Loading...
HomeMy WebLinkAboutPre-LegislationCity of Miami Legislation Resolution: R-13-0089 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 12-01444 Final Action Date: 3/14/2013 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), AUTHORIZING THE CITY MANAGER TO EXECUTE FIFTEEN (15) JOB ORDER CONTRACTS ("JOC"), IN SUBSTANTIALLY THE ATTACHED FORM, TO PROVIDE MAINTENANCE AND CONSTRUCTION SERVICES CITYWIDE, ON AN AS -NEEDED BASIS, FOR CAPITAL PROJECTS; ALLOCATING FUNDS FROM VARIOUS CAPITAL IMPROVEMENT PROJECTS AND DEPARTMENTAL BUDGETS, SUBJECT TO BUDGETARY APPROVAL AT THE TIME OF NEED; FURTHER AUTHORIZING THE CITY MANAGER TO ADD OR REPLACE JOC CONTRACTORS ON AN AS -NEEDED BASIS. WHEREAS, the Capital Improvements Program ("CIP") identified a need to continue the implementation of a Job Order Contracting ("JOC") system to achieve the timely and cost effective delivery of maintenance and construction services for capital projects; and WHEREAS, CIP issued Invitation to Bid No. 11-12-017 on April 10, 2012, soliciting JOC contracts for horizontal (right-of-way) and vertical (building) construction, and thirty-three (33) bids were received on May 11, 2012; and WHEREAS, the JOC contracts will have an initial term of two (2) years with the option to renew for two (2) additional one (1) year periods; and WHEREAS, all JOC contracts provide a firm fixed price and a multiplier for an indefinite quantity of individual construction projects upon which assignments are made to selected contractors based on quantities derived from completed construction drawings; and WHEREAS, the City Manager and CIP recommend that the fifteen (15) lowest responsive and responsible bidders identified in "Exhibit A", attached and incorporated, be awarded contracts, in substantially the attached form, for said purposes in the annual maximum capacities of $2,000,000 for horizontal construction and $2,500,000 for vertical construction; and WHEREAS, this Resolution furthers authorizes the City Manager to add or replace JOC contractors on an as -needed basis; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as fully set forth in this Section. Section 2. The City Manager is authorized{1} to execute fifteen (15) JOC contracts, in substantially the attached form, to provide maintenance and construction services Citywide, on an as needed basis, for capital projects, with funds allocated from various Capital Improvements projects and departmental budgets, subject to budgetary approval at the time of need. City of Miami Page 1 of 2 File Id: 12-01444 (Version: 1) Printed On: 1/10/2015 File Number• 12-01444 Enactment Number: R-13-0089 Section 3. basis. Section 4. the Mayor.{2} The City Manager is authorized{1 } to add or replace JOC contractors on an as -needed This Resolution shall become effective immediately upon its adoption and signature of Footnotes: {1} The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. {2} If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. City of Miami Page 2 of 2 File Id: 12-01444 (Version: 1) Printed On: 1/10/2015 Exhibit A Job Order Contracting (JOC) Bid No. 11-12-017 Award Summary Jo i..c ther t ontracting r Program (JOC) ., 9 s y � Contractor . . `nosi,n° 2 - r � r r ' t y F' S Award, Amount , z r 1 r JOC - Horizontal FHP Tectonics Corp. $2,000,000 yearly* JOC - Horizontal H & J Asphalt, Inc.. $2,000,000 yearly* JOC.- Horizontal Metro Express, Inc. $2,000,000 yearly* JOC - Horizontal Team Contracting, Inc. $2,000,000 yearly* JOC - Horizontal H.A. Contracting, Corp. $2,000,000 yearly* JOC - Horizontal Harbour Construction, Inc. $2,000,000 yearly* JOC - Horizontal JB Builders & Contractors, Inc. d/b/a Ballarena Construction $2,000,000 yearly* JOC - Vertical FHP Tectonics Corp. $2,500,000 yearly* JOC - Vertical Thornton Construction Co. $2,500,000 yearly* JOC - Vertical Allied Contractor's, Inc. $2,500,000 yearly* JOC - Vertical Harbour Construction, Inc. $2,500',000 yearly* JOC - Vertical H.A. Contracting, Corp. $2,500,000 yearly* JOC - Vertical M.A.C. Construction, Inc. $2,500,000 yearly* JOC - Vertical GEC Associates, Inc. $2,500,000 yearly* JOC - Vertical JB Builders & Contractors, Inc. d/b/a Ballarena Construction $2,500,000 yearly* *Maximum yearly contract amount BID NO.11-12-017 JOB ORDER CONTRACTS (JOC) FOR HORIZONTAL AND VERTICAL CONSTRUCTION Due Date: May 11, 2012 Due Time: 2:00 P.M. Mayor Tomas P. Regalado Commissioner Wifredo (Willy) Gort, District 1 Commissioner Marc Sarnoff, District 2 Commissioner Frank Carollo, District 3 Commissioner Francis Suarez, District 4 Commissioner Michelle Spence -Jones, District 5 City Manager, Johnny Martinez, P.E. Issued By: City of Miami Capital Improvements Program 444 SW 2nd Avenue, 8th Floor Miami, FL 33130 This Page intentionally Left Blank 2 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No,: 11-12-017 TABLE OF CONTENTS Notice To Contractors 7 Section 1 - Instructions for Submission 9 1. Intention of City 9 2. Scope of Work 9 3. Location of Project(s1 9 4. Performance of the Work 10 5. Examination of Contract Documents 10 6. Addendum 10 7. Bid Submission 11 8. Bid Guaranty 11 9. Preparation of Bid 11 10. Pre -Bid Conference 12 11. Postponement of Bid Opening Date 12 12. Acceptance or Rejection of Bids 12 13. Environmental Regulations 12 14. Bid Award 12 15. Bid Protest 14 16. Local Workforce Participation 14 17. Community Small Business Enterprise 15 18. Cone of Silence 16 19. Public Entity Crime 16 20. Fraud and Misrepresentation 16 21. Collusion 16 22. Contractor in Arrears or Default 17 23. Cancellation of Solicitation 17 Section 2 - General Terms and Conditions 18 1. Definitions 18 2. Time is of the Essence 22 3. Contract Term 23 4. Notices 23 5. Priority of Provisions 23 6. Indemnification 24 7. Insurance 25 8. Performance and Payment Bond 28 9. Qualification of Surety 29 10. General Requirements 30 11. Method of Performing the Work 29 12. Work Staging and Phasing 31 13. Site Investigation and Representation 32 14. Contractor to Check Plans, Specifications and Data 32 15. Contractor's Responsibility for Damages and Accidents 32 16. Accidents 33 17. Safety Precautions 33 18. Occupational Health and Safety 34 19. Labor and Materials 34 20. Rules, Regulations, and Licenses 34 21. Consultant Services 35 3 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 22. Project Management 35 23. Superintendence and Supervision 35 24. Subcontractors 36 25. Authority of the Project Manager 37 26. Inspection of Work 38 27. Taxes 38 28. Separate Contracts 39 29. Lands of Work 39 30.- Coordination of.Work 39 31. Differing Site Conditions 40 32. Existing Utilities 39 33. Contractor's Responsibility for Utility Properties and Service 39 34. Interfering Structures 41 35. Field Relocation 41 36. Contractor's Use of Project Site(s) 41 37. Warranty of Materials and Equipment 42 38. Material and Equipment Shipment, Handling, Storage and Protection 42 39. Manufacturer's Instructions 44 40. Manufacturer's Warranty 43 41. Reference Standards 43 42. Submittals 43 43. Shop Drawings 44 44. Product Data 47 45. Samples 47 46. Record Set 47 47. Supplemental Drawings and Instructions 48 48. Contractor Furnished Drawings 48 49. Substitutions 48 50. City Furnished Drawings 49 51. Interpretation of Drawings and Documents 49 52. Product and Material Testing 50 53. Field Directives 50 54. Changes in the Work or Contract Documents 49 55. Continuing the Work 49 56. Change Orders (Supplemental Job Orders) 49 57. Change Order (Supplemental Job Order) Procedure 51 58. No Oral Changes 52 59. Value of Change Order (Supplemental Job Order) for Extra Work 52 60. Extra Work Directive 52 61. As -Built Drawings 53 62. Worker's Identification 54 63. Removal of Unsatisfactory Personnel 54 64. Substantial Completion, Punch List, & Final Completion 54 65. Acceptance and Final Payment 55 66. NDPES Requirements 56 67. Force Majeure 56 68. Extension of Time 56 69. Notification of Claim 57 70. Extension of Time not Cumulative 58 71. Contractor's Damages for Delay 58 4 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 72. Excusable Delay, Non-Compensable 58 73. Lines and Grades 59 74. Defective Work 59 75. Acceptance of Defective or Non -Conforming Work 59 76. Uncovering Finished Work 59 77. Correction of Work 60 78. Maintenance of Traffic and Public Streets 59 79. Location and Damage to Existing Facilities, Equipment or Utilities 62 80. Stop Work Order 62 81. Hurricane Preparedness 63 82. Use of Completed Portions 63 83. Cleaning Up; City's Right to Clean Up 64 84. Removal of Equipment 64 85. Set -offs, Withholdings, and Deductions 64 86. Event of Default 64 87. Notice of Default -Opportunity to Cure 65 88. Termination for Default 65 89. Remedies in the Event 'of Termination for Default 66 90. Termination for Convenience 66 91. Resolution of Disputes 67 92. Mediation -Waiver of Jury Trial 68 93. City May Avail Itself of All Remedies 68 94. Permits, Licenses and Impact Fees 68 95. Cornpliance with Applicable Laws 69 96. Independent Contractor 69 97. Third Party Beneficiaries 69 98. Successors and Assigns 69 99. Materiality and Waiver of Breach 70 100. Severability 70 101. Applicable Law and Venue of Litigation 69 102. Amendments 69 103. Entire Agreement 69 104. Nondiscrimination, Equal Employment Opportunity, and Americans with Disabilities Act • 69 105. Evaluation 71 106. Commodities Manufactured, Grown, or Produced in the City of Miami, Miami - Dade County and the State of Florida 71 107. Royalties and Patents 71 108. Continuation of the Work 71 109. Review of Records 71 110. No Interest 72 111. Payments Related to Guaranteed Obligations 72 112. Consent of City Required for Subletting or Assignment 72 113. Agreement Limiting Time in Which to Bring Action Against the City 72 114. Defense of Claims 73 115. Contingency Clause 73 116. Mutual Obligations 73 117. Contract Extension 73 118. Non -Exclusivity 73 119. Nature of the Agreement 72 5 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 120. Contract Documents Contains all Terms 74 121. Appliable Laws and Venue of Litigation(Attorneys Fees) 74 122. Survival 74 123. Additional Terms and Conditions 74 Section 3 — Supplemental Terms and Conditions 76 1. Contract Term 76 2. Non-Prepriced Items 76 3. Job Orders 76 4. Economic Price Adjustment 79 5. Computer Requirements and Software 80 6. Character of the Work 80 7. Inspection of Project Site 81 8. Standards and Specifications 80 9. LEED Certification 81 10. Progress Payments 83 11. Liquidated Damages 84 12. Schedule of Values 84 13. Project Schedules 85 14. Release of Liens/Subcontractor's Statement of Satisfaction 86 15. Progress Meetings 86 16. Request for Information 87 17. Substitutions 87 18. Project Site Facilities 88 19. Temporary Facilities, Utilities, and Construction 88 20. Security 89 21. Construction Signage 89 22. Construction Photographs 90 23. Permit Fees 90 24. Projects Funded with Federal Funds 90 25. JOC System License and Owner Furnished Software 901 Section 4 — Bid Form 93 Section 5 — Attachments 103 Bid Bond Form 103 Questionnaire 107 Customer Reference Listing 113 Reference Letter (form of) 115 Office Location Affidavit 117 Local, Small, & Disadvantaged Business Enterprise Particpation (for info only)119 Section 6 — Contract 121 Corporate Resolution 123 Form Of Performance Bond 125 Form Of Payment Bond 127 Certificate AsTo Corporate Prinicpal 129 Performance And Payment Guaranty Form - Unconditional/Irrevocable Letter Of Credit. 131 Joint Venture Form 133 6 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 vIL ➢LATE➢ INVITATION TO BID NO. 11-12-017 NOTICE TO CONTRACTORS Sealed bids will be received by the City of Miami, Office of the City Clerk, City Hall, 15t Floor, 3500 Pan American Drive, Miami, Florida 33133-5504 for: JOB ORDER CONTRACTS `JOC) FOR HORIZONTAL AND VERTICAL CONSTRUCTION Bids Due: May It 2012 AT 2:00 P.M. Purpose: The City is seeking to establish a pool of contractors for the Capital Improvements Program (CIP) for use on various horizontal and vertical projects. Scope of Work: The Work consists of furnishing all management, materials, labor, equipment and Incidental Scope Development Services necessary to complete projects which may include the following: Horizontal Prolects include, but are not limited to: new construction repair, maintenance, and/or reconstruction of underground storm and/or sanitary sewer systems and components such as pump stations, force mains, injection wells and disposal outfalls; rights -of -way and streetscape improvements (roads, sidewalks and swale areas) including, without limitation, street grading, pavement milling, paving, curb and gutter installation, striping, sidewalks, pavers, irrigation systems, lighting and landscaping; and waterway improvements and maintenance. Vertical P rojects include, but are not limited to: new construction, alteration, renovation and rehabilitation of City property and facilities; capital maintenance; expansion of park and recreational facilities, community and day care centers, administrative offices and facilities, fire stations and support facilities, police facilities, , other performance venues, marinas, etc. Projects that will be awarded under the JOC Contracts will typically be less than $1,000,000 and may cover a wide variety of projects. Bidder is not required to self -perform a certain percentage of the physical construction Work for vertical contracts. Bidder must be capable of self -performing at least thirty percent (30%) of the physical construction Work for horizontal contracts, . GIP anticipates awarding six (6) contracts for horizontal construction, each with an estimated annual value of $2,000,000, and six (6) contracts for vertical construction, each with an estimated annual value of $2,500,000. The City reserves the right to award fewer contracts or additional contracts if determined to be in the best interest of the City. The City reserves the right to limit the number of contracts held by a Contractor, if in the best interest of the City. The term of this Contract shall be for two (2) years commencing on the effective date hereof. The City, by action of the City Manager, and the Contractor shall have the bilateral option to extend the term for two (2) additional periods of one (1) year each, subject to continued satisfactory performance as determined by the Director, and subject to the availability and appropriation of funds. 7 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 CIP has scheduled a non -mandatory pre -bid conference which will be held at the following date, time and location: Location: City Hall, City Commission Chambers, 1st Floor 3500 Pan American Way Miami, FI. 33133 Date/Time: April 23, 2012 / 9:30 am — 11:30 am Although attendance is not mandatory, the City strongly encourages prospective bidders to attend. Minimum Requirements: To be awarded a Contract for vertical construction Bidders shall hold a current active State of Florida Certified General Contractor license or a Certified Building Contractor license. To be awarded a Contract for horizontal Construction a bidder shall hold a current active State of Florida Certified General Contractor license or General Engineering Contractor's Certificate of Competency issued by Miami - Dade Couhty's Construction Trades Qualifying Board. Bidders must have a minimum of five (5) years experience under its current business name, in the construction of. similar Projects as described for the applicable Contractherein, including six (6) separate project references valued at $200,000 or 'greater in the last two years: The Bidder must meet all the minimum requirements as stated above, no exceptions. The ITB Documents can be obtained on or after April 10, 2012, by visiting the Department of Capital Improvements Program's website: http://www.m iamloov.com/Capitallmprovements/pages/Procure mentOpportunities/Default.asp There will be CD's containing these the Bid documents, available at the City of Miami -Capital Improvements Program Office at 444.SW 2nd Avenue, 8th Floor, Miami, Florida 33130 on weekdays between 9:00 AM-12:00 PM ONLY beginning on April 10, 2012. There is a $25.00 non-refundable cost for the Bid CD's. Payment must be in, the form of a check, money order, or exact cash. Please Contact Cecelia Wilson (cwilson(cr�miamigov.com). It is the sole responsibility of all firms to ensure the receipt of any addendum and it is recommended that firms periodically check the CIP webpaqe for updates and the issuance of addenda All bids shall be submitted in accordance with the Instructions for Submission. Bids must be submitted in duplicate originals at the time, date, and place above and will be publicly opened. Any bids received after the time and date specified will not be considered. The responsibility for submitting a bid/proposal before the stated time and date is solely and strictly that of the Bidder. The City is not responsible for any delay, late or mis-delivered Bids, no matter the cause. YOU ARE H EREBY ADVISED T HAT THIS I NVITATION TO BI DISS UBJECT TO THE " CONE 0 F SILENCE," IN ACCORDANCE WITH ORDINANCE NO. 12271 CODIFIED AS CITY CODE 18-74, MIAMI CITY CODE. City Manager Johnny Martinez, P.E. DP# 009115 8 Job Order Contracts (JOC) For Horizontal . And Vertical Construction Bid No.: 11-12-017 Section 1 — Instructions for Submission 9. Intention of City It is the intention of City to describe in this Invitation to Bid ("ITB") the Job Order Contracts (JOC) and related JOC program administered by the City that will be used to procure Project(s) to be completed in accordance with all codes and regulations governing all the Work to be performed under the Contract. Any work, labor,' materials and/or equipment, and management that may reasonably be inferred from the Contract as being required to produce' the intended results shall be supplied by Contractor whether or not specifically called for in the Contract Documents. Where words, which have well-known technical or trade meanings are used to describe Work,, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals, or codes of any technical society, organization or association, or to the laws or regulations of any governmental authority, .whether such reference be specific or by implication, shall mean the latest standard specification, manual, code or laws or regulations in effect at the time of opening of Bids and Contractor shall comply therewith. City shall have no duties other than those duties and obligations expressly set forth within the Contract Documents. 2. Scope of Work The Work specified in this ITB consists of furnishing all labor, machinery, tools, means of transportation, supplies, equipment, materials, and management and other services, and incidentals necessary to perform the following Work at a rate of progress that will ensure completion of the Work within the stipulated Job Order Completion Time. A Job Order Contract (JOC) is an indefinite delivery, indefinite quantity contract pursuant to which the Contractor will perform an ongoing series of individual Projects at different locations, often simultaneously, at various City owned or controlled locations. The ITB Documents include a Construction Task Catalog® (CTC) containing construction tasks with pre -established Unit Prices. All Unit Prices are based on local labor, material and equipment prices and are intended to reflect the direct cost of construction (excludes overhead and profit). Individual Projects are awarded on an as needed basis. JOC is one method used by the City to award construction Projects and the City reserves the right to use any method, including JOC that is available to the City. The award of a JOC Contract does not provide any guarantee, exclusivity, or right to the award of any Project(s) from the City. • Horizontal Proiects include, but are not limited to: new construction repair, maintenance, and/or reconstruction of underground storm and/or sanitary sewer systems and components such as pump stations, force mains, injection wells and disposal outfalls; rights -of -way and streetscape improvements (roads, sidewalks and swale areas) including, without limitation, street grading, pavement milling, paving, curb and gutter installation, striping, sidewalks, pavers, irrigation systems, lighting and landscaping; and waterway improvements and maintenance. • Vertical Proiects include, but are not limited to: new construction, alteration, renovation, and rehabilitation of City owned or leased property and facilities; capital maintenance; expansion of park and recreational facilities, community and day care centers, administrative offices and facilities, fire stations and support facilities, police facilities, other performance venues, marinas, etc. 3. Location of Proiect(s) Project(s) will be located anywhere within the boundaries of the City. 9 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 4. Performance of the Work Bidder must be capable of self -performing at least thirty percent (30%) of the physical construction Work for horizontal contracts. No brokering of Work or construction licenses will be permitted. Brokering of a construction licenses is not permitted under the Florida Statutes. By submitting a Bid the Bidder certifies that it will utilize its own employees to meet this requirement. Where the City determines that Contractor is not meeting this requirement during the performance of the Work on any Project the Contractor shall be deemed in default of the Contract and the City reserves the right to not award any future Project(s) to the Contractor or take any other necessary and appropriate action permitted by law or by the Contract Documents. As part of the Bid the Bidder must submit the form entitled "Questionnaire". Failure to complete and submit this form or to meet this requirement shall result in the Bid being deemed non -responsive. Bidder is not required to self -perform a certain percentage of the physical construction Work for vertical contracts. 5. Examination of Contract Documents It is the responsibility of each Bidder, before submitting a response to this ITB to: • Carefully review the Bid Documents, including any Addendum and notify the City of all conflicts, errors or discrepancies. • Take into account federal, state and local (City and Miami -Dade County including, without limitation the City Purchasing Ordinance and Florida Building Code) laws, regulations, ordinances that may affect a Bidder's ability to perform the Work. In addition to the documents identified in Article 1, Definitions, of the General Terms & Conditions the ITB Documents include: VOLUME I: Project Manual VOLUME II: Construction Task Catalog® VOLUME III: Technical Specifications The submission of a Bid in response to this solicitation shall constitute an incontrovertible representation by Bidder that it will comply with the requirements of the Contract Documents and that without exception, theresponse is premised upon performing and furnishing Work required under the Contract Documents and that the Contract Documents are sufficient in detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 6. Addendum Only questions answered by written Addendum shall be binding. Oral and other interpretations or clarifications will be without legal binding effect and should not be relied upon in preparations of a Bid response. All questions about the meaning or intent of the Contract Documents are to be directed to the City's Capital Improvements Program (CIP) in writing, to the attention of Cecelia Wilson, cwilson(a�miamiciov.com. Interpretations or clarifications considered necessary by CIP in response to such questions will be issued by the City by means of Addendum posted on the CIP webpage. Written questions should be r eceived no I ess than ten (10) calendar days prior to the date Bids are due. There shall be no obligation on the part of CIP to respond to questions received less than ten (10) calendar days prior to Bid opening. 10 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 7. Bid Submission All Bids must be received by the City of Miami, City Clerk's office located at City Hall, First Floor, 3500 Pan American Drive, Miami, Fla. 33133, before the time and date specified for bid opening, enclosed in a sealed envelope, legibly marked on the outside: BID NO.: 11-12-017 BIDS FOR: Job Order Contracts (JOC) For Horizontal and Vertical Construction Bidders must submit two originals. Failure to submit two originals may result in the reject of the Bid as non -responsive. 8. Bid Guaranty All Bids shall be accompanied by either an original Bid bond executed by a Surety meeting the requirements of the City, or by cash, money order, certified check, cashier's check, Unconditional/Irrevocable Letter of Credit drawn on a local bank, treasurer's check or bank • draft of any national or state bank (United States), in the amount of $125,000 for vertical contracts and $100,000 for horizontal contracts, payable to City of Miami, Florida, and conditioned upon the successful Bidder(s) executing the Contract and providing the required insurance within fifteen (15) calendar days after notification of award of the Contract. The time for execution of the Contract and provision of the Certificate(s) of Insurance may be extended by the City's Capital Improvements Program at its sole discretion. Bid securities of the unsuccessful Bidders will be returned after award of the Contract(s). A PERSONAL CHECK OR A COMPANY CHECK OF A BIDDER SHALL NOT BE DEEMED A VALID BID SECURITY. Security of the successful Bidder shall be forfeited to the City as liquidated damages, not as a penalty, for the cost and expense incurred should said Bidder fail to execute the Contract, and provide the required Performance Bond, Payment Bond and Certificate(s) of Insurance. 9. Preparation of Bid Bidders may choose to bid a set of Adjustment Factors for the horizontal construction contract or the vertical construction contract, or both contracts (provided they meet the minimum requirements applicable to both the horizontal and vertical contracts). The Bid Form requires that Bidders submit two (2) Adjustment Factors. The Adjustment Factors are applied to the Unit Prices in the Construction Task Catalog® (CTC). Each Bidder shall submit the following Adjustment Factors for Work to be performed: • During Normal Construction Working Hours; • During Other Than Normal Construction Working Hours; The Adjustment Factor(s) must be expressed as a percentage increase to or decrease from the Construction Task Catalog®. The Adjustment Factors shall be to the fourth decimal place (i.e. a 5% increase would be expressed as an Adjustment Factor of 1.0500 and a 5% decrease would be expressed as an Adjustment Factor of 0.9500). One set of Adjustment Factors shall apply to the horizontal contract and one to vertical contract. All Bids must be made upon the blank City forms provided herein. The Bid must be signed and acknowledged by the Bidder in accordance with the directions on the ITB. Failure to utilize the city's forms, or fully complete said forms, will result in a determination that the Bid is non -responsive A Bid will be considered non -responsive if it is conditioned on modifications, changes, or revisions to the terms and conditions of the ITB. The Bid is to include the furnishing of all labor, materials, transportation,. management, equipment including, but not limited to, tools, services, applicable taxes, overhead and profit 11 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 for the completion of the Work except as may be otherwise expressly provided in the Contract Documents. Joint venture firms must complete and submit with their Bid the form titled "Information for Determining Joint Venture Eligibility", (Form A) and submit a copy of the formal agreement between ail joint -venture parties. This joint venture agreement must indicate their respective roles, responsibilities and levels of participation for the Project. Failure to timely submit Form. A, along with an attached written copy of the joint venture agreement may result in disqualification of the Bid. All joint venture firms must meet the requirements stipulated in the Florida Statutes. 10. Pre -Bid Conference A non -mandatory conference will be held on April 23`d, 2012, 9:30 am — 11:30 am at City of Miami, City Hall Commission Chambers, 3500 Pan American Drive, 1st floor, Miami, FL 33133, to discuss this solicitation. Since space is limited, it is recommended that no more than one representative of each firm attend in order, to become familiar with the Solicitation and conditions of usage: Attendees' are requested to bring this Solicitation Package to the conference. Copies of the solicitation will not be available at the pre -bid conference. Although attendance is not mandatory, the City strongly encourages prospective bidders to attend. 11. Postponement of Bid Opening Date The City reserves the right to postpone the date for receipt and opening of submissions and will make a reasonable effort to give prospective Bidders at least five (5) calendar day's notice of any such postponement. The City shall make reasonable efforts to issue addenda within five (5) calendar days prior to the due date. 12. Acceptance or Rejection of Bids The City reserves the right to reject any or all Bids prior to award. The City reserves the right at its sole discretion to waive minor informalities or irregularities in the Bid. Reasonable efforts will be made to either award the Contract or reject all Bids within ninety (90) calendar days after Bid opening date. A Bidder may not withdraw its Bid unilaterally nor change the Bid amount (Adjustment Factors) before the expiration of one hundred twenty (120) calendar days from the date of bid opening. A Bidder may withdraw its Bid after the expiration of one hundred twenty (120) calendar days from the date of Bid opening by delivering written notice of withdrawal to the Capital Improvements Program prior to award of the Contract by the City Commission. Once the City Commission approves the award, the Bid cannot be withdrawn under this Article. 13. Environmental Regulations The City reserves the right to consider a Bidder's history of citations and/or violations of environmental regulations in investigating a Bidder's responsibility, and further reserves the right to declare a Bidder not responsible if the history of violations warrant such determination In the opinion of the City. Bidder shall submit with its Bid, a complete history of all citations and/or violations, notices and dispositions thereof. The failure to submit any such documentation shall be deemed to be, an affirmation by the Bidder that there are no citations or violations. Bidders shall notify the City immediately of notice of any citation or violation which Bidder may receive after the Submittal opening date and during performance of the Work under this Contract. 14. Bid Award The City anticipates awarding up to six (6) Contracts for horizontal construction and six (6) Contracts for vertical construction. The City reserves the right to award fewer contracts or 12 Job Order. Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 additional contracts if determined to be in the best interest of the City. The City reserves the right to limit the number of contracts held by a Contractor, if in the best interest of the City. The City will issue the award of the Contracts to the lowest responsive and responsible Bidder(s). The City shall utilize the Adjustment Factors submitted by the Bidders for determining the lowest responsive and responsible Bidder(s). The City will rank the bidders based on their award criteria figures. The City intends to average the Normal Construction Working Hours and the Other Than Normal Construction Working Hours Adjustment Factors of the six (6) lowest responsive and responsible bidders for horizontal construction to determine the actual Adjustment Factors that the City will pay/award for horizontal construction. The City intends to average the Normal Construction Working Hours and the Other Than Normal Construction Working Hours Adjustment Factors of the six (6) lowest responsive and responsible bidders for vertical construction to determine the actual Adjustment Factors that the City will pay/award for vertical construction. If t he City elects to average t he bids as descr ibed above, each of the lowest r esponsive and r esponsible b idders as i dentified abov e f or v ertical and horizontal construction will' be offered the 'opportunity to enter into a Contract with the City at the average Adjustment Factors (calculated on the basis as described immediately above) calculated by the City. The City reserves the right to pay/award the cont racts based • on act ual b ids r eceived, instead of t he av erages descr ibed above. The City may require demonstration of competency and at its sole discretion conduct site visits, require the Bidder to furnish documentation and/or require the Bidder to attend a meeting to determine the Bidder's qualifications and ability to meet the terms and conditions of this Contract. The City shall consider, but not be limited to, such factors as financial capability, labor force,• equipment, experience, knowledge of the trade Work to be performed, the quantity of Work being performed by the Bidder and past performance on City projects. In accordance with City Code Section 18-85(a), when a responsive, responsible non -local bidder submits the lowest bid price, and the bid submitted by one or more responsive, responsible local bidders who maintain a local office, as defined in City Code Section 18- 73, is within fifteen percent (15%) of the price submitted by the non -local bidder, then that non -local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to submit a best and final bid equal to or lower than the amount of the low bid 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. For the purpose of complying with this Code, the 15% differential shall be calculated on the basis of the Adjustment Factors submitted by Bidders (not the average Adjustment Factor calculated by the City). A Post Office box or working from a private residence will not be considered as maintaining a local office, unless the owner of the private residence possesses a current and valid City of Miami Occupation Licenses / Certificates of Use for the -business at the address of the private residence. Where the solicitation contains multiple line items for separate projects or where the solicitation requires a Bidder to submit detailed price information or multiple line item pricing a Bid may be rejected as an unbalanced bid. The Bidder must be able to demonstrate a good record of performance and have sufficient financial resources to ensure that it can satisfactorily provide the goods and/or services required herein. 13 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 The City, at its sole discretion may determine a Bidder to be non -responsible where the Bidder has failed to perform in accordance with other contracts with the City or any other public agency affiliated with the City or which has contracted with the City in the past. Any Bidder who, at the time of submission, is involved in an ongoing bankruptcy as a debtor, or in a reorganization, liquidation, or. dissolution proceeding, or if a trustee or receiver has been appointed over all or a substantial portion of the property of the Bidder under federal bankruptcy law or any state insolvency, may be declared non -responsive. Any Bidder who has filed a lawsuit against the City or where the City has filed a lawsuit or won a court judgment against a Bidder, such Bidder may be declared non -responsible. 15. Bid Protest Any actual or prospective contractual party who feels aggrieved in connection with the solicitation or award of a contract may protest in writing to the Director of Purchasing/Chief Procurement Officer who shall have the authority, subject to the approval of the City Manager and the City Attorney, to settle and resolve a protest with final approval by the City Commission. Bidders are alerted to Section 18-104 of the City's Code describing the protest procedures. Protests failing to meet the requirements of the City Code for filing shall NOT be accepted. Failure of a party to timely file shall constitute a forfeiture of such party's right to file a protest. NO EXCEPTIONS. NOTE: Paragraphs 16. Local, Small and Disadvantaged Firm Participation, 17, First Source Hiring Agreements and 18. Local and Minority/Woman Participation Reporting in Contract Section 1 — Instructions for Submission are hereby deleted and shall have no force or effect with respect to this Project. i) The New Paragraph 16. in Contract Section 1 — Instructions for Submission is as follows: 1.6. Local Workforce Participation a) Respondents must employ a minimum of fifteen percent (15%) of on -site labor from persons residing within the municipal boundaries (e.g. city limits) of the City. The City residency of the onsite labor component will be subject to verification by the issuing department. b) Five percent (5%) of the bid amount shall be retained by the City for the requirements until said requirements are fulfilled and verified within six (6) months of Contract completion pursuant to Ordinance No. 13332. Failure to comply with the Local Workforce requirements pursuant to Ordinance No. 13332 within six (6) months of Contract completion shall result in the forfeiture of the retained amount to the City. c) These requirements are applicable to the Job Order Contracts for Horizontal and Vertical Construction project. d) The Contractor will be required to hold one (1) job fair within the local community for projects with a bid amount between $1,000,000 and $2,000,000. 14 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 e) The Contractor will be required to hold two (2) job fairs within the local community for projects with a bid amount greater than $2,000,000. f) The Contractor shall coordinate job fairs and hiring initiatives with South Florida Workforce. • g) The Contractor shall retain the services of an independent third party to verify and certify compliance with these requirements on a quarterly basis in accordance. with Ordinance No. 13332. Said third party shall be unaffiliated with the respondent and be properly licensed under the provisions of F.S. 454, 471, 473, or 481. The person performing the verification shall have a minimum of two (2) years of prior professional experience in contracts compliance, auditing, personnel administration, or field experience in payroll, enforcement, or investigative environment. The cost for this verification shall be included in the related Contract costs. h) The Local Work Force Participation requirements are applicable on work orders greater than $100,000 and for projects with a duration time longer than 120 days, at the discretion of the CIP Director and/or his designee. ii) The New Paragraph 17. in Contract Section 1 — Instructions for Submission is as follows: 17. Community Small Business Enterprise ("CSBE") a) Respondents must assign a minimum of fifteen percent (15%) of the Contract value to a respondent or to a construction . related enterprise currently certified by Miami -Dade County as a Community Small Business Enterprise (CSBE) as set forth in Sec. 10-33.01 and Sec. 10-33.02 of the Miami -Dade County Code. b) Five percent (5%) of the bid amount shall be retained by the City for the CSBE requirements until saidrequirements are fulfilled and verified within six (6) months of Contract completion pursuant to Ordinance No. 13331. Failure to comply with the CSBE requirements pursuant to Ordinance No, 13331 within six (6) months of Contract completion shall result in the forfeiture of the retained amount to the City. This five percent (5%) retainage is included within the ten percent (10%) retainage normally withheld by the City. c) Respondents who are deemed responsive and responsible to the requirements of the Invitation to Bid and subsequently awarded a Contract shall retain the services of an independent third party to verify and certify compliance with these requirements on a quarterly basis in accordance with Ordinance No. 13331. Said third party shall be unaffiliated with. the respondent and be properly licensed under the provisions of F.S. 454, 471, 473, or 481. The person performing the verification shall have a minimum of two (2) years of prior professional experience in contracts compliance, auditing, personnel administration, or field experience in payroll, enforcement, or investigative environment. The cost for this verification shall be included in the related contract costs. 15 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 d) These requirements are applicable to the Job Order Contracts for Horizontal and Vertical Construction project. e) The Small Business Enterprise Participation requirements are applicable on work orders greater than $100,000.and for projects that have a duration time longer than 120 days, at the discretion of the CIP Director and/or his designee. 18. Cone of Silence Pursuant to Section 18-74 of the City of Miami City Code and City of Miami Ordinance No, 12271, a "Cone of Silence" is imposed upon this ITB. after advertisement and terminates at the time the City Manager issues a written recommendation to the Miami City Commission. The Cone of Silence prohibits any verbal communications regarding this ITB. Any communication .concerning this ITB must be submitted in writing to CIP and Bidders must file a copy of such written communications with the Office of the City Clerk. Written communications may be in the form of e-mail, with a copy to the Office of the City Clerk at marciamiamiqov.com. This language is only an overview of the requirements of the Cone of Silence. Please review Section 18-74 of the City of Miami City Code or City of Miami Ordinance No. 12271 for a complete and thorough description of the Cone of Silence. You may also contact the City Clerk at (305)-250-5360, to obtain a copy. 19. Public Entity Crime Any person, individual, corporation, entity, or affiliate who has been placed on the convicted Bidder list following a conviction for a public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit a Response on a contract with a public entity for the construction or repair of a public building or public works project, may not submit a response on a lease of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or Consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of Florida Statutes for Category Twofor a period of 36 months from the date of being placed on the convicted Bidder / Bidder list. 20. Fraud and Misrepresentation Any person, individual, corporation, entity or affiliate that attempts to meet its contractual obligations with the City through fraud, misrepresentation or material misstatement, may be debarred for up to five (5) years. The City as a further sanction may terminate or cancel any other contracts with such individual, corporation or entity. Such individual or entity shall be responsible for all direct or indirect costs associated with termination or cancellation. 21. Collusion Where two (2) or more related parties, as defined in this Article, each submit a response to an ITB; such submissions shall be presumed to be collusive. The foregoing presumption may be rebutted by the presentation of evidence as to the extent of ownership, control and management of such related parties in preparation and submission under such ITB. Related parties shall mean employees, officers or the principals thereof which have a direct or indirect ownership interest in another firm or in which a parent company or the principals thereof of one Contractor have a direct or indirect ownership interest in another Contractor for the same project(s). ITB responses found to be collusive shall be rejected. 16 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 22. Contractor in Arrears or Default The Contractor represents and warrants that the Contractor is not in arrears to the City and is not a defaulter as a surety or otherwise upon any obligation to the City. In addition the contractor warrants that the Contractor has not been declared "not responsible" or "disqualified" by or debarred from doing business with any state or local government entity in the State of Florida, the Federal Government or any other State/local governmental entity in the United States of America, nor is there any proceeding pending pertaining to the Contractor's responsibility or qualification to receive public agreements. The Contractor considers this warrant as stated in this Article to be a continual obligation and shall inform the City of any change during the term of the Contract. The City shall not consider and deem as non -responsible Bids submitted by Bidders where the City has determined that the Bidder is in monetary arrears to the City or otherwise in debt or default to the City at the time and date Bids are due. 23. Cancellation of Solicitation The City reserves the right to cancel, in whole or in part, any solicitation when it is in the best interest of the City. This determination will be at the discretion of the City and there will be no recourse from such cancellation. 17 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 Section 2 — General Terms and Conditions 1. Definitions .Adjustment Fact or means the Contractor's bid price adjustment to the unit prices as published in the Construction Task Catalog®. The Adjustment Factors cover all overhead, profit, including all direct and indirect administrative costs, depreciation of equipment and materials, and the fixed capital cost of money. Basis of ID esign means a specific manufacturer's product that is named; including the make or model number or other designation, establishing the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other manufacturers. Bid means the response submitted by a Bidder to this solicitation, which includes the price, authorized signature and all other information or documentation required at by the Contract Documents at the time of submittal. Bidder means any individual, firm, incorporated or unincorporated business entity, or corporation tendering a Submittal, acting directly or through a duly authorized representative. Bid D ocuments or ITB D ocuments means all documentation issued to Bidders as described in Article 6 of the Instructions for Submission, and any addendum thereto. Change Order or Supplemental Job 0 rder means a Job Order issued to add, delete or modify the Detailed Scope of Work, Job Order Amount or Job Order Completion Time related to an existing Job Order. City means the City of Miami, Florida, a Florida municipal corporation. In all respects hereunder, City's performance is pursuant to the City's capacity as Owner. In the event the City exercises its regulatory authority as a governmental body, the exercise of such regulatory authority and the enforcement of any rules, regulations, codes, laws and ordinances shall be deemed to have occurred pursuant to City's authority as a governmental body and shall not be attributable in any manner to the City as a party to this Contract. For the purposes of this Contract, "City" without modification shall mean the City Manager or Director, as applicable: City Commission means the legislative body of the City of Miami. City Manager means the duly appointed chief administrative officer of the City of Miami. Commissioning means the employing total building commissioning practices tailored to the size and complexity of the building site, building and its system components in order to verify performance of all components and systems and help ensure that design requirements are met. This includes a designated commissioning authority a commissioning plan, verification of the installation and performance of systems ,to be commissioned, and a commissioning report. Construction Task Catalog® or CTC means Volume II of the ITB Documents containing a comprehensive listing of specific construction or construction related tasks together with a specific unit of measurement and a unit price. Completed P roject(s) means a project for which the applicable regulatory authority has issued a Temporary Certificate of Occupancy or Completion, or a Final Certificate of Occupancy or Completion. Consultant means a firm that has entered into a separate agreement with the City for the provision of architectural and/or engineering services for a Project. 18 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 Contract means the Invitation to Bid (ITB) solicitation and the Bid documents that have been executed by the Bidder and the City subsequent to approval of award by the City. Contract A mount means the maximum amount the City may pay the Contractor each year, under this Contract, for all tasks assigned under a Job Order Book. Contractor means the person, firm, or corporation with whom the City has contracted and, who will be responsible for the acceptable performance of any Work and for the payment of all legal debts pertaining to any Work issued under a Contract awarded through this ITB. Contract D ocuments means the Contract as may be amended from time to time, ITB Documents and all related addenda and clarifications, Job Order Books, Job Orders, Detailed Scopes of Work including any plans and drawing, directives, Supplemental Job Orders, purchase orders, payments, performance and payments bonds, certificates of insurance and other such documents issued under or relating to the Contract. Construction Change Directive means a written directive to effect changes to the Work, issued by the • Project Manager that may affect the ' Job Order Amount or Job Order Completion Time. Construction Schedule or Progress Schedule means a critical path schedule or other construction schedule, as defined and required by the Contract Documents, Cure means the action taken by the Contractor promptly after receipt of written notice from the City of a breach of the Contract Documents which shall be performed at no cost to the City, to repair, replace, correct, or remedy all material, equipment, or other elements of the Work or the Contract Documents affected by such breach, or to otherwise make good and eliminate such breach, including, without limitation, repairing, replacing or correcting any portion of the Work or the Project(s) site(s) disturbed in performing such cure. Cure P eriod means the period of time in which the Contractor is required to remedy deficiencies in the Work or compliance with the Contract Documents after receipt of written Notice to Cure from the City identifying the deficiencies and the time to Cure. Days means calendar days unless otherwise stated. Design Documents means the construction plans and specifications that may be included as part of a Detailed Scope of Work prepared by the Consultant for any Project(s) under a separate Agreement with the City. Detailed Scope of Work means the document and related drawings, Specifications, and writings referenced therein which together set forth the specific requirements and items of Work and effort to be accomplished by the Contractor in connection with a specific Job Order. Director means the Director of the Capital Improvements Program or designee, who has the authority and responsibility for managing the Project(s) under this Contract. Drawings means the graphic and pictorial portions of the Work, which serve to show the design, location and dimensions of the Work to be performed, including, without limitation, all notes, schedules and legends on such Drawings. Field D irective means a written approval for the Contractor to proceed with Work requested by the City, which is minor in nature and typically should not involve additional cost. Final Completion means the date subsequent to the date of Substantial Completion at which time the Contractor has completed all the Work in accordance with the Contract Documents as certified by the Consultant and/or the City and submitted all documentation required by the Contract Documents. 19 Job Order Contracts (JOG) For Horizontal And Vertical Construction Bid No.: 11-12-017 Guaranteed Maximum Cost means the sum established by these Contract Documents as the maximum cost to the City of performing the specified Work on the basis of the cost of labor and materials plus overhead expenses and profit. Incidental S cope D ocumentation S ervices means the Contractor provided services assisting in the development and. documentation of the Detailed Scope of Work, which includes sketches, minor calculations, shop drawings, maintenance of traffic drawings, and material specifications. Incidental Scope Documentation Services specifically exclude signed and stamped drawings. Inspector means an authorized representative of the City assigned to make necessary inspections of materials furnished by Contractor and of the Work performed by Contractor. Integrated Design or IDP means the use of a collaborative, integrated planning and design process consistent with ASTM E 2348, Standard Guide for Framework for a Consensus - based Environmental- Decision- making Process that initiates and maintains an integrated project team in all stages of a project's planning and delivery; establishes performance goals for siting, energy, water, materials, and indoor environmental quality along with other comprehensive design goals; and, ensures incorporation of these goals throughout the design and lifecycle of the building; and considers all stages of the building's lifecycle, including deconstruction. Job Order means the process through which the City requests a Job Order price proposal and awards a Project to the Contractor. The Job Order, at a minimum, includes the detailed Scope of Work for the Project, any plans and specifications, the schedule, any special contractual provisions, the Job Order Price Proposal, the Job Order Book and the purchase order. Job Order Amount means the amount indicated on each specific Purchase Order, Job 0 rder B ook means the book prepared by the City that contains the approved Contractor Price Proposal, Job Order Amount, Detailed Scope of Work, Job Order Completion Time, approved Progress Schedule and Job Order Completion Time, amount of Liquidated Damages (if any) and any other documents necessary for the City to approve the Job Order and issue a Purchase Order to the Contractor for a Project. Job Order Completion Time means the period of time allotted for the Contractor to achieve Final Completion of a Job Order. Job 0 rder C ontract means a competitively bid, indefinite quantity Contract for accomplishing construction and construction related services. Work is accomplished through the issuance of individual Job Orders against the Contract. Each Job Order issued under the JOC will be a firm fixed priced order for accomplishing specific Construction Tasks enumerated in a Detailed Scope of Work. Joint Scope M eeting means the joint activity that takes place with the City's Project Manager and the Contractor to review the Detailed Scope of Work related to a specific Job Order before it is finalized and Issued to the Contractor. Materials mean goods or equipment incorporated in a Project(s), or used or consumed in the performance of the Work. Notice of Award means the written letter to the Contractor notify the Contractor that they have been awarded the Contract. Non-Prepriced Tasks mean Work tasks required to complete a Detailed Scope of Work that are not included in the Construction Task Catalog® but are within the general scope and intent of the Contract Documents. Non-Prepriced Work tasks shall be separately identified and submitted in the Price Proposal. 20 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 . Normal Construction Working Hours means the hours where construction operations are normally allowed within the City of Miami as stipulated by the most recent City Code in effect. Presently, 8:00 AM - 6:00 PM, Monday through Friday and non -City -recognized holidays. Notice To P roceed means a written letter or directive issued by the Director or designee acknowledging that all conditions precedent have been met and directing that the Contractor may begin Work on the Project(s). Other Than Normal Construction Working Hours means the hours where construction operations are not normally allowed within the City of Miami as stipulated by the most recent City Code in effect. Presently, 6:00 PM - 8:00 AM, Monday through Friday, and anytime Saturday, Sunday and City -recognized holidays. Plans and/or Drawings means the official graphic representations of a Project(s). Pre -Priced Task means a task included in the Construction Task Catalog® for which a Unit Price has been established. Price Proposal means the Contractor prepared document quoting fixed price and schedule for the completion of the Detailed Scope of Work referenced in the Request for Price Proposal that must be completed in Progen®. Price P roposal P ackage means a set of documents including at least: (1) a Price Proposal; (2) a proposed Progress Schedule; (3) a list of proposed Subcontractors indicating ; (4) sketches, drawings, or layouts; and any other products of the Incidental Scope Development Services and (5) required Submittals, including but not limited to, technical data or information on proposed materials or equipment. Project S chedule or Progress S chedule means a critical path or bar chart schedule submitted by the Contractor and subject to approval by the City showing the overall Job Order CompletionTime and subdivided for each critical operation therein. Project or Wo rk as used herein refers to all reasonably necessary and inferable and necessary construction and services required by the Contract Documents whether completed or partially completed, and includes all other labor, materials, equipment and services provided or to be provided by the Contractor to fulfill the its obligations, including completion of the construction in accordance with the Drawings and Specifications. The Work may constitute the whole or a part of the Project(s). Project Manager means the individual assigned by CIP to manage the Project(s). Request for Information (RFl) means a request from the Contractor seeking an interpretation or clarification relative to the Contract Documents. The RFI, which shall be clearly marked RFI, shall clearly and concisely set forth the issue(s) or item(s) requiring clarification or interpretation and why the response is needed. The RFI must set forth the Contractor's interpretation or understanding of the document(s) in question, along with the reason for such understanding. Risk Administrator means the City's Risk Management Administrator, or designee, or the individual named by the City Manager to administer matters relating to insurance and risk of loss for the City. Request f or P rice P roposal ( RFPP) means the document issued by the City which formally requests the Contractor to prepare a Price Proposal for a Detailed Scope of Work. Site means the area upon or in which the Contractor's operations are carried on, and such other areas adjacent thereto as may be designated as such by City's Project Manager. Specifications mean all of the directions, requirements and standards of performance applying to the Work as detailed and designated in the Volume III of the ITB documents and any modifications or supplement thereto. The Specifications are numbered and organized 21 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 in the Construction Specification Institute's (CSI) master format and are filed per CSI guidelines. Subcontractor means a person, firm or corporation having a direct contract with Contractor including one who furnishes material worked to a special design according to the Contract Documents, but does not include one who merely furnishes Materials not so worked. Submittal means documents prepared and submitted by the Bidder to pre -qualify under this solicitation. Substantial Completion means that point at which the Work is at a level of completion in substantial compliance with the Agreement such that the City can use, occupy and/or operate the facility in all respects to its intended purpose. Substantial Compliance shall not be deemed to have occurred until any and all governmental entities, which regulate or have jurisdiction over the Work, have inspected, and approved the Work. Beneficial use or occupancy shall not be the sole determining factor in determining whether Substantial Completion has been achieved, unless a temporary certificate of occupancy has been issued. Unit P rice means the price published in the Construction Task Catalog® for a specific construction or construction related task. The Unit Prices are fixed for the duration of the Contract. Each unit price is comprised of the labor, equipment and materials costs to accomplish that specific task. Work means the completed construction required by the Contract Documents, including all labor necessary to produce such construction and all materials, supplies and equipment incorporated or to be incorporated in such construction. 2. Time is.of the Essence Contractor will promptly perform its duties under the Contract and will give the Work as much priority as is necessary to cause the Work to be completed on a timely basis in accordance with the Contract Documents. All Work shall be performed strictly. (not substantially) within the time limitations necessary to maintain the critical path and all deadlines established in the Contract Documents. •All dates and periods of time set forth in -the Contract -Documents, including those for the commencement, prosecution, interim milestones, milestones, and completion of the Work, and for the delivery and installation of materials and equipment, were included because of their importance to the City. Contractor acknowledges and recognizes that the City is entitled to full and beneficial occupancy and use of the completed Project following completion of the Work. In agreeing to bear the risk of delays for completion of the Work except for extensions approved in accordance with Article 72, Excusable Delays, Non-Compensable, the Contractor understands that, except and only to the extent provided otherwise in the Contract Documents, the occurrence of events of delay within the Contractor's control, the Work shall not excuse the Contractor from its obligation to achieve full completion of the Work within the Job Order Completion Time, and shall not entitle the Contractor to an adjustment. All parties under the control or contract with the Contractor shall include but are not limited to material persons, Subcontractors, suppliers, and laborers. The Contractor acknowledges that the City is purchasing the right to have the Contractor continuously working at the Project(s) site(s) for the full duration of the Project(s) to ensure the timely completion of the Work. 22 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 3. Contract Term; Contract Price The term of this Contract shall be for two (2) years commencing upon execution of the Contract by the City. The City, by action of the City Manager, and the Contractor shall have the bilateral option to extend the term for two (2) additional periods of one (1) year each, subject to continued satisfactory performance as determined by the Director, and subject to the availability and appropriation of funds. The Contract shall terminate upon notice by the City that the Contract has been closed -out after Final Completion of all Projects awarded under the Contract or otherwise terminated by the City pursuant to the terms and conditions herein set forth. The Contract Amount shall not exceed an annual maximum of $2,000,000 for horizontal construction and $2,500,000 for vertical construction. 4. Notices Whenever either party desires to give written notice unto the other relating to the Contract, such must be addressed to the party for whom it is intended at the place last specified; and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this Article. Notice shall be deemed given on the date received or within 3 days of mailing, if mailed through the United States Postal Service. Notice shall be deemed given on the date sent via e-mail or facsimile. Notice shall be deemed given via courier/delivery service upon the initial delivery date by the courier/delivery service. For the present, the parties designate the following as the respective places for giving of notice: For City of Miami: Mr. Mark Spanioli, P.E. Director Capital Improvements Program City of Miami 444 S.W. 2nd Avenue, - 8th Floor Miami, Florida 33130 Mr. Jeovanny Rodriguez, P.E. Assistant Director Capital Improvements Program City of Miami 444 S.W. 2nd Avenue, - 8th Floor Miami, Florida 33130 For Contractor: (Various) During the Work the Contractor shall maintain continuing communications with Consultant (if any) and the Project Manager. The Contractor shall keep the City fully informed as to the progress of the Project(s) at all times through ongoing communications with the Project Manager. 5. Priority of Provisions If there is a conflict or inconsistency between any term, statement requirement, or provision of any exhibit attached hereto, any document or events referred to herein, or any document incorporated into the Contract Documents by reference and a term, statement, requirement, the specifications and plans prepared by the Consultant, or provision of the Contract Documents the following order of precedence shall apply: In the event of conflicts in the Contract Documents the priorities stated below shall govern; 23 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 • Revisions and Change Orders to the Contract shall govern over the Contract • The Contract Documents shall govern over the Contract • Addendum to an ITB shall govern over a ITS . In the event of conflicts within the Contract Documents the priorities stated below shall govern: • Scope of Work and Specifications shall govern over plans and drawings • Specifications of the City, state or federal governments shall prevail over the Technical Specifications, Volume III • Job Order shall prevail over the Technical Specifications, Volume III • Schedules, when identified as such shall govern over ail other portions of the plans • Specific notes shall govern over all other notes, and all other portions of the plans, unless specifically stated otherwise • Larger scale drawings shall govern over smaller scale drawings • Figured or numerical dimensions.shall govern over dimensions obtained by scaling • Where provisions of codes, manufacturer's specifications or industry standards are in conflict, the more restrictive or higher quality shall govern 6. Indemnification Contractor shall indemnify and hold harmless the City, its officials, officers, agents, directors, and/or employees, from liabilities, damages, judgments and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the, recklessness or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract. The Contractor shall, further, hold the City, it's officials and/or employees, harmless for, and defend the City, its officials, and/or employees against, any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted work, even if it is alleged that the City, its officials and/or employees were negligent. These indemnifications shall survive the term of this Contract. In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory to City. The Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees,' agents and instrumentalities as herein provided: The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against City whether performed by Contractor, or persons employed or utilized by Contractor. This indemnity will survive the cancellation or expiration of the Contract. This indemnity will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of §725.06 and/or §725.08, Fla. Statutes, as applicable. Contractor shall r equire all S ub-Contractor a greements t o include a pr ovision t hat they will indemnify the City. The Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Contractor in which the City participated either through review or concurrence of the Contractor's actions. In reviewing, approving or rejecting any submissions by the Contractor or other acts of the Contractor, the City in no way assumes or shares any responsibility or liability of the Contractor or Sub -Contractor, under this Agreement. Ten dollars ($10) of the payments made by the City constitute separate, distinct, and 24 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is acknowledged by the Contractor. 7. Insurance Without limiting any of the other obligations or liabilities of Contractor, Contractor shall provide, pay for (all insurance premium costs to be considered overhead necessary, to be covered in Bidder's Adjustment Factor), and maintain in force until all of its Work to be performed under this Contract has been completed and accepted by City (or for such duration as is otherwise specified hereinafter), the insurance coverage's set forth herein. 7.1 Workers' C ompensation insurance to apply for all employees in compliance with the Statutory "Workers' Compensation Law" of the State of Florida and all applicable federal laws. In addition, the policy(ies) must include: • Waiver of subrogation ■ Statutory State of Florida • Limits of Liability 7.2 Employers' Li ability with a limit of One M illion D ollars ($1,000,000.00) Dollars each bodily injury caused by an accident, each accident. One Million D oilers ( $1,000,000.00) Dollars each bodily injury caused by disease, each employee. One Million Dollars ($1,000,000.00 Dollars each bodily injury caused by disease, policy limit. 7.3 Commercial General Liability (CGL) (Primary & Non Contributory) with minimum limits of One Million D oilers ( $1,000,000.00) per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability, with a general aggregate limit of Two Million Dollars( $2,000,000.00). Coverage must be afforded on a primary and non contributory basis and with a coverage form no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: Products and/or Completed Operations for contracts with an Aggregate Limit of One Million Dollars ($1,000,000.00) per project. Contractor shall maintain in force until at least three years after completion of all Work required under the Contract, coverage for Products and Completed Operations, including Broad Form Property Damage. • Personal and Advertising Injury with an aggregate limit of One Million Dollars ($1,000,000). ■ CGL Required Endorsements o Employees included as insured o Contingent Liability/independent Contractors Coverage o Contractual Liability o Waver of Subrogation o Premises and/or Operations o Explosion, Collapse and Underground Hazards o Loading and Unloading o Mobile Equipment (Contractor's Equipment) whether owned, leased, borrowed or rented by Contractor or employees of the Contractor. 25 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 City is to be expressly included as an Additional I nsured pursuant to endorsement number CG 2010 11/85 or its equivalence. 7.4 Business Automobile Liability,with minimum limits of One Million Dollars ($1,000,000.00) per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: • Auto/All Owned Autos/Scheduled. • Hired, Borrowed, and Non -Owned Vehicles. • Employers' Non -Ownership. ■ Employees included as insured ■ City of Miami as Additional Insured 7.5 Umbrella Policy (Excess Following Form/True Excess Following Form/True Umbrella) • Bodily injury and property damage liability with limits of Three Million Dollars ($3,000,000) each occurrence and an aggregate limit of Three Million Dollars ($3,000,000). Excess coverage over the policies as follows: • Commercial General Liability ■ Business Automobile Liability • Employer's Liability City of Miami is listed as an additional insured. 7.6 Builder's Risk (if applicable) Causes of Toss: All Risk -Specific Coverage Project Location Valuation: Replacement Cost Deductible: $2,500, AII other Perils 5% maximum on Wind, City.of Miami included as an Additional Insured. A. As provided by Carrier • Materials, supplies and similar property owned by others for which you are responsible. • Full coverage up to policy limits for equipment breakdown. • Temporary storage/transit coverage. • Full coverage up to policy limits for site preparation, re -excavation, re - preparation and re -grade in the event of a loss, • Fences, scaffolding, construction forms coverage and signs • Valuable papers coverage for blueprints, site plans and similar documents. • Trees, shrubs, sod, plants while at premises. • Earthquake • New ordinance or law; reimbursement for any resulting loss of value to the undamaged portion, and required demolition expenses, including construction necessary to repair, rebuild or re -construct damaged parts. • Temporary structures, cribbing and false work built or erected at construction site. • Unintentional errors and omissions in reporting clause 26 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 • Full coverage up to policy limits for testing including physical loss caused by pneumatic and hydrostatic testing. • Debris Removal. • Applicability shall be determined (solely by the City) on a Project by Project basis and communicated to the Contractor in the RFPP. The Contractor shall provide insurance certificates evidencing required coverage's in'a timely manner. 7.7 Installation Floater (if applicable) Required 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. Applicability shall be determined (solely by the City) on a Project by Project basis and communicated to the Contractor in the RFPP. The Contractor shall provide insurance certificates evidencing required coverage's in a timely manner. 7.8 Flood Insurance (If applicable) 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. Applicability shall be determined (solely by the City) on a Project by Project basis and communicated to the Contractor in the RFPP. The Contractor shall provide insurance certificates evidencing required coverage's in a timely manner. 7.9 Pollution Liability Insurance (If applicable) When the Work to be performed for a Project includes abatement, encapsulation, or other activities involving hazardous materials, certificates of insurance evidencing appropriate coverages (i.e., Pollution Liability Insurance) with coverage amounts, endorsements, additional named insureds, etc., deemed satisfactory (in the sole judgment of the City). The insurance coverage may be provided by the appropriately qualified and licensed Subcontractor. Applicability shall be determined (solely by the City) on a Project by Project basis and communicated to the Contractor in the RFPP. The Contractor shall provide insurance certificates evidencing required coverage's in a timely manner. The City may require the Contractor to provide Builder's Risk Insurance, Installation Floater, FI ood 1 nsurance, P ollution LI ability Insurance and /or any other addi tional insurance required by t he City, as det ermined by the C ity on a J ob 0 rder by Job Order Basis. The cost of all activities required to obtain the insurance(s) will be at the Contractor's expense. However, all such costs incurred by the Contractor to acquire and pr ovide t he addi tional insurance(s) will be treated as a cont ract cos t reimbursable. T he C ontractor will be al lowed t o i nclude t he app Iicable I ine i tems from the Construction Task Catalog' in their Price Proposal, supported by documented receipts, to receive a dollar -for -dollar reimbursement (no markup). The above policies shall provide the City of Miami with written notice of cancellation or material change from the insurer not less than (30) days prior to any such cancellation or material change. If the 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. 27 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 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. Contractor shal I furnish t o the C apital I mprovement Program t he Certificates o f Insurance or endor sements evidencing t he i nsurance coy erage for W orker's Compensation, E mployers' LI ability, C ommercial General Li ability, B usiness Automobile Liability and the Umbrella Policy above within fifteen (15) calendar days after notification of award of the Contract. The required Certificates of Insurance shall name the types of policies provided, refer specifically to this Contract, and state that such insurance is as required by this Contract. The official title of the Owner is the City of Miami, Florida. This official title shall be used in all insurance documentation. Companies authorized to do business in the State of Florida, with the following qualifications, shall issue all insurance policies required above: The company must be rated no less than "A" as to management, and no less than "Class V" as to Financial Strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and /or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. The Risk Administrator or his/her authorized designee reserves the right to require modifications, increases, or changes in the required insurance requirements, coverage, deductibles or other insurance obligations by providing a thirty (30) day written notice to the Contractor in accordance with Section 2, General Conditions, Article 4, Notices. Contractor shall comply with such requests unless the insurance coverage is not then readily available in the national market. An additive or deductive change order will be issued to adjust the contract value as necessary. 8. Performance and Payment Bond The Contractor, with the submission of its first Price Proposal, shall furnish a Performance Bond and Payment Bond ("Bond") containing all the provisions of the attached Performance Bond and Payment Bond forms. Failure to provide the Bonds shall result in removal of the Contractor from the JOC Program. The initial Bond shall be in the amount equal to 50% of the estimated annual value of each contract (i.e. $1,000,000 for the horizontal construction contract and $1,250,000 for the vertical construction contract) guaranteeing to City the completion and performance of the Work covered in the Contract Documents as well as full payment of all suppliers, laborers, or Subcontractors employed for Project(s) issued under the JOC Program. Each Bond shall be with a Surety, which is qualified pursuant to Article 9, Qualification of Surety. The Bonds shall continue in effect for one year after Final Completion and acceptance of each Project with liability equal to one hundred percent (100%) of the dollar value of Purchase Orders issued under the Contract, or an additional bond shall be conditioned that Contractor will, upon notification by City, correct any defective or faulty work or materials which appear within one year after Final Completion of the Project(s). If for any reason, such bond amounts cease to be adequate to cover the dollar value of Job Orders issued and/or uncompleted Work, the Contractor shall, at its own expense, furnish an additional bond or bonds. In such event, no further payments to the Contractor shall be deemed to be due, or new Job Orders issued under the Contract until such new or additional security for faithful performance and payment is furnished by the Contractor in amount, manner and form satisfactory to the City. The Contractor shall incorporate all costs for complying with the Payment and Performance Bond requirements of the Contract in its overhead assumptions and calculations 28 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 incorporated into its Adjustment Factor at the time of Bid. No other means of compensation shall be provided to the Contractor for the compliance with the Contract's bonding requirements. The City must be listed as an Obligee. Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, as amended from time to time, Contractor shall ensure that the Bond(s) referenced above shall be recorded in the public records and provide City with evidence of such recording. Alternate Form of Security: In lieu of a Performance/Payment Bond, Contractor may furnish alternate forms of security, which may be in the form of cash, money order, certified check, cashier's check or unconditional letter of credit in the form attached. Such alternate forms of security shall be subject to the prior approval of City and for same purpose and shall be subject to the same conditions as those applicable above and shall be held by City for one year after completion and acceptance of the Work. 9. Qualification of Surety Bid Bonds, Performance/ Payment Bonds over Five Hundred Thousand Dollars ($500,000.00): Each Bond must be executed by a surety company of recognized standing, authorized to do business in the State of Florida as surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. The Surety shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with United States Department of Treasury Circular 570, Current Revisions. If the amount of the Bond exceeds the underwriting limitation set forth in the circular, .in order to qualify, the net retention of the Surety shall not exceed the underwriting limitation in the circular, and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September 1, 1978 (31 DFR Section 223.10, Section 223.111). Further, the Surety shall provide City with evidence satisfactory to City, that such excess risk has been protected in an acceptable manner. The City will accept a surety bond from a company with a rating of B+ or better for bonds up to $2 million, provided, however, that if any surety company appears on the watch list that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the City shall review and either accept or reject the surety company based on the financial information available to the City. A surety company that is rejected by the City may be substituted by the Bidder or proposer with a surety company acceptable to the City, only if the bid amount does not increase. The following sets forth, in general, the acceptable parameters for Bonds: Amount of Bond (U$). Bonding Company Rating Size Category 500,001 to 1,000,000 B+ Class I 1,000,001 to 2,000,000 B+ Class II 2,000,001 to 5,000,000 A Class III 5,000,001 to 10,000,000 A Class IV 10,000,001 to 25,000,000 A Class V 29 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 25,000,001 to 50,000,000 A Class VI 50,000,001 or more A Class VII More stringent requirements of any grantor agency are set forth within the RFP. If there are no more stringent requirements, the provisions of this section shall apply. 10. General Requirements The employee(s) of the Contractor shall be considered to be at all times its employee(s), and not an employee(s) or agent(s) of the City or any of its departments. The Contractor agrees that the Contractor will at all times employ, maintain and assign to the performance of a Project a sufficient number of competent and qualified professionals and other personnel to meet the requirements of the Work to be performed. • The Contractor agrees to adjust staffing levels or • to- replace any staff personnel if so requested by the Project Manager, should the Project Manager make a determination that said staffing is unacceptable or that any individual is not performing in a manner consistent with the requirements for such a position. The Contractor shall perform the work complete, in place, and ready for continuous service, and shall include repairs, testing, permits, clean-up, replacements, and restoration required as a result of damages caused during this construction. The Contractor represents that its 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. The Contractor shall provide temporary facilities and controls necessary to perform the Work and to ensure safe and proper access and use of the site by the Project Manager and the Consultant. The Contractor shall at all times cooperate with the City, or the Consultant and coordinate its respective Work efforts to most effectively and efficiently progress the performance of the Work. The City, the Consultant and other agencies authorized by the City, shall have full access to the Project(s) site(s) at all times. The Contractor shall be responsible for the good condition of the Work or materials until formal release from his obligations under the terms of the Contract Documents. All newly constructed work shall be carefully protected from injury in any way. No wheeling or walking or.,placing of heavy loads on it shall be allowed and the Contractor at its own expense shall reconstruct all portions damaged. Contractor shall bear all losses resulting to it on account of the amount or character of the Work, or the character of the ground, being different from what he anticipated. The Contractor shall at all times conduct the Work in such manner and in such sequence as will ensure the least practicable local interference. Contractor shall not open up Work to the prejudice of Work already started, and the Project Manager may require the Contractor to finish a section on which Work is in progress before Work is started on any additional section. Contractor is to take necessary precautions and use caution when working in or around overhead transmission lines and underground utilities. Contractor is responsible to control dust and prevent it from becoming a public nuisance or causing off -site damage. Contractor shall take all necessary and prudent measure to control dust. 30 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 The apparent silence of the Contract Documents as to any detail, or the apparent omission from there of a detailed description concerning any Work to be done and materials to be furnished, shall be regarded as meaning that only best practices are to prevail and only materials and workmanship of the best quality are to be used in the performance of the Work. 11. Method of Performing the Work The apparent silence of the Contract Documents as to any detail, or the apparent omission from them of a detailed description concerning any Work to be done and materials to be furnished, shall be regarded as meaning that only the best general practice is to prevail and that only material and workmanship of the best quality is to be used, and interpretation of the Contract Documents shall be made upon that basis. When measurements are affected by conditions already established or where items are to be fitted into constructed conditions, it shall be the Contractor's responsibility to verify all such dimensions at the site and the actual job dimensions shall take precedence. If the Project Manager or Consultant reasonably determines the rate of progress of the Work is not such as to ensure its completion within the designated Job Order Completion Time, or if, in the opinion of the Project Manager or Consultant, the Contractor is not proceeding with the Work diligently or expeditiously or is not performing all or any part of the Work according to the Project schedule accepted by or determined by the Project Manager or Consultant, the Project Manager or the Consultant shall have the right to order the Contractor to do either or both of the following: (1) improve its work force; and/or (2) improve its performance in accordance with the schedule to ensure completion of the Project(s) within the specified time. The Contractor shall immediately comply with such orders at no additional cost to the City. (3) The City at its sole option may also have Work performed by a third party contractor and deduct such cost from any monies due the Contractor. Where materials are transported in the performance of the Work, vehicles shall not be loaded beyond the capacity recommended by the vehicle manufacturer or permitted by Federal, State or local law(s). When it is necessary to cross curbing or sidewalks, protection against damage shall be provided by the Contractor and any damaged curbing, grass areas, sidewalks or other areas shall be repaired at the expense of the Contractor to the satisfaction of the Project Manager or Consultant. The Contractor shall furnish to the Project Manager and the Consultant a complete listing of 24-hour telephone numbers at which responsible representatives of the Contractor and all of the Contractor's Subcontractor can be reached should the need arise at any time. 12. Work Staging and Phasing The Work to be performed shall be done in such a manner so as not to interfere with the normal City operations of the Project site or facility. The manner in which the Work is performed shall be subject to the approval of the Project Manager or Consultant, whom if necessary, shall have the authority to require changes in the manner in which the Work is performed. There shall be no obstruction of City services without the prior written approval of the Project Manager or Consultant. All requests for such interruption or obstruction must be given in writing to the Project Manager or Consultant 24 hours in advance of the interruption of City operations. The Contractor shall familiarize itself with normal Cityoperations where the Work is to be performed so that it can conduct the Work in the best possible manner to the. complete satisfaction of the Project Manager and Consultant. A staging plan must be submitted to and approved by the Project Manager or the Consultant prior to the start of construction and issuance of the Notice to Proceed. Such staging plan shall be revised and resubmitted as necessary during construction. 31 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid Na.: 11-12-017 13. Site Investigation and Representation Prior to the submission of a Price Proposal, Contractor shall satisfy itself as to the nature and location(s) of the Work under the Contract Documents, the general and local conditions, particularly those bearing upon availability of transportation, disposal, handling and storage of materials, availability of labor, water, electric power, and roads, the conformation and conditions at the ground based on City provided reports, the type of equipment and facilities needed preliminary to and during the performance of the Work and all other matters which can in any way affect the Work or the cost thereof under the Contract Documents. The Contractor shall also satisfy itself based on any geotechnical reports the City may provide and inspection of the Project(s) site(s) as to the character, quality, and quantity of surface and subsurface materials to be encountered from inspecting the site and from evaluating information derived from exploratory work that may have been done by the City or included in this Contract Documents. If applicable, the Contractor should examine the soil conditions at the Project site to determine if any special shoring, sheeting, or other procedures necessary to protect adjacent property during excavation of subsoil materials or during filling of any area(s), or for any operation that may be required during the performance of the Work. Any failure by the Contractor to acquaint itself with all the provided information and information obtained by visiting the Project(s) site(s) will not relieve Contractor from responsibility for properly estimating the difficulty or cost thereof under the Contract Documents. In the event that the actual subsurface conditions vary from the actual City provided reports the Contractor shall notify the City and this Contract Documents amount may be adjusted up or down depending on the conditions. 14. Contractor to Check Plans, Specifications and Data Contractor shall verify all dimensions, quantities and details shown on any plans, specifications or other data received from Project Manager or Consultant as part of a Detailed Scope of Work or other documentation associated with a Job Order, and shall notify the Project Manager and the Consultant of all errors, omissions and discrepancies found therein within three (3) calendar days of discovery. Contractor will not be allowed to take advantage of any error, omission or discrepancy, as full instructions will be furnished by the Project Manager or by Consultant. Contractor shall not be liable for damages resulting from errors, omissions or discrepancies in the Contract Documents unless Contractor recognized such error, omission or discrepancy and knowingly failed to report it to Project Manager or Consultant. 16. Contractor's Responsibility for Damages and Accidents Contractor shall accept full responsibility for Work against all losses or damages of whatever nature sustained until Final Acceptance by City, and shall promptly repair or replace, at no additional cost to the City any Work, materials, equipment, or supplies damaged, lost, stolen, or destroyed from any cause whatsoever. Contractor shall accept full responsibility for Work against all losses or damages of whatever nature sustained until Final Acceptance by City, and shall promptly repair or replace, at no additional cost to the City, and to the satisfaction of the Project Manager, any Work, materials, equipment, or supplies damaged, lost, stolen, or destroyed from any cause whatsoever. Lawn Areas - All lawn areas disturbed by construction shall be replaced with like kind to a condition similar or equal to that existing before construction. Where sod is to be removed, it shall be carefully removed, and the same re -sodded, or the area where sod has been removed shall be restored with new sod in the manner described in the applicable section. 32 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 Fences - Any fence, or part thereof, that is damaged or removed during the course of the work shall be replaced or repaired by the Contractor, and shall be left in as good a condition as before the starting of the work. Where fencing, walls, shrubbery, grass strips or area must be removed or destroyed incident to the construction operation, the Contractor shall, after completion of the work, replace or restore to the original condition all such destroyed or damaged landscaping and improvements. 16. Accidents The Contractor shall provide such equipment and facilities as are necessary or required, in the case of accidents, for first aid service to person who may be injured during the Project(s) duration. The Contractor shall also comply with the OSHA requirements as defined in the United States Labor Code 29 CFR 1926.50. In addition, the Contractor must report immediately to the Project Manager and Consultant every accident to persons. or • damage to property, and shall furnish in writing full information, including testimony of witnesses regarding any and all accidents. 17.. Safety Precautions Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the Necessary protection to prevent damage, injury or loss to: • All employees on the Project(s) site(s) and other persons who may be affected thereby; • All the Work and all materials or equipment to be incorporated therein, whether in storage on or off the Project(s) site(s); and • Other property at the Project(s) Site(s) or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. Contractor shall designate a responsible member of its organization at the Project(s) site(s) whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Project Manager. Contractor shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and utilities when prosecution of the Work may affect them. All damage, injury or loss to any property caused directly or indirectly, in whole or in part, by Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by Contractor. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and Project Manager or Consultant has issued the Contractor a notice of Final Acceptance. Contractor must adhere to the applicable environmental protection guidelines for the duration of a Project.. If hazardous waste materials are used, detected or generated at any time, the Project Manager must be immediately notified of each and every occurrence. The Contractor shall comply with all codes, ordinances, rules, orders and other legal requirements of public authorities (including OSHA, EPA, DERM, the City, Miami -Dade County, State of Florida, and Florida Building Code), which bear on the performance of the Work. The Contractor shall take the responsibility to ensure that. all Work is performed using adequate safeguards, including but not limited to: proper safe rigging, safety nets, fencing, 33 Job Order Contracts (JOC) For Horizontal • And Vertical Construction Bid No.: 11-12-017 scaffolding, barricades, chain link fencing, railings, barricades, steel plates, safety lights, and ladders that are necessary for the protection of its employees, as well as the public and City employees. All riggings and scaffolding shall be constructed with good sound materials, of adequate dimensions for their intended use, and substantially braced, tied or secured to ensure absolute safety for those required to use it, as well as those in the vicinity. _ All riggings, scaffolding, platforms, equipment guards, trenching, shoring, ladders and similar actions or equipment shall be OSHA approved, as applicable, and in accordance with ail federal state and local regulations. All open trenches or holes shall be properly marked and barricaded to assure the safety of both vehicular and pedestrian traffic. No open trenches or holes are to be left open during nighttime or non -working hours without the prior written approval of the Project Manager. If an emergency condition should develop during a Project, the Contractor must immediately notify the Project Manager and Consultant of each and every occurrence. The Contractor should also recommend any appropriate course(s) of action to the Project Manager and the Consultant. 18. Occupational Health and Safety In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F- 41.03 of the Florida Administrative Code delivered as a result of a Project must be accompanied by a Material Safety Data Sheet (MSDS) which may be obtained from the manufacturer. The MSDS must include the following information: • The chemical name and the common name of the substance. • The hazards or other risks in the use of the substance, including: o The potential for fire, explosion, corrosion, and reaction; o The known acute and chronic health effects of risks from exposure, including the medical conditions which are generally recognized as being aggravated by exposure to the substance; and o The primary routes of entry and symptoms of overexposure. • The proper precautions, handling practices, necessary personal protective equipment, and other safety precautions in the use of or exposure to the substances, including appropriate emergency treatment in case of overexposure. • The emergency procedure for spills, fire, disposal, and first aid. • A description in lay terms of the known specific potential health risks posed by the substance intended to alert any person reading this information. • The year and month, if available, that the information was compiled and the name, address, and emergency telephone number of the manufacturer responsible for preparing the information. 19. Labor and Materials Unless otherwise provided in the Detailed Scope of Work, Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation and other facilities and services necessary for the proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. Contractor shall at all times enforce strict discipline and good order among its employees and Subcontractors at the Project(s) site(s) and shall not employ on the Project(s) any unfit person or anyone not skilled in the Work to which they are assigned. 20. Rules, Regulations, and Licenses 34 Job Order Contracts (JOG) For Horizontal And Vertical Construction Bid No.: 11-12-017 The successful Contractor shall comply with all laws and regulations applicable to provision of services specified in the Contract Documents. The Contractor shall be familiar with all federal, state and local laws that may in affect the goods and/or services offered. 21. Consultant Services The City, at its sole discretion may hire a Consultant who shall serve as the City's Representative for the Project(s) to be performed under the Contract Documents. The Contract Documents will state that an City's representative has been contracted with for the management of the Work under the Contract Documents and who will be the lead point of contact, the Consultant or the Project Manager. Where a Consultant has been identified, the Consultant and the Project Manager will have authority to act on behalf of the City to the extent provided in the Contract Documents and as outlined in Article 25, Authority of the Project Manager, of the General Terms and Conditions. On the basis of the on -site observations, the Consultant will keep the Project Manager informed of the progress of the Work. In the capacity of interpreter, ,the Consultant will exercise the best efforts to ensure faithful performance by both the Project Manager and the Contractor and will not show partiality to either. The Project Manager will assist the Consultant in conducting inspections to determine the date or dates of Substantial Completion and Final Acceptance and will receive and review written warranties and related documents required by the Contract and the Contract Documents. The Consultant will be responsible for receiving all documentation for review and acceptance. Upon acceptance such documentation will be forwarded to the Project Manager. The Project Manager in conjunction with the Consultant will approve Schedules of Values, Project Schedules, Subcontractors and invoices. The City may contract for additional consultant services, including but not limited to construction examination and observation services. Such services are intended to be additional services and are not intended to and shall not be construed to supplant or alter the role and responsibilities of the Consultant. In case of the termination of employment of the Consultant, the City may, at its sole discretion, appoint another Consultant, whose status under the Contract shall be as that of the former Consultant. 22. Project Management Where a Contractor is awarded Project, the Contractor shall be responsible for all Project management, including any and all subcontracts necessary to ensure that the Work is performed in accordance with the Contract Documents. Project Management shall include, but is not limited to: obtaining bids from Subcontractors -and suppliers; coordinating the securing of all permits; obtaining licenses and inspections; ensuring that Subcontractors comply with all City requirements; performing the Work in accordance with the Contract Documents to the satisfaction of the Project Manager; paying all Subcontractors; obtaining release of liens/claims fees; and obtaining temporary and final Certificates of Occupancy or Completion. 23. Superintendence and Supervision The orders of the City are given through Consultant or Project Manager, which instructions are to be strictly and promptly followed in every case. Contractor shall keep on the Project(s) during its progress, a full-time competent English speaking superintendent and any necessary assistants, all satisfactory to Project Manager. The superintendent shall not be changed except with the written consent of Project Manager, unless the superintendent proves to be unsatisfactory to Contractor and ceases tobe in its employ. The superintendent shall represent Contractor and all directions given to the superintendent shall be as binding as if given to Contractor and will be confirmed in writing by Project Manager upon the written request of Contractor. Contractor shall give efficient supervision 35 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 to the Work, using its best skill and attention. The Project Manager shall be provided telephone number(s) for the superintendent where the superintendent can be contacted during normal working hours as well as after hours for emergencies. On Project(s) in excess on thirty (30) calendar days the Contractor's superintendent shall record, at a minimum, the following information in a bound log: the day; date; weather conditions and how any weather condition affected progress of the Work; time of commencement of Work for the day; the Work being performed; materials, labor, personnel, equipment and Subcontractors at the Project(s) site(s); visitors to the Project site, including representatives of the City, Consultant, regulatory representatives; any special or unusual conditions or occurrences encountered; and the time of termination of Work for the day. All information shall be recorded in the daily log in indelible ink. The daily log shall be kept on the Project(s) site(s) and shall be available at all times for inspection and copying by Project Manager and Consultant. The Project Manager, Contractor and Consultant shall meet at least every two (2)weeks or • as otherwise• determined • by the Project Manager, during the course of the Work to review and agree upon the Work performed and outstanding issues. The Contractor shall publish, keep, and distribute minutes and any comments thereto of each such meeting. If Contractor, in the course of performing the Work, finds any discrepancy between the Contract Documents and the physical conditions of the locality, or any errors, omissions, or discrepancies in the Plans, it shall be Contractor's duty to immediately inform Project Manager and Consultant, in writing, and Project Manager or Consultant, will promptly review the same. Any Work done after such discovery, until authorized, will be done at Contractor's sole risk. Contractor shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents and Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences and procedures of construction. All Work, including trade Work shall be performed and supervised by properly licensed for the Work being performed. 24. Subcontractors Contractor is solely responsible for all acts and omissions of its Subcontractors. Nothing in the Contract Documents shall create any contractual relationship between any Subcontractor and the City. Contractor is responsible for the timely payment of its Subcontractors and suppliers as required by Florida Stature. Failure to comply with these payment requirements will place the Contractor in default of the Contract. As part of each Price Proposal Package, the Contractor must submit a written statement to the City (see Local Small, Disadvantaged Business Enterprise Participation Form contained in the ITB Documents) providing the names of the Subcontractors, the Work to be performed by each Subcontractor, the value and percentage of the Work to be performed by the Subcontractor, and the number of personnel the Subcontractor will utilized whom are working under H2B visas and other information required on the form (i.e. business designation status). The City reserves the right to modify the required information on the aforementioned form, as it deems necessary, at any time during the term of the Contract. Third tier subcontracting is only permitted with the prior written approval of the Project Manager. This submission shall constitute a request for Subcontractor approval. The City will notify the Contractor within ten (10) Days of receipt of the list of the Contractor's anticipated Subcontractors whether the proposed Subcontractor is approved. If the City does not respond within the ten (10) Days, its inaction will constitute its approval of the Subcontractor. If the proposed Subcontractor is disapproved, the Contractor shall 36 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 thereupon submit another proposed Subcontractor unless he decides to do the Work himself. Contractor shall not employ any subcontractor against whom City and or Program Manager may have a reasonable objection. Contractor shall not be required to employ any subcontractor against whom Contractor has a reasonable objection. The replacement, addition, or deletion of any Subcontractor(s) shall be subject to the prior written approval of the Project Manager and the Contractor shall request said approval by resubmitting a completed Local Small, and Disadvantaged Business Enterprise Participation Form contained in the ITB Documents indicating the replacement, addition or deletion of any Subcontractor No Subcontractor shall be permitted on the Site unless it is approved. Before entering into any subcontract hereunder, the Contractor shall inform the Subcontractor fully and completely of all provisions and requirements of this Contract relating either directly or indirectly .to the .Work. to be . performed and.. the materials tobe. furnished under such subcontract, and every such Subcontractor shall expressly stipulate that all labor performed and materials furnished thereunder shall strictly comply with the requirements of the Contract. 25. Authority of the Project Manager The Director hereby authorizes the Project Manager and the Consultant designated in the Contract Documents to determine, all questions of any nature whatsoever arising out of, under or in connection with, or in any way relating to or on account of the Work, and questions as to the interpretation of the Work to be performed under the Contract Documents. The Contractor shall be bound by all determinations or orders of the Project Manager and/or Consultant and shall promptly respond to requests of the Project Manager and/or Consultant, including the withdrawal or modification of any previous order, and regardless of whether the Contractor agrees with the Project Manager's and/or Consultant's determination or requests. Where requests are made orally, the Project Manage and/or Consultant will follow up in writing, as soon thereafter as is practicable. The Project Manager and/or Consultant shall have authority to act on behalf of the City to the extent provided by the Contract Documents, unless otherwise modified in writing by the City. All instructions to the Contractor shall be issued in writing. All instructions to the Contractor shall be issued through the Director, Project Manager or the Consultant. The Project Manager and Consultant shall have access to the Project(s) Site(s) at all times. The Contractor shall provide safe facilities for such access so the Project Manager and Consultant may perform their functions under the Contract.. The Project Manager and Consultant will make periodic visits to the Work Site to become generally familiar with the progress and quality of the Work, and to determine if the Work is proceeding in accordance with the Contract Documents. The Project Manager and Consultant will not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the Work, and will not be responsible for the Contractor's failure to carry out the Work in accordance with the Contract Documents. The Project Manager and Consultant will have authority to reject Work that does not conform to the Contract Documents. Whenever, in his or her opinion, it is considered necessary or advisable to ensure the proper completion of the Contract Documents the Project Manager and Consultant will have authority to require special inspections or testing of the Work, whether or not such Work is fabricated, installed or completed. Neither the Project Manager's nor Consultant's authority to act under this paragraph, nor any decision made by him in good faith either to exercise or not to exercise such authority, shall give rise 37 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 to any duty or responsibility of the Project Manager or Consultant to the Contractor, any subcontractor, supplier or any of their agents, employees, or any other person performing any of the Work. All interpretations and recommendations of. the Project Manager and Consultant shall be consistent with the intent of the Contract Documents. The Project Manager and Consultant will not be responsible for the acts or omissions of the Contractor, any Subcontractor, or any of their agents or employees, or any other persons performing any of the Work. 26. Inspection of Work The Project Manager, Consultant, Inspectors, and other City representatives shall at all times have access to the Work during normal work hours, and Contractor shall provide proper facilities for such access and for inspecting, measuring and testing. Should the Contract Documents, Consultant/Inspector.Project Manager's instructions, any laws, ordinances, or any public authority require any of the Work to be specially tested or approved, Contractor shall give Project Manager and Consultant timely notice of readiness of the Work for testing. If the testing or approval is to be made by an authority other than a City contracted firm, timely notice shall be given of the date fixed for such testing. Testing shall be made promptly, and, where practicable, at the source of supply. If any of the Work should be covered up without approval or consent of Project Manager and Consultant, it must, if required by the Project Manager and Consultant, be uncovered for examination and properly restored at Contractor's expense. Unless otherwise provided, the Contractor shall make arrangements for such tests, inspections and approvals with the City's testing laboratory or entity. The Contractor shall give the City and the Consultant timely notice of when and where tests and inspections are to be made so that the City or Consultant may be present for such procedures. All testing reports are to be sent directly to the Project Manager by the testing firm, with a copy to the Contractor. Re-examination of any of the Work may be ordered by the Project Manager and Consultant, and if so ordered, the Work must be uncovered by Contractor. If such Work is found to be in accordance with the Contract Documents, City shall pay the cost of reexamination and replacement by means of a Change Order. If such Work is not in accordance with the Contract Documents, Contractor shall pay such cost. The Contractor shall bear the cost of correcting destroyed or damaged construction, whether completed or partially completed, of the City or separate contractors caused by the Contractor's correction or removal of Work which is not in accordance with the requirements of the Contract Documents. • Inspectors shall have no authority to permit deviations from, or to relax any of the provisions of the Contract Documents or to delay the Work by failure to inspect the materials and Work with reasonable promptness without the written permission or instruction of Project Manager and Consultant. The payment of any compensation, whatever may be its character or form, or the giving of any gratuity or the granting of any favor by the Contractor .to any Inspector, directly or indirectly, is strictly prohibited, and any such act on the part of the Contractor will 'constitute . a breach of this Contract. 27. Taxes Contractor shall pay all applicable sales, consumer, use and other taxes required by law. Contractor is responsible for reviewing the pertinent state statutes involving state taxes and complying with all requirements. 38 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 28. Separate Contracts Prior to the commencement of the Work the Project Manager will notify the Contractor of all ongoing projects or projects scheduled to commence during the Work that may require coordination. The Contractor shall be responsible for coordinating the Work with any other project to minimize any potential adverse impact. Contractor shall not be entitled to any days of delay for failure to properly coordinate the Work. The Consultant and the Project Manager will assist the Contractor in coordinating the Work. However, the sole responsibility for coordination rests with the Contractor. If any part of Contractor's Work depends for proper execution or results upon the work of any other persons, Contractor shall inspect and promptly report to Project Manager and Consultant any defects in such work that render it unsuitable for such proper execution and results. Contractor's failure to so inspect and report shall constitute an acceptance of the other person's work as fit and proper for the reception of Contractor's Work, except as to defects which may develop in other contractor's work after the execution of Contractor's Work. Contractor shall conduct its operations and take all reasonable steps to coordinate the prosecution of the Work so as to create no interference or impact on any other contractor on the site. Should such interference or impact occur, Contractor shall be liable to the affected contractor for the cost of such interference or impact. To ensure the proper execution of subsequent Work, Contractor shall inspect the Work already in place and shall at once report to Project Manager and Consultant any discrepancy between the executed Work and the requirements of the Contract Documents. 29. Lands of Work City shall provide, as may be indicated in the Contract Documents, the lands upon which the Work is to be performed, rights -of -way and easements for access thereto and such other lands as are designated by City for the use of Contractor. Contractor shall provide, without liability to City, any additional land and access thereto that may be required for temporary construction facilities, or for storage of materials. The appropriate tasks and quantities from the CTC, in accordance to all rules established in the CTC can be included in Contractor's Price Proposal (subject to review and approval by the City) to address such needs. Contractor shall furnish to City copies of written permission obtained by Contractor from the owners of such facilities. 30. Coordination of Work The Project Site(s) may be occupied and may operate on a twenty-four hour seven day a week schedule. Contractor shall ensure that the performance of the Work does not impact any ongoing operations at Project(s) site(s), which also includes the delivery of any materials and equipment. Access to and egress from the Project Site(s) shall be coordinated with the Project Manager and the Consultant to minimize interference, to regular and emergency operations of the facility. During progress of Work under this Contract, it may be necessary for other contractor's and persons employed by the City to Work in or about the Project. The City reserves the right to put such other contractors to work and to afford such access to the Project site of the Work to be performed hereunder at such times as the City deems proper. If this Contract requires a portion of the Work to be tied into work done under other contractor(s), it will be necessary for Contractor to plan its Work and cooperate with other contractors insofar as possible to prevent any interference and delay. The Contractor shall not impede or interfere with the work of other contractors engaged in or about the Work and shall so arrange and conduct its Work that such other contractors may complete their work at the earliest date possible. 39 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 31. Differing Site Conditions In the event that during the course of the Work Contractor encounters subsurface or concealed conditions at the Project(s) site(s) which differ materially from those shown in ,the Contract Documents and from those ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents; or unknown physical conditions of the Project(s) site(s), of an unusual nature, which differ materially from that ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents, Contractor, without disturbing the conditions and before performing any Work affected by such conditions, shall, within twenty-four (24) hours of their discovery, notify the Project Manager and Consultant in writing of the existence of the aforesaid conditions. Project Manager and the Consultant shall, within two (2) business days after receipt of Contractor's written notice, investigate the site conditions identified by Contractor. If, in the sole opinion of Project Manager or the Consultant, the conditions do materially so differ and cause an increase or decrease in Contractor's cost of, or the time required for,the performance of any part .of the Work, whether or not charged as a result of the conditions, Project Manager or Consultant shall recommend an equitable adjustment to the Job Order Amount or Job Order Completion Time, or both. If the Project Manager and Contractor cannot agree on an adjustment in the Job Order Amount or Job Order Completion Time, the adjustment shall be referred to the Director for determination. Should the Director determine that the conditions of the Project(s) site(s) are not so materially different to justify a change in the terms of the Contract Documents, the Director shall so notify the Project Manager, Consultant, and Contractor in writing, stating the reasons, and such determination shall be final and binding upon the parties hereto. No request by Contractor for an equitable adjustment to the Contract Documents under this provision shall be allowed unless Contractor has given written notice in strict accordance with the provisions of this Article. No request for an equitable adjustment or change to the Job Order Amount or Job Order Completion Time for differing site conditions shall be allowed if made after the date certified by Consultant or Project Manager as the date of substantial completion. 32. Existing Utilities Known utilities and structures adjacent to or encountered in the Work may be shown on Drawings provided for a Project. Locations shown are taken from existing records and the best information available from existing plans and utility investigations; however, it is expected that there may be some discrepancies and omissions in the locations and quantities of utilities and structures shown. Those shown are for the convenience of the Contractor only, and no responsibility is assumed by either the City or its officials/employees for their accuracy or completeness. No request for additional compensation or Job Order Completion Time resulting from encountering utilities not shown will be considered. The Contractor shall explore sufficiently ahead of the Work to allow time for any necessary adjustments The Contractor must coordinate all underground utility locations through "Sunshine State One Call of Florida, Inc.", who shall be contacted a minimum of 48 hours before the Contractor commences any digging. In addition, the Contractor is responsible for removing all utility markings once the work is completed. 33. Contractor's Responsibility for Utility Properties and Service Where the Contractor's operations could cause damage or inconvenience to railway, telephone, fiber optic, television, electrical power, oil, gas, water, sewer, or irrigation systems, the Contractor shall make all arrangements necessary for the protection of these utilities and services or any other known utilities. Notify all utility companies that are affected by the construction operation at least 48 hours in advance. Under no circumstance expose any utility without first obtaining permission 40 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 from the appropriate agency. Once permission has been granted, locate, expose, and provide temporary support for all existing underground utilities and utility poles where necessary. The Contractor and its Subcontractors shall be solely and directly responsible to the owner and operators of such properties for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of any character brought because of any injuries or damage which may result from the construction operations under the Contract Documents. Neither the City nor its officers or agents shall be responsible to the Contractor for damages as a result of the Contractor's failure to protect utilities encountered in the Work. In the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of accidental breakage due to construction operations, promptly notify the proper authority. Cooperate with said authority in restoration of service as promptly as possible and bear all costs of repair. In no event shall interruption of any utility service be allowed unless granted by the owner of the utility. In the event water service lines that interfere with trenching are encountered, the Contractor may, by obtaining prior approval of the water utility, cut the service, dig through, and restore the service with similar and equal materials at the Contractor's expense and as approved by the Project Manager or Consultant. Replace, with material approved by the Project Manager or Consultant, at Contractor's expense, any and all other laterals, existing utilities or structures removed or damaged during construction, unless otherwise provided for in the Contract Documents and as approved by the Project Manager or Consultant. Replace with material approved by the Project Manager or Consultant, at Contractor's expense, any existing utilities damaged during the Work 34. interfering Structures An attempt will be made to show major structures on furnished Drawings. While the information has been compiled from the best available sources, its completeness and accuracy cannot be guaranteed, and is presented as a guide. The Contractor shall field verify all locations. Contractor shall coordinate with any affected companies, including utility companies and take necessary precautions to prevent damage to existing structures whether on the surface, above ground, or underground, including have the owner of the interfering structures place temporary supports. 35. Field Relocation During the process of the Work, it is expected that minor relocations of the Work may be necessary. Such relocations shall be made only by the direction of the Project Manager and Consultant at the Contractor's expense. If existing structures are encountered that will prevent construction as shown, the Contractor shall notify the Project Manager or Consultant before continuing with the Work in order that the Project Manager or Consultant may make such field revisions as necessary to avoid conflict with the existing structures. Where the Contractor fails to notify the Project Manager or Consultant when an existing structure is encountered, and proceeds with the Work despite this interference, the Contractor does so at his own risk. 36. Contractor's Use of Project Site(s) Limitations may be placed on the Contractor's use of the Project(s) site(s) and such limitations will be identified by the Project Manager. In addition to such limitations, the Project Manager may make storage available to the Contractor at his sole discretion based on availability of space. The Contractor shall also coordinate and schedule deliveries so as to minimize disruptions to City day-to-day operations. 41 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 The Contractor shall limit its use of the Project site(s), so as to allow for the City's continuous operation. This is necessary, as the Project Site(s) may remain in operation during the Work. • The Contractor shall: o Confine operations at the Project(s) site(s) to the areas permitted by the Project Manager or Consultant; not disturb portions of the Project(s) site(s) beyond the specified areas; conform to Project(s) site(s) rules and regulations affecting the Work. o Keep existing driveways and entrances serving surrounding facilities dear and available to the City, its employees and the public at all times; not use areas for parking and/or storage of materials except as authorized by the Project Manager. o Assume all responsibility for its tools, equipment and materials, including any materials purchased for the Work and not accepted by the City, and its vehicles while performing Work for the City and/or whileparked or stored at a City facility. The City assumes no liability for damage or loss to the items specified in this paragraph. Access to parking and egress from the Project(s) site(s) shall be subject to the approval of the Project Manager. 37. Warranty of Materials and Equipment Contractor warrants to City that all materials and equipment furnished under the Contract Documents will be new unless otherwise specified and that all of the Work will be of good quality, free from faults and defects and in conformance with the Contract Documents and Contract/Documents. All Work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. If required by the Project Manager or Consultant, Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. This warranty is not limited by any other provisions within the Contract Documents. 38. Material and Equipment Shipment, Handling, Storage and Protection Preparation for Shipment When practical, equipment shall be factory assembled. The equipment parts and assemblies that are shipped unassembled shall be furnished with assembly plan and instructions. The separate parts and assemblies shall be factory match -marked or tagged in a manner to facilitate assembly. All assemblies are to be made by the Contractor at no additional cost to the City.. Generally, machined and unpainted parts subject to damage by the elements shall be protected with an application of a strippable protective coating, or other approved protective method. Equipment shall be packaged or crated in a manner that will provide protection from damage during shipping, handling, and storage. The outside of the package or crate shall be adequately marked or tagged to indicate its contents by name and equipment number, if applicable; approximate weight; state any special precautions for handling; and indicate the recommended requirements for storage prior to installation. Packaging and Delivery of Spare Parts and Special Tools Properly mark to identify the associated equipment by name, equipment, and part number. Parts shall be packaged in a manner for protection against damage from the elements during shipping, handling, and storage. Ship in boxes that are marked to indicate the 42 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 contents. Delivery of spare parts and special tools shall be made prior to the time associated equipment is scheduled for the initial test run. Shipment All equipment and material shall be shipped with freight and shipping paid, FOB job site. The Contractor shall request a 7-day advance notice of shipment from manufacturers, and, upon receipt of such notice, provide the Engineer with a copy of the current delivery information concerning equipment items and material items of critical importance to the Progress Schedule. Receiving The Contractor shall unload and record the receipt of all equipment and materials at the jobsite. All costs for receiving, inspection, handling, storage, insurance, inventory control, and equipment maintenance for the Contractor -Supplied " and City -Supplied materials and equipment shall be included in the Contractor's Adjustment Factor and no extra compensation will be allowed. Inspection Immediately upon receipt of equipment and materials at the jobsite, the Contractor shall inspect for completeness and any evidence of damage during shipment. City supplied equipment and material shall be inspected and inventoried together with City's Inspector. Should there appear to be any shortage or damage, the Project Manager or Consultant shall be immediately notified; and the Contractor shall be fully responsible for informing the manufacturers and the transportation company of the extent of the shortage or damage. If the item or items require replacing or supplying missing parts, the Contractor shall take the necessary measures to expedite the replacement or supply the missing parts. Handling Equipment and materials received for installation on the Project(s) shall be handled in accordance with the manufacturer's recommendations, and in a manner that will prevent damage. Storage Equipment and materials shall be stored prior to installation as recommended by the manufacturer. Generally, materials such as pipe shall be stored off the ground in approved storage yards. Items subject to damage by the elements, vandalism, or theft shall be stored in secure buildings. Items requiring environmental control for protection shall be provided with the necessary environmentally controlled storage facilities at no cost to the City. Insurance The Contractor's insurance shall adequately cover the value of materials delivered but not yet incorporated into the Work. Inventory Control Equipment and materials shall be stored in a manner to provide easy access for inspection and inventory control. The Contractor shall keep a running account of all materials in storage to facilitate inspection and to estimate progress payments for materials delivered but not installed in the Work. Equipment's Maintenance Prior to Acceptance by the City Provide the required or manufacturer's recommended maintenance during storage, during the installation, and until such time as the City accepts the equipment for full-time operation. Salvage Equipment 43 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 Any salvageable pipe, fittings, or other miscellaneous material or equipment removed during construction and not reused in the Work shall be cleaned, hauled, and stored by the Contractor at his own expense, where directed by the Project Manager or Consultant, and shall remain the property of the City. All other material shall be disposed of by the Contractor at his own expense. 39. Manufacturer's Instructions The Contractor shall: Comply with manufacturer's requirements for the handling, delivery and storage of all materials. Where required by the Contract Documents, Contractor shall submit manufacturer's printed instructions for delivery, storage, assembly, and installation. Comply with the manufacturer's applicable instructions and recommendations for the performance of the Work, to the extent that these instructions and recommendations are more explicit or more stringent than requirements indicated in the Contract Documents including.the Contract. Documents. Inspect each item of material or equipment immediately prior to installation and reject damaged and defective items. Provide attachment and connection devices and methods for securing the Work; secure Work true to line plumb and level, and within recognized industry standards; allow for expansion and building movement; provide uniform joint width in exposed Work; arrange joints in exposed Work to obtain the best visual effect and refer questionable visual effect choices to the Consultant for final decision when applicable to the Work. Recheck measurements and dimensions of the Work, as an integral step in starting each portion of the Work. Install each unit or section of Work during favorable weather conditions, which shall ensure the bestpossible results in coordination with the entire Project(s) and isolate each unit of Work from incompatible Work as necessary to prevent potential interference among each section and/or deterioration of equipment. Coordinate enclosure of the Work, which requires inspections and tests so as to minimize the necessity of uncovering Work for that purpose. When required by the Contract Documents or..the manufacturer, a qualified representative shall be present to observe field conditions, conditions of surface and installation, quality of workmanship, and applications. Manufacturer's representative shall provide the Contractor and the Project Manager or Consultant a written report of field observations. 40. Manufacturer's Warranty Contractor shall provide all manufacturers' warranties. All warranties, expressed and/or implied, shall be made available to the City for material and equipment covered by this Contract Documents. All material and equipment furnished shall be fully guaranteed by the Contractor against factory defects and workmanship. At no expense to the City, the Contractor shall correct any and all apparent and latent defects that may occur within the manufacturer's standard warranty. The Contract Documents may supersede the manufacturer's standard warranty. Manufacturer's warranties will become effective upon Final Acceptance of the Project(s). 41. Reference Standards Reference to the standards of any technical society, organization or body shall be construed to mean the latest standard adopted and published at the date of request for qualifications, even though reference may have been made to an earlier standard. Such reference is hereby made a part of the Contract Documents the same as if herein repeated 44 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid .No.: 11-12-017 in full and in the event of any conflict between any of these standards and those specified, the most stringent shall govern unless otherwise stated. 42. Submittals Contractor shall check and approve all shop drawings, samples, product data, Schedule of Values, and any and all other submittals required for a Job Order to make sure they comply with the Contract Documents prior to submission to the Project Manager and Consultant. Contractor by approving and submitting any submittals, represents that they have verified the accuracy of the submittals, and they have verified all of the submittal information and documentation with the requirements of the Contract Documents. At time of submission the Contractor shall advise the Project Manager and Consultant in writing of any deviations from the Contract Documents. Failure of the Contractor to advise the Project Manager or Consultant of any deviations shall make the Contractor solely responsible for any costs incurred to correct, add or modify any portion of the Work to comply with the Contract Documents. Each shop drawing submittal shall contain a title block containing the following information: • Number and title of drawing, including Job Order title and Number • Date of drawing and revisions , • Name of Contractor and Subcontractor (if any) submitting drawings • Name of Project, Building or Facility • Specification Section title and number • Contractor's Stamp of approval, signed by the Contractor or his checker • Space above the title block for Project Manager' or Consultant's action stamp • Submittal or re -submittal number (whether first, second, third, etc.) Date of submittal Contractor shall sign, in the proper block, each sheet of shop drawing and data and each sample label to certify compliance with the requirements of the Contract Documents. Shop drawing submitted without the stamp and signature shall be rejected and it will be considered that the Contractor has not compliedwith the requirements of the Contract Documents. Contractor shall bear the risk of any delays that may occur as a result of such rejection. City shall not be liable for any materials, fabrication of•products or Work commenced that requires submittals until the Project Manager and Consultant has returned approved submittals to the Contractor. Project Manager and Consultant shall make every effort to review submittals within fourteen (14) calendar days from the date of receipt by the Project Manager and Consultant. Project Manager and Consultant's review shall only be for conformance with design concepts and the information provided in the Contract Documents. The approval of a separate item shall not constitute approval of an assembly in which the item functions, The Project Manager and Consultant shall return the shop drawings to the Contractor for their use and distribution. Acceptance of any submittal shall not relieve the Contractor of any responsibility for any deviations from the requirements of the Contract Documents unless the Contractor has given written notice to the Project Manager and Consultant of the specific deviations and the Consultant has issued written approval of such deviations. By approving and submitting Shop Drawings, Product Data and Samples, the Contractor represents that all materials, field measurements and field construction criteria related thereto have been verified, checked and coordinated with the requirements of the Work and have been verified, checked and coordinated with this Contract Documents. 45 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 Contractor shall be responsible for the distribution of all shop drawings, copies of product data and samples, which bear the Project Manager's or Consultant's stamp of approval. Distribution shall include, but not be limited to; job site file, record documents file, Subcontractor, suppliers, and other affected parties or entities that require the information. The Contractor shall also provide copies of all plans approved and permitted by the required governing authorities. The Contractor shall not be relieved of responsibility for errors or omissions in any and all submittals by the Project Manager's or Consultant's acceptance thereof. The Contractor warrants the adequacy for the purpose intended of any shop drawings or portion of a shop drawing that alters, modifies or adds to the requirements of the Contract Documents. Nothing in the Project Manager's and Consultant's review of Shop Drawings, Submittals and Samples shall be construed as authorizing additional work or increased cost to the City. 43. Shop Drawings Contractor shall submit Shop Drawings as required by the Contract Documents. The purpose of the Shop Drawings is to show, in detail, the suitability, efficiency, technique of manufacture, installation requirements, details of the item, and evidence of its compliance or noncompliance with this Contract Documents. Within five (5) calendar days after City's award of a Project, Contractor shall submit to Project Manager or Consultant a complete list and submittal log of items for which Shop Drawings are to be submitted and shall identify the critical items and all submittal dates. Approval of this list by Project Manager or Consultant shall in no way relieve the Contractor from submitting complete Shop Drawings and providing materials, equipment, etc., fully in accordance with the Contract Documents. This procedure is required in order to expedite final approval of Shop Drawings. After the approval of the list of items required in above, Contractor shall promptly request Shop Drawings from the various manufacturers, fabricators, and suppliers. Contractor shall thoroughly review and check the Shop Drawings and each and every copy shall show its approval thereon. Contractor shall submit three (3) sets of shop drawings. Some shop drawings as either denoted in the- Contract Documents or by the Florida Building Code (Code) or Florida Statute such as structural drawings, require that they be prepared by a licensed engineer. It is the sole responsibility of the Contractor to ensure that the Shop Drawings meet all Code requirements. In addition to all shop drawings required by the Contract Documents the Contractor must provide shop drawings for; all drainage structures including catch basins, drainage pipe, ballast rock, and exfiltration trench filter fabric. If the Shop Drawings show or indicate departures from the Contract Documents, Contractor shall make specific mention thereof in its letter of transmittal. Failure to point out such departures shall not relieve Contractor from its responsibility to comply with the Contract and Documents. Project Manager or Consultant shall review and accept or reject with comments, Shop Drawings within fourteen (14) calendar days from the date received. Project Manager's or Consultant's approval of Shop Drawings will,be general and shall not relieve Contractor of responsibility for the accuracy of such Shop Drawings, nor for the proper fitting and construction of the Work, nor for the furnishing of materials or Work required by the Contract Documents and not indicated on the Shop Drawings. No Work called for by Shop Drawings shall be performed until said Shop Drawings have been approved by Project Manager and/or Consultant. Approval shall ,not relieve Contractor from responsibility for errors or omissions of any sort on the Shop Drawings. 46 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 No approval will be given to partial submittals of Shop Drawings for items which interconnect and/or are interdependent where necessary to properly evaluate the design, It is Contractor's responsibility to assemble the Shop Drawings for all such interconnecting. and/or interdependent items, check them and then make one submittal to Project Manager and/or Consultant along with Its comments as to compliance, noncompliance, or features requiring special attention. If catalog sheets or prints of manufacturers' standard drawings are submitted as Shop Drawings, any additional information or changes on such drawings shall be typewritten or lettered in ink. The minimum size for shop drawings shall be 11" X 17". Each shop drawing shall be clear, thoroughly detailed and shall have listed on it all Contract Documents references, drawing number(s), specification section number(s) and the shop drawing numbers of related work. Shop drawings must be complete in every detail, including location of the Work. Materials, gauges, methods of fastening and spacing of fastenings, connections with other work, cutting, 'fitting, drilling and any 'and all other necessary information per standard trade practices or as required for any specific purpose shall be shown. Where professional calculations and/or certification of performance criteria of materials, systems, and or equipment are required, the Project Manager and/or Consultant are entitled to rely upon the accuracy and completeness of such calculations and certifications submitted by the Contractor. Calculations, when required, shall be submitted in a neat clear and easy format to follow. Contractor shall keep one set of Shop Drawings marked with Project Manager's and/or Consultant's approval at the job site at all times. 44. Product Data Contractor shall submit four (4) copies of product data, warranty information and operating and maintenance manuals. Each copy must be marked to identify applicable products, models, options and other data. Contractor shall supplement manufacturer's standard data to provide information unique to the Work. Contractor shall only submit pages that are pertinent. Submittals shall be marked to identify pertinent products, with references to the specifications and the Contract Documents. Identify reference standards, performance characteristics and capacities, wiring and piping diagrams and controls, component parts, finishes, dimensions and required clearances. Contractor shall submit a draft of all product data, warranty information and operating and maintenance manuals at 50% completion of construction. 45. Samples Contractor shall submit samples to illustrate the functional characteristics of the product(s). Submittals shall be coordinated for different categories of interfacing Work. Contractor shall include identification on each sample and provide full information. 46. Record Set Contractor shall maintain in a safe place at the Project(s) site(s) one record copy and one permit set of the Contract Documents, including, but not limited to (as they relate to each specific Project), all Drawings, Specifications, shop drawings, amendments, Change Orders, RFIs, and Field Directives, as well as all written interpretations and clarifications issued by the Project Manager or Consultant, in good order and annotated to show all changes made during construction. The record documents shall be continuously updated by Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Construction Change Directives, and Field Directives as well as all written interpretations and clarifications, and all concealed and buried installations of piping, conduit and utility 47 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No,: 11-12-017 services. Contractor shall certify the accuracy of the updated record documents. As a condition precedent to City's obligation to pay Contractor, the Contractor shall provide evidence, satisfactory to the Project Manager and the Consultant, that Contractor is fulfilling its obligation to continuously update the record documents. All buried items, outside the Project(s) site(s), shall be accurately located on the record documents as to depth and in relationship to not less than two (2) permanent features (e.g. interior or exterior wall faces). The record documents shall be clean and all' changes, corrections and dimensions shall be given in a neat and legible manner in red. Tlhe record documents shall be available to the City and the Consultant for reference. Upon completion of the Work and as a condition precedent to Contractor's entitlement to Mai payment, the record documents shall be delivered to the Project Manager or Consultant by the Contractor. The Record Set of Drawing shall Abe submitted in both hard copy and as electronic plot files. 47. Supplemental Drawings and Instructions The Project Manager or Consultant shall have the right to approve and issue supplemental instructions setting forth written orders, instructions, or interpretations concerning the Contract Documents or its performance, provided such Supplemental Instructions involve no change in the Job Order Amount or the Job Order Completion Time. • Project Manager or Consultant shall have the right to modify the details of the plans and specifications, to supplement the plans and specifications with additional plans, drawings or additional information as the Work proceeds, all of which shall be considered as part of the Contract Documents. In case of disagreement between the written and graphic portions of the Contract Documents, the written portion shall govern. 48. Contractor Furnished Drawings The Contract Documents may require the Contractor to furnish design, shop and/or as -built drawings depending on the nature and scope of the Work to be performed. The following applies to the different types of drawings. The Project Manager and/or Consultant shall, after review of the drawings, initial and mark the drawings in one of the following manners: 1. ACCEPTED - No correction required. 2. PROCEED AS CORRECTED - Minor changes or corrections identified. Work can proceed subject to re -submittal and acceptance of the drawings. 3. REVISE AND RESUBMIT - Significant changes or corrections are. recommended. Submittal must be revised and resubmitted for acceptance prior to Work proceeding. 4. REJECTED - Not in accordance with the Contract and/or Contract Documents due to excessive changes or corrections or other justifiable reason. Drawings must be corrected and resubmitted prior to any Work being performed. Revisions required by the permitting jurisdiction must also be reviewed and accepted by the Project Manager or Consultant prior to resubmission to the permitting agency. Acceptance by the City shall not relieve the Contractor from responsibility for errors and omissions in the drawings. 49. Substitutions Whenever materials or equipment are specified or described in the Detailed Scope of Work by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by the Consultant if sufficient information is submitted by Contractor to allow Consultant to determine that the material or equipment proposed is 48 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by City and Consultant from anyone other than Contractor. If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to,the Consultant for acceptance thereof, certifying that the proposed substitute shall perform adequately the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, •including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Consultant in evaluating the proposed substitute. The Consultant may require the Contractor to furnish at Contractor's expense additional data about the proposed substitute. If a specific means, method, technique, sequence or procedure of construction is indicated in or required by Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence or procedure of construction acceptable to the Consultant, if the Contractor submits sufficient information to allow the Consultant to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Consultant shall be the same as those provided herein for substitute materials and equipment. The Consultant shall be allowed a reasonable time within which to evaluate each proposed substitute. The Consultant and the City shall be the sole judges of the acceptability of any substitute. No substitute shall be ordered, installed or utilized without the City's and Consultant's prior written acceptance which shall be evidenced by either a Change Order or an approved submittal. The City and the Consultant may require the Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute, If the City and the Consultant rejects the proposed substitute, at their discretion, the City may require the Contractor to reimburse the City for the charges of the Consultant for evaluating the proposed substitute. 50. City Furnished Drawings The City, at its sole discretion, may furnish design drawings, which shall comprise all or part of a Detailed Scope of Work. It shall be the sole responsibility of the Contractor to bring to the immediate attention of the Project Manager and the Consultant any discrepancies between the drawings and existing conditions, excluding hidden or unforeseen conditions, discovered prior to commencing and during the Work. The Contractor shall be solely responsible for verifying the accuracy of the drawings prior to commencing the Work, and shall be responsible for any errors or revisions of the Work, which might have been avoided by notifying the City prior to commencement. This shall also apply to any revisions or omissions identified by the Contractor, The Contractor shall submit all requests for information entitled Request for information (RFD. The City shall respond to all RFI's in writing . The Contractor shall have no basis for any claim for additional costs resulting from their failure to identify any required revisions, omissions and/or errors, not identified in writing to the Project Manager or Consultant prior to commencing the Work. 51. Interpretation of Drawings and Documents 49 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 Drawings and specifications are intended to be consistent, be mutually explanatory, and should be used together and not separately. During the performance of the Project(s), should any errors, omissions, conflicts, ambiguities or discrepancies be found in the drawings and/or specifications, the Project Manager or the Consultant will clarify in writing the intent of the drawings and/or specifications and the Contractor agrees to abide by the Project Manager's or Consultants interpretation and perform the Work in accordance with the decision of the Project Manager or the Consultant. In such event, the Contractor will be held to have included in its Price Proposal the best materials suitable for the purpose and/or methods of construction. The drawings are to be addressed as a complete set and should not be used in parts. Contractor is responsible to coordinate the set of drawings with all trades to ensure that the Work will be performed correctly and coordinated among the trades. Contractor shall not scale the drawings. 52. Product and Material Testing AII tests will be performed by the Contractor, except where otherwise specifically stated in the Job Order. All costs for testing performed by the Contractor shall be at the Contractor's and shall be included in the Price Proposal (in accordance with the rules of the CTC. In such instances where the City performs the testing the Contractor shall reimburse the City for each re -test conducted by the City. 53. Field Directives The Project Manager or Consultant may at times issue field directives to the Contractor based on visits to the Project(s) Site(s). Such Field Directives shall be issued in writing and the Contractor shall be required to comply with the directive. Where the Contractor believes that the directive is outside the scope of the Work, the Contractor shall, within 48 hours, notify the Project Manager or Consultant that the work is outside the scope of the Work. At that time the Field Directive may be rescinded or the Contractor may be required to submit a request for a change to the Contract. Where the Contractor is notified of the City's position that the Work is within the scope and the Contractor disagrees, ' the Contractor shall notify the Project Manager or Consultant that the Contractor reserves the right to make a claim for the time and monies based on the Field Directive. At no time shall the Contractor refuse to comply with the directive. Failure to comply with the directive may result in a determination that the Contractor is in default of the Contract. 54. Changes in the Work or Contract Documents Without invalidating the Contract Documents and without notice to any Surety, City reserves and shall have the right, from time to time to make such increases, decreases or other changes in the character or quantity of the Work under the Contract Documents as may be considered necessary or desirable to complete fully and acceptably the proposed construction of a Project in a satisfactory manner. Any extra or additional Work within the scope of the Project(s) must be accomplished by means of appropriate Field Orders and Supplemental Instructions or Change Orders (in the form of a Supplemental Job Order). Any ,changes to the terms of the Contract Documents must be contained in a written document, executed by the parties hereto. This section shall not prohibit the issuance of Change Orders executed only by City. 55. Continuing the Work Contractor shall carry on the Work and adhere to the Progress Schedule during all disputes or disagreements with City, including disputes or disagreements concerning a request for a Change Order, a request for a change ih the Job Order Amount or Job Order Completion Time. The Work shall not be delayed or postponed pending resolution of any disputes or disagreements. 50 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 56. Change Orders (Supplemental Job Orders) Changes in the quantity or character of the Work within the scope of the Project(s) which are not properly the subject of Field Orders or Supplemental Instructions, including all changes resulting in changes in the Job Order Amount or the Job Order Completion Time, shall be authorized only by Change Orders (in the form of Supplemental Job Orders) approved in advance and issued in accordance with the procedures set forth in Article 3- Job Orders, of Section 3-Supplmental Terms and Conditions, of the ITB Documents. In the event satisfactory adjustment cannot be reached for any item requiring a change in the Job Order Amount or Job Order Completion, and a Change Order has not been issued, City reserves the right at its sole option to either terminate the Job Order as it applies to the items in question and make such arrangements as may be deemed necessary to complete the disputed Work; or submit the matter in dispute to the Director as set forth in Article 91, Resolution of Disputes. During the pendency of the dispute, and upon receipt of a Change Order approved by City, Contractor shall promptly proceed with the change in the Work involved and advise the Project Manager, Consultant, and Director in writing within seven (7) calendar days of Contractor's agreement or disagreement with the method, if any, provided in the Change Order for determining the proposed adjustment in the Job Order Amount or Job Order Completion Time. On approval of any Change Order increasing the Job Order Amount, Contractor shall ensure that the performance bond and payment bond (if applicable) are increased (if blanket bond previously provided is insufficient to cover all issued and uncompleted Job Orders) so that each reflects the total Job Order Amount, as increased. Under circumstances determined necessary by City, Change Orders may be issued unilaterally by City. Unforeseen/latent conditions, additions to and deletions from the Detailed Scope of Work will be addressed via Supplemental Job Orders. The City reserves the right to order changes which may result in additions to or reductions from the amount, type or value of the Work shown in the Job Order and which are within the general scope of the Detailed Scope of Work. Any such changes will be known as Extra Work. No Extra Work shall be performed except pursuant to written orders of the Project Manager or Consultant expressly and unmistakably indicating his/her intention to treat the Work described therein as'Extra Work. In the absence of such 'an order, the Project Manager or Consultant may direct, order or require the Contractor to perform any Work including that which the Contractor deems to be Extra Work. The Contractor shall nevertheless comply and shall promptly and in no event after, begin the performance thereof or incur cost attributable thereto and give written notice to the Project Manager stating why he deems such Work (hereinafter "Disputed Work") to be Extra Work. Said notice is for the purposes of (1) affording an opportunity to the Project Manager to cancel such order, direction or requirements promptly; (2) affording an opportunity to the Project Manager to keep an accurate record of materials, labor and other items involved; and (3) affording an opportunity to the City to take such action as it may deem advisable in Tight of such disputed Work. 57. Change Order (Supplemental Job Order) Procedure Extra Work shall result in a Supplemental Job Order representing the reasonable cost or the reasonable financial savings related to the change in Work. Extra Work may also result in an equitable adjustment in the Job Order Completion Time for performance for both the Extra Work and any other Work affected by the Extra Work. The City shall initiate the Extra Work procedure by a notice to Contractor outlining the proposed Extra Work and issuing a RFPP for a Supplemental Job Order. Upon completion of the procedures for ordering work as set forth in Article 3-Job Orders, of Section 3- 51 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 Supplmental Terms and Conditions, of the ITB Documents and receipt of the Notice to Proceed with the Extra Work, the Contractor is required to immediately start the Extra Work. The Contractor is required to obtain permission for an extension to start the Extra Work if it is beyond the Contractor's ability to start within the allotted timeframe. The Contractor is required to provide the Project Manager with a detailed Price Proposal which shall include requested revisions to the Job Order Amount and Job Order Completion Time. The Job Order Amount for the Extra Work shall be calculated using the Unit Prices set forth in the Construction Task Catalog® or as Non-Prepriced Tasks (only if the applicable tasks, do not exist in the CTC). The Price Proposal Package for the Extra Work must include an explanation of the schedule impact and a request for a revised Job Order Completion Time supported with a related, updated Project Schedule. If the Contractor fails to notify the Project Manager or Consultant of the schedule changes associated with the Extra Work, it will be deemed to be an acknowledgment by Contractor that the proposed Extra Work will not have any scheduling consequences. The request for a revised Job Order Amount shall follow the procedures set forth in Article 3-Job Orders, of Section 3- Supplmental Terms and Conditions,. of the ITB Documents. The request for a revised Job Order Completion Time related to Extra Work may be accepted or modified by negotiations between the Contractor and the City.. If an agreement on the Extra Work is reached, both parties shall execute the related documentation in the form of a Change Order (Supplemental Job Order). The execution by the Contractor of the Change Order (Supplemental Job Order) shall serve as a release of the City from all claims and liability to the Contractor relating to, .or in connection with, the Extra Work, including any impact, and any prior acts, neglect or default of the City relating to the Extra Work. Upon execution of a Change Order (Supplemental Job Order) that affects the Job Order Completion Time the Contractor shall, within five (5) business days submit a revised Project Schedule reflecting the changes against the baseline schedule. 58. No Oral Changes Except to the extent expressly set forth in the Contract, no change in or modification, termination or discharge of the Contract or, in any form whatsoever, shall be valid or enforceable unless it is in writing and signed by the parties charged, therewith or their duly authorized representative. 59. Value of Change Order (Supplemental Job Order) for Extra Work The Job Order Amount for the Extra Work shall be calculated using the Unit Prices set forth in the Construction Task Catalog® or as Non-Prepriced Tasks (only if the applicable tasks do not exist in the CTC) multiplied by the appropriate quantity multiplied by the appropriate Adjustment Factor(s). 60. Extra Work Directive If the parties fail to reach agreement with respect to the proposed Extra Work, or in case or extenuating circumstances, the City may nevertheless issue a directive to the Contractor to do the proposed Extra Work. Immediately upon receipt of the Extra Work Directive, the Contractor shall be obligated to proceed with the Work set forth in that directive. Except as provided below, the Contractor shall be entitled to initiate a dispute pursuant to the Article 91, Resolution of Disputes, by furnishing a written statement to the Project Manager within five (5) days of the Extra Work Directive, based upon any aspect, of such Extra Work which the Contractor disputes. Such dispute must relate to specific matters raised or specific matters reserved by the Contractor in its proposal and have not been resolved prior to the issuance of the Extra Work Directive. The written statement must set forth all details of the Contractor's claim including the manner that the disputed item was specified in the Contractor's proposal. During the pendency of any dispute hereunder, the Contractor must proceed with Work as set forth in the Extra Work Directive unless 52 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 otherwise advised by the Project Manager's written instructions. In the event there is a dispute as to price related to the Extra Work, the Contractor will be paid in accordance with the Article 59, Value of Change Order (Supplemental Job Order) for Extra Work . This payment(s) will be in full satisfaction of the Contractor's claim for an adjustment to the Job Order Amount. In case any Work or materials shall be required to be done or furnished under the provisions of this Article, the Contractor shall at the end of each day furnish to the City such documentation as the City may require to support all the costs of the Extra Work. If payments on account are desired as the Extra Work progresses, the Contractor shall render an itemized statement showing the total amount expended for each class of labor and for each kind of material on account of each item of Work as a condition precedent to the inclusion of such payment in a partial estimate. Upon the request of the City, the Contractor shall produce for audit by the City, books, vouchers, collective bargaining labor agreements, records or other documents showing the actual cost for labor and materials. Such documents shall not be binding on the City. The Project Manager shall determine any questions or dispute as to the correct cost of such labor or materials or plant. Payment of any amount under this Article shall be subject to subsequent audit and approval, disapproval, modification or revision by representatives of the City. 61. As -Built Drawings During the Work, Contractor shall maintain records of all deviations from the Drawings and Specifications as approved by the Project Manager or Consultant and prepare As -Built Record Drawings showing correctly and accurately all changes and deviations made during construction to reflect the Work as it was actually constructed. It is the responsibility of the Contractor to check the As -Built Drawings for errors and omissions prior to submittal to the City and certify in writing that the As -Built Drawings are correct and accurate, including the actual location of all internal piping, electrical/signal conduits in or below the concrete floor. Indicate the size, depth and voltage in each conduit. Legibly mark to record actual construction: On -site structures and site Work as follows: • Depths of various elements of foundation in relation to finish first floor datum. • All underground piping and ductwork with elevations and dimensions and locations of valves, pull boxes, etc. Changes in location. Horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. Actual installed pipe material, class, etc. • Location of internal utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structure. Air conditioning ducts with locations of dampers, access doors, fans and other items needing periodic maintenance. • Field changes in dimensions and details. • Changes made by Project Manager's or Consultant's written instructions or by Change Order. • Details not on original Contract Drawings. • Equipment, conduit, electrical panel locations. • Project Manager's or Consultant's schedule changes according to Contractor's records and shop drawings. Specifications and Addenda: Legibly mark each section to record: • Manufacturer, trade name, catalog number and Supplier of each product and item of equipment actually installed. • Changes made by Project Manager's or Consultant's written instructions or by Change Order. Approved Shop Drawings: Provide record copies for each process equipment, piping, 53 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 electrical system and instrumentation system. As -built documents shall be updated monthly as a condition precedent to payment. Contractor shall.provide complete as -built information relative to location, size, and depth of new pipes, manholes, inlets, etc. Identify grading; include locations of fittings, valves, fire hydrants, changing in pipe materials, water sampling points, thrust blocks, benchmarks, etc. The information shall be accurately recorded by the Contractor and submitted (signed and sealed by a Florida Professional Surveyor and Mapper (P.S.M.) to the City of Miami prior final acceptance of the Work. All recorded information on existing utility crossing encountered during construction, included but not limited to pipes, inlets, manholes, etc., shall be recorded by a Florida Registered Surveyor and shown on the record drawings. The Project's as -built set of drawings shall Include GPS coordinates (X, Y, and 'Z) for all new and/or existing vacuum cleaned drainage system openings (i.e. catch basins, inlets, manholes, etc.) Contractors will be reimbursed for certified (stamped and sealed drawings) as-builts, based o.n.the.City's request and the.detailed scope of work issued. For construction of new building or building additions as -built drawings signed and sealed by a Florida licensed Registered Land Surveyor. 62. 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 Job Order Completion Time. 63. Removal of Unsatisfactory Personnel The City may make written request to the Contractor for the prompt removal and replacement of any personnel employed or retained by the Contractor, or any or Subcontractor engaged by the Contractor to provide and perform services or Work pursuant to the requirements of the Contract Documents. The Contractor shall respond to the City .within seven (7) calendar days of receipt of such request with either the removal and replacement of such personnel or written justification as to why that may not occur. The City shall make the final determination as to the removal of unsatisfactory personnel from Work assigned by City. The Contractor agrees that the removal of any of its employees does not require the termination or demotion of employee(s). 64. Substantial Completion, Punch List, & Final Completion The Work on a Project shall be substantially complete when the Project Manager, in the reasonable exercise of his/her discretion determines that the Work is complete and there are no material and/or substantial variations from the Contract Documents and the Work is fit for its intended purpose. Upon Substantial Completion, the Project Manager and the Contractor shall sign the Substantial Completion Inspection Form. The signing of this form shall not relieve the Contractor from its obligation to complete the Project. When the Contractor believes that the Work is substantially complete, the Contractor shall request in writing that the Project Manager or Consultant inspect the Work to determine if Substantial Completion has been achieved. No request for Substantial Completion inspection is to be submitted until the Contractor has obtained a Certificate(s) of Occupancy, Certificate of Completion or Completion or a Temporary Certificate of Occupancy or any other approvals from agencies having jurisdiction over the Work. The Project Manager or Consultant shall schedule the date and time for any inspection and notify the Contractor and any other parties deemed necessary. During this inspection, the 54 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 Project Substantial Completion Inspection Form will be completed as necessary. Any remaining Construction Work shall be identified on this form and shall be known as Punch List Work. The Punch List shall be signed by the Project Manager and/or Consultant, and the Contractor confirming that the Punch List contains the item(s) necessary to complete the Work. The failure or refusal of the Contractor to sign the Project Substantial Completion Inspection Form or Punch List shall not relieve the Contractor from complying with the findings of the Project Substantial Completion Inspection and completing the Project to the satisfaction of the City Where the Punch List is limited to minor omissions and defects, the Project Manager shall indicate that the Work is substantially complete subject to completion of the Punch List. Where the Project Manager or Consultant determines, on the appropriate form that the Work is not substantially complete, the Project Manager or Consultant shall provide a list of all open items necessary to achieve Substantial Completion. Upon completion of such Work, the Contractor shall request another Substantial Completion inspection. The Project Manager or Consultant, and the Contractor shall agree on the time reasonably required to complete all remaining Work included in the Punch List. Upon the receipt of all documentation, resolution of any outstanding issues and issuance of final payment, the Project Manager or Consultant shall notify the Contractor in writing of the closeout of the Project. The City will prepare a Certificate of Substantial Completion in the form which shall establish the Date of Substantial Completion. Once substantial completion is achieved the City shall be responsible for security, maintenance, heat, utilities, damage to the Project site, and insurance; and shall list all Work yet to be completed to satisfy the requirements of the Contract Documents for Final Completion. The failure to include any items of corrective Work on such list does not alter the responsibility of Contractor to complete all of the Work in accordance with the Contract Documents. Warranties required by the Contract Documents shall commence on the date of Final Acceptance completion of the Work or designated portion thereof unless otherwise provided in the Contract Documents. 65. Acceptance and Final Payment Upon receipt of written notice from Contractor that the Work is ready for final inspection and acceptance, Project Manager and/or Consultant shall, within ten (10) calendar days,.make an inspection thereof. If Project Manager and/or Consultant find the Work acceptable, the requisite documents have been submitted and the requirements of the Contract Documents fully satisfied, and all conditions of the permits and regulatory agencies have been met, a Final Certificate for Payment shall be issued by Project Manager, stating that the requirements of the Contract Documents have been performed and the Work is ready for acceptance under the terms and conditions thereof. Before issuance of the Final Certificate for Payment, Contractor shall deliver to the Project Manager or Consultant a final release of all liens arising out of the Contract Documents, receipts in full in lieu thereof; an affidavit certifying that all suppliers and Subcontractors have been paid in full and that all other indebtedness connected with the Work has been paid, and a consent of the surety to final payment; the final corrected as -built drawings; operations and maintenance data, and the final bill of materials, if required, and payment application. Contractor shall deliver the written Contractor's and all Manufacturer's warranties prior to issuance of the Final Certificate for Payment. If, after the Work has been substantially completed, full completion thereof is materially. delayed through no fault of Contractor, and Project Manager or Consultant so certifies, City shall, upon such certification of Consultant, and without terminating the Contract Documents, make payment of the balance due for that portion of the Work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 55 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 The acceptance of final payment shall constitute a waiver of all claims by Contractor, except those previously made in strict accordance with the provisions of the Contract and identified by Contractor as unsettled at the time of the application for final payment. 66. NDPES Requirements Contractor shall comply with the State of Florida rules and regulations for the National Pollutant Discharge Elimination System (NPDES) including but not limited to all permitting, Notices of Intent, and the Storm Water Pollution Prevention Plan (SWPPP). All costs for NPDES and SWPPP shall be included in the Bid prices. For further information on compliance requirements for NPDES and SWPPP contact the City of Miami Public Works Department at (305) 416-1200 or visit the State of Florida website at http://www.dep.state.fl.us/water/stormwater/npdes/. Contractor is responsible for obtaining, completing and paying for any required NPDES application or permits that may be required. 67. Force Majeure 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 Job Order Completion Time reasonably commensurate with the cause of such failure to perform or cure. If the Contractor is delayed in performing any obligation under the Contract Documents due to a force majeure condition, the Contractor shall request,a time extension from the City within two (2) working days of said force majeure occurrence. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Contractor for extra compensation unless additional services are required. Do Not Include inclement weather except as permitted by Florida law and may not include the acts or omissions of Subcontractors. 68. Extension of Time Any reference in this section to the Contractor shall be deemed to include suppliers, and permitted Subcontractors, whether or not in privities of contract with the Contractor for the purpose of this article. If the Contractor is delayed at any time during the progress of the Work beyond the Job Order Completion Time and/or Notice to Proceed (NTP) by the neglect or failure of the City or by a Force Majeure, then the Job Order Completion Time set forth in the Job Order shall be extended by the City subject to the following conditions: • The cause of the delay arises after issuance of the NTP and could not have been anticipated by the Contractor by reasonable investigation before proceeding with the Work; • The Contractor demonstrates that the completion of the Work will be actually and necessarily delayed; • The effect of such cause cannot be avoided or mitigated by the exercise of all reasonable precautions, efforts and measures whether before or after the occurrence of the cause of delay. Note: A delay meeting all the conditions of the above, shall be deemed an Excusable Delay. The City shall only consider weather related delays where adverse weather directly impacts the critical path of the Project Schedule. However, the City will also factor in other factor in considering an extension of time, including the length of the weather delay, and the adverse weather conditions as they relate to typical weather patterns during the period the Work is being performed. 56 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 The City reserves the right to rescind or shorten any extension previously granted if subsequently, the Project Manager determines that any information provided by the Contractor in support of a request for an extension of time was erroneous; provided however, that such information or facts, if known, would have resulted in a denial of the request for an Excusable Delay. Notwithstanding the above, the Project Manager will not rescind or shorten any extension previously granted if the Contractor acted in reliance upon the granting of such extension and such extension was based on information which, although later found to have been erroneous, was submitted in good faith by the Contractor. The request for an Excusable Delay shall be made within ten (10) calendar days after the time when the Contractor knows or should have known of any cause for which it may claim an extension of time and shall provide any actual or potential basis for an extension of time, identifying such causes and describing, as fully as practicable at that time, the nature and expected duration of the delay and its effect on the completion of that part of the Work identified in the request. The Project Manager may require the Contractor to furnish such additional information or documentation, as the Project Manager shall reasonably deem necessary or helpful in considering the requested extension. • The Contractor shall not be entitled to an extension of time unless the Contractor affirmatively demonstrates that it is entitled to such extension. The Project Manager shall endeavor to review and respond to the Contractor's request for Excusable Delays in a reasonable period of time; however, the Contractor shall be obligated to continue to perform the Work required regardless of whether the Project Manager has issued a decision or whether the Contractor agrees or disagrees with that decision. With regard to an injunction, strike or interference of public origin which may delay the Project, the Contractor shall promptly give the Project Manager a copy of the injunction or other orders and copies of the papers upon which the same shall have been granted. The City shall be afforded the right to intervene and become a party to any suit or proceeding in which any such injunction shall be obtained and move to dissolve the same or otherwise, as the City may deem proper. The permitting of the Contractor to proceed with the Work subsequent to the date specified in the Job Order (as such date may have been extended by a Supplemental Job Order), the making of any payment to the Contractor, the issuance of any Change Order, shall not waiver the City's rights under the Contract, including but not limited to the assessment of liquidated damages or declaring Contractor in default. 69. Notification of Claim Any claim for a change in the Job Order Completion Time or Job Order Amount shall be made by written notice by Contractor to the Project Manager and to Consultant within ten (10) business days of the commencement of the event giving rise to the claim and stating the general nature and cause of the claim. Thereafter, within twenty (20) calendar days of the termination of the event giving rise to the claim, written notice of the extent of the claim with supporting information and documentation shall be provided unless the Project Manager or Consultant allows an additional period of time to ascertain more accurate data in support of the claim and such notice shall be accompanied by Contractor's written notarized statement that the adjustment claimed is the entire adjustment to which the Contractor has reason to believe it is entitled as a result of the occurrence of said event. All claims for changes in the Job Order Completion Time or Job Order Amount shall be determined by the Project Manager or Consultant in accordance with Article 71, Contractor's Damages for Delay hereof, if City and Contractor cannot otherwise agree. It is expressly and specificallyagreed that any and all claims for changes to the Job Order Completion Time or Job Order Amount shall be waived if not submitted in strict accordance with the requirements of this Article. 57 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 The Job Order Completion Time will be extended in an amount equal to time lost on critical Work items due to delays beyond the control of and through no fault or negligence of Contractor if a claim is made therefore as provided in this Article. Such delays shall include, but not be limited to, acts or neglect by any separate contractor employed by City, fires, floods, labor disputes, epidemics, abnormal weather conditions or acts of God. 70. Extension of Time not Cumulative In case the Contractor shall be delayed for any period of time by two or more of the causes mentioned in Article 72, Excusable, Delays, the Contractor shall not be entitled to a separate extension for each one of the causes; only one period of extension shall be granted for the delay. 71. Contractor's Damages for Delay No claim for damages or any claim, other than for an extension of Job Order Completion 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 Job Order Amount or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by Contractor for actual delays due solely to fraud, bad faith or active interference on the part of City or its Consultant. Otherwise, Contractor shall be entitled only to extensions of the Job Order Completion Time for completion of the Work as the sole and exclusive remedy for such resulting delay, in accordance with and to the extent specifically provided above. Except as may be otherwise specifically provided for in the Contract Documents, the Contractor agrees to make no claim for damages for delay of any kind in the performance of the Contract Documents whether occasioned by any act or omission of the City or any of its representatives (whether it is an Excusable Delay or otherwise)' and the Contractor agrees that any such claim shall be compensated solely by an extension of time to complete performance of the Work. In this regard, the Contractor alone hereby specifically assumes the risk of such delays, including without limitation: delays in processing or approving shop drawings, samples or other submittals or the failure to render determinations, approvals, replies, inspections or tests of the Work, in a timely manner. Contractor shall not receive monetary compensation for City delay. Time extensions may be authorized by the City in certain situations. 72. Excusable Delay, Non-Compensable Excusable Delay is (i) caused by circumstances beyond the control of Contractor, its Subcontractors, suppliers and vendors, and is also caused by circumstances beyond the control of the City or Consultant, or (ii) is caused jointly or concurrently by Contractor or its Subcontractors,. suppliers or vendors and by the City or Consultant. Then Contractor shall be entitled only to a Job Order Completion Time extension and no compensation for the delay. Contractor is entitled to a time extension of the Job Order Completion Time for each day the Work is delayed due to Excusable Delay. Contractor shall document its claim for any time extension as provided in Article 69, Notification of Claim, hereof. Failure of Contractor to comply with Article 69, Notification of Claim hereof as to any particular event of delay shall be deemed conclusively to constitute a waiver, abandonment or relinquishment of any and all claims resulting from that particular event of delay. 58 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 73. Lines and Grades The Contractor shall, at its own expense, establish all working and construction lines and grades as required from the Project control points set by the City, and shall be solely responsible for the accuracy thereof. 74. Defective Work Project Manager or Consultant shall have the authority to reject or disapprove Work which Project Manager or Consultant finds to be defective. If required by Project Manager or Consultant, Contractor shall promptly either correct all defective Work or remove such defective Work and replace it with non -defective Work. Contractor shall bear all direct, indirect and consequential costs of such removal or corrections including cost of testing laboratories and personnel. Should Contractor fail or refuse to remove or correct any defective Work or to make any necessary repairs in accordance with the requirements of the Contract Documents within the. time indicated In writing .by Project Manager or Consultant, City shall have the authority to cause the defective Work to be removed or corrected, or make such repairs as may be necessary at Contractor's expense. Any expense incurred by City in making such removals, corrections or repairs, shall be paid for out of any monies due or which may become due to Contractor, or may be charged against the Performance Bond,. In the event of failure of Contractor to make all necessary repairs promptly and fully, City may declare Contractor in default. If, within one (1) year after the date of Substantial Completion or such longer period of time as may be prescribed by the terms of any applicable special warranty required by the Contract Documents, or by any specific provision of the Contract, any of the Work is found to be defective or not in accordance with the Contract Documents, Contractor, after receipt of written notice from City, shall promptly correct such defective or nonconforming Work within the time specified by City without cost to City, to do so. Nothing contained herein shall be construed to establish a period of limitation with respect to any other obligation which Contractor might have under the Contract Documents including but not limited to any claim regarding latent defects. Failure to reject any defective Work or material shall not in any way prevent later rejection when such defect is discovered, or obligate City to final acceptance. 75. Acceptance of Defective or Non -Conforming Work The City, in its sole discretion, may elect in writing to accept defective or non -conforming Work instead of requiring its removal and correction. In such instances, a Supplemental Job Order will be issued to reflect an appropriate reduction in the Job Order Amount, or, If the amount is determined after final payment, any difference in the amount shall be paid to the City by the Contractor. 76. Uncovering Finished Work The Project Manager's, inspector's and/or Consultant's right to make inspections shall include the right to order the Contractor to uncover or take down portions of finished Work. The Project Manager /or Consultant shall notify the Contractor in writing concerning all uncovered finished Work. Should the Work prove to be in accordance with the Contract Documents, the uncovering or taking down and the replacing and the restoration of the parts removed will be treated as Extra Work for the purpose of computing additional compensation and an extension of Job Order Completion Time. Should the Work examined prove unsatisfactory, such uncovering, taking down, replacing and restoration shall be at the expense of the. Contractor. Such expenses shall also include repayment to the City for any and all expenses or costs incurred by it, including employee salaries or related cost, in connection with such uncovering, taking down, replacing and restoration at the Project site. 59 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 77. Correction of Work The Contractor shall promptly correct all Work rejected by the Project Manager or Consultant as defective or as failing to conform to the Contract Documents, whether observed before or after Substantial Completion and whether or not fabricated, installed or completed. The Contractor shall bear all cost of correcting such rejected Work, including the cost of the City's additional services thereby made necessary. The Contractor further agrees that after being notified in writing by the Project Manager or Consultant of any Work not in accordance with the requirements of the Contract Documents or any defects in the Work, the Contractor will commence and prosecute with due diligence all Work necessary to fulfill the terms of the Contract and to complete the Work within a reasonable period of time, as determined by the Project Manager or Consultant, and in the event of failure to so comply, the Contractor does hereby authorize the City to proceed: to have such Work done at the Contractor's expense and that the Contractor will pay the cost thereof upon demand. The City shall be entitled to all costs, including reasonable attorneys' fees, necessarily incurred upon the Contractor's refusal to pay the above costs. Notwithstanding the foregoing paragraph, in the event of an emergency constituting an immediate hazard to the health or safety of personnel, property, or licensees, the City may undertake, at the Contractor's expense, without prior notice, all Work necessary to correct such hazardous condition when it was caused by Work of the Contractor not being in accordance with the requirements of the Contract. If, within one (1) year after the date of final completion of the Project or within such longer period of time as may be prescribed by law, by the Contract Documents, or by the terms of any applicable special warranty required by the Contract Documents, any of the Work is found to be defective or not in accordance with the Contract Documents, the Contractor shall correct it promptly after receipt of a written notice from the City to do so, The City shall give such notice promptly after discovery of the condition.' All such defective or non -conforming Work shall be removed from the site if necessary and the Work shall be corrected to comply with the Contract Documents without cost to the City. 78. Maintenance of Traffic and Public Streets Scope of Work The Contractor shall be responsible for the maintenance of public streets and traffic control necessary to perform the Work under the Contract Documents. The cost of traffic control shall be included in the Contractor's Price Proposal applicable to each Job Order. Regulations As used herein, any reference to Miami -Dade County, its departments, or its published regulations, permits and data, shall be synonymous and interchangeable with other recognized governing bodies over particular areas or streets, or their departments, published regulations (i.e., Manual of Uniform Traffic Control Devices (MUTCD), FDOT Roadway and Bridge Standard Index Drawing Book), permits or data. The Contractor shall abide by all applicable laws, regulations, and codes thereof pertaining to Maintenance of Traffic (MOT) on public streets, detour of traffic, traffic control and other provisions as may be required for completion of the Work. Maintenance of Traffic (MOT) • The Contractor shall be fully responsible for the MOT on public streets, detour of traffic (including furnishing and maintaining regulatory and informative signs along the detour route), traffic control, and other provisions, as necessary to complete the Work, as required by the Manual of Uniform Traffic Control Devices (MUTCD), and FDOT Roadway and Bridge Standard Index drawing Book. Traffic shall be 60 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 maintained according to corresponding typical traffic control details as outlined in the previous noted standards. No street shall be completely blocked, nor blocked more than one-half at any time, keeping the other one-half open for traffic, without specific approval. • •If required by the Project Manager or Consultant, Traffic Division or FDOT or as otherwise authorized by the Project Manager or Consultant, the Contractor shall make arrangements for the employment of uniformed off -duty policemen to maintain and regulate the flow of traffic through the work area. The number of men required and the number of hours on duty necessary for the maintenance and regulation of traffic flow shall be provided by the City of Miami Police Department. • The Contractor shall provide all barricades with warning lights, necessary arrow boards and signs, to warn motorists of the Work throughout the Project. Adequate approved devices shall be erected and maintained by the Contractor to detour traffic. • • Excavated' or other material stored adjacent to or partially upon a roadway pavement shall be adequately marked for traffic safety at all times. The Contractor shall provide necessary access to all adjacent property during construction. • The Contractor shall be responsible for the provision, installation and maintenance of all MOT and safety devices, in accordance with. the Manual of Uniform Traffic Control Devices (MUTCD) and FDOT Roadway and Bridge Standards index drawing book. In addition, the Contractor shall be responsible for providing the Consultant or Project Manager with MOT plans for lane closures and/or detours for approval. These plans (sketches) shall be produced, signed and sealed by a professional Engineer registered in the State of Florida, employed by the Contractor and certified under FDOT Procedure NPIL No. 625-010-010. • Where excavations are to be made in the vicinity of signalized intersections, attention is directed to the fact that vehicle loop detectors may have been embedded in the pavement. Verify these locations by inspecting the site of the Work and by contacting the Sunshine State One -Call Center (1-800-432-4770), 48 hours prior to any excavation. Any loop detector which is damaged, whether shown on the Plans or not, shall be repaired or replaced to the satisfaction of the Miami Dade County Signs and Signal Division (Phone No. 305-592-3470). • Where applicable, the Contractor -shall notify the Traffic Division 24 hours in advance of the construction date or 48 hours in advance of construction within any signalized intersection. • Temporary pavement will be required over all cuts in pavement areas, and also where traffic is to be routed over swale or median areas. When .the temporary pavement for routing traffic is no longer necessary, it shall be removed and the swale or median areas restored to their previous condition. • Pavement markings damaged during construction shall be remarked, as required by the Traffic Division. Maintenance of Traffic for Bypass Pumping • The Contractor shall take appropriate steps to ensure that all temporary pumps, piping and hoses are protected from vehicular traffic and pedestrian traffic. Lane Closures • Where construction of the Project shall involve lane closures public streets, the following shall apply: 61 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 • Lane closures require a Lane Closure Permit, obtained two weeks prior to planned construction, with a minimum 48-hour prior notice to local police and emergency departments (some police jurisdictions may require considerably more notice). Lane closures of a one day or less duration will generally not be approved for major collector streets or for arterial streets during the hours of 7am to 9am and 4pm to 6pm weekdays. 79. Location and Damage to Existing Facilities, Equipment or Utilities As far as possible, all existing utility lines in the Project(s) area(s) will be shown on the plans. However, City does not guarantee that all lines are shown, or that the ones indicated are in their true location. It shall be the Contractor's responsibility to field verify all underground and overhead utility lines or equipment affecting or affected by the Project. No additional payment will be made to the Contractor because .of discrepancies in actual and plan location of utilities, and damages suffered as a result thereof. The Contractor shall notify each utility :company involved at least fourteen (14) calendar days prior to the start of construction to arrange for positive underground location, relocation or support of its utility where that utility may be in conflict with or endangered by the proposed construction. Relocation. of water mains or other utilities for the convenience of the Contractor shall be paid by the Contractor. All charges by utility companies for temporary support of itsutilities shall be paid for by the Contractor. All costs of permanent utility relocation to avoid conflict shall be the responsibility of the utility company involved. No additional payment will be made to the Contractor for utility relocations, whether or not said relocation is necessary to avoid conflict with other lines. The Contractor shall schedule the Work in,such a manner that the Work is not delayed by the utility providers relocating or supporting their utilities. The Contractor shall coordinate its activities with any and all public and private utility providers occupying the right-of-way. No compensation will be paid to the Contractor for any,loss of time or delay. All overhead, surface or underground structures and utilities encountered -are to be carefully protected from injury or displacement. All damage to such structures is to be completely repaired within a reasonable time; needless delay will not be tolerated. The City reserves the right to remedy such damage by ordering outside parties to make such repairs at the expense of the Contractor. All such repairs made by the Contractor are to be made to the satisfaction of the utility owner. All damaged utilities must be replaced or fully repaired. All repairs are to be inspected by the utility owner prior to backfilling 80. Stop Work Order The City may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the Work pertaining to one or more Job Orders or the Contract for a period of up to ninety (90) days (or any lesser period), commencing no sooner than the date the order is delivered to the Contractor, and for any further period to which the parties may agree. Any such order shall be specifically identified as a "Stop Work Order" issued pursuant to this paragraph. Within the period of ninety (90) days (or the lesser period specified) after a Stop Work Order is delivered to the Contractor, or within any extension to which the parties have agreed the City shall either: ■ Cancel the Stop Work Order; or ■ Terminate the Job Order or Contract covered by such order as provided in Article 90, Termination for Convenience. If a Stop Work Order issued under this Article is canceled or the period of the order or any extension thereof expires, the Contractor shall resume the Work without compensation to the Contractor for such suspension other than extending the time for Substantial Completion to the extent that, in the opinion of the Project Manager or Consultant, the Contractor may have been delayed by such suspension. In the event the Project Manager 62 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 or Consultant determines that the suspension of Work was necessary due to Contractor's defective or incorrect Work, unsafe Work conditions caused by the Contractor or any other reason caused by Contractor's fault or omission, the Contractor shall not be entitled to an extension of time as a result of the issuance of a Stop Work Order. 81. Hurricane Preparedness During such periods of time as are designated by the United States Weather Bureau as being a hurricane warning, the Contractor, at no cost to the City, shall take all precautions necessary to secure the Project site in response to all threatened storm events, regardless of whether the Project Manager or Consultant has given notice of same. Compliance with any specific hurricane warning or alert precautions will not constitute additional work. Suspension of the Work caused by a threatened or actual storm event, regardless of whether the City has directed such suspension, will entitle the Contractor to additional Job Order Completion Time as non-compensable, excusable delay, and shall not give rise to a claim for compensable delay. 82. Use of Completed Portions City shall have the right, at its sole option, to take possession of and use any completed or partially completed portions of the Project(s). Such possession and use shall not be deemed an acceptance or beneficial use or occupancy of any of the Work not completed in accordance with the Contract Documents. If such possession and use increases the cost of or delays the Work, Contractor shall be entitled to reasonable extra compensation, or reasonable extension of Job Order Completion Time or both, as determined by Project Manager or Consultant. In the event City takes possession of any completed or partially completed portions of the Project, the following shall occur: ■ City shall give notice to Contractor in writing at least thirty (30) calendar days prior to City's intended occupancy of a designated area. • Contractor shall complete to the point of Substantial Completion the designated area and request inspection and issuance of a Certificate of Substantial Completion from Project Manager or Consultant. • Upon Project Manager or Consultant's issuance of a Certificate of Substantial Completion, City will assume full responsibility for maintenance, utilities, subsequent damages of City and public, adjustment of insurance coverage's and start of warranty for the occupied area. ■ Contractor shall complete all items noted on the Certificate of Substantial Completion within the time specified by Project Manager or Consultant on the Certificate of Substantial Completion, as specified in the Punch List and request final inspection and final acceptance of the portion of the Work occupied. Upon completion of final inspection and receipt of an application for final payment, Project Manager or Consultant shall issue a Certificate of Final Payment relative to the occupied area. • If City finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion thereof, such occupancy or use shall not commence prior to a time mutually agreed' upon by City and Contractor and to which the insurance company or companies providing the property insurance have consented by endorsement to the policy or policies. Insurance on the unoccupied or unused portion or portions shall not be canceled or lapsed on account of such partial occupancy or use. Consent of Contractor and of the insurance company or companies to such occupancy or use shall not be unreasonably withheld. 63 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 83. Cleaning Up; City's Right to Clean Up Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish caused byits operations. At the completion of the Work, Contractor shall remove all its waste materials and rubbish from and about the Project(s) Site as well as its tools, construction equipment, machinery and surplus materials. If Contractor fails to clean up during the prosecution of the Work or at the completion of the Work, City may do so and the cost thereof shall be charged to Contractor. If a dispute arises between Contractor and separate contractors as to their responsibility for cleaning up, City may clean up and charge the cost thereof to the contractors responsible therefore as the Project Manager and/or Consultant shall determine to be just. All combustible waste materials shall be removed from the Project(s) at the end of each day. Cleaning operations should be controlled to limit dust and other particles adhering to existing surfaces. 84. Removal of Equipment In • case • of termination • of this Contract before completion for any cause whatsoever, Contractor, if notified to do so by City, shall promptly remove any part or all of Contractor's equipment and supplies from the property of City. If the Contractor does not comply with City's order, the City shall have the right to remove such equipment and supplies at the expense of Contractor. 85. Set -offs, Withholdings, and Deductions The City may set-off, deduct or withhold from any payment due the Contractor, such sums as may be specifically allowed in the Contract or by applicable law including, without limitation, the following: • Any amount of any claim by a third party; • Any Liquidated Damages, and/or; • Any unpaid legally enforceable debt owed by the Contractor to the City. The City shall notify the Contractor in writing of any such withholdings. Any withholding, which is ultimately held to have been wrongful, shall be paid to the Contractor in accordance with the Local Government Prompt Payment Act, Chapter 218, Part VII of Florida Statutes (2011), and any subsequent amendments thereto ("Prompt Payment Act"). 86. Event of Default An event of default shall mean a breach of the Contract by the Contractor. Without limiting the generality of the foregoing and in addition to those instances referred to herein as a breach, an Event of Default, shall include, but not limited to, the following: • The Contractor has not performed the Work under a Job Order in a timely manner; • The Contractor has refused or failed, except in case for which an extension of time is provided, to supply properly skilled staff or provided sufficient quantities of staff to perform the Work; The Contractor has failed to make prompt payment to Subcontractors or suppliers for any services or materials they have provided; The Contractor has become insolvent or has assigned the proceeds received for the benefit of the Contractor's creditors, or the Contractor has taken advantage of any insolvency statute or debtor/creditor law or if the Contractor's affairs have been put in the hands of a receiver; The Contractor has failed to obtain the approval of the City where required by the Contract Documents; The Contractor has failed in the representation of any warranties stated herein; When, in the opinion of the City, reasonable grounds. for uncertainty exist with respect to the Contractor's ability to perform the Work, the City shall notify the 64 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 Contractor in writing that it must, within the time frame set forth in the City's request, provide adequate assurances and a plan of action to the City, 'in writing, of the Contractor's ability to perform in accordance with the terms of the Contract Documents. In the event that the Contractor fails to provide to the City the requested assurances within the prescribed time frame, the City may: o Treat such failure as a repudiation of the Contract and/or; o Resort to any remedy for breach provided herein or by law, including but not limited to, taking over the performance of the Work or any part thereof either by itself or through others. • In the event the City may, at its sole discretion terminate the Contract for default, the City or its designated representatives may immediately take possession of all applicable documentation and data. • Where the City erroneously terminates the Contract or for default, the terminations shall be converted to a Termination for Convenience, and the Contractor shall have no further recourse of any nature for wrongful termination. 87. Notice of Default -Opportunity to Cure In the event that the City determines that the Contractor is in default of their obligations under a Job Order or under the Contract, the City may at its sole discretion notify the Contractor, specifying the basis for such default, and advising the Contractor that such default must be cured within a specified time frame or the Job Order and/or the Contract with the City may be terminated. The City is under no obligation to issue such notification. The City may grant an extension to the Cure period if the City deems it appropriate and in the best interest of the City, without waiver of any of the City's rights hereunder. The City, at its sole discretion, may have a default corrected by its own forces or another contractor and any such costs incurred will be deducted from any sums due the Contractor under any contract with the City. 88. Termination for Default If Contractor fails to comply with any term or condition of a Job Order or the Contract Document, or fails to perform any of its obligations hereunder, then Contractor shall be in default. Upon the occurrence of a default hereunder which is not cured within the time specified to cure the default if one has been granted by the City, the Director in addition to all remedies available to it by law, may immediately, upon written notice to Contractor, terminate a Job Order or this Contract whereupon any advances for which Work has not been performed, paid by the City to Contractor while Contractor was in default shall be immediately returned to the City. The Director may also suspend any payment or part thereof or order a Work stoppage until such time as the issues concerning compliance are resolved. Contractor understands and agrees that termination of a Job Order or this Contract under this Article shall not release Contractor from any obligation accruing prior to the effective date of termination. • A finding of default and subsequent termination for cause may include, without limitation, any of the following: ■ Contractor fails to obtain the insurance or bonding herein required by the Contract. • Contractor fails to comply with any of its duties under a specific Job Order or the Contract Documents, with any terms or conditions set forth in this Contract, beyond any specified period allowed to cure such default. • Contractor fails to commence the Work on a Job Order within the timeframes provided or contemplated herein, or fails to complete the Work on a Job Order within the Job Order Completion Time. If a Job Order or this Contract is terminated for default and the City has satisfied its obligations under the Contract Documents the City is granted by the Contractor full use of 65 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 the Work and any Work Product in connection with the City's completion and occupancy of the Project. Where it has been determined that the Contractor has been erroneously. terminated under this Article, such termination shall be deemed to have been occurred under Article 90, Termination for Convenience. The City in its sole discretion may terminate a Job Order or the Contract without providing the Contractor a written Notice to Cure. 89. Remedies in the Event of Termination for Default If a Termination for Default occurs, the Contractor and the bond provider, if applicable) shall be notified of the effective date of the termination and shall be liable for all damages resulting from the default, including but not limited to re -procurement costs and other direct damages The Contractor shall stop Work as of the date of notification of the termination and immediately remove all labor, equipment and materials (not owned or paid for by the City) from the Work Site. The City assumes no Iiability.for the Contractor's failure to remove such items from the Project(s) site(s) as required. The Contractor shall also remain liable for any liabilities and claims related to the Contractor's default. As an alternative to termination, the City may bring suit or proceedings for specific performance or for an injunction 90. Termination for Convenience in addition to cancellation or termination as otherwise provided for in the Contract, the City may at any time, in its sole discretion, with or without cause, terminate a Job Order or the Contract by written notice to the Contractor. Such Written Notice shall state the date upon which Contractor shall cease all Work under the Job Order or the Contract and vacate the Project(s) site(s). The Contractor shall, upon receipt of such notice, unless otherwise directed by the City: • Stop all Work under the Job Order(s) on the date specified in the notice ("the Effective Date"); • Take such action as may be necessary for the protection and preservation of the City's materialsand property; • Cancel all cancelable orders for materials and equipment; • Assign to the City and deliver to the site, or any other location specified by the Project Manager, any non -cancelable orders for materials and equipment that can not otherwise be used except for Work under the Contract and have been specifically fabricated for the sole purpose of the Work and not incorporated in the Work; • Take no action that shall increase the amounts payable by the City under the Contract Documents; and Take reasonable measures to mitigate the City's liability under the Contract Documents. • All charts, sketches, studies, drawings; reports and other documents, including electronic documents, related to Work authorized under the Contract, whether finished or not, must be turned over to the City. Failure to timely deliver the documentation shall be cause to withhold any payments due without recourse by Contractor until all documentation is delivered to the City. In the event that the City exercises its right to terminate a Job Order or the Contract pursuant to the Contract Documents, the City will pay the Contractor: 66 Job Order Contracts (JOC) For Horizontal • And Vertical Construction Bid No.: 11-12-017 • For the actual cost or the fair and reasonable value, whichever is less, of (1) the portion of the Project(s) completed in accordance with the Contract through the completion date, and (2) non -cancelable material(s) and equipment that is not of any use to the City except in the performance of the Contract, and has been specifically fabricated for the sole purpose of the Contract but not incorporated in the Work; and • To the extent practical, the fair and reasonable value shall be based on the Job Order Amount(s) and supporting details contained in the Contractor's Price Proposal(s). In no event, shall any payments under this Paragraph exceed the applicable Job Order Amount(s). • The amount due hereunder may be offset by all payments made to the Contractor. • All payments pursuant to this Article shall be accepted by the Contractor in full satisfaction of all claims against the City arising out of the termination including, Further, the City may deduct or set off against any sums due and payable under this Article any claims it may have against the Contractor. • Contractor shall .not be entitled to lost profits, overhead or consequential damages as a result of a Termination for Convenience. • All payments made under the Contract are subject to audit Upon the City's payment in full of the amounts due the Contractor under this Article the Contractor grants the City full use of the Work and any Work Product to complete the Project and subsequently occupy the Project. 91. Resolution of Disputes Contractor understands and agrees that all disputes between it and the City based upon an alleged violation of the terms of this Agreement by the City shall be submitted for resolution in the following manner. The initial step shall be for the Contractor to notify the Project Manager in writing of the claim or dispute and submit a copy to the City of Miami personnel identified in Article 4, Notices. Should the Contractor and the Project Manager fail to resolve the dispute the Contractor shall submit their dispute in writing, with all supporting documentation, to the Assistant Director -Contracts, as identified in Article 4, Notices. Upon receipt of said notification the Assistant Director -Contracts shall review the issues relative to the claim or dispute and issue a written finding. Should the Contractor and the Assistant Director -Contracts fail to resolve the dispute the Contractor shall submit their dispute in writing within five (5) calendar days to the Director. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Contractor. Upon receipt of said notification the Director shall review the issues relative to the claim or dispute and issue a written finding. Contractor must submit any further appeal in writing within five (5) calendar days to the City Manager. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Contractor. Appeal to the City Manager for his/her resolution, is required prior to Contractor being entitled to seek judicial relief in connection therewith. Should the amount of compensation hereunder exceed $100,000, the City Manager's decision shall be approved or disapproved by the City Commission. Contractor shall not be entitled to seek judicial relief unless: (i) it has first received City Manager's written decision, approved by the City Commission if applicable, or (ii) a period of sixty (60) days has expired after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation, or 67 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 a period of (90) days has expired where City Manager's decision is subject to City Commission for approval; or (iii) City has waived compliance with the procedure set forth in this Article by written instrument(s) signed by the City. Manager. In the event the determination of a dispute under this Article is unacceptable to either party hereto, the party objecting to the determination must notify the other party in writing within fourteen (14) calendar days of receipt of the written determination. The notice must state the basis of the objection and must be accompanied by a statement that any Job Order Amount or Job Order Completion Time adjustment claimed is the entire adjustment to which the objecting party has reason to believe it is entitled to as a result of the determination. Within sixty (60) calendar days after Final Completion of the Work, the parties shall participate in mediation to address all objections to any determinations hereunder and to attempt to prevent litigation. The mediator shall be mutually agreed upon by the parties. Should any objection not be resolved in mediation, the parties retain all their legal rights and remedies provided under State law. A party objecting to a determination specifically waives all of its rights provided hereunder, including its rights and remedies under State law, if said party fails to comply in strict accordance with the requirements of this Article. 92. Mediation -Waiver of Jury Trial in an effort to engage in a cooperative effort to resolve conflict which may arise during the course of the construction of a Project(s), and/or following the completion of the Project(s), the parties to this Contract agree all unresolved disputes between them shall be submitted to non -binding mediation prior to the initiation of litigation, unless otherwise agreed in writing by the parties. A certified Mediator, who the parties find mutually acceptable, will conduct any Mediation Proceedings in Miami -Dade County, State of Florida. The parties will share the costs of a certified Mediator on a 50/50 basis. The Contractor agrees to include such similar contract provisions with all Subcontractors retained for the Work, thereby providing for non -binding mediation as the primary mechanism for dispute resolution. In an effort to expedite the conclusion of any litigation the parties voluntarily waive their right to jury trial or to file permissive counterclaims in any action arising under this Contract. 93. City May Avail Itself of All Remedies The City may avail itself of each and every remedy herein specifically given to it now or existing at law or in equity, and each and every such remedy shall be in addition to every other remedy so specifically given or otherwise so existing and may be exercised from time to time and as often and in such. order as may be deemed expedient by the City. The exercise or the beginning of the exercise, of one remedy shall not be deemed.a waiver of the right to exercise, at the same time or thereafter, of any other remedy. The City's rights and remedies as set forth in the Contract Documents are not exclusive and are in addition to any,other rights and remedies in law or in equity. 94. Permits, Licenses and Impact Fees All applicable permit fees, including those assessed by the City, are the responsibility of the Contractor, That includes also any other permit fees not directly related to the actual construction of the Project(s), including but not limited to, licenses, permits and fees, such as Permits for dumpsters, job trailers, etc., which may be required by Miami -Dade County, the State of Florida, or other governmental entities, except as otherwise provided within the Contract Documents. All permits and licenses required by federal, state or local laws, rules and regulations necessary for the prosecution of the Work undertaken by Contractor pursuant to the Contract Documents shall be secured and paid for by Contractor. It is Contractor's responsibility to have and maintain appropriate Certificate(s) of Competency, valid for the Work to be performed and valid for the jurisdiction in which the Work is to be 68 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 performed for all persons working on the Project(s) for whom a Certificate of Competency is required. Impact fees levied by the City and/or Miami -Dade County shall be paid by Contractor. Contractor shall be reimbursed only for the actual amount of the impact fee levied by the public entity as evidenced by an invoice or other acceptable documentation issued by the public entity. Fees for Permits REQUIRED BY THE CITY AND PAYABLE TO THE CITY (e.g. Building Department's Fees such as, Master Permit, Major Trades, Mechanical, Electrical, and Plumbing Fees; Public Works Fees, such as Line and Grade, Excavation, Dewatering and NPDES Fees, and Zoning Department's Fees) by virtue of this construction, as part of the Contract, shall be reimbursed to the Contractor by the City through an Allowance Account set for herein, evidenced by an invoice or other acceptable documentation issued by the public entity. Permit Fees reimbursement to Contractor shall be for the actual amount and in no event shall include profit or overhead of Contractor. Permit fees related the Contractor's operations (e.g. permits for dumpsters, job trailers, etc.) are not reimbursable. 95. Compliance with Applicable Laws The Contractor shall comply with the most recent editions and requirements of all applicable laws, regulations, building and construction codes of the Federal government, the State of Florida, the County, and the City. The attention of the Contractor is directed to the requirements of the Florida Building Code and the Codes of Miami -Dade County and the City of Miami, Florida, governing the qualifications for Contractor and Subcontractor doing business anywhere in the City. 96. Independent Contractor The Contractor is engaged as an independent business and agrees to perform Work as an independent contractor. In accordance with the status of an independent contractor, the Contractor covenants and agrees that the Contractor will conduct business in a manner consistent with that status, that the Contractor will not claim to be an officer or employee of the City for any right or privilege applicable to an officer or employee of the City, including, but not limited to: worker's compensation coverage; unemployment insurance benefits; social security coverage; retirement membership, or credit. The Contractor's staff shall not be employees of the City, and the Contractor alone shall be responsible for their Work, the direction thereof, and their compensation and benefits of any kind. Nothing in the Contract shall impose any liability or duty on the City on account of the Contractor's acts, omissions, liabilities or obligations of those of any person, firm, company, agency association, corporation, or organization engaged by the Contractor as a subcontractor, expert, consultant, independent contractors, specialist, trainee, employee, servant or agent or for taxes of any nature, including, but not limited to: unemployment insurance; worker's compensation and anti -discrimination, or workplace legislation of any kind. The Contractor hereby agrees to indemnify and hold harmless the City against any such liabilities, even if they arise from actions directed or taken by the City. 97. Third Party Beneficiaries Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract 98. Successors and Assigns The performance of this Contract shall not be transferred pledged, sold, delegated or assigned, in whole or in part, by the Contractor without the written consent of the City. It is 69 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 understood that a sale of the majority of the stock or partnership shares of the Contractor, a merger or bulk sale, an assignment for the benefit of creditors shall each be deemed transactions that would constitute an assignment or,sale hereunder requiring prior City approval. Any transference without City approval shall be cause for the City to nullify this Contract. Any assignment without the City's consent shall be null and void. The Contractor shall have no recourse from such cancellation. The City may require bonding, other security, certified financial statements and tax returns from any proposed assignee and the execution of an assignment/ assumption agreement in a form satisfactory to the City Attorney as a condition precedent to considering approval of an assignment. The Contractor and the City each binds one another, their partners, successors, legal representatives and authorized assigns to the other party of this Contract and to the partners, successors, legal representatives and assigns of such party in respect to all covenants of this Agreement. 99. Materiality and Waiver of Breach City and Contractor agree that each requirement, duty, and obligation set forth in this Contract Documents is substantial and important to the formation of the Contract Documents and, therefore, is a material term hereof. City's, failure to enforce any provision of the Contract Documents shall not be deemed a waiver of such provision or modification of the Contract Documents. A waiver of any breach of a provision of the Contract Documents shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of the Contract Documents. 100. Severability In the event the any provision of the Contract Documents is determined by a Court of competent jurisdiction to be illegal or unenforceable, then such unenforceable or unlawful provision shall be excised from this Contract, and the remainder of the Contract Documents shall continue in full force and effect. Notwithstanding the foregoing, if the result of the deletion of such provision will materially and adversely affect the rights of either party, such party may elect, at its option, to terminate the Contract in its entirety. An election to terminate the Contract based upon this provision shall be made within seven (7) calendar days after the finding by the court becomes final. 101. Applicable Law and Venue of Litigation This Contract shall be enforceable in Miami -Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami -Dade County, Florida. 102. Amendments No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the City Manager, Director or designee. 103. Entire Agreement The Contract Documents, as they may be amended from time to time, represent the entire and integrated Contract between the City and the Contractor and supersede all prior negotiations, representations or agreements, written or oral. This Contract may not be amended, changed, modified, or otherwise altered in any respect, at any time after the execution hereof, except by a written document executed with the same formality and equal dignity herewith. Waiver by either party of a breach of any provision of the Contract 70 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 Documents shall not be deemed to be a waiver of any other breach of any provision of the Contract Documents. 104. Nondiscrimination, E qua! E mployment Opportunity, and Americans with Disabilities Act Contractor shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. Contractor shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, Contractor shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Contractor's decisions regarding the delivery of services under the Contract Documents shall be made without regard to or consideration of race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any otherfactor which cannot be lawfully used as a basis for service delivery. 105. Evaluation Contractor acknowledges that upon completion of the of the Work applicable to each Job Order and/or at any other time deemed appropriate by the City a performance evaluation report will be completed by the City. A copy of each performance evaluation shall also be forwarded to the Contractor. The performance evaluations will be kept in City files for evaluation on future solicitations. 106. Commodities Manufactured, Grown, or Produced in the City of Miami, Miami - Dade County and the State of Florida Whenever two or more competitive sealed bids are received, one or more of which relates to commodities manufactured, grown, or produced within the City of Miami, Miami -Dade County and the State of Florida, and whenever all things stated in such received bids are equal with respect to price, quality, and service, the commodities manufactured, grown, or produced within the City of Miami, Miami -Dade County and the State of Florida shall be given preference. 107: Royalties and Patents All fees, royalties, and claims for any invention, or pretended inventions, or patent of any article, material, arrangement, appliance, or method that may be used upon or in any manner be connected with the construction of the Work or appurtenances, are hereby included in the prices stipulated in the Contract for said Work. 108. Continuation of the Work Any Work that commences prior to and will extend beyond the expiration date of the current contract period shall, unless terminated by mutual written agreement between the City and the involved contractor, continue until completion at the same prices, terms and conditions. 109. Review of Records City shall have the right to inspect and copy, at City's expense, the books and records and accounts of Contractor which relate in any way to the Project(s), and to any claim for additional compensation made by Contractor, and to conduct an audit of the financial and accounting records of Contractor which relate to a Project(s) and to any claim for additional compensation made by Contractor including but not limited to all payroll records, invoices for materials, and books of accounts. Such records shall conform to Generally Accepted Accounting Principles requirements (GAAP), and shall only address those transactions related to the Contract. 71 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 Records subject to the provisions of Public Record Law, Florida Statutes Chapter 119, shall be kept in accordance with such statute. Otherwise Contractor. shall retain and make available to City all such books and records and accounts, financial or otherwise, which relate to the Project(s) and to any claim for a period of five (5) years following Final Completion of the Project(s). The Contractor agrees to maintain an accounting system that provides for accounting records that are supported with adequate documentation and adequate procedures for determining allowable costs. Contractors shall develop the proper forms and reports acceptable to the City for the administration and management of the Contract Documents. 110. No Interest Any. monies not paid by City when claimed to be .due to Contractor under the Contract Documents, including, but not limited to; any and all claims for damages of any type, shall not be subject to interest including, but not limited to prejudgment interest. However, the provisions of Section 218.74(4), Florida Statutes as such relates to the payment of interest, shall apply to valid and proper invoices. 111. Payments Related to Guaranteed Obligations The City may withhold from any payments to be made such sums as may reasonably be necessary to ensure completion of the Project(s) with respect to defective Work, equipment or materials which may be identified by the Project Manager. The City may deduct from any payment due the Contractor an amount equal to its cost incurred on account of the Contractor's failure to fully perform its obligations under the Contract. The Project Manager, prior to withholding or deducting any monies hereunder, shall give the Contractor notice of the defective Work, equipment or material and the basis for the withholding or deduction. Upon the Project Manager's determination that the Contractor has fulfilled its obligations, the City will pay the Contractor any monies owed, subject to Contractor's submission of, or compliance with, any remaining documentation or obligation, as the case may be, in accordance with the Contract Documents 112. Consent of City Required for Subletting or Assignment If the Contractor assigns, transfers, sublets or otherwise disposes of the Contract or its right, title or interest in or to the same or any part thereof without the previous consent in writing of the City, such action shall be an Event of Default. Nothing herein shall either restrict the right of the Contractor to assign monies due to, or to become due or be construed to hinder, prevent or affect any assignment by the Contractor for the benefit of its creditors, made pursuant to applicable law. 113. Agreement Limiting Time in Which to Bring Action Against the City In the event the Contractor may be deemed to have a cause of action against the City, no action shall lie or be maintained by the Contractor against the City upon any claim arising out of or based upon the Contract Documents by reason of any act or omission or requirement of the City or its agents, unless such action shall be commenced within six (6) months after the date of issuance of a final payment under the Contract, or if final payment has not been issued within six (6) months of substantial completion of the Work or upon any claim relating to monies required to be retained for any period after the issuance of the said certificate, unless such action is commenced within six (6) months after such monies 72 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 become due and payable under the terms of the Contract Documents, or if the Contract is terminated or declared abandoned under the provisions of the Contract unless such action is commenced within six (6) months after the date of such termination or declaration of abandonment by the City. 114. Defense of Claims Should any claim be made or any legal action brought in any way relating hereto or to the Work hereunder, except as expressly provided herein, the Contractor shall diligently render to the City, after additional compensation is mutually agreed upon, any and all assistance which the City may require of the Contractor. 115. Contingency Clause —Funding for. this Contract is contingent on the availability of funds and continued authorization for program activities and the Contract is subject to amendment or termination due to lack of funds, reduction of funds and/or change in regulations, upon thirty (30) days notice. 116. Mutual Obligations This document, change order, field directive, and written clarifications issued under the Contract, and the Contractor's submittals, shall constitute the Contract Documents between the parties with respect hereto and supersedes all previous communications and representations or agreements, whether written or oral, with respect to the subject matter hereto unless acknowledged in writing by their duly authorized representatives. Nothing in the Contract shall be construed for the benefit, intended or otherwise, of any third party that is not a parent or subsidiary of a party or otherwise related (by virtue of ownership control or statutory control) to a party. In those situations where the Contract Documents imposes an indemnity obligation on the Contractor, the City, may at its expense, elect to participate in the defense of the claim if the City should so choose. Furthermore, the City may, at its own expense, defend or settle any such claim if the Contractor fails to diligently defend such claim, and thereafter seek indemnity for such cost from the Contractor. 117. Contract Extension The City reserves the right to extend the Contract for up to ninety (90) additional calendar days beyond the completion of any Contract term. In such event, the City will notify the Contractors in writing of such extension. 118. Non -Exclusivity It is the intent of the City to enter into a Contract with all successful Bidders that will satisfy its needs as described herein. However, the City reserves the right, as deemed in its best interest, .to perform, or cause to be performed, the Work and services, or any portion thereof, herein described in any manner it sees fit, including but not limited to: award of other contracts, use of any contractor, or perform the Work with its own employees. 119. Nature of the Agreement The Contractor shall provide the services set forth in the Contract Documents. The Contractor shall provide full and prompt cooperation with the City in all aspects of the Work to be performed. The Contractor acknowledges that the Contract Documents require the performance of all things necessary for or incidental to the effective management and performance of a the 73 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 Work. All things not expressly mentioned in the Contract Documents, but necessary to carrying out its intent are required by the Contract Documents, and the Contractor shall perform the same as though they were specifically mentioned, described and delineated. The Contractor shall furnish all management, labor, materials, tools, supplies and other items required for the completion of the Work. All Work shall be accomplished at the direction of and to the satisfaction of the Project Manager. 120. Contract Documents Contains all Terms The Contract Documents and all documents incorporated herein by reference contain all the terms and conditions agreed upon by the parties hereto, and no other agreement, oral or otherwise, regarding the subject matter of the Contract Documents shall be deemed to exist or to bind any of the parties hereto, or to vary any of the terms contained herein. 121. Applicable Law and Venue of Litigation (Attorneys Fees In any litigation•or action between the parties related to orarising by virtue of this contract, each party shall bear its own attorneys fees. 122. Survival The parties acknowledge that any of the obligations in the Contract Documents will survive the term, termination and cancellation hereof. Accordingly, the respective obligations of the Contractor and the City under the Contract, which by nature would continue beyond the termination, cancellation or expiration thereof, shall survive termination, cancellation or expiration thereof. 123. Additional Terms and Conditions No additional terms and conditions included with the solicitation response shall be evaluated or considered, and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this solicitation. If submitted either purposely, through intent or design, or inadvertently, appearing separately in transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed that the General and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the. bidder's/proposer's authorized signature affixed to the bidder'slproposer's acknowledgment form attests to this. 74 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No,: 11-12-017 This Page Intentionally Left Blank 75 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 Section 3 — Supplemental Terms and Conditions 1. Contract Term The Contractor shall furnish all management, Tabor, materials, equipment, tools, services, and incidentals necessary to complete all Work at a rate of progress that will ensure completion of the Work within the Job Order Completion Time applicable to each Job Order issued under the Contract. Where the Contract Term expires prior to the completion of Job Orders issued prior to the expiration the Contract, the Contract shall remain in full force and effect until the Final Completion of such Job Orders. No new Job Orders (other than Supplemental Job Orders) will be issued during this time. 2. Non-Prepriced Items Some Work contained in a Detailed Scope of Work may include tasks that are within the general scope of work but werenot specificallyincluded in the CTC at the time of Contract award. These tasks are referred to as "Non-Prepriced Items". Non-Prepriced (NPP) items may require the establishment of specifications and drawings and may subsequently be incorporated into the CTC. The cost of any itern(s) of Work not covered by a specific CTC unit price shall be treated as a Non-Prepriced item and the procedure for ordering these tasks are outlined in Article 3 below. 3. Job Orders 3.1. Initiation of a Job Order 3.1.1. As the need exists for performance by the Contractor under the terms of this Contract, the City will notify the Contractor of a Joint Scope Meeting. 3.1.2 The City will assign the Work based on the Contractor's performance history and current Contractor workload. 3.2. Upon this notification of a Joint Scope Meeting, the Contractorshall respond to the needs of City within one (1) working day by: 3.2.1. Establishing verbal contact with City to further define the scope of the requirement, and 3.2:2. Visiting the proposed work site in the company of a City representative, and participating in a Joint Scope Meeting which will include discussion and establishment of the following: • project number and title • the detailed scope of the Work • access to the site and protocol for admission • existing site conditions • methods and alternatives for accomplishing the Work • access to the Site and protocol for admission • hours of operation • staging area • requirements for catalog cuts, technical data, samples and shop drawings • requirements for Incidental Scope Documentation services including sketches, minor calculations, shop drawings, maintenance of traffic drawings, and material specifications • preliminary quantity estimates • construction duration • liquidated damages 76 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 • specific quality requirements for equipment and material • the presence of hazardous materials • date on which Price Proposal is due 3.3. After the Joint Scoping process, the Contractor and the City will agree on a Detailed Scope of Work, together with a tentative schedule, any sketches, Drawings and Specifications required to adequately document the Work to be accomplished. The Detailed Scope of Work, unless modified by both the Contractor and the City, will be the basis on which the Contractor will develop its Price Proposal and the City will evaluate such Price Proposal. 3.4. Upon completion of the Joint Scope Meeting and the final Detailed Scope of Work, the City will issue a RFPP which requires the Contractor prepare a Price Proposal for the Work under consideration by the date indicated on the RFPP. 3.5. The Contractor will prepare the Price Proposal using the Progen® software provided by the City (through a third party at no cost to the Contractor) in accordance with the following: 3.5.1. Pre -Priced Work requirements. For Pre -Priced Tasks the Contractor shall identify the tasks and quantities required from the Construction Task Catalog® necessary to perform the Work and include them in its Price Proposal. 3.5.2. Non-Prepriced Work Requirements: Non-Prepriced work requirements necessary to perform the Work shall be separately identified and included in the Contractor's Price Proposal. The City's determination as to .whether an item is a Prepriced Task or a Non-Prepriced Task shall be final, binding and conclusive as to the Contractor. Information submitted in support of Non- Prepriced work shall include, but not be limited to, the following: 3.5.2.1. Complete specifications and technical data, including work unit content, support drawings, work task cost data, quality control and inspection requirements. 3.5.2.2. Costing data, submitted in support of Non-Prepriced Tasks shall include a cost' analysis report, establishing the basis for selecting the approach proposed .for accomplishment of the requirements. Unless otherwise directed by the City, costing data will be submitted demonstrating that the Contractor sought and received three quotes. The Contractor shall provide an installed unit price (or demolition price if appropriate) which shall include all costs required to accomplish the Non-Prepriced Task. 3.5.2.3. The final price submitted for Non-Prepriced Tasks shall be according to the following formula: A = Direct Labor Cost (up through the foreman level and including fringe benefits) B = Direct Material Costs (supported by quotes) C = Direct Equipment Costs (supported by equipment amortization data) D = Subcontractor Costs (supported by quotes) E = Fixed Mark -Up =A+B+C+Dx10% Total Cost of Non-Prepriced Task = A + B + C +D + E 77 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 3.5.2.4. Following approval by the City of a Non-Prepriced Task and unit price, the Non-Prepriced Task unit price will be loaded into the Progen° software. 3.5.2.5. The total extended price for the Non Pre -Priced Task will be determined by multiplying the unit price by the quantity required. The price offered in the Price Proposal will be determined by multiplying the total extended price by an Adjustment Factor of 1.0000. 3.5.2.6. After using a Non-Prepriced item on one Job Order, the City reserves the right to include the unit price for the Work item as a Pre -Priced item into the CTC which would become a permanent item and no longer require price justification 3.5.3. The Contractor's Price Proposal Package shall include, at a minimum: 3.5.3.1. Price Proposal: 3.5.3.2. Catalog cuts, technical data or samples required 3.5.3.3. List of anticipated Subcontractors including MWBE, Local and Materialmen 3.5.3.4. Progress Schedule; 3.5.3,5. Certificates for any special insurance required; 3.5.3.6. Sample warranties or guarantees for materials, equipment or systems proposed; 3.5.3.7 Schedule of Values if required. 3.5.3.8 Sketches, calculations and or quantity take -offs if required. 3.5.4. The Contractor's Price Proposal Package shall be submitted in accordance with the date indicated on the RFPP. Unless otherwise stated on the RFPP, the Price Proposal Package will be due no longer than seven (7) working days after the issuance of the RFPP. The City may allow additional time for preparation of the Contractor's Price Proposal Package for complex Job Orders and approvals and permits. Allowance will be made to provide adequate time for preparation and submittal of the necessary documents and the Price Proposal Package, and will be so reflected in the Price Proposal Package due date entered on the RFPP. In emergency work situations and minor maintenance and repair Job Orders requiring immediate completion, the Contractor's Price Proposal Package may be required quickly and the due date will be so indicated on the RFPP. 3.6. Review of the Price Proposal Package and Issuance of a Purchase Order 3.6.1. The City shall evaluate the entire Price Proposal Package. The City will evaluate the Price Proposal and tasks contained therein and compare these with the City's cost estimate of the Detailed Scope of Work to determine the reasonableness of approach, including the nature and quantity of tasks proposed. 3.6.2. City reserves the right to reject a Contractor's Price Proposal based on unjustifiable quantities, unacceptable performance periods, inadequate documentation, other unacceptable components of the Contractor's Price Proposal Package, or other inconsistencies on the Contractor's part, orfor any other reason. The City also reserves the right to not approve a Job Order if City's requirement is no longer valid or the Price Proposal exceeds the City's estimate. In these instances, the Contractor has no right of claim 78 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 to recoup Price Proposal preparation expenses. The City may pursue the performance of such Work by other means. 3.6.3 By submitting a signed Price Proposal to the City, the Contractor agrees to accomplish the Work set forth in the Detailed Scope of Work in accordance with the Request for Price Proposal at the price(s) submitted and in accordance with the Contract Documents. It is the Contractor's responsibility to include the proper Adjustment Factor(s) and the necessary tasks and quantities in the Price Proposal prior to delivering it to the City. The risk associated with incorrect Adjustment Factor(s), missing tasks and missing quantities from the Price Proposal shall be borne by the Contractor. 3.6.4 Each Job Order Book provided to the Contractor shall reference the Detailed Scope of Work and set forth the Job Order Amount and the Job Order Completion • Time with components thereof signed by the Contractor evidencing agreement to the Detailed Scope of Work, Job Order Amount, Job Order Completion Time, Subcontractor utilization, etc.. A Purchase Order will then be issued by the City. 3.6.5. In the event that immediate emergency response is necessary the Contractor shall be required to follow alternative procedures as established by the City. The Contractor shall begin Work as directed, notwithstanding the absence of a RFPP, Detailed Scope of Work, or Job Order. The Contractor shall be compensated in accordance with the CTC and Non- Prepriced Tasks as if the Work had been ordered under the standard procedures. 3.6.6. If the City finds inconsistencies with the Contractor's Price Proposal, then the • City may request the Contractor to re -submit its Price Proposal or cancel the Job Order. If the Contractor consistently submits Price Proposals which are rejected by the City, the City may declare the Contractor in default and take any necessary and appropriate action including termination of the Contract. 3.6.7. After the City has reviewed the Contractor's Price Proposal and an agreement has been reached as to the nature of the revisions, if any, the Contractor is not allowed to make any changes to the revised Price Proposal other than the changes agreed to. 3.7 Method of Payment Unless otherwise stated in the Request for Price Proposal (RFPP) the City shall pay for Work based on the following 3.7.1. Horizontal Work will be paid based on actual Work performed. 3.7.2 ' Vertical Work will be paid based on the lump sum Job Order Amount. 4: Economic Price Adjustment 4.1 The Adjustment Factors shall be valid for a one (1) year period beginning with the effective date of the Contract. Thereafter, the Contractor's Adjustment Factors , at the City's sole discretion, may adjust oneach anniversary date of the Contract to account for construction escalation or de-escalation. See article 6.8 4.2 A Base Year Index shall be calculated by averaging the twelve (12) month Construction Cost Indices (CCI) for the U.S. Twenty City Average published in the Engineering News Record (ENR) for the twelve (12) months immediately prior to the month of the effective date of the Agreement. 4.3 A Current Year Index shall be calculated by averaging the twelve (12) month Construction Cost Indices (CCI) for the U.S. Twenty City Average published in the 79 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 Engineering News Record (ENR) for the twelve (12) months immediately prior to the month of the latest Contract anniversary. 4.4. Economic Price Adjustment shall be calculated by dividing the Current Year Index by the Base Year Index 4.5. The Contractor's original Adjustment Factors shall be multiplied by the Economic Price Adjustment to obtain the Contractor's new Adjustment Factors effective for the next twelve (12) months. 4.6. Averages shall be obtained by summing the twelve (12) month indices and dividing by twelve (12), 4.7 All calculations in this Section shall be carried to the fifth decimal place and rounded to the fourth decimal place. The following rules shall be used for rounding: ,6.7.1 The fourth decimal place shall be rounded up when the fifth decimal place is five (5) or greater. 6.7.2 The fourth decimal place shall remain unchanged when the fifth decimal place is less than five (5). 4:8 ENR occasionally revises indices. ENR CCIs used in the calculations described above shall be those currently published at the time the Economic Price Adjustment calculation is performed. No retroactive adjustments will be made as a result of an ENR revision. Revised CCI indices, if any, shall be used in subsequent calculations. 4.9 The City reserves the right to extend an offer to renew to the Contractor without an economic price adjustment. 5. Computer Requirements and Software 5.1 The Contractor must maintain a minimum of one (1) operational computer system that complies with the Specifications listed below: 7.1.1 1.0 GHz processor, 512MB of RAM, 40 GB Hard drive, Microsoft Windows 2000 or later operating system, 7.1.2 a laser printer. 7.1.3 a broadband, DSL, or satellite high speed Internet connection 5.2. City Furnished Software The City will furnish software to the Contractor for use as a tool to assist with expedient preparation of Price Proposals in response to City needs. The Contractor will be required to access this software over the Internet. The software will contain an electronic version (copy) of the Construction Task Catalog® (CTC), in which the Contractor can locate and select desired items from the CTC. Once the desired items are selected; the software provides for selection of quantities and based on the selected quantities, will extend and total price for each Price Proposal. The software will permit introduction of Non-Prepriced items and the application of the Contractor's Adjustment Factors. 6. Character of the Work Any materials or operations required under the Contract Documents shall comply, as they pertain, with the specifications and instructions of a manufacturer, the established standards of The American Society for Testing Materials (ASTM). The American Institute of Steel Construction (AISC), The American Standards Association (ASA), The, American Welding Society (AWS), or other industry recognized standards. In the case of conflict between recognized standard Specifications and those specifications contained in the 80 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 Contract Documents, the most stringent shall govern. In case standards for materials and operations are not listed, the City reserves the right to cite those accepted by the profession involved and require that such standards be adhered to in the performance of the Work. 7. Inspection of Project Site 7.1 The Contractor is required to inspect the site of the Work of each Job Order and to examine and become familiar with the Detailed Scope of Work, plans, specifications and all other contract documents pertaining to the proposed work. The submission of a Price Proposal shall be sufficient to establish the presumption that the Contractor has investigated the site of the work and is satisfied as to all reasonable conditions to be encountered, quantity and quality of the work to be performed and materials furnished in the completion thereof. 7.2. Unless otherwise directed, City will furnish subsurface information through the use of borings. .If,.in the course of the Work, subsurface conditions vary materially from the record indicated by the borings, the Contractor shall give immediate notification, in writing, of such variation to the City and the Job Order Amount shall be adjusted by Unit Prices established in the CTC, as appropriate. 7.3. Contractor is required to examine and be familiar with existing contracts and work being constructed. Before ordering any material or performing any Work, the Contractor shall verify all measurements at the site of a specific Job Order, and shall be responsible for the correctness of same. No extra charge or compensation will be allowed on account of difference between actual dimensions and the measurements indicated in the RFPP. Any difference, which may be found, shall be submitted to City for consideration before proceeding with the work. 8. Standards and Specifications Other documents and standards referenced in the Contract Documents. Whenever standards or specifications of other agencies or departments, authorities, etc. are referred to, they shall be the version in effect at the time of receiving price proposals, unless the date of a specific version is contained in the reference. 8.1. Design and Specification References: 8.1.1. Florida Department of Transportation Standard Specification For Road and Bridge Construction 2000 excluding Division I. 8.1.2. City Standards -Public Works Any material or operation required under this Contract shall comply, as they pertain, with the specifications and instructions of a manufacturer, the established standards of The American Society for Testing Materials (ASTM). The American'Institute of Steel Construction (AISC), The American Standards Association (ASA), The American Welding Society (AWS), or other industry recognized standards. In the case of conflict between recognized standard Specifications and those specifications contained in the Contract Documents, the most stringent shall govern. In case standards for materials and operations are not listed, the CITY reserves the right to cite those accepted by the profession involved and require that such standards be adhered to in the performance of the Work. 9. LEED Certification Projects may contain requirements for sustainable design or LEED/Green Globe Certifications (Certification). This Article shall apply where sustainable design or Certification requirements have been included in the RFPP. 81 Job Order Contracts (JOC) For Horizontal And Vertical Construction ' Bid No.: 11-12-017 The intent is to design and construct Projects that promotes environmental quality, economic vitality and creates an environment that provides the highest level possible of operational efficiency. This should be accomplished through energy, water, and materials efficiency that provides a healthy, productive and comfortable park environment with long- term benefits. The Contractor shall perform all work and incorporate into the construction of the Project the requirements contained in the Contract Documents and LEED protocols to ensure that the City obtains the LEED specified rating. The requirements are to be based on the Federal Leadership in High Performance and Sustainable Buildings Memorandum of Understanding's five Guiding Principles, which are: I. Employing integrated design; II. Optimizing energy performance; III. Protecting and conserving water; IV. Enhancing indoor environmental quality; and V. Reducing the environmental impact of materials. Design and .construction must be to the most current. LEEDS (rating 1 evel) rating requirements in effect at time of design of the Project. Work included as part of the LEEDS certification includes, but is not limited to; a. Contractor must use the DP during the entire design process, which includes the use a collaborative, integrated planning and design process consistent with ASTME 2348, Standard Guide for Framework for a Consensus -based Environmental Decision making Process. b. Contractor shall delegate responsibility to one of its employees the responsibility to lead the commissioning efforts for the Contractor on this Project. This individual will be required to work closely with the Consultant, the LEED-AP and the Commissioning Authority to collect all data during the performance of the Work required for LEED certification and to ensure all of the LEED Certification requirements are met in the performance of the Work, materials incorporated into the Work, and the recycling and disposal of waste or excess materials. c. The tracking, collecting, and assembling, and includes all information on recycled materials disposed of and recycled content used in construction to determine the overall percentage of recycled content used on the Project. d. Ensuring that the building system is installed and tested to ensure that they perform in conformance with the design intent, the City's operational needs, and the Contract Documents e. Delays or changes in construction required to meet the LEED's rating will not be considered Excusable Delays nor will the costs be compensable. f. Create a LEED checklist to be used during construction to ensure that the Contractor and Subcontractors comply with the LEED Certification requirements. g. Provide the Consultant, LEED-AP the commissioning authority the documentation necessary for the Consultant to create a re -commissioning management manual. The LEED Reference Guide Version 2.0 lists the components that must be included in this manual, such as as -built sequences of operation for all equipment, descriptions of energy and water saving features, seasonal start-up and shut down procedures, a list of diagnostic tools, etc. This Manual is intended to provide the City with in-depth tools and strategies for keeping the building running in optimal condition. Contractor in conjunction with the Consultant shall conduct a post occupancy review ten (10) months after the completion of the construction of the Project to review and inspect the Project for warranty issues. This task includes, but is not limited to; both a review of current 82 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 operation to identify any potential warranty related problems before the typical 12 month warranty expiration, and an interview with building and facility operating staff to identify their concerns. Should the Project fail to obtain the stipulated LEED Certification as a result of the Contractor acts, omissions, or negligence the Contractor shall be liable to the City for the . increased costs of construction incurred by the City in its effort to obtain the stipulated LEED Certification. 10. Progress Payments Contractor may make application for payment for Work completed at intervals of not more than once a month or upon completion and Final Acceptance of the Work. All applications shall be submitted in triplicate and the Contractor shall only use the City's Contractor Payment Application Form. Where the time frame for completion of the Work is less than or equal to one month or a Schedule of Values is not required, the Contractor shall submit the appropriate documentation as defined below. Supporting evidence to be included with any application for paymentshall include, but is not limited• to, an updated Progress Schedule as required by Article 15 of the Supplemental Terms and Conditions and a partial or final release of liens or consent of Surety relative to the Work, which is the subject of the application for payment and any other information required by the Project Manager or Consultant. Each application for payment shall be submitted in triplicate for approval. City shall make payment to Contractor within thirty (30) days after approval of Contractor's application for payment. Ten percent (10%) of all monies earned by Contractor shall be retained by City until Final Acceptance by the City. Any interest earned on retainage shall accrue to the benefit of City. All requests for retainage reduction shall be in writing in a separate stand alone document. City may withhold, in whole or in part, payment to such extent as may be necessary to protect itself from loss on account of: Defective Work not remedied. Claims filed or reasonable evidence indicating probable filing of claims by other parties against Contractor or City because of Contractor's performance. Failure of Contractor to make payments properly to Subcontractors or for material or labor. ■ Damage to another contractor not remedied. ■ Liquidated damages and costs incurred by City and/or Consultant for extended construction administration. Failure of Contractor to provide any and all documents required by the Contract Documents. For Projects that are to be completed within 30 calendar days the City shall issue payment upon completion of the Project. Contractor shall submit a separate Application(s) for Payment for each Project. When the above grounds are removed or resolved satisfactory to the Project Manager, payment shall be made in whole or in part. The City will pay, and the Contractor shall accept as full compensation for the Work, the sums specified in the Contractor's submittal to the Contract Documents, as accepted by the City. Contractor may be paid for materials or equipment purchased and stored at the Project(s) Site(s) or another location. Where a payment request is made for materials or equipment not incorporated in the Project(s), but delivered and suitably stored at the site or at some other location agreed upon in writing, the written documentation must be submitted at the 83 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No,: 11-12-017 time of request for payment. Payment shall be conditioned upon submission by the Contractor of paid invoices and an executed Material Purchased/Stored On -Premises form to establish the City's title to such materials or equipment, or otherwise protect the City's interest, including applicable insurance in the name of City and transportation to the site. Contractor retains sole liability to replace such stored materials or equipment as a result of damage or loss for any reason 11. Liquidated Damages The Contractor is obligated and guarantees to complete the Project within the Job Order Completion Time or any approved extension of time. Where the Contractor fails to do so, the Contractor shall pay to the City liquidated damages as follows. In the event of a delay in completion beyond the timeframe set forth in the Job Order for Final Completion the Contractor shall pay to the City for each and every calendar day of unexcused delay, the appropriate sum stipulated in the chart below, which is hereby agreed upon not as a penalty but as liquidated damages. Job Order Amount Daily Charge Per Calendar Day $50,000 and under $642.00 Over $50,000 but less than $250,000 $758.00 Over $250,000 but less than $500,000 $966.00 Over $500,000 but Tess than $2,500,000 $1,532.00 $2,500,000 but less than $5,000,000 $2,374.00 Over $5,000,000 but Tess than $10,000,000 $3,226.00 The Contractor will be notified of any approved exceptions or extensions. The total amount of liquidated damages shall not exceed the Job Order Amount. The City shall have the right to deduct liquidated damages assessments from any payment due or which may thereafter become due to the Contractor under any contract the Contractor has with the City. In case the amount, which may become due hereunder, shall be less than the amount of liquidated damages due the City, the Contractor shall pay the difference upon demand by the City. Should the Contractor fail to compensate the City for any liquidated damages, the City shall consider this as a form of indebtedness and may deny any future Work under the Contract or any other City contract until such indebtedness is paid in full to the City. Liquidated Damages may be applied on a Job -Order -by -Job -Order basis at the sole discretion of the City. The City shall notify the Contractor that it is incurring liquidated damages. 12. Schedule of Values The Contractor must submit three copies of a Schedule of Values, which must be submitted within ten (10) calendar days of the issuance of the Notice of Award. The Schedule of Values shall indicate a complete breakdown of labor and material of all categories of Work on the Project. Contractor's overhead and profit should be as separate line items. Each line item shall be identified with the number and title of the major specification section or major components of the items. The Project Manager or Consultant may require further breakdown after review of the Contractor's submittal The City reserves the right to require such information from the Contractor as may be necessary to determine the accuracy of the Schedule of Values. The combined total value for mobilization under the Schedules of Values shall not exceed 5% of the value of the Contract. The approved schedule of values shall be updated through the submittal of the City's Contractor Payment Application Form. 84 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 13. Project Schedules Contractor shall submit a proposed Project schedule (Schedule) as follows: a. Schedule identifying all tasks within the critical path. The proposed Project schedule shall be submitted within ten (10) calendar days of the Notice of Award and such submittal shall be subject to the Project Manager and Consultant's review. . Subsequent to such review of said Schedule the Contractor shall establish said schedule as the baseline Schedule. b. The Schedule shall be prepared in the form of a horizontal bar chart with separate horizontal bars for each design task, construction task in the critical path in chronological order. Provide horizontal time scale in weeks from the start of construction and identify the first work day of each month. Identify listings of any major equipment installation milestones. c. All updates of Schedules shall be tracked against the baseline schedule and shall be at a minimum submitted with each pay application. An updated Schedule against the baseline shall also be submitted upon execution of each change order that impacts the Job Order Completion Time for completion. Failure to submit such Schedules shall result in the rejection of any submitted payment application. - d. All Schedules shall be prepared in Microsoft Project approved by the Project Manager. At the time of submission of Schedules Contractor shall submit a hard copy as well as an electronic version. Such electronic version shall not be submitted in a pdf format and shall be capable of being incorporated in to the City's master Project schedule. e. Subsequent to review of the initial Schedule submission the Contractor shall establish the reviewed Schedule as the "Baseline Schedule". Contractor shall then prepare and submit all updates to the Schedules utilizing the tracking mode within Microsoft Project.. At a minimum the contents of the Baseline Schedule shall show or indicate the following: a.' Complete sequence of design by activity reflecting the Subcontractor responsible for the activity. b. Complete sequence of construction by activity reflecting the Contractor (self performance) or Subcontractor responsible for each activity. c. Dates for the beginning and completion of each major element of construction in no more than a two -week incremental scale. d. Items of work that must be accomplished to achieve substantial completion. 1). Major disciplines or trades of work 2). Filter downtime 3). Time required for submittals, fabrication and deliveries, 4). Time required by the City to review all submittals. 5). Time required by the City to support any pre -operational and start-up testing. 6). Time required for the relocation of utilities, if required. 7). Activities performed by Contractor. e. Percentage of completion for each item as of the date the schedule was prepared. f. Dates for Contractor's submittals. g. Dates for any required City -furnished materials or equipment. h. Dates accepted submittals will be required from the City. In addition the Contractor shall provide: 85 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 a. Provide a list of all long lead items and their anticipated dates of delivery (equipment, materials, etc.) Monthly updates shall reflect actual versus projected, and any revised projections b. Provide a projected dollar cash flow spend down for each month of construction. Monthly updates shall reflect any change orders as well as actual versus projected, and any revised projections. 14. Release of Liens/Subcontractor's Statement of Satisfaction The Contractor warrants and guarantees that title to all Work, materials and equipment covered by an application for payment, whether incorporated in the Project(s) or not, will pass to the City upon the receipt of such payment by the Contractor, free and clear of all liens, claims, security interests or encumbrances and that no Work, materials or equipment will have been acquired by the Contractor or by any other person performing Work at the site or furnishing materials and equipment for the Project(s), subject to an agreement under which an interest therein or an encumbrance thereon is retained by the seller or otherwise imposed by the Contractor or such other person. The Contractor shall, beginning with the second request for payment, attach a Partial Release of Lien/Subcontractor's Statement of Satisfaction for each application for payment. Failure to submit such documentation may delay payments. The City may, in its sole discretion withhold payments for Work performed by Subcontractor where no release of lien has been submitted. The Contractor shall submit with the final payment request, for any Project(s) where Subcontractors have performed Work, a Final Release of Lien/Subcontractor's Statement of Satisfaction for each Subcontractor marked as a final. Failure to submit such documentation will result in delay in payment or the City withholding from the final payment such funds as necessary to satisfy any Subcontractor claims. Where the Contractor has submitted a Performance/Payment Bond the Contractor may, in lieu of the Release of Lien/Subcontractor's Statement of Satisfaction, submit a Consent of Surety to Requisition Payment. 15. Progress Meetings The City may conduct a pre -construction conference prior to the commencement of the Work respective to a Job Order. Contractor shall hold progress and coordination meetings as required by the Project Manager to provide for the timely completion of the Work. Contractor shall arrange and conduct regular bi-weekly job site Project status meetings with the Project Manager and/or Consultant as required by the Project Manager. Contractor shall use the job site meetings as a tool for the pre -planning of Work and enforcing schedules, and for establishing procedures, responsibilities, and identification of authority for all parties to clearly understand. During these meetings, Contractor shall identify the party or parties responsible for following up on any problems, delay items or questions, and Contractor shall note the action to be taken by such party or parties. Contractor shall revisit each pending item at each subsequent meeting until resolution is achieved. Contractor shall attempt to obtain from all present any potential problems or delaying event known to them for appropriate attention and resolution. Contractor shall be responsible for keeping minutes of the meeting and distribution of the minutes to all parties in attendance. The Contractor shall arrange for the participation of its Subcontractors and/or vendors when the Project Manager requires their presence. The Contractor shall maintain minutes of the meeting and distribute copies of the minutes to all parties in attendance. The Contractor shall prepare and distribute to Project Manager and the Consultant an updated two -week look -ahead schedule of construction activities and submittals. 86 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 16. Request for Information The Contractor shall submit a Request for Information (RFI) where the Contractor believes that the Contract Document's specifications or drawings are unclear or conflict. All requests must be submitted in a manner that clearly identifies the drawing and/or specification section where clarification or interpretation is being requested. As part of the RFI, Contractor shall include its recommendation for resolution. The Architect (as applicable) and City shall respond in writing. 17. Substitutions Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by the Project Manager or Consultant and if sufficient information is submitted by Contractor to allow .the Project Manager or Consultant and to determine that the •material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by the Project Manager or Consultant from anyone other than Contractor. If the Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Project Manager or Consultant for acceptance thereof, certifying that the proposed substitute shall perform adequately the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Work to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager or Consultant in evaluating the proposed substitute. The Project Manager or Consultant may require the Contractor to furnish at Contractor's expense additional data about the proposed substitute. If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence or procedure of construction acceptable to the Project Manager or Consultant, if the Contractor submits sufficient information to allow the Project Manager or Consultant to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Project Manager or Consultant shall be the same as those provided herein for substitute materials and equipment. The Project Manager or Consultant shall be allowed a reasonable time within which to evaluate each proposed substitute. The Project Manager or Consultant shall be the sole judges of the acceptability of any substitute. No substitute shall be ordered, installed or utilized without the Project Manager or Consultant prior written concurrence, which shall be evidenced by either a Change Order or an approved submittal. The Project Manager or Consultant may require the Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. If the City and the Engineer of Record rejects the proposed substitute, at their discretion, the City may require 87 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 the Contractor to reimburse the City for the charges of the Consultant for evaluating the proposed substitute. Contractor shall maintain sole liability and responsibility for ensuring that all substitutions and any required design of such are in fullcompliance with and meet all the requirements of the Contract Documents. 18. Project Site Facilities The Contractor shall arrange for all Project(s) site facilities as maybe necessary to enable the Project Manager or Consultant to perform their respective duties and to accommodate any representatives of the City which the City may choose to have present at the Project(s). Contractor's, Subcontractor's, supplier's, materialmen's personnel shall not use the City restrooms that may be available at the Project(s) site without the prior consent of the manager of the facility or the Project Manager where there is no manager of a facility. The Contractor shall provide and maintain at his own expense, in a sanitary condition, such accommodations for the use of his employees as is necessary to comply with the requirements including Chapter 46 of the Building Code and regulations of the State of Florida Department of Health and Rehabilitative Services or Dade County Health Department. The Contractor, his employees or his Subcontractors shall commit no public nuisance or use any facilities that have not been specifically provided for use by the Contractor. The Contractor shall furnish an adequate supply of drinking water for its and its Subcontractors' employees. There shall be adequate provisions made by the Contractor to ensure all disposable materials are properly disposed of and do not create a nuisance to the City or the public. The location of the temporary facilities shall be subject to the approval of the Project Manager or Consultant. 19. Temporary Facilities, Utilities, and Construction Contractor is required to provide any necessary temporary utilities to the site, such as electric, water, and sanitary services to the site for new construction or additions to a facility. The Contractor shall make all arrangements with the local utility companies. The Contractor shall also be responsible for furnishing all materials and equipment necessary for the installation and maintenance of any temporary utilities. The Project Manager may authorize the use of existing utilities. Such decision will be made at the sole discretion of the Project Manager and the City. Contractor shall furnish, install and maintain temporary facilities required for construction, and shall remove them upon completion of the Work. All facilities shall comply with the respective federal, state and local codes and regulations and with utility company requirements. Materials for temporary facilities may be new or used, but must be adequate in capacity for the required usage, must not create unsafe conditions, and must not violate requirements of applicable codes and standards. The Contractor shall be required to obtain all necessary permits required for any Project(s) site facilities and utilities. Contractor shall also be responsible to maintain such facilities in a safe and working condition. The Contractor must pay for all utility costs associated with new lines, new hook ups, new utility accounts, and so forth which were necessitated by the Project itself. Contractor shall pay all changes, fees, costs, or other impositions for utilities, including, without limitation, electric, water, sewer, telecommunications and other utilities of whatever nature arising from the Project or the Work as herein defined. All such direct utility costs, with no mark ups, paid by the Contractor will be treated as a Contract cost reimbursable. The Contractor will be allowed to include the applicable line items from the Construction Task Catalog® in their Price Proposal, supported by 88 Job Order Contracts (JOG) For Horizontal And Vertical Construction Bid No.: 11-12-017 documented receipts, to receive a dollar -for -dollar reimbursement (no markup).All such facilities and utilities remain the property of the Contractor and the Contractor shall be responsible for removal and disposal of such facilities prior to Final Acceptance. Temporary fences: If, during the course of the Work, it is necessary to remove or disturb any fencing, the Contractor shall, at his own expense, provide a suitable temporary fence which shall be maintained until the permanent fence is replaced. The Project Manager will be solely responsible for the determination of the necessity for providing a temporary fence and the type of temporary fence to be used. Responsibility for Temporary Structures: In accepting this Contract, the Contractor assumes full responsibility for the sufficiency and safety of all temporary structures or work and for any damage which may result from their failure or their improper construction, maintenance or operation and will indemnify and save harmless the City from all claims, suits or actions and damages or costs of every description arising by reason of failure to comply with the above 20. Security The site where the Work is to be performed may not be a secure site and the public may have access to the site. The Contractor shall have sole responsibility for the security of all Work materials, tools, equipment and Work at the Project(s) site. The City shall not be liable for any damage or loss to such materials, tools, equipment and Work and the Contractor shall be responsible for the repair or replacement of all Work such materials, tools, and equipment. 21. Construction Signage Where required by the Contract Documents the Contractor shall provide construction signage. The City shall provide the Contractor the wording and layout for the signs at the pre - construction conference. The Contractor shall furnish the two City signs at the Project(s) Site(s) as follows: ■ The first sign must be manufactured by Image 2000, 45 East 9th Court, Hialeah, Florida (305) 884-2240 or approved equal. The sign shall be 4 feet wide and 8 feet high and constructed of pressure sensitive 2 mil cast vinyl over mounted with 3 mil Mylar and mounted to 9 MDO with painted. back. The sign shall be mounted on 4 inch square wood or perforated "U" channel metal posts painted white, and be readable at eye level. The colors to be used on the sign are as follows: the background shall be white with blue lettering; the seal shall be white and gold with blue lettering form. • The second sign shall reflect other funding sources for the Project and shall reflect the Project information. The sign shall be 4 feet wide by 8 feet high by 3/ inch (thick) exterior plywood, suitably mounted and readable at eye level. The colors shall be blue and white. The background shall be white and all lettering shall be blue Helvetica. All paint shall be rated outdoor enamel. The City will provide the City Seal in decal form. • The Contractor shall also post appropriate construction site warning signs at the Work Site. Such signs shall be posted to warn pedestrian and vehicle traffic. Signage shall also be placed waterside to alert boater to the construction zone, requiring idle speed and a minimum clearance distance. Contractor shall provide drawings for the signage,. which shall be subject to approval by the Consultant. • The Project Manager and the City shall approve the locations for all signage. The cost for construction. signage is not included in the Contractor's Adjustment Factor(s). The Contractor will be allowed to include the applicable line items from the Construction 89 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 Task Catalog® in their Price Proposal(s) to charge for construction signage required by the City. 22. Construction Photographs Prior . to commencement of the Work the . Contractor will take digital photographs to document existing conditions and submit copies as required herein prior to the commencement of Work. Contractor shall submit with each application for payment photographs that accurately reflect the progress of all aspects the Work. The number of photographs to be taken will be based on the magnitude of work being performed. Contractor shall submit one copy of each photograph in print and digitally. The photographs shall be printed on 8"X10" high resolution glossy commercial grade and weight color photographic print paper. Each photograph shall be imprinted on its face with the title of the Project, the date, and time the picture was taken. Digital photographs shall be taken using .jpeg format and will be submitted on a CD-ROM clearly identifying the name of the Project, the name of the Contractor, and the timeframe in which the pictures were taken. Initial set up prints will be submitted in a three ring binder with each picture protected by a clear plastic sleeve. Subsequent prints are to be submitted in clear plastic sleeves that can be added to the binder. The three ring binder shall be of such size to be able to hold all print pictures. 23. Permit Fees Unless otherwise provided in the Contract Documents, incidental to the Job Order, the Contractor will be responsible for conducting all activities necessary to obtain all required building permits, other permits, governmental fees, licenses and inspections necessary for proper execution and completion of the Work including the preparation of all drawings, sketches, calculations and other documents and information that may be required. The cost of all activities required to obtain the permits (including expediting) will be at the Contractor's expense. However, all such actual permit fees paid by the Contractor will be treated as a Contract cost reimbursable. The Contractor will be allowed to include the applicable line items from the Construction Task Catalog® in their Price Proposal, supported by documented receipts, to receive a dollar -for -dollar reimbursement (no markup). 24. Projects Funded with Federal Funds Federal funds may be used on some Job Orders under this Contract. When Federal funds are used, the Contractor must pay the wage rates established by the U.S. Secretary of Labor in accordance with the stipulations contained in the Davis -Bacon Act, as amended, and have been established as being the rates for the corresponding classes of workmen employed for projects of a similar character in the locality where the Work is to be performed. The Contractor shall be notified by the City during the Joint Scope Meeting should Work be required that falls under the Minimum Wage Rates or a different wage determination. All laborers and mechanics employed by contractors and subcontractors on Job Orders funded directly by or assisted in whole or in part by and through the Federal Government shall be paid wages at rates not less than those prevailing on Projects of a character similar in the locality as determined by the Secretary of Labor in accordance with subchapter IV of chapter 31 of title 40, United States Code. The required prevailing wage rates shall are herein established as those set forth in the Davis Bacon Wage Decision, applicable to the location and type of Work, issued by Secretary of Labor and in effect as of the date the Work Order is issued to the Contractor. The Davis Bacon Wage Decisions in effect at any given time can be found at www.wdol.gov. Once a Job Order Is issued, the prevailing wages contained in the applicable Davis Bacon. Wage Decision remain in effect, relative to that Job Order and all related Supplemental Job Orders, until the Job Order and all related Supplemental Job Orders are complete and the Work accepted. It is the Contractor's responsibility to be 90 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 knowledgeable regarding the prevailing wage rates necessary to be paid on each Job Order, The Contractor shall submit certified payrolls to the City applicable to each Job Order on a monthly basis or as otherwise directed by the City. The City may monitor compliance by performing labor standard interviews of the Contractor and Subcontractor personnel. The City may hold retainage in sufficient amount as may be considered necessary for any underpayments of wages and/or fringes until any underpayment issues are resolved in accordance with the requirements of this Contract. Pursuant to the revised regulations contained in 29 CFR 3.5, full social security numbers and addresses are not to be reported on certified payrolls. A unique identifying number is to be used to associate each employee to their full information, which the employer must continue to maintain. The last four digits of the social security number may be used for this purpose, or an employer internal number may be used. Federal Disadvantaged Business Enterprise ("DBE') requirements may be established for • various projects. DBE requirements will be assigned on a Job Order -by -Job Order basis. Nondiscrimination, .Equal Employment Opportunity, and Americans with Disabilities Act • The Contractor shall not unlawfully discriminate against any employee or applicant for employment because of race, religion, age, color, sex or National origin, sexual orientation, marital status, political affiliation, or physical or mental disability if qualified. The Contractor shall take affirmative action to ensure that applicants are employed, and that employees are treated during their employment without regard to their race, religion, color, sex or National origin, sexual orientation, marital status, political affiliation, or physical or mental disability. Such actions shall include, but not be limited to the following: employment, upgrading, demotion, or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation; and selection of training, including apprenticeship. The Contractor agrees to post in conspicuous places available to employees and applicants for employment, notices setting forth the provisions of this non-discrimination clause. Subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. Failure to comply with above requirements is a material breach of the Contract, and may result in the termination of this Contract or such other remedy as the City deems appropriate. • The Contractor shall comply with Executive Order 11246 of September 24, 1965 30 FR 12319, 12935, 3 CFR, 1964-1965 Comp., p. 339 (Equal Employment Opportunity), Title VI and Title VII of the Civil Rights Act of 1964 (42 U.S.C. §2000d et seq.), Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. 701 et seq.), Title IX of the Education Amendments of 1972 (20 U.S.C. 1681-1688), the. Age Discrimination Act of 1975 (42 U.S.C. 6101-6107), and other civil rights laws applicable to recipients of Federal financial assistance. • The Contractor shall comply with Title I of the Americans with Disabilities Act regarding nondiscrimination on the basis of disability in employment and further shall not discriminate against any employee or applicant for employment because of race, age, religion, color, gender, sexual orientation, national origin, marital status, political affiliation, or physical or mental disability. In addition, the Contractor shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion, transfer, recruitment or recruitment advertising, •layoff, termination, rates of pay, other forms of compensation, terms and conditions of employment, training (including apprenticeship), and accessibility. Miscellaneous Other Applicable. Laws Rules and Regulations: On Job Orders funded directly by or assisted in whole or in part by and through the Federal Government, the Contractor shall comply with the following: 91 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 • The Copeland "Anti -Kickback" Act (18 U.S.C. Section 874) as supplemented in Department of Labor regulations (29 CFR part 3). • The "Anti -Kickback" Act of 1986 (41 U.S.C. Section 51 et seq.). • Sections 103 and 107 of the Contact Work Hours and Safety Standards Act (40 U.S.C. 327-330) as supplemented by Department of Labor regulations (29 CFR part 5). • The Federal Fair Labor Standards Act (29 U.S.C. Section 201 et seq.). • All other applicable Federal laws, rules and regulations, including but not limited to: • The Energy Policy and Conservation Act (42 U.S.C. 6321 et seq.); • The Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 et seq.); • The Clean Water Act (33 U.S.C. 1368 et seq.); • The Clean Air Act, as amended (42 U.S.C. 7401 et seq.); and • The Resource Conservation and Recovery Act (RCRA) (42 U.S.C. 6962). 25. JOC System License and Owner Furnished Software The City shall provide the Contractor with access to the Job Order Contracting software, PROGEN®, under a license provided by The Gordian Group, Inc. PROGEN® is a Job Order Contract management tool that expedites the ordering and execution of work. The Contractor shall use PROGEN® to prepare and submit Price Proposals, Subcontractor lists, and other requirements as determined by the City. PROGEN® contains an electronic version of the Construction Task Catalog® for the Contractor's use in preparation of Price Proposals. Use, in whole or in part, of PROGEN®, the Construction Task Catalog®, or any other Proprietary Information provided under the license from The Gordian Group, Inc, for any purpose other than to order and execute work under this Contract for the City is strictly prohibited unless otherwise stated in writing by The Gordian Group, Inc. The Consultant, through its agreement with Owner, grants to Contractor, and Contractor hereby accepts from The Consultant for the term of this Contract, a non-exclusive right, privilege, and license to utilize the Consultant's Job Order Contracting System and other related proprietary materials (collectively referred to as "Proprietary Information") to be used for the sole purpose of executing Contractor's responsibilities to Owner under this Contract. The Contractor hereby agrees that the Consultant's Proprietary Information shall include, but is not limited to, the PROGEN® software and support documentation, Construction Task Catalog®, training materials, and other proprietary materials provided to the Contractor by the Consultant or Owner. In the event this Contract expires or terminates as provided herein, this Job Order Contracting System License shall terminate and the Contractor shall return all Proprietary Information in its possession to the Consultant. The Contractor acknowledges that disclosure of Proprietary Information will result in irreparable harm to the Consultant for which monetary damages would be an inadequate remedy and agrees that no such disclosure shall be made to anyone without first receiving the written consent of the Consultant. The Contractor further acknowledges and agrees to respect the copyrights, registrations, trade secrets, and other proprietary rights of the Consultant in the Proprietary Information during and after the term of this Contract and shall at all times maintain complete confidentiality with regard to the Proprietary information 92 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 provided to the Contractor, subject to federal, state, and local laws related to public records disclosure. In the event of'a conflict in terms and conditions between this JOC System License and any other terms and conditions of this Contract or any purchase order or similar purchasing document issued by Owner, this JOC System License shall take precedence. 93 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 BID FORM: (Page 1 of 10) Section 4 — BID FORM Submitted: Date City of Miami, Florida Office of the City Clerk City Hall, lst Floor 3500 Pan American Drive Miami, Florida 33133-5504 The undersigned, as Bidder, hereby declares that the only persons interested in this Bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this Bid is made without connection with any other person, firm, or parties making a.Bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and that it has submitted the required Bid Guaranty; and all other required information with the Bid; and that this Bid is submitted voluntarily and willingly. The Bidder agrees, if this Bid is accepted, to contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project(s) entitled: Bid No: 11-12-017 Title: Job Order Contracts (JOC) for Horizontal and Vertical Construction The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, in the amount and in the form as indicated in the ITB Documents, 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 in the time frame as provided in the ITB Documents or fails to furnish the required Certificate(s) of Insurance within fifteen (15) calendar days after being notified of the award of the Contract. In the event of arithmetical errors, the Bidder agrees that these errors are errors which may be corrected by the City. In the event of a discrepancy between the price Bid in figures and the price Bid in words (if any), the price in words shall govern. 94 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 BID FORM: (Page 2 of 10) Schedule of Prices Note: B idders are bidding a set of Adjustment Factors, which will be used as the basis for determining the lowest responsive and responsible bidder. The Adjustment Factor(s) must be expressed as a percentage increase or decrease from the Construction Task Catalog®. The Adjustment Factors shall be to the fourth decimal place using conventional rounding methodology (i.e., if the number in the 5th decimal place is 0-4, the number in the 4t" decimal remains unchanged; if the number in the 51" decimal place is 5-9, the number in the 41" decimal is rounded upward). As example, a 5% increase would be expressed as an Adjustment Factor of 1.0500 and a 5% decrease would be expressed as an Adjustment Factor of 0.9500). EXAMPLE: Write the Adjustment Factor to four decimal places as the following examples illustrate. 1 1 5 5 2 One Point One Five Five Two Or 0 9 5 0 0 Zero Point Nine Five Zero Zero Note to Bidders: A Bidder may choose to Bid an Adjustment Factor for the horizontal construction contract or the vertical construction contract, or both (provided they meet the minimum requirements applicable to both the horizontal and vertical contracts). 95 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 BID FORM: (Page 3 of 10) HORIZONTAL CONSTRUCTION Adjustment Fact or for H orizontal C onstruction performed during Normal Construction Working Hours: (Specify to four decimal places) Written Amount Adjustment Factor for Horizontal Construction performed during Other Than Normal Construction Working Hours: (Specify to four decimal places) Written Amount HORIZONTAL CONSTRUCTION AWARD CRITERIA FIGURE The following formula has been developed for the sole purpose of evaluating Bids and awarding the contract. Complete the following calculation. Line 1. Adjustment Factor for Normal Construction Working Hours Line 2. Multiply Line 1 by 0.80 Line 3. Adjustment Factor for Other Than Normal Construction Working Hours Line 4. Multiply Line 3 by 0.20 Line 5. Summation of lines 2 and 4 (Award Criteria Figure) Write in numbers and words the Award Criteria Figure in the spaces below. (Specify to four decimal places) Written Amount 96 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 BID FORM: (Page 4 of '10) VERTICAL CONSTRUCTION Adjustment Factor for Vertical Construction performed during Normal Construction Working Hours: (Specify to four decimal places) Written Amount Adjustment Fact or f or Vertical C onstruction .per formed dur ing Other T han N ormal • Construction Working Hours: (Specify to four decimal places) Written Amount VERTICAL CONSTRUCTION AWARD CRITERIA FIGURE The following formula has been developed for the sole purpose of evaluating Bids and awarding the Contract. Complete the following calculation. Line 1. Adjustment Factor for Normal Construction Working Hours Line 2. Multiply Line 1 by 0.80 Line 3. Adjustment Factor for Other Than Normal Construction Working Hours Line 4. Multiply Line 3 by 0.20 • Line 5. Summation of lines 2 and 4 (Award Criteria Figure) Write in numbers and words the Award Criteria Figure in the spaces below. (Specify to four decimal places) Written Amount 97 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 BID FORM: (Page 5 of 10) DIRECTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES, AND PARTS III AND IV. Part I: Listed below are the dates of issue for each Addendum received in connection with this Bid: Addendum No. 1, Dated 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; (2) Establishing a continuing drug -free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; 98 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 BID FORM: (Page 6 of 10) (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 all employees engaged in performance of the Contract a copy of the statement required by. subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in'the workplace no later than five (5) calendar days after such conviction; (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii)Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug -free workplace program through implementation of subparagraphs(1) through (6); and 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 making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2)If any funds other than Federal appropriated funds have been paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 99 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 BID FORM: (Page 7 of 10) (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; and * Note: In these instances, "All" in the Final Rule is expected to be clarified to show that it applies to covered contract/grant transactions over $100,000 (per QMB). 6. Debarment, Suspension and Other Responsibility Matters The Bidder certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, and declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency. b. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph 1.b of this certification; and d. Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. Where the prospective Bidder is unable to certify to any of the statements in this certification, such Bidder shall submit an explanation to the City of Miami. Part IV; Certification — Trench Safety Act The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of the Trench Safety Act, and will comply with ail applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and its Subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. Bidder acknowledges that included in its Adjustment Factor(s)are costs for complying with the Florida Trench Safety Act. These items are a breakout of•the respective items involving trenching and will not be paid separately. They are not to be confused with bid items in the schedule of prices, nor be considered additional Work. Y 100 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 BID FORM: (Page 8 of 10) Bid Guaranty: Attached is a Bid Bond [ ], Cash [ ], Money Order [ ), Unconditional/Irrevocable Letter of Credit [ ], Treasurer's Check [ ], Bank Draft [ ], Cashier's Check [ ], Bid Bond Voucher [ ] or Certified Check [ ] No. drawn on Bank of for the sum of for Dollars ($ ) for the Horizontal Construction Contract. Bid Guaranty: Attached is a Bid Bond [ ], Cash [ ], Money Order [ ], Unconditional/Irrevocable Letter of Credit [ ], Treasurer's Check [ ], Bank Draft [ j, Cashier's Check [ ], Bid Bond Voucher [ ] or Certified Check [ ] No. drawn on Bank of for the sum of for Dollars ($ ) for th e Vertical Construction Contract. Not To Bidders: A Separate Bid Guarantee is required for Each of the Contracts being bid. See Article 9, the Instructions for Submission for the applicable amounts required for each contract. The Bidder shall acknowledge this Bid and certifies to the above stated in Part III and IV by signing and completing the spaces provided below. Firm's Name: Signature: Printed Name/Title: City/State/Zip: Telephone No.: Facsimile No.: E-Mail Address: Social Security No. or Federal Dun and I.D. No.: Bradstreet No.: (if applicable) If a partnership, names and addresses of partners: 101 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 BID FORM: (Page 9 of 10) CERTIFICATE OF AUTHORITY (IF CORPORATION) I HEREBY CERTIFY that at .a meeting of the Board of Directors of a corporation organized and existing under the laws of the State of , held on the day of , , a resolution was duly passed and adopted authorizing (Name) as (Title) of the corporation to execute bids on behalf of the corporation and providing that his/her execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of ,.20 Secretary: Print: CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws of the State of , held on the day of , a resolution was duly passed and adopted authorizing (Name) as (Title) of the to execute bids on behalf of the partnership and provides that his/her execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 Partner: Print: CERTIFICATE OF AUTHORITY IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this Bid is authorized to sign Bid documents on behalf of the joint venture. If there is no joint venture agreement each member of the joint venture must sign the' Bid and submit the appropriate Certificate of Authority (corporate, partnership, or individual). CERTIFICATE OF AUTHORITY . (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) , individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the Bid to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 Signed: Print: 102 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 BID FORM: (Page 10 of 10) NOTARIZATION STATE OF ) SS: COUNTY OF ) The foregoing instrument was acknowledged before me this day of 20 , by , who is personally known to me or who has produced as identification and who (did / did not) take an oath. SIGNATURE OF NOTARY PUBLIC STATE OF FLORIDA PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC 103 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 Section 5 — Attachments BID BOND FORM (Page 1 of 3) State of Florida County of Dade ) SS City of Miami ) KNOWN ALL PERSONS BY THESE PRESENTS, that as Principal, as Surety, • are held and firmly bound unto The City of Miami, in the penal sum of Dollars ($ ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying Bid, dated , 20 for: JOB ORDER CONTRACTS (JOC) FOR HORIZONTAL AND VERTICAL CONSTRUCTION, CIP Project No. 11-12-017 NOW THEREFORE: (a) If the principal shall not withdraw said Bid within one hundred twenty (120) days after date of opening the same, and shall within ten (10) days after the prescribed forms are presented to him for signature, enter into a written contract with the City, in accordance with the bid as accepted, and give bond with good and sufficient Surety or Sureties, as may be required, for the faithful performance and proper fulfillment of such contract; or, (b) In the event if the withdrawal of said Bid within the period specified, or the failure to enter into such contract and give such bond within the time specified, if the principal shall pay the City the difference between the amount specified in said Bid and the amount for which the City may procure the required Work and supplies, if the latter amount be in excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. 104 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 BID BOND FORM (Page 2 of 3) IN WITNESS WHEREOF, the above bound parties have executed this instrument under their several seals, this day of , A. D., 20, the name and corporate seal of each party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body: WITNESS: (If Sole Ownership, Partnership, or Joint Venture, two (2) Witnesses are required. If Corporation, Secretary only will attest and affix seal.) PRINCIPAL: (Name of Firm) Affix Seal (Signature of authorized officer) (Title) (Business Address) City State . Zip Surety: (Corporate Surety) Affix Seal Surety Secretary (Signature of Authorized Officer) (Title) (Business Address) City 105 State Zip Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No,: 11-12-017 BID BOND FORM (Page 3 of 3) CERTIFICATE AS TO CORPORATE PRINCIPAL certify that I am the Secretary of the Corporation named as Principal in the within bond; that of said corporation; that I know his signature, and the signature hereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said corporation by authority of its governing body. STATE OF FLORIDA ) COUNTY OF DADE City OF MIAMI SS (Corporate Seal) Before me, a Notary Public duly commissioned, and qualified, personally appeared to me well known, who being by me first duly sworn upon oath, says that he/she is the attorney -in -fact, for the and that he/she has been authorized by to execute the foregoing bond on behalf of the Contractor named therein in favor of The City of Miami, Florida. Subscribed and sworn to before me this INSTRUCTIONS: Bid Bonds must be accompanied by a Power of Attorney, in compliance with Instructions for Submission day of A. D., 20. Notary Public, State of Florida at Large 106 My Commission Expires: Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 This Page Intentionally Left Blank 107 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 SUPPLEMENT TO BID FORM: QUESTIONNAIRE ****Important**** If you are bidding both the horizontal and vertical construction contracts, submit a separate Questionnaire for Each Contract. This C ompleted For m Must Be S ubmitted With T he B id, The C ity M ay, At I is S ole Discretion, Require That The Bidder Submit Additional Information Not Included In The Submitted Form. Such Information Must Be Submitted Within Seven (7) Calendar Days Of The City's Request. Failure To Submit The Form Or Additional Information Upon Request By The City Shall Result In The Rejection Of The Bid As Non -Responsive. Additional Pages May Be Used Following The Same Format And Numbering. By submitting its Bid the Bidder certifies the truth and accuracy of all information contained herein. A. Business Information 1. How many years has your company been in business under its current name and ownership? a. Professional Licenses/Certifications (include name and number)* Issuance Date (*include active certifications of small or disadvantage business & name of certifying entity) b. Date company licensed by Dept. Of Professional Regulation: c. Qualified Business License: [T'es alo If Yes, Date Issued: c. What is your primary business? (This answer should be specific. For example; paving, drainage, schools, interior renovations, etc.) d. Name of Qualifier, license number, and relationship to company: e. Names of previous Qualifiers during the past five (5) years including, license numbers, relationship to company and years as qualifier for the company 2. Name and Licenses of any prior companies Name of Company License No. Issuance Date 108 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 3. Type of Company: ❑ Corporation ❑ "S" Corporation QLC aore Proprietorship Either: (Corporations will be required to provide a copy of their corporate resolution prior to executing a contract) 4. Company Ownership a. identify all owners of the company Name Title % of ownership b . Is any owner identified above an owner in another company? ❑ Yes ❑ No If yes, identify the name of the owner, other company names, and % ownership c. Identify all individuals authorized to sign for the company, indicating the level of their authority (check applicable boxes and for other provide specific levels of authority) Name Title Signatory Authority All Cost No -Cost Other ❑ ❑ ❑ 0 ❑ ❑ ❑ ❑ ❑ ❑ ❑ 0 ❑ 0 ❑ .❑ Explanation for Other: (Note: "All" refers to any type of document including but not limited .to contracts, amendment, change proposal requests (CPR), change orders (CO), notices, claims, disputes, etc. "Cost' refers to CPRs, COs. No -cost refers to RFIs, Notices, and other similar documents) 5. Employee Information Total No, of Employees: Number of Managerial/Admin. Employees: Number of Trades Personnel and total number per classification: • (Apprentices must be listed separately for each classification) 109 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11.12-017 6. Has any owner or employee of the company ever been convicted of a federal offense or moral turpitude: If yes, please explain: 7. Insurance & Bond Information a. Insurance Carrier name & address: b. Insurance Contact Name, telephone, & e-mail: c. Insurance Experience Modification Rating (EMR): (if no EMR rating please explain why) d. Number of Insurance Claims paid out in last 5 years & value: e. Bond Carrier name & address: f. Bond Carrier Contact Name, telephone, & e-mail: g. Number of Bond Claims paid out in last 5 years & value: 8. Have any claims lawsuits been file against your company in the past 5 years, If yes, identify all where your company has either settle or an adverse judgment has been issued against your company. Identify the year basis for the claim or judgment & settlement unless the value of the settlement is covered by a written confidentiality agreement. 9. To the best of your knowledge is your company or any officers of your company currently under investigation by any law enforcement agency or public entity. If yes, provide details: 10. Has your company been assessed liquidated damages or defaulted on a project in the past five (5) years? ❑ Yes ❑ No (If yes, provide an attachment that provides an explanation of the project and an explanation. 11. Has your company been cited for any OSHA violations in the past five (5) years. If yes, please provide an attachment including all details on each citation, 110 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 12. Provide an attachment listing all of the equipment, with a value of $5,000 or greater, owned by your company. B. Project Management & Subcontract Details 1. Project Manager for this Project: a. Name: b. Years with Company: c Licenses/Certifications: d. Last 3 projects with the company including role, scope of work, & value of project: Subcontractors: Name Trade % of Work License No. Certification* (*active certifications of small or disadvantage business & name of certifying entity) 3. Scope of actual construction work to be performed by your company and the corresponding percentage of the work: (This does not Include such items as Insurance* bonds, dumpsters, trailers, and other similar non -construction work items) C. Current and Prior Experience: 1. Current Experience including projects currently under construction, recently awarded, or pending award (Provide an attachment to this questionnaire that lists all such projects, including the owner's name, title and value of project, scope of work, projected or actual start date, projected completion date, and number of • company trades personnel assigned to the project) 2. Prior Projects of a similar size, and scope: Provide as an attachment to this Questionnaire six (6) separate completed project references for similar projects valued at $200,000 or greater completed within the last two (2) years that can be supported by the owner's references required in "D" below that the City should consider in determining the Bidders responsiveness and responsibility. This attachment must include the minimum .number of projects required herein for the Bidder to be considered responsive. 111 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 Reference information provided must include the owner's name, address and contract person, including telephone & e-mail, title of project, location of project, scope, initial value and final cost of the project, projected and final timeframes for completion in calendar days and the number of company trades personnel, by classification, that were assigned to the project. The delivery method, including, but not limited to; design -build, CM@Risk, Design -Bid -Build, etc. is to be identified for each Project. if there is a difference between the initial and final cost or initial and actual timeframe provide details on why the differences exist. A reference letter is to be completed by the owner of the Project and submitted as part of the Bid submission. D. Bidder's References Bidders are to include a minimum of six (6) references from completed projects listed in "C.2" above. The attached form is to be used and is to be included with the Bid submission. The City, at its sole discretion may allow the Bidder to submit the references after the specified date for Bid submission. 112 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 This Page Intentionally Left Blank 113 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 SUPPLEMENT TO BID FORM: CUSTOMER REFERENCE LISTING (Page 1 of 1) Bidders may furnish the names, addresses, and telephone numbers of firms or government organizations for which the Contractor has provided services in addition to the minimum Six (6) projects. • 1) Company Name Address Contact Person/Contract Amount Telephone No. /Fax No. 2) Company Name Address Contact Person/Contract Amount Telephone No. /Fax No. 3) Company Name •Address Contact Person/Contract Amount Telephone No. /Fax No. 4) Company Name Address Contact Person/Contract Amount Telephone No. /Fax No. 5) Company Name Address Contact Person/Contract Amount Telephone No. /Fax No. 114 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No,: 11-12-017 This Page Intentionally Left Blank 115 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 City of jtiatiti Johnny Martinez, P.E. City Manager To Whom it May Concem Subject: Reference Letter for Vertical Projects Name of Bidder: The above referenced contractor is submitting on a bid solicitation that has been issued by the City of Miami. We require that the Bidder provide written references with their Bid submission and by providing . you with this document the Contractor is requesting that you provide the following reference information. We would appreciate you providing the information requested below as well as any other information your feel is pertinent: Name of Project: Scopeof work: Value of project: $ Date Completed: Was project completed on time & within budget: ❑ Yes ❑ No If no, was the contractor at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No if yes, please provide details: Comments: Thank you for your assistance in helping us in evaluating our bid solicitation. Name of individual completing this form: Date: Signature: Title: Telephone: - E-mail: Sincerely, Mr. Jeovanny Rodriguez, P.E., Assistant Director 116 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 City of ifliami Johnny Martinez, P.E. City Manager To Whom it May Concern Subject: Reference Letter for Horizontal Projects Name of Bidder: The above referenced contractor is submitting on a bid solicitation that has been issued by the City of Miami. We- require that the Bidder provide written references- with their Bid submission and by providing you with this document the Contractor is requesting that you provide the following reference information. We would appreciate you providing the information requested below as well as any other information your feel is pertinent: Name of Project: Scope of work: Value of project: $ Date Completed: Percentage of work self -performed by Contractor: Was project completed on time & within budget: ❑ Yes ❑ No If no, was the contractor at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No If yes, please provide details: Comments: Thank you for your assistance in helping us in evaluating our bid solicitation. Name of individual completing this form: Date: Signature: Title: Telephone: E-mail: Sincerely, Mr. Jeovanny Rodriguez, P.E., Assistant Director 117 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No,: 11-12-017 SUPPLEMENT TO BID FORM: OFFICE LOCATION AFFIDAVIT (Page 1 of 2) Please t ype or pr int clearly. T his Affidavit m ust be co mpleted i n f ull, s igned 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) 0 Partnership ❑ Sole Proprietorship 0 Corporation Corporation Document No: Date Established Occupational License No: Date of Issuance Office Location (Establishment of the bidder/Bidder): PRESENT Street Address: City: State: How long at this location: PREVIOUS Street Address: City: State How long at this location: According to Section 18-85 (a) of the City of Miami Code, as amended: The "City Commission may offer to a responsible and responsive local bidder, who maintains an office in. the City of Miami, the opportunity of accepting a Bid at the low bid amount, if the original bid amount submitted by the local bidder does not exceed 15 percent of the lowest other . responsible and responsive bidder." The intention of t his section i s to benef it I ocal bona f ide b idders/Bidders to promote economic development within the corporate limits of the City of Miami. (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/Bidders by this section. 118 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No,: 11-12-017 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 all partners of a joint venture.) NOTARIZATION STATE OF FLORIDA, COUNTY OF 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 subm it with your Bid copies of Occupational License, professional and/or trade License to verify local status. The City of Miami 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. 119 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 LOCAL, SMALL, & DISADVANTAGED BUSINESS. ENTERPRISE PARTICIPATION **** Contractor will submit info below on a Job -Order -by -Job Order basis with their Price Proposal Package applicable to each Job Order**** Local, Small, and Disadvantaged Business Enterprise Participation Project No.: Title: Bidder/Contractor: As previously stated in the Contract Documents, the City encourages the participation of local, small and • disadvantaged owned businesses. Based on this•ongoing effort the City requires that with the submission of the Bid, first payment requisition, and at the request of City representative, the Contractor shall submit this report. Failure to submit the report may delay the issuance of payment to the Contractor. Contractor shall submit an updated report when a Subcontractor has been added or changed. The following certified local, small, disadvantaged, firms have been awarded subcontracts for this Project. The legend is to be used in completing the appropriate columns. Name of Firm (Bidder and Subcontractors) Business Designation (check all that apply) Certifying Agency (Agencies) List all applicable Value of Work Assigned/Awarded Percentage of Total Work or Contract ❑ CSBE 0 DBE 0 None $ • Local ❑ SBE ❑ Other D. Local 0 CSBE 0 DBE 0 None $ 0 SBE 0 Other ❑ Local 0 CSBE 0 DBE 0 None $ ❑ SBE 0 Other ❑ Local ❑ CSBE 0 DBE 0 None $ ❑ SBE 0 Other D Local 0 CSBE 0 DBE ❑ None $ ❑ SBE ❑ Other . ❑ Local 0 CSBE ❑ DBE 0 None 0 SBE 0 Other LEGEND Types of Firm Certifying Entities CSBE - Community Small Business CM - City of Miami DBE - Disadvantaged Business Enterprise BC - Broward County SBE - Small Business Enterprise FDOT - Florida Department of Transportation Local - Local Firrn (within City of Miami city limits) FG - Federal Government None - no special designation MD - Miami Dade County Other - please identify NOTE: COPIES OF CERTIFICATIONS MUST BE ATTACHED. LOCAL FIRMS SHALL ATTACH THE LOCAL OFFICE AFFIDAVIT 120 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 This Page Intentionally Left Blank 121 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 Section 6- Contract Execution Form This Contract (contract number) made this day of in the year 2012 by and between THE CITY OF MIAMI, FLORIDA, hereinafter called the "CITY," and (name of Contractor), hereinafter called the "CONTRACTOR" for the Job Order Contract for (HorizontalNertical) Construction for the following awarded Adjustment Factors: Normal Construction Working Hours: Other Than Normal Construction Working Hours: IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST (CONTRACTOR NAME) Signature Signature Print Name, Title Print Name, Title of Authorized Officer or Official ATTEST: (Corporate Seal) CONTRACTOR Secretary (Affirm CONTRACTOR Seal, if available) ATTEST: Cityof Miami, a municipal corporation of the State of Florida Priscilla Thompson, City Clerk Johnny Martinez, P.E., City Manager 122 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Calvin Ellis, Director Risk Management Julie O. Bru, City Attorney 123 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 CORPORATE RESOLUTION WHEREAS, , Inc. desires to enter into' a contract with the City of Miami for the purpose of performing the work described in the contract to which this resolution is attached; and WHEREAS, the Board of Directors at a duly held corporate meeting has considered the matter in accordance with the By -Laws of the corporation; Now, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS that the (type title of officer) is hereby authorized • (type name of officer) and instructed to enter into a contract, in the name and on behalf of this corporation, with the City of Miami upon the terms contained in the proposed contract to which this resolution is attached and to execute the corresponding performance bond. DATED this day of , 20 Corporate Secretary (Corporate Seal) 124 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 This Page Intentionally Left Blank 125 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 FORM OF PERFORMANCE BOND (Page 1of 2) BY THIS BOND, We , as Principal, hereinafter called Contractor, and , as Surety, are bound . to the City of Miami, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No: 11-12-017, awarded the day of , 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the Contract between Contractor and City for construction of , the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the Contract; and 2. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains as a result of default by Contractor under the Contract; and 3.Performs the guarantee of all Work and materials furnished under the Contract for the time specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL FORCE AND EFFECT. 4. Whenever Contractor shall be, and declared by City to be, in default under the Contract, City having performed City obligations hereunder, the Surety may promptly remedy the default, or shall promptly: 4.1. Complete the Project in accordance with the terms and conditions of the Contract Documents; or 126 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 FORM OF PERFORMANCE BOND (Page 2 of 2) l 4.2. Obtain a bid or bids for completing the Project in accordance with the terms and conditions of the Contract Documents, and upon determination by Surety of the lowest responsible Bidder, or, if City elects, upon determination by City and Surety jointly of the lowest responsible Bidder, arrange for a contract between such Bidder and City, and make available as Work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion .less the balance of the Job Order Amount; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Job Order Amount," as used in this paragraph, shall mean the total amount payable by City to . Contractor under the Contract and any amendments thereto, less the amount properly paid by City to Contractor. No right of action shall accrue on this bond to or for the use of any person or corporation other than City named herein. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond. Signed and sealed this day of , 20 WITNESSES: Secretary (CORPORATE SEAL) By: (Name of Corporation) (Signature) (Print Name and Title) IN THE PRESENCE OF: INSURANCE COMPANY: 127 By: Agent and Attorney -in -Fact Address: (Street) (City/State/Zip Code) Telephone No.: Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 FORM OF PAYMENT BOND (Page 1of 2) BY THIS BOND, We , as Principal, hereinafter called Contractor, and , as Surety, are bound to the City of Miami, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No. ITB 11-12-017 ; awarded the day of 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains because of default by Contractor under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 255.05(1) for all labor, materials and supplies used directly or indirectly by Contractor in the performance of the Contract; THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS: 2.1. A claimant, except a laborer, who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within forty-five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the Work, furnish to Contractor a notice that he intends to look to the bond for protection. 2.2. A claimant who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to Contractor and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. 2.3. No action for the labor, materials, or supplies may be instituted against Contractor or the Surety unless the notices stated under the preceding conditions (2.1) and (2.2) have been given. 2.4. Any action under this Bond must be instituted in accordance with the longer of the applicable Notice and Time Limitations provisions prescribed in Section 255.05(2), or Section 95-11, Florida Statutes. 128 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 FORM OF PAYMENT BOND (Page 2 of 2) The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect the Surety's obligation under this Bond. Signed and sealed this - day of , 20 ATTEST: By: Contractor (Name of Corporation) (Secretary) (Signature) (Corporate Seal) (Print Name and Title) day of , 20 IN THE PRESENCE OF: INSURANCE COMPANY: By: 129 Agent and Attorney -in -Fact Address: (Street) (City/State/Zip Code) Telephone No.: Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 CERTIFICATE AS TO CORPORATE PRINCIPAL I, , certify that I am the Secretary of the corporation named as Principal in the foregoing Performance and Payment Bond (Performance Bond and Payment Bond); that who signed the Bond(s) on behalf of the Principal, was then of said corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond(s) was (were) duly signed, sealed and attested to on behalf of said corporation by authority of its governing body. (SEAL) Secretary (on behalf of) Corporation STATE OF FLORIDA ) SS COUNTY OF MIAMI-DADE ) Before me, a Notary Public duly commissioned, qualified and acting personally, appeared to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Performance and Payment Bond (Performance Bond and Payment Bond) on behalf of Contractor named therein in favor of City. Subscribed and Sworn to before me this day of , 20 My commission expires: 130 Notary Public, State of Florida at Large Bonded by Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 This Page Intentionally Left Blank 131 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 PERFORMANCE AND PAYMENT GUARANTY FORM UNCONDITIONAL/IRREVOCABLE LETTER OF CREDIT: (Page 1 of 2) Date of Issue Issuing Bank's No. Beneficiary: Applicant: City of Miami 444 SW 2`d Avenue Miami, Florida 33130 Amount: in United States Funds Expiry: (Date) Bid/Contract Number We hereby authorize you to draw on (Bank, Issuer name) at by order (branch address) of and for the account of (contractor, applicant, customer) up to an aggregate amount, in United States Funds, of • available by your drafts at sight, accompanied by: 1. A signed statement from the City Manager or his authorized designee, that the drawing is due to default in performance of certain obligations on the part of (contractor, applicant, customer) agreed upon by and between the City of Miami, Florida and (contractor, applicant, customer), pursuant to Bid/Contract No. for (name of project) and Section 255.05, Florida Statutes. Drafts must be drawn and negotiated not later than (expiration date) 132 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 PERFORMANCE AND PAYMENT GUARANTY FORM UNCONDITIONAL/IRREVOCABLE LETTER OF CREDIT: (Page 2 of 2) Drafts must bear the clause: "Drawn under Letter of Credit No. (Number), of (Bank name) dated This Letter of Credit shall be renewed for successive periods of one (1) year each unless we provide the City of Miami with written notice of our intent to terminate the credit herein extended, which notice must be provided at least thirty (30) days prior to the expiration date of the original term hereof or any renewed one (1) year term. Notification to the City that this Letter of Credit will expire prior to performance of the Contractor's obligations will be deemed a default. This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not in any way be modified, or amplified by reference to any documents, instrument, or agreement referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by reference any document, instrument, or agreement. We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under and in compliance with the terms of this credit that such drafts will be duly honored upon presentation to the drawee. Obligations under this Letter of Credit shall be released one (1) year after the Final Completion of. the Project by the (contractor, applicant, customer) This Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of Commerce (1993 revision), Publication No. 500 and to the. provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or country and Florida law should arise, Florida law shall prevail. Authorized Signature 133 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 INFORMATION FOR DETERMINING JOINT VENTURE ELIGIBILITY If the Proposer is submitting as a joint venture, please be advised that this form (2 pages) MUST be completed and the REQUESTED written joint -venture agreement MUST be attached and submitted with this form. 1. Name of joint venture: 2. Address of joint venture: 3. Phone number of joint venture: 4. Identify the firms that comprise the joint venture: 5. Describe the role of the MBE firm (if applicable) in the joint venture: 6. Provide a copy of the joint venture's written contractual agreement. 7. Control of and participation in this Agreement. Identify by name, race, sex, and "firm" those individuals (and their titles) who are responsible for day-to-day management and policy decision making, including, but not limited to, those with prime responsibility for: (a) Financial decisions: (b) Management decisions, such as: (1) Estimating: (2) Marketing and sales: (3) Hiring and firing of management personnel: (4) Purchasing of major items or supplies: (c)Supervision of field operations: 134 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 NOTE: If, after filing this form and before the completion of the joint venture's work on the subject Contract, there is any significant change in the information submitted, the joint venture must inform the County in writing. AFFIDAVIT "The undersigned swear or affirm that the foregoing statements are correct and include all material information necessary to identify and explain the terms and operation of our joint venture and the intended participation by each joint venturer in the undertaking. Further, the undersigned covenant and agree to provide to the County current, complete and accurate information regarding actual joint venture work and the payment therefore and any proposed changes in any of the joint venturer relevant to the joint venture, by authorized representatives of the County. Any material misrepresentation will be grounds for terminating any Contract which may be awarded and for initiating action under Federal or State laws concerning false statements." Name of Firm: Name of Firm: Signature: • Signature: Name: Nanie: Title: Title: Date: Date: 135 Job Order Contracts (JOC) For Horizontal And Vertical Construction Bid No.: 11-12-017 CITY OF MIAMI Capital Improvements Program BID NO,: 11-12-017 Job Order Contracts for Horizontal and Vertical Construction ADDENDUM NO.1 April 17, 2012 TO: ALL PROSPECTIVE BIDDERS: The following changes, revisions, additions, clarifications, and deletions amend the above -captioned Bid/Contract documents, and shall become an integral part of the Invitation to Bid responses and the subsequent Contract. Please note the contents herein and affix same to the documents you have on hand. Request for Information Q4. The minimum requirement mandates among other items that the bidder have six (6) separate project references valued at $200,000.00 or greater in the last two years. Can the City consider either extending the two year limit to four years or lowering the amount of jobs from six to three? This will still ensure qualified recent experience. • Al. The Bid document has been revised to read as follows: Notice of Contractors — Minimum Requirements: "Bidders must have a minimum of five (5) years experience under its current business name, in the . construction of similar Projects as described for the applicable Contract herein, including four (4) six-(C) separate project references valued at $200,000 or greater in the last four (4) t years. The Bidder must meet all the minimum requirements as stated above, no exceptions." Supplement to Bid Form -Questionnaire: C. Current and Prior Experience: "Prior Projects of a similar size, and scope: Provide as an attachment to this Questionnaire four (4) sib separate completed project references for similar projects valued at $200,000 or greater completed within the last four (4) two-(2 years that can be supported by the owner's references required in "D" below that the City should consider in determining the Bidders responsiveness and responsibility. This attachment must include the minimum number of projects required herein for the Bidder to be considered responsive." D. Bidder's References "Bidders are to include a minimum of four (4) six-(6-} references from completed projects listed in "C.2" above. The attached form is to be used and is to be included with the Bid submission. The City, at its sole discretion may allow the Bidder to submit the references after the specified date for Bid subrission." THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENTS AND SHALL BE MADE A PART THEREOF. IA NI Jeova Ro• • uez, P, ssitant Director Capi Impr. ements ; ••ram This Addendum should be signed and dated by the Bidder and submitted as proof of receipt with the submission of bids, The Bidder by identifying the Addendum number in their Bid proposal and by signing and submission of their bid shall serve as proof of receipt of this Addendum. NAME OF FIRM: SIGNATURE: DATE: Job Order Contract Page 2 ITD No. 11-12-017 CITY OF MIAMI Capital Improvements Program BID NO.: 11-12-017 Job Order Contracts for Horizontal and Vertical Construction ADDENDUM NO. 2 May 4, 2012 TO: ALL PROSPECTIVE BIDDERS: The following changes, revisions, additions, clarifications, and deletions amend the above -captioned Bid/Contract documents, and shall become an integral part of the Invitation to Bid responses and the subsequent Contract. Please note the contents herein and affix same to the documents you have on hand. List of Potential Bidders This document is included as part of this Addendum. Request for Information Q1. Can one Bidder be awarded both a horizontal and vertical contract? Al. You may bid on both contracts. Section 1, "Instructions for Submission", Article 14 "Bid Award", states the following: "The City anticipates awarding up to six (6) Contracts for horizontal construction and six (6) Contracts for vertical construction. The City reserves the right to award fewer contracts or additional contracts if determined to be in the best interest of the City. The City reserves the right to limit the number of contracts held by a Contractor, if in the best interest of the City". Q2. Section 1, Item 9 on page 11 indicates that "All bids must be made upon the blank City forms provided herein" Please advise if it is acceptable tolist-"see attached" for questions asked where all of the information requested will not fit in the space provided, and provide the complete information on additional pages for the following: Questionnaire: • A4a — Company Ownership • A4c — Authorized Signers • A8 — Claims Lawsuits • B3 — last 3 project subcontractors A2. Yes. Use the City's same format in the bid documents for the additional information listed above. For clarity purposes, identify on the documents that it is a continuation by including the corresponding number and/or letter of the form and section. Q3. Can the City consider allowing the contract to be awarded to a bidder with an inactive state of Florida Certified Contractor license, who is in the process of activating it; or, if the bidder is in the process of registering a State of Florida Certified general Contractor as the qualifier for their company? This bidder can be mandated to hold an active license prior to award of the first project under this contract, please advise. A3. No, the City will not consider awarding a contract to a bidder unless they have a current, active license as stated in the bid document. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENTS AND SHALL BE MADE A PART THEREOF. Jeovannez, P.E,, As ' a Director Capital mpro ments Prog This Addendum should be signed and dated by the Bidder and submitted as proof of receipt with the submission of bids. The Bidder by identifying the Addendum number in their Bid proposal and by signing and submission of their bid shall serve as proof of receipt of this Addendum. Job Order Contract NAME OF FIRM: SIGNATURE: DATE: Page 2 Addendum No. 2. ITB No. 11-12-017 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Johnny Martinez, P.E. DATE: February 26, 2013 FILE: City Manager FROM: Mark Spanioli, P.E. Director to je___,,c apital Improvements Program SUBJECT: Recommendation of Award Job Order Contract for Horizontal & Vertical Construction REFERENCES:. !TB 11-12-017 ENCLOSURES: Bid Security List, Best and Final letters & bid forms, Acceptance letters Recommendation Based on the findings below, Capital improvements Program has determined the seven (7) lowest responsive and responsible Bidders for the Horizontal Construction category; and the eight (8) lowest responsive and responsible Bidders for the Vertical Construction category; (including four (4) Bidders in both categories), for ITB 11-12-017, Job Order Contracts for Horizontal and Vertical Construction and hereby recommends that contracts be awarded to each of these eleven (11) firms. Background Capital Improvements Program (CIP) received thirty three (33) bids on May 11, 2012, in response to the solicitation for the Job Order Contracts for Horizontal and Vertical Projects ("JOC"). Seventeen (17) firms submitted for Horizontal; sixteen firms (16),submitted .for Vertical and among these firms, twelve (12) firms submitted for both Contracts, which are reflected on the attached Bid Security List. Minimum Requirements: To be awarded a Contract for Vertical Construction Bidders shall hold a current active State of Florida Certified General Contractor license or a Certified Building Contractor license. To be awarded a Contract for Horizontal Construction a bidder shall hold a current active State of Florida Certified General Contractor license or General Engineering Contractor's Certificate of Competency issued by Miami -Dade County's Construction Trades Qualifying Board. The Scopes of Work for the Projects to be awarded under the JOC contracts are as follows: Horizontal Projects Include, but are not limited to: new construction repair, maintenance,' and/or reconstruction of underground storm and/or sanitary sewer systems and components such as pump stations, force mains, injection wells and disposal outfalls; rights -of -way and streetscape improvements (roads, sidewalks and swale areas) including, without limitation, street grading, pavement milling, paving, curb and gutter installation, striping, sidewalks, pavers, irrigation systems, supplement lighting and landscaping; and waterway improvements and maintenance. 1 Vertical Projects Include, but are not limited to: new construction, alteration, renovation and rehabilitation of City property and facilities; capital maintenance; expansion of park and recreational facilities, community and day care centers, administrative offices and facilities, fire stations and support facilities, police facilities, other performance venues, marinas, etc. Terms of Award Projects that will be awarded under the JOC Contracts will typically be less than $1,000,000 and may cover a wide variety of projects. Bidders were able to bid on either the horizontal or vertical projects or on both. However, Bidders were required to submit separate Adjustment Factors for Horizontal Work and Vertical Work if they were bidding on both types of Work. The method of award stipulated that Adjustment Factors of the. six (6) lowest responsive bidders will be averaged to determine the factor to be paid by the City for all Work under the JOC Contracts. The Bid Form requires that Bidders submit two (2) Adjustment Factors. The Adjustment Factors are applied to the Unit Prices in the Construction Task Catalog® (CTC). Each Bidder shall submit the following Adjustment Factors for Work to be performed: • During Normal Construction Working Hours (as stipulated by City Code) • During Other Than Normal Construction Working Hours CIP will be awarding seven (7) Contracts for Horizontal Construction Work with an estimated annual value of $2,000,000; and eight (8) contracts for Vertical Construction, each with an estimated annual value of $2,500,000. The ITB also allows the City to award additional Contracts should CIP determine there is an increased need. CIP had originallyintended to award these contracts to the four (4) lowest responsive and responsible bidders in each category, using the averaged Adjustment Factors of these four (4) firms, but upon further review, CIP has determined that a larger pool of contractors is beneficial to the City. In order to include these additional firms and accommodate the City, CIP has elected to utilize the averaged Adjustment Factor amounts of the four (4) lowest bidders in both categories as originally proposed for all awarded JOC contracts. The City reserves the right to pay/award the contracts based on actual bids received, but instead, has chosen to utilize averaged Adjustment Factor amounts as an alternate to contracting at the individual rates offered by each bidder. Findings CIP has completed its review of the bid submittals. In the Horizontal category, the seven (7) lowest bidders are in order, as follows: 1. FHP Tectonics Corp.* 2. H & J Asphalt, Inc. 3. Metro Express, Inc. 4. Team Contracting, Inc. 5. H.A. Contracting, Corp.* 6. Harbour Construction, Inc.* 7. JB Builders and Contractors, Inc., d/b/a Ballarena Construction* The averaged Adjustment Factors will be: 0.8472 for Construction Working Hours and 0.9080 for Other Than Normal Construction Working Hours. In the Vertical category, the eight (8) lowest bidders are in order, as follows: 2 1. FHP Tectonics Corp.* - 2. Thornton Construction Co., Inc. 3. Allied Contractor's, Inc. 4. Harbour Construction, Inc.* 5. H.A. Contracting, Inc.* 6. M.A.C. Construction, Inc. 7. GEC Associates, Inc. 8. JB Builders and Contractors, Inc., d/b/a Ballarena Construction* The averaged Adjustment Factors will be: 0.8464 for Construction Working Hours and 0.8502 for Other Than Normal Construction Working Hours. Each of the above listed Bidders in both categories was sent a letter of compliance and given the opportunity to accept or reject these averaged Adjustment Factors. All the bidders listed in both categories above accepted. One additional firm in the horizontal• category did not respond to the letter and was removed from the list of potential awardees. The City's staff had determined with the vertical submittals, that FHP Tectonics Corp. ("FHP"); is a responsible, non -local bidder; and Thornton Construction Co., Inc., ("Thornton") the fifth lowest bidder had submitted a responsive bid within fifteen percent (15%) of FHP's bid and maintains a local office, as defined in City Code Section 18-73. In accordance with Section 18-85(a) of the City of Miami Code, as amended, any responsible local bidder(s) who have submitted responsive bids within fifteen percent (15%) of the non -local low bidder are granted the opportunity to submit their Best and Final bid, equal to or lower than the non- local low bidder's original bid amount. Both Bidders were sent a letter and a blank duplicate bid form, dated June 5, 2012, instructing them to complete the bid form and submit it in a sealed, addressed and dated envelope to CIP no later than June 12, 2012 at 5:00 p.m., to comply with the City's request. Both Bidders submitted a Best and Final bid within the seven day period. FHP's was again the lowest bidder with an averaged Factor amount of 0.6252. Thornton's averaged Factor amount was 0.8253, which moved them up to the second lowest responsive and responsible bidder position in the ranking. On July 26, 2012, Chapter 18, Article III of the City of Miami Code, Section 18-89 entitled "Contracts for Public Works and Improvements", was amended and approved at City Commission, establishing both Local Workforce Participation and Community Small Business Enterprise ("CSBE") requirements for competitively procured contracts. These requirements will be applicable on work orders with a value greater than $100,000 and for projects with a duration time of more than 120 calendar days, at the discretion of the CIP Director and/or his designee. Upon approval of this recommendation, CIP will prepare the necessary legislation to have this award brought before the City Commission. Approved by: - Date: %.- G ✓ 1, Jo nny Marti ez, P.E. C4 Manager *Firms awarded contracts in both categories ice Bravo, P.E., Assistant City Manager/Chief of Infrastructure Jeovanny Rodriguez, P.E., Assistant Director, CIP Pedro Beltran, JOC Program Coordinator, CIP 3 CITY OF MIAMI OFFICE OF THE CITY CLERK BID SECURITY LIST BID ITEM: Job Order Contracting for Horizontal and Vertical Construction BID NUMBER: ITB No. 11-12-017 DATE BID OPENED: Friday, May 11, 2012 TIME: 2:OOPM BIDDER AWARD • BID BOND AWARD BID BOND • CRITERIA CASHIER'S CRITERIA CASHIER'S CHECK CHECK FIGURE FIGURE (Horizontal) (Vertical)} (Horizontal) (Vertical) Acosta Tractors, Inc. 1.2080 5% Bid Bond A N/A N/A Allied Contractors Inc. 0.9249 • $100,00.00 0.8671 $125,000,00 BDI Construction 1.1097 $100,00.00 0.9997 $125,000,00 Carivon Construction Company 1.0493 $100;00..00 1.0383 $125,000,00 . Cityworks Construction LLC N/A N/A 1.2200 $125,000.00 Coastland Construction, Inc. 1.0100 $100,00.00 1.0100 $125,000,00 FI-[P Tectonics Corp. 0,8254 $100,00.00 0.8254 $125,000,00 Florida Engineering & Development Corp. 1.1161 $100,00.00 N/A N/A GEC Associates Inc. 0.9156 $100,00,00 0.8946 $125,000.00 1- & 1 Asphalt 0.8627 $100,00.00 N/A N/A H.A.Contracting Corp. 0.8908 $100,00.00 0.8730 $125,000,00 I-larbour Construction Corp, 0,8930 $1.00,00.00 0.8710 $125,000.00 J.B. Builders & Contractors Inc. dba Ballarena Construction 0,9330 $100,00.00 0.9030 $125,000,00 ;1VA Engineering Contractor, Inc. 0.9497 $100,00.00 1.2497 No Bond Submitted Lanzo Construction Co., Florida 1.0100 $100,00.00 N/A N/A Lego Construction Company N/A NIA 0.9799 5% Bid Bond M.A.C. Construction In • N/A N/A. 0.8860 $125,000.00 Metro Express Inc. 0.8694 5% l3id Bond 1.0027 5% Bid Bond Ric -Man International Inc. 1.0280 5% Bid Bond N/A N/A Team Contracting, Inc. 0.8798 $100,00.00 0.9195 •$125,000.00 CITY OIL MIAMI OFFICE OF THE CITY CLERK BID SECURITY LIST BIDDER AWARD BID BOND AWARD BID 130ND • CRITERIA CASHIER'S CRITERIA CASHIER'S CHECK CHECK FIGURE FIGURE (Horizontal) (Vertical)) (Horizontal) (Vertical) Thornton • N/A N/A 0.8840 $125,O00.00 Unitech Builders Corp. N/A N/A 1.0540 5% Bid Bond "Offers from tho 've ncic: recnI ocl fc.rlel7. as c•I ,n. 1,1li cl hirers , r•1y,3 or;.�.''":im;I- are the only rlrrrrt rrnclerse offers tAl! other offers Eithrs'tl--tl. :,. hereby re;ecled SCSI I:;-'.4.''~ - .-..__::.) b t- z lta roii�tion, if any,ewer • • • • • • Qfi(fin_ i'-A) Person Receiving Bid(s) on Today's Date t.tk•-•\ receSrd (22) liis(s) on behalf Capital Improvements C' ' Department PREPARED BY: Deputy City Clerk