the rules, regulations, and orders
of the Secretary of Labor, or pursuant thereto, and will permit access to his
books, records, and accounts by the contracting agency and the Secretary of
Labor for purposes of investigation to ascertain compliance with such rules,
regulations, and orders.
(6) In the event of the Contractor's noncompliance with the nondiscrimination
clauses of this Contract or with any of such rules, regulations, or orders, this
Contract may be cancelled, terminated, or suspended in whole or in part and the
Contractor may be declared ineligible for further Government contracts in
accordance with procedures authorized in Executive Order No. 11246 of Sept. 24,
1965, and such other sanctions may be imposed and remedies invoked as
provided in Executive Order No. 11246 of September 24, 1965, or by rule,
regulation, or order of the Secretary of Labor, or as otherwise provided by law.
(7) The Contractor will include the provisions of paragraphs (1) through (7) in
every subcontract or purchase order unless exempted by rules, regulations, or
orders of the Secretary of Labor issued pursuant to Section 204 of Executive
Order No. 11246 of September 24, 1965, so that such provisions will be binding
upon each Subcontractor or vendor. The Contractor win take such action with
respect to any subcontract or purchase order as may be directed by the Secretary
of Labor as a means of enforcing such provisions including sanctions for
noncompliance: Provided, however, that in the event the Contractor becomes
involved in, or is threatened with, litigation with a Subcontractor or vendor as a
result of such direction, the Contractor may request the United States to enter
into such litigation to protect the interests of the United States." [Sec. 202
amended by EO 11375 of Oct. 13, 1967, 32 FR 14303, 3 CFR, 1966-1970 Comp., p.
684, EO 12086 of Oct. 5, 1978, 43 FR 46501, 3 CFR, 1978 Comp., p. 230]
135
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
SEC..203.Each,Contractor��having a contract containing :the provisions
prescribed.in .Section202 shall file, and shall cause each, of his Subcontractors to
file,Compliance"Reports with the. contracting agency orthe°Secretary of'Labor as
maybe directed. Compliance Reports shall: be filed::within such times- and- shall
contain such information. as to the practices,; policies, programs, and employment
policies, programs, and employment statistics of: the Contractor: and each
Subcontractor,: and_shall be in such form, as the Secretary of Labormay
prescribe.
(b) Bidders or prospective Contractors or Subcontractors may be required to
state whether -they participated in any previous contract subject to the
provisions ofthis Order, or any preceding similar Executive order, and in that
event.to submit, onbehalf of themselves and their proposed Subcontractors,
Corpliance Reports prior to or as an initial part of their bid or negotiation of a
contract.
(c) Whenever the Contractor or Subcontractor has a collective bargaining
agreement or other contract or understanding with a labor union or an agency
referring workers or providing or supervising apprenticeship or training for such
workers, the Compliance Report shall include such information as to such labor
union's or agency's practices and policies affecting compliance as the Secretary
of Labor may prescribe: Provided, That to the extent such information is within
the exclusive possession of a labor union or an agency referring workers or
providing or supervising apprenticeship or training and such labor union or
agency shall refuse to furnish such information to the Contractor, the Contractor
shall so certify to the Secretary of Labor as part of its Compliance Report and
shall set forth what efforts he has made to obtain such information.
(d) The Secretary of Labor may direct that any bidder or prospective Contractor
or Subcontractor, shall submit, as part of his Compliance Report, a statement in
writing, signed by an authorized officer or agent on behalf of any labor union or
any agency referring workers or providing or supervising apprenticeship or other
training, with which the bidder or prospective Contractor deals, with supporting
information, to the effect that the signer's practices and policies do not
discriminate on the grounds of race, color, religion, sex or national origin, and
that the signer either will affirmatively cooperate in the implementation of the
policy and provisions of this Order or that it consents and agrees that
recruitment, employment, and the terms and conditions of employment under the
proposed contract shall be in accordance with the purposes and provisions of
the order. In the event that the union, or the agency shall refuse to execute such a
statement, the Compliance Report shall so certify and set forth what efforts have
been made to secure such a statement and such additional factual material as the
Secretary of Labor may require.
[Sec. 203 amended by EO 11375 of Oct. 13, 1967, 32 FR 14303, 3 CFR, 1966-1970
Comp., p. 684; EO 12086 of Oct. 5, 1978, 43 FR 46501, 3 CFR, 1978 Comp., p. 230]
136
Miami River Greenway Streetscape — NW 5th Street
Bridge Extension
Bid No.: 11-12-022
:SEC.204 (a) The Secretary of Labor may, when the Secretary deems -that specie
:.a
circumstances irrthe.national interestso require,:. exempt a contracting agency
`fromthe requirement of including any or all of: the provisions of. Section'202 of
.this Order in any specificcontract, subcontract, or=:purchase order.
(b) The'Secretaryof;Labor may, by rule or regulation, exempt certain classes of
contracts,subcontracts;' or purchase orders (1) whenever work is to be or hasbeen
performed outside the United; States and no recruitment of workers within`:the'limits of
the United States is involved;:(2)'for standard commercial supplies or raw materials; (3)
involving less than specified amountsmoney orspecrfiednumbers of workers; or (4)
tothe extent that they involve subcontracts" below a specified tier.
(c) Section 202 of this Order shall not applyto a Government Contractor or
Subcontractor that is a religious corporation, association, educational institution, or
society, with respect to the employment of individualsof a particular religion to perform
work connected with the carrying on by such corporation;` association, educational
institution, or society of its activities. Such Contractors and Subcontractors are not
exempted or excused from complying with the other requirements contained in this
Order.
(d) The Secretary of Labor may also provide, by rule, regulation, or order, for the
exemption of facilities of a Contractor that are in all respects separate and distinct from
activities of the Contractor related to the performance of the Contract: provided, that
such an exemption will not interfere with or impede the effectuation of the purposes of
this Order: and provided further, that in the absence of such an exemption all facilities
shall be covered by the provisions of this Order."
[Sec. 204 amended by EO 13279 of Dec. 16, 2002, 67 FR 77141, 3 CFR, 2002 Comp.,
p. 77141 - 77144]
Subpart C Powers and Duties of the Secretary of Labor and the Contracting
Agencies
SEC. 205. The Secretary of Labor shall be responsible for securing compliance by all
Government Contractors and Subcontractors with this Order and any implementing
rules or regulations. All contracting agencies shall comply with the terms of this Order
and any implementing rules, regulations, or orders of the Secretary of Labor.
Contracting agencies shall cooperate with the Secretary of Labor and shall furnish such
information and assistance as the Secretary may require.
[Sec. 205 amended by EO 12086 of Oct. 5, 1978, 43 FR 46501, 3 CFR, 1978 Comp., p.
230]
SEC. 206. The Secretary of Labor may investigate the employment practices of any
Government Contractor or Subcontractor to determine whether or not the contractual
provisions specified in Section 202 of this Order have been violated. Such investigation
137
Miami River Greenway Streetscape — NW 5th Street
Bridge Extension
Bid No.: 11-12-022
shall be conducted in accordance with the procedures established by:the.Secretary .of
Labor.
(b) The Secretary of Labor may receive and investigate complaints by employees or
prospective employees of a Government Contractor or Subcontractor which allege
discrimination contrary to thecontractual provisions specified in'Section:202 of this
Order.
[Sec..206 amended by EO 12086 of Oct. 5, 1978, 43 FR 46501, 3 CFR, 1978 Comp., p.
230]
SEC. 207. The Secretary of Labor shall use his/her best efforts, directly and through
interested Federal, State, and local agencies, contractors, and: all other available
instrumentalities to cause any labor union engaged in work under Govemment contracts
orr any agency referring workers or providing or supervising apprenticeship or training
for or in the course of such work to cooperate in the implementation of the purposes of
this Order.' The Secretary of Labor shall, in appropriate cases, notify the Equal
Employment Opportunity Commission, the Department of Justice, or other appropriate
Federal agencies whenever it has reason to believe that the practices of any such labor
organization or agency violate Title VI or Title VII of the Civil Rights Act of 1964 or other
provision of Federal law.
[Sec. 207 amended by EO 12086 of Oct. 5, 1978, 43 FR 46501, 3 CFR, 1978 Comp., p.
230]
SEC..208. The Secretary of Labor, or any agency, officer, or employee in the executive
branch of the Government designated by rule, regulation, or order of the Secretary, may
hold such hearings, public or private, as the Secretary may deem advisable for
compliance, enforcement, or educational purposes.
(b) The Secretary of Labor may hold, or cause to be held, hearings in accordance with
Subsection of this Section prior to imposing, ordering, or recommending the imposition
of penalties and sanctions under this Order. No order for debarment of any Contractor
from further Government contracts under Section 209(6) shall be made without
affording the Contractor an opportunity for a hearing.
Subpart D - Sanctions and Penalties
SEC. 209. In accordance with such rules, regulations, or orders as the Secretary of
Labor may issue or adopt, the Secretary may:
(1) Publish, or cause to be published, the names of Contractors or unions which it has
concluded have complied or have failed to comply with the provisions of this Order or of
the rules, regulations, and orders of the Secretary of Labor.
138
Miami River Greenway Streetscape — NW 5th Street
Bridge Extension
Bid No.: 11-12-022
(2) Recommend to the Department of.Justice that, in cases in which thereis substantial
or material,,. violation or the.threat ofi_substantial or-material:violation of the. contractual
provisions'set forth in Section 202 of this Order, appropriate: proceedings be brought to
enforce those.provisions, including the enjoining, within the limitations of applicable law,
of organizations, individuals, or groups who prevent directly.or indirectly, or -seek to
prevent directly or indirectly, compliance with the provisions Of this Order.
(3) Recommend to the Equal Employment Opportunity Commission or the. Department
of Justice -that appropriate proceedings be instituted under Title VII of the Civil Rights
Act of `.1964.
(4) Recommend to the Department of Justice that criminal proceedings be brought for
the furnishing of false information to any contracting agency or to the Secretary of Labor
as the case may be.
(5) After consulting with the contracting agency, direct the contracting agency to cancel,
terminate, suspend, or cause to be cancelled, terminated, or suspended, any contract,
or any portion or portions thereof, for failure of the Contractor or Subcontractor to
comply with equal employment opportunity provisions of the Contract. Contracts may be
cancelled, terminated, or suspended absolutely or continuance of contracts may be
conditioned upon a program for future compliance approved by the Secretary of Labor.
(6) Provide that any contracting agency shall refrain from entering into further contracts,
or extensions or other modifications of existing contracts, with any non -complying
Contractor, until such Contractor has satisfied the Secretary of Labor that such
Contractor has established and will carry out personnel and employment policies in
compliance with the provisions of this Order.
(b) Pursuant to rules and regulations prescribed by the Secretary of Labor, the
Secretary shall make reasonable efforts, within a reasonable time limitation, to secure
compliance with the Contract provisions of this Order by methods of conference,
conciliation, mediation, and persuasion before proceedings shall be instituted under
subsection (a) (2) of this Section, or before a contract shall be cancelled or terminated
in whole or in part under subsection (a) (5) of this Section.
[Sec. 209 amended by EO 12086 of Oct. 5, 1978, 43 FR 46501, 3 CFR, 1978 Comp., p.
230]
SEC. 210. Whenever the Secretary of Labor makes a determination under Section 209,
the Secretary shall promptly notify the appropriate agency. The agency shall take the
action directed by the Secretary and shall report the results of the action it has taken to
the Secretary of Labor within such time as the Secretary shall specify. If the contracting
agency fails to take the action directed within thirty days, the Secretary may take the
action directly.
139
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
[Sec. 210 amended :by.EO 12086 of Oct. 5, 1978, 43 FR 4650.1, 3 CFR, 1978 Comp., p
230]
SEC.::211. If: the Secretary shall so direct, contracting agencies shall not enter into
contracts with any bidder or prospective:Contractor unless -the bidder or prospective
Contractor has satisfactorily complied with the provisions ofthis Order or submits a
program for compliance acceptable to -the Secretary of Labor.
[Sec. 211 amended by EO 12086 of Oct. 5, 1978, 43 FR 46501, 3 CFR, 1978 Comp., p.
230]
SEC. 212. When a contract has been cancelled or terminated under Section-209(a)(5)
or a Contractor has been debarred from further Government contracts under Section
209(a)(6) of this Order, because of noncompliance with the Contract provisions
specified in Section.202 of this Order, the Secretary of Labor shall promptly notify the
Comptroller General of the United States.
[Sec. 212 amended by EO 12086 of Oct. 5, 1978, 43 FR 46501, 3 CFR, 1978 Comp., p.
230]
Subpart E Certificates of Merit
SEC. 213. The Secretary ofLabormay provide for issuance of a United States
Government Certificate of Merit to employers or labor unions, or other agencies
which are or may hereafter be engaged in work under Government contracts, if
the Secretary is satisfied that the personnel and employment practices of the
employer, or that the personnel, training, apprenticeship, membership, grievance
and representation, upgrading, and other practices and policies of the labor
union or other agency conform to the purposes and provisions of this Order.
SEC. 214. Any Certificate of Merit may at any time be suspended or revoked by
the Secretary of Labor if the holder thereof, in the judgment of the Secretary, has
failed to comply with the provisions of this Order.
SEC. 215. The Secretary of Labor may provide for the exemption of any employer,
labor union, or other agency from any reporting requirements imposed under or
pursuant to this Order if such employer, labor union, or other agency has been
awarded a Certificate of Merit which has not been suspended or revoked.
Part III - Nondiscrimination Provisions in Federally Assisted Construction
Contracts
SEC. 301. Each executive department and agency, which administers a program
involving Federal financial assistance shall require as a condition for the
approval of any grant, contract, loan, insurance, or guarantee thereunder, which
may involve a construction contract, that the applicant for Federal assistance
140
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
undertake and agree to_ incorporate, or cause:to be: incorporated, into. all
construction contracts paid for in
auerwholew
Federl Governmnt orborowedon theioerdait coef,tohretgFuefduenrds ob`tainemd from the
pursuantto such loan, nrantee, or undertaken
;pursuant to`any Federal program involving such grant, contract, loan; insurance,
or guarantee, theirovisions,prescribed-for Government- contracts by Section..202
of this Order or such modification thereof, preserving in:substance the
Contractor's obligations thereunder, as y be approved by the Secretary of
Labor, -together with such additional provmaisions as the Secretary deems
appropriate'to establish. and protect the interest of the United:States in the
enfOrcement,of those; obligations.`; Each such applicant- Shall also undertake and
agree (1) to assist:and cooperate actively, with.the Secretary of. Labor in obtaining
r .
the compliance of.Contractors and Subcontractors with thoseontract provisions c
and with -the -rules, regulations and -relevant : orders of the`Secretary, (2) to obtai
and to- furnish- to; the Secretary n
• of.Labor such information as the Secretary may
require for the- supervision ofsuch compliance, (3)=to carry out sanctionsand
penalties for violation of -such obligations imposed upon Contractors and
Subcontractors by the -Secretary of Labor pursuant to Part II, Subpart D, of this
Order, and (4)-to refrain'from entering into any contract subject -to this Order, or
extension or other modification of such a contract with a Contractor debarred
from Government contracts under Part II, Subpart D, of this Order.
[Sec. 301 amended by EO 12086 of Oct. 5, 1978, 43 FR 46501, 3 CFR, 1978 Comp.,
p. 230]
SEC. 302. "Construction contract" as used in this Order means any contract for
the construction, rehabilitation, alteration, conversion, extension, or repair of
buildings, highways, or other improvements to real property.
(b) The provisions of Part 1I of this Order shall apply to such construction
contracts, and for purposes of such application the administering department or
agency shall be considered the contracting agency referred to therein.
(c) The term "applicant" as used in this Order means an applicant for Federal
assistance or, as determined by agency regulation, other program participant,
with respect to whom an application for any grant, contract, loan, insurance, or
guarantee is not finally acted upon prior to the effective date of this Part, and it
includes such an applicant after he/she becomes a recipient of such Federal
assistance.
SEC. 303. The Secretary of Labor shall be responsible for obtaining the
compliance of such applicants with their undertakings under this Order. Each
administering department and agency is directed to cooperate with the Secretary
of Labor and to furnish the Secretary such information and assistance as the
Secretary may require in the performance of the Secretary's functions under this
Order.
141
Miami River Greenway Streetscape NW 5tt' Street
Bridge Extension
Bid No.: 11-12-022
(b) In the event an applicant failsrand refuses to complywith the applicant's
undertakings pursuant to this Order, the Secretary of:Labor may, after consulting
with -.the administering` department or agency, take.any:or all ofthe following_
actions (1) direct- any: administering department or agency to cancel, terminate,
or suspend in whole or in part the agreement contract or other arrangement. with
such applicant with respect -to which the failure or refusal occurred,=(2) direct.. any
administering department or agency to refrain from extending any further
assistance`�to the applicant-under:the program with respect to which`:the failure or
refusal occurred: until satisfactory assurance of future compliance has been
received by the`Secretary OfLabor from such applicant, and (3) refer case -to
the Department of Justice or- the' Equal` Employment Opportunity Commissionfor
appropriate law enforcementor other::proceedings.
(c) In no case shall action betaken with respect to an applicant pursuant to
clause (1) or (2) of subsection (b) without notice and opportunity for hearing.
[Sec. 303 amended by EO 12086 of Oct. 5, 1978, 43 FR 46501, 3 CFR, 1978 Comp.,
p. 230]
SEC. 304. Any executive department or agency which imposes by rule, regulation,
or order requirements of nondiscrimination in employment, other than
requirements imposed pursuant to this Order, may delegate to the Secretary of
Labor by agreement such responsibilities with respect to compliance standards,
reports, and procedures as would tend to bring the administration of such
requirements into conformity with the administration of requirements imposed
underthis Order: Provided, That actions to effect compliance by recipients of
Federal financial assistance with requirements imposed pursuant to Title VI of the
Civil Rights Act of 1964 shall be taken in conformity with the procedures and
limitations prescribed in Section 602 thereof and the regulations of the
administering department or agency issued thereunder.
Part IV - Miscellaneous
SEC. 401. The Secretary of Labor may delegate to any officer, agency, or
employee in the Executive branch of the Government, any function or duty of the
Secretary under Parts Hand III of this Order.
[Sec. 401 amended by EO 12086 of Oct. 5, 1978, 43 FR 46501, 3 CFR, 1978 Comp.,
p. 230]
SEC. 402. The Secretary of Labor shall provide administrative support for the
execution of the program known as the "Plans for Progress."
SEC. 403. Executive Orders Nos. 10590 (January 19, 1955), 10722 (August 5,
1957), 10925 (March 6, 1961), 11114 (June 22, 1963), and 11162 (July 28, 1964), are
hereby superseded and the President's Committee on Equal Employment
142
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
Opportunity established by Executive Order 'No. .10925 is hereby abolished. All
records and property in the custody of the Committee shall be':transferred:to the
Office of Personnel Management and the Secretary of Labor, as appropriate.'
(b) Nothing in this Order shall be deemed -to -relieve any person of any obligation
assumed or imposed under -or pursuant to any Executive: Order superseded;.by
this Order. All -rules, -regulations, orders, instructions, designations, and other
directives issued by the President's Committee on' Equal` Employment
Opportunity and those issued by heads of various departmentsor agencies
under or pursuant to any of the Executiveorders superseded by this Order, shall,
to theextentthat theyare not inconsistent with this Order, remain in full force
and- :effect unless and until revoked or superseded by appropriate authority.
References in such directives toprovisionsof the superseded orders shall be
deemed to be references .to the :comparable provisions of this Order.
[Sec. 403 amended by'EO 12107 of Dec..28, '1978, 44 FR 1055, 3 CFR, 1978 Comp.,
p, 264]
SEC. 404. The General Services Administration shall take appropriate action -to
revise the standard Government contract forms to accord with the provisions of
this Order and of the rules and regulations of the Secretary of Labor.
SEC. 405. This Order shall become effective thirty days after the date of this
Order.
143
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
6-122.Source of Supply Steel
For Federal -aid Contracts, only use steel andiron produced in the United States, iin
accordance:: with' the Buy America provisions of.'.23 CFR 635:410, as amended. Ensure
that: all:manufacturing:processes for this material occur in the United States:: As used in
this specification,_ a manufacturing process is.any process _that modifies the chemical
content, physical shape or size, or final finish of 'a product, beginning':with the initial
melding and mixing and continuing through the bending and coating stages. A
manufactured steel or iron product is complete only when all grinding, drilling, welding,
finishing and coating have been completed. If a domestic product is taken outside the
United States for any process, it becomes -foreign source material. When using steel
and iron as a component of any manufactured . product incorporated into the project
(e.g., concrete pipe, prestressed beams, corrugated. steel pipe, etc.); these same
provisions apply, except that the manufacturer may use minimal quantities of foreign
steel and: iron when the cost ofsuch` foreign materials does not exceed 0.1 % of the total
Contract amount or $2,500, whichever is greater. These requirements are applicable to
all steel and iron materials incorporated into the finished work, but are not applicable to
steel and iron items that the Contractor uses but does not incorporate into the firished
work. Provide a certification from the producer of steel or iron, or any product containing
steel or iron as a component, stating that all steel or iron furnished or incorporated into
the furnished product was manufactured in the United States in accordance with the
requirements of this specification and the Buy America provisions of 23 CFR 635.410,
as amended. Such certification shall also include (1) a statement that the product was
produced entirely within the United States, or (2) a statement that the product was
produced within the United States except for minimal quantities of foreign steel and iron
valued at $ (actual value). Furnish each such certification to the Engineer prior to
incorporating the material into the project. When FHWA allows the use of foreign steel
on a project, furnish invoices to document the cost of such material, and obtain the
Engineer's written approval prior to incorporating the material into the project.
144
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
Federal Wage Rates FL 325
General Decision Number:: FL120226 01/06/2012 FL226
Superseded General Decision Number: FL20100325
State: Florida
Construction Type: Highway
County.: Miami -Dade County in Florida.
HIGHWAY CONSTRUCTION PROJECTS
Modification Number Publication Date
0 01/06/2012
* ELEC0349-008 09/05/2011
Rates Fringes
ELECTRICIAN $ 27.15 8.64
ENGI0487-018 01/01/2010
Rates Fringes
OPERATOR: Crane
Group 1 - All Tower Cranes
Mobile, Rail, Climbers,
Static -Mount; All Cranes
with Boom Length 150 Feet
& Over (With or without
jib) Friction, Hydro,
Electric or Otherwise;
Cranes 150 Tons & Over ;
Cranes with 3 Drums (When
3rd drum is rigged for
work); Gantry & Overhead
Cranes; Hydro Cranes Over
25 Tons but not more than
50 Tons ; Hydro/Friction
Cranes; All Type of
Flying Cranes; Finish
Grader; Concrete Pumping
Machine with Boom
Attachments $ 28.30 8.78
Group 2 - Cranes with Boom
Length Less than 150 Feet
(With or without jib);
Hydro Cranes 25 Tons &
Under, & Over 50 Tons $ 27.57 8.78
OPERATOR: Oiler $ 22.24 8.78
IR0N0272-006 10/01/2006
145
Miami River Greenway Streetscape - NW 5th Street Bid No.: 11-12-022
Bridge Extension
Rates Fringes
IRONWORKER, STRUCTURAL $ 2.6.70 6.43
SUFL2009-222 08/05/2009
Rates Fringes
CARPENTER, Includes Form Work$ 15.50 2.19
CEMENT MASON/CONCRETE FINISHER. $ 15.00 8.64
HIGHWAY/PARKING LOT STRIPING:
Operator (Striping Machine) $ 11.97 2.23
HIGHWAY/PARKING LOT STRIPING:
Painter $ 14.38 1.73
IRONWORKER, REINFORCING $ 15.00 2.45
LABORER: Asphalt Raker $ 10.47 1.76
LABORER; Asphalt Shoveler $ 10.70 0.00
LABORER: Common_or General $ 10.01 3.46
LABORER: Flagger $ 11.00 3.79
LABORER: Grade Checker $ 10.50 0.55
LABORER: Landscape and
Irrigation $ 9.98 0.00
LABORER: Luteman $ 10.32 0.00
LABORER: Mason Tender -
Cement/Concrete $ 12.00 1.80
LABORER: Pipelayer $ 16.00 0.00
LABORER: Power Tool Operator
(Hand Held Drills/Saws,
Jackhammer and Power Saws $ 10.00 2.30
OPERATOR: Asphalt Paver $ 11.92 2.09
OPERATOR: Asphalt Plant $ 12.20 0.00
OPERATOR: Asphalt Spreader $ 10.76 0.00
OPERATOR: Auger $ 19.40 0.44
OPERATOR: Backhoe Loader
Combo $ 18.00 1.39
OPERATOR: Backhoe/Excavator $ 14.69 2.22
146
Miami River Greenway Streetscape - NW 5th Street Bid No.: 11-12-022
Bridge Extension
OPERATOR: Boom......:. ...... $ .16.61. 0..00
OPERATOR: Bulldozer $ 16.50 2..22
OPERATOR: Distributor..... $'12.33 0.00
OPERATOR: Drill $ 13.00 1.59
OPERATOR: Grader/Blade $ 16.11 1.65
OPERATOR: Loader $ 9.68 3.02
OPERATOR: Mechanic $ 16.20 3.25
OPERATOR: Milling Machine $ 11.50 1.68
OPERATOR: Oil Distributor $ 11.15 0.48
OPERATOR: Paver $ 12.85 0.00
OPERATOR: Piledriver $ 14.50 2.16
OPERATOR: Roller $ 10.31 2.00
OPERATOR: Scraper $ 12.31 1.83
OPERATOR: Screed $ 10.29 0.00
OPERATOR: Tractor $ 13.00 1.00
OPERATOR: Trencher S 12.56 0.22-
PAINTER: Spray and Steel $ 16.62 0.00
TRAFFIC SIGNALIZATION:
Traffic Signal Installation $ 14.58 0.65
TRUCK DRIVER: 10 Yard Haul
Away Truck $ 12.50 0.00
TRUCK DRIVER: 3 Axle Truck $ 9.81 0.00
TRUCK DRIVER: 4 Axle Truck $ 13.33 0.00
TRUCK DRIVER: Distributor $ 13.22 2.01
TRUCK DRIVER: Dump Truck $ 10.29 4.25
TRUCK DRIVER: Lowboy Truck $ 12.00 0.00
TRUCK DRIVER: Material Truck$ 13.15 9.80
TRUCK DRIVER: Tractor Haul
Truck $ 10.64 0.00
TRUCK DRIVER: Water Truck $ 10.50 0.00
147
Miami River Greenway Streetscape - NW 5th Street
Bridge Extension
Bid No.: 11-12-022
'TRUCK DRIVER $ 9.76 0.34
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
(29CFR 5.5 (a) (1) (ii)).
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of "identifiers" that indicate whether the particular
rate is union or non -union.
Union Identifiers
An identifier enclosed in dotted lines beginning with
characters other than "SU" denotes that the union
classification and rate have .found to be prevailing for that
classification. Example: PLUM0198-005 07/01/2011. The
first four letters , PLUM, indicate the international union and
the four -digit number, 0198, that follows indicates the local
union number or district council number where applicable ,
i.e., Plumbers Local 0198. The next number, 005 in the
example, is an internal number used in processing the wage
determination. The date, 07/01/2011, following these
characters is the effective date of the most current
negotiated rate/collective bargaining agreement which would be
July 1, 2011 in the above example.
Union prevailing wage rates will be updated to reflect any
changes in the collective bargaining agreements governing the
rate.
Non -Union Identifiers
Classifications listed under an "SU" identifier were derived
from survey data by computing average rates and are not union
rates; however, the data used in computing these rates may
include both union and non -union data. Example: SULA2004-007
5/13/2010. SU indicates the rates are not union rates, LA
indicates the State of Louisiana; 2004 is the year of the
survey; and 007 is an internal number used in producing the
wage determination. A 1993 or later date, 5/13/2010, indicates
the classifications and rates under that identifier were issued
as a General Wage Determination on that date.
Survey wage rates will remain in effect and will not change
148
Miami River Greenway Streetscape —.NW 5th Street Bid No.: 11-12-022
Bridge Extension
until a new survey is conducted.
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,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.
With regard to any other matter not yet ripe for the fo.mal
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, DC 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 and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement .of the
interested party's position and by any information (wage
payment 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 (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
149
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
City of Miami =Code .of Ordinances -Ch.18. Sec. 18-542.
Financial Integrity Principles
The following financial integrity principles are hereby adopted:
(1) .Structurally balanced budget. The city shall maintain a structurally -balanced budget. Recurring revenues will
fund recurring expenditures.
(2) Estimating conference process. The city shall adopt budgets and develop its long and short-term financial plan
utilizing a professional estimating conference. process. Conference principals shall include, but not be limited to: one
principal from the budget office; one principal from the finance department and two non -staff principals with public
finance expertise.
• (3) inter -fund borrowing. The city shall not borrow or use internal fund transfers to obtain cash from one fund type or
reserve to fund activities of another fund type or reserve unless such use is deemed'lawful, and unless the estimating
conference has determined that (a) the funds to be loaned will not be needed during the lending period, and (b) the
funds for repayment will be available within a two-year period. Any actions taken to borrow funds under these
conditions must be separately presented to and approved by the city commission and the term of such borrowing
shall not extend beyond the last day of the subsequent fiscal year. Recognizing that some programs are funded by
grants or other entities on a reimbursement basis, the city shall apply for such reimbursements on a timely basis to
minimize the period that city funds are used as float. In the event loans/float for these reimbursements extend beyond
the end of a fiscal year, such reimbursements shall be reflected as receivables in the comprehensive annual financial
statements report (CAFR) to the extent allowed under accounting principles generally accepted in the United States
of America (GAAP). The department of finance shall make a quarterly determination of the amount of expenses
incurred which may not be reimbursable under these programs. A quarterly report of expenses incurred but not
reimbursable shall be presented to the city commission, together with the actions needed to avoid project deficits.
(4) For purposes of this section, city-wide surplus for any fiscal year is defined as the increase in unreserved general
fund balance as reflected in the city's comprehensive annual financial report (CAFR). City-wide deficit for any fiscal
year is defined as the decrease in unreserved general fund balance as reflected in the city's comprehensive annual
financial report (CAFR). Budget surplus of any office, department or elected official is defined as the excess of
budgeted expenses over actual expenses in any fiscal year. Notwithstanding anything to the contrary in this section,
the total amount of budget surplus to be added to designated reserves and special revenue funds pursuant to this
section (together, the "rollover amounts") is limited to city-wide surplus for any fiscal year. In the event the rollover
amounts would result in a city-wide deficit, then each budget surplus within the rollover amounts shall be reduced
proportionately so the city's comprehensive annual financial report (CAFR) will reflect no change in undesignated,
unreserved general fund balance. In the event that a city-wide deficit would result before effecting the rollover
amounts in any fiscal year, then no rollover amounts shall be available.
a. Budget surpluses in an elected official's budget in any fiscal year shall be reflected as designated reserves at the
end of the fiscal year in which such surplus arose and be appropriated for discretionary use of such elected official for
the following fiscal year.
b. Budget surpluses of the parks and recreation department shall be allocated, as of the end of the fiscal year in
which such surplus arose, to a parks special revenue fund. Allowed expenditures from the parks special revenue fund
shall be limited to the purchase of parks recreational and maintenance equipment and the direct operations of
recreational programs in and for the city's parks, subject to appropriation by the city commission.
c. Budgeted surpluses of the department of conferences, conventions and public facilities shall be allocated, as of
the end of the fiscal year in which such surplus arose, to a public facilities special revenue fund. Allowed expenditures
of the public facilities special revenue fund shall be limited to capital improvements for the city's public facilities,
subject to appropriation by the city commission.
d. Budgeted surpluses of the department of information technology shall be allocated, as of the end of the fiscal year
in which such surplus arose, to an IT strategic plan special revenue fund. Allowed expenditures of the IT strategic
plan special revenue fund shall be limited to expenditures, excluding those related to permanent city staff, necessary
for the implementation of the city's information technology strategic plan, subject to appropriation by the city
commission.
(5) Reserve policies. The following three reserve policies categories are established for the general operating fund
of the city: Payment for compensated absences and other employee benefit liabilities and self-insurance plan deficits
may be drawn from this reserve during the fiscal year and shall be replenished each year until fifty percent (50%) if
such the liabilities are funded. Other designated reserves may be drawn upon without the need for replenishment.
a. Current fiscal year contingency. A "contingency" reserve level of $5,000,000.00 shall be budgeted annually. Such
contingency reserve shall be available for use, with city commission approval, during the fiscal year, to fund
unanticipated budget issues which arise or potential expenditure overruns which cannot be offset through other
150
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
sourcesorections The.unused,;portlonrof the;budgeted, contingency reserve in-any.fiscal;yearshall be reflected es
designated reserves until such` time as; the city.has:funded 50 percent of, the liabilities of. the long-term liabilities
(excluding bonds loans, and capital lease payables) as:reflected in thecity's comprehensive annual financial report
(CAFR) Amounts not needed to; satisfythe 50.percent requirement shall: be considered general,fund undesignated
reserveand be.treated in accordance with subsection (5)b
b General fund undesignated reserve..The city shall retain undesignated:reserves equal to a threshold.tenrpercent
of the prior three years.. average of generai_revenues m Such reserves ayonly be.used for offsetting an unexpected
mid -year revenue shortfall orfor::funding•an:emergency.such as a: natural: or man-made. disaster which threatens the
health;: safety and welfare of the:city s residents; businesses or: visitors Any time these: reserve funds fallbelow the
ten: percent threshold;:the city commission shall adopt a.plan to achieve the threshold within two fiscal years.
Amounts in excess of the ten percent tl reshold.may be used forcapitalimprovements, unanticipated: expenditures
necessary to assure compliance. with` legal commitments, and for expenditures that will result in the reduction of
recurring costs'or the increase in recurring revenues of the city.
c . Designated reserves. The'city shall retain reserves equal: to: ten percent of the. prior three years average of
general revenues. Such reserves shall be used for funding longterm liabilities and commitments of the city such as:
1. Compensated absences:and other employee benefit liabilities, including liabilities related to post -retirement
benefits;.
2. Self-insurance plan deficits (including workers compensation, liability claims and health insurance);
3. Strategic initiatives (until completed);
4. Blue'Ribbon Commission Initiatives (until completed);
5. Anticipated.adjustments in pension plarr payments resulting from market losses in plan assets and other
unanticipated payments necessary to maintain compliance with contractual obligations.
(6) Proprietary funds. The city shall establish proprietary funds only if the costs to provide the service are fully
funded from the charges for the.service.
(7) Multi -year financial plan. The city commission shall annually adopt a five year financial plan by September.30 of
each year, reflecting as the base year, the current year's budget. For fiscal year 2004 the multi -year financial plan will
be adopted no later than 30 days after the completion of labor negotiations. Such plan will include cost estimates of
all current city operations and pension obligations, anticipated increases in operations, debt service payments,
reserves to maintain the city's officially adopted levels and estimated recurring and non -recurring revenues. This plan
will be prepared by fund and reflect forecasted surpluses or deficits and potential budget balancing initiatives, where
appropriate.
(8) Multi -year capital improvement plan. The city commission shall annually adopt a capital improvements plan
("CIP") by November 30th of each year. The CIP shall address cost estimates for all necessary infrastructure
improvements needed to support city services, including information technology, with an adequate repair and
replacement ("R&R") component. Funded, partially funded and unfunded projects shall be clearly delineated The CIP
shall be detailed for the current fiscal year and for five additional years and, if practicable, additional required
improvements aggregated for two additional five year periods. To the extent feasible, department heads shall be
required to submit independent needs assessments for their departments for use in preparing the CIP. The CIP will
be detailed by fund, include recommended project prioritization rankings, identified revenue sources, planned
financing options and unfunded projects. The CIP shall include estimates of the operational impacts produced for the
operation of the capital improvements upon their completion. The CIP shall include a component reflecting all on-
going approved capital projects of the city, the date funded, amount budgeted, amount spent since the start date,
remaining budget, fiscal impact of known changes to financial assumptions underlying the project, estimated
'expenditures by fiscal year for the project and estimated completion date. Approved projects, with circumstances that
arise which change the funding requirements of the project, shall be addressed in the CIP annually.
(9) Debt management. The city shall manage its debt in a manner consistent with the following principles:
a. Capital projects financed through the issuance of bonded debt shall be financed for a period not to exceed the
estimated useful life of the project.
b. The net direct general obligation debt shall not exceed five percent and the net direct and overlapping general
obligation debt shall not exceed ten percent of the taxable assessed valuation of property in the city.
c. The weighted average general obligation bond maturity shah be maintained at 15 years or less.
d. Special obligation debt service shall not exceed 20 percent of non -ad valorem general fund revenue.
e. Revenue based debt shall only be issued if the revenue so pledged will fully fund the debt service after
operational costs plus a margin based on the volatility of the revenues pledged.
(10) Financial oversight and reporting. The city shall provide for the on -going generation and utilization of financial
reports on all funds comparing budgeted revenue and expenditure information to actual on a monthly and year-to-
date basis. The finance department shall be responsible for issuing the monthly reports to departments, the mayor
and city commission, and provide any information regarding any potentially adverse trends or conditions. These
reports should be issued within 30 days after the close of each month. The annual external audit reports
(comprehensive annual financial report (CAFR), single audit, and management letter) of the city shall be prepared
and presented to the mayor and city commission by March 31 of each year. The city commission shall convene a
workshop meeting with the external auditors to review the findings and recommendations of the audit. Financial
151
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
reportsoffering statements and otherfinancial:relateddocuments issued to the public,_shall-provide full.and complete
disclosure of all material financial matters
(11) :'Banc financial. policies: -The cityshall endeavor to maintain formalpolicies, which reflect "best practices° in the
areas `of.
a Debt.' Such policy shall address affordability; capacity debt issuance and management.
b Cash management: and investments:' Such' policy shall require 24-month gross and:net cash -.flow projections by
fund -and address adequacy, risk; liquidity and asset allocation issues.
c. 'Budget development'and adjustments Such: policy. shall estabhs,f proper budgetary. preparation procedures and
guidelines, calendar of events;. planning models by fund budget adjustment procedures, establishment of: rates and
fees;.indirect costs/interest incomeand the estimating conference process. The; proposed budget:should be
scheduled to•allow sufficient. review by the mayorand city commission while allowing for sufficient citizen input. The
city budget document.reflecting all final. actions as adopted by the_ city commission on or:before September 30 of
each year shall beprinted and made available within 30 days of such adoption.
d. :Revenue collection: Such policy shall provide for maximum collection and enforcement of existing revenues,
monitoring procedures, and the adequacy level of subsidy for user fees:
e. Purchasing policy: Such policy shall establish departmental policies and: procedures and provide appropriate
checks. and balances to ensurethe city departments adhere.tothe city's purchasing policies.
(12) Evaluation committees. Such committees shall be created;- to the extent feasible, and contain a majority of
citizen and/or business appointees from outside city employment to review city solicitations ("requests for proposals",
etc.),:and all collective bargaining contract issues. The recommendations of the evaluation committeeshall be
provided.to the mayor and city commission on all such contracts prior to presentation for official action.
(13) Full cost of service.. The city shall define its core services and develop financial systems that will determine on
an annual basis the full cost of delivering those services. This information shall be presented as part of the annual
budget and financial plan.
(Ord. No. 11890, § 4, 2-10-00; Ord. No. 12113, § 1, 9-25-01; Ord. No. 12276, § 2, 9-11-02; Ord. No. 12353, § 2, 4-10-03;.Ord. No.
12427, § 2, 10-23-03; Ord. No. 12518, § 2, 3-25-04; Ord. No. 12727, § 2 9-22-05)
152
Miami River Greenway Streetscape — NW 5th Street
Bridge Extension
Bid No.: 11-12-022
Section 6- Contract Execution Form
This Contract #12-1440 made this day of in the year 2012, in the
amount of $896,818.25 by and between the City of Miami, Florida, herein called the "City", and
JVA Engineering Contractor, Inc., herein called the "Contractor".
IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and
year firstabove written.
WITNESS/ATTEST JVA ENGINEERING CONTRACTOR, INC., a
Florida corporation
Signature Signature
Print Name, Title
Print Name, Title of Authorized Officer or Official
ATTEST: (Corporate Seal)
CONTRACTOR Secretary
(Affirm CONTRACTOR Seal, if available)
ATTEST: City of Miami, a municipal corporation of the
State of Florida
Priscilla Thompson, City Clerk Johnny Martinez, P.E., City Manager
APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND
REQUIREMENTS: CORRECTNESS:
Calvin Ellis, Director Julie O. Bru, City Attorney
Risk Management Department
153
Miami River Greenway Streetscape — NW 51h Street
Bridge Extension
Bid No.: 11-12-022
CORPORATE=RESOLUTION
WHEREAS, desires to enter into a
contract with the City of Miami for the purpose of performing the .work described in the
contract to which -this resolution is attached; and
WHEREAS, the Board of Directors at a duly held corporate meeting has
considered the matter in accordance with the By -Laws of the corporation;
Now, THEREFORE, BE IT RESOLVED BY THE BOARD OF
DIRECTORS that the
(type title of officer)
, is hereby authorized
(type name of officer)
and instructed to enter into a contract, in the name and on behalf of this corporation,
with the City of Miami upon the terms contained in the proposed contract to which this
resolution is attached and to execute the corresponding performance bond.
DATED this day of , 2011.
Corporate Secretary
154
Miami River Greenway Streetscape — NW 5th Street
Bridge Extension
(Corporate Seal)
Bid No.: 11-12-022
FORM .:OF PERFORMANCE BOND (Page`1of 2)
BY THIS :BOND, .We , as Principal,
hereinafter called Contractor, and , as Surety, are bound
to the City of Miami, Florida, as Obligee, hereinafter called City, in the amount of
Dollars($ ) for the payment whereof Contractor
and Surety bind themselves, their heirs, executors, administrators, successors and assigns,
jointly and severally.
WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract
No: 11-12-022, awarded the day of , 20 , with City which
Contract Documents are by reference incorporated herein and made a part hereof, and
specifically include provision for liquidated damages, and other damages identified, and for the
purposes of this Bond are hereafter referred to as the "Contract";
THE CONDITION OF THIS BOND is that if Contractor:
Performs the Contract between Contractor and City for construction of
, the Contract being made a
part of this Bond by reference, at the times and in the manner prescribed in the Contract;
and
2. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including
appellate proceedings, that City sustains as a result of default by Contractor under the
Contract; and
3.Performs the guarantee of all Work and materials furnished under the Contract for the
time specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN
FULL FORCE AND EFFECT.
4. Whenever Contractor shall be, and declared by City to be, in default under the Contract,
City having performed City obligations hereunder, the Surety may promptly remedy the
default, or shall promptly:
4.1. Complete the Project in accordance with the terms and conditions of the
Contract Documents; or
155
Miami River Greenway Streetscape — NW 5th Street
Bridge Extension
Bid No.: 11-12-022
FORM OF PERFORMANCEBOND '(Page.2 of.2)
4.2. Obtain. a bid or bids for completing `the . Project in accordance with the terms
and ,conditions of -the Contract Documents;: and upon determination by`Surety
of°the lowest. responsible Bidder, or; . if City: elects; upon determination by City
and" Surety jointly of the lowest responsible Bidder,.. arrange for. a contract
between such:Bidder and City, and make available as Work' progresses (even
though there should be a default or a succession of defaults:under` the Contract
or Contracts of .'completion arranged under this paragraph) sufficient funds to
pay the cost of completion. less the :balance of the Contract Price;. but not
exceeding,including other costs and damages for which the Surety may be
liable hereunder, .the amount set forth in the first paragraph hereof. The term
"balance of the Contract Price," as used in this paragraph; shall -mean the total
amount payable. by City to Contractor under the Contract and any amendments
thereto, less the amount properly paid by City to Contractor.
No right of action shall accrue on this bond to or for the use of any person or corporation
other than City named herein.
The Surety hereby waives notice of and agrees that any changes in or under the
Contract Documents and compliance or noncompliance with any formalities connected
with the Contract or the changes does not affect Surety's obligation under this Bond.
Signed and sealed this day of , 20
WITNESSES:
Secretary By:
(CORPORATE SEAL)
IN THE PRESENCE OF:
156
Miami River Greenway Streetscape — NW 5th Street
Bridge Extension
(Name of Corporation)
(Signature)
(Print Name and Title)
INSURANCE COMPANY:
By:
Agent and Attorney -in -Fact
Address:
(Street)
(City/State/Zip Code)
Telephone No.:
Bid No.: 11-12-022
'FORM' OF PAYMENT BOND (Page lof.2)
'BY THIS ;BOND, We , as Principal,
hereinafter called: Contractor, and , as Surety, are bound
to the City of 'Miami, Florida, as Obligee, hereinafter called City, in the amount of
Dollars ($ ) for the payment whereof
Contractor and Surety bind themselves, their heirs, executors, administrators, successors and
assigns, jointly and severally.
WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract
No. 11-12-022, awarded the day.. of , 20 , with City which
Contract Documents are by reference incorporated herein and made a part hereof, and
specifically include provision for liquidated damages, and other damages identified, and for the
purposes of this Bond are hereafter referred to as the "Contract";
THE CONDITION OF THIS BOND is that if Contractor:
1. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including
appellate proceedings, that City sustains because of default by Contractor under the
Contract; and
2. Promptly makes payments to all claimants as defined by Florida Statute 255.05(1) for all
labor, materials and supplies used directly or indirectly by Contractor in the performance
of the Contract;
THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL
REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE
FOLLOWING CONDITIONS:
2.1. A claimant, except a laborer, who is not in privity with Contractor and who has
not received payment for its labor, materials, or supplies shall, within forty-five
(45) days after beginning to furnish labor, materials, or supplies for the
prosecution of the Work, furnish to Contractor a notice that he intends to look to
the bond for protection.
2.2. A claimant who is not in privity with Contractor and who has not received
payment for its labor, materials, or supplies shall, within ninety (90) days after
performance of the labor or after complete delivery of the materials or supplies,
deliver to Contractor and to the Surety, written notice of the performance of the
labor or delivery of the materials or supplies and of the nonpayment.
2.3. No action for the labor, materials, or supplies may be instituted against
Contractor or the Surety unless the notices stated under the preceding
conditions (2.1) and (2.2) have been given.
2.4. Any action under this Bond must be instituted in accordance with the longer of the
applicable Notice and Time Limitations provisions prescribed in Section 255.05(2), or Section
95-11, Florida Statutes.
157
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
FORM 'OFPAYMENTBOND_(Page.2 of.2)
The Surety hereby waives notice of and agrees that any changes in or under the
Contract -Documents and compliance or noncompliance, with any-formalities:connected
with the Contract or the changes does not affect the Surety's obligation under this Bond.
Signed and sealed this day of , 20
Contractor
ATTEST:
By:
(Name of Corporation)
(Secretary) (Signature)
(Corporate Seal) (Print Name and Title)
day of , 20
IN THE PRESENCE OF: INSURANCE COMPANY:
By:
158
Miami River Greenway Streetscape — NW 5th Street
Bridge Extension
Agent and Attorney -in -Fact
Address:
(Street)
(City/State/Zip Code)
Telephone No.:
Bid No.: 11-12-022
CERTIFICATE AS .TO CORPORATE PRINCIPAL
certify .that I am the Secretary of the
corporation named asPrincipal in the foregoing Performance and' Payment Bond (Performance
Bond and Payment Bond); that , who signed -the: Bond(s) on behalf
of the Principal, was then of said corporation; that l know his/her signature; and
his/her signature thereto is genuine; and that said Bond(s) was (were) duly signed, sealed and
attested to on behalf of said corporation by authority of its governing body.
(SEAL)
Secretary (on behalf of)
Corporation
STATE OF FLORIDA
SS
COUNTY OF MIAMI-DADE )
Before me, a Notary Public duly commissioned, qualified and acting personally, appeared
to me well known, who being by me first duly
sworn upon oath says that he/she has been authorized to execute the foregoing Performance and
Payment Bond (Performance Bond and Payment Bond) on behalf of Contractor named therein in
favor of City.
Subscribed and Sworn to before me this day of , 20
My commission expires:
Bonded by
Notary Public, State of Florida at Large
159
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
PERFORMANCE AND PAYMENT GUARANTY FORM
UNCONDITIONAL/IRREVOCABLE LETTER OF CREDIT: (Page 1 of 2)
'Date of Issue
Issuing Bank's No.
Beneficiary: Applicant:
City of:Miami Amount:
444 SW'2"tl Avenue in United States Funds
Miami, Florida 33130
Expiry:
(Date)
Bid/Contract Number
We hereby authorize you to draw on
(Bank, Issuer name)
at by order
(branch address)
of and for the account of
(contractor, applicant, customer)
up to an aggregate amount, in United States Funds, of available by your
drafts at sight, accompanied by:
1. A signed statement from the City Manager or his authorized designee, that the drawing is
due to default in performance of certain obligations on the part of
(contractor, applicant, customer) agreed .upon by and between the City of Miami, Florida
and (contractor, applicant, customer), pursuant to Bid/Contract No.
for (name of project) and Section 255.05, Florida Statutes.
Drafts must be drawn and negotiated not later than
(expiration date)
160
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
PERFORMANCE:ANDPAYMENT GUARANTY FORM
• UNCONDITIONAUIRREVOCABLE: LETfEROF°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
proviide:the City of Miami with. written. notice..; of our: intent to terminate the credit; herein extended,
which notice must be provided at least thirty='(30) days .prior`to the expiration date of the original
term hereof or any: renewed. one, (1) year term. Notification to:the City: that this Letter of. Credit will
expire prior to performance of the Contractor's obligations will be deemed a default
This'Letter of Credit sets forth in<full the terms of our undertaking, and such undertaking shall not in
any way be modified, or .amplified by reference to any documents, instrument, or agreement
referred to herein or.to which this Letter of Credit is referred or this Letter of Credit relates, and any
such reference shall not be deemed to incorporate herein by reference any document, instrument,
or agreement.
We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under and
in compliance with the terms of this credit that such drafts will be duly honored upon presentation
to the drawee.
Obligations under this Letter of Credit shall be released one (1) year after the Final Completion of
the Project by the
(contractor, applicant, customer)
This Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International
Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions of Florida law. If
a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law
should arise, Florida law shall prevail. If a conflict between the law of another state or country and
Florida law should arise, Florida law shall prevail.
Authorized Signature
161
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
1-15-10
INFORMATION:FOR DETERMINING JOINT VENTURE ELIGIBILITY
If the Proposer. is submitting: as a joint venture, please be advised that this form (2 pages)'MT7ST.be
completed and the :REQUESTED 'written joint -venture agreement MUST be attached and submitted
with this form.
1. Name of joint venture:
2. Address of joint venture:
3. Phone number of joint venture:
4. Identify the firms that comprise the joint venture:
5. Describe the role of the MBE firm (if applicable) in the joint venture:
6. Provide a copy of the joint venture's written contractual agreement.
7. Control of and participation in this Agreement. Identify by name, race, sex, and "firm" those
individuals (and their titles) who are responsible for day-to-day management and policy decision
making, including, but not limited to, those with prime responsibility for:
(a) Financial decisions:
(b) Management decisions, such as:
(1) Estimating:
(2) Marketing and sales:
(3) Hiring and firing of management personnel:
(4) Purchasing of major items or supplies:
162
Miami River Greenway Streetscape— NW 5th Street Bid No.: 11-12-022
Bridge Extension
(c) Supervision :of field operations:
NOTE: If, ..after :filing this formand before the completion of the joint venture's work on the
subject Contract,there isany significant change in the information submitted, the joint
venture must inform the County in writing.
AFFIDAVIT
"The undersigned swear or affirm that the foregoing statements are correct and include all material
inforrnationnecessary to identify and explain the terms and operation of our joint venture and the
intended participation by each joint venturer in the undertaking. Further, the undersigned covenant
and agree to provide to the County current, complete and accurate information regarding actual joint
venture work and the payment thereforeand any proposed changes in any of the joint venturer
relevant to the joint venture, by authorized representatives of the County. Any material
misrepresentation will be grounds for terminating any Contract which may be awarded and for
initiating action under Federal or State laws concerning false statements."
Name of Firm: Name of Firm:
Signature: Signature:
Name: Name:
Title: Title:
Date: Date:
Form A
163
Miami River Greenway Streetscape — NW 5th Street Bid No.: 11-12-022
Bridge Extension
BID FORM :(Page :1 of 9)
SECTION 4
BID FORM
FRP ".Tectonics. Corp.
.290 NW 165th Street, Suite:1200
Mianu,:FL 33169
Phone 305-940-0264,Tax 305-940-0265
droy@ihpaschen.com
Submitted: June 8,'2012"
Date
City of Miami, Florida
Office of'the :City Clerk
City Hall, 1st Floor.
3500"Pan American Drive
Miami, Florida 33133-5504
The undersigned, as Bidder, hereby declares that the only persons interested in this Bid as
principal are named herein and that no person other than herein mentioned has any interest in this
bid- or in :the Contract to be entered into; that this Bid is made without connection with any other
person, firm, or parties making a Bid; and that it is, in all respects, made fairly and in good faith
without collusion or fraud.
The Bidder further declares that it has examined the site of the Work and informed itself fully of all
conditions pertaining to the place where the Work is to be done; that it has examined the Contract
Documents and all addenda thereto furnished before the opening of the bids, as acknowledged
below; and that it has satisfied itself about the Work to be performed; and that it has submitted the
required Bid Guaranty; and all other required information with the Bid; and that this Bid is submitted
voluntarily and willingly.
The Bidder agrees, if this Bid is accepted, to contract with the City, a political subdivision of the
State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all
necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all
labor necessary to construct and complete within the time limits specified the Work covered by the
Contract Documents for the Project(s) entitled:
Bid No:
Title:
11-12-020
Miami River Greenway Streetscape —
NW 10th Ave to NW 12a' Ave
The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative
form of security, if permitted by the City, each for not less than the total Bid price plus alternates, if
any, and to furnish the required Certificate(s) of Insurance.
The undersigned further agrees that the Bid guaranty accompanying the Bid shall be forfeited if
Bidder fails to execute said Contract, or fails to furnish the required Performance Bond and
Payment Bond or fails to furnish the required Certificate(s) of Insurance within fifteen (15) calendar
days after being notified of the award of the Contract.
In the event of arithmetical errors, the Bidder agrees that these errors are errors which may be
corrected by the City. 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.
108
Miami River Greenway Streetscape — ITB NO.: 11-12-020
NW 10th Ave to NW 121h Ave
BID FORM {Page:2 of.9)
Note Bidders are:: bidding on estimated quantities for the :purpose :of_ determining' the lowest
responsiveand responsible bidder.. Payments will be made :_based on unit •.prices of actual
quantities:installed. Where a discrepancy exists between the unit price: andthe extended:price; the
unit price will prevail Where there is adiscrepancy between the numerical and written Bid Amount,
the written Bd Amount: will: prevail. City, Form` SU must` be submitted with your `bid. The SU
Form can be found posted on' the webpage with`the`:bid documents.
Our Bid Amount Includes. the total cost :for the Work specified in this solicitation, consisting of
furnishing all materials, labor, equipment, permits, supervision, mobilization, overhead & profit
required in accordance with the Bid Specifications.
Item 1: BASE BID AMOUNT: $ 923,356.74
Item 2: ALLOWANCE FOR PERMIT FEES: $ 114,000.00
TOTAL BID AMOUNT (item 1 + item 2): $ 1,037,356.74
$ One Million, Thirty -Seven Thousand, Three Hundred and Fifty -Six Dollars —-----741100
Written Total Bid Amount
109
Miami River Greenway Streetscape — (TB NO.: 11-12.020
NW 10th Ave to NW 12'h Ave
r r
1T�y
AY I"LI
�
f3 ttlea1111FR1VER REEHWA. 3685 HWL 'ip JW'1 1)HH1"VE
.,}. }} Yf �j� F•- -x-r
Y sre CM• +4 c1Y�J §[li � 'sf^� I �=��''••
�,F
1..
ntir
A'iERA
-AEy -GE`2,
i�sk.
/'� y� -a
M ^ " 4
"
Aip.;OTAA,L
LINTT
Eit'ri i
',
•w'H-S1 0. � Rr ' 2 .�S F.',+`� YS t
Jpggigtt
,4T "�Y�4.
}JC.x"v'S
C X{ -.-.... -
(,�.74),1i0,
10-s�S --d1 ` 2..
t of :
. , r: h•", ,.i., , < ; ROADWAY AND HARDSCAPE PAYrITEMS ,.: . :::::!-II!?;;:,.,-:„., .r, ,
10211
TRAFFIC:CONTROL:OFFICER t'. s a
8 i .
:S',',. : , 43.06
;+ „5;14401:
5 .i1 61.977:60
7
v.104=1043'' ,•'
':SEDIMENT BARRIER ':1'.:. , ::- , :'...;: r_', : ;';,' ' ;
;'<.LF
S :;';:; 1c84:'
., 2100,.: :
s a 664'00
.
�?��
;104-11°::�
FLOATING TURBIDITY. BARRIER .' ":
_. _. .
p'':LF
S 14:76
160 ;
.S; ',�-:2,214.00
104+18 ::
.. .,.
?- INLET. PROTECTION SYSTEM':: - ..
- EA
5" : .:'184.47.
_. - -27' -- :
:S.... , ..4:980.69
'
`:'li0?1=1
.`CLEARING'AND-GRUBBING';
AC
,S;':; 4,919.09y
:: 1:75:': :..
S ',.::'8;608.41,
1r:
120-1. . ;)
::REGULAR EXCAVATION
. S:',! 4i30`...
}: 2708; :.:.
.$;:-i"•'9;069i4D
MAO
`,120-6
'EMBANKMENT.- : .':.: ' '. - :
r c{':CY
S. r Biel;.
: t ,.251-' .'
'S'` >'2.16111'
siin
J160-4
T.YPEB.STABIGZATIONI2"(LBR40):: .
:''SY'°,
'S' . .:,6.33
: :7008:
S'.'•:44,350.64
.285.706 .
'OPTIONAL'BASE(BASE GROUP06)(8".LIMEROCKAS PER CITY.OFMIA5)'-',;-:
SY- .i
t5- 1<•823
•.-7008.
::S.57.675,84
N,1�
''331-2 ..:
:TYP.E S:ASPHALTIC' CONCRETE.(1") DRIVEWAY.HARMONIZATION ` . ' :.
TN .
S -' 430.42
-:: ' .:2.5 .
:5 .: :1.076:05
3?
3341-13 -5
. SUPEERPAVEASPHALTIC' CONCRETE TYPE SP9.5,(1.5HICK) TRAFFIC LEVEL C
.;':TN
. S :: :153:72.
. . 506,
S ..77;782;32
gj61 f
":337-7-32. :.
ASPHALTCONCRETE:FRICTION 000RSETYPEFC9,5(1"-THICK),;.'
. `TN
5=,'. .:22751
. '337
S ..:76,739..12
1O
-: 425-1.901 "
'-,.TYPED. CATCH BASIN:(<101DEPTH) - :' ' '
' EA'',
`5 . 3,677.02,
. .5::
tS:.:- "48;385:10
47,,,.;425-1-901
'TYPE.D4;INLET.(s10'DEPTH)
..EA
..5 3,677.02.
.2
S 7,354.04
15
' 425=1'901 :
ANLETS (TYPEF-3)
EA'?
$ .'3,824.53
3 .
5 11;473.77,
.42&.1-909 '
:TYPE.04 INLET WITH BAFFLE .
EA, .
5 3,89223
1
5 .3,89223
,�ee�T?
: 425-2-.101
° MANHOLE (TYPE D4) (< 10'):'EA.
5 3,677..02
1
5 "' 3,677.02
g�nl s ',
*'425-4
':INLETADJUST'. - ..
.-
EA
5 - ' ,.319:74.
7'
5 :.2238.78
wog,'r4253--1
MANHOLE: (ADJUST). . . -
EA
..5` 319.74
30,
.S 9,59220
4301§
;r425,6
VALVE, BOX AND Mt I tR'ADJUST
EA
-.5:. 119.90
37
$ 4436.30
425-11
DRAINAGE STRUCTURE = ADJUST EXIST. INLETS WI MH COVER
EA
S 787.05'
6
4,722.30
--425-11
. DRAINAGE STRUCTURE - ADJUST EXIST. MH W/ INLET FRAME. AND GRATE
EA
5 787.05
1
•S 787.05
425,74-1
MANHOLES AND INLETS: CLEANING AND SEALING
EA
S .911,26
49
5 44,651.74.
yt'T,xi24 1 i:•:430-175=112
•PIPE.CULV (OPT. MATL)(ROUND)(12") (ALL PIPE TO BE DIP),
LF .:
S 82.70
109
S 9.014.30
5 1'.. 430-175-115
-PIPE CULV (OPT MATL)(ROUND)(15) (ALL PIPE TO BE DIP)
LF
$ 100.92
105
. S 10,59.6.60
xi_ail •430-175-118
PIPE CULV (OPT MATL)(ROUND)(18") (ALL PIPE TO BE DIP)
LF
s 109.50
103 :
5 11.278_50
7 520-1-10
CURB AND GUTTER CONC: (TYPE "F")
LF
$ 1722
449 :
_ 7.231.76
gtice,:520-4-8
GREEENWAY CURB AND GUI I ER CONC.
LF
5 17,22
1276
5 21.972.72
520-2-4
CONCRETE CURB (TYPE °D.')
LF
5 14.76
1409
-5 20:795.84
;won 520-3
CONCRt I t 1:5' MOD. VALLEY GUTTER
LF
S 14.76
1319
5 19.468.44_
1'520-3
CONCRETE 2.0' VALLEY GUTTER
LF
S 17:22
68
S 1,170.96
rd 522-1
SIDEWALK CONC. (4"THICK)
SY
5 35.89
1795
5 66%217.55
L 3 522-2
SIDEWALK CONC. (6"THICK) (DRIVEWAYS)
SY
5 43,65
773
5 33,749.18
2€3 522-2
HARMONIZATION (DRIVEWAYS)
SY
5 55.34
111
.5 6,142.74
550-10-238
FENCING TYPE B (RESET)
LF
5 8.49
1682
S 14,280.18
= c36,`
CERAMIC TILE, F&I
SY
3 287,77
17 S 4.892.09
-TOTAL ROADWAY:ANDHARDSCAP..E:ITEMS W568903549
i4.€
EN!
�u��
`P M
f�
xl s` ., • 1 a -'�j• ° *- J
r } DES,GFII Ti0 , �G fit$ v v is
ec
..+ L-<1 .,.'�W£... j§ ?' 1 '"�+ v:l��'�`t.. . -`. 'h'
ii1i1T
..;c. Y�Mw
i-�`- `,. �et'srr
s`s
�g3GN'�AN
� 4 . +" %s+�ifZ .'.
arty- s
� is
1Nc11lNT
SIGNING AND PAVEMENT MARKING PAY ITEMS
A
700-20-11
SIGN SINGLE POST (LESS THAN 12 SF)
AS
5 184.47
38
5 7.009.86
1 §s 5.
700 20 40
SIGN SINGLE POST (RELOCATE)
AS
$ 61.49
2
S 122.98
`-:�a
700-20-60
.SIGN SINGLE POST (REMOVE)
AS
5 61.49
21
$ 1,291.29
` g)
) 700-49-1
•WAYFINDING SIGNAGE'(W-KSK)
EA
5 19.686.77
1
5 19.686.77
`,11
700-49-2
.WAYFINDING SIGNAGE (W-PED)
EA
S 3,461.81
4
5 13,847.24
0.4.20
700-49-3
WAYFINDING SIGNAGE (W-PRM)
EA
5 1,328,15
2
S 2:656:30
i„;r;ii :
700-49-4
WAYFINDING SIGNAGE (W-MIM)
EA
S 688.67
1
S '688.67
? _~ 2)
706-3
RETRO-REFLECTIVE PAVEMENT MARKERS (YELLOW/YELLOW)
EA
S 6.15
112
S 688.63
'''75
706-3
RETRO-REFLECTIVE PAVEMENT MARKERS (REDANHITE)
EA
•S 6.15
19
S 116.85
NW
711-11-111
THERMOPLASTIC, TRAFFIC STRIPE SOLID (WHITE)(6")
NM
5 122.98
0.64
5 78.45
Miti
711-11-122
THERMOPLASTIC, TRAFFIC:STRIPE SOLID (WHITE) (8")
LF
S 1.18
236
S 278.48
1 8y
711-11-123
THERMOPLASTIC, TRAFFIC STRIPE. SOLID (WHITE) (1.2")
LF
5 1.73
.411
.5 711.03
#"y:a9 -
711-11-124
THERMOPLASTIC, TRAFFIC STRIPE SOLID (WHITE) (18')
LF
5 2,56
143
S 366.08
` 50 "T
711.11.125
THERMOPLASTIC, TRAFFIC STRIPE SOLID (WHITE) (24")
LF
$ 3.44
359
5 1.234,95
,S
711-11-170
THERMOPLASTIC, STANDARD WHITE ARROW
EA
S 92.23
.5
S 461.15
5z1
711-11-211
THERMOPLASTIC, TRAFFIC STRIPE SOLID (YELLOW):(6")
NM
$ 122:98
0.59
S 72.44
"Kx53 x
711-11-224
THERMOPLASTIC, TRAFFIC STRIPE SOLID (YELLOW) (18")
LF
S 2.56
98
5 250.88
- T.07AL:SlGNING:gND?RAVEMENTJNARKING7TEM5
gtz. s §*62::''..4:,
WI
�'u
0,-AiYgrtEM
r"�ra,:�
'�.r_�' '1'N ._ '`- e £.. a�n 'Y
DESCRI ON.
�2.�,rtc..wcr.�" .'t4�A-'�:_ '<.i�', , "'Stam._="#-'8?:*S=
J,;iaC-�
...t�..��.,.."•=�,a.i';
x*
<.'Ib'
LIGHTING PAY ITEMS
54
715.2-11
LIGHTING- CONDUIT UNDERGROUND, (INSTALLATION ONLY)
LF 5 6.89 ( 1662
5 11 451.18
Ir 55
715-14-32
LIGHTING - PULLBOX, (INSTALLATION ONLY)
EA l $ 270.55 1 20
S 5 411.00
= ' ?OTAL UGHSING:ITEMS=: _ ' .§%:004
61
`
•. y
RA't 1mm
w sy;i'�•
Nye 8 i4�' ' d i
,, :' E$C IP O fly* - , -1
}(' 7 r z 3 x M r� r s ' �
k`� yi.1`r =a i �3. LwilF. v „4 ' ,`12�i
.
NETS
'.'� -, '
,,
ABE
SIN_ t�G�cav
.1,- ��'
QUA' a
P'
S:F3fi'a}.1✓ 3J`N�
rAM CUNT
3T+ l
r ;: f:;.LLANDSCAP.E`>.PAYITEMS. , .'
t. ..
v
,-! ,4
..580-.1-1:
`:LANDSCAPE,COMPLETE:(SMALL.PLANTS =iSEE ;SHEET.LD 1)
:' EA
5 12.32..
4605.'
S t:59197:60
-:4;9
5800-2:
':L'ANDSCAPE:'_COMPLETE'_(LARGEPLANTS .:ZEE , SHEETLD•1)_ ';;
EA
S . 674:99:
I" &:s
721-74-;1 ' ..
TRASH RECEPTACLE ;::, ;- ' - . e: ^.. :--: ::- - � .'..:. - . =:.
':'SEA
.5,-.::',:. 2;769:40.
5 --.:.
5 .:._.:13.647.00
BENCH ,;::..
'EA
5 5":262783
: 5.;,.::
S :;19j109.15
rro?
:721,-77. . .
BICYCLE RACK
EA
S' _ , +442 72
>[ 3 i.. ,.'S
. , ',1;328.16
,T07AL''lAN155CAP,E:IT.EMS .nS1g87f641
- SUBTOTAL ALLAREAS :
S :" 892;206.59
6f .
:102-1
MAINTENANCE OF TRAFFIC
LS
5 12,297.73
1
S , `.12,297.73
i:6 :
' 101-1
.MOBILIZATION
LS
5 18;852.42
1
S .: 18.852.42
s4+
• BASE BID AMOUNT
S .923.356.74'
'YON
ALLOWANCE FOR PERMIT FEES
LS
1
S 114.060.00
'TOTAL BID AMOUNT,s7-SS_T-4
BID'FORM.(Page:3 of 9)
The.spreadsheetwith ''Unit Prices is required .to'be submltted:within'the•Bid'SubMittal
Forms-:*
Bidders must download the version of MS Excel Bid Form' -that is available for download at:
http://www.miamigov.com/Capitallmprovements/pages!ProcurementOpportunities!Default.
asp.
Failure to .submit the : Spreadsheet .may result in the Bidbeing determined to be non-
responsive. MS Excel sheet shall round all bid price to the second decimal.
Miami River Greenway Streetscape"= NW 10t Ave to NW 12th Ave,:B-30651
Line
No.
Pay Item No.
Pay Item' Description
Unit
Quantity
Unit Cost
Cost
1
1
2
2
3
3
4
5
6
7
4
5
6
7
8
8
9
9
10
10
"TOTAL
110
Miami River GreenwayStreetscape — ITB.NO.: 11.12-020
NW 10th Ave to NW 12th Ave
BID FORM (Page 4 of 9)
,Part:I DIRECTIONS.:COMP_LETE PART I OR. PART 1I, WHICHEVER APPLIES,: AND -PARTS III
AND IV (tf applicable)
Part I:Listed below; are the dates of issue for each Addendum received in connection with
this Bid:
Addendum No. 1, Dated may ::11,2012
Addendum No2, Dated May 16, 2012
Addendum No. 3, Dated May 31, 2012
Addendum No. 4, Dated June 1, 2012
Part I1: 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. Affirmative Action Plan
Successful bidder(s) _shall establish an Affirmative Action Plan or an Affirmative Action Policy
pursuant to Ordinance #10062 as amended. Effective date of implementation must be
indicated on the policy: and
2. First Source Hiring
Bidder certifies that it has read and understood the provisions of City of Miami Ordinance
Section 18-110, pertaining to the implementation of a "First Source Hiring Agreement".
Evaluation of bidder's responsiveness to Ordinance Section 18-110 may be a consideration in
the award of a contract.
3. Non -Collusion
Bidder certifies that the only persons interested in this Bid are named herein; that no other
person has any interest in this Bid or in the Contract to which this Bid pertains; .that this Bid is
made without connection or arrangement with any other person; and
4. Drug Free Workplace
The undersigned Bidder hereby certifies that it will provide a drug -free workplace program by:
(1) Publishing a statement notifying its employees that the unlawful manufacture,
distribution, dispensing, possession, or use of a controlled substance is prohibited in the
Bidder's workplace, and specifying the actions that will be taken against employees for
violations of such prohibition;
(2) Establishing a continuing drug -free awareness program to inform its employees about:
(i) The dangers of drug abuse in the workplace;
(il) 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;
111
Miami River Greenway Streetscape— ITB NO.: 11-12-020
NW 10th Ave to NW 12th Ave
ADDENDUM NO. 1
May 11,.201.2
INVITATION TO BID NO.: 11-12-020
MIAMI RIVER GREENWAY STREETSCAPE
NW 10TH AVENUE TO NW 12TH AVENUE
PROJECT NO.: B-30651
TO: ALL PROSPECTIVE BIDDERS:
The following changes, additions, clarifications, and/or deletions amend the above -captioned Invitation
to Bid and shall become an integral part of the Bids submitted and the Contract to be executed for Miami River
Greenway Streetscape — Invitation to .Bid No.: 11-12-020 (the "Project). Please note the contents herein and
affix same to the documents you have on hand.
All attachments (if any) are available on the CIP website and are part of this Addendum.
A. RESCHEDULED PRE -BID MEETING: The Non -Mandatory Pre -Bid Meeting for
this ITB NO.:11-12-020 will be held:
Date/Time: WEDNESDAY, MAY 16, 2012 @ 10:00 A.M.
Location: Miami Riverside Center
444 SW 2nd Avenue
Miami, Florida
10th Floor Main Conference Room
B. Requests for Information — Since Issuance of the Bid on Friday, April 27, 2012;
The following responses are to RFI's posed since issuance of Bid No.: 11-12-020 on Friday, April 27,
2012.
Q1. What is the budget amount regarding the project listed below?
Al. As stated on the CIP Webpage for this Project, for the purpose of bidding, CIP has established a
maximum budget of $1,844,103.47 that is unencumbered, available and allocated for this project.
This amount is not CIP's official cost estimate for the work, but is the budgetary constraint established
for this contract. Submission of a bid .under the maximum budget is not a guarantee of contract award
and cannot be interpreted as an appropriate or awardable bid amount.
Addendum No, 1
Miami River Greenway Streetscape - ITB No.: 11-12-020
NW 10 h Ave to NW 1.2'h Ave
Q2. Line ltem`82 on the spreadsheet provided on:the=City's website is hidden. Is this the Intent of
the City or is a price to be submitted on this line item?
A2, Grid:Line'82 on the Bid Form is hidden inadvertently arid has no effect on the .Pay Items required for
this Project.
THIS ADDENDUM IS AN ESSENTIAL PORTION OF T E CONTRACT DOCUMENT AND SHALL BE
MADE A PART THEREOF.
FCK.Jeova ` :Rodriguez, P.E., Assistant Director
Capital improvements Program
This addendum should be signed and dated by Bidder and submitted as proof of
receipt with the submission of bids. The Bidder by identifying the addendum
number in their bid proposal and by the signing and submission of their bid, shall
serve as proof of receipt of this addendum,
NAME 0' FIR 'p' �°ics Co r. DATE: dune 8, 2012
SIGNATURE:.
Addendum No. 1
Miami River Greenway Streetscape — ITS No.: 11-12-020
NW 10th Ave to NW 12ih Ave
2
ADDENDUM NO.:2
May 16,:2012
INVITATION TO BID Ala: 11.12-020
MIAMI`RIVER GREENWAY STREETSCAPE
NW 1OTH AVENUE TO NW 12TH AVENUE
PROJECT NO.: B-30651
TO: ALL PROSPECTIVE. BIDDERS:
The following changes, additions, clarifications, and/or deletions amend the above -captioned Invitation
to Bid and shall become. an integral part of the Bids submitted and the Contract to be executed for Miami River
Greenway Streetscape — Invitation to Bid No.: 11-12-020 (the "Project'). Please note the contents herein and
affix same to the documents you have on hand.
All attachments (if any) are available on the CIP website and are part of this Addendum.
A. NEW BIDS DUE DATE: The Bids Due Date for this ITB NO.:11-12-020 has been
postponed until:
Date/Time: WEDNESDAY, JUNE 6, 2012 @ 2:00 P.M.
Location: Sealed bids will be received by the City of Miami., Office of the
City Clerk, City Hall, .Jst Floor, 3500 Pan American Drive, Miami,
Florida 33133-5504
B. NEW FINAL DATE AND TIME FOR RFI SUBMISSION: Based on the New
Bids Due Date of Wednesday, June 6, 2012, the last date and time for submission of
RFI's shall be:
Date/Time: FRIDAY, MAY 25, 2012.@ 5:00 P.M.
THIS ADDENDUM IS AN ESSENTIAL PORTION OF T E CO RACT DOCUMENT AND SHALL BE
MADE A PART THEREOF.
Jeova n. o uez, P. , ' ssistant Director
Capital l jj . roRf ments P o• ram
Addendum No. 2
Miami River Greenway Streetscape — ITB No.: 11-12-020
NW 10'h Ave to NW 12th Ave
This addendum should be signed and dated by.Bidder and submitted as proof of
receipt with the submission of bids. The Bidder by identifying the addendum
number in their bid proposal and by the signing and submission of their bid, shall
serve:as proof. eipt of this addendum.
NAME 0
SIGNATU
Addendum No. 2
DATE: June 8, 2012
Miami River Greenway Streetscape —
NW 10th Ave to NW 12Ih Ave
2
ITB No.: 11-12-020
eay
V i'1g.
ADDENDUM NO. 3
May 31, 2012
INVITATION TO BID NO.: 11-12-020
MIAMI RIVER GREENWAY STREETSCAPE
NW 10TH AVENUE TO NW 12TH AVENUE
PROJECT NO.: B-30651
TO: ALL PROSPECTIVE BIDDERS:
The following changes, additions, clarifications, and/or deletions amend the above -captioned invitation
to Bid and shall become an integral part of the Bids submitted and the Contract to be executed for Miami River
Greenway Streetscape — Invitation to Bid No,: 11-12-020 (the 'Project"). Please note the contents hereinand
affix same to the documents you have on hand.
All attachments (if any) are available on the CIP website and are part of this Addendum.
A. NEW BIDS .DUE DATE: The Bids Due Date for this ITB NO.:11-12-020 has been
postponed until:
Date/Time: FRIDAY, JUNE 8, 2012 @ 2:00 P.M.
Location: Sealed bids will be received by the City of Miami, Office of the
City Clerk, City Hall, 1st Floor, 3500 Pan American Drive, Miami,
Florida 33133-5.504
THIS ADDENDUM IS AN ESSENTIAL POR I!►N OF T E CONTRACT DOCUMENT AND SHALL BE
MADE A PART THEREOF.
J.eovanny Rodriguez, P.E., Assistant Director
Capital improvements Program
Addendum No. 3
Miami River Greenway Streetscape — ITB No.: 1142-020
NW 10thAve to'NW 12`hAve
This addendum shouldbe signed and dated by Bidder and submitted as proof of
receipt with the submission of bids. The Bidderby identifying the addendum
number in their bid proposal and by the signing and submission of their bid, shall
serve as proof of receipt of this addendum.
NAME OF
SIGNATU
DATE: June 8,2012
Addendum No. 3
Miami River Greenway Streetscape — ITB No.: 11-12-020
id W 10'h Ave to NW 12'h Ave
2
ADDENDUM NO. 4
June 1, 2012
INVITATION TO 'BID NO.: 11-12-020
MIAMI RIVER GREENWAY STREETSCAPE
NW 10TH AVENUE TO NW 12TH AVENUE
PROJECT NO.: B-30651
TO: ALL PROSPECTIVE BIDDERS:
The following changes, additions, clarifications, and/or deletions amend the above -captioned Invitation
to Bid and shall become an integral part of the Bids submitted and the Contract to be executed for Miami River
Greenway Streetscape — Invitation to Bid No.: 11-12-020 (the "Project"), Please note the contents herein and
affix same to the documents you have on hand,
All attachments (if any) are available on the CIP website and are part of this Addendum.
A. Requests for Information — Since Issuance of Addendum No, 2 on Wednesday. May 16, 2012;
The following responses are to RFI's posed since issuance of Addendum No. 2 on Wednesday, May
16, 2012.
Q1. Within the last few months we have bid several City of Miami projects which all required letter of
references; can we submit the same reference letters for bidding on this project?
A1. Yes, Bidders may re -submit project reference form letters previously submitted for another CIP project
as tong as the re -submitted reference form letter: a) reflects a project that meets the Minimum
Requirements of the Project being Bid on; and b.) includes all of the information requested by the
reference form letter for the Project being Bid on.
Q2. Proposed .Lighting Poles requires Technical Specs (Model Number, Manufacture). Please
specify.
A2. FPL will provide and install Lighting poles at no cost to the Contractor. Contractor shall be responsible
for acquiring the lighting material at the FPL yard.
Q3. Bid Form, item 56 units must be revised.
A3. Please find attached hereto the revised Bid Form for the Project. Pay item 715-511-115 has been
eliminated. (see Additional Information 1, below).
Q4. Special wayfinding signage information and details, Miami River Greenway standards appendix
D. Where I can find it?
A4. Here is the link to the Miami River Greenway Regulatory Design Standards
http://www.ci.miami.fl.us/planning/pages/urban design/DG Miami°%a20RiverGreenway rev 12 11.pdf
Addendum No, 4
Miami River Greenway Streetscape — ITB No.: 11-12-020
NW 10Ih Ave to NW 12°i.Ave
Q5. Please issue .a corrected bid > sheetWe cannot input pricing on line .82 since It is hidden : and
cannot adjust line dueto the: secure; excel sheet.
A5. Please find'attached hereto the revised "Bid" Form (see Additonal Information 1, below) correcting
line 82 which ;was hiddeninadvertently and; had no effect on the Pay Items required for the' Project.
Please also refer`to Addendum: No. 1, Q2 and A2.
Q6. The specifications: page 16 section 3.11 paragraph:2 states "it is expected .that :theremay 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 -Town for their accuracy or completeness No request for additional
compensation or Contract time resulting from encountering .utilities not shown will be
considered:" :Please provide:an estimated number of utilities we will encounter during this
construction:: If no estimate`is available we will assume:a minor amount
A6. The utilities shown in the construction documents are based on the information provided by all of the
utility companies that could have some type of infrastructure throughout the project. The locations are
approximate and arebased on the as -built drawings provided by the Utility Owners. The number of
utilities have not been estimated separately other than the ones shown in the construction plans.
B. Additional Information:
Please find attached hereto the following:
1. Final Revised Bid Form for the Project;
THIS ADDENDUM IS AN ESSENTIAL PO N OF THE CONTRACT DOCUMENT AND SHALL BE
MADE A PART THEREOF.
-Jeovanny Rodriguez, P.E., Assistant Director
Capital improvements Program
This Addendum should be signed and dated by the Bidder and submitted as proof of receipt with the
submission of Bids. The Bidder by identifying the addendum number in their Bid and by signing and
submission of their Bid shall serve as proof of receipt of this Addendum,
NAME OF F
SIGNATURE:
DATE: June 8, 2012
Addendum No. 4
Miam i River Greenway Streetscape — ITB No.: 11-12-020
NW 101h Ave to NW 12th Ave
2
BID FORNi.(Page'S of 9)
(3) Giving all employees engaged in performance of the Contract a copy of the statement
required -by subparagraph (1);
(4) Notifying:alfemployees, in writing, ofthe statement required by subparagraph (1), that as
a condition of employment on a covered Contract, the employee shall:
(i) Abide by the terms of the statement; and
(ii) Notify the employer in writing of the employee's conviction under a criminal drug
statute for a violation occurring in the workplace no later than five (5) calendar days
after such conviction;
.(5) Notifying the City in writing within ten (10) calendar days after receiving notice under
subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such
conviction. The notice shall include the position title of the employee;
(6) Within thirty (30),.calendar days after receiving notice under subparagraph (4) of a
conviction, taking one of the following actions with respect to an employee who is convicted
of a drug abuse violation occurring in the workplace:
(i) Taking appropriate personnel action against such employee, up to and
including termination; or
(ii) Requiring such employee to participate satisfactorily in a drug abuse
assistance or rehabilitation program approved for such purposes by a federal, state,
or local health, law enforcement, or other appropriate agency; and
(7) Making a good faith effort to maintain a drug -free workplace program through
implementation of subparagraphs(1) through (6); and
5. Lobbying
The undersigned certifies to the best of his or her knowledge and belief, that:
(1) No Federal appropriated funds have been paid, or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or employee
of any agency, a Member of Congress, an officer or employee of Congress, or an employee
of a Member of Congress in connection with the awarding of any Federal contract, the
making of any Federal grant, the making of any Federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of any Federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid to any person for
influencing or attempting to influence an officer or employee of any agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in
connection with this Federal contract, grant, loan, or cooperative agreement, the
undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report
Lobbying," in accordance with its instructions.
(3) This undersigned shall require that the language of this certification be. included in the
award documents for 'AU" .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.
112
Miami River Greenwaystreetscape— ITS NO:: 11-12-020
NW 10T' Ave to NW 12t Ave
BID FORM.(Page.6 of.9)
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 requiredcertification shall besubject to a civil penalty of not
less:than $10,000.and not morethan .$100,000for each:such failure;. and
* Note: in these instances, "All" in the Final Ruie is expected tobe clarifiedto show that it
applies to covered contract/grant transactions over $100,000 (per QMB).
6. Debarment, Suspension and Other Responsibility Matters
The Bidder certifies to the.best of its knowledge and belief, that it and its principals:
(a) Are not presently debarred, suspended, proposed for debarment, and declared
ineligible or voluntarily excluded from covered transactions by any Federal department
or agency.
(b) Have not within a three-year period preceding this proposal been convictedof or had a
civil judgment rendered against them for commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing a public (Federal, State,
or local) transaction .or contract under a public transaction; violation of Federal or State
antitrust statutes or falsification or destruction of records, making false statements, or
receivingstolen 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 6.b of this certification; and
(d) Have not within a three-year period preceding this application/proposal had one or more
public transactions (Federal, State, or local) terminated for cause or default.
Where the prospective Bidder is unable to certify to any of.the .statements in this certification, such
Bidder shall submit an explanation to the City of Miami.
Part IV; Certification Trench Safety Act
The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of the Trench Safety
Act, and will comply with all applicable trench safety standards. Such assurance shall be legally
binding on all persons employed by the Bidder and subcontractors.
The Bidder is also obligated to identify the anticipated method and cost of compliance with the
applicable trench safety standards.
Bidder acknowledges that included in the various items of the proposal and in the total Bid price
are costs for complying with the Florida Trench Safety Act. These items are a breakout of the
respective items involving trenching and will not be paid separately. They are not to be confused
with bid items in the schedule of prices, nor be considered additional Work.
113
Miami River Greenway Streetscape - ITB NO.: 11-12-020
NW 10th Ave to NW 121n Ave
BID FORM (Page 7 of:9)
The Bidder further identifies the costs and methods summarized below:
Quantity Unit
Description Unit Price Price Extended . Method
Angle of Repose CY $0.00 $0.00 $0.00 . N/A
Trench Boa DAY $0.00 $0.00 $0.00 N/A
Total $ 0.00
Attached is a Bid Bond [x], Cash [ ], Money Order [ ], Unconditionallrrevocable.Letter of Credit [
], Treasurer's Check [ ], Bank Draft [ ], Cashier's Check [ ], Bid Bond Voucher [ ] or Certified
Check [ ] No.Bank of Marsh USA, Inc.
for
the sum of 5% of the Total Bid Amount Dollars ($ N/A ),
The Bidder shall acknowledge this Bid and certifies to the above stated in Part III and IV by signing
and completing aces provided below.
Firm'
Signatu
Printed NameM
City/State/Zip: 290 NW 165th Street, Suite P200, Miami, FL 33169
Telephone No.: 305-940-0264
Facsimile No.: 305-940-0265 E-Mail Address: droy@fhpaschen.com
Social Security
No. or Federal
I . D. No.: 36-4136428
Dun and
Bradstreet No.: 15-427-8118
If a partnership, names and addresses of partners:
Not Applicable.
(if applicable)
114
Miami River Greenway Streetscape — ITB NO.: 11-12-020
NW10'hAve toNW121hAve
BID FORM (Page 8 of.9)
iCERTIFICATE'OF'AUTHORITY
(IF COIVII'ANY
I HEREBY CERTIFY that at a. • meeting . of '.the Board:.. of :Directors of
FHP::TectonicsCorp: . • a corporationorganized:and existing under'the':laws of
the State. of:-'Illi>iois held on`thel4thday.of July :2010 ,:a resolution was duly passed
and adopted authorizing , (Name) David P:'Roy ..:.. ' as (Title) ` Agent of the
corporationexecute bids on beh alf. 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,infull force and effect:
Il�l�it! ESS WHEREOF, I have flere_unto set my hand this 681 , day of June , 2012
Secretary:
Print: Kathleen Pattison
CERTIFICATE OF AUTHORITY
(IF PARTNERSHIP)
I HEREBY CERTIFY that at a meeting of the Board of Directors of
, a partnership organized and existing under the laws of
the State of , held on the _day of a resolution was duly passed and
adopted authorizing (Name) as (Title) of the to execute
bids on behalf of the partnership and primes tf& his/her exution thereof, attested by a partner, shall be
the official act and deed of the partnershi
I further certify that said partnership agreen sin and effect.
IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20
Partner:
Print:
CERTIFICATE OF AUTHORITY
Joint ventures must submit a joint ventu
to sign Bid documents on behalf of the jo
the joint venture must sign the Bid and su
or individual).
at the person signing this Bid is authorized
joint venture agreement each member of
Cate of Authority (corporate, partnership,
CERTIFICATE OF AUTHORITY
(IF INDIVIDUAL)
I HEREBY CERTIFY that, 1 (Name) , individually and doing
business as (d/b/a) (If Applicable) have executed and am
bound by the terms of the Bid to which t- :. tes n ttachd.
IN WITNESS WHEREOF, I hav
Signed:
Print:
is , day of , 20
115
Miami River Greenway Streetscape — ITB NO.; 11-12-020
NW1Oth Ave toNW12thAve
BIDFORM (Page 9 of:9)
NOTARIZATION
STATE OF FLORIDA )
) SS:
COUNTY OF ML4M1-DADE
The foregoing instrument was acknowledged before me this 6th day of June
2012 by David P. Roy
N/A
SIGNATURE OF NOTARY PUBLIC
STATE OF FLORIDA
Nina M. Castro
, who is personally known to me or who has produced
as identification and who (did / did not) take an oath.
PRINTED, STAMPED OR TYPED
NAME OF NOTARY PUBLIC
NOTARY PUBLIC -STATE OF F"i3ORIDA
".",,,ti Nina M. Castro
Commission• #DD873433
Expires: JUICE 09, 2013
BONDEDT 1tJATLANTICBQND/NGCQ.,INC.
7•
116
Miami River Greenway Streetscape — ITB NO.: 11-12-020
NW10fhAve toNW 12thAve
BID -BOND FORM
State of Florida
Countyof Dade
City of. Miami )
Section 5-..Attachments
BID `BOND 'FORMS
(Page 1 of 3)
SS
KNOWN ALL PERSONS BY THESE PRESENTS, that FHP Tectonics Corp.
as
Principal, Continental Casualty Company; 333 S. Wabash Avenue; 41st Floor; Chicago, Illinois 60604 as Surety,
are held and firmly bound unto The City of Miami, in the penal sum of Five Percent of Accompany Bld
Dollars ($ 5% of Bld
) 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 June 6
Miami River Greenway - NW 10th Ave to NW 12th Ave, B-30651
NOW THEREFORE:
,2012 ,for
(a) If the principal shall not withdraw said Bid within one hundred twenty (120) days after
date of opening the same, and shall within ten (10) days after the prescribed forms are
presented to him for signature, enter into a written contract with the City, in accordance
with the bid as accepted, and give bond with good and sufficient Surety or Sureties, as
may be required, for the faithful performance and proper fulfillment of such contract; or,
(b) In the event if the withdrawal of said Bid within the period specified, or the failure to enter
into such contract and give such bond within the time specified, if the principal shall pay
the City the difference between the amount specified in said Bid and the amount for
which the City may procure the required Work and supplies, if the latter amount be in
excess of the former, then the above obligation shall be void and of no effect, otherwise
to remain in full force and virtue.
117
Miami River Greenway Streetscape — ITB NO.: 11-12-020
NW 10th Ave to NW 12th Ave
BID`BOND'"FORM (Paget of 3)
IN WITNESS WHEREOF; the above bound parties have executed this instrument under
their several seals, this: efh .., day ofJune , A.`D.,:20'1z
:the name and. corporate seal of each party being hereto affixed and.these presents duly
signed by its undersigned representative, pursuant to authority of its governing body.
WITNESS: (If:Sole Ownership,
Partnership, or. Joint. Venture,
two• (2),Witnesses are required.
If Corporation,: Secretary
only will attest and affix seal.
TAIRA
A
Kathleen Pattison
Asst.. Secretary
Surety Witness
Countersigned By:
Mark A. Coolbaugh, Resident Adnt
PRINCIPAL:
4 dtilt orp.
kb
ig .ture of a • orized officer)
me of Firm)
Affix
Seal
David P. Roy, Senior Project Manager
(Title)
290 NW 165th Street; Suite P200
(Business Address)
Miami, Florida 33169
City State Zip
Surety:
Continental Casualty Company
(Corporate Surety)
Affix
Seal
(Signature of Authorized Officer)
Adrienne C. Stevenson
Attorney -In -Fact
(Title)
333 S. Wabash Avenue; 41st Floor
(Business Address)
Chicano, Illinois 60604
City State
Zip
118'
Miami River Greenway Streetscape - ITB NO.: 11-12.020
NW 10th Ave to NW 12th Ave
BID BONDFORM (Page 3:of 3)
CERTIFICATE AS TO CORPORATE PRINCIPAL
, certify that I am the Secretary of
the Corporation named as Principal in the within bond; that
of said' corporation;that I know his signature, and the
signature hereto is genuine; and that said bond was duly signed, sealed and attested for and in
behalf of said corporation by authority of its governing body.
STATE OF ILLINOIS
COUNTY OF COOK
City OF CHICAGO
)
SS
(Corporate Seal)
Before me, a Notary Public duly commissioned, and qualified, personally
appeared Adrienne C. Stevenson to me well known, who being by me first duly
sworn upon oath, says that he/she is the attorney -in -fact, for the
Continental Casualty Company and that he%She has been authorized by
Continental Casualty. Company 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 6th
day of June A. D., 20 12
INSTRUCTIONS: Bid Bonds �) 1 �1� )—.,
must be accompanied by Notary Public, State of ILLINOIS
a Power of Attomey, in
compliance with
Instructions to Bidders
My Commission Expires:
July 6, 2015
"OFFICIAL SEAL"
SANDRA NOWAKOWSta
Notary Public, State of Illinois
My Commission Expires 07/06/15
119
Miami River GreenwayStreetscape — ITE NO,: 11-12-020
NW 10'h Ave to NW 12`h Ave
POWER OF ATTORNEY APPOINTING INDIVJDUAL`ATTORNEY-IN-FACT
:Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, Nnlional,Fire Insurnnce.Company of
Hartford an:Illmors msuranee contpony;iend American Casuatry Company of Reading, Pennsylvania,�a Pennsylvania insurance conipnny'(herein called
"mpa the CNA Conies") , are duty organized and existing instrance companies'hnving. thelrprmcrpaI offiicesin the City of Chicago, and State of Illinois,
and.ihat they do by-vir ne of the::sigtintiiMS and seals herein affixed hereby make;. constitute and appolot
Adrienne C Stevenson,` John K.JOhnson,• Sandra Nowakowski, ..Polito,'C R Herntutdez,,Theodore C Soy ier,Jr,
• Katherlinel:Foreit,A iiyl6=Wickett Individually •
of Chicago, IL, their true and lawful Attorneys) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf
bonds, undertakings and other obligatory instruments of similar nature
-"InUnlimited Amounts -
and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and
all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly
adopted. as indicated, by the Boards of Directors of the insurance companies.
In Witness Whereof, the CNA Companies have caused these presents to be signed by their Senior Vice President and their corporate seals to be
hereto affixed on this 28th day of `February, 2012.
Continental Casualty Company
National Fire Insurance Company of Hartford
American Casualty Company of Reading, Pennsylvania
fTh
mor Vice President
Stathy Darcy
Stare of Illinois, County of Cook, ss:
On this 28th day of February, 2012, before me personally came Stathy Darcy to me known, who, being by me duly sworn, did depose and say: that
she resides in the City of Glenview, State of Illinois; that she is a Senior Vice President of Continental Casualty Company, an Illinois insurance company,
National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a
Pennsylvania insurance company described in and which executed the above instrument; that she knows the seals of said insurance companies; that the
seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said
insurance companies and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance
companies.
My Commission Expires September 17, 2013
CERTIFICATE
i, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire insurance Company of
Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby
certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of
the insurance companies printed on the reverse hereof is still in force. In testimony whereof! have hereunto subscribed my name and affixed the seal of
the said insurance companies this 6fh day of June 2012
Continental Casualty Company
National Fire Insurance Company of Hartford
American Casualty Company of Reading, Pennsylvania
Assistant Secretary
Form F6853-1/2011
Authorizing By=Laws and:Resolutions
ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY:.
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duty adopted by the. Board of Directors of the
Company.
"Article'.IX--' Exetlition of.Documeats
Section 3,. Appointment of Attorney iti-Fact. The:Chanrman`of. the"Board of Directors; the President or any Executive, Senior or Group- Vice
President' may, from time to time, appoint by`.written cerlificates:attcrneys-in-fact tos act in behalf of. the Company in, the execution of policies of
insurance, bonds, undertakings and other obligatory Ansttvments of like nature. Such nttomeys•in=fact;: subject to the limitations set forth. in their
respective Certificates of authority, shall have; full power to bind the. Companybytheir.slgnature-and execution of any such instruments. and to nitach the
seal of the Company thererto.: The Chairman' of.lite Board of Directors; the President or any Executive, Senior or Group Vice President or the Board of
Directors, may, at any time, revoke all power and authority previously given to any attorney -in -fact,"
This Power of Attorney is signed and sealed by facsimile under and by the authority of the fallowing Resolution adopted by the Board of Directors of the
Company at a meeting duly called and held on the 171h day of February, 1993.
"Resolved, that the signature of the President or any Executive, Senior. or Group Vice President and the seal of the Company may be affixed by
facsimile on any power of auoniey granted pursuant to -Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant
Secretary and the seal of the Company may;: be affixed by facsimile to any certificate of any such power and any power, or certificate bearing such
facsimile_ signature and seal shall be valid and binding on tbcCornpany. Any such power so executed and sealed and certified by certificate so executed
and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be vnfid and binding on the Company."
ADOPTED BY THE BOARD OF DIRECTORS OFAMERICAN CASUALTY COMPANY OF READLNG, PENNSYLVANIA:
This Power of Attorney is made and executedpursuant to and by authority or the following By -Law duly adopted by the Board of Directors of the
Company,
"Article YI—)Execution of Documents
Section 3 Appointment of Auomey-in-Fact. The Chairman of the Board of Directors, the President or any Executive or Senior Vice President
may; from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature, Such attorneys -in -fact. subject to the limitations set forth in their respective certificates of
authority, shall hove full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company
thereto, The Chairman of the Board of Directors, the President or any Executive or Senior Vice President or the Board of Directors may at any time
revoke all power and authority previously given to any attorney -in -fact.'
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the
Company at a meeting duly called and held on the 17th day of February, 1993.
"Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by
facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant
Secretary and the seal of the Company may be affixed by facsimile to any certificate of anysuch power and any power or certificate bearing such
facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and scaled and certified by certificate so executed
lied sealed shall, with respect to any bond or undertaking to which It is attached, continue to be valid and binding on the Company: "
ADOPTED BY THE BOARD OF DIREI. t 1)13S OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD:
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the
Company,
"Article VEI-Execution of Documents
Section 3. Appointrent of Attorney -in -Fact. The Chairman of the Board of Directors, the President or nay Executive or Senior Vice President
may, from time to line, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds,
undertnkings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of
authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company
thereto. The Chairman of the Board of Directors, the President or any Executive, Senior Vice President or the Board of Directors. may, at any time,
revoke all power and authority previously given to any attorney -in -fact."
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the
Company at a meeting duly coiled and held on the 17th day of February. 1993.
"RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Insurance
Company may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17,
t993 and the signature of a Secretary or an Assistant Secretaty and the seal of the insurance Company may be affixed by facsimile to any certificate of
any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Insurance Company. Any such
power so executed and sealed and certified by certificate so executed and sealed, shot) with respect to any bond or undertaking to which it is attached,
continue to be valid and binding on the Insurance Company."
STATE:DF:FLDRIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION 'INDUSTRY :LICENSING .BOARD
1940. NORTH MONROE STREET
.TALLAHASSEE .FTC 32399-0783
BLAKE, CLRISTIAN D
FHP. `..TECTONICS CORP
8725 'iq HIGGINS
STE..200
CHICAGO
IL 60631
Congratulations; With this license you become one of the nearly one million
Floridians licensed by the •Department of Business and Professional Regulation,
Our professionals and businesses range from architects to yacht brokers, from
boxers to barbeque restaurants, and they keep Florida's economy strong.
Every day we work to improve the way we do business in order to serve you better.,
For information about our services, please tog onto www.myfloridalicense.com,
There you can find more information about our divisions and the regulations that
impact you, subscribe to department newsletter and learn more about the
Departments initiatives_
Our mission at the Department is: License Efficiently, Regulate Fairly, We
constantly strive to serve you better so that you can serve your customers.
Thank you for doing business in Florida, and congratulations on your new license! ,
•
(850) 487-:13.9.5
•`-.4'�: 1DA?_ni�":
DETACH HERE
-;45ja, 7 PJ
•STATE :9F:_FLORIQA
IEPARTMENT.OF`'.BUS INESS.AND .PROFESSIONAL REGULATION
CONSTRUCTION • INDUSTRY .:LICENSING -HOARD
:19.4'0 `.NORTH `MONROE STREET
TALLAEASSEE :FL 32399-0783
ROY, DAVID :PAUL
FHP TECTONICS CORP
8.725 WEST HIGGINS.ROAD SUITE 200
CHICAGO IL 6063.1
Congratulations! With this license you become one of the nearly one million
Floridians licensed by the Department of Business and Professional Regulation,
Our professionals and businesses range from architects to yacht brokers, from
boxers to.barbeque restaurants, and they keep Florida's economy strong.
Every day we work to improve the way we do business in order to serve you better
For information about our services, please log onto www.myfioridalicense.com. :
There you can find more information about our divisions and the regulations that
impact you, subscribe to department newsletters and team more about the
Departments initiatives.
Our mission at the Department is: License Efficiently, Regulate Fairly. We
constantly strive to serve you better so that you can serve your customers,
Thank you far doing business in Florida, and congratulations on your new license)
DETACH HERE
(850) 4B7.-1395
TATE;OF FLOR11Aj,r�},
DE FJSINEB;S =;AND=.
ROF!-ESE ONAD REGULATI:%YN
;'cE rig=i ��Q eTOR
•: •01,4.iCit ` :e;bm_ S-�i. CEKT.TF,Th'Dµ)uuae3r, tha,Qrgviaiona _o r�C6_4^8
'" +iaCl Tf*' s? AVG ;'3 J! "�Z" 2�''a,tiaVI, 6�729,Ob2"
]C(4 . " .r r.r. -ir _Piny `:�`,:kti �...�.zr,
�. i, ts's:.`arri4lt:.{4� "'?i�`si:?1(d`b--. `ZfL �•`=i:=`l -
.. �!r=,u-�.. ter -•.-cam _..L l,Itit.•_ •�.�C..
When do I renew my construction contractor qualified business license? .
Florida Departrnentof •
Busines
Profess n
Regulation
en do I renew -my co_n-atructian contractor
qualified business license?
Published 12/15/2010 09:24 AM I Updated 12/15/2010 09:24 AM
Page 1 of 1
When do I renew my construction contractor qualified business license?
As of October 1, 2009, qualified business licenses are no longer required. You are not required to
renew or maintain the qualified business license.
The State of Florida Is an AA/CED employer. Snnvrioht 2007-2P1D State of Florida. Privacy Statement
Under Florida taw, e-mail addresses are public records. If you do not want your e-mail address released In response to e
public -records request, do not send electronic mall to this entity. instead, contact the office by phone or by traditional mall, If you
have any questions regarding DSPR's ADA web accessibility, please contact our Web Master at webmasteredbor.state.fus,
http://myfloridalicense.custlielp.com/app/answers/detail/a_id/1 436 7/5/2011
28835'` _. ' ;09:%05/119. Q98
`:QUAI IFIED,:.BTJSI•NESS .:OR.GANIZA'�ION'
i :TEOTONICS,7.CO:RP....::•;:,..ir::'_`(' `. °:' ; : c'::
ABC HEII c:.rS:;41 ;: INIELSRN.:,& -AS9
A.;`I,%CEISSE•• TQ`� ?ERFOR2+l WORK::.
ALLOWS COMPJaI3Y--TOS O, BU1SINSS`.2I',
"TS a0ALIFLED,`iu dor:f:4e .ptocLnlvau•'citz k!_4B9'Fs
C'sspLr Xo'r."'pcte tl11-L09a76500. 30
kuly4k6figioicsAt-,REdurATTp14..,.
US.TRk ::;[ P�,NSING 'BOARD
iG -SQrT;4907.060Q530
STATE OF FLORIDA
DEPARTMENT_ OF:BUS INES9 AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENGING BOARD (850) 487-1335
1940 NORTH MONROE STREET
TALLAHASSEE FL 32399-0783
PET TECTONICS CORP.
F.H. PASCfLEN, S.N. NIELSEN & ASSOCIATES
8725 WEST:HIGGINS 'ROAD
SUITE 200
CHICAGO IL 60531
Congratulations! With lhls license you become one of the nearly one million
Floridians licensed by the Department of Business and Professional Regulation,
Our professionals and businesses range from architects to yacht brokers, from
boxers to barbeque restaurants, and they keep Florida's economy strong.
Every day we work to improve the way we do business in order to serve you better,
For information about our services, please log onto www.myftoridalicense.com.
There you can find mare information about our divisions and the regulations that
impact you, subscribe to department newsletters and learn more about the
Department's initiatives_
Dur mission et the Department is: License Efficiently, Regulate Fairly We
consfanfiy stnve to serve you better so that you can serve your customers,
Thank you for doing business in Florida, and congratulations on your new license!
DETACH HERE
'•OFs BUS NE
T4iTCTZt7_
7:16ty, 0T0.9` .o9B11111.ITas
The BIISINESS'!ORGANZAT-•
Namecl'';b01owIS- Q ALIFIE?
Under th'a : grcivis )P24 9:
.(THIS; I.S;NQ'I A LiTCENSE"T.1
COMPANY•:-?TTO,'':I]0:=,;BtT 3NEt?,_
::FHP.;:E.C`T'DIT CS CORn59 <: , ; ; ,•
••:::F:H:,'F.g.SCHEN; .•
SIN "31TEI;S,F,
37.25'10ST `
- :•SUITE;`2:0;0`
. ;CIiZCAGO .
STATE OF FLORIDA
},DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
44 :'CONS.TRUCTION.INDUSTRY:LICENSING..BOARD
,. , 1940 _NORTH : MONROE STREET
"coo„ •TALLAHASSEE FL 32399=0783
FH .PASCHEN SN NIELSEN & ASSOCIATES LiLC
8725 W HIGGINS RD SUITE.200
CHICAGO IL 60631
Congratulations! With this license you become one of the nearly one million
Floridians licensed by the Department of Business and Professional Regulation.
Our professionals and businesses range fromarchitects to yacht brokers, from
boxers to barbeque restaurants, and they keep Florida's economy strong.
Every day we work to improve the way we do business in order to serve you better.
For information about our services, please log onto www.myfloridalicense.com.
There you can find more information about our divisions and the regulations that
impact you, subscribe to department newsletters and learn more about the
Department's 'initiatives.
Our mission at the Department is: License Efficiently, Regulate Fairly. We
-eenstantly-strive-to-serve-yea-better--seat-you-can-sewe youFeustomerc.
"thank you for�oing business in Florida, arm congratulations on your new license!
(850) 487-1395
.AC4
,r.
0.7:406/2;0;09
'CHaRZIE:C
.GOVERN-0;
DETACH HERE
ST&E QFf.LORIDA:;
EPARTNSEl 017.L.0 tF
CONSTRP TZ
... .,. r=
1TCENS9N1R!-'
•
LIFEED=s'
sk' G ;3.1., 2 01'1.
NSE Z'O:::PE:£tORM;
EI SE€Zr EaA:8SOCT_ATES,
Er17 -4P2 0 0:. f ; : =_=
FL," 3.31:6
r•
ISPLAYa
STATE OF FLORIDA
DE01MENT
;� �PRO?ESSIO A *EGU A-T.IoN!•
6-36`79 07/06/09 Q'Y3AOI710
L-IFIED BUSINESS ORGANIZATION. ,.
ASM iEN SIB NIELSEN
LICENSE TO .PERFORA'l WOR1
ALLOWS=:COHMPZNY TO DO BLTSII7ESS'=Zp'
` ;T ;::IiAS A LICENSED OUALIF':IDR _ )
_-'g3e_—t-ite—pror_-sivrrceia-aB-9—FS--
spi=af.ion..daie:••'P_IIG. 7_�OB.o.7..o_`6;DQ529
•
_= r..r.PAF..EbS:ItiONAL: REGULPTI_ON
IOifi IIUSTPY L CE_TNC?;B:OARD_; SEQ LO9070600529
REQUIRED;�Y LAW
CHA_RLES
SECRET.I iJY ::;...';
:STATE.Oh:IFLORID'A
DEPARTMENT OF :pup INESS...'AND .:PROFESSIONAL REGULATION
CONSTRUCTIO INDUSTRY LICENSING _BOARD
154 0' .NORTH .MONROE . STREET
:.TAIiLAHASSFE FL 3239:9-,0783.
FHP TECTONICS CORP.
F:H. PASCHEN,.S N. NIELSEN & ASSOCIATES
8725 WEST HIGGINS :ROAD
SUITE :2 0:0
CHICAGO IL G0531
Congratulations! WIIh this license you became one of the nearly one million
Floridians'licensed by the Department of Business and Professional Regulallon,
Our professionals and businesses range from architects to yacht brokers, from
boxers to harbeque restaurants, and they keep Florida's economy strong.
Every day we work to improve the way we do business In order to serve you batter.
For -information about aur services, please log onto www.myfloridelfcense.com.
There you can find more information about our divisions and the regulations that
impact you, subscribe to department newsletters and team more about the
Department's initiatives.
Our misslon at the Department is: License Efficient(y, Regulate Fairly. We
constantly strive to serve you a er so t at you can serve your customers,
Thank you for doing business in .Florlda, and congratulations on your new license!
DETACH HERE
(850) 487-.1395
bTSTRUCTION , ,NDUS,TRr LICEr SING.<Bp.ARn , : ::: ,
5EQ#7.A) 7 606530
07%:D'672'0'Q9` 'D`9:BDQ=1L7a5,a Q82:6°8:3k5°..
The BUSI:NES,S ?1ORCAN ZATION -"''" ^''''
Named: `b, low;' TS: QY]'_xi LIF;Z•E 1:` ':':'_ - <` :
Under;. the'prov 'oat i s;'.:'of Chap'te
y`^ i.
cpra`t oim+aeAUG31,:.;�?<
(Tills; S NOTi A I I�TSE ^rI.O.:'P P.Ft
COMPANY•'^•. TO; p -pr. EN$$$ ONL3's IF i
i'r?S; N_I'I:TELSENT
:8725' ST �t�C:GR-TNS:O
• .SUAD'::t-:..
ITE•2.00•M., R_
iC4IC4GO
CHARLIE.; G-RTxu'.`•�' ::a `•� �i; ;� :,� ��:=��;.:'�';`;'.7�i
GOVERI�CR - ........:....... ..
Depattmeni of State
I certify fromthe records of this office that FHP'1 ECTONICS CORP.. is
a corporation organized under the 'laws : of Illinois, authorized to transact
business in the State of Florida, qualified on May.23, 2003.
The document number ofthis corporation is F03000002688.
I further certify that said corporation has paid all fees due this office
through December 31, 2012, that its most recent annual report was filed
onJanuary4, 2012, and its status is active.
I further certify that said corporation has not filed a Certificate of
Withdrawal.
Given under my hand and the Great Seal of
Florida, a Tallahassee, the Capital, this the Fifth
day of January, 2012
Secretary of State
Authentication ID: 300216055113-010512-F03000002688
To authenticate this certificate.visit the following site, enter this
ID, and then follow the instructions displayed.
https://efile.sunbiz.orgkertauthver.html
File Number :5894=500-5
To all to whom these .Presents Shall Come, Greeting:
.1, Jesse White, Secretary of State of the State of Illinois, do
hereby certify that
FHP TECTONICS CORP., A DOMESTIC CORPORATION, INCORPORATED UNDER THE
LAWS OF THIS STATE ON JULY OS, 1996, APPEARS TO HAVE COMPLIED WITH ALL THE
PROVISIONS OF THE BUSINESS CORPORATION ACT OF THIS STATE RELATING TO THE
PAYMENT OF FRANCHISE TAXES, AND AS OF THIS DATE, IS IN GOOD STANDING AS A
DOMESTIC CORPORATION IN THE STATE OF ILLINOIS.
In Testimony Whereof, I hereto set
my hand and cause to be affixed the Great Seal of
the State of .tlIinois, this 12TH
day of APR.IL A.D. 2010
Aulhenlicallan N: 101020tS42
Authenticate et; hilpr1/vrww.cyberddvellanols.ccm
SECRETARY OF STATE
I�liel„14pale):"it[0.11*/':
Irl,'S.t(L'tclthl:Lt+(o1G1:.
=1� iiti?i•=1;P
141f.1 11:iM ?iI_ j
//qq !ApE: eE1
plow _A
SEE OTHER SIDE
01T
DO NOT FORWARD
FHP TECTONICS CORP
JAMES .V ...BLAIR
290 NW 165 "ST P200
MIAMI FL 33169
11111111111i1111111i114113111111111111111.11Ihill) t.11Ull��1!
"iS'POSAE
•
SUPPLEMENT -TO: BID. FORM:
QUESTIONNAIRE
This Completed. -::Form ,Must.` Be Submitted With .The .Bid, The -.City May, . At . Its Sole
Discretion,': Require That The':Biddelr Submit Additional:: Information Not Included In `'The
Submitted Form' Such Information Must Be Submitted Within Seven {7) Calendar. Days:` Of
tty' q ...
The C' s: Re uest Failure: To Submlf:°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 For:net And 'Numbering.
By submitting ts Bid the Bidder certifies the truth and accuracy of all information contained
herein.
A. Business Information
1. How many yearshas your company been in business under its current name and
Ownership? 16Years
a. Professional Licenses/Certifications (include name and number)* Issuance Date
State of Florida General Contractor's License
#CGC151o169for Christian D Blake 07/13/10
State of Florida General Contractor's License
#CGC1518886 for David P. Roy 07/29/10
(`include active certifications of small or disadvantage business & name of certifying entity)
b. Date company licensed by Dept. Of Professional Regulation: July 6, 2009
No Longer Required
c. Qualified Business License: ❑ Yes® No If Yes, Date Issued: (see Attached)
c. What is your primary business? General Contractor
(This answer should be specific. For example; paving, drainage, schools, interior renovations, etc.)
d. Name of Qualifier, license number, and relationship to company:
Christian D. Blake, Vice President (CGC1510169)
e. Names of previous Qualifiers during the past five (5) years including, license numbers,
relationship to company and years as qualifier for the company
Robert W. OIsen, Jr. / CGC1506118, Four (4) years as qualifier.
No longer with firm.
2. Name and Licenses of any prior companies
Name of Company
License No. Issuance Date
FR. Paschen, S.N. Nielsen and Associates, LLC CGC1516273 July 13, 2010
3. Type of Company:
® Corporation O"S" CorporationOLLCD Sole ProprietorshipfOther:
(Corporations will be required to provide a copy of their corporate resolution prior to executing a contract)
120
Miami River Greenway�Streetscape- ITB NO.: 11-12-020
NW 1 Da' Ave to NW 12 Ave
4. Company Ownership
a. identify all owners of the company
Name -Title
See Attached.
% of ownership
b . Is any owner identified above an owner in another company? ❑ Yes ® No
If yes, identify the name of the owner, other company names, and % ownership
c. identify all individuals authorized to sign for the company, indicating the level of their
authority (check applicable boxes and for other provide specific levels of authority)
Name
See Attached,
Title Signatory Authority
All Cost No -Cost Other
® ❑ ❑ n
❑ ❑ ❑ ❑
❑ ❑ ❑ ❑
❑ ❑ ❑ ❑
Explaination for Other:
(Note: "All" refers to any type of document including but not limited to contracts, amendment, change
proposal requests (CPR), change orders (CO), notices, claims, disputes, etc. 'Cost" refers to CPRs,
COs. No -cost refers to RFIs, Notices, and other similar docuemnts)
5. Employee Information
Total No. of Employees: 659
Number of Managerial/Admin. Employees: 102
Number of Trades Personnel and total number per classification:
(Apprentices must be listed separately for each classification)
See Attached.
How many employees are working under H2B visas? 0
6. Has any owner or employee of the company ever been convicted of a federal offense or
moral turpitude: If yes, please explain: No.
121
Miami River Greenway Streetscape — ITB NO.: 11-12-020
NW 10th Ave to NW 12th Ave
7. Insurance &"Bond Information
a. Insurance. Carrier name & address:
Old Republic, 307 North Michigan Avenue, Chicago, IL 60601
b. Insurance Contact Name, telephone, & e-mail:
Jim Dunlap, 312-627-6246, james.dunlap@marsh.com
c. Insurance Experience Modification Rating (EMR): .93
(If no EMR rating please explaln why)
d. Number of Insurance Claims paid out in last 5 years & value: Florida (1 claim @ S653,000.00)
e. Bond Carrier name & address:
Continental Casualty Company, 333 South Wabash, Chicago, IL 60604
f. Bond Carrier Contact Name, telephone, & e-mail:
Adrienne Stevenson, 312-627-6772, Adrienne.C.Stevenson@marsh.com
g. Number of Bond Claims paid out in last 5 years & value: None.
8. Have any claims lawsuits been file against your company in the past 5 years, If yes,
identify all where your company has either settle or an adverse judgment has been
issued against your company. Identify the year basis for the claim or judgment &
settlement unless the value of the settlement is covered by a written confidentiality
agreement,
See Attached.
9. To the best of your knowledge is your company or any officers of your company
currently under investigation by any law enforcement agency or public entity. If yes,
provide details:
No.
10, Has your company been assessed liquidated damages or defaulted on a project in the
past five (5) years? ❑ Yes ® No (If yes, provide an attachment that provides an
explanation of the project and an explanation.
11. " Has your company been cited for any OSHA violations in the past five (5) years. If yes,
please provide an attachment including all details on each citation, No.
12. Provide an attachment listing all of the equipment, with a value of $5,000 or greater,
owned by your company. See Attached.
122
Miami River Greenway Streetscape — 178 NO.: 11-12-020
NW10th Ave to NW 12thAve
B. Project. Management &:Subcontract Details`
1. Project Manager for this Project:
a. Name: °David P'Rov
b. Years with -Company: 12'=Years
General Contractor (Florida) / CGC1518886:
c .Licenses/Certifications: General Contractor/QuaLrier:(Louisiana) /54077
d. Last:3 projects: with the company including role, scope of work, & value of project:
Seater' Project Manager = City of Homestead Drainage Improvements; Storm Drainage Structures
- $512,710.54
Senior Project Manager-. Cityof Miami, Job Order Contract - Horizontal & Vertical
- Rorizontal @ SS,000,000.00 (Max. Capacity)`! Vertical ®S12,006,000.00 (Max. Capacity)
Senior Pra alter. ._ .
Project Manager=Jackson Health System, Job Order Contract
- S20,000,000.00 (Alas, Capacity)
2. Subcontractors:
Name Trade % of Work License No. Certification*
Ruiz Trans Development Corp. / Sitework / 42% / CUC1223685 / N/A
Concrete Works & Pavers / Concrete / 10% / N/A / #13894
* Miami Dade County CSBE
AllGreen Nursery / Landscaping
10% / N/A / NIA
Bennett Electric Service Co., Inc. / Electric / 2% / EC0004103 / N/A
(*active certifications of small or disadvantage business & name of certifying entity)
How many Subcontractor employees are working under H2B visas: o
3, Scope of actual construction work to be performed by your company and the
corresponding percentage of the work: (This does not include such items as insurance * bonds, dumpsters,
trailers, and other similar non -construction work Items)
Concrete, Carpentry and Misc. Labor - 36%
C. Current and Prior Experience:
1. Current Experience including projects currently under construction, recently awarded, or
pending award (Provide an attachment to this questionnaire that lists all such projects,
including the owner's name, title and value of project, scope of work, projected or actual
start date, projected completion date, and number of company trades personnel
assigned to the project)
2. Prior Projects of a similar size, scope and: Provide an attachment to this Questionnaire
that includes completed projects the Bidder considers of a similar, size, scope and
complexity that the City should consider in determining the Bidders responsiveness and
responsibility. This attachment must include the project that meets the minimum number
of projects identified by the bid solicitation. Information provided must include the
owner's name , address and contact person, including telephone & e-mail, title of
project, location of project, scope, initial value and final cost of the project, projected and
123
Miami River GreenwaybStreetscape — ITB NO.: 11-12-020
NW10thAvetoNW12 Ave
final timeframes for. completion in calendar days and the number of company. trades
personnel, by classification, -that were assigned to the project. The delivery method,
including, but not limited .to; 'design -build,. CM@Risk, Design Bid -Build, etc. is to :.be
identified for each:::Project; If there is:a drfference between the initaland final cost or
initial and actuate timeframe provide details on why the differences exist. A reference
letter is to be completed by the:: owner' of the'Project:and submitted as part of the Bid
submission.
D. Bidder's References
Bidders are to include a minimum of five (5) references from completed projects listed in
C.2 above. The attached form must to be used and is to be included with the : Bid
• submission. The City, at its sole discretion may allow the Bidder to submit the references
after the specified date for Bid submission.
124
Miami River Greenway Streetscape — !TB NO.: 11-12-020
NW10thAvetoNW12ThAve
FHP Tectonics: Corp,
Tax'Distribution
For the Year:2010
Shareholder Shares
John.J. Barkowski
10149 W. Huntington, Orland Park, IL 60462
William Mark Barkowski
1805.1 John Charles Drive, Orland Park, IL 60467
Timothy P. Berry
4067 Harper Avenue, Gurnee, IL 60031
James V. Blair
2422 Wood Street, River Grove, IL 60171
Christian D. Blake
1127 Coneflower Circle, Sugar Grove, IL 60554
Tedd A. Bloom
736 Madelyn Drive, Des Plaines, IL 60016
P. Scott Bowden
1244 Bainbridge Drive, Naperville, IL 60563
Dwayne P. Dionne
204 N. Baynard Road, Addison, IL 60101
Charles \V. Frelhelt, Jr.
2811 Brighton Place, Arling, on Heights, IL 60004
Elisabeth Fry
832 Moonlight Drive, Woodbury, MN 55125
John IC. McCaughn
2 Banford Court, Lake in the Hills, IL 60156
Jeanne L. Paschen
1550 Morgan Road, Canton, GA 30115
Larry G, Mix
570 Checker Drive, Buffalo Grove, IL 60089
36 3.39 %
60 5.66%
30 2.53%
65 6.13 %
9 0.85%
6 0.57%
10 0.94%
8 0.75%
12 1.13%
74 6.98%
20 1.89%
74 6.98%
15 1.51%
Mary Paschen
1116 Mary Lane, Naperville, IL 60540
Frank H. Paschen _
1100 SE Ranch,Jupiter, FL 33478
Frank H. Paschen III
301 Georglan•Drive, Cinnaminson, NJ 08077
Deborah Paschen
429 W. Surf Street, #4, Chicago, IL 60657
James J. Roach
1415 Mallard Lane, Hoffman Estates, IL 60192
Terrance M. Roach
1015 S. Wenonah, Oak Park, IL 60304
Ronald J. Rydosz
724 Fairview Lane, Bartlett, IL 60103
Gregory P. Sarkauskas
2494 Brook Lane, Aurora, IL 60504
Joseph V. Scarpelli
1062 Parkview Circle, Carol Stream, IL 60188
William H. Taylor
9500 269th Avenue, Trevor, WI 53179
Pauli). Trost
644 East Thacker, Des Plaines, IL 60015
Larry Van Zuidam
26W066 Hazel Lane, Wheaton, IL 60187
Leo Wright
2680 Clara Avenue, Aurora, IL 60504
Robert F. Zitek
12 Glenoble Court, Oak Brook, IL 50523
Other
79 7.45%
19915 18.81%
22 2.07%
79 7.45%
12 1.13%
12 1.13%
18 1.70%
8 0.75%
100 ,9.43%
1 0.09%
10 0.94%
8 0.75%
12 1.13%
80 7.54%
1060.5 100.00%
JOHNNY MARTINEZ, P.E.
City Manager
To Whom it May Concern
Subject: Reference Letter
Name of Bidder:
The above referenced Contractor is submitting on a bid solicitation that has been issued by the
City of Miami. We require that the Bidder provide:written references with their Bid submission
and by providing you with this document the Contractor is requesting that you provide the
following reference information. We would appreciateyouu providing the information requested
below as well as any other information your feel is pertinent:
Name of Project: New Splash Park for Juan Pablo Duarte Park
This projeet consisted of the hulallation of a new splash park, including the new water features and filtration system, colored Wncrele pad and
Scope of work: associated sidewalks.
Value of project: $ 250,104.00 Date Completed: February 2012
Percentage of work self -performed by Contractor: 30 cA
Was project completed on time & within budget: ❑ Yes 0 No
If no, was the contractor at fault or contribute to the delay(s) or increased cost? ❑ Yes ® No
If yes, please provide details:
Comments:
Some initial delays were weather related and then towards the end of the project there were some
unforeseen delays caused by Health Department requirements beyond the original scope of work.
The contractor was cooperative and proactive in finding solutions to construction challenges.
Thank you for your assistance in helping us in evaluating our bid solicitation.
Name of indivdual ompletin this form: Nelson Cuadras Date: 05/10/12
Signature: Title: Senior Project Manager
Telephone: 3b5-416-1254 E-mail: ncuadrasmiamigov.com
Sincerely,
Albert Sosa, P.E., Director
Capital Improvements Program
125
Miami River Greenway Streets cape — ITB NO.: 11-12-020
NW 10th Ave to NW 12th Ave
JOHNNY MARTINEZ, P.E.
City Manager
To Whom it May_ Concern
Subject: Reference Letter
Name of Bidder:
The above referenced Contractor is submitting on a bid solicitation that has been issued by the
Crrty.of'Miami. We require that the Bidder provide written references with their Bid submission
and "by. providing you with this document the Contractor is requesting that you provide the
following reference information. We would appreciate you providing the information requested
below as well as any other information your feet is pertinent:
Name of Project: {I �l `
Scope of work: ,5L/ LT rj Md ��� S It-u. GYr4.A•Vc- ,� G��4 •� .c.-��
Value of project: /(O. 0cro Date Completed: re-4 2- 0/ 2.
Percentage of work self -performed by Contractor: //4 %
Was project completed on time & within budget:. 5, Yes ❑ No
If no, was the contractor at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No
If yes, please provide details:
Comments:
enr s �.rlua� c. , ,,,F �� ti« moo!-. �� �...�.
etvi ..a. < oL b,il,(. L ,..16/ ,�, ,2,6L*
Thank you for your assistance in helping us in evaluating our bid solicitation.
Name of individual completing this form: &_.. L Date: )//t
Signature: Title: S', / o^; a; 64trt,
Telephone: V 6.12 t P E-mail; ,r �' .k�u.��'c AP • c
Sincerely,
Albert Sosa, P.E., Director
Capital Improvements Program
125
Miami River Greenway Streetscape — ITS NO.: 11-12-Q20
NW 10th Ave to NW 12th Ave
JOHNNY MARTINEZ, P.E.
City Manager
To Whom it May Concern
Subject: Reference Letter
Name of Bidder: '\s" a s
The above referenced Contractor is submitting on a bid solicitation that has been issued by the
City of Miami. We require that the Bidder provide written references with their Bid submission
and by providing you with this document the Contractor is requesting that you provide the
following reference information. We wouldappreciate you providing the information requested
below:as well as any otherinformationyyour feel is pertinent:
Name of Project: — �.
Scope of work: fi..-A �, � � 12 • c_.
Value of project: $ 9'7 2C, -1z'
Date Completed:
t
Percentage of work self -performed by Contractor:
Was project completed on time & within budget: ❑ Yes ❑ No t-/i--`C)14'G'0'°s)
If no, was the contractor at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No
if yes, please provide details:
e2a�GZ,t,(17,,bON- icy« Cam..
Comments:
Thank you for your assistance in helping
Name of individual co r Meting this form:
Signature:
Telephone: Qj Cf t 6 2S -M
Sincerely,
ills in evaluatin _ our bid solicitation.
;\Q',^`A- �- Q o�v✓� \2o
, 1
Albert Sosa, P.E., Director
Capital Improvements Program
125
Miami River Greenway Streetscape —
NW 10th Ave to NW 12th Ave
Title:
E-mail:
Date: S ( L
f
r,N.,6\17--c,Get rr-,(5,s.�,��
ITS NO.: 11-12-020
JO1 INNY MARTINEZ, P.E.
City Manager
To Whom it May Concern
Subject: Reference. Letter
Name of Bidder:
The above'referencedContractor is submitting ona bid solicitation tharl has been issued by the
City of Miami. We require that the Bidder provide written references with their Bid submission
and by providing you with this document the Contract* is requesting that you provide the
following reference information. We wouldappreciate you providing tlhe information requested
below as well as any:other informs ion your feel pertinent:
Name of Project-.4 - 4/ y
Scope of work: galAoci, .04a�� 60i4 f +4/1
Value of project $ Lplfg yip f ,.y4p Date Completed: #AJ 4741
Percentage of work self performed by Contractor: J 6 %
Was project completed on time & within budget: ❑ Yes ❑ No
If no, was the contractor at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No
If yes, please provide details:
Comments:
Thank you for your assistance in helping us in evaluating our bid soli dtation.
Name of individual cgmpleting this form:.• -
Signature:
Telephone:
Sincerely,
Albert Sosa, P.E., Director
Capital Improvements Program
125
Miami River Greenway Streetscape —
NW 10th Ave to NW 1e Ave
Date: ?aJ L
Title: 644
E-mail: iiLLe r�ile� ev• 1
'TB NO.: 11-12-020
I
Cit.!)of: Thami
To Whom it May Concern
Subject: Reference Letter for Horizontal Projects
Name of Bidder:
The above referenced contractor is submitting on a bid solicitation that has been issued by the City
of Miami. We require; that the Bidder provide written references with their Bid submission and by
providing you with this document the Contractor is requesting that you provide the following
reference Information. We would appreciate youproviding the Information requested below as well
as any other Information your feel Is pertinent:
Name of Project City of Homestead.- Downtown Drainage Improvements
Johnny. Martinez, P.E.
City Manager
Scope of work: ibispvjrtItonsuredofIlselnetsllatiouerseventytwo(2)freathdea(utaedltcuttuwez,Mms.toutions,aropodtheCltyofllemtllead,
Value of project ;f 512;711,00 Date Completed: 01/25/12
Percentage of work self -performed by Contractor: %
Was project completed on time & within budget: 0 Yes ❑ No
If no, was the contractor at fault or contribute to the delay(s) or Increased cost? ❑ Yes ❑ No
1f yes, please provide details;
Due to grant.money being involved, this project was on a tight schedule to meet the
expiration date of the grant.
Comments:
It was a pleasure to work with the staff of F.H. Paschen, they were very professional
and responsive. I would consider then for future projects.
Thank you for your assistance in helping us in evaluating our bid solicitation.
Name of individual completing this form: Nour Shehadeh, PE
Date: 05/0912
�,
Signature: /}%`ati7 � Telephone: 561-392-0221 E-mail: nour@hsggroup.net
Sincerely,
Mr. Jeovanny Rodriguez, P.E.,
Assistant Director
116
Job Order Contracts (JOC) For Horizontal
And Vertical Construction Bid No.: 11-12-017
DBE COMPLIANCE. INFORMATION / FORMS / INSTRUCTIONS
The Florida Department ;of:Transportation MePartmenr began its DBE race: neutral: program January 1,
2000 Contract specific: goals are. not placed on FederalUState contracts; however, the Department
has an overall 8:1 %:DBE;goal it must achieve. In order to assist contractors in determining their DBE
commitment level, the Departmenthes reviewed -the estimates' far this letting.
As you prepare your bid, please: monitor potential or anticipated.DBEutiltzatiorr for contracts. When the
low bidder executes the contract. with the. Department information will be requested of the contractor's
.
anticipated DBE participation for the project: While the utilization is not mandatory in order to be awarded
the project, continuing utilization of DBE firms on contracts supports the success of Florida's Voluntary
DBE'P.rogram, and supports: contractors' Equal EmploymentOpportunity. and DBE Affirmative Action
Programs.
NOTE: Any project listed as 0% DBE availability does not mean that a DBE may not be used on that
project A 0% DBE availability may havebeen established due to anyofthe following reasons: limited
identified subcontracting opportunities, minimal contract days, and/or small contract dollar amount.
Contractors are encouraged to identify any opportunities to subcontract to. DBEs.
If you have any questions regarding this information, please contact the Equal Opportun1ty,Office at (850)
414-4747.
DBE Reporting
If you are the prime contractor on a project, complete the attached Anticipated DBE Participation
Statement and submit the information at the pre -construction or pre -work conference for all federal and
state funded projects. This will not become a mandatory part of the contract. It will assist the Department
in tracking and reporting planned or estimated DBE utilization. Durina the contract, the prime contractor
is required to report actual payments to all subcontractors through the web -based Equal Opportunity
Reporting System (EORS), BizWeb.
All DBE payments must be reported whether or not you initially planned to utilize the company. In order
for our race neutral DBE Program to be successful, your cooperation is imperative. If you have any
questions concerning the completion or submission of this information, contact the FDOT EOO at (850)
414-4747.
Bid Opportunity List
The Federal DBE Program requires States to maintain a database of all firms that are participating or
attempting to participate on FDOT-assisted contracts. The list must include all firms that bid on prime
contracts or bid or quote subcontracts on FDOT-assisted projects, including both DBEs and non -DBEs.
A form is included to record bidders' information for ALL subcontractors or sub -consultants who quoted to
you for specific projects for this letting.
If a contractor quoted to you for more than one project you only need list that contractor once. If you have
submitted a bidder's list to the Department previously, you need only list new companies who have
quoted to you or requested to be on specific projects. If you do not know the answers to numbers 2, 3, 4,
or 5 you may leave them blank and the Department will complete them. This information should be.
returned with your bid package or proposal package or submitted to the Equal Opportunity Office within
three days of your submission. It can be mailed or faxed.
Please reply to:
Florida Department of Transportation
Equal Opportunity Office
605 Suwannee Street, MS 65
Tallahassee, FL 32399-0450
(850) 414-4747
(850) 414-4879
126
Miami River Greenway Streetscape - ITB NO.: 11-12-020
NW 10th Ave to NW 12th Ave
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
ANTICIPATED DBE PARTICIPATION STATEMENT ('ADBEPS')
LOCAL. AGENCY PROGRAM.
275.030-12
EQUAL OPPORTUNRY OFFICE
03/11
1. FOOT LAP AGREEMENT#
2.: FOOT LAP.
AGREEMENT AMT ($)
3. LOCAL AGENCY'S ::
CONTRACT; WITH'PRIME
4. LOCAL
City of Miami
5. PRIME CONTRACTOR'S NAME
6. FEID NUMBER OF PRIME CONTRACTOR
FHPTectonics Corp:
36-4136428
7. CONTRACT. DOLLAR AMOUNT WITH PRIME
TBD'
8. FEID NUMBER OF LOCAL AGENCY
9. IS THE PRIME CONTRACTOR A FLORIDA CERTIFIED
DISADVANTAGED. BUSINESS ENTERPRISE (DBE)7
❑ YES ®.NO' .:, .
10. IS THE WORK OF THIS CONTRACT
CONSTRUCTION,® MAINTENANCE ❑ OTHER?
11. IS THIS AN ADBEPS REVISION? 0 YES .❑ NO If yes, revision number
12. •ANTICIPATED DBE 'SUBCONTRACTS
DBE"SUBCONTRACTOR OR SUPPLIER
COMPANY NAME AND FEID NUMBER
TYPE OF WORK AND
FOOT SPECIALTY CODE(S)
DOLLAR
AMOUNT
PERCENT OF
CONTRACT
DOLLARS
A
NAME: Authentic Concrete
FEID: N/A
WORK Concrete
SPEC CODE: 02620
+/- S106,000.00
+/- 10%
B
NAME:
FEID:
WORK
SPEC CODE:
C
NAME:
FEID:
WORK:
SPEC CODE:
D
NAME:
FEID:
WORK
SPEC CODE:
E
NAME:
FEID:
WORK
SPEC CODE:
LL
12F TOTAL DOLLARS TO DBE'S
12G TOTAL PERCENT OF
CONTRACT
$O.00
0.00%
SECTION TO BE FILLED BY PRIME CONTRACTOR
13. NAME OF SUBMITTER
14. DATE
15, TITLE OF SUBMITTER
David F. Roy
06/08/12
Senior Project Manager
16. EMAIL ADDRESS OF PRIME CONTRACTOR SUBMITTER
17, FAX NUMBER
18. PHONE NUMBER
droy@fhpaschen.com
305-940-0265
305-940-0264
SECTION TO BE FILLED BY LOCAL AGENCY
19, SUBMITTED BY
20 .DATE
21. TITLE OF SUBMITTER
22 EMAIL ADDRESS OF SUBMITTER
23. FAX NUMBER
24. PHONE NUMBER
NOTE: THIS INFORMATION IS USED TO TRACK AND REPORT ANTICIPATED DBE PARTICIPATION IN ALL FEDERALLY FUNDED FDOT
CONTRACTS. THE ANTICIPATED DBE AMOUNT IS VOLUNTARY AND WILL NOT BECOME A PART OF THE CONTRACTUAL TERMS. THIS
FORM MUST BE SUBMITTED AT THE PRE CONSTRUCTION. FDOT STAFF FORWARDS THE FORM TO THE EQUAL OPPORTUNITY OFFICE.
THE FOLLOWING SECTIONS ARE FOR FOOT LAP USE
DISTRICT
LAP NAME
DATE TO EO OFFICE
(ELECTRONICALLY) .
EXECUTED DATE (LAP
AGREEMENT)
EXECUTED DATE (BETWEEN
LOCAL AGENCY AND PRIME)
PRE.CONSTRUCTION
CONFERENCE DATE
Equal'Opportunity: Reporting System Information
To.:complywith changes in the Disadvantaged. Business Enterprise (DBE)`Program, the:Department is collecting both
actual payments made to. subcontractors and sub=consultants, and:DBE commitment amounts. Actual payments. will. be
collected'throuah.thewreb-based'Eoual Ooportunity Reporting System (EORS):end commltmentsiwill be collected through
the Anticipated DBE" Participation Statements,
It is, extremely. important that you continue to.submit.the Anticipated DBE ParticipationStatement at the pre -construction
conference for all federal:and state':funded projects. =:This primary Information bythe'State and Federal
Government to evaluate our performance in the' DBE Program:
In:addition,'fob=federarand:state funded.projects, you must also -report actual :payments -in -the Equal .Opportunity
Reporting" System. Revisions Were -made the specifications beginning with the October:2000 letting' that: states in
sectiion"96.7.`
The Contractor. is. required to. report monthly, through the Department's .Equal Opportunity Reporting System on
the Internet at www:dot.state'fl.us, actual` payments; retainage, minority status, and the work type of all
subcontractors.and suppliers.
Since.the specifications were revised, we have made some additional modifications to ease the burden on the contractor.
We will pursue making the permanent modifications to -the specifications. in the interim, each month you must report
actual. payments to allDBE subcontractors, sub -consultants and suppliers. Payments to all non -DBE subcontractors and
sub -consultants will:need to be reported either monthly prat the end of.the protect. Payments to non -DBE suppliers need
not be reported at all, This information can be submitted in hard copy form, if necessary.
Instructions for accessing the EORS are included. If you have any questions, please contact the Equal Opportunity Office
at (850) 414-4747.
INSTRUCTIONS FOR ACCESSING THE EQUAL OPPORTUNITY REPORTING SYSTEM
Purpose
The Florida Department of Transportation, Equal Opportunity Office has been charged with requirements of reporting
Disadvantaged Business Enterprise Information to the U.S. Department of Transportation, Federal Highway
Administration (FHWA) according to the new_49 Code of Federal Regulations Part 26. The Equal Opportunity Reporting
system was developed as a solution to collect this information.
Objective
The Equal Opportunity Reporting system will collect information of actual payments and retainage paid to the Prime
Consultant/Contractor by the Department of Transportation and the Prime Consultant/Contractor's actual payments and
retainage paid to their subs and suppliers, by the type of work they performed. The reporting of this information will be
performed by the Prime on a monthly basis for an invoice or estimate number per contract.
To establish access to the new Equal Opportunity Reporting System (BizWeb),
contact Business Innovations Plus toll -free at 1-877-249-8725.
The site location is http://www.bipincwebapps.cam/bizwebflorida/
128
Miami River Greenway Streetscape — ITB NO.: 11-12-020
NW 1 Qm Ave to NW 12th Ave
INSTRUCTIONS: FOR COMPLETING_DBEJAA PLAN
NOTE: THE :DBEIAA-PLAN: MUST., BE" APPROVED BY THE EQUAL OPPORTUNITY OFFICE AND
COMPLETED IN ACCORDANCE WITH;CHAPTER-1478, FLORIDA ADMINISTRATIVE CODE
DBE/AA PLANS
DBE/AA; Plans must be submitted by the prime contractor, be submitted on company letterhead (first page only),
signed by a company official, dated and contain all elements of an effective DBE/AA Plan (sample enclosed).
Plans that do not meet these mandatory requirements may not: be approved. ;Approvals are for a (3).three year
period and should be updated at anytime there is a change in the company's' DBE Liaison Officer and/or
President.
DBE/AA Plans must be received with the contractors bid or received by the Equal Opportunity Office prior to the
award of the contract.
MAIL PLANS' TO:
Florida Department of Transportation
Equal Opportunity Office
605 Suwannee Street, MS 65
Tallahassee, Florida 32399-0450
Questions concerning the DBEIAA Plan may be directed to the Contract Compliance Section by calling (850) 414-
4747.
129
Miami River GreenwayStreetscape— ITB NO.: 11-12-020
NW 10th Ave to NW 12th Ave
DBE AFFIRMATIVE ACTION PLAN
POLICY STATEMENT
It is the policy of that disadvantaged businesses,
as defined by 49 CFR Part 26, Subpart D and implemented under Rule Chapter 14-78,`F.A.C., shall have the
opportunity to participate as subcontractors and suppliers on all contracts awarded by the Florida Department of
Transportation.
The requirements of Rule Chapter 14-78, F.A.C., shall apply to all contracts entered into between the Florida
Department of Transportation and
Subcontractors and/or suppliers to
will also be bound by the requirements of Rule Chapter 14-78 F.A.C.
, and it's subcontractors shall
take all necessary and reasonable steps in accordance with Chapter 14-78, F.A.C., to ensure that disadvantaged
businesses have the opportunity to compete and perform work contracted with the Florida Department of Transportation.
and its subcontractors shall not
discriminate on the basis of race, color, religion, national origin, disability, sex, or age in the administration of contracts
with the Department of Transportation.
, has designated and appointed
a Liaison Officer to develop, maintain, and monitor the DBE Affirmative Action Plan implementation. The Liaison
Officer will be responsible for disseminating this policy statement throughout
and to disadvantaged controlled businesses. The statement is posted on notice boards of the Company.
, President
Date
130
Miami River Greenway Streetscape — ITB NO.: 11-12-020
NW 10thAve to NW 12thAve
DESIGNATION OF LIAISON OFFICER
wlll_aggressively recruit disadvantaged
businesses as subcontractors;and.suppliers forall contracts with the Florida Department. of Transportation. 'The Company
has appointed a Liaison::Officer to develop and maintain -this Affirmative' Action Plan in: accordance with the requirements
of Rule Chapter:14-78:.F;A:G;
The LiaisonOfficer will:have primary responsibility for developing, maintaining, and monitoring the Company's
utilization of disadvantaged: subcontractors in addition to the following specific duties
(1) The. Liaison Officer shall aggressively solicit bids from disadvantaged business
subcontractors for all Florida Department of Transportation contracts;
(2) The Liaison Officer will; submit all records, reports,and documents required by the Florida
Department ofTransportation,, and shall maintain such records for a period of not Tess than
three years, or as directed by any specific contractual requirements of the Florida Department
of Transportation.
The following individual has been. designated Liaison Officer with responsibility for implementing the Company's
affirmative action program in accordance with the requirements of the Florida DepartmentTransportation.
(Liaison Officer's Name)
(Your Company's Name)
(Your Company's Address)
(Phone Number for Liaison Officer)
(Enter FEIN or Tax Id Number)
II. AFFIRMATIVE ACTION METHODS
In order to formulate a realistic Affirmative Action Plan,
has identified the following known barriers to participation by disadvantaged subcontractors, before describing Its
proposed affirmative action methods:
1. Lack of qualified disadvantaged subcontractors in our specific geographical areas of work;
.2. Lack of certified disadvantaged subcontractors who seek to perform Florida Department of Transportation
work;
3. Lack of interest in performing on Florida Department of Transportation contracts;
4. Lack of response when requested to bid;
5. Limited knowledge of Florida Department of Transportation plans and specifications to prepare a
responsible bid.
In view of the barriers to disadvantaged businesses stated above, it shall be the policy of
to provide opportunity by utilizing the following
affirmative action methods to ensure participation on the contracts with the Florida Department of Transportation.
will:
1. Provide written notice to all certified DBE subcontractors in the geographical area where the work is to be
subcontracted by the Company;
2. Advertise in minority focused media concerning subcontract opportunities with the Company;
131
Miami River Greenway Streetscape — ITS NO.: 11-12-020
NW10thAve toNW12TAve
3: Select portions_ofwork to be performed.by DBEs in order to increase the:Iikellhood of meeting contract
goats' (including, where appropriate; breaking down contracts into econornicaliy.:feasible units'to facilitate
DBE' participation);
4. Provide adequate; information about. the plans, specifications, and requirements of the contract, not
rejecting;subcontractors without sound reasons based on a thorough investigation of their capabilities;
5. Waive requirements of performance bonds where it is practical to do so;
6. Attend pre=bid meetings held .by.the Florida Department of Transportation to apprise disadvantaged
subcontractors of opportunities with the Company;
7. Follow up on initial solicitations of interest to:DBE:subcontractors to determine with certainty whether the
DBE company is interested in the subcontract opportunity.
understands that this list of affirmative
action methods is not exhaustiveand will include additional approaches after having established familiarity with the
disadvantaged subcontracting community and/or determined the stated approaches to be ineffective.
III. IMPLEMENTATION
On contracts with specific DBE goals,
will make every effort to meet contract goals as stated by utilizing its affirmative action methods, On projects with no
specific goals, the Company will, as an expression of good faith, seek to utilize DBE subcontractors where work is to be
subcontracted.
IV. REPORTING
shall keep and maintain such records as
are necessary to determine the Company's compliance with its DBE Affirmative Action Plan.
The Company will design its record keeping system to indicate:
1. The number of DBE subcontractors and suppliers used by the Company, identifying the items of work,
materials and services provided;
2. The efforts and progress being made in obtaining DBE subcontractors through local and community sources;
3. Documentation of all contracts, to include correspondence, telephone calls, newspaper advertisements, etc.,
to obtain DBE participation on all Florida Department of Transportation projects;
4. The Company shall comply with Florida Department of Transportation's requirements regarding
payments to subcontractors including DBEs for each month (estimate period) in which the
companies have worked.
V. DBE DIRECTORY
will utilize the DBE Directory published
by the Florida Department of Transportation.
The Company will distribute Form Number 275-030-01, Schedule A Certification Form Number 1, to potential
DBE contractors and assist in their completion
132
Miami River Greenway Streetscape —
NW 101h Ave to NW 12' Ave
ITB NO.: 11-12-420
Please complete:andmail or fax to:
Equal Opportunity Off ice
•605 Suwannee St., MS 65
Tallahassee, FL -32399=1)450
TELEPHONE: (850),414-4747
FAX (850) 414-4879
This information may also be included in your bid or proposal package.
Prime Contractor/Consultant: "FRPTectonics Corp.
Address/Telephone Number. :290 NW 165th Street, Suite P200, Miami, FL 33169 / 305-940-0264
Bid/Proposal,Number: B-30651
Quote Submitted MM/YR:.June 2012
49 CFR Part 26:11 requires the -Florida Department of Transportation to develop and maintain a "bid
opportunity list." The list is intended to be a listing of all firms that are participating, or attempting to
participate, on DOT -assisted contracts. The list must Include all firms that bid on prime contracts, or bid or
quote subcontracts and materials supplies on DOT -assisted projects, including both DBEs and non -
DBEs. For consulting companies this •list must include all subconsuttants contacting you and expressing
an interest in teaming with you on a.specific DOT assisted project. Prime contractors and consultants
must provide information for Nos.1, 2, 3 and 4 and should provide any information they have available on
Numbers 5, 6, 7, and 8 for themselves, and their subcontractors and subconsuttants.
1. Federal Tax ID Number: N/A
Receipts
2. Firm Name: Ruiz Trans Development Corp.
million
3. Phone: 305-218-4755
million
4. Address: 290 NW 165th Street, Suite P200
million
Miami, FL 33169
million
million
5. Year Firm Established: N/A
6. ❑ DBE
0 Non -DBE
7. ® Subcontractor
❑ Subconsultant
8. Annual Gross
❑ Less than $1
® Between $1 - $5
O Between $5 - $10
❑ Between $10 - $15
❑ More than $45
1. Federal Tax ID Number: N/A 6. ❑ DBE 8. Annual Gross
Receipts
2. Firm Name: All County Pavement 0 Non -DBE ❑ Less than $1
million
3. Phone: 561-588-0949 ❑ Between $1 - $5
million
4. Address: 1302 South J Street El Between $5 $10
million
Lake Worth, FL 33460 7. ® Subcontractor 0 Between $10 - $15
million
❑ Subconsultant ® More than $15
million
5. Year Firm Established: N/A
133
Miami River Greenway Streetscape — ITB NO.: 11-12-020
NW10tAve toNW12thAve
1. Federal Tax ID Number: NIA
Receipt's
2.`.:'Firm Name Concrete'Works &Pavers
million
3. Phone: 305=256-5699
million::
4. `. Address`. 13727 SW.152nd Street
million
Miami, FL'33/77
million
million
5. Year Firm Established: N/A
. ® `:DBE
❑ Non -DBE
7. JJ Subcontractor
❑ Subconsultant
Annual Gross
❑ `Less than:$1
® :Between 41 - $5
O Between $5 - $10
❑ B• etween_$10-$15
O M• ore than $15
134
Miami River Greenway Streetscape — ITB_ NO.: 11-12-020
NW 10th Ave to NW 12111 Ave
1. Federal Tax ID Number: N/A
Receipts
.2. 'Firm Name: Authentic Concrete
million
3. Phone: 786-243-2911
million
4. Address:
million
29200 Old Dixie. Highway
Homestead, FL 33033
million
million
5. Year Firm Established: NIA
• DBE
0 Non -DBE
7. ® Subcontractor
0 Subconsultant
8. Annual Gross
❑ Less than $1
® Between $1 - $5
O Between$5 - $10
❑ Between $10 - $15
O More than $15
134
Miami River Greenway Streetscape — ITS NO.: 11-12-020
NW 10th Ave to NW 12 h Ave
1. Federal Tax ID Number: N/A
Receipts
2. Firm Name: A&A Fonte, Inc.
million
3. Phone: 305-512-4739
million
4. Address: 12963 W. Okeechobee Rd.
million
Hialeah Gardens, FL 33018
million
million
5. Year Firm Established: N/A
6. ® DBE
❑ Non -DBE
7. ® Subcontractor
❑ Subconsultant
8.
Annual Gross
Less than $1
Between $1 - $5
Between $5 - $10
Between $10 - $15
More than $15
I34
Miami River Greenway 5treetscape - ITB NO.: 11-12-020
NW 10th Ave to NW 12th Ave
1. Federal Tax ID Number: N/A 6. ❑ DBE
Receipts
2. Firm Name: AllGreen Nursery, Inc.
million
3. Phone: 305-257-3295
million
4. Address: 14700 SW 248th Street
million
Princeton, FL 33032
million
million
5. Year Firm Established: N/A
Non -DBE
7. ® Subcontractor
❑ Subconsultant
8. Annual Gross
❑ Less than $1
❑ Between $1 - $5
® Between $5 - $10
❑ Between $10 - $15
El More than $15
134
Miami River Greenway Streetscape— ITB NO.: 11-12-020
NW 10th Ave to NW 12"' Ave
1. Federal Tax ID Number: N/A 6. ❑ DBE
Receipts
2. : Firm Name: Southern Blossoms ® Non -DBE
million
3. Phone: 305-234.3356
million
4. Address:
million
22150 SW 147th Avenue
Miami, FL 33170
million
million
5. Year Firm Established: N/A
7. ® Subcontractor
❑ Subconsultant
8. Annual Gross
❑ Less than.$1
❑ Between $1 - $5
® Between $5 - $10
❑ Between $10 - $15
O More than $15
134
Miami River Greenway Streetscape — ITB NO.: 11-12-020
NW 10Th Ave to NW 12Th Ave
1. Federal -Tax ID Number: N/A
Receipts:
2.. Firm Name: CNC Management Group
million
3. Phone: 786-250-4907
million
4. Address:
million
million
12865 SW_216th Street
Miami, FL 33170
million
5. Year Firm Established: N/A
6. El DBE
f Non -DBE
7. ® Subcontractor
El Subconsultant
8. Annual Gross
,❑ Less than $1
❑ Between $1 - $5
® Between $5 - $10
❑ Between $10 - $15
❑ More than $15
134
Miami River Greenwayt Streetscape — ITB NO.: 11-12-020
NW 10th Ave to NW 12 h Ave
1. Federal Tax ID Number: N/A 6. D DBE
Receipts.
2. Firm Name: Bennett Electric Service ® Non -DBE
million
3. Phone: 305-759-1665.
million
4. Address: 6900 NE 4th Court
million
Miami, FL 33138
million
million
5. Year Firm Established: N/A
7. ® Subcontractor
❑ Subconsultant
8. Annual Gross
❑ L• ess than $1
❑ Between $1 -.$5
® Between $5 - $10
❑ B• etween $10 $15
❑ M• ore than $15
134
Miami River Greenwav Streetscape —
NW10thAve toNW12hAve
ITB NO.: 11-12-020
CORPORATE RESOLUTION
WHEREAS, desires to enter into . a
contract with the City of Miami for the purpose of performing the work described in the
contract to which this resolution is attached; and
WHEREAS, the Board of Directors at a duly held corporate meeting has
considered the matter in accordance with the By -Laws of the corporation;
Now, THEREFORE, BE IT RESOLVED BY THE BOARD OF
DIRECTORS that the
(type title of officer)
, is hereby authorized
(type name of officer)
and instructed to enter into a contract, in the name and on behalf of this corporation,
with the City of Miami upon the terms contained in the proposed contract to which this
resolution isSeeAftAched.
hed and to ehedingrmancd.
itactied.
DATED this day of , 2011.
Corporate Secretary
(Corporate Seal)
155
Miami River Greenway Streetscape — 1TB NO.: 11-12-020
NW 10th Ave to NW 12th Ave
CERTIFICATE
I do hereby certify that the followrngisa true, complete and correct copy of a resolution adopted by the Board
of Directors of said Corporation pursuant to a Consent, dated July14,2010, signed by all of said Du'ectors:
"RESOLVED, .that the following .are hereby authorized to execute and deliver for and on,. behalf of FHP
Tectonics Corp:, .contracts of all kinds, including but not limited to, construction proposals; ` construction
contracts, change orders, bid bonds, payment and:performance' bonds, and any and all documents, instruments
and` papers`which in their discretion may be' expedient, or proper for execution of the construction of
the various projects bid by of :FHP Tectonics Corp."
Frank H."Paschen
James V. Blair
James. Habschmidt
Joseph V. Scarpelli
Robert F. Zitek
W. Mark Borkowski
Timothy B. Stone
David Wainwright
Leo Wright
Jeanette T. Charon
Kathleen Pattison
David P. Roy
Chairman, Director, Chief Executive Officer, Treasurer
President
Chief Financial Officer
Executive Vice President
Sr. Vice President
Vice President
Vice President
Vice President
Vice President
Secretary
Assistant Secretary
Sr. Project Manager
I do hereby further certify that said resolution has not been amended or repealed and is in full force and effect.
IN WITNESS WHEREOF I have hereunto set my hand and affixed the Corporate seal of said Corporation, this
24th day of February, 2012.
nette T. Charon
'ecretary
(Corporate Seal)
State of Illinois
County of Cook
Subscribed and sworn to before me this 24th day of February, 2012.
Nota
Public
OFFICIAL. SEAL
SUSANNE SHEAR
NOTARY PUBLIC, STATE OF ILLINOIS
?MY COMMISSION EXPIRES 04-04-2012
swNeve„
Project No. B-30651
CITY OF MIAMI
CAPITAL IMPROVEMENTS PROGRAM
SUBCONTRACTOR UTILIZATION
Sheet No. 1
Project Title: Miami River Greenway - NW 10th Ave. to NW 12th Ave.
of 1
This Form must be submitted with a Bidder's Bid submission. Failure to submit this Exhibit with the Bid will result In the bld being rejected
as non -responsive. The City in its sole discretion allow the Bidder to submit the Exhibit after Bids are due.
Provide the following information for each subcontractor regardless of tier.*
Attach additional sheets if necessary.
Name of Business
Portion of
Work
Dollar
• Amount
Percent
AddresslCity/State/Zip
License Information**
Business
SBE
Certification****
CSBE.
DBE
Type
Number
Ruiz Trans Develop.
Sitework
N/A
42%
14525 SW 84th Street
Underground
CUC1223685
Miami, FL 33183
Concrete Works
Concrete
N/A
10%
13727 SW 152nd Street
N/A
N/A
13894
Miami, FL 33177
AilGreen Nursery, Inc.
Landscaping
N/A
10%
14700 SW 248th Street
N/A
N/A
Princeton, FL 33032
Bennett Electric Service
Electrical
N/A
2%
6900 NE 4th Court
Electrical
EC0004103
Miami, FL 33138
* All tiers must be shown, including multiple sub -tiers, if permitted by the Contract Documents.
**List only those relevant to this Project.
*** Must be certified by either Miami -Dade County, State of Florida, or the Federal Government
Form SU
CITY• OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Johnny. Martinez, P.E.,
City Manager
DATE: August 10, 2012 :FILE:
SUBJECT: Recommendation of Award for the
Miami .River Greenway Streetscape —
NW 5th Street Bridge Extension, B-30336
FROM: Albert Sosa, P.E., Director • REFERENCES: I1'I3 11-12-022
Capital Improvements Program ENCLOSURES:
•
Recommendation
Based .on the findings below, Capital Improvements Program hereby recommends that the Project be awarded
to JVA Engineering Contractor, Inc. ("JVA") who has been determined to be the lowest responsive and
responsible Bidder for ITB 11-12-022 — Miami River Greenway Streetscape - NW_5th Street Bridge Extension
Project No. B-30336.
Background
On Wednesday, July 18, 2012, •Capital Improvements Program:("CIP") received seven (7) .bids in response to
the solicitation for the Miami River Greenway Streetscape — NW 5a' Street Bridge Extension, Project No. B-
30336 (the "Project"). Bidders were required to hold: a) a current certified General Contractor license from the
State of Florida; or b) a current Miami -Dade County .Certificate of Competency .as a General Engineering
-Contractor and must have a minimum of five (5) years experience under .its current business name in the
.construction of roadway/horizontal projects involving public right-of-way, public utilities and maintenance of
vehicular. traffic, supported by references for five (5) projects completed within the past five (5) years.
Submitted reference projects must demonstrate that the Bidder: i) was the Prime Contractor for the project; and
ii) self -performed at least thirty.percent (30%) of the physical construction work for the project. Contractor must
self -perform at least thirty percent (30%) of the physical construction work for the Project.
Findings
As reflected on the attached Bid Security List, JVA was the lowest bidder for ITB 11-12-022. After determining
that JVA is a responsible bidder and meets the minimum requirements to bid on the Project, CIP staff compared
the line items in JVA's bid with the design consultant's construction estimates for said items and, based thereon,
determined that JVA's bid is responsive to ITB 11-12-022. Having determined that JVA is the lowest responsive
and responsible bidder for ITB 11-12,022, CIP recommends that the Project be awarded to JVA and the Florida
Department of Transportation concurs with CIP's recommendation (see attached).
Contract Execution
Accordingly, CP hereby requests authorization to prepare; for execution the contract for completion of the
Project in.the amount of JVA's total bid including a ten percent (10%) contingency for a total contract amount
not to exceed $986,500..'
Approved:
Jo' .yMa nez, P.E.,
Ci Manager
cc: Albert Sosa, P.E,, Director
Jeovsnny, Rodriguez, P.E., Assistant Director
Elia Lebron, Sr. Project Manager
Eric Rush, Sr. Construction Manager
Manny Mejido, Project Manager
Valentine Onuigbo,'Construction Manager
Date: 9=1-4-.1'
1311) ITEM:
CITY OF MIAMIOF:FICE OF THE CITY CLERK
BID SECURITY LIST
Miami River Greenway — 5th Street `l3riclge Extension Project, B-30336
81I) NUMBER: ETB:No.: I 1-12-022
DATE RID OPENED Wednesday, July 18, 2012
TIME:
2:OOPM
BIDDER
BID TOTAL
BID BOND (ER)
AMOUNT
CAS1J1•ER'S.
.
CHECK:
JVA Engineering Contractor, Inc.
$896,818.25.'.
5% Bid Bind
1:1-11) Tectonics Corp.
$936,832.51
5% Bid Bond
Florida Engineering & Development, Corp.
$960172.34
5% Bid Bond
Williams Paving Co., Inc.
$1,006,347.79
5% Bid Bond
Metro kxpress Inc.
$1,033,795.00
5% Bid Bond
"FEAnii Contracting Inc.
$1,166,500.00
5% I3id Bond
!Engineer Control System Inc.
$1,183,727.60
5% Bid Bond
I are h reroy :. w,:1, .:..46 Y.ti l ..__�°
i
'
.. i .
.. . ... ... _._..
..y
011
ved (7) bjd(s).on behalf
PREPARED BY:
Capital Improvements -
• Dep ty City
lerk
1