HomeMy WebLinkAboutExhibit 100600
CONTRACT
By and Between
CITY OF MIAMI
And
SFM SERVICES, INC.
This AGREEMENT (hereinafter "Agreement") , is made and entered into this day
of 2012, but effective beginning ten (10) days after Notice to Proceed is issued by
the Department's Director, in accordance with the Contract Term set forth below in Article 7
(the "Effective Date"), by and between the City of Miami, Florida, a municipal corporation of the
State of Florida, whose principal address is 444 S.W. 2nd Avenue, 10th Floor, Miami, Florida
33130 (the "City"), and SFM Services, Inc., whose principal address is 9700 NW 79th Street,
Hialeah Gardens, FL, 33016 (the "Contractor").
WITNESSETH:
WHEREAS, pursuant to Resolution No. , adopted by the Miami City Commission
on 2012, the City Commission accepted the competitive bid of 'SFM Services,
Inc. to provide US-1 Landscape Maintenance Services to the City (the "Work"), and authorized
the City Manager to enter into an agreement for the Work with the Contractor for a period of one
(1) year. The City Commission further authorized the City Manager or his Designee to execute
said options to renew subject to the availability of funding and Contractor's performance.
NOW, THEREFORE, in consideration of the foregoing recitals (all of which are adopted
as an integral part of this Agreement), and the promises and covenants contained herein, and
other good and valuable consideration, the receipt of which are hereby acknowledged, the
parties hereto mutually agree as follows:
ARTICLE 1. SCOPE OF WORK: The Contractor shall furnish all labor, materials and
equipment and perform all the work in the manner and form provided by this Agreement and the
Contract Documents, attached hereto and made part hereof, for complete landscaping work
for the Contract Term set forth in Article 7 below and for the project entitled:
US-1 LANDSCAPE MAINTENANCE CONTRACT, M-0087
ARTICLE 2. THE CONTRACT SUM: The City shall pay to the Contractor, for the faithful
performance of the Contract, in lawful money of the United States, and subject to additions and
deductions and based on unit prices (where applicable), all as provided in the Proposal attached
hereto and other Contract Documents attached hereto as Exhibit "C", the annual sum of Ninety
Three Thousand Two Hundred Twenty Dollars ($93,220.00)
The City Manager, at his/her discretion, may exercise the four (4) additional one (1) year options
to renew and the funding shall be as follows:
The first option to renew in the annual amount of Ninety Three Thousand Two Hundred Twenty
Dollars ($93,220.00) during Fiscal Year 2014.
The second option to renew in 'the annual amount of Ninety Three Thousand Two Hundred
Twenty Dollars ($93,220.00) during Fiscal Year 2015.
The third option to renew in the annual amount of Ninety Three Thousand Two Hundred Twenty
Dollars ($93,220.00) during Fiscal Year 2016.
The fourth and final option to renew in the annual amount of Ninety Three Thousand Two
Hundred Twenty Dollars ($93,220.00) during Fiscal Year 2017.
ARTICLE 3. PARTIAL AND FINAL PAYMENTS: In accordance with the provisions fully set
forth in the "General Conditions" of the "Specifications" in the Proposal attached hereto, and
subject to additions and deductions as provided, the City shall pay the Contractor as follows:
(a) On or before the 10th day of each calendar month, the City shall make partial
payments to the Contractor on the basis of the estimate of work performed by the Contractor
during the preceding calendar month, duly certified and approved by the City's Project Manager,
Tess 10% Retainage for new parts only.
(b) Upon submission by the Contractor of evidence satisfactory to the City that all
payrolls, material bills and other costs incurred by the Contractor in connection with the
construction of the work have been paid in full, and also, after all guarantees that may be
required in the Specifications or by the Contractor have been furnished and are found
acceptable by the City, final payment on account of this Agreement shall be made within sixty
(60) days after completion by the Contractor of all work covered by this Agreement and
acceptance of such work by the City.
ARTICLE 4. TIME OF COMPLETION: The Contractor shall commence the work to
be performed under this Agreement and the Contract Documents within the number of
consecutive days after the date of written notice from the Director of the Department of Public
Works to begin work as noted in the Proposal, and shall fully complete the Contract Scope of
Work in accordance with this Agreement and the Contract Documents within the number of
calendar days as set forth in the Proposal.
It is mutually agreed between the parties hereto, that time is of the essence of this Agreement,
and, in the event that construction of the work is not completed within the time herein specified,
it is agreed that from the compensation otherwise to be paid to the Contractor, the City may
retain for each day thereafter, Sundays and holidays included, that the work remains
uncompleted, the sum set forth in the General Conditions of the Specifications, as modified by
Division 2 - Special Provisions, which sum represents the actual damage(s) which the City of
Miami, Florida, will have sustained per day by failure of the Contractor to complete the work
within the time stipulated, and this sum is not a penalty, but will be the liquidated damage(s) that
City will have sustained in event of such default by the Contractor.
ARTICLE 5. ADDITIONAL BOND: It is further mutually agreed between the parties
hereto, that if, „at,', -any time after the execution of this Agreement: and the Performance Bond
hereto attached and incorporated herein as Attachment "A",,,when required for its faithful
performance, the City shall deem the surety or sureties upon such bond to be unsatisfactory, or
if, for any reason, in the opinion of the Engineer; such bond ceases to be adequate to cover the
performance of the work, the Contractor shall, at his expense, within five (5) days after receipt of
notice from the Engineer so to do, furnish an additional bond or bonds in such form and amount,
and with such surety or sureties as shall be satisfactory to the City. In such event, no further
payment to the Contractor shall be deemed to be due under this Agreement until such new or
additional security for the faithful performance of the work shall be furnished in manner and form
satisfactory to the City.
ARTICLE 6. CONTRACT DOCUMENTS: All of the documents hereinafter 'listed form
the Contract and they are as fully as part of the Contract as if attached to this Agreement, or
repeated in this Agreement:
ADVERTISEMENT FOR BIDS
PROPOSAL
BID BOND
CONTRACT
PAYMENT AND PERFORMANCE BOND
MAINTENANCE PERFORMANCE BOND
INSTRUCTIONS TO BIDDERS
SPECIFICATIONS
ADDENDA
PLANS: N/A
As prepared by
Entitled:
M. Rodriquez
M-0087
ARTICLE 7. THE CONTRACT TERM: The original Contract Term is effective ten days after
Notice to Proceed is issued by the Department's Director.
ARTICLE 8. CONTINGENCY CLAUSE: Funding for this Agreement is contingent on the
availability of funds and continued authorization for project activities and is subject to
amendment or termination due to lack of funds, reduction of funds, and/or change in
regulations, upon thirty (30) days written notice.
ARTICLE 9. NOTICES: Whenever either party desires togive notice to the other, such
notice must be in writing, sent by certified United. States Mail, postage prepaid, return receipt
requested, or by hand -delivery with a request for a written receipt of acknowledgment of
delivery, addressed to the party for whom it is intended at the place last specified. The place for
giving notice shall remain the same as set forth herein until changed in writing in the manner
provided in this section. For the present, the parties designate the following:
For City:
Nzeribe (Zerry) Ihekwaba, Ph.D., P.E.
City of Miami
Director of Public Works
444 SW 2nd Avenue, 8th Floor
Miami, FL 33130
With copies to:
Monica Rodriguez, Contract Manager
City of Miami
Department of Public Works
444 SW 2"d Avenue, 8th Floor
Miami, Florida 33130
For Contractor:
SFM Services, Inc.
9700 NW 79th Avenue
Hialeah Gardens, FL 33016
ARTICLE 10. MATERIALITY AND WAIVER OF BREACH:
(a) City and Contractor agree that each requirement, duty, and obligation set forth in these
Contract Documents is substantial and important to the formation of this Contract and,
therefore, is a material term hereof.
(b) City's failure to enforce any provision of this Contract shall not be deemed a waiver of
such provision or modification of this Contract. A waiver of any breach of a provision of
this Contract shall not be deemed a waiver of any subsequent breach and shall not be
construed to be a modification of the terms of this Contract.
ARTICLE 11. SEVERANCE: In the event a portion of this Contract is found by a court of
competent jurisdiction to be invalid, the remaining provisions shall continue to be effective
unless City or Contractor elects to terminate this Contract. An election to terminate this
Contract based upon this provision shall be made within seven (7) days after the finding by the
court becomes final.
ARTICLE 12. APPLICABLE LAW AND VENUE:
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. By
entering into this Contract, Contractor and City hereby expressly waive any rights either party
may have to a trial by jury or to file permissive counterclaims in any civil litigation related to, or
arising out of the Project. Contractor shall specifically bind all subcontractors to the provisions
of this Contract. Each party shall bear their own attorney's fees.
ARTICLE 13. 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 and Contractor.
ARTICLE 14. PRIOR AGREEMENTS:
This document incorporates and includes all prior negotiations, correspondence, conversations,
agreements, and understandings- applicable to the matters contained herein and the parties
agree that there are no commitments, agreements or understandings concerning the subject
matter of this Contract that are not contained in this document. Accordingly, the parties agree
that no deviation from the terms hereof shall be predicated upon any prior representations or
agreements, whether oral or written. It is further agreed that no modification, amendment or
alteration in the terms or conditions contained herein shall be effective unless set forth in writing
in accordance with Article 13 above.
IN WITNESS WHEREOF the parties hereto have executed this Agreement on the day and year
first above written in five (5) counterparts, each of which shall, without proof or accounting for
the other counterparts, be deemed an original contract*.
WITNESS: (If Corporation, CONTRACTOR:
attach Seal and Attest by Secretary)
SFM Services, Inc.
Party of the second part
BY: BY:
Print Name :
Print Name: Print Title:
Corporate Secretary
(Employer Tax I.D. Number)
(SEAL) THE CITY OF MIAMI, FLORIDA,
a municipal corporation,
Party of the first part
ATTEST: BY:
Dwight Danie
City Clerk
RESOLUTION NO.
Johnny Martinez, PE
City Manager
APPROVED AS TO INSURANCE
APPROVED AS TO REQUIREMENTS:
ENGINEERING:
*BECAUSE CONTRACTOR IS A CORPORATION, THERE SHALL BE ATTACHED _ TO EACH
COUN LERPART AS ATTACHMENT "B" A CERTIFIED COPY OF A RESOLUTION OF THE BOARD
OF DIRECTORS OF THE CORPORATION, AUTHORIZING THE OFFICER WHO SIGNS THE
CON TRACT TO DO SO ON ITS BEHALF.
Nzeribe (Zerry) Ihekwaba, Ph.D., P.E. Calvin Ellis, Director
Director, Public Works Risk Management
APPROVED AS TO FORM AND
CORRECTNESS
Julie O. Bru
City Attorney
00800. GENERAL CONDITIONS:
1. Contract Documents:
1.1. The Contract Documents includes any Scope of Work and technical specifications
attached hereto.
1.2. The Contract Documents, along with all documents that make up and constitute the
Contract, shall be followed in strict accordance as to Work, performance, material except
when the City may authorize, in writing, an exception.
1.3. Contractor shall not proceed with any Work when in doubt as to the Work, and shall seek
clarification from Project Manager/Engineer.
2. Intention of City:
It is the intent of City to describe in the Contract Documents a functionally complete Scope of
Work to be performed in accordance with the Contract Documents and in accordance with all
codes and regulations goveming the Work. Any Work, materials or equipment that may
reasonably be inferred from the Contract Documents as being required to produce the intended
result shall be supplied by Contractor whether or not specifically called for. When words, which
have a well-known technical or trade meaning are used to describe work, materials or equipment,
such words shall be interpreted in accordance with that meaning. City shall have no duties other
than those duties and obligations expressly set forth within the Contract Documents. Please refer
to the Public Works Department - STANDARD CONTRACT DOCUMENTS AND
SPECIFICATIONS FOR PUBLIC WORKS PROJECTS.
.3. Terms of the Contract
The successful bidder shall be required to enter into a contract with the City of Miami, which shall
include but not limited to, the following terms:
The initial term of the Contract shall be one (1) year, which shall commence ten (10) days after a
Notice to Proceed is issued by the City of Miami. The City, at its option, may opt to renew (OTR)
the Contract for four additional one year term periods depending availability of funding and
contractor's performance.
Extension of the term of the Contract beyond the initial period is an option to the City to be
exercised in its sole discretion, and which does not confer any rights upon the Bidder, and shall
be based on availability of funding and contractor's performance.
The City shall have the right to terminate the Contract, for any reason whatsoever and at any
time, upon thirty (30) days prior notice to the bidder.
The City reserves the right to automatically extend this contract for up to one hundred twenty
(120) calendar days beyond the stated contract term in order to provide City with continual
service while a new contract is being solicited, evaluated, and/or awarded. If the right is
exercised, the City shall notify the Bidder, in writing, of its intent to extend the contract at the
same price, terms and conditions for a specific number of days. Additional extensions over the
first one hundred twenty (120) day extension may occur, if, the City and the Successful
Bidder/Proposer are in mutual agreement of such extensions.
4. Preliminary Matters:
4.1 Within ten (10) days after the award of the Contract the City shall hold a kick-off meeting
with the Contractor. The City may require that the Sub -Contractors also attend this
meeting.
• 5. Performance Bond and Payment Bond:
Within fifteen (15) calendar days of being notified of the award, Contractor shall, furnish a
Performance Bond and a Payment Bond containing all the provisions in the forms attached
hereto.
Bid No. 11-12-052 Page 60
5.1. Each Bond shall be in the amount of one hundred percent (100%) of the Contract Price
guaranteeing to City the completion and performance of the Work covered in such
Contract as well as full payment of all suppliers, laborers, or subcontractors employed
pursuant to this Project: Each Bond shall be with a Surety, which is qualified pursuant to
Article 5, below.
5.2. If applicable, 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
sum, 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 Contract.
5.3. Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, as may be
amended from time to time, Contractor shall ensure that the bond(s) referenced above
shall be recorded in the public records of Miami -Dade County and provide City with
evidence of such recording.
5.4. Alternate Form of Security:
In lieu of a Performance Bond and a 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 hereto as Forrn
00735. 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.
6. Qualification of Surety:
6.1_ Bid Bonds, • Performance Bonds and Payment Bonds over Five Hundred Thousand
Dollars ($500,000.00):
6.1.1. 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.
6.1.2. 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.
6.1.3. 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:
Bid No. 11-12-052 Page 61
Policy -
Amount of Bond
Financial Holders
Ratings Category
500,001 to 1,000,000 B+ Class
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 .. VII
6.2. For projects of $500,000.00 or less, City may accept a Bid Bond, Performance Bond and
Payment Bond from a Surety which has twice the minimum surplus and capital required
by the Florida Insurance Code at the time the invitation to bid is issued, if the Surety is
otherwise in compliance with the provisions of the Florida Insurance Code, and if the
surety company holds a currently valid certificate of authority issued by the United States
Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States
Code, as may be amended from time to time. A Certificate and Affidavit so certifying
should be submitted with the Bid Bond and also with the Performance Bond and Payment
Bond.
6.3. More stringent requirements of any grantor agency are set forth within the Supplemental
Conditions. If there are no more stringent 'requirements, the provisions of this section
shall apply.
7. Indemnification:
7.1 Contractor shall indemnify, defend, save and hold harmless the City and its officials, employees
and agents (collectively referred to as "Indemnitees") and each of them from and against all Toss,
costs, penalties, fines, damages, claims, expenses (including attorney's fees) or liabilities
(collectively referred to as "liabilities") arising out of, resulting from or in connection with (i) the
performance or non-performance of the services, supplies, materials and equipment
contemplated by this Agreement which is directly or indirectly caused, in whole or in part, by any
act, omission, default, professional errors or omissions, or negligence (whether active or passive)
of Contractor or its employees, agents or subcontractors (collectively referred to as "Contractor"),
regardless of whether it is, or is alleged to be, caused in whole or part (whether joint, concurrent
or contributing) by any act, omission, default, breach, or negligence (whether active or passive) of
the Indemnitees, or any of them, or (ii) the failures of the Contractor to comply with any of the
provisions herein; or (iii) the failure of the Contractor, or the Indemnitees, if applicable, to
conform to statutes, ordinances, or other regulations or requirements of any governmental
authority, federal, state, county, or city in connection with the granting or performance of this
Agreement, or any Amendment to this Agreement, or any actions or challenges that may arise
out of this Amendment of the Agreement by, as due to alleged failure to comply with any
applicable procurement requirements or similar limitations imposed on such agreements by law,
Contractor expressly agrees to indemnify and hold harmless the Indemnitees, or any of them,
from and against all liabilities which may be asserted by. an employee or former employee of
Contractor, or any of its subcontractors, as provided above, for which the Contractor's liability to
such employee or former employee would otherwise be limited to payments under state Worker's
Compensation or similar laws. This section shall be interpreted in a manner to comply with any
applicable Florida Statutes, including ,without limitation, 725.06 and 725.08, F.S., if applicable.
This Indemnification shall survive the cancellation or expiration of the Agreement.
Bid No. 11-12-052 Page 62
7.2 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
covered by Section 7.1 above which may 'be brought against City whether performed by
Contractor, or persons employed or utilized by Contractor.
8. Insurance Requirements:
8.1. Without limiting any of the other obligations or liabilities of Contractor, Contractor shall
provide, pay for, and maintain in force until all of its Work to be performed under this
Contract has been completed and accepted by City. (or for such duration as is otherwise
specified hereinafter), the insurance coverages set forth herein.
8.1.1. Workers' Compensation insurance to apply for all employees in compliance with
the 'Workers' Compensation Law" of the State of Florida and all applicable
federal laws. In addition, the policy(ies) must include:
8.1.1.1. Employers' Liability with a limit of One Million Dollars ($1,000,000.00)
Dollars each bodily injury caused by an accident, each accident. One
Million Dollars ($1,000,000.00) Dollars each bodily injury caused by
disease, each employee. One Million Dollars ($1,000,000.00 Dollars each
bodily injury caused by disease, policy limit.
8.1.1.2 Waiver of subrogation
8.1.2. Comprehensive General Liability with minimum limits of One Million Dollars
($1,000,000.00) per occurrence, combined single limit for Bodily Injury Liability
and Property Damage Liability. General Aggregate Limit of Two Million Dollars
($2,000,000,00). Coverage must be afforded on a 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:
[ X ] 8.1.2.1. Premises and/or Operations.
[ X ] 8.1.2.2. Independent Contractors.
j ] 8.1.2.3. Products and/or Completed Operations for contracts with an
Aggregate Limit of Two Million Dollars ($2,000,000.00) 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.
I ] 8.1.2.4. Explosion, Collapse and Underground Coverages.
[ ] 8.1.2.5. Broad Form Property Damage.
[ ] 8.1.2.6. Broad Form Contractual Coverage applicable to this specific
Contract, including any hold harmless and/or indemnification
agreement.
[ X] 8.1.2.7. Personal Injury Coverage with Employee and Contractual
Exclusions removed, with minimum limits of coverage equal to
those required for Bodily Injury Liability and Property Damage
Liability.
[ X ] 8.1.2.8. City is to be expressly included as an Additional Insured with
respect to liability arising out of operations performed for City by or
on behalf of Contractor or acts or omissions of Contractor in
connection with general supervision of such operation.
[ ] 8.1.2.9. Employee included as insured.
[ X ] 8.1:2.10. Contractual Liability.
Bid No. 11-12-052 Page 63
[ X ] 8.1.2.11.Waiver of Subrogation.
[ X ] 8.1.2.12.Personal and Advertising Injury.
(X ] 8.1.2.13. Loading and Unloading.
[ X ] 8.1.2.14.Mobile Equipment (Contractor's Equipment) whether owned,
leased, borrowed or rented by Contractor or employees of the
Contractor.
8.1.3. Business Automobile Liability with minimum limits of One Million Dollars
($1,000,000.00) per occurrence combined single limit for Bodily Injury Liability
and Property Damage Liability. Coverage must be afforded on a form no more
restrictive than the latest edition of the Business Automobile Liability policy,
without restrictive endorsements, as filed by the Insurance Services Office, and
must include:
8.1.3.1:
8.1.3.2.
8.1.3.3.
8.1.3.4.0.
8.1.3.5.
Owned Vehicles.
Hired and Non -Owned Vehicles.
Employers' Non -Ownership.
Employees included as insured
City of Miami as Additional Insured
[X ] 8.1.4. Umbrella Policy
8.1.4.1_ 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).
8.1.4.2. Products/Completed operations aggregate limit of Two Million
Dollars ($2,000,000).
Excess coverage over the policies as follows:
AIE Commercial General Liability
Business Automobile Liability
[ ] 8.1.5. Installation Floater for the installation of machinery and/or equipment into an
existing structure is required. The coverage shall be "All Risk" coverage
including installation and transit for 100 percent of the "installed replacement cost
value," covering City as a named insured, with a deductible of not more than Five
Thousand Dollars ($5,000.00) each claim.
8.1.5.1. Cessation of Insurance --Coverage is not to cease and is to remain
in force (subject to cancellation notice) until final acceptance by
City.
8.1.5.2. Flood Insurance --When the machinery or equipment is located
within an identified special flood hazard area, flood insurance must
be afforded for the lesser of the total insurable value of such
buildings or structure, or, the maximum amount of flood insurance
coverage available under'the National Flood Program.
[ X ] 8.1.5. Owners Contractors Protective — City of Miami — Limits of Liability for Bodily Injury &
Property Damage Liability shall be in the amounts of $1,000,000.00 for each occurrence
and $1,000,000.00 in the aggregate
I X ] 8.1.6 Employer's' Liability — Limits of Liability
$500,000 for bodily injury caused by accident, each accident
Bid No. 11-12-052
Page 64
$500,000 for bodily injury caused by disease, each employee
$500,000 for bodily injury caused by disease, policy limit
8.1.7 Marine General Liability, including coverage for protection and liability in the amount of
$1,000,000
8.1.8 Pollution Liability in the amount of $1,000,000
8.1.9 Jones Act coverage for captain and crew
8.2. If the initial insurance expires prior to the completion of the work, renewal copies of
policies shall be furnished at least thirty (30) days prior to the date of their expiration.
8.3. Notice of Cancellation and/or Restriction --The policy(ies) must be endorsed to provide
City with at least thirty (30) days notice of cancellation and/or restriction.
8.4. Contractor shall furnish to the Public Works Department 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.
8.5. The official title of the Owner is the City of Miami, Florida. This official title shall be used
in all insurance documentation.
9. Labor and Materials:
9.1. Unless otherwise provided herein, Contractor shall provide and pay for all materials,
labor, water, diesel, 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.
9.2. Contractor shall at all times enforce strict discipline and good order among its employees
and subcontractors at the Project site and shall not employ on the Project any unfit
person or anyone not skilled in the work to which they are assigned.
10. General Requirements
10.1. The employee(s) of the Contractor shall be considered to be at all times its employee(s),
and not an employee(s) or agent(s) of the City or any of its departments.
10.2. The Contractor agrees that the Contractor will at all times employ, maintain and assign to
the performance of the Project a sufficient number of competent and qualified personnel
to meet the requirements of the Work to be performed. The Contractor shall have
employed at the time of bidding sufficient numbers of competent and qualified employees
to meet the requirements of the Work to be performed, and upon request by the City, the
Contractor shall provide a list of these employees.
10.3. The Contractor agrees to adjust staffing levels or to replace any staff personnel if so
ordered by the City, should the City make a determination, in its sole discretion, that said
staffing is unacceptable or that any individual is not performing in a manner consistent
with the requirements for such a position.
10.4. The Contractor represents that its staff personnel have the proper skills, training,
background, knowledge, experience, rights, authorizations, integrity, character and
licenses as necessary to perfomi the Work, in a competent and professional manner.
10.5. The Contractor shall at all times cooperate with the City and coordinate its respective
Work efforts to most.effectively and efficiently progress the performance of the Work.
Bid No. 11-12-052 Page 65
10.7. The Contractor shall be responsible for the good condition of the Work or materials until
formal release from his obligations under the terms of this Contract.
10.8. Contractor shall bear all losses resulting to him on account of the amount or character of
the Work, or the character of the ground, being different from what he anticipated. •
10.9 The Contractor shall at all times conduct the Work in such manner and in such sequence
as will insure the least practicable local interference.
11. 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 wom.
Such removal shall not act as a basis for the Contractor to submit a claim for an extension of
time.
12. 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 this Contract for said Work.
13. Weather:
No extensions to the Contract Period may be granted for weather related delays unless by a
hurricane, City declared emergency or other occurrences that result in the City issuing a Stop
Work Order, or schedule disruptions due to special events as approved by the Engineer.
14. Permits, Licenses and Impact Fees:
14.1. Except as otherwise provided within the Supplemental Conditions, 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 this Contract 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 for whom a Certificate of Competency is required.
14.2. 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
municipality as evidenced by an invoice or other acceptable documentation issued .by the
municipality. Reimbursement to Contractor in no event shall include profit or overhead of
Contractor.
15. Resolution of Disputes:
15.1 To prevent all disputes and litigation, it is agreed by the parties hereto that the Public
Works Director shall decide all questions, claims, difficulties and disputes of whatever
nature which may arise relative to the technical interpretation of the Contract Documents
and fulfillment of this Contract as to the character, quality, amount and value of any work
done and materials furnished, or proposed to be done or fumished under or, by reason
of, the Contract Documents and Contract Administrator's estimates and decisions upon
all claims, questions, difficulties and disputes shall be final and binding to the extent
provided in Article 15.2. Any claim, question, difficulty or dispute which cannot be
resolved by mutual agreement of City and Contractor shall be submitted to the City in
writing within twenty-one (21) calendar days. Unless a different period of time is set forth
herein, the Public Works Director shall notify the Contractor in writing of his/her decision
within twenty-one (21) calendar days from the date of the submission of the claim,
question, difficulty or dispute, unless the Public Works Director requires additional time to
Bid No. 11-12-052 Page 66
gather information or allow the parties to provide additional information. All non -technical
administrative disputes shall be determined by the Contract Administrator pursuant to the
time periods provided herein. During the pendency of any dispute and after a
determination thereof, Contractor, and City shall act in good faith to mitigate any potential
damages including utilization of construction schedule changes and alternate means of
construction.
15.2. 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 ten (10) 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 Value
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) 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.
16. Inspection of Work:
16.1. The City shall at all times have access to the Work, and 'Contractor shall provide proper
facilities for such access and for inspection.
16.1.1. Reexamination of any of the Work may be ordered by the City with prior written
approval by the Contract Administrator, 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.
16.2. Inspectors shall have no authority to permit deviations from, nor to relax any of the
provisions of the Contract Documents, nor to delay the Contract by failure to inspect the
materials and work with reasonable promptness without the written permission or
instruction of the City.
16.3. 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 Contractor to any inspector, directly or
indirectly, is strictly prohibited, and any such act on the part of Contractor will constitute a
breach of this Contract.
17. Authority Of The City Project Manager
17.1. The Contract Administrator 'hereby authorizes the Project Manager 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.
17.2. The Contractor -shall be bound by all determinations or orders of the Project Manager and
shall promptly respond to requests of the Project Manager, including the withdrawal or
modification .of any previous order, regardless of whether the Contractor agrees with the
Project Manager's determination or requests. Where requests are made orally, the
Project Manager will follow up in writing, as soon thereafter as is practicable.
17.3. The Project Manager shall have authority to act on behalf of the City to the extent
provided by the Contract, unless otherwise modified in writing by the City. All instructions
to the Contractor shall be issued in writing. All instructions to the Contractor shall be
issued through the Contract Administrator or the Project Manager.
Bid No. 11-12-052 Page 67
17.4. 'The Project Manager shall have access to the Work Site(s) at all times. The Contractor
shall provide safe facilities for such access so the Project Manager may perform their
functions under the Contract. The Project Manager will make periodic visits to the Work
Site to become 'generally familiar with the progress and quality of the Work, and to
determine if the Work is proceeding in accordance with the Contract Documents.
17.5. The Project Manager will not be responsible for Work 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.
17.6. The Project Manager will have authority to reject Work that does not conform to the
Contract requirements, whenever, in his or her opinion, it is considered necessary or
advisable to insure the proper implementation of the Contract. Neither The Project
Managers 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 to the Contractor, any subcontractor, supplier or any
of their agents, employees, or any other person performing any of the Work.
17:7. All interpretations and recommendations of the Project Manager shall be consistent with
the intent of the Contract.
17.8. The Project Manager will not be responsible for the acts or omissions of the Contractor,
any Sub -Contractor, or any of their agents or employees, or any other persons
performing any of the Work.
18. Superintendence and Supervision:
18.1. Contractor shall keep on the Work during its progress, a full-time competent English
speaking superintendent and any necessary assistants, all satisfactory to the City. The
superintendent shall not be changed except with the written consent of the City, unless
the superintendent proves to be unsatisfactory to Contractorand 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 the City upon the written request of Contractor. Contractor shall give efficient
supervision to the Work, using its best skill and attention. The City 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.
18.2. If in the course of prosecuting the Work, the Contractor finds any issues or conditions
affecting the performance of the Work, it is their duty to immediately inform the Project
Manager, in writing, and the Project Manager will promptly review the same. Any Work
done after such discovery, until authorized, will be done at Contractor's sole risk.
18.3. 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.
18.4 Contractor shall provide 24-hour a day, 7 day a week emergency contact numbers for the
superintendent and the superintendent's supervisor.
19. Methods of Performing The Work
19.1. If, the Project Manager reasonably determines that the Work is not such as to insure its
completion within the approved schedule, or if, in the opinion of the Project Manager, 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 • progress schedule accepted by or determined
by the Project Manager, the Project Manager 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
Bid No. 11-12-052 Page 68
J
performance in accordance with the schedule to insure completion of the Work within the
specified schedule. The Contractor shall immediately comply with such orders at no
additional cost to the City. The City at its sole option may also have Work performed by a
third party contractor and deduct such cost from any monies due the Contractor.
19.2. Where materials or equipment 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..
20. City's Right to Terminate Contract:
20.1. If Contractor fails to begin the Work within fifteen (15) calendar days after the
commencement date as indicated in the Notice to Proceed, or fails to perform the Work
with "sufficient workers and equipment or -with sufficient materials to insure the prompt
completion of the Work, or shall perform the Work unsuitably, or cause it to be rejected
as defective and unsuitable, or shall discontinue the prosecution of the Work pursuant to
the accepted schedule or if Contractor shall fail to perform any material term set forth in
the Contract Documents or if Contractor shall become insolvent or be declared bankrupt,
or commit any act of bankruptcy or insolvency, or shall make an assignment for the
benefit of creditors, or from any other cause whatsoever shall not carry on the Work in an
acceptable manner, Contract Administrator may give notice in writing to Contractor and
its Surety of such delay, neglect or default, specifying the same. If Contractor, within a
period of five (5) calendar days after such notice, shall not proceed in accordance
therewith, the City will terminate the services of Contractor, exclude Contractor from the
Work Site(s) and take the prosecution of the Work out of the hands of Contractor, and
appropriate or use any or all materials and equipment on the Project site as may be
suitable and acceptable. In such case, Contractor shall not be entitled to receive any
further payment until the Work is completed. In addition City may enter into an
agreement for the completion of the Work according to the terms and provisions of the
Contract Documents, or use such other methods as in City's sole opinion shall be
required for the completion of the Work in an acceptable manner. All damages, costs
and charges incurred by City, together with the costs of completing the Work, shall be
deducted from any monies due or which may become due to Contractor. In case the
damages and expenses so incurred -by City shall exceed the unpaid balance, then
Contractor shall be liable and .shall pay to City the amount of said excess. in such event,
the contractor shall be liable for damages including the excess cost of procuring similar
supplies or services: provided that ,if, (1) it is determined for any reason that the
Contractor was not in default or (2) the Contractor's failure to perform is without his or his
subcontractor's control, fault or negligence, the termination will be deemed to be a
termination for convenience of the City of Miami.
20.2. If after notice of termination of C,ontractor's right to proceed, it is determined for any
reason -that Contractor was not in default, the rights -and obligations of City and
Contractor shall be the same as if the notice of termination had been issued pursuant to
the Termination for Convenience clause as set forth in Article 20.3 below.
20.3. This Contract may be terminated for convenience in writing by the City Manager or the
City Commission upon ten (10) days written notice to Contractor (delivered by certified
mail, return receipt requested, hand delivery or courier) of intent to terminate and the date
on which such termination becomes effective. In such case, Contractor shall be paid for
all work executed and expenses incurred prior to termination. Payment shall include
reasonable profit for work/services satisfactorily performed. No payment shall be made
for profit for work/services, which have not been performed.
20,4. Upon receipt of Notice of Termination pursuant to the above, Contractor shall promptly
discontinue all affected work unless the Notice of Termination directs otherwise and
Bid No. 11-12-052 Page 69
deliver or otherwise make available to City all data, drawings, specifications, reports,
estimates, summaries and such other information as may have been required by the
Contract Documents whether completed or in process.
21. Assignment:
Neither party hereto shall assign the Contract or any subcontract in whole or in part without the
written consent of the other, nor shall Contractor assign any monies due or to become due to it
hereunder, without the previous written consent of the City Commission.
22. Contractor's Use Of Work Site(s)
22.1. Limitations may be placed on the Contractor's use of the Work Site and such limitations
will be identified by the City.
22.2. The Contractor shall limit its use of the Work Site(s), so as minimize impact and
disruption to the surrounding areas and residents
21.2.1 The Contractor shall:
a. Confine operations at the Work Site to the areas permitted by the Project
Manager; not disturb portions of the Work Site beyond the specified areas;
conform to Work Site rules and
b. Assume all responsibility for its tools, equipment and materials, including any
materials purchased for the Work, and its vehicles while performing Work for the
City and/or while parked at a City facility. The City assumes no liability for
damage to the items specified in this paragraph.
c. Access to and egress from the Work Site(s) shall be subject to the approval of
the Contract Administrator or the Project Manager.
23. Interfering Structures and Property
Take necessary precautions to prevent damage to existing structures and property when
accessing the Work Site(s). The Contractor is solely responsible for any damage to personal,
City or other public property.
24. Site Investigation and Representation
24.1 The Contractor acknowledges that it has satisfied itself as to the nature and location of
the Work, the general and local conditions, particularly those bearing upon availability of
transportation, disposal, handling and storage of materials, availability of labor, water,
electric power, roads, and uncertainties of weather, the conformation and conditions at
the ground, the type of equipment and facilities needed preliminary to and during the
prosecution of the Work and all other matters which can in any way affect the Work or the
cost thereof under the Contract Documents.
24.2 The Contractor further acknowledges that he has satisfied himself 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 the Contract Documents. Any failure by
the Contractor to acquaint himself with all the available information will not relieve him
from responsibility for. properly estimating the difficulty or cost thereof under the Contract
Documents.
25. Contractor's Responsibility for Damages and Accidents:
Contractor shall be responsible for all materials, equipment and supplies pertaining to the Work.
The City assumes no responsibility or liability in the event any such materials, equipment and
supplies are lost, stolen, damaged .or .destroyed.
Bid No. 11-12-052 Page 70
26. Accidents
The Contractor shall provide such equipment and facilities as are necessary or required, in the
case of accidents, for first aid service to persons who may be injured during the Project 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 every accident to
persons or damage to property, and shall furnish in writing full information, including testimony of
witnesses regarding any and all accidents.
27. Safety Precautions
27.1. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Project. Contractor shall take all
necessary precautions for the safety of, and shall provide thenecessary protection to
prevent damage, injury or loss to:
27.1.1.AII employees on the Work Site(s) and other persons who may be affected
thereby;
27.1.2 Other property at the Work 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.
27.2. Contractor shall designate a responsible member of its organization at the Work 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 City.
27.3. 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 referred to in the Contract Documents, 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 the City has issued a
notice to City and Contractor a notice of Final Acceptance.
27.4 Contractor must adhere to the applicable environmental protection guidelines for the
duration of the Contract. If hazardous waste materials are used, detected or generated
at any time, the Project Manager must be immediately notified of each and every
occurrence. The Contractor shall comply with all codes, ordinances, rules, orders and
other legal requirements of public authorities (including OSHA, EPA, DERM, the City,
Miami -Dade County, State of Florida, and Florida Building Code), which bear on the
performance of the Work.
27.5. The Contractor shall take the responsibility to ensure that all Work is performed .using
adequate safeguards.
27.6 If an emergency condition should develop during the Work, the Contractor must
immediately notify the Project Manager of each and every occurrence. The Contractor
should also recommend any appropriate course(s) of action to the Project Manager.
Bid No. 11-12-052 Page 71
28. Warranty of Materials:
Contractor warrants to City that all materials furnished under this Contract will be new unless
otherwise specified and that all of the Work will be of good quality, free from defects and in
conformance with the 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, Contractor shall fumish 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.
29. Manufacturer's Instructions
29.1. The Contractor shall:
29.1.1. Comply with manufacturer's requirements for the handling, delivery and use of
all materials. Where required by the Contract Documents, Contractor shall
submit manufacturer's printed instructions and MSDS documents to the City.
29.1.2. 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.
29.1.3. Inspect materials prior to use and reject materials not meeting the
requirements of the Contract Documents.
30. 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. All
material and equipment furnished shall be fully guaranteed by the successful Bidder 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
Supplemental Conditions of the Contract Documents may supersede the manufacturer's standard
warranty. Manufacturer's warranties will become effective upon final completion of the Project.
31. Defective Work:
31.1. The Project Manager shall have the authority to reject or disapprove work which the
Project Manager finds tobe not in compliance with the Contract Documents. If required
by Project Manager, Contractor shall promptly either remove or correct all defective
Work. Contractor shall bear all direct, indirect and consequential costs of such
corrections including cost of materials, equipment, and personnel.
31.2. Should Contractor fail or refuse to remove or correct any defective work or to make any
necessary repairs in accordance with the requirements of the Contract Documents within
the time indicated in writing by the Project Manager, the City shall have the authority to
cause the defective Work to be corrected, or make such repairs as may be necessary .at
Contractor's expense. Any expense incurred by City in making such corrections or
repairs,shall be paid for out of any monies due or which may become due to Contractor.
In the event of failure of Contractor to make all necessary repairs promptly and fully, City
may declare Contractor in default.
32. 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.
Bid No. 11-12-052 Page 72
33. Subcontracts
33.1. Contractor shall not employ any subcontractor against whom City may have a reasonable
objection. Contractor shall not- be required to employ any subcontractor against whom
Contractor has a reasonable objection.
33.2. Contractor shall be fully responsible for all acts and omissions of its subcontractors and
of persons directly or indirectly employed by its subcontractors and of persons for whose
acts any of them may be liable to the same extent that Contractor is responsible for the
acts and omissions of persons directly employed by it. Nothing in the Contract
Documents shall create any contractual relationship between any subcontractor and City.
or any obligation on the part of City to pay or to see the payment of any monies due any
subcontractor. The City may furnish to any subcontractor evidence of amounts paid to
Contractor on account of specific Work performed.
33.3. Contractor agrees to bind specifically every subcontractor to the applicable terms and
conditions of the Contract Documents for the benefit of City.
33.4 Contractor shall complete Attachment B identifying all Sub -Contractors.
33.5. Multi -tier subcontracting is not permitted. Contractor shall not authorize subcontractors to
further subcontract any portions of the Work.
33.6 The work performed by all subcontractors shall be no more than 10% of the total work for
this Contract.
34. Separate Contracts:
34.1. City reserves.the right to let other contracts in connection with this Work. Contractor shall
afford other persons reasonable -.opportunity for the execution of their work and shall
properly connect and coordinate this Work with theirs.
34.3. Contractor shall conduct its operations and take all reasonable steps to coordinate the
prosecution of the Work so as to create no interference or impact on the public or
businesses. Should such interference or impact occur, Contractor shall be liable for the
cost of such interference or impact.
35. Continuing the Work:
Contractor shall carry on the Work and adhere to the progress schedule during all disputes or
disagreements with City, including disputes or disagreements concerning a request for a Change
Order, a request for a change in the Contract Value or Contract Term. The Work shall not be
delayed or postponed pending resolution of any disputes or disagreements.
36. Changes in the Work or Terms of Contract Documents:
36.1. Without invalidating the Contract, 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 as may be considered necessary or desirable to complete fully and acceptably the
Work in a satisfactory manner. Any extra or additional work within the scope of this
Contract must be accomplished by means of appropriate Field Orders or Change Orders.
36.2. Any changes to the terms of the Contract Documents must be contained in a written
document, executed by the parties hereto, with the same formality and of equal dignity
prior to the initiation of any work reflecting such change. This section shall not prohibit the
issuance of Change Orders executed only by City as hereinafter provided.
37. Supplemental lnstructions:
7
The Project Manager shall have the right to approve and issue Supplemental Instructions setting
forth written orders, instructions, or interpretations concerning the Contract Documents or its
performance, provided such Supplemental Instructions involve no change in the Contract Value
or the Contract Term.
Bid No. 11-12-052 Page 73
38. Field Directives •
The Project Manager may at times issue field directives to the Contractor based on visits to the
Project Site. 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 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 and the Contract Administrator 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.
The contractor will take direction only from the City Manager, Director of Public Works, Assistant
Director of Public Works, Chief Civil Engineer, or Project Manager. The contractor will not take
direction from elected officials or other City personnel.
39. Change Orders:
39.1 Changes in the quantity or character of the Work within the scope of the Work which are
not properly the subject of Field Orders or Supplemental Instructions, including all
changes resulting in changes in the line item prices, Contract value, or the Contract
Term, shall be authorized only by Change Orders approved in advance and issued in
accordance with the provisions of the City.
39.2. All changes to construction contracts must be approved in advance in accordance with
the value of the Change Order or the calculated value of the time extension. All Change
Orders with a value of $25,000 or more shall be approved in advance by the City
Commission. All Change Orders with a value of less than $25,000 shall be approved in
advance by the City Manager or his designee.
39.3. In the event satisfactory adjustmentcannot 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 as set forth in Article 15
hereof. 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 and Contract Administrator 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 line
item pricing, Contract Value or Contract Term.
39.4. Under circumstances determined necessary by City, Change Orders may be issued
unilaterally by City.
40. Value of Change Order Work:
40.1. The value of any work covered by a Change Order or of any claim for an increase or
decrease in the Contract Value shall be determined in one of the following ways:
40.1.1. By mutual acceptance of an increase or decrease in line item price(s) which
Contractor and City acknowledge contains a component for overhead and
profit.
40.1.2. By mutual acceptance of a lump sum which Contractor and City acknowledge
contains a component for overhead and profit. .
40.1.3. The addition of new line item prices.
Bid No. 11-12-052 Page 74
41. No Damages for Delay:
No claim for damages or any claim, other than for an extension of time, shall be made or asserted
against City by.reason of any delays except as provided herein. Contractor shall not be entitled
to an increase in the Contract Value 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.
42. Force Majeure. •
42.1 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.
42.2 If the Contractor is delayed in performing any obligation under this Contract due to a
force majeure condition, the Contractor shall request a revision of the schedule to the
City within two (2) working days of said force majeure occurrence. Any revision of the
schedule shall be subject to mutual agreement and shall not be cause for any claim by
the Contractor -for extra compensation unless additional work is required. Does Not
Include inclement weather except as permitted by Florida law or the acts or omissions of
Sub -Contractors, etc.
43. No Interest
Any monies not paid by City when claimed to be due to Contractor under this Agreement,
including, but not limited to, any and all claims for contract damages of any type, shall not be
subject to interest including, but not limited to prejudgment interest. However, the provisions of
Section 218.74(4), Florida Statutes as such relates to the payment of interest, shall apply to valid
and proper invoices.
44. Material Safety Data Sheets and Product Data
44.1 Contractor shall submit four copies of the Material Safety Data Sheets (MSDS) and other
of product data for all materials to be used in the performance of the Work. Each copy
must be marked to identify applicable products, and other data. Contractor shall
supplement manufacturer's standard data to provide information unique to the Work.
44.2 Contractor shall submit only pertinent MSDS and product data information. Submittals
shall be marked to identify pertinent products, with references to the specifications and
the Contract Documents.
44.3 The City may reject materials to be used in the performance of the Work where the
MSDS and product data submitted result in the City determining that the materials do not
meet the requirements of the Contract
45. Stop Work Order
45.1. 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:
43.1.1. •Cancel the Stop Work Order; or
43.1.2. Terminate the Work covered by such order as provided in Article 20.3.
Bid No. 11-12-052 Page 75
45.2. If a Stop Work Order issued under this Article is canceled or the period of the order or
any extension thereof expires, the Contractor shall resume the Work without
compensation
46. 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 the Work, Contractor shall remove all its
waste materials and rubbish from and about the Work Site(s) as well as its tools, equipment,
machinery and surplus materials. If Contractor fails to clean up during the prosecution of the
Work or at the completion of the Work, City may do so and the cost thereof shall be charged to
Contractor. If a dispute arises- between Contractor and separate contractors as to their
responsibility for cleaning up, City may clean up and charge the cost thereof to the contractors
responsible therefore as the City shall determine to be just.
47. 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 shaft
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 this Agreement shall be made
without regard to or consideration of race, age, religion, color, gender, sexual orientation, national
origin, marital status, physical or mental disability, political affiliation, or any other factor which
cannot be lawfully used as a basis for service delivery.
48. Contingency Allowance
The City has established a Contingency Allowance for this Project, which shall be reflected in the
total contract sum. This allowance account is for use at the sole discretion of the City and shall
only be distributed through the issuance of a change order approved by the City. Contractor has
no entitlement to these funds as a result of the award of the Contract by the City.
49. Payment and Performance Bond
A 100% payment and performance bond is required for this project. Refer to Section 008000,
Article 4.
50. Davis Bacon Act
This project is not subject to the Davis Bacon Act.
51. Pricing and Payment
Bidders shall include in their bid all taxes, insurances, social security, workman's compensation,
and any other benefits normally paid by the bidder to its employees. No overtime will be
authorized by the City which exceeds the rates quoted in this solicitation or not authorized by the
City. Payments will be made monthly, in arrears, for services rendered the previous month, upon
submission of property certified invoices and/or approved inspection reports. All such information
shall be provided to the City Engineer for his/her approval in advance of payment. The contractor
shall pay his/her employees performing work under this contract not less than the federal
minimum wage in effect at the time of the contract.
52. Materials and Equipment
The bidder shall furnish, at his/her own expense, all equipment, materials or supplies, including
disposal fees,• trash bags, oil, water,- etc. necessary for completion of all the services specified in
this bid. The equipment shall include but not be limited to landscaping equipment, bucket trucks,
wood chipper, dump trucks, crane, etc. all as necessary to complete the work. The item price
Bid No. 11-12-052 Page 76
must include the disposal of all debris and litter collected by the scope of this contract and no
additional compensation will be allowed. The contractor is not allowed to use the City's rights of
ways for storage of any material related to this contract.
53. Method of Award
This contract may be awarded to the two (2) lowest most responsive and responsible bidders for
all the Bid Items included in this contract, and whose bid conforms to the specifications and is
most advantageous to the City.
Award shall be based upon the pricing indicated on the Bid Form, pursuant to the Specifications.
The City may select two (2) bidders, with the lowest deemed the "primary vendor" and the next
lowest the "secondary vendor", in the order of overall lowest prices provided to the City. Should
the primary vendor not be able to provide the necessary service at the time needed or the
required work is beyond the ability or expertise of the primary vendor or the primary vendor fails
to perform as per Section 7 of the Public Works Construction Standards, the City has the option
to select the secondary vendor whom -will be offered the work to complete in a timely manner.
The City additionally reserves the option to obtain quotes from either of the awarded vendor(s) for
a specificproject(s) prior to the provision of the same. Should the City determined the primary
vendor's quote too high or incomplete, the City has the right to obtain a quote from the secondary
vendor, in order to obtain the required service in the most expedient manner and at the lowest
possible.
54. Additions/Deletions of Services Required
Although this contract identifies specific terms and special conditions for work, it is hereby agreed
and understood that any other services may be added/deleted to/from this contract at the option
of the City or any government agency may utilize the same terms, conditions, and pricing by
approval from the bidder. The.City of Miami will not be responsible for any agency outside the
City of Miami.
When an addition to the contract is required, the successful bidder under this contract shall be
invited to submit price quotes for any new service. If the quotes are comparable with market
prices offered for similar work as described in this contract, they shall be added to the contract
whichever is in the best interest of the City of Miami and an addendum and a separate purchase
order or change order shall be issued by the City.
55. Estimated Quantities
Engineering estimated quantities or estimated dollar value are provided for bidder's guidance
only. No guarantee is expressed or implied as to quantities that will be purchased during the
contract period. The City is not obligated to place an order for any given amount subsequent to
the award of this bid. Said engineering estimate may be used by the City for purposes of
determining the low bidder meeting specifications. The City reserves the right to acquire
additional quantitiesat the prices bid or at lower prices.
56. Emergency / Disaster Performance
In the event of a hurricane or other emergency or disaster situation, the successful bidder(s) shall
provide the City with the commodities/services defined within the scope of work for this bid at the
price contained within his/her bid amount. Further, the successful bidder shall deliver/perform for
the City on a priority basis during such times of emergency.
57. Contract Hierarchy
All of the documents incorporated by the Contract Documents shall govern this Project. Where
there is a conflict between any .provision set forth within the Contract Documents and a more
stringent state or federal provision which is applicable to the Contract Documents exists, the more
stringent provision shall prevail. The order of hierarchy within the Contract Documents shall be
the Contract, Scope of Work, Supplemental Conditions, General Conditions, and last shall be the
Instructions to Bidders.
Bid No. 11-12-052 Page 77
58. Third Party Beneficiaries
Neither Contractor nor the 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.
59. Warranty, Fitness for Purpose
The contractor warrants the materials supplied and the work performed under this contract
conform to warranty materials provided and work performed for one (1) year from date of
completion.
In addition to all other warranties that may be supplied by the bidder, the bidder shall warrant its
products and/or service against faulty labor and/or defective material for a minimum period of
one (1) year after the date of acceptance of the labor, materials and/or equipment by the City.
This warranty requirement shall remain in force for the full one (1) year period; regardless of
whether the contractor is under contract with the City at the time of any defect. Any payment by
the City on behalf of the goods or services received from the contractor does not constitute a
waiver of these warranty provisions.
The contractor shall be responsible for promptly correcting any deficiency, at no cost to the City,
within five (5) calendar days after the City notifies the contractor of such deficiency in writing. If
the contractor fails to honor the warranty and/or fails to correct or replace the defective work or
items within the period specified, the City may, at its discretion, notify the contractor, in writing,
that the bidder may be debarred as a City bidder/proposer and/or subject to contractual default if
the corrections or replacements are not completed to the satisfaction of the City within ten (10)
calendar days of receipt of the notice. If the contractor fails to satisfy the warranty within the
period specified in the notice, the City may (a) place the contractor in defaults of its contract,
and/or (b) procure the products or services from another contractor and charge the contractor for
any additional costs that are incurred by the City for this work or items; either through a credit
memorandum or through invoicing.
Bid No. 11-12-052 Page 78
01000 SUPPLEMENTAL CONDITIONS
01001 SCOPE OF WORK
The Work specified in the Contract Documents consists of furnishing all labor, machinery, tools, means of
transportation and debris removal, supplies, equipment, materials, water, diesel, and all other
services necessary to perform the complete landscape maintenance.
The work includes, but is not limited to, the following:
• US-1 Median Work includes: Mowing / Weeding / Trimming / Debris and Litter pick up,
sweeping, fertilizing, herbicide, and insect spraying, edging and pruning, reinstalling root
guards; removing dead . trees and fronds as well as lower branches, removal of all
undesirable plants and invasive exotic plant materials, watering, mulching the medians
on the frequency specified in the PROPOSAL.
• Strip of land by the wall and on trellis: Mowing / Weeding / Trimming / debris and Litter
pick up, sweeping, herbicide, and insect spraying. Frequency of this work as stated in the
PROPOSAL.
1-95 Embankments located both sides of 1-95 approximately between S.W. 32nd Road and
west of S. Miami Avenue.: Mowing / Weeding / Trimming / debris and Litter pick up,
sweeping, herbicide, and insect spraying. Frequency of this work as •stated in the
PROPOSAL.
• Tree / Palm Stump removal — "as needed"
• Sodding — "as needed"
• Planting Trees / Palms (30 gal.) — "as needed".
• Planting shrubs — 'as needed"
1.1. Location of Work:
The project location is at the medians located along US-1 between 1-95 Expressway and SW 37th
Avenue. In addition, this contract includes the maintenance of the strip of land between the wall
and curb and the trellis located in -US-1 northbound lane between Viscaya and SW 19th Avenue
and the 1-95 Embankments approximately between S.W. 32nd Road and west of S. Miami
Avenue. 1
NOTE: Additional locations for landscaping maintenance of rights of way shall be added/deleted
at the discretion of the City of Miami with written approval of the Director of Public Works as the
maintenance responsibility are transferred to/from the Department. The price for any additional
location not described in the Bid Proposal will not be open for discussion and there will be no
additional compensation to the contractor if the scope of service equals the bid proposal item
description. The bid proposal item shall be used to price any additional work at any citywide
location.
Bid No. 11-12-052 Page 79
1.2- PAYMENT ITEM SPECIFICATIONS DETAILS
Any work not specifically mentioned in the payment Items listed in the Proposal, but
indicated on the Plans and/or Specifications, shall be considered as incidental to one
or more of the payment Items, and no claim for additional compensation will be
allowed.
Item 1: The price bid shall be full compensation for furnishing all necessary labor,
materials, water, fuel, tools, and equipment for performing a complete
landscaping maintenance of US-1 between SW 37th Avenue and 1-95, a strip of
land between the wall and the 1-95 embankments between SE 323d Road and
west of S: Miami Avenue every 2 weeks. This item includes litter pick up, mow,
cut and/or trim and edge the grass or turfin accordance with the latest edition of
the State of Florida "Guide for Roadside Mowing" and the latest edition of the
"Maintenance Rating Program". Properly prune all plants, which include palms,
trees, shrubs and ground covers on a bi-weekly basis or as directed by the
Engineer. Prune, trim and/or edge such parts thereof which may present a visual
or other safety hazard for those using or intending to use the right of way
including growth around street lights and traffic signals. The contractor is
responsible for removing the trash bags and debris the same day of performing
the landscaping cleaning. Contractor must not block traffic during peak hours.
Contractor must follow the frequency schedule included in the PROPOSAL
Item 9: Special Provisions — To provide a fund for contingent work described below, the
Contractor shall include in his Proposal the Cash Allowance Sum of Forty
Thousand Dollars ($40,000.00). These funds shall be used to pay for the
following when not provided for in the Specifications or in another Item of the
Proposal.
A The necessary adjustments or relocation of Miami -Dade owned water mains only
as directed by the Engineer.
B. The adjustments, removal or reconstruction of any City -owned structures not
specifically mentioned in the Specifications.
C. Other unforeseen surface or underground adjustments or additional work not
included in the Specifications.
D. Uniformed Police*
*Provision for Item "D" is further specified in this Division under UNIFORMED
POLICE.
The amount of such construction adjustments, services and/or work are
estimates only and shall be done only as directed by the Engineer, who shall
approve all charges which will be paid for from the respective portion of the
Provisions for Special Items. Any portion of said Allowance not used will be
withheld from Contract Payments. The Contractor is referred to Section 3-2 of
the General Conditions.
01002. QUALITY ASSURANCE
2.1 All landscaping contractor, subcontractor, or any and their employees engage in any type
of landscaping installation, care or maintenance must be directed and supervised by a
Bid No. 11-12-052 Page 80
certified landscape contractor. This will require a landscape professional or a competent
superintendent (in the field at all times).
2.2 All Work shall be per -formed using superior maintenance standards and techniques.
01003. ENVIRONMENTAL PROTECTION
Contractor shall comply with Chapter 17, Environmental Preservation of Miami City Code, and
City Ordinance 12636 and 13085. Any violation of this Code the contractor will be sole
responsible for the damages and no additional charges will be allowed.
01004. CODE COMPLIANCE
All Work shall comply with the South Florida Building Code, City of Miami Code, and Miami -Dade
County Code. Contractor shall comply with the requirements of Section 114 of the Clean Air Act
and Section 308 of the Federal Water Pollution Control Act as well as any other requirements
specified in the Contract Documents.
01005. PROPER EQUIPMENT AND OPERATION
The contractor shall comply with the National Environmental Policy Act (NEPA) and Noise Control
regulation, local and The City Code.
01006. PERMITS
The Department of Public Works will issue a Tree Permit for any removal, trimming and
installation of trees and palms.
01007. ROOT GUARD
Shade trees planted within the public right-of—way and within close proximity of sidewalks or
curbs will require root barriers, i.e., sections of metal pipe or root deflectors under the product
name of `Root Solutions", or approved equal.
01008. PLANTING — See attached Division 2A.
01009. SODDING — See attached Division 2B.
Bid No. 11-12-052 Page 81
DIVISION 2A
PLANTING
2A.01 PLANTING GENERAL
The Contractor shall furnish all labor, materials, and equipment, watering and related
work required to complete the work in accordance with the contract documents and
specifications.
I. SCHEDULING OF WORK: The work shall be as coordinated with other contractors as
to prevent any conflicts as to scheduling with others. The contractor is not allowed to
block traffic during peak hours.
II. PERSONNEL: All planting shall be performed by personnel familiar with planting
procedures and under the supervision of a qualified planting foreman who is to be
available at the jobsite during the course of the work.
TTT. PROTECTION OF UTILITIES AND STRUCTURES: Prior to the preparation of planting
areas or plant pits, the Contractor shall ascertain the location of all electrical cables, all
conduits, all utility lines, oil tanks and supply lines, so that proper precautions may be
taken not to disturb or damage any subsurface improvements. In the event any are
uncovered, the Contractor shall promptly notify the City Engineer, who shall arrange to
relocate the plant material, if possible. The Contractor shall be responsible for any
damage to utilities and structures and shall properly maintain the protection of same.
IV. CLEAN UP:
A. If the Contractor fails to dean up, the City may do so and the cost thereof shall be
charged to the Contractor.
V. SUBMITTALS:
A. Unit Prices: The unit prices bid will serve as the basis for any required addition or
deletion to the Contract.
B. Materials: Submit four samples each with corresponding certificates of compliance
from the product manufacturer or supplier for planting soil, fertilizer (analysis card),
mulch, galvanized steel banding, turn buckles, guy wires and painted sample of
wood braces. Submit these within thirty (30) days after award of Contract.
C. Schedule: A detailed sequence of planting shall be submitted to the City by the
Contractor. Submit revised schedule when departure from same is necessary.
D. Maintenance Guidelines: Submit detailed maintenance guidelines covering
fertilization, watering, spraying, trimming, mulching, and any other pertinent issues
related to landscape work required to ensure viability of plant material. Submit
maintenance guidelines sixty (60) days after award of Contract for review by the City
or his representatives.
2A.02 MATERIALS
Bid No. 11-12-052 Page 82
I. COMMERCIAL FERTILIZER:
A. Shall be delivered to the site in the original unopened containers, each bearing the
manufacturer's analysis.
B. Fertilizer shall be Mix #5024 (10.5.8) as supplied by ATLANTIC-FLORIDA EAST
COAST FERTILIZER & CHEMICAL, unless noted otherwise, or equal.
II. PLANT MATERIAL:
A. Words "Plant Materials" or "Plants" refer to and include trees, palms, shrubs, and
g ro und covers.
B. Plant species shall conform to those indicated on the drawings and in these
Specifications.
C. Plants shall be sound, healthy, vigorous, free from plant diseases, insect pests, or
their eggs and shall have healthy normal root systems. Plants shall be nursery grown
stock, except for site transplanted material or freshly dug, balled and burlap plants.
D. All plants shall have been transplanted or root pruned at least once in the three years
previous to contract date. Root bound container plants will not be accepted.
E. Collected palms shall be heeled in the nursery for no Tess than three months prior to
final planting.
F. All plant material not otherwise specified as being Florida Fancy of Specimen shall
be Florida No. 1 or better quality graded in accordance with "Grades and Standards
for Nursery Plants" published by the State of Florida Department of Agriculture.
G. Caliper measurement, height measurement, height relation to caliper, spread, bare
root and ball dimensions, number of canes, types of vines and ground covers, etc.,
shall conform to the applicable standards given in "USA Standard for Nursery Stock
260.1", sponsored by the "American Association of Nurserymen, Inc.".
H. Plants specified shall be used, substitutes will not be allowed unless sufficient
evidence is submitted in writing, indicating plant unavailability. The Contractor is to
submit suggested listing of substitutes for review and comment by the City Engineer.
No substitutions shall be made unless approved in writing. Said substitutes shall be
submitted no less than five (5) days after Award of Contract.
I. Any materials and/or work may be rejected if; in the opinion of the City Engineer
such does not meet the requirements of these Specifications. All rejected materials
shall be promptly removed from the site by the Contractor at his expense.
J. Plants,. existing on the site and transplanted by the Contractor shall be subject to
Contractor's Guarantee.
K. Plants used where symmetry is required shall be matched as nearly as possible. The
Contractor shall tag all trees and palms at the nursery for review by the City
Engineer. The tagging for review shall be made no less than forty five (45) days prior
to the projected installation date. All material shall be clearly identified by the use of
Bid No. 11-12-052 Page 83
colored vinyl tapes. The Contractor shall tag 10% more than the quantities required
and give five (5) days notice minimum prior to nursery visit.
III. SOIL MOIST POLYMERS
Provide Soil Moist acrylic copolymers at the rate specified in 2B.03.III.F to each planting
pit/tree or palm planting location. Contact: Nursery and Landscape Supply (305) 235-9311
or Terra International (305) 247-1521.
IV. PLANTING SOIL: Shall be as follows:
50% Muck
50% Coarse Silica Sand
Or as indicated in the plans.
V. MULCH: Shall be as indicated in the Bid proposal, or Eucalyptus Mulch Grade "A" delivered
to the site in sealed and marked bags, or approved equal.
2A.03 EXECUTION
I. SHIPMENT AND DELIVERY:
A. The Contractor shall notify the City Engineer 48 hours in advance, when plant
material is to be delivered.
B. Rant material shall be protected form weather, adequately packed to prevent
breakage and drying out during transit.
C. Plants shall not be planted on job until they have been inspected at receiving site,
and accepted by the City Engineer. Plants which do not meet specifications for
quality herein stated, or plants that show improper handling, or arrive on site in an
unsatisfactory condition shall be rejected. Rejected plants shall immediately be
removed, disposed of by the Contractor and approved nursery stock of like variety,
size and age shall be replaced by him without additional compensation.
D. Final acceptance of plant material will be given only after material is planted and
after meeting requirements prescribed herein.
II. GUYING AND STAKING:
A. All guying and staking shall be indicated in the Specifications.
B. It shall be the Contractor's responsibility to prevent plants from falling of being blown
over, to restraighten and replace all plants which are damage.
Bid No. 11-12-052 Page 84
Plants blown over by high winds shall not be caused for additional expense to the
City, but shall be the responsibility of the Contractor. Damaged plants shall be
replaced by the Contractor at no additional expense to the City, except the
Contractor shall not be held responsible for the Toss or death of any tree, shrub or
plant , after being properly planted, as a result of hail storms, lighting, flood, fire or
other acts of providence beyond his control.
III. PLANTING OF TREES AND PALMS:
A. Except as otherwise specified, the Contractor's work shall conform to accepted
horticultural practices as used in the trade.
B. Plants shall be protected upon arrival at the site by being thoroughly watered and
properly maintained until planted. Plants shall be planted within 24 hours after
arriving at site. At all times, workmanlike methods customarily in good horticultural
practice shall be exercised.
C. Before digging holes or beds, the location and/or arrangement of the planting shall
be staked by the Contractor and accepted by the City Engineer. The staking should
be ready for inspection at least FIVE (5) days prior to the projected planting date.
The stakes shall be #7 Rebar, at least 18" in length and painted with bright red paint.
D_ The existence and location of underground utilities if shown on the plans are not
guaranteed and shall be investigated and verified in the field by the vicinity of
existing structures and utilities shall be carefully done.
The Contractor shall be held responsible for any damage to; and for maintenance
and protections for existing utilities and structures. •
E. All circular pits with vertical sides shall be excavated to sizes and depth as shown in
the Specifications (Misc. 17-293-4) and backfilled with planting soil.
The contractor shall test fill all tree/palm pits with water before planting to assure
proper drainage and that percolation is available. Pits which are found not to be
adequately draining shall be .backfilled with coarse gravel or crushed rock. No
allowances will be made for lost plants due to improper drainage.
F. Backfill with the specified planting soil mix and incorporate a minimum 6 ounces to 9
ounces of Soil Moist acrylic copolymers evenly spread around and adjacent to the
rootball mid -way in depth.
The final level of the ground and that of the sod shall conform to the surrounding
grade._
G. The plants shall be set on prepared planting soil backfill brought to a height
permitting planting at the same depth the plants grew in the nursery.
Bid No. 11-12-052 Page 85
Upright plants shall be kept in a vertical position. All plants shall be handled by
earthy ball only. Handling by the plant itself will be caused for rejection of such
plants.
H. After placing the plant in the pit, the backfill shall be watered and firmly tampered to
ensure backfill mixture in and about all the roots. All backfill mixture shall be such
that no plants will settle lower than the depth indicated on the drawings.
I. After filling half way on the earth ball, the burlap shall be loosened and laid back off
the top of the ball, or if too bulky, cut away and removed, after which the balance of
the pit shall be backfilled and tamped.
J. All plants shall be thoroughly watered at time of planting and kept adequately
watered until time of acceptance. The Contractor . shall provide the means where
water lines are not available.
K. Apply fertilizer to planting beds and saucer areas as follows:
Trees: One pound per inch trunk diameter. Spread fertilizer evenly about the base
away from trunk diameter.
Thoroughly water plants before and after fertilization then mulch.
L. Three (3) inches of mulch shall be placed between and around all plant material
within 24 hours after any planting. For individual plants, the mulch shall be spread to
cover the saucer area. When in place, the mulch is to be watered thoroughly.
M. Pruning shall be done at the time of planting and with due regarded to the natural
form and growth characteristics of each species. All cuts over inch diameter shall
be painted with an acceptable tree wound dressing. Trees with pruned terminal
leaders will not be accepted.
-N. During the course of planting, excess and waste materials shall be removed daily. All
reasonable precautions shall be taken to avoid damage to all structures and plants.
When planting in an area that has been completed, the area shall be thoroughly
cleaned up.
IV. MAINTENANCE PRIOR TO INSPECTION FOR ACCEPTANCE:
A. Maintenance shall begin immediately after each plant (1 gal. shrub and 3 gal shrub)
is planted and shall continue throughout the course of operations on the site.
1. Watering Plants shall be watered by hose soaking thoroughly each day for the first
two weeks (14 calendar days) and every other day for the following two week
period. Soaking then shall continue on a twice weekly basis for another period of
three weeks, amounting to a total of 45 days after installation. At the end of this
hose soaking period, earth saucers shall be collapsed leaving the guying and/or
staking in place, in accordance with these specifications.
B. Plant maintenance shall include watering, pruning, spaying, dusting, weeding,
cultivating, mulching, tightening, staking, fertilizing and repairing of braces and guys,
Bid No. 11-12-052 Page 86
replacement of sick or dead plants, resetting plants to proper, grades or upright
position and restoration of the planting saucer, and all other care needed for the
planting saucer, and all other care needed for proper growth of the plants.
1. Watering All trees and palms shall be watered by hand hosing as follows:
Once a day for the first three weeks after planting and three times per week
thereafter until inspection for. acceptance.
C. Spraying and Dusting: During the maintenance period and up the issuance of
certificate of final acceptance, the Contractor shall do all seasonal spraying and/or
dusting of plant material. The materials and methods shall be in accordance with
highest standard nursery practices and in accordance with all regulatory agencies
having jurisdiction.
D. Protection: Planting areas and plants shall be protected against trespassing and
damage. If any plants become damaged or injured, they shall be treated or replaced
as directed. No work shall be done within or over planting areas or adjacent to plants
without proper safeguards and protection.
E. Damage resulting from erosion, gullies, washouts or other causes shall be repaired
by filling with topsoil, tamping and re -fertilizing by the Contractor at his expense if
such damage occurs prior to acceptance by the City Engineer.
V. INSPECTION FOR ACCEPTANCE
A. Upon completion of all planting, an inspection for acceptance of work will be held.
The Contractor shall notify the City Engineer for scheduling of the inspection five (5)
days prior to the anticipated inspection date. Partially completed portions will not be
inspected.
It is the Contractor's responsibility to ensure that the work is completed and ready for
inspection before calling for same.
B. At the time of acceptance for inspection, if the materials are in whole or in
substantially acceptance, a written notice will be given by City Engineer that the
guarantee period begins from the date of the inspection.
C. In case substantial numbers of plants are sick or dead at the time of inspection,
acceptance vvill not be granted and the Contractor's responsibility for maintenance of
all the plants shall be extended until replacements are made.
Replacements shall conform in all respects to the specifications for new plants and
shall be planted in the same manner. Said replacements are to be made within five
(5) days of said inspection.
D. After the inspection for acceptance is made and the work is found to be acceptable,
the Contractor shall continue to hand water .all trees and palms three times a week
for four (4) weeks.
Bid No. 11-12-052 Page 87
VI. PLANT GUARANTEE AND REPLACEMENT
A. Guarantee: All plant materials including site relocated material by the selected contractor
shall be guaranteed for a period of one year after the date of inspection for acceptance.
All plant materials shall be alive and in satisfactory growth at the end of the guarantee
period. Should the City decide to purchase the trees, plants and shrubs described under
the Proposal Unscheduled Additive Itmes from an outside vendor, the contractor will only
be responsible for the planting. Only then, the plant guarantee will not be applicable to
the selected bidder.
B. Replacements: During the guarantee period, there shall be monthly inspections between
the Contractor and the City or his representative to ascertain the viability of the plant
material. Any plant that is missing, dead or fails to become established due to
Contractor's negligence shall be replaced at no cost to the Owner within ten (10) days
after the monthly inspection.
At the end of the guarantee period, the Contractor shall notify the City that the project is
ready for final inspection. Any plant that is not alive or fails to show satisfactory growth or
is missing due to Contractor's negligence will be removed and replaced at no cost to the
Owner. All replacement after the final inspection shall carry a six (6) months replacement
guarantee. Replacements shall be made within ten (10) days after final inspection.
C. Materials and Operations: All replacements shall be plants of the same kind and size
specified in the Plant Schedule. They shall be fumished and planted as specified with
the cost bome by the Contractor. Please refer to the attached plant schedule.
D_ Watering Schedule: Refer to previous Sections.
E. Planting list and quantities for this contract: The prices listed for the Unscheduled
Additive items in the Proposal Page 5 of 5 may be utilized. as directed by the City
Engineer as reference only and no additional compensation shall be allowed.
Bid No. 11-12-052 Page 88
DIVISION 2B
SODDING
2B.01 SODDING GENERAL
The other Contract Documents complement the requirements of this section.
I. SCHEDULING OF WORK: The work shall be as coordinated with other Contractors as to
prevent any conflicts in scheduling with others.
II. PERSONNEL: All planting shall be performed by personnel familiar with planting procedures
and under the supervision of a qualified planting foreman.
III. PROTECTION OF UTILITIES AND STRUCTURES: Prior to the preparation of sodding
areas, the Contractor shall ascertain the location of all electrical cables. All conduits, all
utility lines, oil tanks and supply lines, so that proper precautions may be taken not to disturb
or damage any surface improvements. -The Contractor shall be responsible for any damage
to utilities and structures and shall properly maintain the protection of same.
IV.. CLEAN UP:
A. The Contractor at all times shall keep the premises free form accumulation of waste
materials or rubbish caused by his operations. At the completion of the work, he shall
remove all waste materials and rubbish from the project site as well as all his tools,
construction equipment, machinery and surplus materials and shall clean all surfaces
and leave the project site "broom clean".
B. If the Contractor fails to clean up, the Owner may do so and the cost thereof shall be
charged to the Contractor.
V. SUBMITTALS: Submit samples of planting soil blanket mix and four (4) samples each of the
Certificates of Compliance, fertilizer analysis tags, and sod certification.
Provide said submittals thirty (30) days after Award of Contract.
.2B.02 MATERIALS
I. SOIL BLANKET: As supplied by MORRIS MAGIC SOIL or equal. Soil shall be 40%
everglades peat and 60% fine lawn sand thoroughly mixed. No site mixing shall be allowed.
II. COMMERCIAL FERTILIZER: Mix #2024 (10.8.6) as supplied by ATLANTIC - FLORIDA
EAST COAST FERTILIZER & CHEMICAL, or equal.. Fertilizer shall be delivered to site in
unopened containers which shall bear manufacturer's guaranteed statement of analysis or a
manufacturer's Certificate of Compliance covering analysis. Furnish guarantee statement of
certificate of compliance to the Owner or his representatives.
III. SOD:
A. Replacement sod shall be St. Augustine Grass (Floratam) Solid Sod:
Bid No. 11-12-052 Page 89
B. All sod shall be of firm texture, having a compacted growth and good root
development. Sod shall contain no weeds or objection vegetation, and be free from
fungus, vermin or diseases. Before being cut and lifted, sod shall be mowed three (3)
times with the final mowing not mote than a week before cutting into uniform
dimensions. Certifications as to type of grass and other requirements shall be made
and submitted to the Owner or his representative.
IV. SAND: Provide clean, fine sand.
V. WATER: Potable. The Contractor is responsible for providing water even if none is available
on the site.
2B.03 EXECUTION
I. GENERAL: Fine grades all lawn and planting areas.
II. SODDING: Under this section, the Contractor shall perform the preparation of the areas to
be sodded as herein specified.
A. The Contractor shall remove all existing grasses and weeds from the areas to be
sodded.
The Contractor shall smooth out all areas to establish an even grade for sod planting. All
areas shall be graded to drain.
B. Remove all rock or foreign material one inch or greater in diameter and lay 2 inches
of soil blanket uniformly and thoroughly incorporated into top most 4 inches of soil.
C. Surface shall be rolled to achieve a smooth, even shape and grade. During the
rolling, all depressions caused by settlement or rolling shall be filled with by
additional topsoil and the surface shall be regraded and rolled until presenting a
smooth and even finish.
D. The Contractor should call for an inspection for approval of graded areas prior to
sodding.
E. Water the soil 24 hours prior to sodding.
F. Sod panels shallbe laid tightly together with staggered joints so as to make a solid
lawn area. Immediately following sod laying, the lawn areas shall be rolled with a
lawn roller customarily used for such purposes, and then thoroughly watered
immediately. During delivery, prior -to and during the planting of the lawn area, the
sod panels shall at all times be properly protected from excessive drying and
unnecessary exposure of the roots to the sun. All sod shall be stacked during
construction and planting, so as not to be damaged by sweating or excessive heat
and moisture.
G. After sod has been planted and rolled, thoroughly water and fertilize at the rate of ten
(10) pounds per 1,000 square feet of area. Thoroughly water all sodded areas.
Bid No. 11-12-052 Page 90
H. The finished level of sod areas after rolling and tamping shall be '/2 inch below the
top of abutting paved areas.
I. During the sodding operations, excess and waste materials shall be removed
daily. All reasonable precautions shall be taken to avoid damage to all structures
and plants. When sodding in an area has been completed, the area shall be
thoroughly cleaned up.
III. MAINTENANCE PRIOR TO INSPECTION FOR ACCEPTANCE:
Maintenance shall begin immediately after sodding is executed and shall continue in
accordance with the following requirements:
A. The Contractor shall be held responsible for maintenance of sodded areas, including
watering, spraying, weeding, mowing and replanting as necessary to establish a
uniform stand of the specific grass and until acceptance. After the grass has started,
all 'areas and parts of areas which fail to show a uniform stand of grass, for any
reason whatsoever, shall be replanted, repeatedly if necessary, until all sodded
areas are covered with satisfactory growth of grass.
B. Sodded areas shall be protected against trespassing damage. if any sod becomes
damaged or injured, it shall be replaced as directed. No work shall be done within or
over sodded areas without proper safeguards and protection.
C. Watering of all non -irrigated sodded areas shall be done from a watering truck, no
temporary irrigation heads will be allowed. All sodded areas are to be watered to
provide at least one (1) inch of water per week in biweekly applications. Watering is
to continue until inspection for acceptance is made and approved by the Owner. All
watering is to be done in the presence of the Owner or his representative.
. D. Damage resulting form erosion, gullies, washouts or other causes shall be repaired
by filling with lawn sand, tamping, refertilizing and resodding by the Contractor at his
expense if such damage occurs prior to acceptance.
TV. INSPECTION FOR ACCEPTANCE:
A. Upon completion of all sodding operations, an inspection for acceptance of work will
be held. The Contractor shall notify the Owner or his representatives for scheduling
of the inspection ten (10) days prior to the anticipated inspection date.
B. At the time of acceptance inspection, :if the materials are in whole or in substantially
acceptance, a written notice will be given by the Owner or his representative to the
Contractor that the guarantee period begins from date of inspection.
C. In case substantial areas of sod are sickly or dead at the time of inspection,
acceptance will not be granted and the Contractor's responsibility for maintenance of
all the sodded areas shall be extended until replacements are made. Replacements
shall conform -in all respects to the specifications for new sod and shall be planted in
the same manner.
Bid No. 11-12-052
1 Page 91
V. SOD GUARANTEE AND REPLACEMENT:
A. Guarantee: Sod shall be guaranteed for a period of ninety (90) days after the date of
inspection for acceptance under Paragraph IV of this Section, and shall be alive and in
satisfactory growth at the end of the guarantee period.
B. Replacement: During the guarantee period the Owner and the Contractor shall schedule
monthly inspections. Any sod that is dead or not in satisfactory condition shall be
replaced within ten (10) days of the inspection.
At the end of the guarantee period a final inspection will be held, the Contractor shall
then proceed to replace sod that is dead or not in satisfactory condition, said
replacement shall carry a ninety (90) days replacement guarantee.
C. All non -irrigated sodded areas shall be watered as described under 26.03.III.C. for four
(4) weeks after the inspection for acceptance. All watering to be done in the presence of
the Owner or his representative.
D. Materials and Operations: All replacements shall be sod of the same kind as specified in
these Specifications. It shall be furnished and planted as specified with the,cost borne by
the Contractor at no additional cost to the Owner.
VI. MAINTENANCE GUIDELINES:
The Contractor shall supply the Owner with a detailed maintenance schedule for all sodded
areas thirty (30) days after Award of Contract.
Bid No. 11-12-052
Page 92
Division 5
• Location Map for contract
• Technical Specifications
Bid No. 11-12-052 Page 93
SIDEWALK
-GPASS AREA —
— CURB & GU i I e.H
RIGHT OF WAY (Width Varies)
NO IL: ALL DIMENSIONS SHOWN ARE MINIMUvI
///
AREA TO BE T RI v
MED CLEAR
— GRASS AREA
szemmall
SIDEWALK
TREE TRIMMING DV THE STREET RIGHT OF WAY
DR: MA
N. T.S.
DEPARTMENT DF PUBLIC WORKS
Aug, 1979
R-1 1 MISC. 35-85-109
•
EDGE OF PAt M (TYP.)
NO 1RE S ALLOWED WTH1N
VISIBILITY TRIANGLE. NO PLANTINGS
DVER 30' MATURE' HEIGHT ALOWED
.WITHIN VISIBILITY TRIANGLE.
-77
-= [25
BO
?S1B7UTY 7RiANGL EXTDVDED TO
IN EDGE O PAVUvfENT (TYr'.)
BASE BUILDIN
BB
REQUIRED VISION CLEARANCE AT TYPICAL, STREET JTNTERSECTIONS
(CITY OF MJAMI ZONING O.RD. 908.11)
N.T.S.
DR: MA
DEPARTMENT OF PUBLIC. WORKS
MISC. 35-85-109
.a ilk
1- 1I�1I�IIH
H
INSTALL ROOT GUARD
FLUSH WITH SJRROUNDING GROUND.
(ROOT GUARD NDT REQUIRED FOR
PALM TREES).
RDDT GUARD
101 11.' Inor mo
If—TI�I1f Ifl:`'in II
iN/
1 E-1 I �✓i✓i�✓`i� I! I 1-1 _WATER LEVEL
1HIH 1—Hl III-11f�I�II�IIHII�H—�H��
MIN. TWICE THE
MAX. WIDTH OF
THE ROOT BALL
3° MULCH
EXISTING SU3GRADE
FORM SAUCER TO HOLD 4° OF WATER
RECTANGULAR OR CIRCULAR PLANTING
PIT WITH STRAIGHT SIDES AND FLAT BOTTOM.
PLACE PLANTING SOIL IN
PLANTING PTT AND FORM UGH11Y
COMPACTED MOUND. ADD PLANTING
SOIL AND WATER ALTERNATaY
TO EXCLUDE AIR POCKETS.
SOIL BLANKET (FOR LAWN ONLY).
ADD PLANTING SOIL AND
WATER ALTERNATELY TO FILL
PLANTING PIT.
EXCLUDING AIR POCKETS.
TOP SOIL
REMOVE BURLAP AT TOP OF BALL
lI = I1-1I 17:III I� 11 REMOVE ENCASEMENT OTHER THAN
i:� 1 I ICI I I I I 1=1 I I I I 1 Hi 111 I I 1 IlI 11 l I (-1 BURLAP AND LOWER TREE INTO
PLANTING PIT CRUSHING MOUND •
OF PLANTING SOIL
STAKE AND/ OR GUY AS SPECIFIED.
�I -0HH '*-1N i= 0I. 11 I - _I I
�I 1I=,
1
vdo�
=1 III .. I 1=%`�a�,✓✓i��i��i yt`I
II rV`4A4\,E/t4V.*1
:4�(N�i���ioi4>,-*S-
*"4I
TYPICAL SECTIONS
PLANTING PROCEDURE DETAILS
DR: MA
N.T.S, Dec, 1979
DEPARTMENT OF PUBLIC WORKS
nrry nr IPA Cl / DNnA
R-1
MISC. 17-293
14' GAUGE, DOUBLE STRAND
TWISItW GUY RLfRE
f7 REBARS
(l8' MIN.)
ROOT BALL
3 GUY WIRES SHALL BE EQUALLY
SPACED AROUND TREE
SAUCER
IE
a l -iCil- I �1��``����������!�������1!�
♦ QOOOQC �� '1.*'4
EMI
IE
I�lI HEl�
MIN. TWICE THE MAX.
WIDTH OF THE ROOT BALL
TREES OTHER THAN PALMS
RUBBER HOSE AT FORK
PLASTIC FLAGGING
(3 PU WIRE, MIN.)
�l�il• Ili)=1I1=1If-1�
GUY WIRE SECURra)
TO REBAR
ROOT GUARD
PLANTING PR O CED U DETAILS
N. T.S.
Jan. 1980
DR:MA
DEPARTMENT OF PUBLIC WORKS
n fT V n r- i N! I n 11 ,- n, n a
R-1
MISC. 17-293
NOTE FOR PALMS OVER
20' O.A. tJS.T 4' X 4' BRACES
NLIEU OF2'X4'.
RUBBER NOSE
AROUND BANDED
14A1RIAL
GUY PARE (3)
17 BANDED MATERIAL FIVE (5)
LAYERS 0- BURLAP, THREE (3)
12' LONG 2'X r' RATERS
BANDED TD PALM
DRIVE 1HRE (3) EQUALLY
SPACES) STAKES AT ANGLE
AWAY F'?r 0I1 PALi, .DRAW
1 RTIGAL AND INSTALL BR.AM.
FILL AROUND BALL \YTH
PREPARED PLANTING SOIL
NIN. TWICE 1HE
MAX. WIDTH OF
111E RDOT BAL
TYPICAL SECTION FOR PLANTING
PALM TREES IN SMALL PARKWAYS
BANDS MATERIAL
VcRTh".AL STAKE
SAUCER
PLAN ill KW
PLANTING PROCEDURE DETAILS
N.T. S.
P
2'X4' BRACE
LM
loll. 1980
DR: MA
DEPARTMENT OF PUBLIC WORKS
R-1 MISC. 17-293
3-2% 4".x 12'
STAKE PAD
BURRED 3'
BELOW GRADE
{
BANDED MMEf5A:: ME (5)
LAYERS OF BURLAP. THREE (3)
12' LONG 2'X 4' BATJENS
BANDED ID PAUL
S.JRE BATS MTH 3/4" B;DE
STEEL BAND TO HOLD BAT tE S IN
PLACE DURING PLANTING PRO .
TI (3) 2'x 4' BRAG
EQUAEIY SPACED NAILED
TO BA i fT rIS BAND TO PAUL.
Fla AROJHD BALL 1511H
SPECIFJ PLANING
SOIL M!X.
4' EARTH SAUCER
IE
TYPICAL SECTION FOR PLANTING
PALM TREES IN UNRESTRIC'I ED AREAS
IF -I
PLANTING PROCEDURE DETAILS
N.T.S.
ROOT BALL
Jon. 1980
DR: MA
DEPARTMENT OF PUBLIC WORKS
R-1
MISC. 17-293
2"x 4 STAKES
3' MULCH
LAYER
2"x 4"x 12
NALM.
son- TO
PAi�O0fT WITH
1WO(2) 20d G.ALV-
COMMDN NABS.
i
C.
=.Z
MIN. TWICE TI-E MAX.
WIDTH, Of THE ROOT BALL
pr
N
BANDED MAUI AL: RYL (5)
LAYERS OF BURLAP, THREE (3)
12° LONG 2"X 4` BATiE14S
BANDED TD PALM_
SECURE BA TIB4S VATH 3/4` WIDE
ILL BAND 1D HOLD BATTENS IN
PLACE DURING PLANTING PROCSS.
3- (2"x 4`) BRACES,
EQUALLY SPACED NAILED
ID BATTENS BAhD-D TD PALM
FILL ARC BALL WITH
SPECIFIED PLANTING
SOIL MIX,
4' EARTH SAUCER
TYPICAL SECTION FOR PLANTING
PALM TREES HST PAITEIIENTAREAS
PLANTING PROCEDURE DETAILS
EXISTING
PAVEMENT
N,T.S
,2008
DR: MA
nv.
DEPARTMENT OF PUBLIC WORKS
MTV nr 'I Al rl nnlnl
MISC. 17-293
US-1 Landscape Maintenance Contract, M-OO87
Location Map for the I-95 Landscaped Embankments
(S.W. 32 Road to west of South Miami Avenue)
gir
.....,...,�.- c • - �' `_ � �_ Iry rI
'TOUiHg4U14D Y 1. ' �p A,'
..i:1.;1i9iCi4.Ai4....i7.1..140".0
1.
I rLm1�9FMm67W�p�yl0yp17Y I"ili �' Tuu (: i 4i 1�li��•i nliI it it I t
..
.. [cc�c+l .(y( (I(1( i(f" I {Ie.ar�-I�h`= �.0 c•4- •..�- .,...,. i 1 i I lip. P I �lil ili .. i 1 I i i i i, i t1.1
1 . �t'� i i ui".;:.i I1h NOR} li ,4 ter.
EXISTING CITY OF M IAM I MMOA
:
PROP09FD EX'I'ENSI ON ON MMOA
N
U6-I-NON
r-
at
\ 0 /,
a
F
M. ' J.
ICk
74,