Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Exhibit 1
00600 CONTRACT By and Between CITY OF MIAMI And Metro Express. Inc (Bidder) This AGREEMENT (hereinafter "Agreement') , is made and entered into this day of 2013, 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 Metro Express. jno. , whose principal address is 9447 NW 109 street, (the °Contractor'). Medley, FL 33178 WITNESSETH: WHEREAS, pursuant to Resolution No. , adopted by the Miami City Commission on , 2013, the City Commission accepted the competitive bid of to provide for the installation and replacement of the sidewalks citywide, 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, (365 calendar days), with up to four (4) additional one (1) year options to renew the term. The City Commission further authorized the City Manager 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 installation and maintenance of sidewalks, for the Contract Term'set forth in Article 7 below and for the project entitled: CITYWIDE SIDEWALK IMPROVEMENT CONTRACT, M-0096. 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 "G", the annual sum of one million four hundred eighty. -seven thousand five hundred dollars ($1,487,500.00) Bid No. 12-13-O09 Sf� (3-<7 ?; Page 35 The City Manager or his Designee, at their 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$1,487,500 during Fiscal Year 14 , The second option to renew in the annual amount of P1 4875o( during Fiscal Year 15 . The third option to renew in the annual amount of $1 48, 7500during Fiscal Year 16 The fourth and final option to renew in the annual amount of $1.48750n during Fiscal Year 17 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 loth 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. (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 arefound 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 "An, 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 Bid No. 12-13-009 Page 36 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 (N/A) CONTRACT PAYMENT AND PERFORMANCE BOND (N/A) MAINTENANCE PERFORMANCE BOND (N/A) INSTRUCTIONS TO BIDDERS SPECIFICATIONS ADDENDA PLANS: NIA As prepared by Entitled: M. Rodriquez M-0096 ARTICLE 7. THE CONTRACT TERM: The original Contract Term is one (1) year (365 calendar days) effective ten days after Notice to Proceed is issued by the Department's Director. The City has up to four (4) options to renew the term of the contract, each for a period of one (1) year, subject to availability of funds and Contractor's performance. The terms for all four (4) options to renew shall begin ten (10) days after Notice to Proceed is issued by the Department 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 (S0) days written notice. ARTICLE 9. NOTICES: Whenever either party desires to give 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: Bid No. 12-13-.009 Page 37 For City: Nzeribe (Zerry) lhekwaba, Ph.D., P.E. City of Miami Director of Public Works 444 SW 2nd Avenue, 8t' Floor Miami, FL 33130 With copies to: Juvenal Santana, P.E.,CFM, Assistant Director Me rie&1 o g±ea, £-ear-aet-Menage City of Miami Department of Public Works 41•1 SW 2"d Avenue, 8th Floor Miami, Florida 33130 For Contractor: ARTICLE 10. MATERIALITY AND WAIVER OF BREACH: (a) City and Contractor agree that each requirement, duty, and obligation set forth in these Contract r}oeumPnts is siihstantial 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 attomey`s fees. Bid No. 12-13-009 Page 38 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) BY: Print Name: Corporate Secretary Party of the second part BY: Print Name : Print Title: (Employer Tax I.D. Number) 'BECAUSE CONTRACTOR IS A CORPORATION, 'ERR SHALL BE ATTACHED TO EACH COUNTERPART AS ATTACHMENT `B" A CERTIFIED COPY OF A RESOLUTION OF THE BOARD OF DIRECTORS OF THE CORPORA.TION, AUTHORIZING THE OFFICER WHO SIGNS THE CONTRACT TO DO SO ON ITS BEHALF. Bid No. 12-13-009 Page 39 (SEAL) THE CITY OF MIAMI, FLORIDA, a municipal corporation, Party of the first part ATTEST: BY: Todd A. Hannon Johnny Martinez, P.E. City Clerk City Manager RESOLUTION NO. APPROVED AS TO INSURANCE APPROVED AS TO REQUIREMENTS: ENGINEERING: Nzeribe (Zerry) lhekwaba, Ph.D., P.E. Calvin Ellis, Director Director, Public Works Risk Management APPROVED AS TO FORM AND'. CORRECTNESS Julie O. Bru City Attorney Bid No. 12-13-009. Page 40 00400. PROPOSAL BID FORM: (Page 1 of 12) City of Miami, Florida Office of the City Clerk City Hall, 1st Floor 3500 Pan American Drive Miami, Florida 33133-5504 Firm's Name: ceSs !am. Address: /0 % Date: 0 3//5/ / The undersigned, as Bidder, hereby declares that the only persons Interested in this bid as principal are —nameci._hereL1_an_d hat n per o1 tbeLthan herein mentioned_has any_inter_e.sti.n_this bid °Lin the Contract to be entered into; that this bid is made without connection with any other person, firm, or parties making a bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and that it has submitted the required Bid Guaranty; and all other required information with the bid; and that this bid is submitted voluntarily and willingly. The Bidder agrees, if this bid is accepted, to .contract with the City, a State of Florida municipal corporation, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project entitled: Bid No: 12-13-009 Title: CITYWIDE SIDEWALK IMPROVEMENT CONTRACT, M-0096 The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permittedby the City, each for not less than the total bid price plus alternates, if any, and to furnish the required Certificate(s) of insurance. The undersigned further agrees that the bid guaranty accompanying the bid shall be forfeited if Bidder fails to execute said Contract, or fails to furnish the required Performance Bond and Payment Bond or_ faiis-tb furnish�ie required Certificate{s�of Insurance within fifteen 05j-calend6r days after being notified of the award of the Contract. In the event of arithmetical errors, the Bidder agrees that these errors are errors which may be corrected by the City. In the event of a discrepancy between the price bid in figures and the price bid in words, the price in words shall govern. Bidder agrees that any unit price listed in the bid is to be multiplied by the stated quantity requirements in order to arrive at the total. in case of an error in the extension of prices, the numerical unit price will govern. Bid No. 12-13-009 Page 15 00400. PROPOSAL BID FORM: (Page 2 of 12) • Note: Bidders are bidding on a total bid cost basis for the purpose of determining the lowest responsive and responsible bidder. However, Bidders will be paid based on the line item breakdown, contained in the Bid Form, with payments based on actual work performed. Bidders must submit bid prices for all items. Failure to bid on all Items will result in the bid being reiected as non -responsive. The City will award a Contract to the lowest responsive responsible Bidder based on any of the Combined Bid Price stated below. Refer to Section 01000 — Supplemental Conditions. Our items and_lump sum bid prices include the total cost for the work specified in this bid, consisting of furnishing all materials, labor, equipment, supervision, mobilization, overhead & profit required, in accordance with the Bid Specifications. * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *'* * * * * * * * * * * * * * TOTAL BID: The--sum—of—items —1—through-23 based on a one (1)year completion time $�j 11 00.C» st,�.,ll�an. Foot s.eu_e.n��.��rtin�fiktAfcke,Sr't,C 17' Written Amount * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *.* * * * * * * * * * * * * * * * * * * * * * * Note to Bidders: The City reserves the right to reject any and all bids. The City may opt to renew (OTR) the Contract for four (4) additional one (1) year terms subject to the availability of funding and the contractor's performance. The Total Bid price is for a one year, three hundred sixty five (365) calendar days completion time. The price of the Option to Renew terms is based on the Total Bid prices and no additional compensation will be allowed. Bid No. 12-13-009 Page 16 00400. PROPOSAL BID FORM: (Page 3 of 12) DIRECTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES, AND PART III. Part l: Listed below are the dates of issue for each Addendum received in connection with this Bid: Addendum No. 1, Dated N IP( Addendum No. 2, Dated Addendum No. 3, Dated Addendum No. 4, Dated Part II: No addendum was received in connection with this Bid. Part III; Certifications The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of the following, and shall comply with all the stated requirements. 1. Affirmative Action Plan Successful bidder(s) shall establish an Affirmative Action Plan or an Affirmative Action Policy pursuant to Ordinance #10062 as amended. Effective date of implementation must be Indicated on the policy: and 2. Non -Collusion Bidder certifies that the only persons interested in this Bid are named herein; that no other person has any interest in this Bid or in the Contract to which this Bid pertains; that this Bid is made without connection or arrangement with any other person; and 3. Drug Free Workplace The undersigned Bidder hereby certifies that it will provide a drug -free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the Bidder's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; Bid No. 12-13-009 Page 17 00400. PROPOSAL BID FORM: (Page 4 of 12) (2) Establishing a continuing drug -free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a drug -free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Giving a[I employees engaged in performance of the Contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: ([) Abide by the terms of the statement; and -(ii)---Notify--the-employer-in-writing-of-the-employee's-conviction-under-a-criminal-drug -statute-for-a violation occurring in the workplace no later than five (5) calendar days after such conviction; (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (11) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) . Taking appropriate personnel action against such employee, up to and including termination; or (li) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug -free workplace program through implementation of .subparagraphs(1) through (6); and 4. Lobbying The undersigned certifies to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid, or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress., an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, ___._.__._....the- rnakltig-of riyFa ra'oat the e-Meting info_ of any cooperative agi'eemeric and --the extension,'" continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. Bid No. 12-13-009 Page 18 00400. PROPOSAL BID FORM: (Page 5 of 12) (2)If any funds other than Federal appropriated funds have been paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officeror employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, 'Disclosure Form to Report Lobbying,' in accordance with its instructions. (3) This undersigned shall require that the language of this certification be included in the award documents for "All" sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a pre -requisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. * Note: In these instances, "All" in the Final Rule is expected to be clarified to show that it applies to covered contract/grant transactions over $100,000 (per QMB). 5. Debarment, Suspension and Other Responsibility Matters The Bidder certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, declared Ineligible, or voluntarily excluded from covered transactions by any Federal department or agency. b. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civily charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph 1.13 of this certification; and d, Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. Where the prospective Bidder is unable to certify to any of the statements in this certification, such Bidder shall submit an explanation to the City of Miami. Bid No. 12-13-009 Page 19 00400. PROPOSAL BID FORM: (Page 6 of 12) Attached is a Bid Bond [ ], Cash [ ], Money Order [ ], Unconditional/irrevocable Letter of Credit [ ], Treasurers Check [ ], Bank Draft [ ], Cashiers Check [)(], Bid Bond Voucher [ ] or Certified Check [ ] No. Bank of for the sum of if .J • Dollars ($ ). The Bidder shall acknowledge this bid and certifies to the above stated in Part III and IV by sighing and completing the spaces provided below. Firm's Name: 1 , �O c2Ss (Thc• Signature: ).,tt: Printed Name/Title: 2%%0 A . 1 cc j ct.r. s. /Qces+d4),' -4 City/Statelzip: 'r'l a \ -t l fi t-. 33 �� 8 Telephone No.: .20.S — ESs --. / 3 c o Facsimile No.: —8 1327)" E-Mail Address: Ao_Uo®r e co t)ressc-49-f� Social Security No. or Federal Dun and . I.D.No.: to° — Bradstreet No.: If a partnership, names and addresses of partners: (if applicable) Bid No. 12-13-009 Page20 00400. PROPOSAL BID FORM: (Page 7 of 12) CERTIFICATE OF AUTHORITY (IF CORPORATION) I HEREBY CERTIFY that at a meeting of the Board of Directors of ceSS r"Yx._ , a corporation organized and existing under the laws of the State of held on the jJday of t'ta (c1n 13, a resolution was duly passed and adopted authorizing (Name i 1i0 A.��asa p e. as (Title) i c2a'14 of the corporation to execute blds on behalf of the corporation and providing that his/her execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. Secretakyi Print: t NESS WHE R EOF, 1 have hereunto set my hand this IS, day of Olac CIA , 2013 . reS CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY thatat a meeting of the Board of Directors of -` -a-partnership organized -grid existingunder the1aws of -the State — "-_--- of , held on the day of , a resolution was duly passed and adopted authorizing (Name). as (Title) of the to execute bids on behalf of the partnership and provides that his/her execution thereof, attested by a. partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 . Partner: Print: CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint venturers must submit a joint venture agreement indicating that the person signing this bid is authorized to sign bid documents on behalf of the joint venture. If there is no joint venture agreement each member of the joint venture must sign the bid and submit the appropriate Certificate of Authority (corporate, partnership, or individual}. CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HERESY CERTIFY that, I (Name) individually and doing business as (d/b/a) (If Applicable). have executed and am bound by the terms of the bid to which this attestation Is attached. IN.WITNESS WHEREOF, I have hereunto set my hand this day of , 20 Sighed: Print: Bid No. 12-13-009 Page 21 00400. PROPOSAL BID FORM: (Palle 8 of 12) STATE OF -4 ‘0 Tt,c-Act NOTARIZATION ) SS: COUNTY OF ,c14 The foregoing Instrument was acknowledged before me this LS— day of ila/c(it , 20/33, by �.r1,%tD i°� • .1 cQbaf�s • , who is personally known to me or who has produced as identification and who (did /did not) take an oath. SIGN TURF OF OTAPUBLIC STAr OFFLS-IDA £-LAYNE PA1R1CiA42>wlt>fAF1AYEK PRINTED, STAMPED OR TYPED i•,• • r NOTARY PUBLIC ` L ' F. STATE OF FLORIDA y, i t*;r; Comm# EE007086 cF le' Expires 7/7/2014 NAME OF NOTARY PUBLIC Bid No. 12-13-009 Page 22 • 1'T11FiJ l ,, lto�l L�,_:.,_...11�;,I,ll,�l�fa,, , �I�i � �,:�,'.{ 1 r III � I �I „1 I I' ,�IT . �. � �N Ii I k, 1i :.J,{4I .� , I I f ,.r,,: ,'I� ,•I {{ ,,. � t: II, , II E • I � ,,0 �� lI I. Ili +i !t , ,! ! L i ti{ � II d i iq I, 1 �, 1 � 9 � •,n1i ht , ,i 2 ,, �t. ,l , , l,, u •� i • 1,,, 't,' it ! i ?i , !i � t, i': , III1n.y Ei fl.l � . , I d�(�1�� DIP ]II k '. _'� , ,I,,t�;;,., tI i� .ill, .;,t,l I ' I I, ; 1 EE ' I` f�,l ; t..- ,'l: ,�.,I:. fs, ° � Ildrlsii� II .:,.i;1' r i I ..�::, t I, l� II 9 i. (Il�,uulu dkil�' t_ �rl..l . Ili ; 191, h; 11, _,1,i 6 I 1 .,I.. I� i;P,rl6l.�tr.., , sI �il�,�v�Bl,;,><t,�l;illlr,l��. r I °.I�•i"I[�r� �{ , , H ! ;i I , Ijy l .{•.{''.�.{ I. ..illlil �l��t k if: i iFJI�' r , 13t , , - t i { l a� I �,�I��I, , , i�1I1 II , I I ; ! " "'I_ I. 11 „ , I , r "Ili ,. i. , .Ij I 1 IL������ G ' ,, 'I . . Jl r a11��1� � .t r � 1 � I .II, :.,., r" I rt t1 r , , 3��r3„1 , ,,,,; � M7'I, 1 1I � i8 �II�I{I.� II � , .,�f)�;�,1 ; i < t ,c I, i :1. a �, .�� ? �� , , -� �� In I,Ii 1 l ; . � ; I� I 'f0 I �, , I ,11 I;; ,' I, 1.,1. Ij 7, tt i i,, , a I i 1 :i,� ,I ,, till '.� fj 1s 'ih„ ���I{.r Il ..a Sll lli I L� ,� ' Mi Mail I:.�.���u , v Iti ,,� r, , I I��I�; I III, `i� 1 ,_Il ,� , l,E ���; I,,I,;� 4i .,;�„I �1 I,Nu'�w�, .. i I li ll.� 11,. r � , li.l li i .I ,;,1,,r �-� . t'I Ali l�l�tlif !� ,tl IIIk .�l ((h + ,tl�, I tl�;r �'. u i l;, �, , I nl ,� l I �I I � i jI � �tl� 'I i ,WI. .I�,� ��.rp1{ Ir 1, ,1,� i� ,:I1 1u s.9, h� I l r ,I�I� ti, �.I1. t1I N i E�,�1 E, f 1`�lll�all' ��.�.�..a{� ,, � I �� t,.�t�i t I ,,� `( r� �.l tn�� .� �; ,r,rl , r , � ���I� , . ,,. I , i fill ftlj�N���,;,.1i " ., } � ,, l �,l ,; Installing t,l�,�.. ;�� .� ,lt :� ��1 200,000 sq. ft. of standard flinch, 3,000 psi concrete sidewalk, ramp and sidewalk land ng, 200 000 Square feet $ 2_' `� $ �q including tree root and branch trimming, tree root removal and restoration of the area: per sq. ft. J r0`°� 2 Installing 100,000 sq. ft..of standard sidewalk landing including tree trimming, 0-inch 3,000 psi concrete sidewalk/ driveway, ramp and tree root removal and restoration of the area. 100 000 Square feet $ 3, 10 $310/( Removal and disposal of 300,000 sq thickness of sidewalk or asphalt pavement), ift. of concrete sidewalk (4" or 6" thick concrete or any more or less, at any location. 300 0017 Square feet $ $ Am. 4 5,000 lin. ft. of standard or depressed disposal of existing curb or curb and restoration, if necessary, as per Misc.l concrete curb (any type), more or Tess, including removal and gutter, base preparation and including adjacent pavement 35-85-22. 5,000 Linear feet $ j5.oc $ Tom. e5 5 5,000 lin. ft. of standard concrete curb disposal of existing curb or curb and restoration, if necessary, as per Misc.l35-85-22. and gutter (any type), more or less, including removal and ' gutter, base preparation and including adjacent pavement 5,000 Linear feet $ /5 pp $7$ man 6 5,000 lin. ft. of standard concrete valley and disposal of existing valley gutter, adjacent pavement restoration, if necessary, gutter (any type, any size), more or less, including removal icurb or concrete gutter, base preparation and including as per Misc. 35-85-22. 5,000 Linear feet $ ID. aft $30 000- co Provide and install fifty (50), more any location as approved by City E r P.ess, water meter boxes located in sidewalk to be replaced, at gneer. 50 Each $ 50, 0 o $ 2,.00 5,000 sq. yd. of 1- inch thick Type " coat, as noted in these specificatio -lir asphaltic concrete surface course including bituminous tack i s,1 as approved by City Engineer. 5,000 Square yard $ IV . oo $ al pco.ccn 500 sq. yd. of 8- inch thick compaced limerock base With primer oil surface including necessary clearing and grading, as noted in these specifications, as approved by City Engineer. 500 Square yard $ / 2. - o� $ (p,C01).(;a 10 Install 2,000 square feet of St. Augustine Solid Sod in place, if necessary, including planting soil, grading, leveling of the swate area and top dressing, as approved by City Engineer. 2,000 Square feet $ 0 .5 $ 4000 •`° 1 Erecting/ staking and bracing 50 faller trees/palms, any size, including all appurtenances on an as needed" basis at locations citywide, close to the project location. 50 Each $ /OD • Ca $ 5` ,kw 12 1,000 sq. ft. of standard 6-inch concrete driveway approach, more or less, including removal and disposal of existing concrete/asphalt driveway approach, tree trimming, tree root trimming, tree root removal and restoration of the area a€ any citywide location. 1,000 Square feet (� LID $ -1 . `ID $ ! ,i��.__ "i Bid No. 12-13-009 Page 23 I)); jl �1 ��. II i71 I,.�.l , �' 1ill-I � , j ,. b�;;il1,lliulll.i.i. ,� j 1 j j-1���� r �bl� t�+� Iy l, ,, �. [J -ll. ,I - alp jjiq 'Ild ll il;l 1 (:I:jl rl,,I �''i�11,1 4 'e ,a!G i ,�'1 i , +l „' � -I 1 II,' !1, i - t�/�. r11.1. �. I111.I k I I {I.1:1,1k{'i:rl'i�°•�_. �II41ii� � f� ill = h 1111 1 jljIIII;IMIN I ��;�,�,.,,,. �� , i ►1,, 1 1 �I I,lr.fry. b t firl! 11 ,1 � 4 .. i1 1 i� I API iiii �1, 19 �J I I 1 ,! •1 , (I tl ,I. ` ..j 1I�1 l.•if. I •, j+� j P fill I k �'J�, II Il h:.,l,, ,�1 i I,d 1,1L6,dhr�,ll3t"ik 1, f l {l ,,,. l /.�7!1p1II ` ,1ii11 i l l' � 4I I • I`�- :1Y .1 j ! ( j N . I II' 1 111�j ii ti' r i �.�J ,l.I , �, L,,d. h Y!: ! ti �Hi 14 ;I'1' . ;)+1.,I �. �, j 11,1. ,� _Lryri t I-,ir' ' ;,,+I' �I.1 , : iI,ll :.,,� I� �, ..P f. � .t.jr. 11 :1 � � :�- IS.111 zry fil,, 1{ *'ti 1 l Illk1, ,11i,i js;' - ;pp f� 1 �ti.., �' L ,I, 11 � a 1f � j�1� I 1. ,I I. e &l. 1.4r k 1' � .11�kh9 I7j1� !, I' I,` fi�t.il , 1 i 1 1' �' �I,I( �. •111 tL f1111: 1Ai-ff 1 o L n.l , I�kk ilisl `n hill. I k.I �.Pu .1 ,.:ill+ jo � ,II(' r "j,,l1 1, '11 �, ! {9 7 I � �1. ii. ! i 1 9.��i [I ,ill 11, I I � I } I ,, I !4� •1 ,.� + •1r���N Sl.li�j I l i' Jhi 1i_i y �j ►1 ,' �rl .� �. 1� It jj , 11 111 ja' I' ij , � lb' it �{"� , �t� W I i111 ,Ii ll 1� k 1 r 1'1' , ,tc 1 I { 1� Y - ,krili.l�l 1 1 I , ' j,jk I �I, j. kll.11. jf . 1 1 , .L., i. IiJfl,11 i 8 • ,'u �Ir Ii' ll _j :11 I 1{!l {3 ,�1'(„� i � 1' �.� � "�?�lr �.lik j •t l� �IC 31`' k)a LI n� , , j 1"ik111.IJl , ( ' '�(LUJ1{� j ., j Lj 1l klll�lar,1,,�� i ,a}� , jr k41 i 1 i 1J .. ,f�.�I I ;>,,'1 l '1!ir,j,� ,i;l 1. ���� tit 1�., ,Ri1' .: .� ly �GItI il�a i.G�U, }i, .�q f, .j� 1(I�117n, lII : .I k ii4�Q�l„ '1 it l 1. - .1 t1) ,,l : , l�rtlilhfil . III ..r �� r„1f r r t 4.4 13 Provide and install ten (10), more or less, if necessary, at any citywide location{ traffic signs[ pull boxes located in sidewalk to be replaced, 1 1I° Each j00 , ''''a $ . 14 2,000 sq. ft., more or less, of preparaltion of 6 inch sub base for locations where there are no existing sidewalks, including clearing and grading, new fill material, compaction and leveling of the area, etc. 2,000 Square Feet $ L. �o $ 2/00 15 2,000 sq. ft. of removal, more or Tess; of existing asphalt, concrete or sod at swale areas, clearing and grading to 6-inches lower than face of sidewalk/ curb including survey work for new elevations, installing new 6-inch thick base preparation with appropriate fill material, compaction and leveling of the valley drainage area, installation bf solid sod, etc., in order to properly adjust rain water flow into existing catch basins as per Misc. 35; 85-27. 2,000 Square feet $ . co $ 2,CCO.eo 16 installation (cast and place) of 250 detectable warning pads, per Misc. 35-85-22. 250 Each $ /0 °C $ 2 , 000•0D 17 Removal and resetting 5,000 sq. ft. of existing standard brick pavers, including removal of existing bricks, reworking the sand base, adding new sand, etc„ clearing and grading, tree trimming, tree root removal, new fill material, compaction and leveling of the area, etc. and resetting the existing bricks id same area, at any location citywide. 5,000 Square feet $ 3- co $ /s op 18 5,000 sq. ft. of new standard brick payers installation, including removal of existing broken bricks, reworking the sandy base, adding near sand, etc., clearing and grading, tree trimming, tree root removal, new fill material, compaction and leveling of the area, utility rim border, etc., and installing brick at any location citywide, 5,Q00 Square feet $ (p- oo ° - p 19 new pavers, 1,000 lin. ft. of typical 4'x4', more or less, 6"x12" concrete planter/header for those locations where the planters/headers are damaged of non existing and located where the brick sidewalk will be installed/ reset including clearing and grading, tree trimming, tree root removal, new fill material, 'compaction and leveling of the area, etc. at any location citywide. 1,000 Linear feet $ 12 • ov $ (Z/ccD, g° 20 Installation of 500 lin. Ft., more or less, of root guard per PW Bulletin No. 33_ I • 500 Linear feet $ )0- ° $5O Z C° 21 Remove and dispose of ten (10) treejstumps, including roots, any size at various locations if at any location as approved by City Engineer. 10 Each $ /00.m47 $ •/(Z`D% cro _ 22 necessary, 1,000 linear feet of concrete sidewalk grinding to be used only as a temporary measure to fix uneven Contractor must . rovide itsown water for dust control. • 1,000 Linear feet $ 1 00 $ ) 00,09 23 sidewalk. SPECIAL PROVISION = Contingency Allowance • ;; ,.,, . - , t r ° f $50,000 Bid No. 12-13-009 Page 24 00400. PROPOSAL BID FORM: (Pape 12 of 12) SUB -CONTRACTORS Contractor shall identify below all Sub -Contractors. Categories shall be added as necessary. If no Subcontractors are to be used, insert the word "Self' in the spaces under "Name of Subcontractor". The work performed by all subcontractors listed below cannot be more than 10% of the total work for this contract. _.. — ----- NAME -OF TYPE OF WORK SUB -CONTRACTORS 1. Concrete Sidewalk 2. Asphalt Pavement 3. Brick Sidewalk 4. Curb and Gutter 5. Surveyor 6. Valley Gutter 7. *AQG SUBCONTRACTORS COUNTY -MUNICIPAL OCCUPATIONAL LICENSE NUMBER L-- .0t30\ Bid No. 12-13-009 Page 25 F11S13..E.XONEATO%A.gati1.R ?. CICAROI. ! _%1%Liiif!:LitailVARIL TINTENI-VP PAWL .a:'. AC# 6140786 STATE OF FLORIDA DEPARTMENTONSTRUCTTION INDDSTRYRLICENSINGLSOAARtDLATiO SEQ# L1205250090 9 0.5/2012012 110190639 C00050965 The GENERAL CONTRACTOR Named below IS CERTIFIED Under the pravieiont o .Chapter.'85 FS.. Expiration date: ADO 31, 2014 TRASOSARBS DELIO ALBER'T METRO EXPRESS INC 4442 N.W. 109 £3T --. _ -_ .. .. ---...----....._. MEDLEY FL 33178 RICK •SCOTT GOVERNOR DISPLAY A3 REQUIRED BY LAW STATE OF P1 ORIDA AC# - L I O ? 13, DEPARTMENT OF BDSZNE S AND PROFESSIONAL REGULATION CGC050965 0.5/25,/1.2 118190639 CERTX1`TEt GENERAL CONTRACTOR TRASOSARES/=.DELIO ALDERT METRO EXPRESS;I d .: IS CERTIFIED uatlev fit1a provtsions at 01.4tn Ft ssptsaLton data: AUG 91, 2014 L12052500909 SECREETTARYN 00410. BID BOND FORM (Page 1 of 3) State of Florida ) County of Dade) ASS City of Miami ) KNOWN ALL POISONS BY THESE PRESENTS, that Metro Express, Inc. as Principal, Great American Insurance Company as Surety, are Geld and firmly mounBid bind unto Ths City of MIMI, in the perm sum o Five Percent of A Dollarst {$ •********Fnlo****** ) law ut Money of the United States, far the payment of which sum well and truly to be made, we bind ourselves, our hefre, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITlOt4 OF THIS OBLIGATION 1S SUCH, that whereas the Principal has submitted the accompanying bid, dated March 15th 2013 . for. errems SIDEWALK IMPROVE Yii ENT CONTRACT, IU1 oo5 Ski N .12-134i?g NOW THEREFORE; (a) If the principal shall not withdraw said bid within ninety tom) days after date of opening the same, and shall within ten (10) days after the prescribed forms are presented to him for signature, enter into a written contract with the City, In accordance with the bid as accepted, and give bond with good and sufficient Surety or Sureties, es may be required, for the faithful performance end proper Mfillrnant of such contract; or, (b) In the event if the withdrawal of said bid within the ,period specified, or the failure to enter into such contract and. give such bond within the time specified, if the principal shall pay the City the difference between the amount specified In said bid and the amount for which the City may procure the required work and supplies, if the latter mount be In excess of the former, then the bove obligation shall be void and of no effect, otherwise to remain In full force and virtue. 00410- 010 BONO FORM ,(Paget of 3) !N WITNESS WHEREOF, the above bound parties have executed this instrument under their seVerri $ 'aXs, this 1 bth day of March , A. D., 2013. the name and +e pOrete seal of each party being hereto mixed and these presents duly signed by Its untderatgned representative, pursuant to authority ells governing body. WITNESS: (If Bore i wnership, Partnership, or Joint Venture, two (2) Witnessare required. If Corporation: Secretary only will attest and a seal) Affix Seal See Power of Attorney Attached PRINCIPAL: Metro Express, Inc. (Sigature of auth. rized officer) ' 9442 N\ V 109t h Street, Ste, 100 (Business Address) Medley, FL 33178 City State Zip Surety: (Corporate Surety) G eat ni= 1ca; Ins a Company Seal Surety Secretary (Sig ature of Authorized •i:ficer) Michael A, Bonet, Attorney -In -Fact & FL Resident Agent 1060 Maitland Cenlr Commons Blvd., Ste. 100 dF32Address) Maitland, L 71 City State 2tp Kahn Carlin 8, Co., Inc. (Name of Local Insurance Agency). ` 335i� S.`t�fzie`HwY.� Miami; FL' 33fi33 -- Adores (305)446-2271 . Telephone Number GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 613-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than ONE No.O 19968 POWER OF ATTORNEY KNOW That the GREATAMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attorney -in -fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power MICHAEL BONET OF MIAMI, FLORIDA $75,000,000. This Power of Attorney revokes all previous powers issued on behalf of the attorneys) -in -fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 25TH day of JANUARY 2010 . Attest GREAT AMERICAN INSURANCE COMPANY Assistant Secretary tua d Divisional Senior tier President STATE OF OHIO, COUNTY OF HAMILTON - 53: DAVID C. IQTCHIN (877-377-2405) On this 25TH day of JANUARY , 2010 , before me personally appeared DAVID C. KITCHIN, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrnnent is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by Like authority. KAREN L. GROSHE1M NOTARY PUBLIC, STATE OF OHIO MY COMMONS EXPIRES 02-20-16 iNicetift1/4. A.A.4464/01 This Power ofAttomey is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9, 2008. RESOLVED: That the Divisional President, the several Divisional Senior Tice Presidents, Divisional Tice Presidents and Divisonal Assistant Tice Presidents, or any one of them, be and hereby is authorized, from time to time. to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts ofsuretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: Thal the Company seal and the signature of any of the aforesaid officers and any Secretary ar Assistant Secretary of the Company may be affixed by facsimile to any power of attorney ar certificate of either given for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seat of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, STEPHEN C. BERAHA, Assistant Secretary of GreatAmerican Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of Junc.9, 2008 have notrtseen revoked and are now in full force and effect. Signed and sealed this / J day of e. Assistant Secretary S1029AC (4/11) 00410. BtD BOND FO1.I (Page 3 of 3) . CFRTIFICATB AS TO CORPORATE Fl31NC1PAL • t, -CV. A . 1 r o� 1��' e-, , certify that f ern the Secretary of the Corporation .nettled es Principal In the within bond; that 0 fa . " r-as o lo,✓' c..) of said corporations; that t 'know hit signature, and the signature hereto is genuine; and that tald bond was duty signed, eealed and attested for and In behalf of said corporation y authority of its governing body:: .' . k;4-1G- ' ---' (Corporate Seel) STATE OF FLORIDA ) COUNTY OF DADE ) SS City OF MIAMI ). Before me a Notary Public duly commissioned, and qualified, personally appeared Michael A: Bonet to me well known, who being by me first duly swam upon oath, says that hetshe is the attorney -in -fact, for the Great American Insurance Compar td that he/she ha been authorized Byeat American Insurance Companyto execute the foregoing bond on behalf of the Contractor named thereinn favor of The City cfrifan rl, Florida. Subscribed and sworn to before me thi 15th day of; March A. D., 2013 . INSTRUCTIONS: Bid Bonds must be accompanied by a Power of Attorney, In compliance with • Instructions tcs Bidders Ty Public, Stata of Florida at Larg My Commission Explrs: November 7. 2015 40Notary Public state of r'lorida r + , Carmen E Pillot "Q o�Ps Ex Commission 144302 Expires 11107f2015 oitc 00500. SUPPLEMENT TO BID FORM: QUESTIONNAIRE THIS COMPLETED FORM SHOULD BE SUBMITTED WITH THE BID, HOWEVER, SUBMISSION OF THE FORM OR ANY ADDITIONAL INFORMATION NOT INCLUDED IN THE SUBMITTED FORM AS DETERMINED IN THE SOLE DISCRETION OF THE CITY, MAY BE SUBMITTED WITHIN SEVEN (7) CALENDAR DAYS OF THE CITY'S REQUEST. FAILURE TO SUBMIT THE FORM OR ADDITIONAL INFORMATION UPON REQUEST BY THE CITY SHALL RESULT IN THE REJECTION OF THE BID AS NON -RESPONSIVE. The undersigned authorized representative of the Bidder certifies the truth and accuracy of all statements and the answers contained herein. 1, How many years has your organization been in business while possessing one of the licenses, certifications, or registrations? License/Certification/Registration Name and Number 4oS ee(Lc'9 e'ecuA tic -Aar' C c.05D°C0S 1A. What business are you in? 0.41M&M �u 2. What is the last project of thls nature that you have completed? a.. # Years 3. Have you ever failed to complete any work awarded to you? If so, where and why? Pd 4. Give owner names, addresses and telephone numbers, and Surety and project names, for all . projects for which you have performed work, where your Surety has Intervened to assist in completion of the project, whether or not a claim was made. 5. Give names, addresses and telephone numbers of three institutions -for -which -you -have performed -work: (name) (am ) t t,/ 14-Ood i(it.s (address) et'Act 4 (address) individuals, corporations, agencies, or (name) (address) q33 (phone #) sos--- L{ } (a- 1233 (phone #) (phone #) Bid No. 12 1 3-009 Page 26 6. List the following Information concerning all contracts in progress as of the date of submission of this bid. (In case of co -venture, list the information for all co venturers.) TOTAL DATE OF % OF NAME OF OWNER & CONTRACT COMPLETION COMPLETION PROJECT PHONE # VALUE PER CONTRACT TO DATE 00enemoder2. 11• 9, C. It-00,0oo 0312c>l3 7. ay.( 'AAcIllu'it 2 OCO OS/2o (3 ` 1. Le -Zed (vQ. . • Oj eicifotoS 8Q-c/cos o f 2-0/3 :/ (Continue list on insert sheet, if necessary.) 7. Has a representative of the Bidder -completely inspected the proposed project and does the Bidder have a complete p -n for its performance? No 8. Will you subcontract any part of this Work? If so, provide the following details for each subcontractor(s) that will perform work in excess of ten percent (10%) of the contract amount. (Attach additional sheets if necessary) Subcontractor Approx. M1WBE Descripflon of Work Name Percentage Status 14- The foregoing list of Subcontractor(s) may not be amended after award of the Contract without the prior written approval of the Contract Administrator, whose approval shall not be unreasonably withheld. 9. What equipment do you own that is available for the Work? • athfl 6 10. What equipment will you purchase for the proposed Work? °NA L_ Bid No. 12-43-009 Page 27 11. What equipment will you rent for the proposed Work? 12. State the name of your proposed project manager and superintendent and give details of his or her qualifications and experience in managing similar work.. r�- (A81 NQtc 0 303c0 / £— a OSOo 1 £ —.30592 13. State the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business and the address of the place of business. (If a corporation, state the name of the president and secretary. If a partnership, state the names of all partners. If a trade name, state the names of the individuals who do business under the trade name). 13.1 The correct name of the Bidder Is \" e\-(o E- & c�sS 1 �C. . 13.2 The business is a (Sole Proprietorship) (Partnership). orporation ) 13.3 The address of principal place of business is 911(-0MA) log 451 M 1� I P.. 33 /. 13.4 The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: Bid No. 12-13.009 Pago 28 13.5 List all organizations which were predecessors to Bidder or in which the principals or officers of the Bidder were principals or officers. �OQ 13.6. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Bidder, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description the disposition of each such petition. 13.7. List and describe ail successful Performance or Payment Bond claims made to your surety(ies) during the last five (5) years. The list and descriptions should include claims against the bond of the Bidder and its predecessor organization(s). Q 13.8 List all claims, arbitrations, mediations, civil actions, administrative hearings and lawsuits brought by or against the Bidder or its predecessor organization(s) during the last five (5) years. The list shall include all case names; case, arbitration or hearing identification numbers; the name of the project over which the dispute arose; a description of the subject matter of the dispute; and the final outcome of the claim. 13.9. List and describe all criminal proceedings or hearings concerning business related offenses In which the Bidder, its principals or officers or predecessor organization(s) were defendants. • Bid No. 12-13-009 Page 29 13.10. Has the Bidder, its principals, officers or predecessor organization(s) been debarred or suspended from bidding by any government during the last five (5) years? If yes, provide details. JD 13.11. Under what conditions does the Bidder request Change Orders? (001K5 (e_orLA.. 61e-8 by Alitt- tvALs b. • 13.12. What is the nature and amount of the three largest change orders submitted by the bidder within the past five years, and their disposition? (.00,146 c, r)cs;-.a ,v °,c, tt5 nod ciwk- 4,4 Vic _ 4 k)cw i a�.,td c,1so i tea Q Bid No, 12-13-OOG Page 30 00502. SUPPLEMENT TO BID FORM: CUSTOMER REFERENCE LISTING (Page 1 of 2) Contractors shall furnish the names, addresses, and telephone numbers of a minimum of five (5) firms or government organizations for which the Contractor has provided services for projects of similar size, scope and complexity over a three (3) year period. 1) Company Name is �,t 6 h(Q s Address 2800 50 .'IZ - Contact PersonlContract AmountWfiQ (it -auto . crkM Telephone No. /max No. ,30.i-- 9-33 - O tsi 3 2) Company Name Vikk,aNtzi,,Gt -et).\,ti Address 1 t l N/5} . + cU Contact Person/Contract Amounttesos g,c3W45t.(12."7_, A...6 hYA Telephone No. /Fax No. 3G — _ 3"--5 — Z1 2. 3) Company Name C.VI &I 'ftt,Qu-u-. C)z.aCLt Address f )-0fl Ock ..f0.KELui ts4\KC 9( • Contact Person/Contract Amount}i'iQy tOclA61-7.../' J i-'( i( Telephone No. /Fax No. <90T — 6R- 3 — 7-64 I 4) Company Name JOc%Q 4 ' c sa Address /O ` , a Contact Person/Contract Amount \A \--frct.A' / /501w Telephone No. /Fax No. a — (4,01 - , r(G Bid No. 12-13-009 Page 31 00502. SUPPLEMENT TO BID FORM: CUSTOMER REFERENCE LISTING (Page 2 of 2) 6) Company Name Vt 4 0(a.\ Address 5300 JUL) 8.. Contact Person/Contract Amount b CZC ri3rei /600‹.. Telephone No. /Fax No. 39S --Jr9 3 - 6 6) Company Name 4 cC'- tom Address Li `"1 t4 ) 2 nd -1 Contact Person/Contract Amount6P 1Od , in / i- . M Telephone No. /Fax No. — �'t (` r 3 7) Company Name j k-UvO V / r Address y � .A3. Contact Person/Contract Amounti28-CO L 2 /-1-00K. Telephone No. /Fax No. J'" CI t (— J2.OQ 8) Company Name U'suj e) c J S Address iasp NUJ 16 3 Dr Contact Person/Contract AmountY\,a -Ol ci O Telephone No. IFax No. S — 62 . "' g 000 Bid No, 12-13-009 Page 32 00510. OFFICE LOCATION AFFIDAVIT (Page 1 of 2) Please type or print clearly. This Affidavit must be completed In foil, signed and notarized ONLY - IF YOU MAINTAIN AN OFFICE WITHIN THE CORPORATE LIMITS OF THE CITY OF MIAMI. Legal Name of Firm: Entity Type: (Check One). Partnership Sole Proprietorship Corporation Corporation Document No: Date Established Occupational License No: Date of Issuance PRESENT Street Address: au City: State: How long at this location: PREVIOUS Street Address: City: State How long at this location: According to Section 18-85 of the City of Miami Code, as amended: "...when a responsive, responsible non -local bidder submits the lowest bid price, and the bid submitted by one or more responsive, responsible local bidders who maintain a local office, as defined.in Section 18-73, is within fifteen percent (15%) of the price submitted by the non -local bidder, then that non -local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local bidder. Contract award shall be made to the lowest responsive, responsible bidder submitting the lowest best .and final bid. In the case of a tie in the best and final bid between a local bidder and a non -local bidder, contract award shall be made to the local bidder." The intention of this section is to benefit local bona fide bidders/proposers to promote economic development within the corporate limits of the City of Miami. I (we) certify, .under penalty of perjury, that the office location of our firm has not been established with the sole purpose of obtaining the advantage granted bona fide local bidders/proposers by this section. 00510. Bid No. 12-13-009 Page 33 OFFICE LOCATION AFFIDAVIT (Page 2 of 2) Authorize Signature Authorized Signature Print Name Print Name (Corporate Seal) Title Title Authorized Signature Authorized Signature (Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or -- ---.-- _._.___-.--the-proprietor of a -sole proprietorship-or-alhpartners-of-a-jointventure:)— — -- -- ` NOTARIZATION STATE OF FLORIDA, COUNTY OF MIAMI-DADE That: personally appeared before me and acknowledged the foregoing instrument as his/her act and deed. That he/she has produced as identification. NOTARY PUBLIC: My Commission Expires: Please submit with your bid copies of Occupational License, professional and/or trade License to verify local status. The City of Mtami also reserves the right to request a copy of the corporate charter,. corporate income tax filing return and any other documents(s) to verify the location of the firm's office. Bid No. 12-13-009 Page34 Equipment List 1 1 ::1)E,Ckit5.1'10.14'011)4A-PACITY girEic.S. • PC228USLC-3 HYDRAULIC EXCAVATOR KOMATSU. S/N ( 21605 ) 2003 2 1 PC228USLC-3 HYDRAULIC EXCAVATOR KOMATSU S/N ( 30233 ) 2003 3 1 PC228USLC-3 HYDRAULIC EXCAVATOR KOMATSU S/N ( 30314 ) 2003 4 1 KOMATSU D51PX-22 CRAWLER DOZER - CAB S/N ( 10096 ) 2007 5 6 7 1 1 1 J.D, CRAWLER DOZER 450J BCS175K STEER LOADER BC S175K STEER LOADER S/N ( TO450JX119147 ) S/N ( 530111948 ) SIN (530111877) 2006 2006 2006 8 9 10 11 12 13 1 1 1 1 1 1 BC S175K STEER LOADER BC S300K SKID STEER LOADER KSERIES BC SKID -STEER LOADER S220K BC SKID -STEER LOADER S220K BC SKID -STEER LOADER S250 CATERPILLAR SKID STEER LOADER 272C S/N (530111349 ) SIN (531111006) SIN ( 530711098 ) S/N ( 530711099 ) S/N ( 530913462 ) S/N ( RED00229 ) 2006 2005 2006 2006 2006 2009 14 1 KOMATSU FORKLIFT • • — • —** SIN (464514 " • ---- 2005 15 16 1 1 THOMAS MINI EXCAVATOR PX15 KOMATSU VVHEEL LOADER WA320-5L S/N ( ns1530555 ) S/N ( A32615 ) 2004 2005 17 1 KOMATSU WHEEL LOADER WA320-5L S/N ( A32596 ) 2005 18 19 20 21 1 1 1 KOMATSU WHEEL LOADER WA400-5L SAKAI DOUBLE DRUM VIBRATORY ROLLER SVV850 KOMATSU HYDRAULIC EXCAVATOR PC300LC-7L CATERPILLAR ASPHALT DRUM COMPACTOR CB-214E SIN (A40071) SIN ( VSVV26-301418 ) S/N ( A85655 ) S/N ( 21400747 ) 2005 2008 2006 2006 22 23 24 1 1 1 BC SKID S630 BC SKID -STEER LOADER S185 BC SKID -STEER LOADER S185 S/N (A3NT11183) S/N ( 519033640 ) S/N (519030441 ) 2009 2003 2002 25 26 1 1 SWEEPER RIDE 6FT BC 14" PLNR S/N (29584-LJ ) • S/N ( 231200549 ) 2004 2006 27 28 29 30 31 1 1 1 1 1 CARTEPILLAR WHEEL LOADER 938G11 CHEV. PK CHEV. CHEV, VN CHEV. UT SIN ( RTB00981 ) ( 1GCGC24U5YE358210 ) S/N ( 1 GBJC34U71 F203626 ) S/N ( 1GCHG39RX21188489 ) S/N ( 1GNDS135432298390 ) 2005 2000 2001 2002 2003 • Equipment List �T sQUAHTI1'Y #?L>SCR011Oti AND tAP'AGl7Y Ot .I,T IV1$ . EA MFUD, 31 1 CHEV. TK SIN ( 1GBE4E1194F503600) 2004 32 1 CHEV. TK SIN (1 GCHC24UO3Z107777) 2006 33 1 FRHT DP S/N (1FUWTMCB1WH983191) 1998 34 1 FORD TK SIN ( 1 FTYS90W1 KVA24335) 1989 35 1 FORDVN S/N ( 1FBJS31F7THA10067) 1996 36 2 FORD TK SIN ( 1 FTYY96W3VVA43754) 1997 37 - 1 FORD DP - SIN ( 1 FTYY96D3WVA18515) 1998 38 1 FORD F350 SIN ( 1FTWW33P44EB81289 ) 2004 39 1 FORD VN SIN ( 1 FTSS34LX4HA22801 ) 2004 40 1 FORD TK SIN ( 1FDXF46P65EB88120) 2005 - - -41 1 FORD UT •. • '-'. -_ ... . ..... _ .. SIN ('1FMPU13556LA48466-) "' - - -2006 42 1 FORD TK S/N (1 FDWF36PX6EB83431) 2006 43 1 FORD F350 TK S/N (1 FDWF36P06EC81688) 2006 44 1 FORD F350 TK S/N (1 FTWW31 R98EB98339 ) 2008 45 1 FORD F150 S/N (1 FTRX12W69KB36242) 2009 46 1 GMC TK SIN ( T16DAAV57856 ) 1980 47 1 GMC TK S/N ( J8DC5B1U3M3000590 ) 1991 48 1 GMC TK SIN ( 1GDM7H1CXXJ502373 ) 1999 49 1 INTL TK SIN (1 HTMMAAN94H654026) 2004 50 . 1 INTL TK S/N (1 HTSCAAMOWH546026) 1998 51 1 INTLTK S/N ( 1HSCAAHN31J000190) 2001 52 1 ISUZU TK SIN ( JALE5B1U9P3002034) 1993 53 1 ISUZU TIC S/N ( JALC4B141X7017274) 1999 54 1 ISUZU TK S/N ( JALC4B143Y7011171) 2000 55 1 ISUZU TK S/N ( JALB4B14417006210) 2001 56 1 MACK TK S/N ( 1M1AE06Y63W014845) 2003 57 1 MACK DP SIN ( 1M1AA12Y8RW038404) 1994 58 1 MACK DP S/N (1M1AA12Y3RW038424) 1994 59 1 MACK DP SIN (1 M1AA12Y2SW045953) 1995 60 1 MACKTK S/N {1M1AA12Y7VW068195) 1997 Equipment List '�. _ 81 1 M|Fu SIN(JWmoBBHoX0oo183) 1888 82 1 pTRaTn SIN (1XpCo2eXXKN2707 O) 1088 83 1 pTRBTn SIN(1XPFosgXoKwzoz39o) 1989 84 1 STEM ooV8oP mN(xpwn*wuooY*Fo9oDu) 2000 65 1 UoTK am(JNxu4TIJ*T*4onono) 1998 SG 1 UoTx SIN (JNxu4T1JXvoA505161) ' 1998 67 1 m]uuJ a/m(4vA7uAPF7xwrno7uo) 1899 68 1 vOu/O a/w (4vA7BAPFmXw750701 ) 1909 89 1 vOLvO SIN ( 4vo7aoJr5xw7697u4) 1990 70 1 VOu/o SIN (4vGJoARF5mw861182) 1988 71 1 HOR|TL - ' - '� ' — - -- ''��' -fSIw-(4YoVGluuuYoanr4*7f'� ' '' - - -2QU1 72 1 mzuTTL SIN (4/ uS1ououuui137n) 2002 73 i soo|PTL SIN (4v3ua16222ao11116) 2002 74 1 ^mooTL SIN (4YwoN16283co15849) 2003 75 1 oouTTL svw (*Y3VG162028011017) 2002 76 1 aouTTL am(*Yuual-8c4xoo`Iom5) 2002 77 1 HMDETL mw (*M20020143) 2002 78 AmoETL' o/w p4YwBm12254Coe1521> 2004 78 1 Ton/n- axx (121sP16226Mu13442) 2005 80 1 LEEaTL a/N(113mID81oe1rDoog000) 2007 81 1 CUGTTL SIN (5e732i53521003965) 2002 82 1 xwooTL ' e/w(4Ywaw1ouosoo*m7o) 2006 83 1 ecnwTL S0N (42sooHF413100063,*) 2003 84 1 vvrn|TL SIN <1W8AI Isxusa000mo) 20D5 85 1 mAupTL SIN(1oXFo1000mo1oeo) 2005 86 xAUFTL SIN (1sxpSIoxuu0omu4} 2005 87 1 ooNT|wELTAL aw <C7x3115o'15000> 2007 88 1 Awoan- am(4YhoN1ou4aCn1smm) 2003 89 1 mKSYTIL mm (lnnBA0e1057e44070) 2005 80 1 xnSvn' SIN (1wwoAuo1eaT24wn1) 2005 ! Equipment List 1 givi Mt ,; •iEA : ,,;.:::..P�°- : 15S R1PtON N? A Off iEm ..T, PAP:• A 91 1 KKSY TL SIN (1K9BA08145T244072) 2005 92 1 KKSY TL S/N (1K9BA08165T244073) 2005 93 1 Dodge nfn 1D8GT58677W651940 2007 94 1 Ford. Expedition S/N A48466 2006 95 1 Chevrolet Pick-up S/N 1999 96 1 Bobcat 111006 2006 - 97 1 2004 Komatsu ExcaVATOR ------86407 98 1 Backhoe H10027168 2003 99 1 Backhoe 31308 2004 100 1 Power Module S/N 2005 101 300 Barricades S/N 2006 102 1 Bobcat5300 17226 2005 103 1 Water heating module 2001 104 1 Caterpillar excavator 2001 cotinir,tft Walk -MOM trACKORQUI4D4PG.WW1M4-10601-Wt°01" AG, 6140786 STATS OP FLORIDA DIIPARVauT OF BU/NESS AND PROFESSIONAL R$OVLATIOR CONSTRUCTION INDuSTRY LICENSING BOARD SEON L1205250909 MBI The GENERAL CONTRACTOR . . . . Named. below IS CERTIFIED - , •: . tinder the proilitibne of'Chapter.iWES.i ExpiratiOn date: ADO 31, 2014 TRASOBARESfDELIO ALBERT METRO EXPRESS INC . MEDLEY im 33178 • . RICK GOVERNOR DISPLAY' AS REQUIRED EY LAW STATE OF FLORIDA AC# L 0 ? Ei 6 DEPARTMENT OF Businas AND PROFESSIONAL REGULATION CGC050965 Ail.t4/12 1,18190639 CERTIFIED:•GENERAL CONTRACTOR TRAsotAnr4;:• MAIO- AL/IERT METRO EXpREps, IS CERTIFIED undor tavi provisions of C11.489 ra Isplastiort Ostat At* 31x 2014 1,1110S2501309 REN LAWSON SECRETARY donstrocortn in ifyitv board SUSINESS C tir+CATE CF CbMPETOICY E20101 fOEPRSt i. .S.A.: • TRASOEIARS - Ispktireg tiuototlfropylstodt 100-fitw4.: QUALIFYINGTRACIE(S) 0001 GENERAL ENGINEERING **Ali %logo g "Sarottatv ausa Sant B. Cnnetuctlan T tiatfying SooT USfNESS CERI toPTE OF Cglt'u'E`1ENCY E201301 !. Flo EXPRESS TRAsomfzes..Ya avo A t .toriad.=tor:ft of Ma a vs!! UALIFYING TRADEiS1 0001 GENERAL EMGINERiNG thafti Ot:eR-U ikasWv4!Ifa8DA6 �ST%M1ily 'fin 1 FORMAL BID CITYWIDE SIDEWALK IMPROVEMENT CONTRACT, M-0096 Project Number: Project Manager: Person who Construction M-0096 CIP Date: Received Time: Number: Juvenal Santana, PE, CFM 3 15 2013 Miami City Hall received the bids: Elyrosa Estevez, PE III at: City Clerk's Office, Estimate = $ 11:00 A.M. Bid: 12-13-009 BIDDER Metro Express, Inc. Team Contracting, Inc. Maggolc, Inc. Envirowaste Services Group, Inc. ADDRESS 9442 NW 109 Street Medley, Florida 33178 13911 SW 42 Street Suite 209 Miami, Florida 33175 11020 SW 55 St Miami, Florida 33165 4 SE 1 Street 2nd Floor Miami, Florida 33131 BID BOND AMOUNT 5% BB 5%BB 5% BB 5%BB IRREGULARITIES NO NO c NO MINORITY OWNED NO NO NO NO ITEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL TOTAL BID: The suns of Items 1 through 23 based on a one (1) year completion time $1,487,500.00 $1,595,500.00 $1,978,000.00 $1,973,200.00 * IRREGULARITIES A — No Power B — No Affidavit C — Corrected D — Proposal E — Sub-contractor(s) F — Non - responsive G — Improper H — No Certificate 1 -- No First 1 — No Minority K — No Duplicate L — No City LEGEND -of -Attorney as to Capital & Surplus of Bonding Company Extensions and Corrected Bid Amount Unsigned or Improperly Signed or no Corporate Seal not Identified bid Bid Bond of Competency Number Source Hiring Compliance Statement Compliance Statement Bid Proposal of Miami or County Occupational License IT HAS BEEN DETERMINED BY TI-IE LOWEST RESPONSIBLE AND RESPONSIVE FOR THE TOTAL AMOUNT OF DEPARTMENT OF PUBLIC BID IS FROM Bill: 12-13-009 WORKS THAT THE Metro Express, Inc. $1,487,500.00 Eslevez, PE 1 OF 2 PREPARED BY: Elyrosa REVISED BY: DATE: July 30, 2013 SHEET FORMAL BID CITYWIDE SIDEWALK IMPROVEMENT CONTRACT, M-0096 Project Number: Project Manager: Person who Construction M-0096 CIP Date: Received Time: Number: Juvenal Santana, PE, CFM 3 15 2013 Miami City Hall received the bids: Elyrosa Estevez, PE III at: City Clerk's Office, Estimate = $ 11:00 A.M.. Bid: 12-13-009 BIDDER FIIP Tectonies Corp. JVA Engineering Contractor, Inc. Cityworks Construction, LLC ADDRESS 290 NW 165 Street Sutie P200 Miami, Florida 33169 6600 NW 32 Avenue Miami, Florida 33147 20356 NE 16 Place Miami, Florida 33179 BID BOND AMOUNT 5% BB 5% BB 5% BB IRREGULARITIES NO c c MINORITY OWNED NO NO NO ITEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL TOTAL BID: The sum of Items 1 through 23 based on a one (1) year completion time $2,076,170.90 $2,143,250.00 $2,257,040.70 * IRREGULARITIES A — No Power B — No Affidavit C — Corrected D — Proposal E — Sub-contractor(s) F — Non - responsive G — Improper H -- No Certificate 1 — No First 1 -- No Minority K -- No Duplicate L — No City LEGEND IT HAS BEEN DETERMINED BY THE - of - Attorney LOWEST RESPONSIBLE AND RESPONSIVE as to Capital & Surplus of Bonding Company FOR THE TOTAL AMOUNT OF Extensions and Corrected Bid Amount Unsigned or Improperly Signed or no Corporate Seal not Identified bid Bid Bond of Competency Number Source Hiring Compliance Statement Compliance Statement Bid Proposal of Miami or County Occupational License DEPARTMENT OF PUBLIC BID IS FROM Bid: 12-13-009 WORKS THAT THE Metro Express, Inc. $1,487,500.00 . Esteven, PE 2 OF 2 PREPARED BY: Elyrosa REVISED BY: DATE: July 30, 2013 SHEET 00800. GENERAL CONDITIONS: 1. Contract Documents: 1.1. The formal solicitation, Bidder's Response, any addenda issued, the Contract Documents, and all subsequent work orders and purchase orders shall constitute the entire Contract, unless modified in accordance with any ensuing Contract, Amendment or Addenda. 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, and 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, City Engineer and/or Owner. 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 governing 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 stated. 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 term of the Contract shall be for an initial term of one (1) year, commencing as of the date stated on the Notice to Proceed. The City shall have the option to extend the Contract for four (4) additional one (1) year term periods each by giving the Bidder at least thirty (30) days prior written notice. 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. Bid No. 12-13-009 Page41 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. 4.2. Within five (5) calendar days prior to the kickoff meeting described in Section 4.1, the Contractor shall submit to the Project Manager for review and acceptance: 4.2.1. A detailed construction plan for the proposed work in a format acceptable to the City: The construction schedule plan shall indicate the start and completion datesof the various tasks for. each Work Site and shall include a narrative of the procedures to be used and a list of all equipment to be used in the performance of the Work. The construction plan must be updated to reflect any changes and submitted for approval to the Project Manager. Approval of the maintenance plan by the Project Manager shall not relieve the Contractor of the sole responsibility and liability for the performance of the Work. 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. 5.1. Each Bond shall be in the amount of one hundred percent (100%) of the annual 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 6. 5.2. 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 Form 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. Bid No. 12-13-009 Page 42 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: Policy- Financial Holders Amount of Bond 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. Bid No. 12-13-009 Page 43 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 loss, 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 tote, 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. 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 Bid No. 12-13-009 Page 44 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. [ ] 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. [ ] 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. [ 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 8.1.3.5 Owned Vehicles. Hired and Non -Owned Vehicles. Employers' Non -Ownership. Employees included as insured City of Miami as Additional Insured Bid No. 12-13-009 Page 45 [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: 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 [ X ] 8.1.6 Employer's Liability — Limits of Liability $500,000 for bodily injury caused by accident, each accident $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. [] Bid No. 12-13-009 Page 46 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 perform 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. 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. 10.10 The Contractor shall direct all citizen inquiries to the City Project Manager and should act professionally at all times. 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 worn. 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. Bid No. 12-13-009 Page 47 13. Weather: No extensions to the Contract Period will 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. 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 prior to commencement of work. 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. If applicable, all 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 furnished 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 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. Bid No. 12-13-009 Page 48 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. 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 Manager's authority to act under this paragraph, nor any decision made by him in good faith either to exercise or not to exercise such authority, shall give rise to any duty or responsibility of the Project Manager 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. Bid No. 12-13-009 Page 49 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 Contractor and ceases to be in its employ. The superintendent shall represent Contractor and all directions given to the superintendent shall be as binding as if given to Contractor and will be confirmed in writing by 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, intheopinion 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 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. Bid No. 12-13-009 Page 50 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 Contractor'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 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 Bid No. 12-13-009 Page 51 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 design, 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. For those locations where no plans have been drawn, and are included in Section 1000, the Contractor must work with the City Inspector and assess any additional work based on individual locations. Additional Items will be paid out of Special Provisions only after the City Project Manager has reviewed the proposed additional cost submitted by Contractor. The City Project Manager has the right to reject/approved all proposed items. 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. 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 the necessary protection to prevent damage, injury or loss to: Bid No. 12-13-009 Page 52 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, PERA, 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 and document the incident. The Contractor should also recommend any appropriate course(s) of action to the Project Manager. 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 furnish satisfactory evidence as to the kind and quality of materials and equipment. This warranty is not limited by any other provisions within the Contract Documents. 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. Bid No. 12-13-009 Page 53 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 to be 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. 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. Bid No. 12-13-009 Page 54 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 Instructions: 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. 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 Project Manager, Director of Public Works, Assistant Director of Public Works or the City 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. Bid No. 12-13-009 Page 55 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 adjustment cannot be reached for any item requiring a change in the Contract Price or Contract Time, and a Change Order has not been issued, City reserves the right at its sole option to either terminate the Contract as it applies to the items in question and make such arrangements as may be deemed necessary to complete the disputed work; or submit the matter in dispute 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. 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. Bid No. 12-13-009 Page 56 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: 45.1.1. Cancel the Stop Work Order; or 45.1.2. Terminate the Work covered by such order as provided in Article 20.3. 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 (work zone or right of way) 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 shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, Contractor shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Bid No. 12-13-009 Page 57 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 Tess 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 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 specific project(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. Bid No. 12-13-009 Page 58 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 ordershall 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 quantities at 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. 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 Bid No. 12-13-009 Page 59 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. 12-13-009 Page 60 01000 SUPPLEMENTAL CONDITIONS 01001 SCOPE OF WORK The project includes the removal and disposal of deteriorated, damaged, or unsafe concrete sidewalks and construction of new concrete sidewalks and handicap ramps for the City's ADA program, upgrade, replacement and repair of concrete curbs, valley gutters and curbs and gutters, and reinstallation of water meter boxes or similar utility structures located in the sidewalk area, 2-ft of asphalt pavement restoration for the curb, valley gutter and curb and gutter restoration, and trimming and removal of tree roots, as necessary, in order to prevent future damage to the new concrete sidewalk, driveway or access ramps, concrete curb, valley gutters and curb and gutters. All work to be as specified and/or shown on the Engineering Standards. For this Contract in which specific sites are not identified at the time of bidding, the City of Miami Public Works will issue a Task Work Order. This Contract may require several Task Work Orders of which the total sum shall not exceed the contract amount as specified in this Contract Document. The Task Work Order may be issued with the Notice to Proceed. The specific limits and identification of work elements shall be specified in the individual Task Work Order. The Task Work Order will identify the priority locations that will have minimum of ten (10) requests outstanding locations at which the Contractor shall respond and begin work. The Contractor will be expected to respond and begin work within five (5) working days is identified in the Task Work Order upon the receipt of the Task Work Order received in person, by fax, or by certified mail. All work locations will be described with direct address or streets and avenue that will allow the Contractor to proceed immediately to the location with minimum delay. The City of Miami Public Works will make every reasonable effort to plan work location and develop Task Work Order documents in systematic and concentrated regions as to minimize the Contractor's travel requirements. 1.1- LOCATION The project is located citywide. 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 23: Special Provisions — To provide a fund for contingent work described below, the Contractor shall include in his Proposal the Cash Allowance Sum of Fifty Thousand Dollars ($50,000.00). 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 Bid No. 12-13-009 Page 61 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. Anv 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 theft employees engage in any type of landscaping installation, care or maintenance must be directed and supervised by a 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 performed using superior maintenance standards and techniques. 01003. ENVIRONMENTAL PROTECTION Contractor shall comply with Chapter 17, Environmental Preservation of Miami City Code, and City Ordinances 12636 and 13081. 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 "no -fee" excavation permit for this project. The Contractor will be required to obtain the "no -fee" excavation permit from the Roadway/ Plans Development Section of the Department of Public Works prior to the start of any construction as well as a Road Closure and a Landscaping permit. 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. This item will be installed at the discretion of the City Engineer at citywide locations. Bid No. 12-13-009 Page 62 01008. PLANTING — See attached Division 2A. 01009. SOODING — See attached Division 2B. 01010 CONSTRUCTION SIGN The signs shall be constructed of 4'x8'x3/4" exterior plywood, suitably mounted, and readable at eye level. The colors to be used are white and blue. Specifically, the background shall be white; all lettering shall be blue Helvetica. All paints shall be rated outdoor enamel. The "City of Miami" seal will be supplied by the Department of Public Works in decal form. The cost of these signs shall be considered as incidental to one or more of the bid items and no additional compensation will be allowed. The location of the signs is to be present at each work area for public information and placement must be coordinated with City Engineer. 01011 REVISIONS TO DIVISION 4 - CONSTRUCTION METHODS (Cont.) (D) Sidewalk and Curb and Gutter Construction. To Section 408-1, add the following: The construction of concrete sidewalk shall be separate and distinct from the construction of concrete curb or curb and gutter. "No monolithic pour of concrete for sidewalk and curb or curb and gutter combined shall be allowed." 01012 CONSTRUCTION SCHEDULE Prior to the start of any work, the Contractor and the City Engineer will identify the locations of construction in the field. The Task Work Order of services shall be completed within the indicated duration as specified in Contract Documents and Task Work Order. Furthermore, the sum of the all Task Work Order durations shall not exceed the Contract Duration. 01013 PROVIDING ACCESS TO RESIDENCES AND BUSINESS ESTABLISHMENTS During construction of the improvement, safe access shall be provided by the Contractor to the entrance of all residences and business establishments. Methods to be used shall be determined by the Contractor with the approval of the Engineer. Deliveries and loading to each business must be provided at all times, including convenient customer pick up and the ability to allow delivery access by trolley, hand truck or other wheeled delivery system. 01014 RESPONSIBILITY OF THE CONTRACTOR (Additional to Section 7.2 in the General Conditions) The Contractor shall schedule his work in such a manner and provide the proper supervision so as to cause the minimum of conflict or delay to the work of utility companies working within the area. The Contractor will be held responsible for any delay in time and/or damage to existing structures, foundations, utilities, or other existing features because of omission or neglect by himself or his employees. Any property damage by his operations shall be replaced to its original condition at no extra cost to the City. The City of Miami Public Works will be the Bid No. 12-13-009 Page 63 mediator in all such cases wherein the Contractors or the utility companies are in dispute concerning lost time or property damages. The Contractor shall abide by these judgments and decisions in all cases. If the contractor's performance of this contract is delayed by acts of the City or other subcontractors, suppliers and contractors, material men, architects and/or engineers, the contractor may request an extension of time from the City in writing within twenty days of the event by which the delay occurred, but the contractor shall not be entitled to an increase in the contract price or claims or damages because of the delay or because of any acceleration in its work. Until the City of Miami Public Works, acceptance of the work, take charge and custody of the work, and take every necessary precaution against injury or damage to the work by the action of the elements or from any other cause whatsoever, arising either from the execution or from the nonexecution of the work. Rebuild, repair, restore, and make good, without additional expense to the City of Miami Public Works, all injury or damage to any portion of the work occasioned by an of the above cause before its completion and acceptance, except that in case of extensive or catastrophic damage, the City of Miami Public Works may, at its discretion, reimburse the Contractor for the repair of such damage due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to Acts of God, of the public enemy, or of governmental authorities. 01015 EXISTING UNDERGROUND STRUCTURES The Contractor must contact the various utility companies to obtain the location of the existing underground utilities prior to beginning any excavation work. (See Special Provision 2.31) Caution shall be exercised by the Contractor in grading operations as some existing underground utilities have a minimum cover. The Contractor shall be responsible for replacing any underground facility broken or dislocated during construction for which sufficient underground information has been provided by the utility companies. Any sanitary sewer lines, laterals or storm sewer lines damaged during sidewalk construction shall be repaired at the Contractor's expense. 01016 CLEAN-UP OF CONSTRUCTION AREA Upon completion of construction, the project site shall be cleaned to the satisfaction of the Engineer. All trash and other construction debris shall be removed from the job site at no additional expense to the City. 01017 DEFACING OF NEW AND EXISTING CONCRETE AND PAVEMENT It shall be the Contractor's responsibility to preserve the condition of existing and newly constructed concrete sidewalk, curb and/or gutter and pavement. Any damaged pavement or concrete defaced with sticks, nails, footprints, etc., shall be replaced at the Contractor's expense. 01018 STORAGE AREA There is no City property in this area available for use as a storage yard for this improvement. The Contractor shall provide his own storage site. 01019 ADJUSTMENTS BEHIND PROPERTY LINES Adjustments to approach walks and driveways on private property shall be made at a slope no greater than 1:12. Adjustments to existing ground on private property shall be sodded and made Bid No. 12-13-009 Page 64 at a slope no greater than 1:3. All adjustments of driveways and walks shall be of a matching type. All costs for adjustments on private property shall be included in items 1 and 2 and no additional compensation will be allowed. 01020 UNDERGROUND UTILITIES NOTIFICATION CENTER The Contractor is alerted that underground utilities exist in the vicinity of the proposed work and that he should notify the Sunshine State One Call of Florida for utility location before Excavation at their toll free number 1-800-432-4770 at least 48 hours prior to digging, for utilities verification in the field. In addition to this, the Contractor shall also notify the Florida Power & Light Company for verification of their utilities. 01021 SAFETY The contractor is alerted that. the State of Florida has adopted the "Trench Safety Act" for the purpose of incorporating current OSHA trench safety standards into municipal construction projects. The basic safety requirements are as follows: 1. Excavating and Trenching a. Before opening any excavation, efforts shall be made (including utility company contact) to determine if there are underground utility installations in the area, and they shall be located and supported during the excavation operations. b. The walls and faces of trenches 5 feet or more deep and all excavations in which employees are exposed to danger from moving ground or cave-in shall be guarded by a shoring system, sloping of the ground, or some other equivalent means. c. In excavations which employees may be required to enter, excavated or other material shall be effectively stored and retained at least 2 feet or more from the edge of the excavation. d. Daily inspections of excavations shall be made by a competent person. If evidence of possible cave-ins or slides is apparent, all work in the excavation shall cease until the necessary precautions have been taken to safeguard the employees. e. Trenches 4 feet deep or more shall have an adequate means of exit such as ladders or steps, located so as to require no more than 25 feet of lateral travel. 2. Head Protection a. Head protection equipment (helmets) shall be worn in areas where there is a possible danger of head injuries from impact, flying objects or electrical shock and burns. b. Helmets for protection against impact and penetration of falling and flying objects shall meet the requirements of ANSI Z89.1-1969. c. Helmets for protection against electrical shock and burns shall meet the requirements of ANSI Z89.2-1971. A separate bid item for the cost of compliance with the Trench Safety Act has not been included in the proposal for this project. However, the cost of compliance shall be included in other portions of the work and no additional compensation will be allowed. Bid No. 12-13-009 Page 65 01022 SIDEWALK REPLACEMENT PROCEDURES The Contractor shall furnish all labor, materials, equipment, tools and related work required to complete the sidewalk replacement work described below, including concrete removal. All work must be completed in accordance with the contract documents and specifications for Public Work Projects Section 408: 1. Sidewalk replacement consist of sawcut to the nearest joint or marking, 5 ft intervals, removal and disposal of the concrete sidewalk, compacting the sub base and base, forming, placing the concrete, finishing, marking and applying curing compound all as indicated in Section 408. 2. Remove . and disposal of all roots to a depth of 12 inches below the bottom of the sidewalk and prune trees endangered by extensive root pruning. (Limb pruning shall be accomplished prior to root pruning). All pruning shall be accomplished by an experienced landscape contractor or a certified arborist. 2. Replace and reset water meter boxes uplifted or broken within sidewalks that are to be replaced. Boxes will be supplied by Miami -Dade Water & Sewer Authority. 3. Restore private property, including sod, blocks, bricks, tile, concrete, etc., to transition to the new sidewalk elevation or to repair damage which occurred during the sidewalk replacement work. 4 Restore all parkways and all sprinkler systems or water connections broken or disturbed during the sidewalk replacement work. 5. Saw cut flags of sidewalk before removal to prevent damage to adjacent flags. 6. Flags of sidewalk that are not included in this contract for replacement that are damaged by the contractor's operation and/or negligence are to be replaced at the contractor's expense. 7. Fill all form holes with sand when forms are removed from new sidewalk. 8. Any utilities that are damaged by the contractor's operation and that were properly located and marked by the respective utility companies, shall be repaired or replaced at the contractor's expense. 9. The Contractor shall schedule removal of driveway and sidewalk to minimize disruption of property owner's access to his property. 10. The amount of open area (where sidewalk has been removed but not repaired) shall be limited to an area less than or equal to the amount of sidewalk the Contractor can pour in three working days. 11. Concrete for driveway sidewalk shall be poured within one day of the existing sidewalk removal. The Contractor may saw cut and crack existing driveway sidewalk but leave it in place until removal, if the driveway is still satisfactory for vehicular use. All costs for sidewalk replacement work shall be included in and paid for under the bid item for 4-inch or 6-inch sidewalk as listed in the Proposal and no additional compensation will be allowed. Bid No. 12-13-009 Page 66 For Task Orders and Hurricane recovery work related to sidewalk, curb, valley gutter, and curb and gutter, the pay items identified in the bid proposal shall be use and the scope of work for each item shall be the same. No additional compensation will be allowed for providing emergency services to the City during Hurricane Recovery work. For concrete sidewalk grinding the Contractor is to use a grinder in order to remove the top concrete portion of the lifted flag and level it in order to provide a smooth transition safe for pedestrian traffic. NOTE: No dust is allowed while performing this work. Contractor is to provide its own water method to accomplish this work without creating a dust cloud. 01023 EXPLANATION OF CURB AND GUTTER REPLACEMENT ITEMS The bid items listed in the Proposal for new concrete curb and new curb and gutter shall include all labor, materials and equipment necessary for the removal of the existing curb or curb and gutter, saw cutting the existing sidewalk and/or pavement to facilitate removal of the concrete and asphalt, installation of the new concrete curb or curb and gutter, and reconstruction of a two (2)- foot wide strip of pavement adjacent to the new curb or curb and gutter. No additional compensation for extra saw cutting will be allowed. No additional compensation will be allowed for repairing damage to the existing pavement beyond the aforesaid two (2)-foot strip. The work included for Hurricane related curb, sidewalk and curb and gutter damage shall include the sawcutting of one (1) foot away from each side of the damaged section, or to the nearest non - damaged expansion joint, removal and disposal of rubble and materials, tree root trimming, clearing of the base, compacting the base and installing new concrete curb, sidewalk, brick sidewalk, curb and gutter to equal or better condition as before the hurricane damage. No additional compensation will be allowed for hurricane repair damage to the existing sidewalk, curb and curb and gutter. Hurricane related work shall be priced as per bid prices in the bid proposal 01024 EXPLANATION OF HANDICAP RAMP ITEM The bid item listed in the Proposal for new concrete handicap ramp shall include all labor, materials and equipment necessary for the removal and disposal of the existing concrete/asphalt handicap ramp, saw cutting the existing sidewalk and/or pavement to facilitate removal of the concrete/asphalt ramp, and installation of the new concrete handicap ramp as per Misc. 35-85-22, including reconstruction of a two (2)-foot wide strip of pavement adjacent to the new work. No additional compensation for extra saw cutting will be allowed, and installation of an approved detectable warning system (yellow tiles). No additional compensation will be allowed for repairing damage to the existing pavement beyond the aforesaid two (2)-foot strip. 01025 ASPHALT PRIME COAT COVER SAND Cover sand for lime rock base prime coat shall be hot asphalt coated prior to application. 01026 ASPHALTIC CONCRETE DESIGN MIX The Asphaltic concrete surface course shall be 1-inch thick, Type "S-III", as submitted by the local asphalt suppliers and approved by the Engineer. Asphaltic concrete mix for surface courses shall meet the requirements of Florida Department of Transportation Specifications for Type "S-III", Asphaltic Concrete, Section 331-1 through Section 331-5. All new design mixes shall be submitted to the Department of Public Works for approval of the Engineer. Bid No. 12-13-009 Page 67 01027 DUST PREVENTION The Contractor is alerted to Division 4 - Construction Methods, Section 400-11 pertaining to Dust Prevention. The City strictly enforces environmental regulations to a greater degree than on past projects and if necessary will limit the number of manhole sections constructed prior to resurfacing and for any approved sidewalk grinding. The Engineer shall have the authority to require the Contractor to remove the dust from the street by mechanical means after the temporary patch has been placed, increase the frequency of water spraying and reroute equipment bringing in backfill and/or removing excess material or supplies necessary for construction. Contractor is to provide its own water for dust control. 01028 DISCHARGE OF EXCAVATION WASTE WATER, EROSION AND SEDIMENT CONTROL FOR CONSTRUCTION SITES The Bidder is alerted that strict compliance with Department of Public Works Bulletin No. 25 is required for this project. This bulletin establishes rules, regulations and requirements for discharge originated from construction sites or resulting from construction activities. A copy of Bulletin No. 25, City Ordinance 13081 and any corresponding Engineering Standards are available for your reference. 01029 VIDEO TAPE AND OR COLOR PICTURES — EXISTING CONDITIONS Before any work can begin, the Contractor shall either Video tape or take pictures of the existing conditions of the areas that are adjacent to and affected by the construction activities. If the Contractor selects video to tape the existing site condition, then the following items shall be provided: • Clearly audible and spoken in English. • Must state each address, location, street or avenue that is affected by the construction activities. • Picture quality must be in excellent condition to clearly see visible objects. If the Contractor selects digital pictures or paper pictures, then the following items must be provided with each invoice: 1. The picture must have date embedded into the picture when the picture was taken. 2. The picture must have legible print in English of each address, location, street or avenue and the direction (i.e. North or South) of picture taken. 3. The pictures must be maintained in binder/folder. 4. The picture quality must be in excellent condition to clearly see visible objects. The cost of these pictures or video of the existing condition conditions of the affected area and adjacent property shall be considered as incidental to one or more of the bid items and no additional compensation will be allowed. 01030 METHOD OF MEASUREMENT The Contractor will measure all work completed under the Contract in accordance with the United States Measurements. Bid No. 12-13-009 Page 68 The Contractor shall provide to the City of Miami Public Works with each Payment Request with back up document of quantity calculation on daily basis with the following stipulation: 1. Must show project number and project name. 2. Must show each bid item number, bid item description, location or address and bid item unit. 3. Must show the daily of in — place quantity calculation of each bid item. 4. Must show the daily and monthly summation of each bid item quantity. 5. Hurricane related work must be submitted on a separate invoice. 01031 PAYMENT REQUEST General: Except as otherwise indicated, the official monthly progress payment invoice must be submitted by 25th day of each month. Prior to submitting official copies of monthly progress payment invoice, the Contractor, the City Inspector, and the City Resident Engineer must come to agreed quantities, prices, and total amount invoiced for the monthly progress payment. Each invoice must be accompanied with Contractor's photograph of before and after conditions. The official monthly progress payment invoice must have the proper back up documentation and quantity calculation as per stated in Section 2.46 METHOD OF MEASUREMENT. Each application must be consistent with previous applications and payments. Once the Official Monthly progress invoices are submitted, allow the City of Miami Public Works ten (10) calendar days for review, verify, and process the payment invoice. However, if the official monthly process invoices need correction due to errors, the calendar days may be longer than ten (10) days. The Official Monthly pay request on all City of Miami Public Works Contracts shall submit in TRIPLICATE, signed by the member of the Firm. Lump Sum items require breakdown of work acceptable to the City of Miami Public Works. Payment Application Forms: AIA Documents G702 and G703 Continuation Sheets or Equivalent in Form and content will be acceptable. 01032 GOVERNING ORDER OF DOCUMENTS In case of discrepancy, the governing order of the documents will as follows: • Hurricane Recovery Work Order Authorization • Priority locations - Master Work Order Authorization • Task Work Order Authorization • Addenda • Special Provision • Standard Contract Documents and Specifications for Public Works Project • Plans — N/A. Additionally, computed dimensionsgovern over scaled dimensions. Bid No. 12-13-009 Page 69 01033 BRICK SIDEWALK SUBGRADE Prior to the start of construction, the Contractor and City Engineer will identify locations for brick replacement. Subgrade for decorative brick sidewalk shall be prepared and finished by the Contractor. All specifications for sidewalk subgrade as outlined in Division 4 shall apply unless otherwise noted in this section. Remove all roots to a depth of 12 inches below the bottom of the sidewalk and prune trees. Trees are not to be endangered by the extensive root pruning. (Limb pruning shall be accomplished prior to root pruning). All pruning shall be accomplished by an experienced landscape contractor. This work is to be included in Item 1 of the Proposal and no additional compensation will be allowed. Brick sidewalk subgrade at driveways shall consist of minimum 6-inch concrete base to be constructed between high curbs. The finished brick sidewalk subgrade elevation shall be such that the finished sidewalk shall meet flush with top of curb, existing sidewalk, etc., or approximately 3- inches below finished sidewalk grade. No humps or depressions will be allowed due to poor leveling and/or compaction. Sidewalk cross slopes shall be %-inch per foot when possible. Cross slopes will vary when restricted by the existing grades. 01034 BRICK SIDEWALK INSTALLATION Prior to the start of construction, the Contractor Prior to the start of construction, the Contractor and City Engineer will identify locations for brick replacement. Existing bricks shall be carefully removed and reinstalled at areas designated by the Engineer. New brick pavers of equal type, color, and size dimension shall be installed at the locations where existing removed pavers cannot be salvaged. The preparation of the subgrade for the reinstallation of the existing bricks shall be accomplished by the Contractor as noted in Division 2A. The Contractor shall remove all remaining mortar from the concrete base at all driveways before applying new mortar and reinstalling existing and/or new bricks. Water meter boxes shall be protected during sidewalk removal and reused. Boxes shall be replaced only at the direction of the Engineer. Restore private property, including sod, blocks, bricks, tile, concrete, etc., to transition with the new sidewalk elevation or to repair damage which occurred during the sidewalk replacement work. The Contractor shall place a leveling mantle of sand (limerock) screenings on the subgrade and screed to a depth so that after bricks are laid and vibrated or rolled a 1-1/2 inch thick sand bed will remain. The brick pavers shall be laid in a running bond pattern perpendicular to the property line and back of curb. Brick pavers shall be carefully placed by hand in straight courses with hand tight joints, not exceeding 1116-inch in width and good alignment must be maintained. Bricks shall be laid to line every five (5) courses. Any necessary cutting to fit bricks or maintain the running bond pattern shall be accomplished by using a wet mason saw diamond blade to achieve tight and clean edges. After brick pavers are installed, sweep fine, dry silica sand joint filler into all joints to top of pavers and vibrate or roll top surface of paver to obtain perfectly leveltop surface alignment. Brick paver Bid No. 12-13-009 Page 70 sidewalk shall be constructed to'/ -inch per foot cross slope when possible. Any broken or uneven brick will not be accepted and shall have to be replaced prior to or after installation. Brick paver sidewalk reinstallation shall be paid for at the unit price bid per square foot in the Proposal. The price per square foot shall be full compensation for all labor, materials, tools, equipment, subgrade, and sand bed and all other work necessary for a complete and acceptable job. New bricks, if necessary, shall be paid for at the unit price bid per square foot in the Proposal only if the existing bricks cannot be salvaged. 01035 PAVEMENT MARKINGS All pavement marking shall be thermoplastic. All pavement marking and signage material and method of installation shall conform to the Manual of Uniform Traffic Control Devices. Bid No. 12-13-009 Page 71 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. 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. III. 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 clean 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. Bid No. 12-13-009 Page 72 2A.02 MATERIALS 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 groundcovers. 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 less 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 Bid No. 12-13-009 Page 73 to the projected installation date. All material shall be clearly identified by the use of 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 V. MULCH: Shall be Cypress Mulch Grade "A" delivered to the site in sealed and marked bags or approved equal. Any deviation shall be approved by the City Engineer. 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. Plant material shall be protected from 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. 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 Bid No. 12-13-009 Page 74 Contractor shall not be held responsible for the loss 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. 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. Bid No. 12-13-009 Page 75 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. 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 1/2 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 is planted and shall continue throughout the course of operations on the site. 1 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, 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. All trees and palms shall be watered by hand hosing as follows: Bid No. 12-13-009 Page 76 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 will 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. VI. PLANT GUARANTEE AND REPLACEMENT A. Guarantee: All plant materials including site relocated material 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. Bid No. 12-13-009 Page 77 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 furnished and planted as specified with the cost borne by the Contractor. Please refer to the attached plant schedule. Bid No. 12-13-009 Page 78 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. Sod shall be St. Augustine Grass (Floratam) Solid Sod. 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. Bid No. 12-13-009 Page 79 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 shall be 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. H. The finished level of sod areas after rolling and tamping shall be 1/2 inch below the top of abutting paved areas. Bid No. 12-13-009 Page 80 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 from 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. IV. 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. 12-13-009 Page 81 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 2B.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. 12-13-009 Page 82 DIVISION 5 — Engineering Standards City of Miami Location Map Construction Sign in Public Right of Way Misc. 35- 89- 5 Curb and Gutter, Sidewalk, and Driveway Details Misc. 35- 85- 22 Standard Ramp for Handicap Misc. 35- 85- 22 Typical Curb and Curb and Gutter Reinforcing Misc. 35- 85- 22 Typical Sidewalk Sections Misc. 35- 85- 24 Pavement Compaction Misc. 35- 85- 37 Typical Asphaltic Concrete Driveway Misc. 35- 85- 40 Typical Portland Cement Concrete Driveway Misc. 35-85- 40 2 ft. Curb and Gutter Transitions Misc. 35- 85- 42 Typical Cross Sections — 50 ft Streets Misc. 35-85-27 Erosion .and. Sediment Control for Construction Sites Misc. 35-89-6 Bulletin No. 33 — Root Guards Bid No. 12-13-009 Page 83 - 1/2" THICK - HE U lit '11 cV r r - 1/4" THICK - HELVETICA z k 3.5 i 12" k HIGH - 1/4" THICK - HELVETICA CCOC e el CITY OF MIAMI (PROJECT TITLE) (SOURCE OF FUNDS) (PROJECT COST) MAYOR NAME CHAIRMAN NAME VICE CHAIRMAN NAME COMMISSIONER NAME COMMISSIONER NAME COMMISSIONER NAME \1.5" 3" \1.5" 3" 1.5" 2.5" 3" CHIEF ADMINISTRATOR NAME DIRECTOR OF PUBLIC WORKS NAME (CONSULTANT) (CONTRACTOR) FOR INFORMATION CALL: k 48" CONSTRUCTION SIGN IN PUBLIC RIGHT OF WAY SCALE: 1"=1'-0" DR: MA DEPARTMENT OF PUBLIC WORKS R-7 MISC. 35-89-5 h"R 2"R CURB & GUTTEI STANDARD 4' RISE 15" 9" 2' 24" DRIVEWAY (CONSTRUCT'MIERE PEP,MIITED) AIOUYT'ABLE CURB & GUTTER Xs"R 6' 16' GREEN WAY CURB & GUTTER VARIES / FT EWE (2%) —� Yz' 8" CURB & GUTTER 6' 2"R 6" CURB & GUTTER (TYPE "F") 6' DRIVEWAY CURB & GUTTER 2'R STANDARD CURB, GUTTER & SIDEWALK 4' SIDEWALK — 6' DRIVEWAY r14" DEPTH AU. RADI 1/4' (146;ERE TOOLEO) I OF SLOT y" EXPANSION JOINT 5' FLAG 5 FLAG 50'-0" MAX, BETWEEN EXPANSION JOINTS FACE TPAVT.OP OF 6" CURB (TYPE "D" CURB & GUTTER OR CURB SHALL BE CONSTRUCTED IN SECTIONS NOT TO EXCEED 50' IN MOTH WIT}! !l;' TO r OPEN EXPANSION JOINT BETWEEN EACH SECTION, AND CONTRACTION JOINTS AT 10' INTERVALS. Y+ EXPANSION JOINT TYPICAL LONGITUDINAL SECTION OF SIDEWALK NOTE: 1,— ALL WORK SHALL COMPLY WITH CITY OF MIAMI STANDARD SPECIFICATIONS. MATERIALS: SEC. 302-1 & METHODS: SEC, 408, 2.— SUBGRADE COMPACTED TO 95% DENSITY AASHTO T-99. 3.— FOR ADDITIONAL GUTTER SECTIONS, REFER TO FOOT INDEX 300 SERIES CURB & GUTTTER AND SIDEWALK DETAILS N.T.S. Oct. 1962 DR: MA CK: DEPARTMENT OF PUBLIC WORKS CITY OF MIAMI, FLORIDA R-14 MISC. 35-85-22 Sheet 1 of .10 ALL G OR SIDE ca 4' M N. HIGH CURB BEIM DRIVEWAYS DRIVEWAY CURB & GUTTER \ ^� DRIVEWAY 6" MIN. THICKNESS 5% I % 1 0 r • M rn q 1 RASS -----4-. WALK N ri >. / / 1 \ \ \ CURB GUTTER 4' 10'-0" MIN. ______ _._f� 4' A/1' 11b I,AV I - BACK OF SIDEWALK DEPRESSION VARIES WITH THE WIDTH OF SIDEWALK/PARKWAY (0„-2r) BACK OF SIDEWALK TOP OF DRIVEWAY CURB r" TOP OF CURB FLOW LINE OF GUTTER LIP OF GUTTER VARIES (2'-4') 3' 2% SLOPE 8.33% SLOPE 2% SLOPE } 2„ SECTION A -A STANDARD DRIVE WA Y DE TAILS FOR S1DE WALK/PARKWA Y LESS THAN T_ 6" IV WIDTH N.T.S. Nov. 2007 DR: MA CK: DEPARTMENT OF PUBLIC WORKS CITY OF MIAM1, FLORIDA MISC, 35-85-22 Sheet 2 of 10 DRIVEWAY 6" MIN. • THICKNESS V) toI ALL GRASS OR SIDEWALK 0 w Fcs �t \ \ \ CURB 4' M N. HIGH �-- 4' CURB BETWEEN DRIVEWAYS CUTO • 10'-0" MIN. . _ 4' ---1 4O'-0" MAX. BACK OF SIDEWALK [-TOP OF DRIVEWAY CURB TTOP OF CURB FLOW LINE OF GUTTER --/ UP OF GUTTER DRIVEWAY CURB & GUIILK VARIES (41' OR GREATER) 3' 2% SLOPE SLOPE VARIES 2% SLOPE i SECTION A —A SIDEWALK/PARKWAY ST NDARD DRIVEWAY DETAILS FOUR �y GREATER THAN /'_6ff it Yt'M1H N. T S. Nov. 2007 DR: MA CK: DEPARTMENT OF PUBLIC WORKS CITY OF MIAMI. FLORIDA MISC. 35-85-22 DRIVEWAY LOW CURB LOW CURB 20'R BB B m U 20'R 13' MIN. NOTE! DRIVEWAYS TO BEGIN A MINIMUM OF 13' FROM THE INTERSECTION OF BASE 13' MIN. BUILDING •LINES. 9' MIN. DRIVEWAY 20'R LEGEND r--- TRANSITION AREA • DRIVEWAY LOW CURB 9' MIN. 13' MIN. 13' MIN. 9' MIN. LOW CURB B$ STANDARD DRIVEWAY .LOCATION AT INTERSECTION DE TAILS N.T.S. Jul. 1957 BQ DR: MA CK: DEPARTMENT OF PUBLIC WORKS CITY OF MIAMI, FLORIDA R-2 MJSC. 35-85-22 Sheet 4 of 10 NOTES: 1.- ALL WORK SHALL COMPLY WITH CITY OF MIAMI STANDARD SPECIFICATIONS, MATERIALS: SEC. 302-1, AND METHODS: SEC. 408. 2.- SUBGRADE SHALL BE COMPACTED TO 95% DENSITY AASHO T-99. 3.- VALLEY GUTTER SHALL BE CONSTRUCTED IN 50' MAXIMUM SECTIONS WITH h" TO Y4" OPEN EXPANSION JOINT BETWEEN EACH SECTION AND CONTRACTION JOINTS AT 10' INTERVALS. CONCRETE VALLEY GUTTER N.T.S. Oct. 1969 DR:MA OK: DEPARTMENT OF PUBLIC WORKS CITY OF MIAMI, FLORIDA MISC, 35-85-22 Sheet 5 of 10 CROSS SECTION STANDARD 6" CURB 9 # 4 REBAR 5'-d" 4 REBARS 4'-O" CROSS SECTION STANDARD CURB AND GUTTER 2 4 REBARS ENTIRE WIDTH OF DRIVEWAY 1.31 2 # 4 REBAR--k" n 16 GAUGE 11E NO CONSTRUCTION JOINT ALLOWED CROSS SECTION TRANSITION TO LOW CURB TYPICAL CURB O.R. CURB AND GUTTER REINFORCING N.T.S. DR: MA rte. DEPARTMENT OF PUBLIC WORKS r1TV /IC LIMA,' Cf /1DI/1 A R-1 I MISC.35-85-22 NOTE: 1-THE CITY OF MIAMI PUBLIC WORKS DEPARTMENT SHALL REQUIRE HANDICAP RAMPS IN ACCORDANCE WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION "ROADWAY AND TRAFFIC DESIGN STANDARDS" INDEX No. 0304 ENTITLED "PUBLIC SIDEWALK CURB RAMPS", LATEST REVISION. 2-FOR CASES WHERE N0 DETAIL_ IS AVAILABLE, THE DESIGNER SHOULD REFER TO THE AMERICAN WITH DISABILITIES ACT (ADA) MANUAL. STANDARD RAMP FOR HANDICAPPED N.T.S. DR: MA t^LA DEPARTMENT OF PUBLIC WORKS nf71/ nr 1"61n rt ^non R-6 MISC. 35-85-22 4" THICK CONCRE7E CO LANDING Y4 /FT NOTE: 8'-O" SECTION A -A 1- FLARE END SLOPE 1:12 IF LANDING LESS THAN 48" O71(ERW7SE FLARE END SLOPE 1:10 ///////// 2'-0" DETECTABLE WARNING .06 STANDARD RAMPFOR .. HANDICAPPED 5 o SLOPE OR FLATTER ASPHALT EDGE FLUSH TO CG N. T,S. DR: MA I DEPARTMENT OF PUBLIC WORKS rk. ('ITV nT- lit rIN7111A MISC. 35-85-22 SIDES OF CURB RAMPS FLARED SIDES NOTE: IF X IS LESS TrlAN 48 INCHES, THEN THE SLOPE OF THE FLARED SIDE SHALL NOT .EXCEED 1:12. THIS FIGURE SHOWS A TYPICAL CURB RAMP, CUT INTO A WALKWAY PERPENDICULAR TO THE CURB FACE, WITH FLARED SIDES HAVING A MAXIMUM SLOPE OF 1:1a THE LANDING AT THE TOP, MEASURED FROM THE TOP OF THE RAMP 70 THE EDGE OF WALKWAY OR CLOSEST OBSTRUCTION IS DENOTED AS "X". IF X, THE LANDING DEPTH AT THE TOP OF A CURB RAMP, IS LESS THAN 48 INCHES, THEN THE SLOPE OF THE FLARED SIDE SHALL NOT EXCEED 1:12. SIDES OF CURS RAMPS RETURNED CURB PLANTING OF OTHER NON -WALKING SURFACE WHERE THE CURB IS COMPLETELY CONTAINED 147THIN A PLANTING STRIP OR OTHER NON -WALKING SURFACE, SO THAT PEDESTRIANS WOULD NOT NORMALLY CROSS THE SIDES, THE CURB RAMP SIDES CAN BE STEEP SIDES INCLUDING VERTICAL RETURNED CURBS. HANDICAPPED RAMP FLARED SIDE AND LANDING DIMENSIONS N.rS. DR: MA DEPARTMENT OF PUBLIC WORKS M/SC, 35-85-22 4 i 6" CURB MAX 000 00 1: 12 MAX CURB & GUTTER CURB 6' MIN. 5'—O" MIN. 6' MIN, 6", 4'-6" ID 14cFr'ff //// 4 a' DETECTABLE WARNING SECTION A -A NOTE: THIS RAMP SHALL BE USED WHERE A PEDESTRIAN CROSSING 1S LOCATED WITHIN A CITY BLOCK AND SIDEWALK IS 5' OR LESS 5X SLOPE OR FLATTER HANDICAPPED RAMP FOR 5 TOOT WIDE SIDEWALK N.T.S. DR: MA DEPARTMENT OF PUBLIC WORKS MISC. 35-85-22 Cr) ei tft( Ito; FINISH GRADE — SLOPE 5" PER FOOT 4, SUBGRADE SLOPE 6" PER FOOT SUBGRADE UN • 6" SLOPE ).i PER FOOT TO STREET (2%) / A/A ~ 14./<t, /. 5.-0" WIDE FINISH GRADE STABIUZ • y v v v T . SUBGRADE FINISH GRADE 1' CUT SLOPE )4" PER FOOT TO STREET (2%) \ \ -\ \\ 12" 5 =o" FINISH GRADE STABILIZED SUBGRADE 2k/i //. iv ///W�,\/ecY s/� NOTE: 1. SUBGRADE TO BE SLOPED AS SHOWN OR AS DIRELILD BY THE ENGINEER. 2. CONCRETE SIDEWALK SHALL NAVE A MINIMUM 7HICICNESS OF 4-, EXCEPT AT DRIVEWAY ENTRANCES WHERE A THICKNESS OF 6" IS REQU 3. SIDEWALKS TO BE CONSTRUCTED WITH NATURAL UNCOLORED PORTLAND CEMENT CONCRETE TYPE I OR TYPE III NON STRUCTURAL (2500 PSI). RED. FILL \' 5.4 0 SIT SIDEWALK 1. ASPHALTIC CONCRETE SURFACE COMPACTED TO 95% OF LABORATORY COMPALIUU DENSITY. CURB & GUTTER • 8" UMEROCK BASE COMPACTED TO MIN_ 95% OF MAXIMUM DENSITY AS DETERMIN ► BY AASHO T-WO TOP 6" SUBGRADE COMPACTED TO MIN. 95X OF MAXIMUM DENSITY ��`S DETERMIN r 8Y AASHO T-180 SUBGRAVE COMPACTED TO MIN. 95X OF MAXIMUM DENSITY AS DETERMINED BY AASHO T-99 NOTE:. 1- COMPACTION DETAIL APPLIES TO BOTH LOUTS de FILLS PpvIP 2- NO PIECE OF ROCK OVER 6" WILL BE PLACED IN THE UPPER TWO Ftti OF THE EMBANKMENT. NO PIECE OF ROCK OVER 3 1/2" WILL BE PLACED IN THE UPPER TWELVE INCHES OF THE COMPLETED EMBANKMENT_ 3- ASPHALT MIX EQUIVALENCY SP-12,5 COULD BE USED INSTEAD OF 5-1 SP-9.5 COULD BE USED INSTEAD OF S-3 8" UMEROCK BASE COMPACTED IN TWO LAYERS. ALL ROCK SHALL PASS 3 1/2" RING. CALCIUM & MAGNESIUM CARBONATE CONTENT NOT LESS THAN 75X BY WEIGHT. SIDE PARKWAY TOP 6" SUBGRADE IN SIDE PARKWAY COMPACTED TO BOX OF MAXIMUM DENSITY AS DE ItJMINED BY AAS1-1Q T-1 SIDEWALK SYlvfMETRICAL ABOUT CENTERLINE MEET FLUSH WITH SIDEWALK 10' R. ANN. TANGENT TO E/P (TYP. A io' MINIMUM MAXIMUM BBL SIDEWALK AREA (SEE NOTE) EDGE OF ROADWAY PAVEMENT 10' MIN, A SWALE WIDTH VARIES BBL-- CONSTRUCT MIN. 6" THICK AT DRIVEWAYS PLAN GRADE TO MATCH SWALE SLOPES SECTION ►"A -A. ►► 1— WEARING SURFACE SHALL BE 1" ASPHALTIC CONCRETE W1TH 6" LIMEROCK BASE. 2— EXTEND PAVEMENT TO BBL WHERE SIDEWALK DOES NOT EXISTS. 3— USE 6" CONCRETE SIDEWALK WHERE CONCRETE SIDEWALK EXISTS WITHIN LIMIT OF DRIVEWAY. 4— ALL -CONSTRUCTION SHALL CONFORM TO STANDARDS OF -THE PUBLIC WORKS DEPARTMENT AND OWNER SHALL MAINTAIN THE DRIVEWAY APPROACH WITHIN THE PUBLIC RIGHT OF WAY. 5— REFER TO PUBLIC WORKS DEPARTMENT BULLETIN NO. 37 FOR ALTERNATIVE DRIVEWAY APPROACHES. 6— DRIVEWAY WIDTH TO COMPLY WITH PUBLIC WORKS DEPARTMENT BULLETIN No. 28, TYPICAL ASPHALTIC CONCRETE DRIVEWAY N.T.S. Aug. 1968 DR: MA 1 DEPARTMENT OF PUBLIC WORKS I R-1 I M1.SC. .35—R5-40 SYMMETRICAL ABOUT CENTERLINE 10'/M!!N!l,AUM /l //.�/UM/ MEET FLUSH WITH SIDEWALK 10' R. MIN. TANGENT TO E/P (TYP.) 10' MIN. CONSTRUCT MIN. 6" THICK BBL ---- AT DRIVEWAYS EDGE OF ROADWAY PAVEMENT A PLAN MATCH SWALE SLOPES SECTION "A A { BBL SIDEWALK AREA (SEE NOTE) EDGE OF ROADWAY PAVEMENT TO BE NEAT LINE. CONCRETE DRIVEWAY SHALL NOT EXTEND INTO DRIVING LANE. ROAD PAVEMENT 8"X 10" HEADER OR THICKENED EDGE 1. DRIVEWAY WITHIN THE RIGHT OF WAY AREA SHALL BE UNREINFORCED, HAVE A MINIMUM THICKNESS OF 6 INCHES AND A MINIMUM STRENGTH OF 3000 P.S.1. AT 28 DAYS. 2. EXTEND CONCRETE PAVEMENT TO BBL WHERE SIDEWALK DOES NOT EXIST. 3. CONSTRUCT 6 INCH CONCRETE SIDEWALK WHERE 4 INCH SIDEWALK EXISTS WITHIN LIMIT OF DRIVEWAY. 4. CONSTRUCTION AND CONTRACTION JOINTS SHALL BE CONSTRUCTED IN ACCORDANCE WITH REQUIREMENTS OF THE CITY'S "STANDARD CONTRACT DOCUMENTS AND SPECIFICATIONS FOR PUBLIC WORKS PROJECTS", AS AMENDED. 5. ALL CONSTRUCTION SHALL CONFORM TO STANDARDS OF THE PUBLIC WORKS DEPARTMENT AND OWNER SHALL MAINTAIN THE DRIVEWAY APPROACH WITHIN THE PUBLIC RIGHT OF WAY, 6. REFER TO PUBLIC WORKS DEPARTEMENT BULLETIN N0,37 FOR ALTERNATIVE DRIVEWAY APPROACHES, 7. DRIVEWAY WIDTH TO COMPLY WITH PUBLIC WORKS DEPARTMENT BULLETIN No. 28. TYPICAL POR d LA.t D CEMENT CONCRETE Dial Y E Y F' A JC DR: MA N, T.S. May, 1993 DEPARTMENT OF PIJRIlf: WORK' I R-1 I Mier. '4ti_RF_itn Existing sideIk location of driveway shall conform to the requirements of the City Code and current Zoning Ordinance, *Radius moy vary due to field conditions. Chord may also be used, TANGENT TO E/P (TYP.) BBL %/ Construct Min. 6" Thick at Driveways PLAN VIEW GRADE TO MATCH SWALE SLOPES BBL Meet flush with sidewalk Header for brick paver driveway shall be 8"X 8" concrete with one #5 rebar. Proposed brick or z concrete pavers.. min. compacted sand new brick or concrete pavers —__ L" Limerock Base(See Note -�-- Stabilized subgrade edge of pavement exist. pavement ------- TYPICAL CROSS SECTION WITH EXISTING SIDEWALK BBL GRADE TO MATCH SWALE SLOPES 1 "min. compacted sand new brick or concrete pavers—_---__--- �'--� -- exist. �� • I �r ---`(o" Limerock Base(See Note 3) --_--- Where no sidewalk exists,a brick or concrete header shall be constructed at the property line. -- pavement TYPICAL CROSS SECTION WITHOUT EXISTING SIDEWALK 1. Refer to Public Works Deportment Bulletin No. 37 for alternative driveway approaches. 2. Before construction commences, owner or his representative shall contact the Public Works Inspector and verify location and construction methods, 3. Limerock base shall be compacted to min. 95% of max. density as determined by ASTM D 1557—Test Method for Laboratoty Compaction Characteristics of Soli Using Modified Effort. 4. The Public Works. Inspector sholl make all decisions concerning the type of brick or concrete paver to be used. 5. All construction shall conform to standards of the Public Works Deportment and owner shall maintain the driveway approach within the public right of way. 5. Driveway width to comply with Public Works Department Bulletin No. 28. TYPICAL BRICK OR CONCRETE PAVER D.R.IVE WA Y ON ROADWAYS WITHOUT CURBS AND/OR GUTTERS N. T,S, Oct, 1994 fR.1fA 1 nI-P4R111Ph1T tic Pi !RI WfPIlc 4 _o I 1J?CV% 7r or An TRANSnON FROM FULL TO ZERO HEIGHT. SIDEWALK ENDS STANDARD CURB & GUTTER TO SE USED WHERE SIDEWALK DOES NOT CONTINUE SIDEWALK CONTIN'JES STANDARD CURS GUTTER TO BE USED WHERE SIDEWALK DOES CONTINUE PAST POINT WHERE C & G ENDS f1R.6,f/ { . nr-Detanichlr nc III vs urnovc Jan. 1969 in I I ilrcv, 7r or An BB/L 25'0" c/L 5,0" 10'0" (+14") BB/L (0") R. 50-A 25'0" 10'0" �-- 6" (-211") SYMMETRICAL ABOUT CENTERLINE /( „) C/L 5'0" 10'O" 10'0" (0") LEGEND: ©A BASE I3UILDING LINE (RIGHT OF WAY LINE) ® CONCRETE SIDEWALK ©PROFILE GRADE LINE © ASPHALT CONCRETE SURFACE COURSE (1" THICK; SEE NOTE 5) ©E 8" THICK LIMEROCK BASE COURSE © VERTICAL OFFSET FROM PROFILE GRADE LINE © SWALE (SOLID SOD AND STREET TREES -SEE NOTE 1) Q STABILIZED SUBGRADE IQ SWALE BLOCK SYSTEM (SEE NOTE 2) © FIRM UNYIELDING SUBGRADE ® 6"X12" CONCRETE HEADER OCTOBER, 2010 50-B SYMMETRICAL ABOUT CENTERLINE NOTES: 1. SEE MISC, 35-86-45 FOR SWALE TRENCH, WHERE REQUIRED, AND PUBLIC WORKS BULLETIN N0.33 FOR STREET TREE SPECS, AND SPACING. PRIVATE DRIVEWAY APPROACHES SHALL BE GRADED TO MATCH SWALE SLOPES. 2. SWALE BLOCK SYSTEM TO BE INTERRUPTED BY INDIVIDUAL 5' WIDE PLANTERS SPACED TO CONFORM TO PARKING STALLS (2 MAX.) AND VISIBILITY TRIANGLES. 3. FOR REQUIRED VISIBILITY TRIANGLES, SEE ZON. ORD. ART. 3, SEC. 3.8,4.1 AND ART.4, TBL 8, ALSO SEE MISC. 35-85-109 (SHEET 2 OF 2). 4.- STREET CROWN BASED -ON-STRAIGHT-SLOPES. 5. ASPHALTIC CONCRETE THICKNESS ON ALL ROADWAYS CLASSIFIED AS "COLLECTOR" AND "ARTERIAL" SHALL BE 1" BINDER COURSE AND 1" WEARING SURFACE. TYPICAL CROSS SECTIONS N.T.S. DR: MA r1/. 1 ILI DEPARTMENT OF PUBLIC WORKS I MISC. 35-85-27 n/7V nc III A III n nnln A BB/L 25'0" c/L. 5'0" 6'0" 1 1'O" 3'0" (0") BB/L LEGEND: ®BASE BUILDING LINE (RIGHT OF WAY LINE) B® CONCRETE SIDEWALK ©PROFILE GRADE LINE D°ASPHALT CONCRETE SURFACE COURSE (50-C-1" THICK;50-D-1" BINDER COURSE AND 1" WEARING SURFACE; SEE NOTE 4) E®B" THICK LIMEROCK BASE COURSE ()VERTICAL OFFSET FROM PROFILE GRADE LINE ©SWALE (SOLID SOD AND STREET TREES -SEE NOTE 1) 0 STABILIZED SUBGRADE Q 6" CONCRETE CURB AND GUTTER © 6" CONCRETE CURB ®MED[AN (SOLID SOD AND APPROVED PALM TREES) OCTOBER, 2010 50-C J50-D SYMMETRICAL ABOUT CENTERLINE c/L SYMMETRICAL ABOUT CENTERLINE NOTES: 1, SEE MISC. 35-86-45 FOR SWALE TRENCH, WHERE REQUIRED, AND PUBLIC WORKS BULLETIN N0,33 FOR STREET TREE SPECS, AND SPACING'. PRIVATE DRIVEWAY APPROACHES SHALL BE GRADED TO MATCH SWALE SLOPES. 2. FOR REQUIRED VISIBILITY TRIANGLES, SEE ZON. ORD. ART. 3, SEC. 3.8.4.1 AND ART,4, TBL 8. ALSO SEE MISC. 35-85-109 (SHEET 2 OF 2). 3. STREET CROWN BASED ON STRAIGHT SLOPES. 4. ASPHALTIC CONCRETE THICKNESS ON ALL ROADWAYS CLASSIFIED AS "COLLECTOR" AND "ARTERIAL" SHALL BE 1" BINDER COURSE AND 1" WEARING SURFACE. TYPICAL CROSS SECTIONS N.TS. DR: MA ru. I .ILJ DEPARTMENT OF PUBLIC WORKS rITV nc Ill Ain n nornA MISC. 35-85-27 0,1 S OLLO S"S BB/L 25'0" C/L 25'0" BB/L 50-E LEGEND: BASE BUILDING UNE (RIGHT OF WAY LINE) CONCRETE SIDEWALK PROFILE GRADE UNE ASPHALT CONCRETE SURFACE COURSE (1" THICK; SEE NOTE 4) FE 8" TNICIC UMEROCK BASE COURSE F VERTICAL 01-tSET FROM PROFILE GRADE UNE G SWALE (SOLID SOD AND STREET TREES —SEE NOTE 1) l_/ STABILIZED SUBGRADE 06" CONCRETE CURB AND GUIIU 0 0 0 NOTES: 1. SEE PUBLIC WORKS BULLETIN N0.33 FOR STREET TREE SPECS,AND SPACING. 2. FOR REQUIRED VISIBILITY TRIANGLES, SEE ZON_ ORD. ART. 3, SEC. 3.8.4.1 AND ART.4, TBL 8. ALSO SEE MISC. 35-85-109 (SHEET 2 OF 2). 3. STREET CROWN BASED ON STRAIGHT SLOPES. 4. ASPHALTIC CONCRETE THICKNESS ON ALL ROADWAYS CLASSIFIED AS "COLLECTOR" AND "ARTERIAL" SHALL BE 1" BINDER COURSE AND 1" WEARING SURFACE • es/L 25'0„ C/L 6'6" 2'O" 6'6„ 10'0„ • SEE NOTE 1 (+1") 50-F LEGEND: ® BASE BUILDING UNE (RIGHT OF WAY LINE) ® CONCRETE SIDEWALK ©PROFILE GRADE LINE °ASPHALT CONCRETE SURFACE COURSE (1" BINDER COURSE AND 1" WEARING SURFACE) QS" THICK LIMEROCK BASE COURSE ®VERTICAL OFFSET FROM PROFILE GRADE LINE © STABILIZED SUBGRADE © 6" CONCRETE CURB AND GUTTER SYMMETRICAL ABOUT CENTERLINE (0") NOTES: 1. PARKING LANE SHALL BE INTERRUPTED BY INDIVIDUAL PLANTERS SPACED TO CONFORM TO PARKING STALLS AND VISIBILITY TRIANGLES SEE PUBLIC WORKS MISC. 35-85-111 FOR PLANTER ISLAND AND BULLETIN NO. 33 FOR STREET TREE SPECS. AND SPACING. 2. FOR REQUIRED VISIBILITY TRIANGLES, SEE ZON. ORD. ART. 3, SEC. 3.8.4.1 AND ART.4, 78L 8. ALSO SEE MISC. 35-85-109 (SHEET 2 OF 2). 3. STREET CROWN BASED ON STRAIGHT SLOPES. TYPICAL CROSS SECTIONS N.T.S. DEPARTMENT OF PUBLIC WORKS on' OF MIAML Ff IRMA MISC. 35-85-27 Chccf A of BB/L 25''O" C/L 5'0" 4'0" I 2'0" 4'0" 10,0„ (+1¢") (0") BIKE LANE 50 - BICYCLE CORRIDOR SYMMETRICAL ABOUT CENTERLINE (-2") LEGEND: 0 BASE BUILDING LINE (RIGHT OF WAY LINE) © CONCRETE SIDEWALK ©PROFILE GRADE LINE ASPHALT CONCREtT= SURFACE COURSE (1" BINDER COURSE AND 1" WEARING SURFACE) 08" THICK DMEROCK BASE' COURSE J VERTICAL OFFSET FROM PROFILE GRADE UNE STABILIZED SUBGRADE Q 6" CONCRETE CURB AND GUTTER ()SWALE (SEE NOTE NO. 4) NOTES: 1. THE' BICYCLE CORRIDOR CROSS SECTION SHALL BE USED FOR ROADWAYS DESIGNATED AS "BICYCLE ROUTE" AND "BICYCLE LANE' IN THE CITY OF MAW BICYCLE MASTER PLAN, AS AMENDED. 2. FOR REQUIRED VISIBILITY TRIANGLES, SEE ZON. ORD, ART. 3, SEC. 3.8.4.1 AND ART.4, TBL 8, ALSO SEE MISC. 35-85-109 (SHEET 2 OF 2). 3. STREET CROWN BASED ON. STRAIGHT SLOPES. 4. SWALE OPTION 1: SOLID SOD AND STREET TREES. OPTION 2: CONTINUOUS CONCRETE SIDEWALK WITH INDIVIDUAL TREE WELLS AND APPROVED STREET TREES AT BACK OF CURB AND GUTTER WITH PEDESTRIAN STYLE TREE GRATE OR APPROVED A.D.A. SURFACE. SEE PUBLIC WORKS BULLETIN N0,33 FOR STREET TREE SPECS. AND SPACING. TYPICAL CROSS SECTIONS OCTOBER, 2010 N.T.S. OR: MA CK: t_JN DEPARTMENT OF PUBLIC WORKS CJTY nF MIAMI 1-1 nslna MISC, 35-85-27 C t S)WOM 317817d JO 1N3YLLNbd30 9-58-9r OSir a: TYPE II SILT FENCE PROTECTION AROUND DTTCI-1 BOTTOM INLETS. SILT FLOW NOTE SPACING FOR TYPE III FENCE TO BE IN • ACCORDANCE WITH CHAPTER I. DO NOT DISPLAY IN A SCANNER THAT SILT FENCES WILL ACT AS A DOWN ACROSS PERMANENT FLOWING WATERCOURSES. SILT FENCES ARE TO BE USED AT UPLAND LOCATIONS AND HUMINTIY BARRIERS USED OF PERMAN ENT BODIES OF WATER. POST (OPDONS, 2"x4- OR 20" MIN DIA WOOD, SILL L 1.33 LBS/FT. MIN.) R Io SILT FENCE APPLICATIONS 0' MAK III _ r II ed �, �"`� II I•\ Il tr OPTIONAL PAST POSTION FILTER FABRIC (IN CONFORMANCE WITH SEC. 9B5 FOOT SPEC.) ELEVATION 20" Lj SECTION TYPE III SILT FENCE PRINCIPLE PAST POSITION �-- (CENTERED 20' TOWARD FLOW) FILTER FABRIC SILT NOTE" SILT FENCE TO BE PAID FOR UNDER THE CONTRACT UNIT PRICE FOR STAKED SILT FENCE (LF) TYPE III SILT FENCE INFORMATION ADAPTED FROM WE FLORIDA DEPARTMENT OF TRANSPORTATIONS STATE DRAINAGE MANUAL ofr1' 1• .II• .11 1I• •II..I AS REQUIRED �` I . II . .11 Its • h. . _I ANCHOR BALES WITH 2 2'x5'x4' ti SLOPES PM PER BORE ELEVATION 50' ON CENMS (TYP) PLAMf.OVERLAP ENDS FILL SLOPE TO BE USED AT SELECT SrMS WHERE THE NATURAL GROUND SLOPES AWAY FROM THE TOE OF SLOPE Iti L BALES BACKED BY ONCE SIDEWALK TYPE A OR B FENCE NOTE: PAI TO BE STAKED AT DIRECTION OF THE ENGINEER. LOOSE SOIL PLACED SHOVELAND UGHTLY COMPACT ALONG UPSTREAM FACE OF BALES ANCHOR BALES WITH 2 2'x5'x4' SLOPES PER PER BORE DITCH PROTECTION AROUND INLETS OR SIMILAR STRUCTURES BALES TO BUTT x FLOW ANCHOR BALES WITH 2 2'x5'x4' SLOPES PER PER BORE PLAN LOOSE SOIL PLACED BY SHOVE- AND LIGHTLY COMPACTED ALONG THE UPSTREAM EDGE OF BALES, 61A(N DITCH BOTTOM INLET FILL SLOPE ELEVATION TO BE USED AT SaECT SITS WHORE THE NATURAL GROUND SLOP.6 AWAY FROM THE TOE OF SLOPE BARRIER FOR FILL SLOPE INFORMATION ADAPTED FROM THE FLORIDA DEPARTMENT OF TRANSPORTATIONS STATE DRAINAGE MANUAL EROSION AND SEDIMENT CONTROL FOR CONST.R UCTIONS.ITES ................................ . EXHIBIT N.T.S. DR: MA DEPARTMENT OF PUBLIC WORKS MISC. 35-89-6 BARRIER FOR PAVED DITCHES WOVEN FILTER FABRIC IN ABSENCE OF ESTABLISHED GRASS (APPROX. 12'x12'). SECURE EDGES BY ENTRENCHING AND EXTEND UNDER BAGS AND BALES. FABRIC SHALL MEET THE REQUIREMENTS OF SECTION 9B5 OF 7HE STANDARD SPECIFICATIONS. CAST OF FABRIC 7O BE INCLUDED IN THE CONTRACT UNIT PRICE FOR BALED MAY OR STROW. TN. N-LOOSE SALT PLACED BY SHOVEL AND LIGHTLY COMPACTED ALONG THE UPSTREAM EDGE OF BALES SOD ANCHOR BALES WITH 2 2'x2'x4' STAKES PM 64.E RALL SOD PLAN ELEVATION LOOSE SALT PLACED BY SHOVEL AND LIGHTLY COMPACTED ALONG THE UPSTREAM EDGE OF BALES 1 -1' MIN. RECOMMLNDEi ' 1 SPACING: BATE BARRIERS FOR PARED DTCHES SHOULD BE SPACED IN ACCORDANCE MTH CHAPTER 1, PLAN POST PLAN LOOSE SALT PLACED BY SHOVEL AND LIGHTLY COMPACTED ALONG THE UPSTREAM EDGE OF BALES 1' MIN. RECOMMENDED' f' MJN. RECOMMENDED' ANCHOR LOWER BALES WDH 2 2'x2'x4' STAKES PER BALE ANCHOR TOP BALES 70 LOWER BALES WITH 2 2'x2'x4' STAKES PER BALE ELEVATION ANCHOR BALES WITH 2 2'x2'x4' STAKES PER BALE ELEVATION APPLICATION AND SPACING: THE USE OF TYPES 1 & II BALE BARRIERS SHOULD BE UNITED TO THE CONDmON OUTLINED IN CHAPTER 1. TYPE II BARRIER FOR UNPAVED DITCHES TYPE I INFORMATION ADAPTED FROM THE FLORIDA DEPARTMENT OF TRANSPORTATIONS STATE DRAINAGE MANUAL EROSION AND SEDIMENT CONTROL FOR CONSTRUCTION SITES EXHIBIT #3 N,T.S. DR: MA DEPARTMENT OF PUBLIC WORKS MISC. 35-89-6 5 a. L.1 cn 3 2 1 4 R OW RATE. (Cr) NOTE: SPACING SHOWN GEIERAUZED CONDTIONS BASE ON ACTUAL COMPUTATIONS, • N THIS CHART AND SHO SITE PERFORMAN EASED ON LD BE ADJUSTED E OR HYDRAULIC VERY LIGHT LIG'rf MODERATE HEAVY VERY HEAVY >5 >10 >15 >25 <5 <1D <15 <25 <40 • 1 1 1 V 1 t LEaBLD Flow SOILS 80R8. COHESIVE NON -COHESIVE FIRM LOOM CLAY SANDS FIRM SAND COURSE SAND 1 V \` \ \ \ 1 CLAYS HARDPANS GRAVELS • SANDY LOOM SILT LOOM \ OF Ci , c'yl C 03, coy b, fY sF iz. "NOt iOyT . '-CONSIDER UDE OF TEMPORARY SOD 50 100 150 200 250 SPACING (IN FEET) 300 CHART I RECOMMENDED SPACING FOR TYPE I AND TYPE II HAY BALE BARRIOS, AND TYPE Dl SLT �PICE3 INFORMATION ADAPTED FROM THE FLORIDA DEPARTMENT OF TRANSPORTATIONS STATE DRAINAGE MANUAL EROSION AND SEDIMENT CONTROL FOR CONSTRUCTION SITES :EXHIBIT #4 DR: MA I DEPARTMENT OF PUBLIC WORKS I I MISC. 35-89-6 1) Tree protection and .pruning shall be accomplished as detailed in special provisions, the construction plans, and or per tree ordinance 12636. 2) The Storm Water Pollution Prevention Plan, SWPPP, submitted to Public Works, shall describe in detail how the construction effort will be phased with regards to minimizing erosion problems by the use of temporary and permanent erosion control measures, for the various sequences of construction operations. Any modifications must be approved by the City of Miami — NPDES Section, Department of Public Works, 3) Environmental control features as provided in the SWPP, are to be installed at all areas of excavation or fill for drainage system, or structure construction prior to such excavation or fill. inlet entrances are also to be protected from siltation as detailed on sheet 2 of 4 of Misc. 35-89-6, 4) All environmental control features are to be maintained throughout the life of the project in accordance with N.P.D.E.S. requirements. The contractor must Insure that all erosion control features function properly at all times. 5) All erosion and material deposits must be contained within the project limits. 6) Any damaged or ineffective rock bags are to be replaced with new ones. The location of rock bogs installation is as mentioned in the SWPPP plans. The project engineer may specify other areas as necessary. 7) Ditch bottom inlets shall be protected from sediment Intake until project is complete. Elevation of ground outside inlet top shall not be higher than Inlet top. Rock bogs shall be installed around inlet top. Completed inlets in paved areas shall also be protected with rock bags to prevent sediment Intake. 8) Curb Inlets also shall be protected from sediment intake until the project is complete. All exposed sloped material adjacent to inlet, shall be covered with erosion control matting with outer limits protected by rock bags. 9) Stockpiled material shall not be left In erosion • prone areas unless protected by cover or rock bags. 1 0) Inspection of erosion control measures and condition of adjacent properties, shall be performed daily by the contractor's representative and the project engineer. Deficiencies shall be noted and corrected. • 11) Any offsite sediment discharge to a municipal separate storm water system arising from the contractor's • activities is not allowed. Refer to Public Works Department Bulletin No. 25. 12) The use of sanitary sewers, french drains, cover ditches and/ or rock drains for the disposal of wastewater is expressly prohibited. Refer to Public Works Deportment Bulletin No. 25. * NPDES — National Pollution Discharge Elimination System STORM WATER POLLUTION PREVENTION PRACTICES: (FOR PROJECTS OF 1 ACRE OR MORE) DR: MA DEPARTMENT OF PUBLIC WORKS MISC. 35-89-6 A) Sequence of soil disturbing activities and implementation of controls: 1. Clear & Grubing 2. Install Drainage Structures 3. Stabilization 4. Base Preparation 5. Asphalt Application 6. Placement of Rock bags around inlets 7. Placement of Rock bags around manholes 8. Application of friction course A.C. 9. Installation of street signing 10. Pavement Marking 11. Remove Rock Bags 12. Clean all construction debris from construction site B) Erosion & Sediment Control Stabilization Practices: Temporary Sodding Temporary Grassing - - Permanent Planting, Seeding or Seed & Mulch Temporary Mulching Artificial Covering Buffer Zones Preservation of Natural Resources Other C) Structural Practices: E) General Sand Bagging Slit Fences Rock Bags Rip Rap Turbidity Bawler Pipe Slope Drains Flumes Rock Bedding at construction exit Timber Bedding at construction exit Ditch Liner Sediment Traps Sediment Basins Storm inlet Sediment Trap Stone Outlet Structure Velocity Control -Devices Storm Sewers .other D)Other Controls: Offsite Vehicle Tracking: - Haul Roods Dampened for Dust Control - Loaded Haul Trucks to be covered with Excess Dirt on Road removed doily Stabilized Construction Entrance 1. Approved State, Local Plans or Storm Water Permits. 2. All of the Controls shall be maintained at all times. 3. All controls shall be inspected daily. 4. Apply fertilizers and pesticides according to standard specificationc design_a 5. Report Mon —Storm Water Discharge (Including Spill) (305)415-1200. 6. Visit www.dep.state.fl.us/water/storrnwater/npdes/ Concrete truck wash area Tarpaulin, or approved equal. Other Treatment of Storm Water to meet Water Quality. Deep Wells Culverts for Emergency Overflow Pollution Control Structures Other STORM WATER POLLUTION PREVENTION PLAN (SWPP) CHECK LIST DR: MA DEPARTMENT OF PUBLIC WORKS MISC. 35-89-6 PAGE 1: All BMP's are shown in this page. RETAIN STORM WA TER ON PRIVATE PROPERTY City OrYnanee 129.10 Temporary Farming around mare property acing sWclen phase is repubei ^N. irate Budding Location SAMPLE COPY Vegetated Both s Arms Not to be dlettaaed All other \p be dls Part—O—tot stare. Dued Proposed PmkL 9 Iswnd 4.6 9dardk Jarli&Ymd "aim& fa &oh .. ro (sprees Creel: Retention Paid at Temporary Set/knot eesit —sod O Intel 6 tu,tran Ssl I cefctoked boy babe Double me W 0( fence / staked boy boles seed and Mulch caOut !all Cara * searmmt A *gear. GOO Inlet Prateetlan Q F9701. Fabds Vegaled Buffers Na to be dsturbed All other 1 areasCi b be disturbed N SITE MAP Not to Scale PAGE 2: All BMP's and Spot Elevation are shown in this page, Prepery Contmr3 SAMPLE COPY JurardsHaaat retlonde Chet role to Cypress Crroe Relmticn Pond at —��arvey seartnale eacxr Vegeta! d Ruffen Armor Hat to be disturbed n\I or to be eslorbed ------- N SITE MAP Not to Scale STORM WATER POLLUTION PREVENTION PLAN (SWPPP) SAMPLE PLAN ---- - N.T.S. DR: MA DEPARTMENT OF PUBLIC WORKS MI SC. 35-89-6