Loading...
HomeMy WebLinkAboutExhibit 1BID 'NO.11-12-045 KENNEDY PARK SHORELINE STABILIZATION CIP PROJECT 'NO.::B-30541 C Due .Date: "Monday -- .September 17, .2012 Due Time:.2:00 ;PM Mayor Tomas P. Regalado Commissioner Wifredo (:Willy) Gort, District 1 Commissioner Marc Sarnoff, :District 2 Commissioner Frank Carollo, District.3 Commissioner Francis Suarez, District 4 Commissioner Michelle Spence -Jones, District 5 City Manager, Johnny Martinez, P.E. Issued By: City of Miami Capital Improvements Program 444 SW.2nd Avenue-- 8th Fioor Miami, FL 33130 V(\SK_ r)33L_ TABLE OF CONTENTS SECTION 1- INSTRUCTIONS FOR SUBMISSION 7 -1. Intention of City 7 2. Scope of -Work .7 3. Location of-Project(s) 7 4. Performance ofthe Work 7 5. Examination of Contract Documents and Site 7 6. Addenda 8 7. Bid:Submission 8 r 8. .BidGuaranty- 8 9. Preparation of Bid 9 10. Pre=Bid Conference/Site Visit -Sign-in Required 9 • 11. Postponement of Bid Opening Date 9 1.2. Acceptance or Rejection of Bids 9 13. Environmental Regulations 10 14. Bid Award 10 15. Bid Protest 11 16. Local Workforce Participation 11 17. Community Small Business Enterprise (CSBE) 12 18. Cone of Silence 12 1.9. Public Entity Crime 12 20. Fraud and "Misrepresentation 14 21. Collusion 14 22. Contractor in Arrears or Default 14 23. Cancellation of Solicitation 14 SECTION.2 - GENERAL TERMS AND CONDITIONS 15 1. Definitions 15 :2. Time is ofthe Essence 18 3. Contract Term: Contract Price 19 4. Notices 19 5. Priority of Provisions 20 6. Indemnification 20 7. Performance and Payment Bond 23 8. Qualification of Surety 24 9. General Requirements 25 10. Method of Performing the Work 26 11. Work Staging and Phasing 26 1.2. .Site Investigation and Representation 27 13. Contractor to Check Plans, Specifications and Data 27 14. Contractor's Responsibility for Damages and Accidents 27 15. Accidents 28 16. Safety Precautions 28 17. Occupational Health and Safety 29 18. Labor and Materials 29 19. Consultant Services - 30 20. Project Management 30 21. Superintendence and Supervision 31 22. Subcontractors 31. 23. Authority of the Project Manager 32 24. Inspection of Work 33 25. Taxes 33 26. Separate Contracts 33 27. Lands of Work 34 28. Coordination of Work 34 29. Differing Site Conditions 34 2 Kennedy Park - Shoreline Stabilization B-30541 C Bid No: 11-12-045 30. 'Existing Utilities 35 31. Contractor's Responsibility for Utility Properties and Service 35 32. Interfering Structures 36 33. Field Relocation 36 34. Contractor's.Use of Project Site(s) 36 35. ,Warranty of'Materials and Equipment 37 36. 'Material -and Equipment Shipment. Handling, Storage and Protection 37 37. Manufacturer's Instructions 39 38. Manufacturer's Warranty 39 39. ReferenceStandards 39 40. Submittals 40 41. Shop Drawings 41 42. Product Data 42. 43. Samples 42 44. Record Set 42 -45. Supplemental Drawings and Instructions 43 46. Contractor Furnished Drawings 43 47. Substitutions 43 48. City Furnished Drawings 44 49. Interpretation of Drawings and Documents 45 50. Product and Material Testing 45 51. Field Directives 45 52. Changes in -the Work or Contract Documents 45 53. Continuing the Work 46 54. Change Orders 46 -55. Change Order Procedure 47 56. No Oral Changes 47 57. Value of Change Order Work 47 58. Extra Work Directive 49 59. As -Built Drawings 50 60. Worker's Identification 51 61. Removal of Unsatisfactory Personnel 51 62. Substantial Completion, Punch List. & Final Completion. 52 63. Acceptance and Final Payment 53 64. NDPES Requirements 54 65. Force Majeure 54 66. Extension of Time 54 67. Notification of Claim 55 68. Extension of Time not Cumulative 56 69. Contractor's Damages for Delay 56 70. Excusable Delay, Non-Compensable 56 72. Defective Work 57 73. Acceptance of Defective or Non -Conforming Work 57 74. Uncovering Finished Work 57 75. Correction of Work 58 76. Maintenance of Traffic and Public Streets 58 77. Location and Damage to Existing Facilities, Equipment or Utilities 60 78. Stop Work Order 60 79. Hurricane Preparedness 61 80. Use of Completed Portions 61 81. Cleaning Up; City's Right to Clean Up 62 82. Removal of Equipment 62 83. Set -offs, Withholdings. and Deductions 62 84. Event of Default 62 85. Notice of Default -Opportunity to Cure 63 86. Termination for Default 63 3 Kennedy Park - Shoreline Stabilization B-30541C Bid No: 11-12-045 87. Remedies in •the Event of Terminationfor Default 64 88. Termination for Convenience 64 89. Resolution ofDisputes 65 90. Mediation -Waiver of Jury Trial 67 91. City:'May. Avail Itself of All Remedies 67 93. Compliance with Applicable Laws 68 94. •Independent Contractor 68 95. Third:PartyBeneficiaries 68 96. Successors and Assigns 68 97. Materiality -and Waiver of Breach 69 98. SeverabilitV 69 99. Applicable. Law and Venue of Litigation 69 100.Amendments 69 101.Entire Agreement 70 102.Nondiscrimination, Equal Employment Opportunity, and Americans with Disabilities Act 70 103.Evaluation 70 104.Commodities Manufactured, Grown, or Produced in.the City of Miami, Miami -Dade County and the State of Florida 70 105. Royalties and Patents 70 106.Continuation of the Work 70 107. Review of Records 71 108.No Interest 71 109. Payments Related to Guaranteed Obligations 71 110. Consent of City Required for Subletting or Assignment 71 111.Agreement Limiting Time in Which to Bring Action Against the City .7.2 112. Defense of Claims 72 113. Contingency Clause 72 114. Mutual Obligations 72 115. Contract Extension 72 116.Non-Exclusivitv 73 117. Nature of the Agreement 73 118.Contract Documents Contains all Terms 73 119.Applicable Law and Venue of Litigation (Attorneys Fees) 73 120. Su rvival 73 SECTION.3 SUPPLEMENTAL TERMS AND CONDITIONS '74 1. ContractTime & Hours 74 2. LEED Certification (Not Applicable) 74 3. Progress Payments 74 4. Liquidated Damages 75 5. Schedule of Values 75 6. Project Schedules 76 7. Release of Liens/Subcontractor's Statement of Satisfaction 77 8. Progress Meetings 77 9. Request for Information 78 10. Project Site Facilities 78 11. Temporary Facilities, Utilities. and Construction 78 12. Security 79 13. Construction Signage 79 14. Construction Photographs 80 15. City Furnished Property 80 SECTION 4 - BID FORMS 81 CERTIFICATE OF AUTHORITY 87 CERTIFICATE OF AUTHORITY 87 (IF PARTNERSHIP) 87 4 Kennedy Park - Shoreline Stabilization B-30541C Bid No: 11-12-045 CERTIFICATE OF AUTHORITY 87 (IF JOINT VENTURE) 87 CERTIFICATE OF AUTHORITY 87 (IF INDIVIDUAL) 87 SECTION 5 — ATTACHMENTS 89 BID BOND FORM (Page-1 of 3) 89 SUPPLEMENTTO BID FORM: 92 SUPPLEMENTTO BID FORM: CUSTOMER REFERENCE LISTING (Page 1 of 1). 97 SUPPLEMENT TO BID FORM: 99 OFFICE LOCATION AFFIDAVIT (Page 1 of 2) 99 SUPPLEMENTTO BID FORM: 100 SECTION 6 CONTRACT EXECUTION FORM 101 CORPORATE RESOLUTION 102 FORM OF PERFORMANCE "BOND (Page lof 2) 103 CERTIFICATE AS -TO CORPORATE PRINCIPAL 103 PERFORMANCE AND PAYMENT GUARANTY FORM 104 UNCONDITIONAL/IRREVOCABLE LETTER OF CREDIT (Page 1 of.2) 104 PERFORMANCE AND PAYMENT GUARANTY FORM -105 5 Kennedy Park— Shoreline Stabilization B-30541C Bid No: 11-12-045 YIJi•-•1r*•. p� . INVITATION TO BID (ITB) NO. 11-12-045 NOTICE TO CONTRACTORS Sealed bids will be received by the City of Miamli, CITY HALL- OFFICE OFTHE CITY CLERK - 1st Floor 3500 Pan American Drive, Miami, Florida 33133-5504 for: KENNEDY PARK — SHORELINE STABILIZATION, B-30541 C Bid Due: Monday — September 17, 2012 2:00 PM Scope of Work: Work consists of furnishing all materials, labor, and equipment necessary to achieve the following: Enhancements and restoration of the shoreline at Kennedy Park to include the removal of exotic and invasive vegetation, site grading, installation of stone riprap, planting of native species and the trimming/windowing of mangroves. CIP has scheduled .a MANDATORY pre -bid conference and site visit to immediately follow. The mandatory conference will be held at the following location, date and time: Location: City Hall- Staff Room .3500 Pan American Drive, Miami, FL 33133 Date/Time: Monday - August 27,.2012 10:00 AM Minimum Requirements: Prospective Bidder shall hold current, active, valid credentials of at least one of the following: Certified Arborist, certified by the International Society of Arboriculture; Licensed Landscape Architect, licensed under Part II of Chapter 481, Rule 61G1, of the Florida Statutes Administrative Code PLUS additional certification as a mangrove trimmer issued by their Board; Professional Wetland Scientist, certified by the Society of Wetland Scientists; Certified Environmental Professional, certified by the Academy of Board Certified Environmental Professionals; Certified .Ecologist, certified by the Ecological Society of America; or Professional Mangrove Trimmer status granted by the Department of Environmental Protection. In addition, an archeologist is required on site as this is a historic preservation area. At the time of the Bid submission, prospective Bidder must also have a minimum of five (5) years experience under its current business entity name (e.g. ABC, Inc.; XYZ, LLC) in the construction of similar projects which must be supported by three (3) separate project references for completed projects of similar size, scope and complexity having been completed within the past five (5) years. The Bid documents/plans can only be obtained by visiting the Capital Improvements Program's website; http://www.miamiaov.com/Caoitallmorovements/pages/ProcurementOpportunities/Default.aso on or after, Monday - August 17, 2012. It is the sole responsibility of all firms to ensure the receipt of any addendum/addenda. 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 as TWO ORIGINALS plus one (1) copy in digital form (on CD-ROM in pdf format), at the time, date, and location noted above. Bids will be publicly opened. Any bids received after time and date specified will not be considered. The responsibility for submitting a bid/proposal before the stated time and date is solely and strictly the responsibility of Bidder. The City is not responsible for any delays, late or mis-delivered Bids, no matter what the cause. YOU. ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE "CONE OF SILENCE," IN ACCORDANCE WITH ORDINANCE NO. 12271 CODIFIED AS CITY CODE §18-74, MIAMI CITY CODE City Manager, Johnny Martinez, P.E. DP#009133 Kennedy Park - Shoreline Stabilization B-30541 C Bid No: 11-12-045 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 specified in this Bid consists of furnishing all labor, machinery, tools, means of transportation, supplies, equipment, materials and services, and incidentals necessary to perform the following Work at a rate of progress that will ensure completion of the Work within .the stipulated Contract Time: enhancements and restoration of the shoreline to include the removal of exotic and invasive vegetation, site grading, installation of stone riprap, planting of native species and the trimming/windowing of mangroves. 3. Location of Project(s) Kennedy Park is located at 2400 South Bayshore Drive, Miami, FL 33133. 4. Performance of the 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. 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 Addenda 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 [TB. 7 Kennedy Park— Shoreline Stabilization B-30541C Bid No: 11-12-045 The submission of a Bid in response to this solicitation shall constitute an incontrovertible representation by Bidder that it will comply with the requirements of the Contract Documents and that without exception, the response is premised upon performing and furnishing Work required under the Contract Documents and that the Contract Documents are sufficient in detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 6. Addenda Only questions answered by a written Addendum will be binding. Oral and other interpretations or clarifications will be without legal binding effect and shall not be relied upon in preparation of a Bid response. All questions about the meaning or intent of the Contract Documents are to be directed to the City's Capital Improvements Program (CIP) in writing, to the attention of Betty Doyle at bdoyle(a�miamiaov.com. Interpretations or clarifications considered necessary by CIP in response to such questions will be issued by the City by means of an Addendum posted on the CIP webpage. Written questions should be received no less than -ten (10) calendar days prior 'tothe date Bids are due. There shall be no obligation on the part of CIP to respond to questions received later than 5:00 PM Friday, September 22, 2012. 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: '11-12-045 BIDS FOR: KENNEDY PARK— SHORELINE STABILIZATION B-30541C Bidders must submit TWO ORIGINALS PLUS one (1) copy in digital form (on CD-ROM in pdf -format). 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 drawn on a local bank (e.g. South Florida), cash or Bid Bond Voucher (for projects less than $200,000) issued to City of Miami c/o the City of Miami Purchasing Department, treasurer's check or bank draft of any national or state bank (United States), 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, who is recommended for award, fail to timely execute the Contract, and provide the required Performance Bond. 8 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 9. Preparation of Bid The Bid Form contains one Project and the Bidder must provide a total stipulated lump sum price to perform the Work required for the Project. All Bids must be made upon the blank City forms provided herein. The Bid must be signed and acknowledged by the Bidder in accordance with -the directions on the ITB. Failure to utilize the City's forms, or fully complete said forms will result in a determination that the 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, transportation, 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 (the last page of the contract documents) 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/Site Visit— Sign -in Required A MANDATORY pre -bid conference and site visit immediately following, will be held to discuss this solicitation on Monday, August 27, .2012 at .10:00 AM located at City Hall Staff Room, 3500 Pan American .Drive, Miami, FL 33133. Since space is limited, it is recommended that no more than 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 as copies of the solicitation will not be available at the pre -bid conference. Bidders must attend both the meeting and the following site visit in order to bid on this project. Sign -in is required for both the conference and the site visit. The site is located at:.2400 South Bayshore Drive, Miami, FL 33133. 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 The City reserves the right to reject any or all Bids prior to award. 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 prior to award by delivering written notice of withdrawal to the Capital Improvements Program prior to award 9 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 of the Contract by the City Commission. Once the City Commission makes the award, the Bid cannot be withdrawn under this Section. -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 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 will issue the award of the Contract to the lowest responsive and responsible Bidder. The City may require demonstration of competency and, at its sole discretion, conduct site visits, require the Bidder to furnish documentation and/or require the contractor to attend a meeting to determine the Bidder's qualifications and ability to meet the terms and conditions of this Contract. The City shall consider, but not be limited to, such factors as financial capability, labor force, equipment, experience, knowledge of the trade work to be performed, the quantity of Work being performed by the Contractor and past performance on City projects. In accordance with City Code Section 18-85(a), when a responsive, responsible non -local bidder submits the lowest bid price, and the bid submitted by one or more responsive, responsible local bidders who maintain a local office, as defined in City Code Section 18 73, is within fifteen percent (15%) of the price submitted by the non -local bidder, then that non - local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to submit a best and final bid equal to or lower than the amount of the low bid previouslysubmitted by the non -local bidder. Contract award shall be made to the lowest responsive, responsible bidder submitting the lowest best and final bid. In the case of a tie in the best and final bid between a local bidder and a non -local bidder, contract award shall be made to the local bidder. • A Post Office box or working from a private residence will not be considered as maintaining a local office, unless the owner of the private residence possesses a City of Miami Occupation Licenses for the business at the address of the private residence. 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 any other contracts with the City, past or current, or any other public entity or any other contract for construction services. Any Bidder who at the time of submission is irivoived 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. 10 Kennedy Park — Shoreline Stabilization B-3D541 C Bid No: 11-12-045 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 -responsive. 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. Local Workforce Participation Prospective Bidders must adhere to the following requirements: a. Respondents must employ a minimum of fifteen percent (15%) of on -site labor from persons residing within the municipal boundaries (e.g. city limits) of the City. The City residency of the onsite labor component will be subject to verification by the issuing department. b. Five percent (5%) of the bid amount shall be retained by the City for the requirements until said requirements are 'fulfilled and verified within six (6) months of Contract completion pursuant to Ordinance No. 13332 Codified as City Code §18-89. Failure to comply with the Local Workforce requirements , pursuant to Ordinance No. 13332 Codified as City Code §18-89 within six (6) months of Contract completion shall result in the forfeiture of the retained amount to the City. c. These requirements are applicable to the Kennedy Park — Shoreline Stabilization Project, B-30541 C. d. The Contractor will be required to hold one (1) job fair within the local community for projects with a bid amount between $1,000,000 and S2,000,000. e. The Contractor will be required to hold two (2) job fairs within the local community for projects with a bid amount greater than $2,000,000. f. The Contractor shall coordinate job fairs and hiring initiatives with South Florida Workforce. 9. The Contractor shall retain the services of an independent third party to verify and certify compliance with these requirements on a quarterly basis in accordance with Ordinance No. 13332 Codified as City Code §18-89. Said third party shall be unaffiliated with the respondent and be properly licensed under the provisions of F.S. 454, 471, 473, or 481. The person performing the verification shall have a minimum of two (2) years of prior professional experience in contracts compliance, auditing, personnel administration, or field experience in payroll, enforcement, or investigative environment. The cost for this verification shall be included in the related Contract costs. 11 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 17. Community Small Business Enterprise (CSBE) Prospective Bidders must adhere to the following requirements: a. Respondents must assign a minimum of fifteen percent (15%) of the Contract value to a respondent or to a construction related enterprise currently certified by Miami -Dade County as a Community Small Business Enterprise (CSBE) as set forth in Sec. 10-33.01 and Sec. 10-33.02 of the Miami -Dade County Code. b. Five percent (5%) of the bid amount shall be retained by the City for the CSBE requirements until said requirements are fulfilled and verified within six (6) months of Contract completion pursuant to Ordinance No. 13331 Codified as City Code §18-89. Failure to comply with the CSBE requirements pursuant to Ordinance No. 13331 Codified as City Code §18-89 within six (6) months of Contract completion shall result in the forfeiture of the retained amount to the City. This five percent (5%) retainage is included within the ten percent (10%) retainage normally withheld by the City. c. Respondents who are deemed responsive and responsible to the requirements of the Invitation to Bid and subsequently awarded a Contract shall retain the services of an independent third party to verify and certify compliance with these requirements on a quarterly basis in accordance with Ordinance No. 13331 Codified as City Code §18-89. Said third party shall be unaffiliated with the respondent and be properly licensed under the provisions of F.S. 454, 471, 473, or 481. The person performing the verification shall have a minimum of two (2) years of prior professional experience in contracts compliance, auditing, personnel administration, or field experience in payroll, enforcement, or investigative environment. The cost for this verification shall be included in the related contract costs. 18. 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, "Cone of Silence" 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. 19. 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 proposal on a contract to provide any goods or services to a public entity, may not submit a Response on a contract with a public entity for the construction or repair of a public building or public works project, may not submit a response on a lease of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or Consultant under a contract with any public entity, and may not transact business with any public entity 12 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 in excess of the threshold amount provided in F.S. 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted Bidder Vendor list. 13 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 .20. 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, corporation, or entity shall be responsible for all direct or indirect costs associated with termination or cancellation. .21. 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 subsidiary 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. .22. Contractor in Arrears or Default The Contractor represents and warrants that the Contractor is not in arrears to the City and is not in default as a debtor, principal, maker, guarantor, surety or otherwise upon any debt, liability or 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/eligibility to receive public agreements. The Contractor considers this warrant as stated in this Article to be a continual obligation and shall inform the City of any change during the term of the Contract. The City shall not consider and 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 the time and date Bids are due. 23. 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 Manager or City Commission, as the case may be, and there will be no recourse from such cancellation. 14 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 SECTION — 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. The Bidder who is successful in being awarded the contract to perform this work will be the.Contractor as both such terms are defined by this Section. Change Order means a written document ordering a change in the Contract Price or Contract Time or a material change in the Work. A change order must comply with the Contract Documents. City means the City of Miami, Florida, a Florida municipal corporation. In all respects hereunder, City's performance is pursuant to the City's capacity as Owner. In the event the City exercises its regulatory authority as a governmental body, the exercise of such regulatory authority and the enforcement of any rules, regulations, codes, laws and ordinances shall be deemed to have occurred pursuant to City's authority as a governmental body and shall not be attributable in any manner to the City as a party.to this Contract. For the purposes of this Contract, "City" without modification shall mean the City Manager or Director, as applicable. City Commission means the legislative body of the City. City Manager means the duly appointed chief administrative officer of the City of Miami. Commissioning means the employing total building commissioning practices tailored to the size and complexity of the building site, building and its system components in order to verify performance of all components and systems and help ensure that design requirements are met. This includes a designated commissioning authority a commissioning plan, verification of the installation and performance of systems to be commissioned, and a commissioning report. Community Small Business Enterprise (CSBE) means a business that has registered with the relevant Miami -Dade County agencies to compete for County construction contracts and has declared, by registration for statistical purposes, to be a CSBE. Completed Project(s) means a project for which the applicable regulatory authority has issued a Temporary Certificate of Occupancy or Completion, or a Final Certificate of Occupancy or Completion. 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. 15 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 Contractor means the person, firm, or corporation with whom the City has 'contracted and who will be responsible for the acceptable performance of any Work and.for the payment of all legal debts pertaining to any Work issued under this contract through the award of an ITB Contract: Documents means the Contract as may be amended from time to time, the plans and drawing, all addendum, clarifications, directives, change orders, payments and other such documents issued under or relating to the.Project(s). Construction Change Directive means a written directive to effect changes to the Work, issued by the Consultant or the Director that may affect the ITB Contract price or time. Construction Schedule means a critical path schedule or other construction schedule, as defined and required by the Contract Documents. Consultant means the Architect or Engineer of Record contracted by the City to prepare the plans and specifications for the Projects. Consultant may also be referred to as Architect or Engineer of Record. Cure means the action taken by the Contractor promptly after receipt of written notice from the City of a breach of the Contract Documents which shall be performed at no cost to the City, to repair, replace, correct, or remedy all material, equipment, or other elements of the Work or the Contract Documents affected by such breach, or to otherwise make good and eliminate such breach, including, without limitation, repairing, replacing or correcting any portion of the Work or the Project(s) site(s) disturbed in performing such cure. Cure Period means the period of time in which the Contractor is required to remedy deficiencies in the Work or compliance with the Contract Documents after receipt of written Notice to Cure from the City identifying the deficiencies and the time to Cure. Design Documents means the construction plans and specifications included as part of 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. 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. Guaranteed Maximum Cost means the sum established by these Contract Documents as the maximum cost to the City of performing the specified Work on the basis of the cost of labor and materials plus overhead expenses and profit. 16 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 Inspector means an authorized representative of the City assigned to make necessary inspections of materials furnished by Contractor and of the Work performed by Contractor. Local Preference means in accordance with City Code Section 18-85(a), when a responsive, responsible non -local bidder submits the lowest bid price, and the bid submitted by one or more responsive, responsible local bidders who maintain a local office, as defined in City Code Section 18-73, is within fifteen percent (15%) of the price submitted by the non - local bidder, then that non -local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to submit a best and final bid equal to or lower than the amount of the tow bid previously submitted by the non -local bidder. Contract award shall be made to the lowest responsive, responsible bidder submitting the lowest best and final bid. In the case of a tie in the best and final bid between a local bidder and a non - local bidder, contract award shall be made to the local bidder. Local Workforce means on -site labor from persons residing within the municipal boundaries (e.g. city limits) of the City. Integrated Design or IDP means the use of a collaborative, integrated planning and design process consistent with ASTM E 2348, Standard Guide for Framework for a Consensus - based Environmental Decision Making Process which initiates and maintains an integrated project team in all stages of a project's planning and delivery; establishes performance goals for sitting, energy, water, materials, and indoor environmental quality along with other comprehensive design goals; and, ensures incorporation of these goals throughout the design and Iifecycle of the building; and considers all stages of the building's Iifecycle, including deconstruction. 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 whole or a part of the Project(s). Project Manager means the individual assigned by CIP to manage the Project(s). Respondent means a Business which has submitted a Bid, Offer, Proposal, Quotation or Response, which has the capability, as determined by the City, in all respects to perform fully the Contract requirements, and the integrity and reliability of which give reasonable assurance of good faith and performance. 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 17 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 Contractor's interpretation or understanding of the document(s) in question, along with the reason for such understanding. Risk Administrator means the City's Risk Management Administrator, or designee, or the individual named by the City Manager to administer matters relating to insurance and risk of Toss for the City. Specifications mean all of the definitions, instructions, descriptions, directions, requirements, provisions and standards (and all written 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. Submittal means documents prepared and submitted by the Bidder to pre -qualify under this solicitation. Substantial Completion means that point at which the Work is at a level of completion in substantial compliance with the Agreement such that the City can use, occupy and/or operate the facility in all respects to its intended purpose. Substantial Compliance shall not be deemed to have occurred until any and all governmental entities, which regulate or have jurisdiction over the Work, have inspected, and approved the Work. Beneficial use or occupancy shall not be the sole determining factor in determining whether Substantial Completion has been achieved, unless a temporary certificate of occupancy has been issued. Work means the completed construction required by the Contract Documents, including all labor necessary to produce such construction and all materials, supplies, and equipment incorporated or to be incorporated in such construction. 2. Time is of the Essence Contractor will promptly perform its duties under the Contract and will give the Work as much priority as is necessary to- cause the Work to be completed on a timely basis in accordance with the Contract Documents. All Work shall be performed strictly (not substantially) within the time limitations necessary to maintain the critical path and all deadlines established in the Contract Documents. All dates and periods of time set forth in the Contract Documents, including those for the commencement, prosecution, interim milestones, milestones, and completion of the Work, and for the delivery and installation of materials and equipment, were included because of their importance to the City. Contractor acknowledges and recognizes that the City is entitled to full and beneficial occupancy and use of the completed 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 material persons, Subcontractors, suppliers, and laborers. 18 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 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. ContractTerm; Contract Price 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. The total bid amount shall be the Guaranteed Maximum Cost ("GMC") of the Project which means the maximum cost of the work including labor, materials, equipment, overhead expenses and profit. The City will not be liable for payment of any amount in excess of the GMC (unless the City Commission has approved a project contingency or has approved a prior amendment to the Contract, setting forth an additional amount due to Owner requested changes or its equivalent). 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: Mr. Mark Spanioli, P.E., Director City of Miami Capital Improvements Program 444 S.W. 2nd Avenue - 8th Floor Miami, Florida 33130 Mr. Jeovanny Rodriguez, P.E., Assistant Director • City of Miami Capital Improvements Program 444 S.W. 2nd Avenue - 8th Floor Miami, Florida 33130 For Contractor: (To Be Determined) 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. 19 - Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 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 ITS 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 • 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 , hold harmless and defend the City, its officials, officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract and will indemnify, hold harmless and defend the City, its officials, officers, agents, directors and 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 any action or proceeding is brought against City by reason of any such claim or demand, Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory to City. The Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against City whether performed by Contractor, or persons employed or utilized by Contractor. This indemnity will survive the cancellation or expiration of the Contract. This indemnity will be interpreted under the laws of the State of Florida, including without limitation and which conforms to the limitations of F.S. §725.06 and/or §725.08, as amended from time to time, and as applicable. 20 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 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. Insurance Without limiting any of the other obligations or liabilities of Contractor, Contractor shall provide, pay for, and maintain in force until all of its Work to be performed under this Contract has been completed and accepted by City (or for such duration as is otherwise specified hereinafter), the insurance coverage's set forth herein. Applicable coverage's are underlined. 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: ■ Waiver of Subrogation ▪ Statutory State of Florida • Limits of Liability • USL&H Endorsement 7_2. Employers' Liability with a limit of One Million Dollars ($1,000,000.00) for bodily injury caused by an accident, each accident; One Million Dollars ($1,000,000.00) for bodily injury caused by disease, each employee; One Million Dollars ($1,000,000.00) for 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). 21 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 0 ■ CGL Required Endorsements o Contingent Liability o Contractual Liability o Premises and/or Operations o Explosion, Collapse and Underground Hazards o Loading and Unloading o Mobile Equipment (Contractor's Equipment) whether owned, leased, borrowed or rented by Contractor or employees of the Contractor. 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 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, • City of Miami as Additional Insured 7.5. Umbrella Policy (Excess Following Form) Bodily injury and property damage liability with limits of Two Million Dollars ($2,000,000) each occurrence and an aggregate limit of Two Million Dollars ($2,000,000). Excess coverage over the policies as follows: • Commercial General Liability ■ Business Automobile Liability Employer's Liability City of Miami is listed as an additional insured. 7.6. Builder's Risk NOT APPLICABLE Causes of loss: All Risk -Specific Coverage Project Location Valuation: Replacement Cost Deductible: $10,000, all other Perils 5% maximum on Wind and Flood, if applicable, City of Miami included as an Additional Insured. A. LimitNalue at Location or Site (100% of construction value) B. Coverage Extensions — as provided by carrier 7.7 Owners & Contractor's Protective Each Occurrence General Aggregate $1,000,000 $1,000,000 22 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 7.8 Protection and Indemnity $1,000,000 —'NOT APPLICABLE Jones Act included City of Miami listed as an additional insured The above policies shall provide the City with written notice of cancellation or material change from the insurer in accordance to policy provisions. 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 Contractor in accordance with Section 2, General Conditions, Article 4, Notices. Contractor shall comply with such requests unless the insurance coverage is not then readily available in the national market. An additive or deductive change order will be issued to adjust the contract value as necessary. For insurance bonding issues and decisions, the City shall act through its Risk Administrator (unless otherwise stated). 7. 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 14, 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). 23 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 The City must be listed as an Obligee. Pursuant to the requirements of F.S. §255.05(1)(a), as amended from time to time, Contractor shall ensure that the Bond(s) referenced above shall be recorded in the public records and provide City with evidence of such recording. Alternate Form of Security: In lieu of a Performance/Payment Bond, Contractor may furnish alternate forms of security, which may be in the form of cash, money order, certified check, cashier's check or unconditional letter of credit in the form attached. Such alternate forms of security shall be subject to the prior approval of City and for same purpose and shall be subject to the same conditions as those applicable above and shall be held by City for one-year after completion and acceptance of the Work. 8. 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, or other methods in accordance with Treasury Circular 297, revised September 1, 1978 (31 DFR Section 223.10, Section 223.111). Further, the Surety shall provide City with evidence satisfactory to City, that such excess risk has been protected in an acceptable manner. The City will accept a surety bond from a company with a rating of B+ or better for bonds up to $2 million, provided, however, that if any surety company appears on the watch list that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the City shall review and either accept or reject the surety company based on the financial information available to the City. A surety company that is rejected by the City may be substituted by the Bidder or proposer with a surety company acceptable to the City, only if the bid amount does not increase. The following sets forth, in general, the acceptable parameters for Bonds: Amount of Bond (U$) 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 24 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 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 lime. 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 provisions of this section shall apply. 9. 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 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,. 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. 25 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 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. 10. 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 Work according to the Project schedule accepted by or determined by the Project Manager or Consultant, the Project Manager or the Consultant shall have the right to order the Contractor to do either or both of the following: (1) improve its work force; and/or (2) improve its performance in accordancewith the schedule to ensure completion of the Project(s) within the specified time. The Contractor shall immediately comply with such orders at no additional cost to the City. (3) The City at its sole option may also have Work performed by a third party contractor and deduct such cost from any monies due the Contractor. Where materials are transported in the performance of the Work, vehicles shall not be loaded beyond the capacity recommended by the vehicle manufacturer or permitted by Federal, State or local law(s). When it is necessary to cross curbing or sidewalks, protection against damage shall be provided by the Contractor and any damaged curbing, grass areas, sidewalks or other areas shall be repaired at the expense of the Contractor to the satisfaction of the Project Manager or Consultant. 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. 11. 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. 26 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 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. 1.2. 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 information derived from exploratory work that may have been done by the City or included in this Contract Documents. Contractor should examine the soil conditions at the Project site to determine if any special shoring, sheeting, or other procedures 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 reiieve 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. 13. Contractor to Check Plans, Specifications and Data Contractor shall verify all dimensions, quantities and details shown on the plans, specifications or other data received from Project Manager or Consultant as part of a Contract Documents, and shall notify the Project Manager and the Consultant of all errors, omissions and discrepancies found therein within three (3) calendar days of discovery. Contractor will not be allowed to take advantage of any error, omission or discrepancy, as full instructions will be furnished the Project Manager or by Consultant. Contractor shall not be liable for damages resulting from errors, omissions or discrepancies in the Contract" Documents unless Contractor recognized such error, omission or discrepancy and knowingly failed to report it to Project Manager or Consultant. 14. 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. 27 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 Lawn Areas - All lawn areas disturbed by construction shall be replaced with like kind to a condition similar or equal to that existing before construction. Where sod is to be removed, it shall be carefully removed, and the same re -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 befbrethe 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. 15. 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. 16. Safety Precautions Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: All employees on the Project(s) site(s) and other persons who may be affected thereby; All the Work and all materials or equipment to be incorporated therein, whether in storage on or off the Project(s) site(s); and Other property at the Project(s) Site(s) or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. Contractor shall designate a responsible member of its organization at the Project(s) site(s) ,whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Project Manager. Contractor shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and utilities when prosecution of the Work may affect them. All damage, injury or loss to any property caused directly or indirectly, in whole or in .part, by Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by Contractor. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and Project Manager or Consultant has issued the Contractor a notice of Final Acceptance. Contractor must adhere to the applicable environmental protection guidelines for the duration of a Project. If hazardous waste materials are used, detected or generated at any 28 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 time, the Project Manager must be immediately notified of each and every occurrence. The Contractorshall 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. -17. Occupational Health and Safety In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F- 41.03 of the Florida Administrative Code delivered as a result of a Project must be accompanied by a Material Safety Data Sheet (MSDS) which may be obtained from the manufacturer. The MSDS must include the following information: The chemical name and the common name of the substance. *• The hazards or other risks in the use of the substance, including: o The potential for fire, explosion, corrosion, and reaction; o The known acute and chronic health effects of risks from exposure, including the medical conditions which are ,generally recognized as being aggravated by exposure to the substance; and o The primary routes of entry and symptoms of overexposure. -• The proper precautions, handling practices, necessary personal protective equipment, and other safety precautions in the use of or exposure to the substances, including appropriate emergency treatment in case of overexposure. • The emergency procedure for spills, fire, disposal, and first aid. • A description in lay terms of the known specific potential health risks posed by the substance intended to alert any person reading this information. • The year and month, if available, that the information was compiled and the name, address, and emergency telephone number of the manufacturer responsible for preparing the information. 18. Labor and Materials Unless otherwise provided herein, Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation and other facilities and services necessary for the proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. Contractor shall at all times enforce strict discipline and good order. among its employees and Subcontractors at the Project(s) site(s) and shall not employ on the Project(s) any unfit person or anyone not skilled in the Work to which they are assigned. 29 Kennedy Park - Shoreline Stabilization B-30541C Bid No: 11-12-045 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. 19. 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. 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. 20. Project Management Where a Contractor is awarded Work, the Contractor shall be responsible for all Project management, including any and all subcontracts necessary to ensure that the Work is performed in accordance with the Contract Documents. Project Management shall include, but is not limited to: obtaining bids from Subcontractors and suppliers; coordinating the securing of all permits; obtaining licenses and inspections; ensuring that Subcontractors comply with all City requirements; performing the Work in accordance with the Contract Documents to the satisfaction of the Project Manager; paying all Subcontractors; obtaining release of liens/claims fees; and obtaining temporary and final Certificates of Occupancy or Completion. 30 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 .21. 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, allsatisfactory to "Project Manager or Consultant. The superintendent shall not be changed except with the written consent of Project Manager or Consultant, unless the superintendent proves to be unsatisfactory to Contractor and ceases to be in its employ. The superintendent shall represent Contractor and all directions given -to the superintendent shall be as binding as if given to Contractor and will be confirmed in writing by Project Manager or Consultant upon the written request of Contractor. Contractor shall give efficient supervision to the Work, using its best skill and attention. •The Project Manager and the Consultant shall be provided telephone number(s) for the superintendent where the superintendent can be contacted during normal working hours as well as after hours for emergencies. On Projects in excess on thirty (30) calendar days the Contractor's superintendent shall record, at a minimum, the following information in a bound log: the day; date; weather conditions and how any weather condition affected progress of the Work; time of commencement of Work for the day; the Work being performed; materials, labor, personnel, equipment and Subcontractors 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. 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 properly licensed for the Work being performed. 22. Subcontractors Contractor is solely responsible for ail 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. 31 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 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. 23 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 Contract Documents. Whenever, in his or her opinion, it is considered necessary or advisable to ensure the proper completion of the Contract Documents the Project Manager and Consultant will have authority to require special inspections or testing of the Work, whether or not such Work is fabricated, installed or completed. Neither the Project Manager's nor Consultant's authority to act under this paragraph, nor any decision made by him in good faith either to exercise or not to exercise such authority, shall give rise to any duty or responsibility of the Project Manager or Consultant to the Contractor, any subcontractor, supplier or any of their agents, employees, or any other person performing any of the Work. All interpretations and recommendations of the Project Manager and Consultant shall be consistent with the intent of the Contract Documents. The Project Manager and Consultant will not be responsible for the acts or omissions of the Contractor, any Subcontractor, or any of their agents or employees, or any other persons performing any of the Work. 32 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 24. 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 of. Miami 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. 25. 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. 26. Separate Contracts 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 33 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 Manager will assist the Contractor in coordinating the Work. However, the sole responsibility forcoordination rests with the Contractor. If any part of Contractor's Work depends -for proper execution or results upon the work of any other persons, Contractor shall inspect and promptly report to Project Manager and Consultant any.defects in such work thatrender it unsuitable -for :such proper execution and results. Contractor's failure to so inspect and report shall constitute an acceptance of -the other.person's•work as fit and proper for the reception of Contractor's Work, except as 'to defects which may develop in other contractor's work after the execution of Contractor's Work. Contractor 1 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. 27. 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 shah furnish to City copies of written permission obtained by Contractor from the owners of such facilities. 28. 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 may be 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 is required to coordinate the Work with other contractors performing work at the Project(s) site. 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. 29. 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 34 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents, Contractor, without disturbing the conditions and before performing any Work affected by such conditions, shall, within twenty-four (24) hours of their discovery, notify. the Project Manager and Consultant in writing of -the existence of the aforesaid conditions. -Project Manager and the Consultant shall, within two (2) business days .after receipt of Contractor's written notice, investigate the .site conditions identified 'by Contractor. If, -in the sole opinion of -Project Manager or the Consultant, the conditions do materially so differ:and cause an increase or decrease in • Contractor's -cost of, or the time required for, the -performance of any part of -the Work; -whether or not charged as a result of the conditions, Project Manager or Consultant shall recommend an equitable adjustment to the Contract Documents Price or Contract Documents Time, or both. If the .Project Manager and Contractor cannot agree on an adjustment in the Contract Price or Contract Time, the adjustment shall be referred to the Director for determination. Should the Director determine that the conditions of:the Project(s) site(s) are not so materially different to justify a change in the terms of the Contract Documents, the Director shall so notify the Project Manager, Consultant, and Contractor in writing, stating the reasons, and such determination shall be final and binding upon the parties hereto. No request by Contractor for an equitable adjustment to the Contract Documents under this provision shall be allowed unless Contractor has given written notice 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. 30. 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 the City, its officials or 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", which 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. 31. Contractor's Responsibility for Utility Properties and Service Where the Contractor's operations could cause damage or inconvenience to railway, telephone, fiber optic, television, electrical power, oil, gas, water, sewer or irrigation systems, the Contractor shall make all arrangements necessary for the protection of these utilities and services or any other known utilities. Notify all utility companies that are affected by the construction operation at least 48 hours in advance. Under no circumstance expose any utility without first obtaining permission from the appropriate agency. Once permission has been granted, locate, expose, and provide temporary support for all existing underground utilities and utility poles where necessary. The Contractor and his Subcontractors shall be solely and directly responsible to the owner and operators of such properties for any damage, injury, expense, Toss, inconvenience, delay, suits, actions, or claims of any character brought because of any injuries or damage which may result from the construction operations under the Contract Documents. 35 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 Neither the. City nor its officers or agents shall be responsible to the Contractor for damages as:a result of the Contractor's failure to protect utilities encountered in the Work. In the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of accidental breakage due to construction operations,promptly notify .the proper authority. Cooperate with said authority in restoration of service as promptly as possible and bear all costs of. repair. In no event shall interruption of any utility _service be allowed unless granted by the owner of the utility. In the event waterservice lines that interfere with -trenching are encountered, the Contractor may, by obtaining prior approval of the water utility, cut the service, dig through, and restore the service withsimilar 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. 32. 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. 33. 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. 34. Contractor's Use of Project Site(s) Limitations may be placed on the Contractor's use of the Project(s) site(s) and such limitations will be identified by the Project Manager. In addition to such limitations, the Project Manager may make storage available to the Contractor at his sole discretion based on availability of space. The Contractor shall also coordinate and schedule deliveries so as to minimize disruptions to City day-to-day operations. The Contractor shall limit its use of the Project site(s), so as to allow for the City's continuous operation. This is necessary, as the Project Site(s) may remain in operation during the Work. 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 36 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 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 -publicat all times; not use areas for parkrng and/or storage of materials except as authorized by the ProjectManager. 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. 35. Warranty -of -Materials and Equipment Contractor warrants to City that all materials and equipment furnished under the Contract Documents will be new unless otherwise specified and that all of the Work will be of good quality, free from -faults and defects and in•conformance with the Contract Documents and Contract/Documents. All Work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. If required by the Project Manager or Consultant, Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. This warranty is not limited by any other provisions within the Contract Documents. 36. 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. Packadina 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. 37 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 Receiving The Contractor shall unload and record the receipt of all equipment and materials at the jobsite. All costs -for receiving, inspection, handling, storage, insurance, inventory control, and equipment maintenance for the Contractor -supplied and City -supplied materials and equipment shall be included in the -prices Bid and no extra compensation will be allowed. Inspection Immediately upon receipt of equipment and materials at the jobsite, the Contractor shall inspect for completeness and any evidence of damage during shipment. City .supplied equipment and material shall be inspected and inventoried together with City's inspector. Should there appear to be any shortage or damage, the Project Manager or Consultant shall be immediately notified; and the Contractor shall be fully responsible for informing the manufacturers and the transportation company of the extent of the shortage or damage. If the item or items require replacing or supplying missing parts, the Contractor shall take the necessary measures to expedite the replacement or supply the missing parts. Handling Equipment and materials received for installation on the Project(s) shall be handled in accordance with the manufacturer's recommendations, and in a manner that will prevent damage. Storage Equipment and materials shall be stored prior to installation as recommended by the manufacturer. Generally, materials such as pipe shall be stored off the ground in approved storage yards. Items subject to damage by the elements, vandalism, or theft shall be stored in secure buildings. Items requiring environmental control for protection shall be provided with the necessary environmentally controlled storage facilities at no cost to the City. Insurance The Contractor's insurance shall adequately cover the value of materials delivered but not yet incorporated into the Work. Inventory Control Equipment and materials shall be stored in a manner to provide easy access for inspection and inventory control. The Contractor shall keep a running account of all materials in storage to facilitate inspection and to estimate progress payments for materials delivered but not installed in the Work. Equipment's Maintenance Prior to Acceptance by the City 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 Any salvageable pipe, fittings, or other miscellaneous material or equipment removed during construction and not reused in the Work shall be cleaned, hauled, and stored by the Contractor at his own expense, where directed by the Project Manager or Consultant, and shall remain the property of the City. All other material shall be disposed of by the Contractor at his own expense. 38 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 37. 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. 6 38. 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). 39. 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 the Invitation to Bid was issued, even though reference may have been made to an earlier standard. Such reference is hereby made a part of the Contract Documents the same as if herein repeated in full and in the event of any conflict between any of these standards and those specified, the most stringent shall govern unless otherwise stated. 39 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 40. Submittals Contractor shall check and approve all shop drawing, samples, product data, schedule of values, and ='any :: and .all other Submittals to make sure they comply with the Contract Documents prior to submission to the Project Manager and Consultant. Contractor: by approving and submitting. -any Submittals, represents .that they have verified the accuracy of the Submittals, and -that they have verified all: of. the Submittal information and documentationwith the requirements of the Contract Documents. At -time of submission the Contractor shalladvise the Project Manager and Consultant in writing of anydeviations from the Contract Documents. -Failure of the Contractor to advise the Project Manager or Consultant of any deviations shall make the Contractor solely responsible for any -_costs incurred to correct, add 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 title 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 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. • 40 Kennedy Park— Shoreline Stabilization B-30541C Bid No: 11-12-045 Acceptance of any submittal by the City or Consultantshall 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,checkedand coordiinated'with;the •requirements of'the'Work and have been verified, checked and coordinated with'this Contract Documents. Contractor shall- be responsible for the distribution of all shop drawings, copies of product data and samples, which bear the Project Manager's or Consultant's stamp of approval. Distribution 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. 41 Shop Drawings Contractor shall submit Shop Drawings as required by the Contract Documents. The purpose. of the Shop Drawings is to show, in detail, the suitability, efficiency, technique of manufacture, installation requirements, details of the item, and evidence of its compliance or noncompliance with this Contract Documents. Within five (5) calendar days after City's award of the Contract, Contractor shall submit to Project Manager or Consultant a complete list and submittal log of items 'for which Shop Drawings are to be submitted and shall identify the critical items and all submittal dates. Approval of this list by Project Manager or Consultant shall in no way relieve the Contractor from submitting complete Shop Drawings and providing materials, equipment, etc., fully in accordance with the Contract Documents. This procedure is required in order to expedite final approval of Shop Drawings. After the approval of the list of items required in above, Contractor shall promptly request Shop Drawings.from the various manufacturers, fabricators, and suppliers. Contractor shall thoroughly review and check the Shop Drawings and each and every copy shall show its approval thereon. 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. If the Shop Drawings show or indicate departures from the Contract Documents, Contractor shall make specific mention thereof in its letter of transmittal. Failure to point out such departures shall not relieve Contractor from its responsibility to comply with the Contract and Documents. Project Manager or Consultant shall review and accept or reject with comments, Shop Drawings within fourteen (14) calendar days from the date received. Project Manager's or Consultant's approval of Shop Drawings will be general and shall not relieve Contractor of responsibility for the accuracy of such Shop Drawings, nor for the proper fitting and construction of the Work, nor for the furnishing of materials or Work required by the Contract Documents and not indicated on the Shop Drawings. No Work called for by Shop Drawings 41 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 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 requiringspecial 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. 42. 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 tothe 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. 43. Samples Contractor shall submit samples to illustrate the functional characteristics of the product(s). Submittals shall be coordinated for different categories of interfacing Work. Contractor shall include identification on each sample and provide full information. 44. 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 Work to field 42 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 conditions, changes resulting from Change Orders, Construction .Change _Directives, and Field -Directives as well as allwritten 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, satisfactoryto;the ProjectManager and the "Consultant, that Contractor is fulfillin•g its obligation to continuously update :the record documents. All buried:items, outside the: Project(s) site(s), -.shall '.be accurately located on r the record documents as to depth; and in relationship. to not less •than ..two: (2) permanent .features (eg. interior or exterior 1 wall faces). -The record documents .shall be clean and all: changes, corrections :and Tdirnensiont .shall be given in a neat and::legible manner in red. `The 'record documents shale 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. 45. SupplementalDrawings 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 itsperformance, 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. 46. Contractor Furnished Drawings The Contract Documents may require the Contractor to furnish design, shop and/or as -built drawings depending on the nature and scope of the Work to be performed. The following applies to the different types of drawings. The Project Manager and/or Consultant shall, after review of the drawings, initial and mark the drawings in one of the following manners: 1. ACCEPTED - No correction required. 2. PROCEED AS CORRECTED - Minor changes or corrections identified. Work can proceed subject to re -submittal and acceptance of the drawings. 3. REVISE AND RESUBMIT- Significant changes or corrections are recommended. Submittal must be revised and resubmitted for acceptance prior to Work proceeding. 4. REJECTED - Not in accordance with the Contract and/or Contract Documents due to excessive changes or corrections or other justifiable reason. Drawings must be corrected and resubmitted prior to any Work being performed. Revisions required by the permitting jurisdiction must also be reviewed and accepted by the Project Manager or Consultant prior to resubmission to the permitting agency. Acceptance by the City shall not relieve the Contractor from responsibility for errors and omissions in the drawings. 47. Substitutions Substitutions will only be considered after the award of the Contract. Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by Project Manager if sufficient information is submitted by Contractor to allow City 43 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 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 have a maximum of two (2)-re=submittals for: any..substitution or "approved equal" tcxbe reviewed by :the City of. Miami Project Manager and/or Architect or -.Engineer o'Record. Contractor: shall comply with the original contract•documents and specifications after::the:two (2) re -submittals have been deemed "non -compliant" with the contract :documents. 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 sut stanceto 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 Contractors 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 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 evaluating the proposed substitute. Contractor shall maintain sole liability and responsibility for ensuring that all substitutions and any required design of such are in full compliance with and meet all the requirements of the Contract Documents, 48. City Furnished Drawings • The City, at its sole discretion, may furnish design drawings. It shall be the sole responsibility of the Contractor to bring to the immediate attention of the Project Manager and the Consultant any discrepancies between the drawings and existing conditions, excluding hidden or unforeseen conditions, discovered prior to commencing and during the Work. The Contractor shall be solely responsible for verifying the accuracy of the drawings prior to commencing the 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 44 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 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 requiredrevisions, omissions and/or errors, not identified in writing to the Project Manager or Consultant prior to commencing the Work. 49. 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. 50. 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 the 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. 51 Field Directives The Project Manager or Consultant may at times issue field directives to the Contractor based on visits to the Project(s) Site(s). Such Field Directives shall be issued in writing and the Contractor shall be required to comply with the directive. Where the Contractor believes that the directive is outside the scope of the Work, the Contractor shall, within 48 hours, notify the Project Manager or Consultant that the work is outside the scope of the Work. At that time the Field Directive may be rescinded or the Contractor may be required to submit a request for a change to the Contract. Where the Contractor is notified of the City's position that the Work is within the scope and the Contractor disagrees, the Contractor shall notify the Project Manager or Consultant that the Contractor reserves the right to make a claim for the time and monies based on the Field Directive. At no time shall the Contractor refuse to comply with the directive. Failure to comply with the directive may result in a determination that the Contractor is in default of the Contract. 52. Changes in the Work or Contract Documents Without invalidating the Contract Documents and without notice to any Surety, City reserves and shall have the right, from time to time to make such increases, decreases or other changes in the character or quantity of the Work under the Contract Documents as may be 45 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 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 ofthe 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. 53. Continuing the Work Contractor shall carry on the Work and adhere to the progress schedule during all disputes ordisagreements with City, including disputes or disagreements concerning a request for a ChangeOrder, 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. 54. Change Orders Changes in the quantity or character of the Work within the scope of the Project(s) which are not properly the subject of Field Orders or Supplemental Instructions, including all changes resulting in changes in the Contract Price, or the Contract Time, shall be authorized only by Change Orders approved in advance and issued in accordance with the provisions of the City. In the event satisfactory adjustment cannot be reached for any item, requiring a change in the Contract Price or Contract Time, and a Change Order has not been issued, City reserves the right at its sole option to either terminate the Contract as it applies to the items in question and make such arrangements as may be deemed necessary to complete the disputed work; or submit the matter in dispute to the Director as set forth in Article 88, Resolution of Disputes. During the pendency of the dispute, and upon receipt of a Change Order approved by City, Contractor shall promptly 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. Under circumstances determined necessary by City, Change Orders may be issued unilaterally by City. The City reserves the right to order, changes which may result in additions to or reductions from the amount, type or value of the Work shown in the Contract and which are within the general scope of the Contract Documents. Any such changes will be known as Extra Work. No Extra Work shall be performed except pursuant to written orders of the Project Manager or Consultant expressly and unmistakably indicating his/her intention to treat the Work described therein as Extra Work. In the absence of such an order, the Project Manager or Consultant may direct, order or require the Contractor to perform any Work including that which the Contractor deems to be Extra Work. The Contractor shall nevertheless comply and shall promptly and in no event after, begin the performance thereof or incur cost attributable thereto and give written notice to the Project Manager stating why he deems such Work (hereinafter "Disputed Work") to be Extra Work. Said notice is for the purposes of (1) affording an opportunity to the Project Manager to cancel such order, direction or requirements promptly; (2) affording an opportunity to the Project Manager to keep an accurate record of materials, labor and other items involved; and (3) affording an opportunity to the City to take such action as it may deem advisable in light of such disputed Work. 46 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 55. :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 .Contractschedule 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 startthe Extra Work if it is beyond the Contractor's abilityao: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. 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. 56. No Oral Changes Except to the extent expressly set forth in the Contract, no change in or modification, termination or discharge of the Contract or, in any form whatsoever, shall be valid or enforceable unless it is in writing and signed by the parties charged, therewith or their duly authorized representative. 57. Value of Change Order Work The value of any Work covered by a Change Proposal Request or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: • Where the Work involved is covered by unit prices contained in the Contract, by application of unit prices to the quantities of items involved. • By mutual acceptance of a- 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. 47 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 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 toin 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 thedirect 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:foremployees not employed full timeon .the Work.covered by the Change Proposal Request shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement: benefits, bonuses, sick leave, vacation and holiday pay application thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing the Work after regular working hours, on Sunday or legal holidays shall be included in the -.above to the extent authorized by City. Cost of all materials and -equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and manufacturers' field services required in connection therewith. All cash discounts shall accrue to Contractor unless City deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to City. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to City and Contractor shall make provisions so that they may be obtained. Rentals of all construction equipment and machinery and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City with the advice of Consultant and the costs of transportation, loading, unloading, installation, dismantling and removal thereof, all in accordance with the terms of said agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. If required by the City, Contractor shall obtain competitive bids for the Change Order Work. Contractor and shall deliver such competitive bids to the City who will determine which bids will be accepted. If the Subcontractor is to be paid on the basis of cost of the Work plus a fee, the Subcontractor's cost of the Work shall be determined in the same manner as Contractor's cost of the Work. All Subcontractors shall be subject to the other provisions of the Contract Documents insofar as applicable. The term "cost of the Work" shall include any of the following: Cost of special consultants, including, but not limited to, consultants, architects, testing laboratories, and surveyors employed for services specifically related to the performance of the Work described in the Change Order. Supplemental costs including the following: The proportion of necessary transportation, travel and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work except for local travel to and from the site of the Work. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workmen, which are consumed in the performance of the Work, and 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. 48 Kennedy Park— Shoreline Stabilization B-30541C Bid No: 11-12-045 Cost of premiums foradditional bonds and insurance required because:of changes in the Work. The term ''cost ofthe-Work" shall not includeany of the following: . Payroll:costs :and, other. compensation of Contractor's officers, executives, principals (of partnership and sole- proprietorships), general:managers, consultants, architects, estimators, law ers, auditors, Y. 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.sincluded in:the agreed upon schedule ofjob classifications:,?all.of.which are"to`be considered administrative costs covered by Contractor's`fee: EkpenseS:Ot 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. Costsdue 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 ofmaterials or equipment wrongly :supplied and making good any damage to property. Other. overhead _orgeneralexpense costs of any kind and the cost of any item not specifically and expressly includedin this Article. Contractor's fee allowed to Contractor for overhead and profit shall be determined as follows: A mutually acceptable fixed fee or if none can be agreed upon, A fee based on the following percentages of the various portions of the cost of the Work: Where -the Contractor self -performs the Work, Contractor's fee shall not exceed ten percent (10%). Where a sub -contractor performs the Work, Contractor's fee shall not exceed seven and one half percent (7.5%); and if a subcontract is on the basis of cost of the Work plus a fee, the maximum allowable to the Subcontractor as a fee for overhead and profit shall not exceed ten percent (10%); and No fee shall be payable for special consultants or supplemental costs. 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 form acceptable to Project Manager or Consultant an itemized cost breakdown together with the supporting data. Whenever a change in the Work is to be based on mutual acceptance of a lump sum, whether the amount is an addition, credit or no change -in -cost, Contractor shall submit an initial" cost estimate acceptable to the Project Manager or Consultant. Breakdown shall list the quantities and unit prices for materials, labor, equipment and other items of cost. Whenever a change involves Contractor and one or more Subcontractors and the change is an increase in the Contract Price, overhead and profit percentage for Contractor and each Subcontractor shall be itemized separately. Each Change Order must state within the body of the Change Proposal Request whether it is based upon unit price, negotiated lump sum, or "cost of the Work." 58. 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 49 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 do the proposed Extra Work. Immediately upon receipt of the Extra Work Directive, the Contractor shall be obligated to proceed with the Work set forth in that directive. Except as provided below, the Contractor shall be entitled -to initiate a dispute pursuant to the Article 88,,. Resolution. of Disputes, by -furnishing a written. statement to the,, Project Manager within five (5) days of the Extra Work Directive; based upon any aspect, of .such Extra Work which the Contractor disputes: Such dispute must relate to specific matters -raised. or specific matters reserved by the Contractor in its proposal and have not been resolved prior to the issuance of the Extra Work Directive. The written statement must set forth all details of the Contractor's claim including :the manner that -the disputed item was specified in the Contractor's proposal. -During' the pendency 'of any dispute hereunder, the Contractor must proceed with Work as set forth in the'Extra-Work Directive unless otherwise advised by the. Project Manager's written instructions. In the event there is a dispute as to price, the Contractor will be paid in accordance with the following paragraph. This payment(s) will be in full satisfaction of the Contractor's claim for an adjustment to the value of the Contract. Compensation for Extra Work in the event of the parties' inability to agree upon a mutually satisfactory price shall be as follows: No payment will be made to the Contractor for Extra Work in excess of "Actual and Necessary Cost" which is to say time and materials plus a mark-up not to exceed 10%. This will not vary, whether the Extra Work is performed by the Contractor or his subcontractor. Any exceptions must be approved by the Project Manager. "Actual and Necessary Net Cost" shall be deemed to include the actual and necessary cost of the Extra Work for (i) labor, which includes wages, payroll deductions, if any, made by the Contractor as employer pursuant to bona fide collective bargaining labor agreements applicable to the Work; (ii) contributions to the State Unemployment Insurance Law, (iii) excise taxes pursuant to Federal Social Security Act; (iv) any increases in public liability and property damage insurance or performance and payment bonds occasioned solely by the Extra Work, (v) the actual and necessary operating expenses (except the expense of supplies and small tools not operated by mechanical or electrical power), power for such plant and a reasonable rental 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 supporting all the costs of the Extra Work. If payments on account are desired as the Extra Work progresses, the Contractor shall render an itemized statement showing the total amount expended for each class of labor and for each kind of material on account of each item of Work as a condition precedent to the inclusion of such payment in a partial estimate. Upon the request of the City, the Contractor shall produce for audit by the City, books, vouchers, collective bargaining labor agreements, records or other documents showing the actual cost for labor and materials. Such documents shall not be binding on the City. The Project Manager shall determine any questions or dispute as to the correct cost of such labor 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. 59. As -Built Drawings 50 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 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:actualty.constructed. It is the responsibility of the Contractor "to check the As -Built Drawings for errors and omissions prior to`submittal°to the.. City and certify m:writing_that the As Built Drawings are correct and accurate including the actual°Iocation of all_internal:piping; _electrical/signal conduits in or:below.the concrete floor. Indicate the size, depth and voltage in each conduit. - Legibly mark to record actual construction: On -site structures and site Work as follows:: Depths of various elements of foundation in relation to finish first floor datum. • All underground piping and ductwork with elevations and dimensions and locations of valves, pull boxes, .etc. Changes in location. Horizontal and vertical locations of undergroundutilities and appurtenances, referenced to permanent surface improvements. Actual installed pipe material, class, etc. • Location of internal utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structure. Air conditioning ducts with locations of dampers, access doors, fans and other items needing periodic maintenance. • Field changes in dimensions and details. • Changes made by Project Manager's or Consultant's written instructions or by Change Order. • Details not on original Contract Drawings. • Equipment, conduit, electrical panel locations. • Project Manager's or Consultant's schedule changes according to Contractor's records and shop drawings. Specifications and Addenda: Legibly mark each section to record: • 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: Providerecord copies for each process equipment, piping, electrical system and instrumentation system. As -built documents shall be updated monthly as a condition precedent to payment. For construction of new building or building additions as -built drawings signed and sealed by a Florida licensed Registered Land Surveyor. The information shall be accurately recorded by the Contractor and submitted (signed and sealed by a Florida Certified P.L.S.) to the City of Miami prior final acceptance of the Work. All recorded information on existing utility crossing encountered during construction, included but not limited to pipes, inlets, manholes, etc., shall be recorded by a Florida Registered Surveyor and shown on the record drawings. 60. Worker's Identification The Contractor's employees, who include any Subcontractor, shall wear an identification card provided by the Contractor. The identification card shall bear the employee's picture, name, title and name of the employer. Failure by a Contractor's employee to wear such identification may result in his removal from the Work until such time as the identification card is obtained and worn. Such removal shall not act as a basis for the Contractor to submit a claim for an extension of time. 61. Removal of Unsatisfactory Personnel 51 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 The City may, make written request -to the Contractor for the prompt removal :and replacernent .ofany 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 ::td 'the r:remoVel ,of unsatisfactorypersonnel 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). 62. Substantial Completion;: Punch List, & Final Completion The Work shall be .substantially complete when ::the Project Manager, in the reasonable exercise of his/her discretion determines that the Work is complete and there are no material and/or substantial .variations from° the Contract: Documents and the Work is -fit for its intended purpose. Upon Substantial .Completion, the "Project Manager and the Contractor shall sign the Substantial Completion inspection Form. The signing of this form shall not relieve the Contractor from its obligation to complete the Project. When the Contractor believes that the Work is substantially complete, the Contractor shall request in writing that the Project Manager or Consultant inspect the Work to determine if 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 a Temporary Certificate of Occupancy or any other approvals from agencies having jurisdiction over the Work. The Project Manager or Consultant shall schedule the date and time for any inspection and notify the Contractor and any other parties deemed , necessary. During this inspection, the Project Substantial Completion Inspection Form will be completed as necessary. Any remaining Construction Work shall be identified on this form and shall be known as Punch List Work. The Punch List shall be signed by the Project Manager and/or Consultant, and the Contractor confirming that the Punch List contains the item(s) necessary to complete the Work. The failure or refusal of the Contractor to sign the Project Substantial Completion Inspection Form or Punch List shall not relieve the Contractor from complying with the findings of the Project Substantial Completion Inspection and completing the Project to the satisfaction of the City. 52 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 Where the Punch List is limited to •minor omissions and defects, the ProjectManager-shall indicate that:: the Work is substantially complete subject to completion of :the Punch .List. Where -the Project Manager or Consultant determines, on the appropriate form that the Work is' not substantially ;complete the Project `Manager or Consultant shall :.provide a list of all open items 'necessary to achieve Substantial Completion. Upon completion 'of such Work, • the_ Contractor shall -request -another Substantial Completion inspection. *The 'Project Manager or Consultant, and the Contractor shall agree on the time reasonably required to- complete all remaining Work included in the Punch List. Upon the receipt of all documentation, resolution of any outstanding issues and issuance of final payment, the Project Manager or Consultant shall notify the Contractor in writing of the closeout of the Project. The City will prepare a Certificate of Substantial Completion in the form which shall establish the .Date of Substantial Completion. Once substantial completion is achieved the City shall be responsible for security, maintenance, heat, utilities, damage to the' Project site, and insurance; and shall list all Work yet to be completed to satisfy the requirements of the Contract Documents for Final Completion. The failure to include any items of corrective Work on such list does not alter the responsibility of Contractor to complete all of the Work in accordance with the Contract Documents. Warranties required by the Contract Documents shall commence on the date of Final Acceptance completion of the Work or designated portion thereof unless otherwise provided in the Contract Documents. 63. Acceptance and Final Payment Upon receipt of written notice from Contractor that the Work is ready for final inspection and acceptance, Project Manager and/or Consultant shall, within ten (10) calendar days, make an inspection thereof. If Project Manager and/or Consultant find the Work acceptable, the requisite documents have been submitted and the requirements of the Contract Documents fully satisfied, and all conditions of the permits and regulatory agencies have been met, a Final Certificate for Payment shall be issued by Project Manager, stating that the requirements of the Contract Documents have been performed and the Work is ready for acceptance under the terms and conditions thereof. Before issuance of the Final Certificate for Payment, Contractor shall deliver to the Project Manager or Consultant a final release of all liens arising out of the Contract Documents, receipts in full in lieu thereof; an affidavit certifying that all suppliers and Subcontractors have been paid in full and that all other indebtedness connected with the Work has been paid, and a consent of the surety to final payment; the final corrected as -built drawings; operations and maintenance data, and the final bill of materials, if required, and payment application. Contractor shall deliver 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. 53 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 64. NDPES Requirements 'Contractor shall comply with the State of .Florida rules and regulations for the .National Pollutant Dischar9emElimination 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 rinformation on :compliance requirements for NPDES...and SWPPP contact:theCity of -Miami Public: Works Department :at (305) •41.6=120p or visit the State of. Florida website at http://www:deb.state:ft.us/water/storrnwater/nbdes/. Contractor is responsible for obtaining, completing and paying for<any required NPDES application or, permits that may be required. 65. Force:Maijeure 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. 66. Extension of Time Any reference in this section to the Contractor shall be deemed to include suppliers, and permitted Sub -Contractors, whether or not in privities of contract with the Contractor for the purpose of this article. If the Contractor is delayed at any time during the progress of the Work beyond the Contract Time and/or Notice to Proceed (NTP) by the neglect or failure of the City or by a Force Majeure, then the Contract Time set forth in the Contract shall be extended by the City subject to the following conditions: • Thecause 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 of such cause cannot be avoided or mitigated by the exercise of all reasonable precautions, efforts and measures whether before or after the occurrence of the cause of delay. Note: A delay meeting all the conditions of the above, shall be deemed an Excusable Delay. The City 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. 54 Kennedy Park — Shoreline Stabilization B-3D541C Bid No: 11-12-045 The City reserves the right :to rescind or shorten any. .extension previously granted . if subsequently, the Project Manager determines that any information provided,:bythe 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,laterfound: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 after.'the time when' the• Contractor knows or should have known of any cause'for which it may claim an extension:of time and:shall: provide any actual or potential. basis 'for:an extension of time, identifying such .causes and describing, as `fully as practicable at that time, :the :nature and expected duration of the delay and . its : effect on the completion of that part :of -the Work identified in. the request. The Project Manager may require the Contractor to furnish such additional information or documentation, as the Project Manager shall reasonably deem necessary or helpful in .considering the:requested extension. The Contractor shall not be entitled to an extension of time unless the Contractor affirmatively demonstrates that it is entitled to such extension. The Project Manager shall endeavor to review and respond to the Contractor's request for Excusable Delays in a reasonable period of time; however, the Contractor shall be obligated to continue to perform the Work required regardless of whether the Project Manager has issued a decision or whether the Contractor agrees or disagrees with that decision. With regard to an injunction, strike or interference of public origin which may delay the Project, the Contractor shall promptly give the Project Manager a copy of the injunction or other orders and copies of the papers upon which the same shall have been granted. The City shall be afforded the right to intervene and become a party to any suit or proceeding in which any such injunction shall be obtained and move to dissolve the same or otherwise, as the City may deem proper. The permitting of the Contractor to proceed with the Work subsequent to the date specified in the Contract (as such date may have been extended by a change order), the making of any payment to the Contractor, the issuance of any Change Order, shall not waiver the City's rights under the Contract, including but not limited to the assessment of liquidated damages or declaring Contractor in default. 67. Notification of Claim Any claim for a change in the Contract Time or Contract Price shall be made by written notice by Contractor to the Project Manager and to Consultant within ten (10) business days of the commencement of the event giving rise to the claim and stating the general nature and cause of the claim. Thereafter, within twenty (20) calendar days of the termination of the event giving rise to the claim, written notice of the extent of the claim with supporting information and documentation shall be provided unless the Project Manager or Consultant allows an additional period of time to ascertain more accurate data in support of the claim and such notice shall be accompanied by Contractor's written notarized statement that the adjustment claimed is the entire adjustment to which the Contractor has reason to believe it is entitled as a result of the occurrence of said event. All claims for changes in the Contract Time or Contract Price shall be determined by the Project Manager or Consultant in accordance with Article 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. 55 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 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. 68. 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, Delays, 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. 69 Contractor's• Damages for Delay No claim for damagesor 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. Contractor shall not receive monetary compensation for City delay. Time extensions may be authorized by the City in certain situations. Contractor agrees to this section by submitting a bid response and shall have no recourse from this Section. 70. Excusable Delay. Non-Compensabie Excusable Delay is (i) caused by circumstances beyond the control of Contractor, its Subcontractors, suppliers and vendors, and is also caused by circumstances beyond the control of the City or Consultant, or (ii) is caused jointly or concurrently by Contractor or its Subcontractors, suppliers or vendors and by the City or Consultant. Then Contractor shall be entitled only to a time extension and no compensation for the delay. Contractor is entitled to a time extension of the Contract time for each day the Work is delayed due to Excusable Delay. Contractor shall document its claim for any time extension as provided in Article 69, Notification of Claim, hereof. Failure of Contractor to comply with Article 67, Notification of Claim hereof as to any particular event of delay shall be deemed conclusively to constitute a waiver, abandonment or relinquishment of any and all claims resulting from that particular event of delay. 56 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 71. 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. 72. 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 shallbear 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. 73. Acceptance of Defective or Non -Conforming Work The City, in its sole discretion, may elect in writing to accept defective or non -conforming Work instead of requiring its removal and correction. In such instances, a Change Order will be issued to reflect an appropriate reduction in the Contract sum, or, if the amount is determined after final payment, any difference in the amount shall be paid to the City by the Contractor. 74. Uncovering Finished Work The Project Manager's, Inspector's and/or Consultant's right to make inspections shall include the right to order the Contractor to uncover or take down portions of finished Work. The Project Manager /or Consultant shall notify- the Contractor in writing concerning all uncovered finished Work. Should the Work prove to be in accordance with the Contract Documents, the uncovering or taking down and the replacing and the restoration of the parts removed will be treated as Extra Work for the purpose of computing additional compensation and an extension .of time. Should the Work examined prove unsatisfactory, such uncovering, taking down, replacing and restoration shall be at the expense of the Contractor. Such expenses shall also include repayment to the City for any and all expenses or costs incurred by it, including employee salaries or related cost, in connection with such uncovering, taking down, replacing and restoration at the Project site. 57 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 :75. 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 ContractDocuments, ,whether observed before or after. Substantial :_Completion and whether or :not fabricated, .i.nStalled or completed. The Contractor shall::,bearall cost of.correcting Such rejected Work, including the .cost ofthe 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 ofthe Contract Documents or any defects in the Work, the Contractor will commenceand prosecute with -,due -diligence all Work necessary to fulfill th"e 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 evenLof 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 Cityshall 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. .76. Maintenance of Traffic and Public Streets Scope of Work The Contractor shall be responsible for the maintenance of public streets and traffic control necessary to perform the Work under the Contract Documents. The cost of traffic control shall be included in the Contractor's Bid. Regulations As used herein, any reference to Miami -Dade County, its departments, or its published regulations, permits and data, shall be synonymous and interchangeable with other recognized governing bodies over particular areas or streets, or their departments, published regulations (i.e., Manual of Uniform Traffic Control Devices (MUTCD), FDOT Roadway and Bridge Standard Index Drawing Book), permits or data. The Contractor shall abide by all applicable laws, regulations, and codes thereof pertaining to Maintenance of Traffic (MOT) on public streets, detour of traffic, traffic control and other provisions as may be required for this Project. Maintenance of Traffic (MOT) The Contractor shall be fully responsible for the MOT on public streets, detour of traffic (including furnishing and maintaining regulatory and informative signs along the detour route), traffic control, -and other provisions, throughout the Project, as required by the Manual of Uniform Traffic Control Devices (MUTCD), and FDOT Roadway and Bridge Standard Index drawing Book. Traffic shall be maintained according to corresponding typical traffic control details as outlined in the previous noted standards. No street shall be completely blocked, nor blocked more than one-half at any time, keeping the other one-half open for traffic, without specific approval. If required by the Project Manager or Consultant, Traffic Division or FDOT or as otherwise authorized by the Project Manager or Consultant, the Contractor shall make arrangements for the 58 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 employment of uniformed off-duty:policemen to maintain and regulate the-flovv oftraffic through the work area. The number of men required and the number of hours on duty necessaryfor the maintenance:.and regulation oftraffic flow shall be provided'.by the''City of'Miami.Police Department. The. Contractor shall provide all.barricades,with warning lights, necessaryarrow boards and signs, to warn:motorists ofthe Work throughout the Project: Adequate approved devices:shall be erected and maintained: by the Contractor to detour traffic: Excavated or other matenal::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 propertyduring=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 COntror Devices (MUTCD) and FDOT'Roadway and.Bridge Standards index drawing book. In addition, the Contractor shall. be. responsible forproviding'the`Consultant with MOT plans for lane closures and/or detours for approval. These: plans (sketches) shall . be produced, signed and sealed by a professional Engineer registered in:the"State of Florida, employed by the Contractor and certified under FDOT Procedure NPIL'No. 625-010-010. Where excavations are to be made in the vicinity of signalized intersections, attention is directed to the fact that vehicle loop detectors may have been embedded in the pavement. Verify these locations.by inspecting the site of the Work andby contacting the Sunshine State One -Call Center (1-800-432-4770), 48 hours prior to any excavation. Any loop detector which is damaged, whether shown on the Plans or not, shall be repaired or replaced to the satisfaction of the Miami Dade County Signs and Signal Division (Phone No. 305-592-3470). Where applicable, the Contractor shall notify the Traffic Division 24 hours in advance of the construction date or 48 hours in advance of construction within any signalized intersection. Temporary pavement will be required over all cuts in pavement areas, and also where traffic is to be routed over swale or median areas. When the temporary pavement for routing traffic is no longer necessary, it shall be removed and the swale or median areas restored to their previous condition. Pavement markings damaged during construction shall be remarked, as required by the Traffic Division. Maintenance of Traffic for Bypass Pumping The Contractor shall take appropriate steps to ensure that all temporary pumps, piping and hoses are protected from vehicular traffic and pedestrian traffic. Lane Closures Where construction of the Project shall involve lane closures public streets, the following shall apply: 59 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 Lane:closures require:a Lane Closure Permit, obtainedtwo weekspriorto planned construction, with:a minimum 48hour prior notice to local police.and emergency departments (some police jurisdictions- may require -considerably more notice). Lane closures of a one day.or Tess duration will generally not:be approved for major collector streets or for arterial streets during:the hours of 7am to 9am and 4pm to.6pm weekdays. '77. 'Location andDamage o Existinq`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 altlines•are:shown,:or that the ones indicated are in their` true location. It shall be the Contractor's responsibility 'to field verify underground and overheadutility lines or equipment` affecting or affected by the Project. No additionalpayment will be:made to the Contactor 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 tolhe 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 willbe 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 78. Stop Work Order The City may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the Work for a period of up to ninety (90) days (or any lesser period), commencing no sooner than the date the order is delivered to the Contractor, and for any further period to which the parties may agree. Any such order shall be specifically identified as a "Stop Work Order" issued pursuant to this paragraph. Within the period of ninety (90) days (or the lesser period specified) after a Stop Work Order is delivered to the Contractor, or within any extension to which the parties have agreed the City shall either: ▪ Cancel the Stop Work Order; or ▪ Terminate the Work covered by such order as provided in Article 87, Termination for Convenience. 60 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 If a''Stop ;Work -Order issued underthis 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 otherthan extending the time Substantial Completion to the extent that, in the opinion cif :the . Project Manger or. Consultant; `:the Contractor ma Y Y by p tvent .the Project Manger' or Consultant determines hat theasus e sionSof Wok wasnecessary due to Contractor's defective :or incorrect Work, unsafe Work conditions caused' by the Contractor or any ,otherreason causedby'Contractor's fault oromission, the Contractor shall not be entitled'to an extension of time=as.a result of the issuance of;a-Stop Work Order. 79. 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. 80. 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 final inspection and final acceptance of the portion of the Work occupied. Upon completion of final inspection and receipt of an application for final payment, Project Manager or Consultant shall issue a Certificate of Final Payment relative to the occupied area. 61 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045. If City -finds it necessary to .occupy or use a. portion or portions of :the .Work :prior to Substantial Completion thereof, .such occupancy or use shall not commence:prior to a time mutually agreed: upon by City and Contractor and to which the insurance company or companies providing the property insurance have .consented by endorsement to the . policy or policies. Insurance on :the unoccupied or . unused OortiOk. or portions .shall not :be canceledl;or lapsed on account of such., partial occupancy or. -use: Consent :of Contractor and of ..the insurance company or companies to such occupancy or use:shall-not.be unreasonably withheld. 81. 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), Contractorshall remove all its waste materials and rubbish from and about 'the Project(s) as well as its -tools, construction equipment, machinery andsurplus materials. If Contractor fails to clean up during the prosecution of the Work or at the completion of the Work, City may do so and the costthereof shall be charged to Contractor. If a dispute arises between Contractor and separate contractors .as to their responsibility for cleaning up, City may clean up and charge the cost thereof to .the contractors responsible therefore as the Project Manager and/or Consultant shall determine -to be just. All combustible waste materials shall •be removed from the Projects) at the end of each day. Cleaning operations should, be controlled to. limit dust and other particles adhering to existing surfaces. 82. 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. 83. Set -offs, Withholdinas, 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. 84, 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; • The Contractor has refused or failed, except in case for which an extension of time is provided, to supply properly skilled staff or provided sufficient quantities of staff to perform the Work; • The Contractor has failed to make prompt payment to Subcontractors or suppliers for any services or materials they have provided; 62 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 • The . Contractor 'has become insolvent or has assigned .the ,proceeds received -for the' benefit of the Contractor's creditors, or the:Contractor has -taken::advantage of any :nsolvency statute or debtor/creditor law or if the Contractor's affairs have been put in the hands .of a receiver;` • The Contractor, has failed to obtain the approval of the City where required by the Contract 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 Contractorin writing :that it .must, within the time frame set forth in the City's request, provide:adequate assurances and a plan of action to the City, in writing, of the Contractor's. ability to perform in:accordance with the terms of the Contract Documents. In :the event that the Contractor fails to provide to the City the requested:- assurances within the prescribed time frame, the City may: o Treat such failure as a repudiation of the -Contract and/or; o Resort to any remedy for breach provided herein or by law, including but not limited to, taking over the performance of the Work or any part thereof either by itself or through others. In the event the City may, at its sole discretion terminate the Contract for default, the City or its designated representatives may immediately take possession of all applicable documentation and data. • Where the City erroneously terminates the Contract or for default, the terminations shall be converted to a Termination for Convenience, and the Contractor shall have no further recourse of any nature for wrongful termination. 85. 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. 86. Termination for Default If Contractor fails to comply with any term or condition of the Contract Documents, or fails to perform any of its obligations hereunder, then Contractor shall be in default. Upon the occurrence of a default hereunder which is not cured within the time specified to cure the default if one has been granted by the City, the Director in addition to all remedies available to it by law, may immediately, upon written notice to Contractor, terminate this Contract whereupon any advances for which Work has not been performed, paid by the City to Contractor while Contractor was in default shall be immediately returned to the City. The Director may also suspend any payment or part thereof or order a Work stoppage until such time as the issues concerning compliance are resolved. Contractor understands and agrees that termination of this Contract under this Article shall not release Contractor from any obligation accruing prior to the effective date of termination. A finding of default and subsequent termination for cause may include, without limitation, any of the following: 63 Kennedy Park— Shoreline Stabilization B-30541C Bid No: 11-12-045 Contractor fails to obtain the insurance or bonding herein required: bythe Contract. Contractor fails to comply with any of its duties under the Contract :Documents, with any `'terms or conditions .set forth in this Contract, beyond any specified period allowed to:cure:such default. Contractor fails .:to commence the Work .within.the timeframes :provided or •conterriplated'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 hassatisfied itsobligations under the Contract Documents the Cityis: granted:by the': Contractor` full use of the Work and any Work Product in connection with the City's completion and occupancy of the Project. Where it has been determined that the Contractor has been erroneously -terminated under this Article, such termination shall be deemedto 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. 87. Remedies in the Event of Termination for Default If a Termination for Default occurs, the Contractor and the bond provider, if applicable) shall be notified of the effective date of the termination and shall be liable for all damages resulting from the default, including but not limited to re -procurement costs and other direct damages The Contractor shall stop Work as of the date of notification of the termination and immediately remove all labor, equipment and materials (not owned or paid for by the City) from the Work Site. The City assumes no liability for the Contractor's failure to remove such items from the Project(s) site(s) as required. The Contractor shall also remain liable for any liabilities and claims related to the Contractor's default. As an alternative to termination, the City may bring suit or proceedings for specific performance or for an inj unction 88. 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; 64 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 Take no action that shall increase the amounts payable by the City under the Contract Documents; and ,i • Take reasonable measures to mitigate the City's liability. under the Contract Documents. All .:charts, sketches, studies, drawings, reports •and other documents, including electronic documents, related to Work authorized under the Contract, whether finished or not, must .be turned over °to the City. Failure -to timely deliverthe documentation shall be cause to withhold any payments due without recourse by. Contractor until all documentation is delivered to the City. In theevent 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. 89. 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. 65 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 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-withinfive (5) calendar days to :the .Director. Failure:to submit=such appeal ofthe-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 writtenfinding. Contractor must submit any further appeal in writing within five (5) calendar days to the City Manager. Failure to submit such appeal of the written finding shall constitute acceptance of the finding- by the Contractor. Appeal to the City Manager for his/her resolution, is required prior to Contractor being entitled to seek judicial relief `in connection therewith. Should the amount of compensation hereunder exceed $100,000, the.City Manager's decision shall be approved or disapproved by the City Commission. Contractor shall not be entitled to seek judicial relief unless: (i) it has first received City Manager's written decision, approved by the City Commission if applicable, or (ii) a period of sixty (60) days has expired after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation, or a period of (90) days has expired where City Manager's decision is subject to City Commission for approval; or (iii) City has waived compliance with the procedure set forth in this Article by written instrument(s) signed by the City Manager. In the event the determination of a dispute under this Article is unacceptable to either party hereto, the party objecting to the determination must notify the other party in writing within fourteen (14) calendar days of receipt of the written determination. The notice must state the basis of the objection and must be accompanied by a statement that any Contract price or Contract time adjustment claimed is the entire adjustment to which the objecting party has reason to believe it is entitled to as a result of the determination. Within sixty (60) calendar days after Final Completion of the Work, the parties shall participate in mediation to address all objections to any determinations hereunder and to attempt to prevent litigation. The mediator shall be mutually agreed upon by the parties. Should any objection not be resolved in mediation, the parties retain all their legal rights and remedies provided under State law. A party objecting to a determination specifically waives all of its rights provided hereunder, including its rights and remedies under State law; if said party fails to comply in strict accordance with the requirements of this Article. 66 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 90. 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 partes'tolhis 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: Theontractor agrees tosinclude 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 demand a jurytrial :or to file perrnissive counterclaims in any action arising under this Contract. 91. City'May Avail itself of All Remedies The City may avail itself of each and every remedy herein specifically given toit 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. 92. Permits, Licenses and Impact Fees All applicable permit fees, including those assessed by the City, are the responsibility of the Contractor. That also includes any other permit fees not directly related to the actual construction of the Project(s), including but not limited to, licenses, permits and fees, such as Permits for dumpsters, job trailers, etc., which may be required by Miami -Dade County, the State of Florida, or other governmental entities, except as otherwise provided within the Contract Documents. All permits and licenses required by federal, state or local laws, rules and regulations necessary for the prosecution of the Work undertaken by Contractor pursuant to the Contract Documents shall be secured and paid for by Contractor. It is Contractor's responsibility to have and maintain appropriate Certificate(s) of Competency, valid for the Work to be performed and valid for the jurisdiction in which the Work is to be performed for all persons working on the Project(s) for whom a Certificate of. Competency is required. 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 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. This amount is to be utilized strictly for the Contractor's Permit Fees reimbursements. Any moneys left from this allowance account will in no event be utilized for other purposes. 67 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 Permit Fees reimbursement to Contractor .shall be for the actual amount and in no event shall include profit or overhead of Contractor. Permit fees related to the Contractor's operations (e.g. permits for dumpsters, job trailers, etc.).are not reimbursable. 93. Compliancewith Applicable:Laws The Contractor shall comply with the most recent editions'.and requirements of all applicable laws, regulations; and 'building and construction codes of the Federal government, the State of Florida, the`County, and .the City. • The attention of the Contractor is directed to the requirements of the Florida Building Code and the Codes of Miami -Dade County and the City of Miami, Florida, governing the qualifications for Contractor and Sub -Contractor doing business anywhere in the City; and any public agency having jurisdiction over the project. 94. Independent Contractor The Contractor is engaged as. an independent business and agrees to perform Work as an independent contractor. In accordance with the status of an independent contractor, the Contractor covenants and agrees that the Contractor will conduct business in a 'manner consistent with that status, that the Contractor will not claim to be an officer or employee of the City for any right or privilege applicable to an officer or employee of the City, including, but not limited to: worker's compensation coverage; . unemployment insurance benefits; social security coverage; retirement membership, or credit. The Contractor's staff shall not be employees of the City, and the Contractor alone shall be responsible for their Work, the direction thereof, .and their compensation and benefits of any kind. Nothing in the Contract shall impose any liability or duty on the City on account of the Contractor's acts, omissions, liabilities or obligations of those of any person, firm, company, agency association, corporation, or organization engaged by the Contractor as a subcontractor, expert, consultant, independent contractors, specialist, trainee, employee, servant or agent or for taxes of any nature, including, but not limited to: unemployment insurance; worker's compensation and anti -discrimination, or workplace legislation of any kind. The Contractor hereby agrees to indemnify and hold harmless the City against any such liabilities, even if they arise from actions directed or taken by the City. 95. Third Party Beneficiaries Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract. 96. 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. 68 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 Any transference without City approval shall be cause for the City to nullify this .Contract. Any assignment without the City's consent shall benull 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 .a,s§ighrnentf assumption agreement in;:a.:form•satisfactoryto`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 tothe 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. 97. `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. 98. SeverabilitV 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. 99. Applicable Law and Venue of Litigation This Contract shall be enforceable in Miami -Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami -Dade County, Florida. 100. Amendments No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the City Manager, Director or designee. 69 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 101. Entire Agreement The Contract. Documents, as they may be amended from time to time, represent the entire and integrated Contract between the City and the Contractor and supersede all prior negotiations, representations or agreements, written or oral. This Contract may not be amended, changed, modified, or otherwise altered in any respect, at any time after the execution hereof, except by a written document executed with the same formality and equal dignity herewith. Waiver by either party of a breach of any provision of the Contract Documents shall not be deemed to be a waiver of any other breach of any provision of the Contract Documents. 102. Nondiscrimination, Equal Employment Opportunity, and Americans with Disabilities Act Contractor shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. Contractor shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, Contractor shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Contractor's decisions regarding the delivery of services under the Contract Documents shall be made without regard to or consideration of race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used as a basis for service delivery. 103 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. 104. Commodities Manufactured, Grown, or Produced in the City of Miami, Miami - Dade County and the State of Florida Whenever two or more competitive sealed bids are received, one or more of which relates to commodities manufactured, grown, or produced within the City of Miami, Miami -Dade County and the State of Florida, and whenever all things stated in such received bids are equal with respect to price, quality, and service, the commodities manufactured, grown, or produced within the City of Miami, Miami -Dade County and the State of Florida shall be given preference. 105. 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. 106. Continuation of the Work Any Work that commences prior to and will extend beyond the expiration date of the current contract period shall, unless terminated by mutual written agreement between the City and the involved contractor, continue until completion at the same prices, terms and conditions. 70 Kennedy Park — Shoreline Stabilization B-30541 a Bid No: 11-12-045,. 107. Review of Records City shall have the right to inspect and copy, at City's expense, the books and records and accounts of Contractor which relate in any way to the Project(s), and to any claim for additional compensation made by Contractor, and to conduct an audit of the financial and accounting records of Contractor which relate to a Project(s) and to any claim for additional compensation made by Contractor including but not limited to all payroll records, invoices for materials, and books of accounts. Such records shall conform to Generally Accepted Accounting Principles requirements (GAAP), and shall only address those transactions related to the Contract. Records subject to the provisions of Public Record Law, Florida Statutes Chapter 119, shall be kept in accordance with such statute. Otherwise Contractor shall retain and make available to City all such books and records and accounts, financial or otherwise, which relate to the Project(s) and to any claim for a period of five (5) years following Final Completion of the Project(s). The Contractor agrees to ,maintain an accounting system that provides for accounting records that are supported with adequate documentation and adequate procedures for determining allowable costs. Contractors shall develop the proper forms and reports acceptable to the City for the administration and management of the Contract Documents. 108. 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. 109. 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 110. Consent of City Required for Subletting or Assignment If the Contractor assigns, transfers, sublets, pledges, sells, encumbers or otherwise disposes of the Contract or its right, title or interest in or to the same or any part thereof without the previous consent in writing of the City, such action shall be an Event of Default. Nothing herein shall either restrict the right of the Contractor to assign monies due to, or to become due or be construed to hinder, prevent or affect any assignment by the Contractor for the benefit of its creditors, made pursuant to applicable law. 71 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 111. Agreement Limiting Time in Which to Bring Action Against -the City In the event the Contractor may be deemed to have a cause of action against the City, no action shall lie or be maintained by the Contractor against the City upon any claim arising out of or based upon the Contract Documents by reason of any act or omission or requirement of the City or its agents, unless such action shall be commenced within six (6) months after the date of issuance of a final payment under the Contract, or if final payment has not been issued within six (6) months of substantial completion of the Work or upon any claim relating to monies required to be retained for any period after the issuance of the said certificate, unless such action is commenced within six (6) months after such monies become due and payable under the terms of the Contract Documents, or if the Contract is terminated or declared abandoned under the provisions of the Contract unless such action is commenced within six (6) months after the date of such termination or declaration of abandonment by the City. 112. 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. ' 113. Contingency Clause Funding for this Contract is contingent on the availability of funds and continued authorization for program activities and the Contract is subject to amendment or termination due to lack of funds, failure to allocate or budget sufficient funds, reduction of funds and/or change in applicable laws, codes regulations, upon thirty (30) days notice in the same manner as a Termination for Convenience under § 90 herein. The Contractor shall have no recourse against the City for a termination under this Section except as provided § 90. 114. 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. 115. 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. 72 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 116. Non -Exclusivity It is the intent of the City to enter into a Contract with all successful Bidders that will satisfy its needs as described herein. However, the City reserves the right, as deemed in its best interest, to perform, or cause to be performed, the Work and services, or any portion thereof, herein described in any manner it sees fit, including but not limited to: award of other contracts, use of any contractor, or perform the Work with its own employees. 117. Nature of the Agreement The Contractor shall provide the services set forth in the Contract Documents. The Contractor shall provide full and prompt cooperation with the City in all aspects of the Work to be performed. The Contractor acknowledges that the Contract Documents require the performance of all things necessary for or incidental to the effective management and performance of a Project(s). All things not expressly mentioned in the Contract Documents, but necessary to carrying out its intent are required by the Contract Documents, and the Contractor shall perform the same as though they were specifically mentioned, described and delineated. The Contractor shall fumish 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. 118. 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. 119. Applicable Law and Venue of Litigation (Attorneys Fees) In any litigation or action between the parties related to or arising by virtue of this contract, each party shall bear its own attorneys fees. 120. Survival The parties acknowledge that any of the obligations in the Contract Documents will survive the term, termination and cancellation hereof. Accordingly, the respective obligations of the Contractor and the City under the Contract, which by nature would continue beyond the termination, cancellation or expiration thereof, shall survive termination, cancellation or expiration thereof. 121. Additional Terms and Conditions No additional terms and conditions included with the solicitation response shall be evaluated or considered, and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this solicitation. If submitted either purposely, through intent or design, or inadvertently, appearing separately in transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed that the General and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the bidder's/proposer's authorized signature affixed to the bidder's/proposer's acknowledgment form attests to this. 73 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 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 90 calendar days to achieve Substantial Completion from the date of the Notice to Proceed is issued. Contractor shall have an additional 30 calendar days for Final Completion of the Contract. Work shall be performed in accordance with Code (Ord. No. 12959) of the City of Miami. 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. The project hours are 8:00 am — 5:00 pm Monday thru Saturday. 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 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. 74 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 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 Toss 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 Three Hundred Eighty Eight Dollars ($388.00) 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 One Hundred Ninety Four Dollars ($194.00) 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. 5. Schedule of Values The Contractor must submit three copies of a Schedule of Values, which must be submitted within ten (10) calendar days of the issuance of the Notice to Proceed. The Schedule of Values shall indicate a complete breakdown of labor and material of all categories of Work on the Project. Contractor's overhead and profit should be as'separate line items. Each line item shall be identified with the number and title of the major specification section or major components of the items. The Project Manager or Consultant may require further breakdown after review of the Contractor's submittal The City reserves the right to require such information from the Contractor as may be necessary to determine the accuracy of the Schedule of Values. The combined total value for mobilization under the Schedules of Values shall not exceed 5% of the value of the Contract. The approved schedule of values shall be updated through the submittal of the City's Contractor Payment Application Form. 75 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 S 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 to Proceed 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 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 Sub consultant 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 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) Percentage of completion for each item as .of the date the schedule was prepared. 8) Dates for Contractor's submittals. 9) Dates for any required City -furnished materials or equipment. 10) Dates accepted submittals will be required from the City. 76 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 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 aninterest therein or an encumbrance thereon is retained by the seller or otherwise imposed by the Contractor or such other person. The Contractor shall, beginning with the second request for payment, attach a Partial Release of Lien/Subcontractor's Statement of Satisfaction for each application for payment. Failure to submit such documentation may delay payments. The City may, in its sole discretion withhold payments for Work performed by Subcontractor where no release of lien has been submitted. The Contractor shall submit with the final payment request, for any Project(s) where subcontractors have performed Work, a Final Release of Lien/Subcontractor's Statement of Satisfaction for each Subcontractor marked as a final. Failure to submit such documentation will result in delay in payment or the City withholding from the final payment such funds as necessary to satisfy any Subcontractor claims. Where the Contractor has submitted a Performance/Payment Bond the Contractor may, in lieu of the Release of Lien/Subcontractor's Statement of Satisfaction, submit 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. 77 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 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. Requestfor 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 toperform 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 men'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. 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. 78 Kennedy Park — Shoreline Stabilization B-30541 C : Bid No: 11-12-045 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, all changes, fees, costs, or other impositions for utilities, including, without limitation, electric, water, sewer, telecommunications and other utilities of whatever nature arising from the Project orthe Work as.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. 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. 13. 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. The City shall provide the Contractor the wording and layout for the signs at the pre - construction conference. The Contractor shall furnish the two City signs at the Project(s) Site(s) as follows: • The first sign must be manufactured by Image 2000, 45 East 9th Court, Hialeah, Florida (305) 884-2240 or approved. equal. The sign shall be 4 feet wide and 8 feet • high and constructed of pressure sensitive 2 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. 79 Kennedy Park— Shoreline.Stabilization B-30541C Bid No: 11-12-045 • The second sign shall reflect other funding sources for the Project and shall reflect the Project information. The sign shall be 4 feet wide by 8 feet high by 3/4 inch (thick) exterior plywood, suitably mounted and readable at eye level. The colors shall be blue and white. The background shall be white and all lettering shall be blue Helvetica. All paint shall be rated outdoor enamel. The City will provide the City Seal in decal form. • The Contractor shall also post appropriate construction site warning signs at the Work Site. Such signs shall be posted to warn pedestrian and vehicle traffic. Signage shall also be placed waterside to alert boater to the construction zone, requiring idle speed and a-minimumclearance 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. 14. 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 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 tp hold all print pictures. 15. City Furnished Property Where noted by the Contract Documents or as directed by the Project Manager the Contractor may be required to preserve all signage, street signs, parking meters, benches, traffic control signs, etc, and shall reinstall or provide them to the City as directed. 80 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 SECTION 4 BID FORMS Submitted: 16 September 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 fumish 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: 11-12-045 Title: KENNEDY PARK— SHORELINE STABILIZATION B-30541C 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 correctedby 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. 81 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 BID FORM (Page_2 of 8) Note: Bidders are bidding on a : total lump sum basis for the purpose of determining the lowest responsive and responsible bidder. Where there is a discrepancy between the numerical and written -Bid Amount; thewritten:Bid .Amount will prevail. City Form SU mustbe submitted with your bid. The SU Form can be found posted on the webpage with the bid documents. Our Lump Sum .Bid includes the total cost for the Work specified in this solicitation, consisting of furnishing all materials, labor, equipment, permits, supervision, mobilization, transportation, and includes all overhead & profit required in accordance with the Bid Specifications. Bid Item 1: Lump Sum Base Bid includes the total cost for the Work specified in this solicitation, consisting of demolitions, asbestos abatement, total lead -based paint abatement for interior and exterior surfaces, utility offsite improvements and site lighting, furnishing all materials, labor, equipment, supervision, mobilization, transportation, and includes all overhead & profit required, in accordance with the Bid. Specifications. Lump Sum Base Bid Price: $ 116,000.00 (LUMP SUM) *Allowance for Permit Fees : $ 3.000 Costs are for actual permits only (LUMP SUM) TOTAL LUMP SUM BID AMOUNT: $ 119.000.00 (BID TOTAL) One Hundred Nineteen' Thousand XX/100 Dollars Total Lump Sum Bid Written Amount *This amount is to be utilized strictly for the Contractor's Permit Fees reimbursements. Any monies remaining from this allowance account will in no event be utilized for other purposes. 82 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 BID FORM (Page 3 of 8) DIRECTIONS: COMPLETE PART I OR PART I1, WHICHEVER APPLIES, AND PARTS III AND IV (If applicable) Part 1: Listed below are the dates of issue for each Addendum received in connection with this Bid: Addendum No. 1, Dated 28 August 2012 Addendum No. 2, Dated 10 September 2012 Addendum No. 3, Dated 12 September 2012 Addendum No. 4, Dated Part II: No addendum was received in connection with this Bid. Part Ill; 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. 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 3 Drug Free Workplace The undersigned Bidder hereby certifies that it will provide a drug -free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the Bidder's workplace, and specifying the actions that will be taken against employees for, violations of such prohibition; (2) Establishing a continuing drug -free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a drug -free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; 83 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 CITY OF MIAMI Capital improvements Program BID NO: 11-12-045 KENNEDY PARK - SHORELINE STABILIZATION CIP PROJECT NO: B-30541C ADDENDUM NO. 1 August 28, 2012 TO: ALL PROSPECTIVE BIDDERS The following changes, revisions, additions, clarifications, and deletions amend the above - captioned Bid/Contract documents, and shall become an integral part of the invitation to Bid responses and the subsequent Contract. Please note the contents herein and affix same to the documents you have on hand. RE -SCHEDULE MANDATORY PRE -BID CONFERENCE: Due to Tropical Storm Isaac, the City of Miami was closed on Monday, August 27, 2012 the original date of the MANDATORY Pre -Bid Conference for this Bid. Therefore, we are re- scheduling this MANDATORY conference as follows: THURSDAY - August 30, 2012 AT 10:00 AM City Hall.- Staff Room 3500 Pan American Drive Miami, FL 33133 MANDATORY site visit immediately to follow. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTACT DOCUMENTS AND SHALL BE MADE A PART THEREOF. Jeo n odrigue ., Assista ' Dire• tor C tal proveme P ogram This Addendum should be signed and dated by the Bidder and sub the submission of bids. The Bidder by identifying the Addendum and by signing and submission of their bid shall serve as proof of re NAME OF FIRM: SIGNATURE: DATE: c., Kennedy Park -- Shoreline Stabilization B-30541 C Bid No: 11-12-045 CITY OF::MIAMI Capital Improvements Program BID NO: 11-12-045 KENNEDY PARK— SHORELINE STABILIZATION CIP PROJECT NO: B-30541C ADDENDUM NO. 2 September 10, 2012 TO: ALL PROSPECTIVE BIDDERS The following changes, revisions, additions, clarifications, and deletions amend the above - captioned Bid/Contract documents, and shall become an integral part of the Invitation to Bid responses and the subsequent Contract. Please note the contents herein and affix same to the documents you have on hand. Request for Information Q1, Can a general contractor that attended the mandatory pre -bid meeting form a joint venture with a company that meets the tree cutting requirements and submit a bid? Al. Each respective Joint Venture firm must meet the "Minimum Requirements." However, only one of the firms must hold at least one of the required licenses as listed in the "Minimum Requirements." Q2. Do both joint venture partners have to attend the mandatory pre -bid meeting? A2. The firm holding the qualifying license would have to have attended the mandatory pre -bid conference as well as the mandatory site visit. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE ONTR, T D S CUMENTS AND SHALL BE MADE A PART THEREOF. Jeoa�ry , odi•iguez, P Cap; I roveme A •silt m t Direct This Addendum should be signed and dated by the Bidder and sub ltt d as proo of .receip the submission of bids. The Bidder by identifying the Addendum u ber in th-ir Bid pr and by signing and submission of their bid shall serve as proof of re dendum NAME OF FIRM: SIGNATURE: DATE: r with osal v'ocn Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 CITY OFIM1AMI Capital Improvements Program BID NO: 11.-12�045 KENNEDY PARK - SHORELINE STABILIZATION CIP PROJECT NO: B-30541C ADDENDUM No. 3 September 12, 2012 TO: ALL PROSPECTIVE BIDDERS The following changes, revisions, additions, clarifications; and deletions amend the above - captioned Bid/Contract documents, and shall become an integral part of the invitation to Bid responses and the subsequent Contract. Please note the contents herein and affix same to the documents you have on hand. Request for Information Q1. The Invitation to Bid refers to the installation of stone rip -rap. However, there is no mention of stone rip -rap in the construction plans or in the Class 1 permit; is there - stone rip -rap installation required on this project. AI. No new rip -rap is proposed on the plans. Sheet. CM-5 states' that the contractor is to remove any loose rocks from the existing rip -rap and provide a smooth surface for planting. Q2. The scope of work includes the trimming/windowing of mangroves, however the construction plans and the Class 1 permit prohibit the trimming of any mangroves; can you please clarify A2. No trimming and/or windowing of mangroves are allowed. The plans state that all planting and grading shall begin a minimum of 2' landward of the existing mangrove and/or buttonwood root system. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE C SHALL BE MADE A PART THEREOF. Jeovan Capit-. Im• NTRA DOCUMENTS AND 4 r. Re 0 nguez, vement P Assista ram This Addendum should be signed and dated by the Bidder and submit ed a • proof the submission of bids. The Bidder by identifying the Addendum n rubein th and by signing and submission of their bid shall serve as proof of rece pt .f this A NAME OF FIRM: SIGNATURE: DATE: Dir ctor f rec ipt with r Bid •roposal end'm. Ay' �-, o�,.-.,r✓ -�r� (7--r, -�� Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 BIDFORM (Page 4 of 8) (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, 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. Lobbyina 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 "All" sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. 84 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 BID FORM(Page 5 of 8) This certification is.a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of -this-certification is a pre -requisite :for making or entering into this transaction .imposed by Section-1352, Title 31, U.S. Code: Any person, who fails -to file the required,; certification shall.be subject toa civil penalty of not Tess than$10 000 and not more than $100,000"for each such failure; and *Note: Inthese instances, "Ali" 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 thisproposal been convicted of or had a civil judgmentrendered.. againstthem 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. 85 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 BID FORM (Page 6 of 8) The Bidder further identifies the costs and methods summarized below: Quantity Unit Description Unit Price Price, Extended . Method Trench Box or as needed LF TBD $35.00 TBD TBD Total $ TBD Attached is a Bid Bond [X], Cash [ ], Money Treasurer's Check Bank of r [ ], Unconditional/Irrevocable Letter of Credit [ ], Bank Draft [ ], ashier's Check [ ], or Certified Check [ ] No. for the sum of The Bidderr shal ac}mbwledge and completing he aces p VI Firm's Name: Adventur- nvi Signature: Dollars ($ ). is id and certif es to the above stated in Part 111 and IV by signing e� belo on nerrtal n Printed NamelTitl-. Christopher L. Colarusso. City/State/Zip: Miami, FL 33176 Telephone No.: (305) 254-8887 Facsimile No.: (305) 252-5962 E-Mail Address: adventure(c�aei.com Social Security No. or Federal Dun and I.D. No.: 65-0768539 Bradstreet No.: 120292219 (if applicable) If a partnership, names and addresses of partners: N/A 86 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 BID FORM (Page 7 of.8) CERTIFICATE OF AUTHORITY (IF CORPORATION) I HEREBY CERTIFY that at a meeting of the Board of Directors of Adventure Environmental Inc. , a corporation organized and existing under the laws of the State of Florida ,`°held on the \4f` day of % 0 , , a resolution was duly -passed and adopted authorizing (Name) Christopher L. Colarusso as (Title) President of the corporation to execute bids on behalf of the corporation and providing that his/her execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNES1E, I have hereunto set my hand this \. Secretary: Print: day of stet-. , 201 4- . CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws of the State of , held on the _day of , a resolution was duly passed and adopted authorizing (Name) as (Title) of the to execute bids on behalf of the partnership and provides that his/her execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 Partner: Print: CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this Bid is authorized to sign Bid documents on behalf of the joint venture. If there is no joint venture agreement each member of the joint venture must sign the Bid and submit the appropriate Certificate of Authority (corporate, partnership, or individual). 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 this attestation is attached, IN WITNESS WHEREOF, 1 have hereunto set my hand this , day of , 20 Signed: Print: 87 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 @ID FORM (Page 8 of 8) NOTARIZATION STATE OF SS: COUNTY OF%IA The foregoing instrument was acknowledged befo - e thls day of Sr', , by Chi-C-ir (Atn-4 0— -- , who i personally kno to me or who has produced as identification and w . • id / did not) take an oath. SIG STA TURE F NOTAR P E OF •RIDA owe LIC ?ede„ Notary Public State of Florida �+. J GregoryTolpin 4c My Commission EE 210634 PRINTED, `Ml► • �.Wila iar NAME OF NOTA' ' U: L 88 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 Blb BOND FORM (Page 1 of State of Florida County of Dade City -of Miami ) ) SS SECTION 5— ATTACHMENTS ADVENTURE KNOWN ALL PERSONS BY THESE PRESENTS, that ENVIRONMENTAL, INC BS Principal, THE OHIO CASUALTY INSURANCE COMPANY as Strety, are held and firmly bound unto The City of Miami, in the penal sum ofFivE PERCENT OF THE AMOUNT BID Dollars ($ 5% ) lawful money of the United_States, for the payment of ,which sum: virall and truly to be made, we bind ourselves, oUr beirS, executors, administrators' and suoceasors, jointly and severally, firmly by these presents: THE CQN4ITICN OF THIS. OBIAQATION IS S.UQH;, that: whereas the Prindipel has subrtiitted the at porripanying Bid, dated Sepierriberf7 : . , .0-12 for: KENNM,YPARIC. SHORELINE STApy..:IZATION :BID No: 11.12,4)45 pflt:m.p.CT N c?..S-30541,O NOW THEREFORE: (a) if the:principal shall ribt withdtavv said Bid within One hOndred twenty (120). days:after date of 'opening the same; and shall Within ten (10) days .after the prescribed fbrrna. are presented to him for signature; enter into a written contract with the 'city, in .a000rdanae with the bid, as accepted, and igiVe: bond :with good and sufficient Surety or Sureties, as my be required, far the faithilPerforrnance and proper fulfilinient Of such contract or, (b) in the event -of the withdrawal of sold Bid within the perioci specified, or the failure to enter into such -contract and give such bond within the time speditiad, ifs 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 fanner, then the above obligation shall be void and of no effedt, 'Otherwise to remainin fUllforhe:and .89 Kennedy Park.- 811(u-dins Otabllization I3-30841C Bid No; ,11-127045 1310 BOND.FORM (Page 2 of 3) IN WITNESS VVHEREOF, theabove bound parties have executed this instalment under -their several.:seals, this 17th day of SEPTEMBER , A. D., 2012 , the name and corporate seal of each party being. hereto affixed and these presents duly signed by its undersigned representative, pursuantto authority of its governing body. WITNESS: (If Sole Ownership, RINCIP Partnership, or Joint Ventura two (2) lanes sarehrequired. If Co r ratio , ecretary only an NTAL, INC.. Affix Seal (.jafure:ofth.orized officer) •fv.S c.A-Nrsiir6sc,_rt .(Titie) 1293 SW.:-.87th AVE pi:IS-mess 4doir-esS) MAK FL 33176 City.Ste. Zip SURETY; THE OHIO CASUALTY INSURANCE COMFANY. . (Corporate Surety) Alf* SUrety otary ( ignature ofAilthOritettQffiOer DM...MATSON III, Attorney,in-Fact (Title) 1051 WINCERLEY. PLACE, STE 105 ° (Eusine.ssAddress) MAlTLANQ, FL 32751 City • State • Zip 90 Kennedy Park — Shoreline Stabilization B-305410 Bid No: 11-12-045 BID BOND FORM (Page 3 of 3) CERTIFICATE AS TO CORPORATE PRINCIPAL ) certify that 1 'am the Secretary Of the Corporation SJ nied as Principal in the within bond; that fhb,— &Jelin/551J (),Nvs of said corp o ; that 1 know his signature, and the signature hereto isigenuine; and that said bond s ulY signed, sealedand attested for and in behalf trf said corporation by authority of its goV g b y. (Corporate Seal) STATE OF FLORIDA') COON-TY pF DADE ) SS city.pF 141AMJ Before Me a •Notary .Public. duly ,cdriirnitSiOnerl, and qua1ffied personally appeared DWMATSON III to me well known, who being by (net -list doiy swom upon oath, says that he he is. the attomey-in-fact, for the OHIO. CASUALTY INSURANCE COMPANY and at h she has been authorized by 1 _ITS PRFSIDPNT to execute the foregoi bond on behalf of the Qontrector named therein in favor Of The City ofMiami, Florida. Subscribed and SWorn before:methis :17th day SEPTEMBER A: D.:, 20 12 7 INSTRUCTIONS: Bid. Bonds must be acQompopiad.by 4 Power &Attorney, in -compliance: With Insotions-1oli.3idders N�tars ubflc, Ithte F1ori f 1,x11-i6:04.4 My:Commission Expires:- APRIL 19, 2016 .+01,t1.,11;14et., PAWN A. 1.1,, MY COMMISSION t a 191199 EXPIRE.S. April 1.2, 20.1 as.n00.114034*.1*.IPeryiqgp 91 Kennedy park—' Shoreline pt011ization B-30M1C BidNo: 11 z12-04,5 ';:THIS POWER DF ATTOR.NEY IS - is/ O.T:VALID UNLESS IT IS PRINTED ON RED CERTIFJED COPY OF POWER OF ATTORNEY • TIT; OHIO CASUALTY INSURANCE COMPANY WTST.AMEBICAN INSURATCE. COMPANY ......... - . . : :.• .Noy Q3 777. ..: • Know All Men by • These Presents: That TIIL OHIO CASUALTY INSURANCE COMPANY; an Ohio Corporation, and WEST• AMER[CAN INSURANCE COMPANY, an . Indiana Corporation, pursuant .to the • authority granted :by Article • III, Section 9 of" • the Code of Regulations. and By=Laws ofThe Ohio Casualty ltisurance.Companyand West American.Tnsurance Company, do: hcrcby.nomtnatei constitute and appoint:-John.W Charlton,or D W. Matson,11I1 of Coral Gatiles, Florida its true and lawful agent (SY and attomey (sy-in fact to. make, execute .seal' and •deliver for and..on_its:behalf as surety and as its act: and,::ileed.any and all BONDS, UNDERTAKINOS and RECOGNIZANCES not exceeding' in am' single =iti5tance TWhNTY rY1ILLION (S�0,000,000 0t1) DOLLARS :excluding however ,any bopd(s) • Orr:undertaling(s) guaranteeing the payment of notes and interest thereon ••= And the execution of such bondtor undertakings in pursuance ofthese presents shall be a5 binding upoti_said Compariies;:asfully and. amply, to all• miens and purposes as tfthey had been:dulyexecuted'and �acknotivledgc,dby the regularly elected officers of•the.Companies'nt their administrative. offices in Fairfield Ohio, in theirowh proper ticrsons :`'_:': r = The authority granted, hereundersupersede!anyprevtot authorityheretoforegranted:the:;abovenamed::attomey(s)-in. fact in WITNESS •WFIERLOF; ,the undersigned officer of the iiit:Ube Ohio Casualtylnsurang'..Company?-arid West American Insurance-. Company has. • hereunto subscribed fits name andaf btedlhe Cprporate Seal ofeaoh CompanythtsSth day of Septcmbec, ZOa 0 J _ .,._. ' ,:- .: ; _ - .. :_ --•' :Timothy D`Emco tSssistant•Secretary`: Qn this:8th day orSeptem ber 2010 before thesubscriberit. NotaryPublic-ofthe Sttite•of Ohio ;in and.for•the County ofButicr duly commissioned and :qualified came.J Timothy D'Ernca Assistanf Secretary bf THE OHIO CASUALT INSURANCE COMPANY• and WEST A-MERICAN INSURANCE COMPANX to me.personally known to be:the !individual and officer described in and who executhp ted e receding instrument; and he acknowledged the; executionnf the same and' being by merduly swom-deposes and saysthat he is`the officer-ofthe Companies'aforesaid,, and xhatthe ' , seals. affixed•to tlic preceding instrument are the Corporate Seals of -said •Companies and the said Corporate Seals and his signature as :officer were duly affixedand.subscnbedLothe-said:instntment.bylhe authority'and direction oftlie-said Corporations :.IN.TESTIMONYWHEREOFIhavehereuntosetmyhand• andaf xedmyOfficial;SealattheCityofHamiltort StateofOhio,_tnedayandyearfirst :' above Written _ 1 -:. taiyPubitcm andforC-ountyofButler State -of Ohio Iv1}r Commission expires Aueust.l7, 2013.': f >' This power of attomey is=granted under and by: authority of Ari'icic'Th Section 9 oftlie Code of Rcgulahons and ,By Laws of The Ohio:.casualty:. Insurance Company and West American Insuraric Company e.tracts fromwhich read . - ArticlOK; Section 9 Apooiritment of Attorneys inFact_:-The: Chairman of the Board fire President an} Vtce President the Secretan or, any . �. •- .':Assistant Secretary of the corporatiogshal�be :and is hereby vested with full power and suthorit} to, appoint attorneys m. fact for th •:purpose -:of - signing the name -of the corporation as surety to and to:execute :attach•the;seal of ihe: corporation to acknowledge and d liver an} and all bonds..` rccognizancesr supulat(ons undertakings or other instruineuts of suretyship'and policies -of insurance to be given. in fac or of :any individual firm;.: :corporation partnership limited. liability company orotherenttty or the official representative thereof or to any county or state or any official board or boards of any county or state or t1ie, Umted States o, America or any agency thereof or to any otherpolittcat subdivision thereof This tnstiumentts stgnedand sealed as authorized bydle folton ing resolution -adopted by file Boards of Directors ofthe Conipantes on October 21 r 2D04:. R>✓SOLVFD, That tbesianature:ofsny officer;ofthe. Companyautho{rzed under Article II1, Section 9. of -its Cod of Regulations and By laws and the Companyseal may be a$ixed`by facsimile to any power of attorney or copy thereof issued on behalf of the Company to make execute seal `. ,p and' d fiverforcartd op its behalf as suretyan�,and ail Bonds underta7.mgsor ottierwnttcn otihgationS,m the nature thereof to pre cage ;iigir._., res .ectiui dutiessand the respective limits of their authority and to revoke an} auch appointment :Such signatures and: seal are'hereby adopted by:the. p Company as driginalsignaEurC$ andNseal and shall with respect to any bond nndertal ingnr otherivn8en oblieahons inxhenattire thereofm which it: ds attached be validand binding upon the Compani with the same;foiee and effecras though,manunllyaffixed CERTIFICATE :. I the undersigned AssistantSecretar} ofThe Ohio Casualty Insurance Company and West American Insurance Company do lieteby certify thattiie ; Toregoing• power of attorney::the referenced By•Laws of.the Companies and the above=resoluhon of their' Bb.ards;.a£Driectors_ar true and correct_ • copres and arc in,ftiU force and effect on this date; • M WITNESS u'IIEItEOF, I'liave hereunto set,myhand and the seals of the Companies thisl7l h•.day of S)sPTEMBER 2'012 Ass istantSecreLary SUPPLEMENT TO BID FORM: QUESTIONNAIRE This completed -form MLJS:T 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 requested:. by the .City,shall result in the rejection of the Bid.as non -responsive. Additional pages may be used following the same format and numbering. By submitting its Bid the Bidder certifies the truth and accuracy of all information contained herein. A. Business Information 1. How ,many years has your company been in business under its current name and ownership? 15 years a. Professional Licenses/Certifications (include name and number)* Issuance Date State of Florida Certified General Contractor / CGC1506411 11/14/03 State of Florida DEP Professional Manarove Trimmer / MTQ-032 04/12/02 State of Florida Registered Landscape Architect / LA6666969 09/04/08 Small Business Enterprise South Florida Water Management District / 103391 10/15/09 (*include active certifications of small or disadvantage business & name of certifying entity) b. Date company licensed by Dept. Of Professional Regulation: 11/14/2003 c. Qualified Business License: LXI Yes 0 No If Yes, Date Issued: 11/14/2003 d. What is your primary business? Shoreline Stabilization / Wetlands Restoration (This answer should be specific. For example: paving, drainage, schools, interior renovations, etc.) e. Name of Qualifier, license number, and relationship to company: J Gregory Tolpin / CGC1506411 / Vice President f. Names of previous Qualifiers during the past five (5) years including, license numbers, relationship to company and years as qualifier for the company N/A 2. Name and Licenses of any prior companies Name of Company License No. N/A Issuance Date 3. , Type of Company: Corporation ®"S" CorporationOLLCOSoIe Proprietorship00ther: (Corporations will be required to provide a copy of their corporate resolution prior to executing a contract) 92 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 4. Company Ownership a. Identify all owners of the company • Name Title % of ownership Christopher L.`Colarusso President 50% J Gregory Tolpin Vice President 50% b. Is any owner identified above an owner in another company? ❑X Yes ❑ No If yes, identify the name of the owner, other company names, and % ownership Christopher L. Colarusso 1 AEl-DV, LLC / 24.5 % J Gregory Tolpin / AEI -DV, LLC / 24.5% 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 Christopher L. Colarusso President J Gregory Tolpin Vice President ® ❑ C C ❑ 0 ❑ ❑ ❑ 0 C ❑ 0 0 ❑ Explanation for Other: (Note: "Alf" refers to any type of document including but not limited to contracts, amendment, change proposal requests (CPR), change orders (CO), notices, claims, disputes, etc. "Cost" refers to CPRs, COs. No -cost refers to RFIs, Notices, and other similar documents) 5. Employee Information Total No. of Employees: 12 Number of Managerial/Admin. Employees: 3 Number of Trades Personnel and total number per classification: (Apprentices must be fisted separately for each classification) a). Field Superintendent (1) d). Laborer (3) b). Foreman (1) e). Operators (3) c). Safety Manager (1) How many employees are working under H2B visas? 0 93 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 6. Has any owner or employee of the company ever been convicted of a federal offense or moral turpitude: If yes, please explain: .NO:. 7. Insurance & Bond Information a. Insurance Carrier name & address: Rockhill insurance Company 4833 Conti Street Suite 200 New Orleans, LA 70119 b. insurance Contact Name, telephone, & e-mail: John W. Fisk Company (504) 486.5411 c. Insurance Experience Modification Rating (EMR): 0.08 (if no EMR rating, please explain why) d. Number of Insurance Claims paid out in last 5 years & value: 0 e. Bond Carrier name & address: Ohio Casualty Insurance Company 1051 Winderley Place. Suite 105 Maitland, FL 32751 f. Bond Carrier Contact Name, telephone, & e-mail: Matson -Charlton Surety Group / (305) 662-3852 / duffyPmcsurety.com g. Number of Bond Claims paid out in last 5 years & value: 0 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. NO 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? N 0 If yes, please provide an attachment including all details on each citation, 12. Provide an attachment listing all of the equipment, with a value of $5,000 or greater, owned by your company. **PLEASE SEE ATTACHMENT** 94 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-D45 ADVENTURE ENVIRONMENTAL INC. Land and Sea Engineering !Infractors 12895 SW 87th'`Averuie Miami; FL33176 Office.; (305) 25/69887 Fax (305).252-5962 ADVENTURE ENVIRONMENTAL INC. EQUIPMENT LISTING OF WITH A VALUE OF $5,000.00OR MORE EQUIPMENT DESCRIPTION MFG,MODEL& YEAR CONDITION LOCATIOOR INSPECTITI ON 46' X 16' self-propelled Fast Barge with _mounted grapple crane Hydro,Scorpion,1993 Excellent 12895 SW 87th 'Ave. Miami, FL 33176 40' X20' self-propelled deck barge, sectional-truckable RPS,Deck Barge, 2006 Excellent 12895 SW 87th Ave. Miami, FL 33176 40' X 16'self-propelled deck barge, sectional-truckable Custom, Deck Barge,2004 Excellent 12895 SW 87th Ave. Miami, FL 33176 40' X 16' self-propelled deck barge, truckable J&J, Deck Barge, 2010 Excellent 12895 SW 87th Ave. Miami, FL 33176 • 40 CY Knuckle -boom Loader/Dump Truck Kenworth,KW,2001 Excellent 12895 SW 87th Ave. Miami, FL 33176 Excavator Caterpillar,315,2007 Excellent 12895 SW 87th Ave. Miami, FL 33176 Long Reach Excavator Caterpiliar,EL2008,1992 Good 12895 SW 87th Ave. Miami, FL 33176 Backhoe Caterpillar,420HD,2007 - Excellent 12895 SW 87th Ave. Miami, FL 33176 20' Aluminum work boat w/trailer Custom,2002 Excellent 12895 SW 87th Ave. Miami, FL 33176 25 Chainsaws Stihl, all models all years Excellent 12895 SW 87th Ave. Miami, FL 33176 Pontoon Deck Vessel 25' X 10' A& M, 2005 Excellent 12895 SW 87th Ave. Miami, FL 33176 Pontoon Deck Vessel 30' X 10' A& M,2000 Excellent 12895 SW 87th Ave. Miami, FL 33176 Pontoon Deck Vessel 40' X 11' A& M, 2000 Good 12895 SW 87th Ave. Miami, FL 33176 Pontoon Deck Vessel -Aluminum 28' X 9' • Custom, 2008 Excellent 12695 SW 87th Ave. Miami, FL 33176 Surface Supplied Air System BrowningThird Lung,2011 Excellent 12895 SW 87th Ave. Miami, FL 33176 B. Project Management & Subcontract. Details -1, ProjectManager for this Project: a. Name: J Gregorv-Tolpin b. Years with Company: 15 c. Licenses/Certifications: State of Florida ;GC, State of Florida Mangrove Trimmer d. Last 3 projects with the company including role, scope of work, & value of project: 1). Middle Spoil Island / Manager /: Exotic Vegetation Removal / $110,000.00 2). Inst. of Earthen. Plug at Cart Sound Rd. /'Manager / Mangrove Planting / $388,630.00 3). Seagrass Restoration LKSBS /Manager /.Restoration / $99,900.00 2. Subcontractors: Name Trade % of Work License No. Certification* Leno Dredging & Hauling Inc. / Site Prep / 15% / CGC058340 / Miami -Dade County CSBE (*active certifications of small or disadvantage business & name of certifying entity) 3. Scope .of actual construction work to be performed by your company and the corresponding percentage of the work: (This does not include such items as insurance * bonds, dumpsters, trailers, and other similar non -construction work items) Adventure Environmental Inc. will perform all tasks of the contract with the exception of the 15% CSBE requirement. 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 complexity: Provide an attachment to this Questionnaire that includes Completed Projects the Proposer considers of a similar, size, scope and complexity that the City should consider in determining the Bidders responsiveness and responsibility. This attachment must include the project that meets the minimum number of projects identified by the bid solicitation. Information provided must include the owner's name , address and contract person, including telephone & e- mail, title of project, location of project, scope, initial value and final cost of the project, projected and final timeframes for completion in calendar days and the number of company trades personnel, by classification, that were assigned to the project. 95 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 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 submission. D. Bidder's References Bidders are toinclude a minimum of three (3) references from completed projects listed in C'2 above. The attached reference letter:form,MUST be used and.: 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. 96 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 SUPPLEMENT TO BID FORM: CUSTOMER REFERENCE LISTING (Page 1 of 1) Bidders. may`fumish -the names, addresses, and telephone numbers :of firms or government organizations: forwhicft.the Contractor has provided services in addition to the minimum five (5) projects`of:a`similarsize; scope, and. complexity. 1. Company Name 'PLEASE SEE ATTACHMENT** Address ContactPerson ContractAmount Telephone No/Fax No 2. Company Name Address ContactPerson ContractAmount Telephone No/Fax No 3. Company Name Address ContactPerson ContractAmount Telephone No/Fax No 4. Company Name Address Contact Person Contract Amount Telephone No/Fax No 5. Company Name Address Contact Person Contract Amount Telephone No/Fax No **PLEASE SEE ATTACHMENT** **PLEASE SEE ATTACHMENT** **PLEASE SEE ATTACHMENT** **PLEASE SEE ATTACHMENT** 97 Kennedy Park - Shoreline Stabilization B-30541 C Bid No: 11-12-045 City of Miami. Johnny Martinez, P.E., City Manager To Whom it May Concern Subject: Reference Letter Name of Bidder: 4c-✓JT-G`'e--P-- " ` 20 h 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: / �n� l ,,/,� ,, �� j Scope of work: PZ "r100S met EkUTZ Try l nbVa) et oa V �� C�/�^�f t'lr/1 Value of project: $ 1 1 600 Date completed: �y 5 aO a SR 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? fl Yes No If yes, please provide details: C ments: ekr--r pei-Arind hart prt, ex, quII'ornvr71-lz-nDLJled 1� iile„ rD-j ed-' Ade(WvR. 5riviyofiried-d./( Thank you for your assistance in helping us in evaluating our bid solicitation. Name of ind' id .I completing his form: �'�1. U� LI(10- } 41,-Ck„ Date: / Z / Title: guprv(; 1-Y1S ZL/ -C./11g Telephone: .J(O/ 6 /as- E-mail: Signatur Sincerely, Jeovanny Rodriguez, P.E., Assistant Director 5,5 Dv yarri'CJI 98 Kennedy Park -:-Shoreline Stabilization B-30541 C Bid No: 11-12-045 Name of individual completing this form: Signature:Title: Park Manager II City of Miami 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: Topigraphical sea grass restoration Value of project: $ 179,966.00 Date completed: 08/71A/1 7 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 7 No If yes, please provide details: Comments: This contractor has worked for us::.on various p'roa ec-ts for over_ 10' „years .. He always finishes on time; is very careful with the resources and responds quickly to any of our requests. Thank you for your assistance in helping us in evaluating our bid solicitation. Melba E. Nezbed Date: 10/15/12 Telephone: Sincerely, (305) 664-0655 Jeovanny Rodriguez, P.E., Assistant Director E-malt: melba.nezbed@dep.state.fl.us 98 Kennedy Park —Shoreline Stabilization B-30541C Bid No: 11-12-045 Doyle, Betty Frorn: Mary Tagliereni [mary.tagliareni@noaa.gov] Sent: Monday, October 15, 2012 11:00 AM To: Doyle, Betty Cc Scott tt.Donahue . Subject: Re FW: Homestead- Reference Letter for Adventure Environmental, Inc. (City of Miami Bid Kennedy Pk Shoreline Stabilization) Dear Ms. Doyle- Adventure.Envirornnental, Inc. is currently under contract with NOAA's Florida Keys National Marine Sanctuary '(GS10F0.103V'WC-133C-12-NC-0789) to provide services related to Seagrass Restoration activities at 3 separate grounding sites. 1. Name of project: Restoration Sites: Orca, Special K, and DL6236X 2. Value of project: $88,539.15 3. Date completed (mo and yr are sufficient): This is an open contract. Phase I of the project is complete (September 2012) but Phase 1I has not been completed. 4. Was project completed on time& within budget. All work to date on this contract has been completed within the Period of Performance. To date there have not been any change orders related to costs. I hope this information is what you needed to complete your work and you can now goon vacation. If I can be of further assistance, please do not hesitate to contact me. Regards, Mary Tagliareni Deputy Superintendent Phone: 305-852-7717 ext. 30 Forwarded message From: Doyle, Betty <BDoyle@miamiQov.com> Date: Mon, Oct 15, 2012 at 10:03 AM Subject: RE: FW: Homestead - Reference Letter for Adventure Environmental, Inc. (City of Miami Bid - Kennedy Pk Shoreline Stabilization) To: Scott Donahue <scott.donahue(a?noaa.gov> I'm very sorry to hear that you are unable to assist us as our form only requires response to 4 very short questions, namely: 1. Name of project 2. Value of project 3. Date completed (mo and yr are sufficient) Was project:completed on -time & within budget. Please: noteaa.t l hwill be_unabie;to meet My deadline and resPopSe:f5y..--..tOday..:,ort,omp.r.Theroforl:respectfpllyr. your Office who would'be able`to provide this `information plausible:optibn:for us. will -also haveto postpone my vacation, if I am:unable to get a request that you might.guide me toward.som:eone else in. Waiting -until Mr, Werndli's return.on the=22""is: reallynot a I ! await your response and thank you in advance for your guidance. J Hia,il. you. eitj of .A iam i eapieae rimputilementilhatparn 414 SW 2 avenue - StPi Ram, Sticuni, .i.E 33130 Paaaae: 305-416-1247 From: Scott Donahue[mailto:scott.donahue(anoaa.00v] Sent: Saturday, October 13, 2012.11:10 AM To: Doyle, Betty Cc: Stephen Werndfi Subject: Re: FW: Homestead - Reference Letter for Adventure Environmental, Inc. (City of Miami Bid - Kennedy Pk Shoreline Stabilization) Dear Ms. Doyle, After reviewing the paperwork you provided, I determined that I'm not in a position to provide this information.. I wish I 'could help you, but in this particular case, this will have to wait until Mr°. Weindli returns to the office. Cheers, 2 SOUTH FLORIDA WATER MANAGEMENT: DISTRICT 3301 Gun Club Road, .West Palm Beach; Florida 33406 e (561) 686 8800 .o FL WATS 11800-432-2045 • TDD (561) 697-2574 Mailing Address:'P:o. Box24680, West Palm Bench, FL 33416-4680 :o wwwshvmd.gov To Whom It May Concern: Adventure Environmental, Inc. has provided tree removal and bank restoration services for the South Florida Water Management District since 2003. They were one of our key contractors for clearing the debris from our canals during the 2004 and 2005 hurricane seasons. They have successfully completed both water and land based projects under hzrsh conditions. Adventure Environmental, Inc provides quality work, equipment and expertise to each project and they complete the tasks given in a timely and efficient manner. They are very responsive and flexible when changes occur. They are also excellent stewards for the Water Management District by being cooperative and courteous to the adjacent landowners. I recommend Adventure Environmental, Inc for your organization as well. Sincerely, Linda M. Yarrish 561-682-6105 Senior Environmental Scientist Vegetation Management Division Operations and Maintenance 'con.94raizxgaiziorazaszn . . . . . . M0.7 Florida Department of Environmental Protection Lignturivitap:K6,13' OiOiCal-SfEite Park sti:O:B4x: 1 op Namoradg, 'FL .33036 Crisi Cio,,,crocx Jeff ToUzrnp Lt. Citwernt.-. ithoel SoI: Secrtarv• To Whom It May Concern: This is arefe.rence letter for the CompanyADVEIVTLERE ENV_RONMENTAL. This company has been wOrldng with US for quite a few years now, and just last year completed S500,000.00 worth of seagrass restoration We couldn't be more -pleased with the end result:for all the pa jects they were involved in, and, they were. also chosen as 01.1T contractor of record for the next five years. They have performed a variety of marine related projects for us and they,- have been no negafrve issues associated with their contracts. In fact, it has just been the opposite. They are very careful with -the resource, and they respond' qUickly to our requests for restoradon. •If any additional i.nformation, please do nothesitate to contact me. Melba E. Nezbed, Park Manager 11 Lig,-numvitae Key Botanical State Park po5) 664-0655 "Aleire Le.v: Procrss- • )11Ftr,ticilstute.Alls. 4.1 171,4 !HOMESTEAD! Giving referencefor: Adventure EnVirbninerital Inc • * Firm giving Reference: Florida Keys National 14riilesprIcfq.ry Address: RO.13ox1083 Key Largo FL-33037 Phone: 305 852-7717 Fax:3:05135370877 Frribp: Stephen,Werndli@noaa:gov • REFERENCE QUESTIONNA iRE ,(Pkase irty4 a rt#1#77=2 l?ftiree (3) rqteret7.44.F corrip/ete *fin ard submitwith Bic14447,nnents) 1_ Q;1Nas invoicing consistent vitith contrast pricing? 2. 0:Were response, tirnet cOnSistent? 3ia.;Was the vendor easy to -get in: contact with?: How was their customer service? .4.. Flow was their tespanSiv.eness to ernergenoy-orders7. 5, 0::-WoUid you use them again? Q.'. Overall: what would you rate their perforrnanoe? (Scale from 1-5) A: X.ElfCenerit ti3 Fair 0 2 Pbor •01 Linacceptabie T. Q: Is there anything else we should- know, that we have not asked? PLeaSe See -sfifttttet: The undersigned does hereby certify that theforegbing and subsequent staterrient8 are true :and: 1.-.2rrectand aremade indepet4 otry., free frOm vendor irielfetenceieollusion, Narne.: • Print Name: Stebhen. M. Werndli TtIe Etrfoicemenit .and: Enletbencv. Pesn.einse .0o ordina r Overall Assessment of Vendor/Contractor: 1 have-Personallyhad-the opportunity -to work with Adventure` Environmental "Inc. (AEI) on a:nuinber of seagrass,restoration projects for almost 14 years. I have worked spe'cificallywith Greg Tolpinon these projects, and because, of Greg's history working in the Florida Keys .and :his familiarity with our program I am -comfortable saying that" have no :doubt that AEI- would be able'to successfully. complete any tasks wewoald assign them, and that the task would be accomplished in a manner that would be consistent with our program's goals. Additional Comments; I am currently providing field oversight- for a seagrass.restorationproje. ct:we have awarded to AEI (WC133C 12-NC-0789) Due to thelength of time from the initial injuries to actually receiving the fundingnecessary to implement this_ restoration projects, the sites conditions changed. Attwo of the sites,. natural recovery had occurred to a level Whereimplementation'of the recommended restoration is-no:longer needed. AEI'had mobilized equipment, had sediment fill staged and sediment tubes ready. for placement: FICNIVIS identified= alternate sites in the vicinity ofthe current staging area that were candidates for similar restoration projects as those Tecorimmended for the:two sites than had recovered, These alternate sites arecurrently permitted for restoration; soplacement of fill.. and sediment tubes can begin immediately wrthout the additional delays associated with identifying new sites and obtaining. required permits. AEI was patient while a modificationwas prepared to restore the alteuiate sites and although the Modification took almost 2 -Weeks to get approved, accepted the modification with no additional costs. AEI was able -to. complete 6 days of work -before the arrival of Tropical Stormisaac required them to demobilize and secure all equipment. for the storm. AEI contacted me immediately after the stornihad passed and -will be mobilizing their equipriient again to start work as soon as possible,. In May .of:2011, our program was: notified, of a marine mammal stranding event in the -vicinity •of Cudjoe Key, Florida.. Beginning May 6; I was deployed.and.remained oh scene unto Maya. coordinating.search/recovery operations: and logistics. for releasing/transporting live and disposing of deceased animals: Once I arrived on scene, one of rny initial tasks Was to locate a vessel andlor equipment large enough to'successfully return any of the whaleshack to the wild.if the veterinarians determinedthey were healthy enough to .survive. I began to contact All ofthe contractors I usually deal with the Lower Keys who have equipment large enough to. transport animals up to I feet yin length and potentially weighing 1 to 4 tons; Only one of the contractors had equipment available :and after additional. discussions with the veterinarians, it was deter pined that this equipment would not be able to support the size and weight of two::animals they were preparing for immediate release. Initially,..I hadn't: contacted Adventure Environmental because" they are based put of Miami or the Upper Keys close to:100 miles from the site :of.the stranding: After exhausting all local resources:and at the suggestion of one of our team Who works with AEI on the: contract addressed by this performance evaluation,.I contacted Greg Tolpin. Greg was: eager to provide any assistance he and AEI- could and indicated that he had equipment.; that could transport: the animals. After recetvinggthe necessary approvals,) contacted Greg to let hint blow to mobilize his 'equipment :Knowing time was a factor in successfully releasing the whales, Greg had already mobilized his team and theywere • preparing their equipmentfor the long'trip to Cudjoe Key. Greg and.one of lus :staff arrived that evening with the barge.and preparations were made to load the two whales for release the following -morning: The next morning the twowhales were loaded onto the barge and aferan almost 20 mile trip were successfully released 12 milesoffshore in the. Atlantic Ocean..AEI remained :onscene. until .it'.was. determined that the remaining whales would require rehabilitation and would.not be _released.. I asked :Greg multiple times •durrng our discussions about.thii a costs • ;associated with mobilizing equipment and stafL His reply eveiy time, "don'tworry about that " Of coursel.was. concerned that the costs of mobihz ng a,bar e:and staffto:travel close`to 300. miles round trip tould:be high,.but;I , g also 11new.from past: experience that Gregwould.charge. a:fatrpuce for.his work When:all Was said: and.done, Greg indicated that there: would beno charge: for their services:and;that; he was glad they were able to assist:with.the successful release of the two whales, As a member of a team corriprised of representatives from.multiple non -governmental organizations and local, state, and federal agencies, Adventure. Environmental Incorporated's efforts were instrumental in the. successful release of two of tho. stranded whales:.The successful release of these animals •. occurred because of the skills, training, and_persistence_.of'dedicated.professioiials and volunteers •such .as Adventure Environmental Iitc.. 3 Project No.: Owner: Contract: Value: Scope: Start Date: End Date: IRONMI✓NTALINC. lend an Sea Engineartg Contractors 12895"SW87tti`Avenue MramiFL33176 • oce05 254 8887 fa .:305 252 5962 City of Miami Capital Improvements Program RE: Bid No. 11-12.0.45: Kennedy Park -Shoreline. Stabilization CURRENT AND PRIOR EXPERIENCE Current: .1. Project Name: DECOMPARTNIENTALIZATION & SHEE1:I.LOW ENHANCEMENT OF WAPhR'CONSERVATION AREA 3, HYDROLOGIC FIELD 'PEST, MIAMI DADE;`COUNTY,'FL Project No.: W912EP-12-C-0011 Owner: U.S. Army Corps of Engineers Contract: AdventureEnvironmental, Inc. is a sub -contractor to prime Leno Dredging and Hauling, Inc. Value: Subcontractor agreement = $750,000.00 Scope: Rnvironmental Coordinator, Heavy Equipment Operation, Water Control Structure Installation. Start Date: 07/15/2012 End Date: 12/31/2012 2. Project Name: SEAGRASS HABITAT RESTORATION INBISCAYNE BAY MLAMI-DADE COUNTY, rL P12PD18925 U.S. Dept. of Interior/Biscayne National Park Adventure Environmental, Inc. is Prime Contractor $80,158.38 Topographic restoration of seagrass communities via sediment fill installation and transplanting of seagrasses to include planning meeting, implementation plan, restoration and final report. 09/11/2012 12/31/2012 3. Project Name: SEAGRASS RESTORATION FL. KEYS NATIONAL MARINE SANCTUARY- ISLAMOR.ADA AND KEY WEST, FL ProjectNo.: WC-133C-12 NC-0789 Owner: U.S. Dept. of Commerce/NOAAIFKNMS Contract: Adventure Environmental, Inc. is Prime Contractor Value: $88,539.15 Scope: Topographic restoration of seagrass communities via sediment fill installation and transplanting of seagrasses. Start Date: 07/20/2012 End Date:, . 10/10/2012 Prior: 1`: Project Name: :Project No.: Owner: • Scope. of Work: INSTALLATION OF AN EARIHENPLUG IN T HE OLD CARD SOUND ROAD CANAL, MIAMI :DADE"COUNTY t DRM PLG 123 Miami Dade County Mangrovetnmmmg, clearing & grubbing including exotic vegetation removal, filling incanal with approx. 6,000 cy of material, planting 1,650 red mangroves, pip -rap and environmental controls; including turbidity control and endangered species protection, andmonitoring. Performance Period: 09/12/2011- NTP 02/23/2012- Substantially Complete 03/10/20I2- Final Completion Contract Amount: $388;630.00 Notes: There: are no negative issues with the client reported. Client Contact: Julio Nores, Project Manager Miami -Dade CountyPERA Phone: (305) 372-6424 Email: Noresi-@iniamidade.gov 2. Project Name: Project No.: Owner: Scope of Work: Date of Completion: Contract Amount: Notes: Client Contact: 3. Project Name: Owner: Contract Amount: Scope of work: Date of Completion: Client Contact: MATLACHA PASS NWR-MIDDLE SPOIL ISLAND NON- NATIVE PLANT PROJECT-2012 FORT MYERS, FL. None U.S. Fish and Wildlife Service The complete removal and disposal of all exotic/invasive vegetation from an environmentally sensitive wetland area which was an 8 acre island located offthe South West Coast of FL fringed with mangroves. March 2012 $110,000.00 There are no negative issues with the client reported. Jeremy Conrad, USFWS (239) 940-3249 phone Jereany_Conrad@fws.gov EXOTIC/INVASIVE/HAZARDOUS VEGETATION REMOVAL FROM GG BLVD TO VAND BCH- NAPLES, FL South Florida Water Management District $181,600.00 Tree/debris/trash removal and disposal along the cypress canal by the use of heavy equipment including excavators, skid steer loaders, front end loaders, barges/watercraft, bucket trucks, self loading dump trucks, standard damp trucks, management of temporary disposal sites and the final disposition of generated debris. April 2008 Linda Yarrish, Senior Scientist (561) 682-6105 Lyarrish@sfwmd.gov .4. Project Name: Owner Contract Amount: Scope of Work: Date of Completion: Client Contact: 5. Project Name: Owner: Contract Amount: Scope of Work: Date of Completion: Client Contact: 6. Project Name: Owner: Contract Amount: Scope of Work: Date of Completion: Client Contact: EXOTIcIij VASWVE/HAZARDOUS VEGETATIONREMOVAL FROM GG #3 TO WHITE BLVD-•NAPLES, FL South Florida'Water Management"Distnct $170,000 00 Exotic/mvasive/ha7.Ardous vegetation removal grid disposal along•_the cypress canal by, the use of heavy equipment mcluding'ekcavators, skid steer loaders front endloaders, barges/watercraft, bucket trucks, self loading damp trucks, stanriarddump trucks, management; of temporary disposal: sites and the final disposition of generated debris May 2008. Linda Yarrish, Senior. Scientist (561)'682.6105 Lyarrish@sfwm.d.gov EXOTIC/INVASIVE/HAZARDOUS VEGETATION REMOVAL . ROM DOVE TREE TO GG:BLVD- NAPLES, FL South Florida Water Management District $168,330.00 Exotic/invasive/hazardous vegetation removal and disposal along the cypress canal by the use of heavy equipment including excavators, skid steer loaders front end loaders, barges/watercraft, bucket trucks, self loading dump trucks, standard dump trucks, management of temporary disposal sites and the final disposition of generated debris. April 2008 Linda Yarrish, Senior Scientist (561) 682-6105 Lyarrish@sfwmd.gov TOPOGRAPHIC RESTORATION OF SEAGRASS COMMUNITIES AT LKSBS-ISLAMORADA, FL State of FL Dept. of Environmental Protection/LKSBS $99,900.00 Seagrass restoration by the use of precise placement of sediment fi11 and "Bird Fertilization Stakes). 08/2012 Melba Nezbed, Park Manager (305) 664-0655 McIba.Nezbed@dep.state.fl.us (850) 4.87.-.1395 REGULATION STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL CONSTRUCTION INDUSTRY LICENSING BOARD' 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 TOLPIN, J GREGORY ADVENTURE ENVIRONMENTAL INC 12935 SW 87TH AVENUE MIAMI FL 33176 ••-•"; : • *.. . . . . . . „. • • .CoTdrptulationsl-'With:ttiliS ligenspyou••15eccirtie..on5.of.the•nai-ly..„one4billibn. • Flbilcliaps boxersto barbeque resiaurants- and they keep Fionda s economy strong Every . Qywpyvp .cr usineslncoroeF, serve • Foi'.infofrript:•abbut..6br:.§phi.ibep!pe.:Ib6::bri.t.6').-.Tfriyfibi-ii:i0ifdpr*q.:60ii- Thpre you lJepartment s initiatives , . Than ou,rfbr, • . • • ..., .• • • . . . . • :-PicRiamEDPALIM4.1314NAtiviicRoPF.IINTINtt:_urenniiiimmniThaTp STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE.STREET TALLAHASSEE FL 32399-0783 TOLPIN, J'GREGORY ADVENTURE ENVIRONMENTAL INC 12935,:SW .87TH AVENUE MIAMI FL 33176 Congratulations!'.WithahisBcense You becomaene of.the nearly. one: million.: Fiondians:licensed:by>th DepartmentofBusmessand:Professional Regul.atio'n.• . Our professionals acid businesses range rrom architects to yacht brokers from b.oxersto barbeque.restaurants._and fhey'keep.Flonda's economy. strong,..:,,.-: . Every day we work o''improve tf e.way we'do::busin:ess-in;order:to.serue. you.b tte For information about our SeNices :pleas log onto-www:m,yflori alicense com' • :There you can: find::more; informat!on aboutour.d!uisio,ns:and the.;regulat�ons-that. impactyou,: subscribe to department newsletters and team rnore about the •Department's initiatives. :Our mission _a:the:p� artmerit�s:.L!c.,nse'E"fncientl eaptourcustomers::;"' constantly sieve to serve you; b tter so'that you can'serve y, ='•- �_hankyou ror doing business -in Flonaa and congratulationson your:new _Iicegse! - - `OETA C.H` HERE'::; - : DPRINTING::1-1NEMiOrin'PA1ENTED'PAP .,. -°, . • ._,; ", . - ,-..:'.EiiIS:DDC�MEN7=N14��lCOL�RID�Y1�_KGRDi'�ND. MICt3 PLAYASREQIJIPE:D` (850) 487-1395 LAWS' CRETAR� In the matter of an application for: Professional Mangrove Trimmer Qualification Mr.. Gregory Tolpin Adventure Environmental, Inc. 10 Pigeon Drive Key -Largo, Florida.33037 STATE•OF FLORIDA. DEPARTMENT OF_'ENVIRONMENTAL PROTECTION Professional Mangrove. Trimmer Qualification DEP File No. MTQ-032 NOTICE OF APPROVAL FOR PROFESSIONAL MANGROVE TRIMMER STATUS B ack ground In accordance withP.ara�aph 403.9329(1)(f) b of the -Florida Statutes, persons who have . conductedmangrove trimming as part of their business or employment and who can demonstrate a sufficient level bf.competence to assure that they are able to conduct m.ang'ove trimming in a manner that will ensure the survival of mangroves that are trimmed maybe qualified as a. professional mangrove trimmer by the .Depar Lwent_ of Environmental Protection (Department). On February 14, 2002, the Department received an application for professional mangrove trimmer status from Gregory Tolpin inaccordance with Subsection 403_9329(2) of the Florida Statutes._ Having reviewed the.. application, the Department has determined that the applicant has met the professional mangrove trimmer qualifications set forth in Subsection 403.9329(2). Based on the documentation provided to the Department, the applic.ant's request for professional mangrove trimmer status under Paragraph 403.9329(1)(f) and Subsection 403.9329(2), is hereby approved. Findings l.: Mr: Tolpin submitted a list of at 10 different canals where mangrove trimming was conducted in. Monroe. County as part of clean-up efforts following Hurricane Georges. The work was initiated during March 1999 andsubstantially performed during April 1999 under a contract with the South Florida Resource Conservation and Development Council, Inc., and through a grant sponsored by the Natural Resource Conservation Service (NRCS) under the Emergency Watershed Protection Act. The identified 10. projects were part of a total of 100 canals where the applicant performed mangrove trimming as part of the hurricane clean up effort. 2. The work was performed under the supervision of Karen Strobel, a Landscape Architect PMT. _3 Trinlin ng of mangroves in canals in -the manner performed by theapplicant is authorized :under -a generahperrnit (s.,403`9327(1)(b), F S.), provided written notice is given:to .the Department prior to beginning the`work (s. 403.9327(4), F:S:). 4 Specified clean up efforts following therhurncane were authorized to be performed. without the need for permits under Department Emergency Final Order (OGC Nos 98'2617: & 98-2825), provided: activities were commencedduring the period:September30, :1998, through May 20,.1999. -The-Orders authorized:. work to be completed by November.20, :1999. 5. The work was initiated during a period when the: Emergency-. Orders of the. Department Waived requirements for permits. The notice requirements of s. 403.9327(4), F.S., therefore were waived tinting thispeririod. The Department -finds -that the work petrol-Med under the Emergency Order :and "in compliance with the substantive provisions of s. 403.9327, F.S_, were authorized.by the Department. 6. Department staff were aware of debris clean-up .efforts in the canals while the trimming was on -going, and were present at some of the sites while the trimming was occurring. Department staff also inspected the sites subject to the request for verification of PMT status, and found that the work conformed to the substantive provisions of the general permit in s. 403.9327(1)(b), F.S. 7. There are no documented violations of trimming or altering.mangrovves by Mr. Tolpin. 8. 1VMz. Tolpin has demonstrated to district staff that he possesses the knowledge and ability to correctly identify .the three mangrove species recognized in the state of Florida. Notice of Rights A person whose substantial interests are affected by. the Department's professional mangrove trimmer qualification decision (action) may petition for an administrative proceeding (hearing) in accordance with section 120.57 of the.Florida Statutes. The: petition must contain the information set forth below and must be filed (received) in the Department's Office of General Counsel, 3900 Commonwealth Boulevard, Tallahassee, Florida 32399-3000, within 21 days of receipt ofthis notice.. Petitioners shall mail a copy of the petition to the applicant at the address indicated above at the time of filing. Failure to file i petition within 21 days constitutes a wavier of any right such person has toan administrative determination (hearing) pursuant to section 120.57, Florida Statutes. The Petition shall contain the following information: (a) The naive, address, and telephone number of each petitioner, the applicant's name 2 arid address, the;Departrr ent'sTrofessional-Mangrove Trimmer Qualification -File Number; (b) A statement of how: and when each petitioner received notice of the: Department's action, or proposed action; (c) A statement ofhow each petitioner's substantial interestsare_affected by the. Department's action'orproposed.action, (d) A statement of the material facts disputed` by petitioner, if any; (e) A statement offactswhich petitioner contends warrant reversal or modification of the Department's action or proposed action; (f) A statement of which rulesorstatutes:petitioner contends require reversal. or modification of the Department's action or proposed action; and. (g) A statement of the:relief soughtby petitioner, stating -precisely the action petitioner wants the Department to take with respect to the. Department's action or proposed action. If a petition is filed, the administrative hearing: process is designed_ to formulateagency action. Accordingly, the Department's final action may be different from the position taken by it in this Notice. Persons whose substantial interests will beaffected by any decision of the Department -with-regard to the application have the fightto petition to become aparty to the proceeding. The petition must conform .to the requirements specified above and be filed (received) within 21.days ofreceipt of this Notice, in the Office of General Counsel at the .above address of the Department. Failure to petition within the allowed time frame constitutes a waiver of any right such person has to request a hearing under section 120_57, Florida Statutes, and to participate as a partytothis proceeding, Any subsequent intervention will only be at the approval of the presiding officer upon motion filed pursuant to. Rule 28-5.207, Florida Administrative Code.. This action is -.final and effective on the date filed with the Clerk of the Department, unless a petition is filed in accordance with the above paragraphs or unless arequest .for an extension of time in which to file a petition is filed within the time specified for filing a petition. Upon timely filing of .a petition or a request for an extension of time this Notice will not be effective until further Order of the Department. When the Order is final, any party to the Order has the right to seek judicial review of the Order pursuant to section 120.68, Florida Statutes, by the filing of a Notice of Appeal pursuant to Rule. 9.110, Florida 1411es of Appellate Procedure,. with the clerk :of the Departr<ient in the Office of General Counsel, 3900 Commonwealth Boulevard, Tallahassee, Florida 323.99-3000; and by filing a copy of the Notice of Appeal accompanied by the applicable filing fees with the appropriate. District Court of Appeal, The Notice of Appeal must be filed within thirty (30) days from the date the Order is filed with the Clerk of the Department 3 STAit, OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PRO IIECTION Janet G. Llewellyn Assistant Division Director Division of Water Resource Management 2600 Blair Stone Road Tallahassee; FL 32399-2400 CERTIFICATE OF SERVICE The undersigned 'duly designateddeputyclerk hereby certifies that this Notice of Approval for .ProfessionalMangrove Trimmer Status was mailed before the close of business on, I .,. 2002, to the above listed persons. }1LING AND ACKNOWLEDGMENT FILED, on this date, pursuant to .120.52(9) of the Florida Statutes, with the designated Department Clerk, receipt of which is hereby acknowledged. 114 c4,t,fr apj t)D„. Clerk Date Copy furnished to: Lucy Blair,DEP South.Florida District Office, Ft. Myers Ed Barham, DEP South Florida Branch Office, Marathon PROFESSIONAL.. RE.GU:I;AT:IQN ::t:' RD;=':OF;::I'ANI•)S;C:APE'':ARCHITECTU• SEQ# L0911200118E Cdt , . �AtcH lUM R LICENSE. NER`. Nau�'ed beliw :HAS';'REGSTEREA;: t ; r; J1Jlanvv;.lJtivii✓rvr1AV,.nc6iW«,. 11:07:39 AM 10/12/2012 Licensee :Details LicenseeInformation Name: Main Address: County: License Mailing: LicenseLocation: License Information License Type: Rank: License Number: Status: Licensure Date: Expires: Special Qualifications ODISHOO,-`DAVID JOHN (Primary Name) (DBA Name) PO:BOX. 331615 MIAMI::Florida ..33233 DADE Registered. Landscape Architect Landscape Arc LA6666969 Current,Active 09/04/2008 11/30/2013 Qualification Effective View Related License Information View License Complaint 1940 North Monroe Street, Tallahassee FL 32399 • • Email: Customer Contact_Center :: Customer Contact Center: 850.487.1395 The State of Florida is an AA/EEO employer. Capyr�ht 2007-201p StateSI_F_torida. Priva Statement Under Florida law, email addresses are public records. If you do not want your email address released in response to a public -records request, do •not send electronic mail to this entity. Instead, contact the office by phone or by traditional mat. If you have any questions, please contact 850.487.1345. *Pursuant to Section 455.275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must provide the Department with an email address if they have one. The emails provided may be used for official communication with the licensee. However email addresses are public record. If you do not wish to supply a personal address, please provide the Department with an email address which can be made available to the public. Please see our Chapter 455 page to determine If you are affected by this change. 1,:*„cs•titsrurtxrrnm/t.iteneefetail.acn7Sm=Rriri=4';RR41 RTIC..F7R4AOFF 1 nil 7./71119. Project•No. BT. 11-12-045 CITY OF MIAMI CAPITAL IMPROVEMENTS PROGRAM SUBCONTRACTOR UTILIZATION Project Title: Kenned Park Shoreline Stabllizatibln Sheet No. I of i 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 min -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. Name of Business Portion of Work Leno Dredging !R(.Hauling SitePrep Dollar ArnoUnt Percent 15% sObri 27111Ayo, Miami', FL, 3q147 Attach: additional sheett: if necessary. Address/City/State/Zip License InforniatIciiiA* , BUSiness:Ceilifi0OtiOn'tk* , 1-11 Type oao *Ail tiers must be ,shown, including multiple sUb-tiers if permitted bythe Contract Documents. **List only those relevant to this Project. ***. Must. be certified by either IVliarni-Dade County, State of Florida, or the Federel Government 05E334,Q [:] :Form SU EJ SECTION 6 CONTRACT EXECUTION FORM This Contract 12-1733 made this day of in the year 2012 in 'the amount of $119,000 by and between the ''City of Miami, Florida, hereinafter called the "City," and ADVENTURE ENVIRONMENTAL, INC. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST ADVENTURE ENVIRONMENTAL, INC. Signature Signature Print Name, Title Print Name, Title of Authorized Officer or Official ATTEST: (Corporate Seal) CONTRACTOR Secretary (Affirm CONTRACTOR Seal, if available) ATTEST: City of Miami, a municipal corporation of the State of Florida Dwight Danie, City Clerk Johnny Rodriguez, P.E., City Manager APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Calvin Ellis, Director Julie O. Bru, City Attorney Risk Management Department 101 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 CORPORATE. RESOLUTION. WHEREAS, , Inc. desires to enter into a contract with the City of Miami 'for the purpose of performing the work described in the contract to which this resolution is attached; and WHEREAS, the Board of Directors at a duly held corporate meeting has considered the matter in accordance with the By -Laws of the corporation; Now, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS that the (type title of officer) (type name of officer) is hereby authorized and instructed to enter into a contract, in the name of and on behalf of this corporation, with the City of Miami upon the terms contained in the proposed contract to which this resolution is attached and to execute the corresponding performance bond. DATED this day of , 20 Corporate Secretary (Corporate Seal) 102 Kennedy Park — Shoreline Stabilization B-30541C Bid No: 11-12-045 -FORM:>OFPERFORMANCEBOND (Page lof:;2) BY THIS BOND, We as Principal, hereinafter called Contractor, and , as Surety, are bound to the City of Miami, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) 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: 11-12-045, awarded the day of 20 , with City which • Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the Contract between . Contractor and City for construction of , the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the Contract; and 2. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains as a result of default by Contractor under the Contract; and 3. Performs the guarantee of all Work and materials furnished under the Contract for the time specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL FORCE AND EFFECT. 4. Whenever Contractor shall be, and declared by City to be, in default under the Contract, City having performed City obligations hereunder, the Surety may promptly remedy the default, or shall promptly: 4.1. Complete the Project in accordance with the terms and conditions of the Contract Documents; or 103 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 FORM OF -PERFORMANCE ' BOND (Page 2 of 2) 4.2. Obtain a bid or bids for completing the Project in accordance with the terms and conditions of the Contract Documents, and upon determination by Surety of the lowest responsible Bidder, or if City elects, upon determination by`' City and Surety jointly of the lowest responsible .'Bidder, arrange 'for: a contract between such Bidder and City, and make available as Work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay :the cost of completion less the balance of the :Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the firstparagraph 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 (CORPORATE SEAL) (Print Name and Title) IN THE PRESENCE OF: By: Phone No: By: (Name of Corporation) (Signature) INSURANCE COMPANY: Agent and Attorney -in -Fact Address: (Street) (City/State/Zip Code) • 104 Kennedy Park —.Shoreline Stabilization B-30541 C Bid No: 11-12-045 FORM OF`PAYMENT BOND (Page l of 2) BY THIS BOND, `:We , as .Principal; hereinafter called Contractor, and ;>as- Surety, are bound to the City of Miami Florida, as Obligee, hereinafter called City, .in the amount of Dollars . ($ ) for the . payment whereof Contractor and.Suretybind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No. 11-12-045 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. 105 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 FORM OF PAYMENT BOND (Page 2 of 2) • The •Surety hereby waives notice of and agrees that any changes_ in or u• nder the Contract Documents and ;compliance :or noncompliance,with any formalities`. connected with the Contract orthe 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: (Agent and Attorney -in -Fact) Address: (Street) (City/State/Zip Code) Phone No.: 106 Kennedy Park —Shoreline Stabilization B-30541C Bid No: 11-12-045 CERTIFICATE AS TO CORPORATE PRINCIPAL certify that I am the Secretary of the corporation named as Principal in the foregoing Performance and Payment Bond (Performance Bond and Payment Bond); that who signed the Bond(s) on behalf of the Principal, was then of said corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond(s) was (were) duly signed, sealed and attested to on behalf of said corporation by authority 'of its governing body. Secretary (on behalf of) (SEAL) 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 Swom to before me this day of 20 My commission expires: Notary Public, State of Florida at Large Bonded by 103 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 `PERFORMANCE AND PAYMENT GUARANTY FORM UNCONDITIONAL%IREVOCABLE LETTER: OF CREDIT (Page 1 of .Z) Date ofIssue BENEFICIARY City _of`Miami . IssuingBank's No. APPLICANT Amount: 444 SW 2nd Avenue 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) 104 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 (Number), of PERFORMANCE. AND,PAYMENT GUARANTY FORM UNCONDITIONAL/IRREVOCABLE LETTER'OF:CREDIT: (Page 2 of 2) Drafts must bear the clause: "Drawn under Letterof Credit No. (Bank name) dated This .Letter of Credit shallbe renewed for successive periods of one (1) yeareach unless we provide the City of=Mlami with` written notice of our intent to terminate the credit herein extended, which notice must. be, provided at least thirty (30) days prior tothe expiration:date of the original term: hereof or any renewed one (1) year term. `Notification to the Cty that this Letter of Credit will expire prior to performance of the Contractors 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 105 Kennedy Park — Shoreline Stabilization B-30541 C Bid No: 11-12-045 TO: JohnnyMartinez, P.E. City Manager .. CITY OF MIAMI, FLO.RIDA INTER -OFFICE MEMORANDUM DATE:' ` October l5, 2012.:FILE: SUBJECT: Recommendation of Award Kennedy Park _ Shoreline. Stabilization FROM: ark Spanioli, P.E., Director REFERENCES: ITB 11-12-045, B30541 C Capital Improvements Program ENCLOSURES: • Recommendation Based on the findings noted, Capital Improvements Program hereby recommends that the referenced Environmental,project be awarded to Adventure ("Adventure") which has been determined to be the lowest responsive and responsible Bidder. Background On Monday, September 17, 2012, Capital Improvements Program ("CIP") received (2) bids in response to the solicitation for the Kennedy Park Shoreline Stabilization, Project No. B-30541C ("Project"). Bidders were required to hold current, active, valid credentials of at least one of the following: Certified Arborist, certified by the International Society of Arboriculture;' Licensed Landscape Architect, licensed under Part 11 of Chapter 481, Rule 61G1, of the Florida Statutes Administrative Code PLUS additional certification as a mangrove trimmer issued by their Board; Professional Wetland Scientist, certified by the Society of Wetland Scientists; Certified Environmental Professional, certified by the Academy of Board Certified Environmental Professionals;. Certified Ecologist, certified by the. Ecological Society of America; or Professional Mangrove Trimmer status granted by the Department of Environmental Protection. In addition, an archeologist is required on site as this is a historic preservation area. The Bidders were also required to have a minimum of five (5) years experience under its current business name, in the construction of similar projects including three (3) separate project references for completed projects of similar size, scope and complexity, within the past five (5) years. Findings As reflected on the attached Bid Security List prepared by the City Clerk, Adventure was the lowest bidder for ITB 11-12-045. CIP staff reviewed their submittal thoroughly and confirmed that Adventure has the required project experience plus three completed projects of similar size, scope : and complexity, meeting the minimum requirements to bid on the Project. Therefore, CIP recommends that the Project be awarded to Adventure Environmental, Inc., the lowest responsive and responsible' bidder, in the amount of $119,000., plus a ten percent (10%) contingency, for a total award amount not to exceed $130,900. Upon approval of this recommendation, CIP will prepare the necessary legislation to have this award brought before the City Commission. • • Vc: A. Bravo, Assistant, City Manager (7JZ-J. Rodriguez, Assistant Director" N. Cuadras, Sr. Construction Manager C. Worth, Project Manager pprved: Jo� ny Marti ez, P.E., Ci Manager Date: 1 0 - S 1-)t BID ITEM: CITY OF MIAMI OFFICE OF THE CITY CLERK BID SECURITY LIST Kennedy Park Shoreline Stabilization B30541C BID NUMBER: ITB No. 11 12-045 DATE BID OPENED: Monday, September 17, 2012 TIME: 2:OOPM BIDDER BID TOTAL BID.BOND.(ER) CASHIER'S AMOUNT CHECK,' Adventure Environmental Inc. $119,000.00 5% bid amount Superior Landscaping & Lawn Service, Inc. $219,880.00 5% bid amount "Offers from the vein for IAt;^41 hrneka received tiaxaol.y CS of thS above cy:,aeniz,v7 are: the craly offers do e and time. All other offers hub'....!"' tied in response to t .as are hereby rejected as late." -solicitation, if any, ________ _._ - . .. . ....I.l.O: ,,At74. -tiai-4 ;7Ei'fiil.i#t29'.. Person eceivingX d(s) 011 re/ei ed (2 ) bid` s) on behalf Capital Improvements PrRm PREPARED BY: Cit Department Deputy ity Clerk