Loading...
HomeMy WebLinkAbout24221AGREEMENT INFORMATION AGREEMENT NUMBER 24221 NAME/TYPE OF AGREEMENT FLORIDA ENGINEERING & DEVELOPMENT CORP. DESCRIPTION CONSTRUCTION CONTRACT/OVERTOWN GREENWAY AT NW 11 TH STREET FROM NW 7TH AVENUE TO NW 12TH AVENUE/FILE I D : 12486/R-22-0394/MATTER I D : 22-2130 EFFECTIVE DATE January 3, 2023 ATTESTED BY TODD B. HANNON ATTESTED DATE 1/3/2023 DATE RECEIVED FROM ISSUING DEPT. 1/4/2023 NOTE DOCUSIGN AGREEMENT BY EMAIL DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E ° nYCllt � fl 1 �} R IY CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Procurement DEPT. CONTACT PERSON: Anthony Rolle/Luis Caseres NAME OF OTHER CONTRACTUAL PARTY/ENTITY: Florida Eng. and Development Corp. EXT. 1923 IS THIS AGREEMENT AS A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? ❑X YES ❑ NO TOTAL CONTRACT AMOUNT: $970,588.74 FUNDING ® YES❑ NO TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY) Construction Contract. ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT PURPOSE OF ITEM (BRIEF SUMMARY ITB No. 20-21-004 - Overtown Greenway at NW llth Street COMMISSION APPROVAL DATE: 10/13/2022 FILE ID: 12486 ENACTMENT No. R-22-0393 THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: N/A ROUTING INFORMATION Date Signature/Print APPROVAL BY DEPARTMENTAL DIRECTOR Sr. Manager Anthony Hansen reviewed November 8, 202Znn A Iie 0P9. :49 ES1 ,—DocuSigned by: _,,i ./?4, AAnnng PPs. �gg540EB73CAC468... —DocuSigned by: 'rA Gow4v5 SUBMITTED TO RISK MANAGEMENT November 8, 201Z'n-n'D�Jr�5A 1 17:56: 5 —27395C6318214E7... E cusignetlby: °-"`t_ U €E40A€&F€OA5.7 SUBMITTED TO CITY ATTORNEY MATTER ID # 22-2130 Pablo R. Velez on behalf December 5, 2022ic of (12/2/22) APPROVAL BY BUDGET OFFICE Funding available for contract value only. December 27, LEM 12/27/22 Marie Gouin 2022 I 14:38: 50 ,—DocuSigned by: EST 'y"'�' `---5F-8'ES't1/'9 APPROVAL BY ASSISTANT CITY MANAGER December 29, r 2 9PIS��:n g5: 5�ESDocT e5 9'5_. u Signetl by: 1%%viIA.�//j A.G4B94ES4D4 APPROVAL BY DEPUTY CITY MANAGER December 29, Nzeribe Ihekwaba 2022 1 09:57:2 rpocuSignetl by: Kviiit_ itukwaim, %.-4.F9436&FE4 4. 8... RECEIVED BY CITY MANAGER January 3, 2023 Arthur Noriega V�Docusignetl I 10:30:32 ESIaVTu.I�'' by: �-fI��- NDVtt,aa \==8.56EF6.E3i 2 194'2A... SUBMITTED TO AND ATTESTED BY CITY CLERK January 3, 2023 Todd Hannon DocuSignetl by: I 18:11:12 ST)_, 4bD/S601J(,F 1459... 1) ONE ORIGINAL TO CITY CLERK 2) ONE COPY TO CITY ATTORNEY'S OFFICE 3) REMAINING ORIGINAL(S) TO ORIGINATING DEPARTMENT PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR 23018 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Construction Contract Overview PROJECT TITLE: ITB No. 20-21-004 Overtown Greenway at NW 11th Street (From NW 7th Avenue to NW 12th Avenue) - FDOT 420917-2 1. AWARD DELEGATED AUTHORITY: ['Chief Procurement Officer — Authority level of $ ❑ City Manager — Authority level of ® City Commission — RESOLUTION No. R-22-0394 2. PROCUREMENT METHOD: ❑ RFP/Q ® ITB ❑ SOLE SOURCE ['PIGGY -BACK ❑ PROFESSIONAL SERVICES UNDER $25,000 ❑ OTHER (Please explain): 3. WHAT IS THE SCOPE OF SERVICES? Road improvements including drainage system installations, decorative street, pedestrian lighting, milling and resurfacing, new sidewalks replacement, ADA compliant ramps, striping, signs, landscaping and hardscape. Completed work shall comply with the Miami River Greenways Master Plan. 4. IF CITYWIDE, WHAT ARE THE MOST FREQUENT USER DEPARTMENTS? N/A 5. IS THE AWARDEE THE INCUMBENT? N/A 6. IS THE PRICING HIGHER, LOWER OR THE SAME AS THE CURRENT CONTRACT? N/A 7. WHEN DOES THE CURRENT CONTRACT EXPIRE? N/A 8. WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? N/A 9. WHAT IS THE METHOD OF AWARD (Group, Item by Item etc.)? Invitation to Bid ("ITB") — Lowest Responsive and Responsible Bidder DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E ACORU' FLORENG-03 CERTIFICATE OF LIABILITY INSURANCE DDEPAZ DATE (MM/DDIYYYY) 8/29/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Collinsworth, Alter, Fowler & French, LLC 15050 NW 79th Court Suite 200 Miami Lakes, FL 33016 INSURED _NAME: TACT PHONE (A/C, No, Ext): (305) 822-7800 E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE INSURER A :Valley Forge Insurance Company INSURER B : Federal Insurance Company ja c, No):(305) 362-2443 NAIC 20508 20281 Florida Engineering & Development Corp. INSURER c :Ironshore Specialty Insurance Company 12076 NW 98th Avenue INSURER D : Hialeah Gardens, FL 33018 INSURER E : INSURER F : 25445 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN TREDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE SR D SUBRWPOLICY NUMBER (MMIDDIYYYY I IPOLICY EFF POLICY M DCDIVYYYI A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X + JELQT I LOC OTHER: X 6080084684 4/1/2022 4/1/2023 Approved by Frank Gomez 09/29/2022 A AUTOMOBILE LIABILITY X X ANY AUTO OWNED T UTOS ONLY A AIURTOS ONLY ..X SCHEDULED AUTOS Ep NO-AUUTOS ONLY 6080084698 A X UMBRELLA LIAB X OCCUR EXCESS LIAR CLAIMS -MADE DED RETENTION $ LIMITS EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE 1,000,000 100,000 15,000 1,000,000 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 4/1/2022 4/1/2023 COMBINED SINGLE LIMIT (Ea accident! 1,000,000 BODILY INJURY;Per person $ BODILY INJURY {Per accident) $ [['PReracEciidentDAMAGE $ X 6080084703 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y/N N/A WC7011543760 4/1/2022 4/1/2023 EACH OCCURRENCE 5,000,000 AGGREGATE 5,000,000 4/1/2022 4/1/2023 B Equipment Floater C Pollution Liability 45465925 ICELLUW00119791 8/30/2022 4/1/2022 X STATUTE OERH E.L. EACH ACCIDENT 1,000,000 E.L. DISEASE - EA EMPLOYE : $ E.L. DISEASE - POLICY LIMIT $ 1,000,000 1,000,000 8/30/2023 Leased/Rented 4/1/2023 Each Occurrence 500,000 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) City of Miami is included as an additional insured with respects to general liability on a primary and non-contnbutory basis and automobile liability when required by written contract per forms attached. A Waiver of Subrogation apply in favor of City of Miami Riverside Center with respects to general liability, automobile liability and worker's compensation when required by written contract. Umbrella / Excess is follow form. 30 Days Notice of Cancellation except 10 days for non-payment subject to terms and conditions of the policy. Coverage is afforded for contingent and contractual exposure and XCU hazards. CERTIFICATE HOLDER CANCELLATION City of Miami 444 SW 2nd Avenue 6th Floor Miami, FL 33130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E From: Gomez Jr., Francisco (Frank) To: Caseres, Luis; Quevedo, Terry Subject: RE: COI - Florida Engineering and Development Date: Thursday, September 29, 2022 9:18:33 AM Attachments: image008.pna image010.pna image011.pna Good morning Luis, The COI is adequate. Thanks, Frank Gomez, PIAM, CPU Property & Casualty Manager City of Miami Risk Management (3o5) 416-174o Office (305) 416-176o Fax fgomez@miamigov.com "Serving, Enhancing, and Transforming our Community" From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Thursday, September 29, 2022 9:14 AM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com>; Quevedo, Terry <TQuevedo@miamigov.com> Subject: COI - Florida Engineering and Development Good morning, Please review and approve. DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami Legislation Resolution Enactment Number: R-22-0394 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 12486 Final Action Date:10/13/2022 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), APPROVING A RECOMMENDATION TO AWARD A CONSTRUCTION CONTRACT TO FLORIDA ENGINEERING AND DEVELOPMENT CORP. ("FED"), THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER, PURSUANT TO INVITATION TO BID ("ITB") NO. 20-21-004, TO PROVIDE CONSTRUCTION SERVICES FOR THE OVERTOWN GREENWAY AT NW 11TH STREET (FROM NW 7TH AVENUE TO NW 12TH AVENUE) - PROJECT NO. B-173648, WITH A CONTRACT VALUE IN THE NOT -TO -EXCEED AMOUNT OF $882,353.40, PLUS A TEN PERCENT (10%) OWNER'S CONTINGENCY ALLOWANCE IN THE NOT -TO -EXCEED AMOUNT OF $88,235.34, FOR A TOTAL NOT -TO -EXCEED CONTRACT AWARD VALUE OF $970,588.74, SUBJECT TO AVAILABILITY OF FUNDS; ALLOCATING FUNDS FROM THE APPROPRIATE CAPITAL IMPROVEMENTS PROJECT AND DEPARTMENTAL BUDGETS, SUBJECT TO BUDGETARY APPROVAL AT THE TIME OF NEED; AUTHORIZING THE CITY MANAGER TO EXECUTE THE AGREEMENT WITH FED IN A FORM ACCEPTABLE TO THE CITY ATTORNEY; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ALL OTHER DOCUMENTS, INCLUDING ANY AMENDMENTS, RENEWALS, AND EXTENSIONS, SUBJECT TO ALL ALLOCATIONS, APPROPRIATIONS, AND PRIOR BUDGETARY APPROVALS, AND IN COMPLIANCE WITH ALL APPLICABLE PROVISIONS OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"), INCLUDING THE CITY OF MIAMI'S PROCUREMENT ORDINANCE, ANTI -DEFICIENCY ACT, AND FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET FORTH IN CHAPTER 18 OF THE CITY CODE, ALL IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, AND IN COMPLIANCE WITH ALL APPLICABLE LAWS, RULES, AND REGULATIONS, AS MAY BE DEEMED NECESSARY FOR SAID PURPOSE. WHEREAS, on April 8, 2022, the Department of Procurement ("Procurement") issued Invitation to Bid ("ITB") No. 20-21-004, Overtown Greenway at Northwest 11th Street (From Northwest 7th Avenue to Northwest 12th Avenue) - Project No. B-173648 ("Project"); and WHEREAS, on June 6, 2022, three (3) bids were received through BidSync in response to the ITB for the Project; and WHEREAS, after Procurement completed the due diligence review of the bids received following the guidelines published in the ITB, it was determined that Florida Engineering and Development Corp. ("FED") met the minimum requirements set forth in the ITB, and as a result was deemed the apparent lowest Bidder for ITB No. 20-21-004; and WHEREAS, Procurement also determined that H.G. Construction, Development and Investment, Inc., the second lowest bidder, failed to submit the required reference project forms, while JVA Engineering Contractor, Inc., the third lowest bidder, failed to submit the required reference project forms and the required Bid Bond, and consequently, both bidders were deemed non -responsive to the ITB; and DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E WHEREAS, Procurement has determined FED to be the lowest responsive and responsible Bidder for the Project, and requested the Florida Department of Transportation ("FDOT") to concur with the City of Miami's ("City") decision to award the Project to FED; and WHEREAS, FDOT has concurred with the City's decision and authorized the City to proceed with the recommendation to award a construction contract ("Agreement") to FED for construction of the Project; and WHEREAS, the City Manager requests authorization to execute an Agreement with FED in the not -to -exceed amount of $882,353.40, plus a ten percent (10%) Owner's Contingency Allowance in the not -to -exceed amount of $88,235.34, for a total not -to -exceed contract award value of $970,588.74; 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 if fully set forth in this Section. Section 2. The bid received on June 6, 2022 from FED, the lowest responsive and responsible Bidder, pursuant to ITB No. 20-21-004, to provide construction services for the Overtown Greenway at Northwest 11th Street (From Northwest 7th Avenue to Northwest 12th Avenue) - Project No. B-173648, in the not -to -exceed amount of $882,353.40, plus a ten percent (10%) Owner's Contingency Allowance in the not -to -exceed amount of $88,235.34, for a total not -to -exceed contract award value of $970,588.74, is accepted. Section 3. Funds are to be allocated from the appropriate Capital Improvements project and Departmental budgets. Section 4. The City Manager is authorized' to execute the Agreement with FED, in a form acceptable to the City Attorney, for said purpose, subject to availability of funds and budgetary approval at time of need. Section 5. The City Manager is further authorized' to negotiate and execute all other documents, including any amendments, renewals, and extensions, subject to all allocations, appropriations, prior budgetary approvals, and in compliance with all applicable provisions of the City Code, including the City's Procurement Ordinance, Anti -deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18 of the City Code, all in a form acceptable to the City Attorney, and in compliance with all applicable laws, rules, and regulations, as may be deemed necessary for said purpose. Section 6. This Resolution shall become effective immediately upon its adoption. 1 The herein authorization is further subject to compliance with all regulations that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and City Code provisions. DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E APPROVED AS TO FORM AND CORRECTNESS: DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Arthur Noriega V, City Manager Annie Perez, CPPO Director/Chief Procurement Officer Department of Procurement —DocuSigned by: 89540EB73CAC468... DAT! August 16, 2022 SUBJECT: Recommendation for Award of a Construction Contract for FDOT ("Florida Department of Transportation") LAP ("Local Agency Program") Project 420917-2, Overtown Greenway at NW 11 th Street (From NW 7th Avenue to NW 12th Avenue) - Project No. 20-21-004 REFERENCES Invitation to Bid ("ITB") No. 20- 21-004 ENCLOSURES: Bid Security List, Contractor's Price Proposal RECOMMENDATION: Based on the findings below, the City of Miami ("City") Department of Procurement ("Procurement") hereby recommends that the referenced contract be awarded to Florida Engineering and Development Corp. ("FED"), who has been deemed the lowest responsive and responsible Bidder for ITB No. 20-21-004, FDOT LAP Project No. 420917-2, Overtown Greenway at NW 11th Street ("Project"). BACKGROUND: As approved by FDOT on April 8, 2022, Procurement issued a solicitation under full and open competition to obtain bids from qualified firms. On June 6, 2022, Procurement received three (3) bids in response to the solicitation (see attached Bid Security List). Pursuant to the solicitation, Bidders were required to a) have a current Certified General Contractor ("CGC") license from the State of Florida; b) have a minimum of five (5) years' experience under its current business name; and c) have experience as the Prime Contractor for at least three (3) completed projects of similar size, scope, and complexity within the last ten (10) years. The General Contractor had to also demonstrate a proven track record of coordination of the trades required for structural, mechanical, plumbing, and electrical work required for the construction activities, and was required to commit to self - perform at least thirty percent (30%) of the physical labor construction work for the Project. FINDINGS: Procurement conducted the review of FED's bid following the guidelines published in the solicitation. As a result of such effort, FED was deemed responsive and compliant with the minimum requirements stipulated in the "Notice to Contractors" and demonstrated the required prior experience in projects of the size, scope, and complexity similar to the ones to be completed for the Project. Accordingly, FED was deemed the lowest responsive and responsible Bidder. During a Responsibility Review meeting held on July 8, 2022, the Office of Capital Improvements (OCI), Procurement and TY Lin International, the Engineer of Record (EOR) for the Project, met with FED for clarification of its ability to timely meet the bonding, financial, staffing, and operational requirements of the Project while simultaneously complying with said matters in connection with its other City awarded projects. In addition, OCI, Procurement and the EOR reviewed and evaluated FED's bid for the Project, and compared it to the EOR's construction cost estimate. After a through and deliberate discussion, Procurement and OCI agreed to request concurrence to award a contract to FED. Concurrence by FDOT was issued on July 25, 2022 (copy attached). PR22218 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Page 2 - Recommendation of Award of ITB 20-21-004, Overtown Greenway at NW lithe Street Arthur Noriega V, City Manager Based on the above findings, Procurement hereby recommends that the Project be awarded to FED as shown below: FLORIDA ENGINEERING AND DEVELOPMENT BID ITEMS OVERTOWN GREENWAY AT NW 11TH STREET Total Lump Sum Bid $882,353.40 10% Owner's Contingency $88,235.34 TOTAL CONTRACT AWARD VALUE $970,588.74 CONTRACT EXECUTION: Accordingly, Procurement hereby requests authorization to prepare and execute a contract with FED for a total not -to -exceed contract value of $970,588.74, which includes FED'S Total Lump Sum Bid in the not - to -exceed amount of $882,353.40, and a 10% Owner's Contingency Allowance. Your signature below indicates your approval of Procurement's recommendation. —DocuSigned by: grAcwt Noric�0. Approved: '-850CF6C372DD42A... Arthur Noriega V, City Manager Date: August 24, 2022 1 11:34:52 EDT c: Nzeribe Ihekwaba, PhD, PE, Deputy City Manager Larry Spring, CPA, Assistant City Manager/Chief Financial Officer Hector Badia, Interim Director, OCI Fernando V. Ponassi, MA Arch., MA PPA, LEED°AP, Assistant Director, Procurement PR22218 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E CITY OF MIAMI OFFICE OF THE CITY CLERK BID SECURITY LIST BID ITEM: Overtown Greenway at NW 11th Street BID NUMBER: ITB 20-21-004 DATE BID OPENED: June 6, 2022 TIME: 4:00 p.m. BIDDER BID TOTAL BID BOND (ER) AMOUNT CASHIER'S CHECK Florida Engineering and Development $882,353.40 5% H G Construction Development & Investment $1,019,715.00 5% JVA Engineering Contractor, Inc. $1,194,435.00 N/A 1 r' f , (41 (k.,- Pers Receiv rring Bid(s) On: (a(Tod y s Date Received (3 ) bid(s) n behalf: Procurement City partment PREPARED BY: TYLININTERNATIONAL City of Miami Project 8-173648 NW 11th Street Overtown Greenway Phase a - Engineer's Opinion of Prababie Construction Cost Overtown Greenway along NW 11 Street biw NW'7th & 12th Avenues (FM No_ 420917-2-58-01) rrEM PAY ITEM a PAY ITEM DESCRIPTION i UNIT UNIT PRICE PLAN QUANTITY COST 1 101-1 Mob(fi tion s LS $100,000.00 1 $100,000.00 $25.511.00. 2 102-1 Maintenance of Traffic LS , $25,511.00 1 3 110-1-1 Clearing and Gmbbin* LS $132.000.00 1 4 110-4-10 RemovatofiExistingConcrete Pavement SY i $9.00 2,11$ $132 000.00 $19,06200 5 160-4 Tyoe B Stabilization SY ; $11.00 2,815 $30,965.00 6 327-70-1 Milting Existing Asphalt Pavement (1"Averadel SY $23.00 169 $3,887.00 7 337-7-80 ,Asohaittc Conc. Friction Course Traffic B (FC-9,51(1" FC ) TN t $725.00 10 $7,250.00 8 350-4-07 Reinforced Cement Concrete Pavement, 9" Thick (Crosswalk item includes reinforcement, toofino, expansion joints} SY $154.70 265 $40,995.50 9 425-5-1 ManholeAdiust EA $833.50 10 425-6 +Valve Adjust EA $341.50 6 2 $5,001,00 $683.20 11 4225-SA Pull BoxAdfust EA $386.70 22 12 515-2-211 Pedestnan Bicycle Railing ;Steel} LF $331.00 159 $8.507.40 $52,629.00 13 520-1-10 Concrete Curb and Gutter, Type F I LF 1 $24.80 297 $7,365.60 14 520-3 Concrete Valley Gutter 1 LF $21.40 F 54 15 522-2 Sidewalk Concrete, 6" Thick (includes tooling, expansion joints, integral color, and cone. Drivewayl SY { $64 2,150 $1,155.60 $138,030.00. 16 527-1 Detectable Warning SY ( $1.10 270 $297.00 17 570-1-2 d Performance turf, sod (St. Augustine) ! SY $6.30 2500 $15,750,00 18 580-1-1 Landscape Complete (Small plants, see below) LS ' $32,000.00 1 19 560-1-2 ?Landyr,.ape Complete (Lampe plants, see below/$30.010.00 LS 1 $3Q05.00 I $85,150.00 20 21 660-2106 1t.000 Assembly.F&I Type F ( AS $2.575.00 2 $5,150.00 $4.450.20. 21 700-20-11 Single Post Sign, F&l, Less than 12 sf AS. # $741.70 6 22 700-20-60 Single Post Sign, Remove AS g $20.60 5 $103.00 23 700-20-40 Single SfgnPost AS $252.50 5 $1,262.50 24 711-11123 12" Saud Traffic Stripe (White) i LF i $3.80 278 $1,056.40 25 711-11125 - 24" Solid Traffic Stripe (Whitel LF I $8.00 161 $1,288.00 26 711-11170 Dirccfionaf Arrows EA F $134.00 2 $268.00 27 : Trash Receptacle (Furnish and install) EA $6,545.00 10 $65,450.00 28 Bench (Furnish and install/ EA 1 $3767.60 10 $37,676.00 29 Pedestrian Lighting System, Corplete lsee lighting plans) tt LS ( $113,500.00 i 1 $113,500.00 30 Permitting Allowance LS $1.000.00 1 $1,000.00 31 Contingency. (Do Nat Bid) t LS 1 TOTAL LUMP SUM CONSTRUCTION COST: $882,353.40 L LANDSCAPE PAY ITEM PAY ITEM DESCRIPTION UNIT UNlT PRICE PLAN I COST QUANTITY 580-1-1 Cocoplum "Red Tig" (30" high x 24" spread) EA $75.00 50 • $3,800.00 F Florida Privet EA $30.00 124 $3,400.00 C Cocgptum "Red Ti"p(24" OA/ t EA $20.00 ? 170 ° $3,400.00 !Saw Palmetto F I EA $40.00 75 $80.00 A Aechema bromeliad "Orange" �, 1 EA $40.00 47 $1.61,880.00 M Mutely Grass EA $20.00 b. 150 I $3,000.00 F Florida Gamma Grass EA, $20.00 $ 285 $5,700.00 P Parson's Juniper �. EA $20.40 ( 263 $5,260.00 Sub -total: $32,010.00 560-1-2 -baboon Holly EA $900.00 7 $6,300.00 S Silver Buttonwood EA $900.00 4 , $3,60(00 Florida Thatch Palm EA $895.00 20 $17,9 17,900.00 `ePalm !Cabbage & EA $450.00 5 52,250.00... Sub -total: $30,050.00 3L2dLvSZLdv2-ad66-6 68b-6OS0- 6 6Z99bLL :al adoIanu3 u6!Snooa DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E RON DESANTIS GOVERNOR FOOT Florida Department of Transportation 1000 NW 111th Avenue Miami, FL 33172-5800 July 25 , 2022 Ms. Annie Perez, CPPO. Director / Chief Procurement Officer City of Miami 444 SW 2nd Avenue Miami, Fla 33130 Subject: Concurrence Letter for Construction Award Overtown Greenway at NW 11 th Street FM # 420917-2-58-01 Contract: G1553 Federal ID: D618-081-B County: Miami -Dade Dear Ms. Perez: JARED W. PERDUE, P.E. SECRETARY The Florida Department of Transportation (FDOT) has received the City of Miami bid tabulations and request for award concurrence for the subject project. This letter serves as concurrence from FDOT for the City to proceed with the award recommendation to Florida Engineering and Development, Corporation. Please be advised that, per 23 CFR 635.116 (b), all subcontractor's contracts must be reviewed and approved by the Department prior to execution by the prime contractor. Attached please find: • The FDOT Performance Evaluation form, which is administered during the execution and management of the subject project and finalized at project closeout. • An Excel workbook containing Invoicing instructions and templates for LAP reimbursement requests. Please contact Alina Brito at (305) 470-5141 if you have any questions or concerns. Sincerely. YDocuSigned by: �Xr;otwct to 111441,, D2C7EEDEF9FA4D7... . , BA, P M P District Local Program Administrator Attachments: LAP Performance Evaluation Form, Invoicing Instructions and Templates Workbook Cc: D6 Local Programs Office Project File www.fdot.gov DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami City of Miami 20-21-004 Solicitation 20-21-004 * INSIII Mitt * III 11 INVITATION TO BID ("ITB") No.: 20-21-004 OVERTOWN GREENWAY AT NW 11T" STREET (FROM NW 7T" AVENUE TO NW 12T" AVENUE) FDOT PROJECT No.: 420917-2 OFFICE OF CAPITAL IMPROVEMENTS Project No: B-173648 Advertisement Date: April 8, 2022 Bid Due Date: May 9, 2022 Bid Due Time: 4:00 p.m. (Local Time) Mayor Francis Suarez Commissioner Alex Diaz de la Portilla, District 1 Commissioner Ken Russell, District 2 Commissioner Joe Carollo, District 3 Commissioner Manolo Reyes, District 4 Commissioner Christine King , District 5 City Manager Arthur Noriega V. Issued By: City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor Miami, FL 33130 4/11/2022 7:22 AM p. 3 6/6/2022 BidSync p. 7 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami City of Miami 20-21-004 Solicitation 20-21-004 BID FORM (Page 1 of 10) City of Miami, Florida Office of the City Clerk City Hall, 1st Floor 3500 Pan American Drive Miami, Florida 33133-5504 SECTION 5 — Bid Form Submitted: 6/6/22 Date The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this bid is made without connection with any other person, firm, or parties making a bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and that it has submitted the required bid Guaranty; and all other required information with the bid; and that this bid is submitted voluntarily and willingly. The Bidder agrees, if this bid is accepted, to Contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits, the specified Work covered by the Contract Documents for the Project entitled: Bid No: 20-21-004 Title: Overtown Greenway at NW 11th Street (from NW 7th Avenue to NW 12th Avenue) - Project - No. B-173648 The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total bid price plus alternates, if any, and to furnish the required Certificate(s) of Insurance. The undersigned further agrees that the Bid Guaranty accompanying the bid shall be forfeited if Bidder fails to execute said Contract and fails to furnish the required Performance Bond and Payment Bond as well as 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 that may be corrected by the City. In the event of a discrepancy between the price bid in figures and the price bid in words, the price in words shall govern. Bidder agrees that any unit price listed in the bid is to be multiplied by the stated quantity requirements in order to arrive at the total. Note: Bidders are bidding on estimated quantities for the purpose of determining the lowest responsive and responsible Bidder. Payments will be made based on unit prices of actual quantities installed. Where a discrepancy exists between the unit price and the extended price the unit price will prevail. Where there is a discrepancy between the numerical and written bid amount, the written bid amount will prevail. Overtown Greenway Phase II - NW 11th Street 77 ITB No. 20-21-004 between NW 7th and NW 12th Avenues 4/11/2022 7:22 AM p. 79 6/6/2022 BidSync p. 8 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami City of Miami 20-21-004 Solicitation 20-21-004 BID FORM (Page 2 of 10) Form SU must be submitted with Bidder's Bid. The Form SU is found on the BidSync page for this ITB. The Bidder's Total Base Bid Construction Cost includes the total cost for the Work specified in this solicitation, consisting of furnishing all materials, labor, equipment, supervision, mobilization, overhead & profit required in accordance with the bid specifications. Scope of Work: The Work consists of furnishing all materials, labor, and equipment necessary for pedestrian crossing at various streets including pavement markings, Americans with Disabilities Act (ADA)- compliant ramps, sign installation and some signal work. The full Scope of Work is detailed in the construction drawings. ITB No.: 20-21-004 — Overtown Greenway at NW 11th Street !from NW 7th Avenue to NW 12th Avenue) TOTAL LUMP SUM CONSTRUCTION COST (City of Miami Project No.. B-173648) $ 882, 353.40 WRITTEN TOTAL LUMP SUM CONSTRUCTION COST: $ Eight Hundred Eighty Two Thousand Three Hundred Fifty Three Dollars and Forty Cents BIDDERS MUST SUBMIT XCELL BID FORM 420917-2 - BidForm_Overtown Phase II revs 02-15-2022 FOUND ON THE BIDSYNC PAGE FOR THIS ITB Overtown Greenway Phase II - NW 11th Street 78 ITB No. 20-21-004 between NW 7th and NW 12th Avenues 4/11/2022 7:22 AM 6/6/2022 BidSync p. 80 p. 9 m m N 0 N N TYLININTERNATIONAL City of Miami Protect 13-173648 NW 11th Street Overtown Greenway Phase 11- Engineers Opinion of Probable Construction Cost Overtown Greenway along NW 11 Street btw NW 7th & 12th Avenues (FM No. 420917-2-58-01) ITEM PAY ITEM PAY ITEM DESCRIPTION UNIT UNIT PRICE PLAN QUANTITY COST 1 101-1 Mobilization LS $100,000.00 1 $100,000.00 $25,511.00 2 102-1 Maintenance of Traffic LS $25,511.00 1 3 110-1-1 Clearing and Grubbing LS $132.000.00 1 $132,000.00 4 110-4-10 Removal of Existing Concrete Pavement SY $9.00 2,118 _ $19,062.00 5 160-4 Type B Stabilization SY $11.00 2,815 $30,965.00 6 327-70-1 Milling Existing Asphalt Pavement (1" Averaoe) SY $23.00 169 $3,887.00 $7,250.00 7 337-7-80 AspJatttc Conc. Friction Course Traffic B (FC-9.5i [1" FC y TN $725.00 10 8 350-4-07 Reinforced Cement Concrete Pavement, 9" Thick (Crosswalk item includes reinforcement, tooling, expansion lointsi SY $154.70 265 $40,995.50 9 425-5-1 Manhole ktrfust EA $833.50 6 $5,001.00 10 425-6 Valve Adjust EA $341.60 2 $683.20 11 425-6A Pull Box Adjust EA $386.70 22 $8,507.40 12 515-2-211 Pedestrian /Bicycle Railing (Steel) LF $331.00 159 $52.629.00 13 520-1-10 Concrete Curb and Gutter, Type F LF $24.80 297 $7,365.60 14 520-3 Concrete Valley Gutter LF $21.40 54 $1,155.60 15 522-2 Sidewalk Concrete, 6" Thick (includes tooling, expansion joints, integral color, and conc. Drivewa r) SY $64.20 2,150 $138,030.00 16 527-1 Detectable Waming SY $1.10 270 $297.00 17 570-1-2 Performance turf, sod (St. Augustine) SY $6.30 2,500 $15.750.00 18 580-1-1 Landscape Complete {Small plants, see below) LS $32,000.00 1 $32.010.00 19 580-1-2 Landscape Complete [Large plants, see below) LS $30,050.00 1 $30.050.00 20 660-2106 Loop Assembly F&I Type F AS $2,575.00 2 $5,150.00 21 700-20-11 Single Post Sign, F&I, Less than 12 sf AS $741.70 6 $4.450.20 22 700-20-60 Single Post Sign, Remove AS $20.60 5 $103.00 23 700-20-40 Single Sign Post AS $252.50 5 $1,262.50 24 711-11123 12" Solid Traffic Stripe (White] LF $3.80 278 $1,056.40 25 711-11125 24" Solid Traffic Stripe (White) _ LF $8.00 161 $1,288.00 26 711-11170 DirechonalArrows EA $134.00 2 $268.00 27 Trash Receptacle (Furnish and Install) EA _ $6.545.00 10 $65,450.00 $37,676.00 28 Bench (Furnish and Install) EA $3,767.60 10 29 Pedestrian Lighting System, Complete {see lighting plans) LS $113,500.00 1 $113,500.00 30 Permiltmg Allowance _ LS $1.000.00 1 $1,000.00 31 Contingency. (Do Not Bid) LS 1 TOTAL LUMP SUM CONSTRUCTION COST: $882,353.40 LANDSCAPE ITEM PAY ITEM DESCRIPTION UNIT UNIT PRICE PPAY NTM QUANTITY COST 580-1-1 Cocoplum "Red Tip" (30" high x 24" screed. EA $76.00 50 $3,800.00 Florida Privet EA $30.00 124 $3,720.00 Cocoplum "Red Tip" (24" OA) EA $20.00 170 $3,400.00 Saw Palmetto EA $70.00 75 $5,250.00 Aechema bromeliad "Orange" EA $40.00 47 $1,880.00 Muhly Grass EA $20.00 150 $3,000.00 Florida Gamma Grass EA $20.00 285 $5,700.00 Parson's Juniper EA $20.00 263 $5,260.00 Sub -total: $32,010.00 580-1-2 Dahoon Holly EA $900.00 7 $6,300.00 Silver Buttonwood EA $900.00 4 $3,600.00 Florida Thatch Palm EA $895.00 20 $17,900.00 Cabbage Palm _ EA $450.00 5 $2,250.00 Sub -total: $30,050.00 100% Submittal 3L2dLvSZLdv2-ad66-6 68b-6OS0- 6 6Z99bLL :al adoIanu3 u6!Snooa 0 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E BID FORM (Page 4 of 10) City of Miami City of Miami 20-21-004 Solicitation 20-21-004 DIRECTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES, AND PARTS III AND IV (If applicable) 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 Addendum No. 5, Dated 5/6/22 5/20/22 6/3/22 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. s of City of Miami Ordinance 13331, Enterprise" requirement. Evaluation of Bidder's rosponsivene ;s to Ordinance Soction 13331 shall bo 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. Bidder certifies that the selected independent third - party verifier will verify and certify compliance data and reports honestly and accurately. 3. Druq Free Workplace The undersigned Bidder hereby certifies that it will provide a drug -free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the Bidder's workplace, and specifying the actions that will be taken against employees for violations of such prohibition. (2) Establishing a continuing drug -free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a drug -free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1). Overtown Greenway Phase II - NW 11th Street 80 ITB No. 20-21-004 between NW 7th and NW 12th Avenues 4/11/2022 7:22 AM p. 82 6/6/2022 BidSync p. 11 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami 20-21-004 Tit of i l� tami ADDENDUM No. 1 MAY 5, 2022, INVITATION To BID ("ITB") No. 20-21-004 OVERTOWN GREENWAY AT NW 11TH STREET (FROM NW 7TH AVENUE TO NW 12TH AVENUE) FDOT PROJECT No.: 420917-2 TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned invitation to Bid ("ITB") and shall become an integral part of the Bid proposal submitted and the Contract to be executed for Overtown Greenway at NW 11th Street - ITB No. 20-21-004 (the "Project"). Please note the contents herein and affix it to the documents you have on hand. It is the sole responsibility of all Proposers to ensure the receipt of all addenda. Therefore, it is recommended that firms periodically check the BidSync page for this ITB for updates and the issuance of addenda. All attachments (if any) are available on the City's BidSync page for this ITB and are part of this Addendum. A. Wherever applicable throughout the ITB document, Proposers are hereby advised that the Bids Submission Due Date has been changed from May 9, 2022, by 4:00 p.m. to May 23, 2022, by 4:00 p.m. (local time). The requirement to submit Proposals through BidSync remains the same; B. REQUESTS FOR INFORMATION - SINCE ISSUANCE OF THE ITB: Q1 What is the budget for this project? Al. Please see attached the Engineer's Opinion of Probable Construction Cost produced by T.Y. Lin International, and dated February 15, 2022. Q2. Is there a DBE goal for this project? A2. FDOT currently has a race neutral Disadvantaged Business Enterprise program with a 10.65% aspirational goal as certified under the Florida Unified Certification Program. Q3. Is this a Local Agency Program ("LAP") project? A3. Yes, this Project will be partially funded through FDOT's LAP program. Attachment: Engineer's Opinion of Probable Construction Cost, T.Y. Lin International, dated 2/15/2022 Overtown Greenway at NW 11th Street (from NW 1 ITB No. 20-21-004 7th Ave to NW 12th Ave) - Project No.: B-173648 Addendum No. 1 6/6/2022 BidSync p. 12 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami 20-21-004 Iitgr of tanti I, ADDENDUM No. 2 MAY 20, 2022, INVITATION To BID ("ITB") No. 20-21-004 OVERTOWN GREENWAY AT NW 11T" STREET (FROM NW 7T" AVENUE TO NW 12T" AVENUE) FDOT PROJECT No.: 420917-2 TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned invitation to Bid ("ITB") and shall become an integral part of the Bid proposal submitted and the Contract to be executed for Overtown Greenway at NW 11th Street - ITB No. 20-21-004 (the "Project"). Please note the contents herein and affix it to the documents you have on hand. It is the sole responsibility of all Proposers to ensure the receipt of all addenda. Therefore, it is recommended that firms periodically check the BidSync page for this ITB for updates and the issuance of addenda. All attachments (if any) are available on the City's BidSync page for this ITB and are part of this Addendum. A. Wherever applicable throughout the ITB document, Proposers are hereby advised that the Bids Submission Due Date has been changed from May 23, 2022, by 4:00 p.m. to June 6 2022, by 4:00 p.m. (local time). The requirement to submit Proposals through BidSync remains the same; THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Overtown Greenway at NW 11th Street (from NW 7th Ave to NW 12Ih Ave) - Project No.: B-173648 for Annie Perez, CPPO Director/Chief Procurement Officer Department of Procurement, City of Miami 1 ITB No. 20-21-004 Addendum No. 2 6/6/2022 BidSync p. 13 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami 20-21-004 Tit of " tantt ADDENDUM No. 3 June 2, 2022, INVITATION To BID ("ITB") No. 20-21-004 OVERTOWN GREENWAY AT NW 11" STREET (FROM NW 7T" AVENUE TO NW 12T" AVENUE) FDOT PROJECT No,: 420917-2 TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned invitation to Bid ("ITB") and shall become an integral part of the Bid proposal submitted and the Contract to be executed for Overtown Greenway at NW 11th Street - ITB No. 20-21-004 (the "Project"). Please note the contents herein and affix it to the documents you have on hand. It is the sole responsibility of all Proposers to ensure the receipt of all addenda. Therefore, it is issuance of addenda. All attachments (if any) are available on the City's BidSync page for this ITB and are part of this Addendum. A. MODIFICATIONS: 1. REVISED SECTION 3 - GENERAL TERMS AND CONDITIONS - PROVISION 104: The heading and first paragraph of Provision 104 — Non-discrimination, Equal Employment Opportunity. Affirmative Action, and Americans with Disabilities Act is, hereby, deleted and replaced with the following heading and paragraphs: Non-discrimination, Equal Employment Opportunity, and Americans with Disabilities Act Contractor shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Contract. 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 affirms that it shall not discriminate as to race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used in connection with its performance under this Contract. Furthermore, Contractor affirms that no otherwise qualified individual shall solely by reason of their race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, Overtown Greenway at NW 11th Street 1 ITB No. 20-21-004 (from NW 7th Ave to NW 2nd Ave) - Project No.: B-173648 Addendum No. 3 6/6/2022 BidSync p. 14 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami 20-21-004 physical or mental disability, political affiliation, or any other factor which cannot be lawfully used, be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. In connection with the conduct of its business, including performance of services and employment of personnel, Contractor shall not discriminate against any person on the basis of race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used. All persons having appropriate qualifications shall be afforded equal opportunity for employment. Attachments: FDOT Forms Required for Submission with Bids: 1. FDOT Form FDOT Form 2. FDOT Form FDOT Form 3. FDOT Form FDOT Form 4. FDOT Form FDOT Form 5. FDOT Form FDOT Form 6. FDOT Form FDOT Form 7. FDOT Form FDOT Form 275-030-11 375-030-32 375-030-33 375-030-34 375-040-62 525-010-46 575-060-13 THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. C. /✓oy.- yam✓ fy' for Annie Perez, CPPO, Director/Chief Procurement Officer Department of Procurement, City of Miami Overtown Greenway at NW 11th Street 2 ITB No. 20-21-004 (from NW 7th Ave to NW 2nd Ave) - Project No.: B-173648 Addendum No. 3 6/6/2022 BidSync p. 15 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami 20-21-004 City of Miami Solicitation 20-21-004 BID FORM (Page 5 of 10) (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. (7) Making a good faith effort to maintain a drug -free workplace program through implementation of subparagraphs (1) through (6). 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. (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 ten thousand dollars ($10,000) and not more than one hundred thousand dollars ($100,000) for each such failure. * Note: In these instances, "All" in the Final Rule is expected to be clarified to show that it applies to covered Contract/grant transactions over one hundred thousand dollars ($100,000) (per QMB). Overtown Greenway Phase II - NW 11th Street 81 ITB No. 20-21-004 between NW 7t' and NW 12th Avenues 4/11/2022 7:22 AM p. 83 6/6/2022 BidSync p. 16 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami City of Miami 20-21-004 Solicitation 20-21-004 BID FORM (Page 6 of 10) 5. Debarment. Suspension and Other Responsibility Matters The Bidder certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, and declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three (3) year period preceding this bid 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 (3) year period preceding this application, had one (1) or more public transactions (Federal, State, or local) terminated for cause or default. (e) In addition, factors to be considered in determining responsibility of prospective contractual parties shall include but not be limited to: (1) Bidder does have availability of appropriate financial, material, equipment, facility, and personnel resources and expertise, or the ability to obtain them, to meet all contractual requirements; (2) Bidder does have a satisfactory record of performance; (3) Bidder does have a satisfactory record of integrity; (4) Bidder does possess qualified legal standing to Contract with the City; and (5) Bidder will comply in supplying all requested information connected with the inquiry concerning responsibility. Bidder has not had a termination, suspension, or cancellation of a City Contract, in whole or in part, for cause, due to a default by the Bidder or Offeror, within the past five (5) years, which has not been reversed on appeal by a court of competent jurisdiction; or (g) Bidder has not withheld a payment or nonpayment of moneys due the City from the Bidder or Offeror, within the past five (5) years, unless the full amount of such moneys due the City. (h) Have been deposited with a court of competent jurisdiction in Miami -Dade County, Florida, pursuant to the provisions of Fla. R. Civ. P. 1.600 titled "Deposits in Court," as amended, or other applicable Federal, State or Local Rules of Court, and are subject to distribution to the City or withdrawal by the City by order of the court. The Bidder shall provide any information requested by the Chief Procurement Officer or Procurement Officer concerning responsibility. If such contractual party fails to provide the requested information, the determination of responsibility may be made upon available information, or the prospective contractual party may be found non -responsible. The prospective contractual party may demonstrate the availability of necessary financial, equipment, facility, and personnel resources by submitting: (1) Bidder will, upon request, furbish evidence that the contractual party possesses such necessary resources; (2) Bidder affirms it has acceptable plans to subcontract for such necessary resources; or (3) Bidder will, upon request, submit a documented commitment for, or explicit arrangement with, satisfactory sources to provide such necessary resources. (f) (i) Overtown Greenway Phase II - NW 11th Street 82 ITB No. 20-21-004 between NW 7th and NW 12th Avenues 4/11/2022 7:22 AM P. 84 6/6/2022 BidSync p. 17 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami City of Miami 20-21-004 Solicitation 20-21-004 BID FORM (Page 7 of 10) 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 in writing. 6. I e al Werlseroe P„ tinipatien Roguiromentc Thy, Bidder nertifieo to the host of ito knowledge and belief 1that it anal its n als• 013332, codificd as Soction 18 89 of the City Code pertaining to the Local Workforce Participation requircmcnts on a verifies and is p operly Iioeneed under theprovisions of F.S. 454471,47T3, er- ^81 n he •s I 1 � 1 18 89 of the City Codc. Part IV: Certification — Trench Safety Act The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of Section 553.60, et. seq., Florida Statutes, the Trench Safety Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and Subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. Bidder acknowledges that included in the various items of the bid and in the total bid price are costs for complying with the Florida Trench Safety Act. These items are a breakout of the respective items involving trenching and will not be paid separately. They are not to be confused with bid items in the schedule of prices, nor be considered additional Work. The Bidder further identifies the costs and methods summarized below: Description Total $ Unit Price N/A Quantity Price Extended Method Attached is a Bid Bond [x], Cash [ ], Money Order [ ], Unconditional/Irrevocable Letter of Credit [ ], Treasurer's Check [ ], Bank Draft [ ], Cashier's Check [ ], Bid Bond Voucher [ ] or Certified Check [ ] No. Bank of for the sum of Dollars ($ ). Overtown Greenway Phase II - NW 11th Street 83 ITB No. 20-21-004 between NW 7th and NW 12th Avenues 4/11/2022 7:22 AM p. 85 6/6/2022 BidSync p. 18 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E BID FORM (Page 8 of 10) :City of Miami City of Miami 20-21-004 Solicitation 20-21-004 The Bidder hereby acknowledges and affirms to the contents of this Bid Form and its' response(s) thereto including without limitations Part I through IV have been, read, understood, and agree to by signing and completing the spaces provided below. Bidder Name: Florida Engineering d Development Corp Signature: Printed Name/Title: Se Vega / P ent City/State/Zip: Telephone No.: 305-820-8333 Facsimile No.: N/A E-Mail Address: jnsRQflnridaPngineering net Social Security No. or Federal I.D. No. 83-03456%1 Dun & Bradstreet No. If a partnership, names and addresses of partners: (If applicable) Overtown Greenway Phase II - NW 11th Street 84 ITB No. 20-21-004 between NW 7th and NW 12v' Avenues 4/11/2022 7:22 AM p. 86 6/6/2022 BidSync p. 19 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami City of Miami 20-21-004 Solicitation 20-21-004 BID FORM (Page 9 of 10) CERTIFICATE OF AUTHORITY (IF CORPORATION) I HEREBY CERTIFY that at a meeting of the Board of Directors of Florida Engineering and Development Coro , a corporation organized and existing under the laws of the State of Florida , held on the6th day of June , 2022 , a resolution was duly passed and adopted authorizing (Name) Jose Vega as (Title) President of the corporation to execute bids on behalf of the corporation and providing that his/her execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. ,• '? IN WITNESS�1HER , I,hav her unto set my hand this 6th , day of June , 2022 . Seci-efary: L' /`tf LM'' ,Print' Omar Medina CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws of the State of , held on the _day of , a resolution was duly passed and adopted authorizing (Name) as (Title) of the to execute bids on behalf of the partnership and provides that his/her execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. Partner: Print: IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this bid is authorized to sign bid documents on behalf of the joint venture. If there is no joint venture agreement, each member of the joint venture must sign the bid and submit the appropriate Certificate of Authority (corporate, partnership, or individual). Overtown Greenway Phase II - NW 11th Street 85 ITB No. 20-21-004 between NW 7th and NW 12th Avenues 4/11/2022 7:22 AM p. 87 6/6/2022 BidSync p. 20 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami City of Miami 20-21-004 Solicitation 20-21-004 BID FORM (Page 10 of 10) 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: NOTARIZATION STATE OF Florida COUNTY OF Miami -Dade The foregoing instrument was acknowledged before me this 6th day of June 20 22 , by Jose Vega SIGNATURE OF NO RY P BLIC STATE OF Florida , who is personally known to me or who has produced as identification and who (did / did not) take an oath. "... , EVELYNALEMAN .0. Commission 01111215243 worn"r Expires March 10, 2020 PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC Overtown Greenway Phase II - NW 11th Street between NW 7th and NW 12th Avenues B6 ITB No. 20-21-004 4/11/2022 7:22 AM p. 88 6/6/2022 BidSync p. 21 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami 20-21-004 BID BOND FORM (Page 1 of 3) State of Florida County Of Miami -Dade City of Miami Lakes ) ) ) Florida Engineering & Development Corp. KNOWN ALL PERSONS BY THESE PRESENTS, that as Principal, Berkley Insurance Company as Surety, are held and firmly bound unto the City of Miami, in the penal sum Of Five Percent of Total Amount Bid dollars ($ 5% ) lawful money of the United States, for the payment of which sum welt 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 May 2 , 2022 , for. ITB No. 20-21-004 - Overtown Greenway at NW 11th Street (From NW 7th Avenue to NW 12th Avenue) - Project No.: B-173648 NOW THEREFORE: (a) If the Principal shall not withdraw said bid within one hundred eighty (180) calendar days after date of opening the same, and shall within ten (10) calendar 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. Overtown Greenway Phase II - NW 11th Street between NW 7th and NW 12th Avenues ITB NO. 20-21-004 6/6/2022 BidSync p. 22 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami 20-21-004 •• atm BID BOND FORM (Page 2 of 3) IN WITNESS WHEREOF, the above bound parties have executed this instrument under their several seals, this end day of May , 2022-, 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 goveming body. WITNESS: (If Sole Ownership, Partnership, or Joint Venture, two (2) Witnesses are required. If Corpor n, Secretary only ill ttest eefi Omar Medina- Secretary (Signature of authorized officer) As per attached power of attorney PRINCIPAL: Florida Engineering & Development Corp. . (Title) 12076 N.W. 98th Avenue (Business Address) Hialeah Gardens, FL 33018 (CitylStatelZlp Code) SURETY: Berkley insurance Company (Coiporat Surety) Affix Seal (Surety Secretary) (Signature of Authorized Officer) Warren M. Alter, Attomey-in-Fact (Title) 475 Steamboat Road (Business Address) Greenwich, CT 06830 (City/State/Zip Code) Overtown Greenway Phase II - NW 11th Street between NW 7th and NW 12th Avenues ITB NO. 20-21-004 6/6/2022 BidSync p. 23 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami 20-21-004 BID BOND FORM (Page 3 of 3) CERTIFICATE AS TO CORPORATE PRINCIPAL 1, Omar Medina , certify that l am the Secretary of the Corporation named as Principal in the within bond; that Jose Vega / President 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 it goveming body. 114///f? (Corporate Seal) STATE OF Florida COUNTY OF Miami -Dade CITY OF Miami Lakes Before me, a Notary Public duly commissioned, and quaiifled, personally appeared Warren M. Alter, Attorney -in -Fact to me well known, who being by me first duly sworn upon oath, says that he/she is the attomey-in-fact, for the Berkley Insurance Company and that he/she has been authorized by them 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 this2nd day of May 2022 . INSTRUCTIONS: Bid Bonds must be accompanied by a Power of Attomey, in compliance with Instructions to Bidders. Notary Public, t • f Florida at Large My Commission Expires: 'c'4""4<b EVELYNALEMAN Commission # HH 215243 of ° Expires March 10, 2026 Overtown Greenway Phase II - NW 11th Street ITB NO. 20-21-004 between NW 7th and NW 12th Avenues 6/6/2022 BidSync p. 24 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami 20-21-004 No. BI-7959c-el POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted and appointed, and does by these presents make, constitute and appoint: Warren M. Alter; David T. Satin; Dawn Auspitz; or Jonathan Bursevich of Alter Surety Group, Inc of Miami Lakes, FL its true and lawful Attomey-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed One Hundred Million and 00/100 U.S. Dollars (U.S.$100,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney -in -fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney -in -fact and revoke any power of attorney previously granted; and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attomey-in-fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Company has caused these presents to he signed and attested by its appropriate officers and its corporate seal herermto affixed this 12th day of • Janua 2022 Attest if Braid Insurance Company By Executive Vice President & Secretary STATE OF CONNECTICUT ) )ss: COUNTY OP FAIRFIELD D ) Sworn to before me, a Notary Public in the State of Connecticut; this 12th day of anuary , 2022 by Ira S. Lederman and Jeffrey M. Hafter who are sworn to me to be the Executive Vice Presider Secretary, and t Senior Vice President, respectively, of Berkley Insurance Company. MA N TC Rt Puy icy CONNECTICUT MT COMMISSION EXPIRES APHIL 30.2024 otary Public, State of Connecticut CERTIFICATE I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded anLtbat. thauthority of the Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this Power of "" Cached, is in full force and effect as of this date. �inder my hand and seal of the Company, this 2nd day of May 2022 Vincent P. Forte 6/6/2022 BidSync p. 25 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami 20-21-004 PLEASE VERIFY THE AUTHENTICITY OF THE INSTRUMENT ATTACHED TO THIS POWER BY: Toll -Free Telephone: (866) 768-3534; or Bectronic Mail: BEGnquiry@berkleysurety.com Any written notices, inquiries, daiims or demands to the Sirety on the bond attached to this power should be directed to: Berkley 9arety Group 412 Mount Kemble Ave. atite 310N Morristown, NJ07960 Attention: Surety Claims Department OR nail: B90O mCcierkleysurety_com Flease indude with all communications the bond number and the name of the principal on the bond. Where a daim is being asserted, please set forth generally the basis of the daim. In the case of a payment or performance bond please also identify the project to which the bond pertains. Berkley Sarety &oup is an operating unit of W. R Berkley Corporation that underwrites surety business on behalf of Berkley Insurance Cbmpany and Berkley Regional Insurance Company 6/6/2022 BidSync p. 26 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E SUPPLEMENT TO BID FORM: City of Miami City of Miami 20-21-004 Solicitation 20-21-004 QUESTIONNAIRE This completed form must be submitted with the bid. The City may, at its sole discretion, require that the Bidder submit additional information not included in the submitted form. Such information must be submitted within seven (7) calendar days of the City's request. Failure to submit the form, or additional information upon request by the City, shall 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. a. How many years has Bidder been in business under its current name and ownership? 19 Professional Licenses/Certifications (include name and number)* Issuance Date GC - CGC045310 8/31/22 Electrical - EC13009980 8/31/22 General Engineering - E0900376 9/30/23 FDOT Certification 4/15/72 (*include active certifications of small business enterprise and name of certifying entity) b. Date Bidder licensed by Dept. of Professional Regulation: c. Qualified Business License: ®Yes ❑No If Yes, Date Issued 11/19/88 d. What is Bidder's business? Underground Utilities, Electrical, & Roadway Construction (This answer should be specific. For example: paving, drainage, schools, interior renovations, etc.) e. Name of Qualifier, license number, and relationship to Bidder: Jose Vega /# 045310/ President f. Names of previous Qualifiers during the past five (5) years including, license numbers, relationship to Bidder and years as qualifier for the Bidder. N/A 2. Name and Licenses of any prior companies: Name of Company License No. Issuance Date N/A 3. Type of Business Entity: ®Corporation ❑"S" Corporation❑LLC❑Sole Proprietorship DOther: (Corporations will be required to provide a copy of their corporate resolution prior to executing a Contract) Overtown Greenway Phase II - NW 11th Street 90 ITB No. 20-21-004 between NW 7th and NW 12t' Avenues 4/11/2022 7:22 AM p. 92 6/6/2022 BidSync p. 27 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami 20-21-004 10/8/21, 8:26 AM Detail by Entity Name DIVISION 1 ! 1V1aiui l £J !!! 1 S1N Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation FLORIDA ENGINEERING AND DEVELOPMENT CORP. Filing Information Document Number P02000130519 FEI/EIN Number 83-0345690 Date Filed 12/10/2002 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 01/24/2005 Event Effective Date NONE Principal Address 12076 NW 98TH AVENUE HIALEAH GARDENS, FL 33018 Changed: 04/17/2009 Mailing Address 12076 NW 98TH AVENUE HIALEAH GARDENS, FL 33018 Changed: 04/17/2009 Registered Agent Name & Address VEGA, JOSE 12076 NW 98TH AVENUE HIALEAH GARDENS, FL 33018 Name Changed: 10/05/2004 Address Changed: 04/17/2009 Officer/Director Detail Name & Address Title P VEGA, JOSE 12076 NW 98TH AVENUE HIALEAH GARDENS, FL 33018 https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=FLORIDA.. 1/2 6/6/2022 BidSync p. 28 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 10/8/21, 8:26AM City of Miami 20-21-004 Detail by Entity Name Title VPS Omar, Medina 12076 NW 98TH AVENUE HIALEAH GARDENS, FL 33018 Title VP Vega, Jose Antonio 12076 NW 98TH AVENUE HIALEAH GARDENS, FL 33018 Annual Reports Report Year 2019 2020 2021 Document Images Filed Date 05/01/2019 04/29/2020 04/13/2021 04/13/2021 — ANNUAL REPORT 04/29/2020 — ANNUAL REPORT 05/01/2019 —ANNUAL REPORT 03/10/2018 — ANNUAL REPORT 03/28/2017 — ANNUAL REPORT 04/14/2016 — ANNUAL REPORT 04/02/2015 — ANNUAL REPORT 04/30/2014 —ANNUAL REPORT 04/18/2013 — ANNUAL REPORT 04/30/2012 — ANNUAL REPORT 04/26/2011 — ANNUAL REPORT 04/01/2010 — ANNUAL REPORT 06/05/2009 — ANNUAL REPORT 04/17/2009 — ANNUAL REPORT 04/28/2008 — ANNUAL REPORT 04/20/2007 — ANNUAL REPORT 04/25/2006 — ANNUAL REPORT 04/20/2005 — ANNUAL REPORT 01/24/2005 — Amendment 11/22/2004 — REINSTATEMENT 10/05/2004 — RE N$TATEMENT 12/10/2002 — Domestic Profit View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format s vo https://search.sunbiz. org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&di rectionType=l nitial&searchNameOrder=FLOR IDA... 2/2 6/6/2022 BidSync p. 29 Ron DeSantis, Governor r^+ STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Halsey Beshears, Secretary CONSTRUCTION:a.NDUSTRY;tlCENSING BOARD THE GENERAL CONCPNIMACTOICHtREINAqt1kTIFIED UNDER THE PROVISIONS OF C IAPTEk 480;` LCR1DA STATUTES ' J S --A `ON FLOI IDA'EN-GiNlatR1tsiC: Ki[ .t EVEL OP .:ENT CORP ttl hl., - • FL 83143 .. -LICENSENUtrakitGC04310 EXPIRATION DATE AUGUST 31; 2022 Always verify licenses online tat Myri,ridalitense;cam Do not alter this document in any form. This is your license. It is unlawful for anyone rather then the licensee to use this document. FI rida - -� 3L2dLvSZLdv2-ad66-6 68b-6OS0- 6 6Z99bLL :al adoIanu3 u6!Snooa Ron ❑eSantis, Governor Halsey Seshears, Secretary STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ELECTRICAL CONTRA ': RS; !CENSING BOARD THE ELECTRICAL o I ITARICTO.� -CHI t IS'4CE 'TVED UNDER THE PROVISIONS:OF CHA TER 48 FLORI'QA: STATUTES 4 q �1 r,YAdc itional usiness ualificatiol.-_ �)›`. "fir'.- it `:4 � "� 9 .4 s': o181 e . r� �,n -.4 r oP}:VECP S4 ., . ORP. !BSVENUE.. " ENS' F L 33018� LICENS:EII:UMRctiE EXPIRATION DATE: AUGUST 31, 2022 ~.tom. 3009980 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. 3L2dLvSZLdv2-ad66-6 68b-6OS0- 6 6Z99bLL :al adoIanu3 u6!Snooa DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami 20-21-004 CT B Construction Trades ualify ing Board BUSINESS CERTIFICATE OF COMPETENCY E0900376 FLORIDA ENGINEERING & DEVELOPMENT CORP D.B.A.: INA OMAR Is certified under the provisions of Chapter 10 of MiamI-Dade County QUALIFYING TRADE(S) 0001 GENERAL ENGINEERING 6/6/2022 BidSync p. 32 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami 20-21-004 RON DESANTIS GOVERNOR FDDT • Florida Department of Transportation 605 Suwannee Street Tallahassee, FL 32399-0450 April 15, 2022 FLORIDA ENGINEERING & DEVELOPMENT CORP 12076 NW 98TH AVE HIALEAH GARDENS, FLORIDA 33018 RE: CERTIFICATE OF QUALIFICATION JARED W. PERDUE, P.E. SECRETARY The Department of Transportation has qualified your company for the type of work indicated below. FDOT APPROVED WORK CLASSES: DRAINAGE, FENCING, FLEXIBLE PAVING, GRADING, GRASSING, SEEDING AND SODDING, HOT PLANT - MIXED BITUM. COURSES, ROADWAY SIGNING, SIDEWALK, Curb & Gutter, Underground Utilities (Water & Sewer), Water Main. Unless notified otherwise, this Certificate of Qualification will expire 6/30/2023. In accordance with Section 337.14(4), Florida Statutes, changes to Ability Factor or Maximum Capacity Rating will not take effect until after the expiration of the current certificate of prequalification (if applicable). In accordance with Section 337.14(1), Florida Statutes, an application for qualification must be filed within (4) months of the ending date of the applicant's audited annual financial statements. If the company's maximum capacity has been revised, it may be accessed by logging into the Contractor Prequalification Application System via the following link: HTTPS://fdotwpl.dot.state.fl.us/ContractorPreQualification Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. The company may apply for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3), Florida Administrative Code (F.A.C.), by accessing the most recently approved application as shown above and choosing "Update" instead of "View." If certification in additional classes of work is desired, documentation is needed to show that the company has performed such work. All prequalified contractors are required by Section 14-22.006(3), F.A.C., to certify their work underway monthly in order to adjust maximum bidding capacity to available bidding capacity. You can find the link to this report at the website shown above, AA: cg Sincerely, /o,L Alan Autry, Manager (/j" Contracts Administration Office Improve Safety, Enhance Mobility, Inspire Innovation www.fdot.gov 6/6/2022 BidSync p. 33 PRODUCER Collinsworth, Alter, Fowler & French, LLC 15050 NW 79th Court Suite 200 Miami Lakes, FL 33016 INSURED Florida Engineering & Development Corp. 12076 NW 98th Avenue Hialeah Gardens, FL 33018 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E .4CORlf,R City of Miami 20-21-004 FLORENG-03 DDEPAZ CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 4/1/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT NAME; PHONE (A/C. No. Ext): (305) 822-7800 ADDRESS: FAX a c, No :(305) 362-2443 E-MAIL INSURER(S) AFFORDING COVERAGE INSURERA:Valley Forge Insurance Company INSURER B : Federal Insurance Company INSURER C : Ironshore Specialty Insurance Company INSURER D : INSURER E : INSURER F : COVERAGES NAIC # 20508 20281 25445 CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBRWPOLICY NUMBER 1MM/Q EFF POLICY EXP A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PRO- LOC JECT OTHER: 6080084684 4/1/2022 4/1/2023 A AUTOMOBILE LIABILITY X ANY AUTO OWNED AUTOS ONLY X HIRED AUTOS ONLY SCHEDULED AUTOS X NON -OWNED AUTOS ONLY LIMITS EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occ urrenco1 .A MED EXP An one arson) 4 PERSONAL & ADV INJURY GENERAL AGGREGATE 1,000,000 100,000 15,000 1,000,000 2,000,000 PRODUCTS - COMP/OP AGG 2,000,000 6080084698 4/1/2022 4/1/2023 X UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE DED I X RETENTION $ 10,000 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below B C Equipment Floater Pollution Liability YIN NIA 6080084703 7011543760 45465925 ICELLUW00107056 COMBINED SINGLE LIMIT Ea accident) 1,000,000 BODILY INJURY (Per person) BODILY INJURY (Per accident PROPERTY DAMAGE (Per accident) 4/1/2022 4/1/2023 4/1 /2022 8/30/2021 4/1/2022 EACH OCCURRENCE 5,000,000 AGGREGATE 5,000,000 4/1/2023 8/30/2022 4/1/2023 X PER STATUTE E.L. EACH ACCIDENT OTH- ER E.L. DISEASE - EA EMPLOYE. E.L. DISEASE - POLICY LIMIT Leased/Rented Aggregate Limit $ 1,000,000 1,000,000 1,000,000 500,000 4,000,000 DESCRIPTION OF OPERATIONS! LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project location: 4480 NW 128 Street Opa Locka, Florida 330154 Certificate Holder as additional insured CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE SKRE CA ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 6/6/2022 BidSync p. 34 CITY OF HIALEAH GA ' -ENS 10001 NW 87 Ave — Hialeah Gardens, Florida 33016 BUSINESS TAX RECEIPT Business Name: FLORIDA ENGINEERING AND DEVELOPMENT CORP 12076 NW 98 AVENUE Hialeah Gardens FL 33018 Business Type: CONTRACTOR - O1`HER Date: 09/23/2021 Issued to: FLORIDA ENGINEERING AND 12076 NW 98 AVENUE HIALEAH FL 33018 LICENSE NO.: BL18410 TOTALFEES PAID: $977.50 Delinquency Fee: A 10 percent delinquent fee will .be :imposed if not renewed by October 1 and an additional 5 percent fee is charged for each month thereafter with total fee not to exceed 2S percent. Notes: CONTRACTOR OTHER (CIVIL ENGINEERING): JOSE VEGA CGC1511029IE95601 NO OUTSIDE STORAGE OR JUNK YARD, NO PAINTING OF ANY KIND, NO CHEMICALS OR HAZARDOUS MATERIALS, ALL WORK SHALL BE DONE INISIDE BUILDING. MECHANIC FOR COMPANY VEHICLES ONLY (NOT TO THE PUBLIC) LICENSE EXPIRATION City License Ocial SEPT. 30 _ 2022 LICENSE MUST BE EXHIBITED CONSPICUOUSLY AT YOUR PLACE OF BUSINESS 3L2dLvSZLdv2-ad66-6 68b-6OS0- 6 6Z99bLL :al adoIanu3 u6!Snooa DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami 20-21-004 002140 Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 5891131 BUSINESS NAME/LOCATION RECEIPT NO. FLORIDA ENGINEERING AND DEVELOPMENT CNEWAL 12076 NW 98TH AVE 6144968 HIALEAH GARDENS FL 33018• OWNER FLORIDA ENGINEERING AND Worker(s) 12 EXPIRES SEPTEMBER 30, 2022 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art 9 & 10 SEC. TYPE Or BUSINESS 196 GENERAL BUILDING CONTRACTOR CGC045310 PAYMENT RECEIVED BYTAR COLLECTOR $51.00 08/23/2021 INT-21-367376 This Local Business Tax Receipt only confirms pennant of the Local Business Tax. The Receipt is note license, paned, oracodification ofthe holder's qualifications, tedobusiness. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles -Miami -Dade Code Sec Se--276. For more information, visit www,miamidede.gov/taxcollector 6/6/2022 BidSync p. 36 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami City of Miami 20-21-004 Solicitation 20-21-004 4. Business Entity Ownership: a. Identify all owners of the Business Entity. Name Title % of ownership _Jose Vega President 100% b. Is any owner identified above an owner in another company? ❑ Yes [XI No If yes, identify the name of the owner, other company names, and % ownership c. Identify all individuals authorized to sign for the Business Entity, 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 Jose Vega President IN ❑ ❑ ❑ Omar Medina Vice -President ❑ ❑ ® ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ 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: 50 Number of Managerial/Admin. Employees: 9 Number of Trades Personnel and total number per classification: (Apprentices must be listed separately for each classification) How many employees are working under H2B visas? None 6. Has any owner or employee of the Bidder been convicted of a federal offense or moral turpitude? If yes, please explain: N o Overtown Greenway Phase II - NW 11th Street 91 ITB No. 20-21-004 between NW 7ih and NW 12th Avenues 4/11/2022 7:22 AM p. 93 6/6/2022 BidSync p. 37 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami City of Miami 20-21-004 Solicitation 20-21-004 7. Insurance and Bond Information: a. Insurance Carrier name and address: Collinsworth, Alter, Fowler, & French 800 Governors Sq. Blvd. #301 Miami Lakes, FL, 33016 b. Insurance Contact Name, telephone, and e-mail: Damara De Paz 305-503-9159; ddepa3 a@i,caffllc.com c. Insurance Experience Modification Rating (EMR): 1.14 (If no EMR rating please explain why) d. Number of Insurance Claims paid out in last five (5) years and their corresponding value: e. Bond Carrier name and address: Alter Surety Group, Inc. - 5979 NW 151 St. #202, Miami Lakes, FL, 33014 f. Bond Carrier Contact Name, telephone, and e-mail: Dawn Auspitz; 305-517-3803 Ext:301; dawn@altersurety.com g. Number of Bond Claims paid out in last five (5) years and their corresponding value: N/A 8. Have any claims lawsuits been file against the Bidder in the past five (5) years? If yes, identify all Bidder has either settled or an adverse judgment has been issued against Bidder. Identify the year, basis for the claim or judgment, and settlement; unless the value of the settlement is covered by a written confidentiality agreement. No_ 9. To the best of Bidder's knowledge, is Bidder or any of Bidder's officers currently under investigation by any law enforcement agency or public entity? If yes, provide details: ND - 10. Has Bidder been assessed liquidated damages or defaulted on a Project in the past five (5) years? Yes 0 No 1=1 If yes, provide an attachment that provides an explanation of the Project. 11. Has Bidder been cited for any OSHA violations in the past five (5) years? If yes, please provide an attachment including all details on each citation. No 12. Provide an attachment listing all of the equipment, with a value of five thousand dollars ($5,000) or greater, owned by the Bidder. See attached - "Equipment List" Overtown Greenway Phase II - NW 11th Street 92 ITB No. 20-21-004 between NW 7th and NW 12th Avenues 4/11/2022 7:22 AM p. 94 6/6/2022 BidSync p. 38 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami 20-21-004 Florida Engineering & Development corp. 12076 NW 98th Ave. Hialeah Gardens FI. 33018 Equipment List ITEM EXCAVATOR Description Excavator Excavator Excavator Excavator Excavator Excavator Excavator Excavator Excavator Excavator MINI EXCAVATOR Mini Excavator Mini Excavator Mini Excavator Mini Excavator Mini Excavator Mini Excavator Compact Excavator BACKHOE DOZER Backhoe Backhoe Backhoe Backhoe Backhoe Dozer Dozer Dozer Dozer Make - Model John Deere 200D-LC Case CX210// Warranty John Deere 120 John Deere 350 Hitachi 350 John Deere 350 John Deere 120 John Deere 350G-LC Case CX 225 John Deere 200D LC Case CX25 Komatsu PC 50 MR-2 John Deere 85D Bobcat E-50 Bobcat E-35 Bobcat325G Serial Number 1FF200DXJBD513517 NBSAH3662 FF120CXO35808 FF350DX806296 FFOOASP920211 1FF350GXTCE808707 FF120CX036483 1FF350GXJCE808713 DAC251361 1FF200DXTBD512783 DFE0001379 K5148 1FF085DXJA0016339 AG3N11107 A93K16972 AAC513507 E35 25 HP ZTS Bobcat Compact B3Y211169 John Deere 310G JD 410G 4x4 Quick Cpl Forks JD 310g 4X4 Extended Hoe JD 310J 4x4 Backhoe John Deere 410G 4x4 John Deere 650H John Deere 450H John Deere 650J LGP John Deere 650J XLT Crawler Tr€ 310GX931245 T0410GX92XXXX T0310GX939368 1T0310JXLA0190668 T0410GX955883 907495 1T0450JXAA0184392 1T0650JXCBD203295 1T0650JXAA0192467 6/6/2022 BidSync p. 39 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami 20-21-004 LOADER Wheel Loader Wheel Loader Wheel Loader Wheel Loader Wheel Loader Wheel Loader Wheel Loader Wheel Loader Wheel Loader ROLLER -COMPACTOR Roller Asphalt Roller Roller Roller Roller Roller Asphalt Roller Pneumatic Asphalt Roller Grader SKID STEER Grader Grader Skid Steer Skid Steer Skid Steer Skid Steer Paver Machine Forklift Trencher Paving Machine Forklift Trencher PICKUP TRUCKS Pick Up Pick up Pickup Pick Up Pick Up Pick Up Pick Up John Deere 544G John Deere 544H John Deere 544J John Deere 544H John Deere 544H Case 621E John Deere 544 John Deere 644K John Deere 624K Bomag BW 124 Dynapac Bomag BW 211D-50 Bomag BW135AD Ingersoll-Rand DD29 Tandem Bomag BH213DH-40 CAT CB36B Bomag BW11RH Chanpion 710A Champion C50A Bobcat T300 High Flow MT Bobcat T250 Multi Terrain Bobcat 5175 Bobcat T650 Compact Track Weiler P385B Clark F-150 4x4 Ford F-150 Ford F-150 Ford F-150 Chevy Silverado NISSAN TITAN Ford F-150 XL 544G SN 546647 544H SN 571196 544j 2599483 DW544HX589008 DW554HX578856 NBF211402 1DW544KZCBD641628 DW644KZ627162 1DW624KZPFF668268 109A21902212 60212837 901583531157 101650121671 Rc 194360 901582561140 M3600333 911A22211044 X025759 200900 53201xxxx 531811529 A3L535925 Loa ALJG22615 P385-2963 GPX711-0029-9330 1FTFW1ET2EFB44008 1FTRF12XXXX55828 1ftrf12w04nc46312 1FTRX12W55FA66557 1GCEC19X57Z102502 1NGBA07A7GN535372 1FTPF12V58KC51785 6/6/2022 BidSync p. 40 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami 20-21-004 Pick Up Pick Up Pick Up Pick Up Pick Up Pick Up Pick Up Pick Up Pick Up Pick Up Pick Up Pick Up DUMP TRUCKS FUEL TRUCK Dump Truck T/ax Dump Truck T/ax Dump Truck T/ax Dump Truck T/ax Dump Truck T/ax Dump Truck T/ax International Truck 4400 TRAILERS -LOWBOY Tag Along Trailer Lowboy Flat Bed Trailer Lowboy Trailer FLAT BED TRUCKS Flat Bed M6500 International Truck Flat Bed Truck Flat Bed Truck SERVICE TRUCKS Service Truck Service Pick up Service Truck Ser Service Truck Water Truck Water Truck Water Truck Ford F-150 XL Extended Cab Ford F-150 XLExt Cab 4x4 FORD F-150 Ford F-150 Ford F-250 XL Crew Cab Ford F-150 XL Extended Cab Ford F250 XL Extended Cap Ford Ranger Extended Cab Ford F150 GMC - Sierra 1500 Chevrolet Silverado 1500 Chevrolet Silverado 1501 Peterbilt Inernational Ford L9000 Sterling A9500 Mack RD690S Peterbilt Interstate Roger Hiboy 44 x 96 T/A FontaineTB50NGB Utility Trailer Sterling 4700 Peterbilt Ford F650 XLT Rollback Truck Ford F-550 (Out of Service) Ford F-450 F-550 XL 1FTPX12517KD36828 1FTRF14V28KE55823 1FTEW1CM2EFB94673 1FTRF12216NAO1843 1FTSW21528EA08175 1FTRF12WX7NA47871 1FTNX20598EA16754 1FTKR1ED1APA45151 1FTEX1C8XGFA20210 1GTR1LEHXGZ208428 1GCNCNEH1HZ233949 1GCNCNEH4HZ234030 1XPFDB9X3RN364566 2HSFLAHN2RCO88439 1FDYU90TXSVA71987 2FZXKPYBXXABO3082 1M2P264C6XM027315 1NPAXAOXOWN470665 1HTMKAAN99H049193 1J KODT18X WA000104 1RBH46309HA520621 1UYFS24583A077401 4LF4S4838T2504760 4YMUL1012FG028998 2FZAAHAL22AJ68743 1HTSCAANX1H286414 2npnhd7x44m817952 3FRNF65N44V662126 V94786 1FDXF47F02ED40331 1FDAF56P17EB26347 Ford F550 XL Crew Cab Mechan 1FDAW56P54EC571269 F450XL 1FDX46P35EB48688 International International - 4200 1HSHEA7N5NH426892 1HTMPAFP96H344575 6/6/2022 BidSync p. 41 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami 20-21-004 Sweeper Sweeper Attachment Case DX45 4x4 Broom Bobcat Case Trucks-Tactor 2001 Freight Liner Truck Low Boy Truck International Truck Tractor Mack Truck Tractor HBA018128 1FUJAHCG71PF97449 2HSFEG2R8LC031324 Vac Truck Vac Truck International 2554 T/A Hydro Vi 1HTGCAAT4WH503516 6/6/2022 BidSync p. 42 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami City of Miami 20-21-004 Solicitation 20-21-004 B. Project Management and Subcontract Details 1. Bidder's Project Manager for this Project: a. Name: Omar Medina b. Years employed by Bidder: 14 c. Licenses/Certifications: General Engineering d. Last three (3) Projects with the company including role, Scope of Work, and value of Project: See Attached 2. Subcontractors: Name Trade % of Work License No. P&J Striping Striping HC & D Concrete Certification* SBE;DBE DBE (*active certifications of small business enterprise and name of certifying entity) 3. Scope of Physical Labor Construction Work to be performed by Bidder 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) Clearing, Grubbing ,Earthwork, Asphalt and Hardscape 35% C. Current and Prior Experience 1. Current Experience including Projects currently under construction, recently awarded, or pending See Status Of award (Provide an attachment to this questionnaire that lists all such Projects, including the Contracts on 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) Hand 2. Prior Projects of a similar size and scope. Provide an attachment to this Questionnaire that includes Completed Projects the Bidder considers of a similar, size, scope and complexity that the See City should consider in determining the Bidders responsiveness and responsibility. This attachment must include the Project that meets the minimum number of Projects identified by the Attached - bid solicitation. Information provided must include the owner's name, address and Contract °References°person, including telephone and 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, Construction Manager at Risk (CMAR), 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. Overtown Greenway Phase II - NW 11th Street 93 ITB No. 20-21-004 between NW 7th and NW 12t' Avenues 4/11 /2022 7:22 AM p. 95 6/6/2022 BidSync p. 43 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami 20-21-004 156 E Bayridge Dn Weston, FL 33326 (954) 297 1148 omalafloridaen:inerin,.net OMAR MEDINA SUMMARY Mr. Medina has over 22 years' experience in the fields of Engineering and Project /Construction Management. His career has been focused in the construction sector and municipal design. His background includes Construction on Management, inspections, design and Construction of Asphalt Roads, Pipelines, Drainages, Pump Stations and Highways. He has excellent organizational and works well with others. Mr. Medina's protect experience and technical expertise includesthe following: EXPERIENCE VICE PRESIDENT OF OPERATIONS (RELEVANT EXPERIENCE) • City of Lauderhill, NW 38th Avenue Improvements: Earthwork, Drainage, Water, Lighting, Bus Shelters, Landscape, Irrigation, Hardscape, & Roadway Reconstruction. 4.7 M M + FDOT E4T54 SRSJUS1 Broward County. Asphalt Highway, Signalization, Sidewalks, Lighting, Bus Shelters. • Off Lease Only Parking Lot (Phases I & II) - Earthwork, Special Drainage, Landscaping, Lighting; and Road Construction. — $ 8.65MM • City of Oakland Park Bid Pack 8. Asphalt Roads 6 Miles, Sewer Lift Station, 30k If of Water Mains. Sidewalks, Striping. • City of Cooper City. Asphalt Roadway, large Concrete 48"+ Pipe Drainage System, Lake Reconfiguration, earthwork, Sidewalks. • City of Lake Worth, Neighborhood Road Water main, Sidewalks Asphalt Roads. • City of Sunrise NW 44ri' Street, Asphalt Road, Sidewalks, Drainage Concrete Retention Walls, Green Bike lane. • City of Sunny Isles Beach, NW D4th Street Roadway Reconstruction Include: Asphalt Paving, Drainage System, Concrete,Paving, Electrical and Landscaping. $ 3.7MM • City of Doral, Downtown Doral Phase 2, Codina Partners, include: Asphalt Roads Drainage System, Water Main, Sewer Main, Concrete, Lighting, Landscaping, Hardscape and Paving$3.5 MM. • City of Opa-Locka NW 145th Street Roadway Construction Include: Asphalt Paving Drainage System, Water Systems, Sewer System, Force Main System, FPL Ducts, AT&T Ducts, Signalization System, Concrete, Lighting, Landscape, Irrigation. Work inspected by DADE County, WASD, DERM. $3.6 MM • Private & Public Jobs:Earthwork, Building pads, Water Main, Sewer Main, Force Main, Drainage System, Pump Stations, Concrete, Lighting, Landscape and Paving .>$45 MM • City of Miami, Mary Brickell Village Pump Stations, City of Miami, include: Asphalt Restorations Drainage and Constructionof7PumpStations$ 2.9MM. • Broward County, Broward Gardens, Sanitary Sewer, Lift Station. Improvements. 6/6/2022 BidSync p. 44 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami 20-21-004 EDUCATION INTERESTS • Aviation & Commerce Center LLC: Auction House Miami at Opa-Locka Airport. Construction of Auction House & Parking Lot • Jardack Construction, Shakill Investment Center Drainage, Paving, and Water system. • City of Fort Lauderdale, Progresso Project, Asphalts over Andrews Avenue, Sanitary sewer, water mains, drainage system. • Town of Medley. Roadway Restorations, Drainage, Sidewalks. • FOOT Push Bottoms. Asphalt, Milling, Drainage, Sidewalks. • FOOT NE 6 AVE. Asphalt Roadway over 1.5 miles, Drainage System • FOOT AIA. Asphalt Roadway over 2.0 miles, special sidewalks and stamp crosswalk city of Miami Beach. • City of Palmetto Bay. Drainage Improvements, Asphalt Roadway, sidewalks. • City of South Miami, Sunset Place, Asphalts, Sidewalks, underground pipes. • Miami Dade County, PTP People Transportation Plan, Roadway Rehabilitations. • City of Miami Road Rehabilitation Project. FEMMA SW 147 Ave and 88 Street. • City of Lauderhill Culvert Replacement Project. DERM Storm Water Improvement Project. Project Estimator: responsible for completing estimated projects including quantity of materials, pricing, budgeting, value analysis, prepare square foot estimates, detail conceptual estimated, working drawing estimates, proposal/bid or GPM estimates, systems comparisons, historical cost reports, and evaluate engineering alternatives. Dade County,Palm Beach County, FOOT projects, Broward County, City of Miami, City of Lauderhill, City of Miami Beach, City of South Miami, City of West Palm Beach. • BACHELOR OF SCIENCE IN CIVIL ENGINEERING- UNIVERSIDAD DE LA SALLE COLOMBIA 1996 • GENERAL SEMINAR FOR UPDATES IN SEWAGE SYSTEM DESIGN- PONTIFICIA UNIVERSIDAD JAVERIANA,1996 • MIAMI DADE COUNTY GENERAL ENGINEERING LICENSE • MIAMI DADE COUNTY GENERAL CONTRACTOR • FDOT ASPHALT PAVING LEVEL I • FDOTASPHALT PAVING LEVEL II • FOOT COURSE MAINTENANCE OF TRAFFIC ADVANCE. • QUALIFIED STROM WATER MANAGEMENT INSPECTOR. • PRIMAVERA EXPEDITION - SCHEDULE - MIAMI FLORIDA, 2006. • OSHA 30 CPR Auto Cad Civil 3D • Micro station • Primavera • Project • Microsoft Excel Word• PowerPoint • Adobe • Bluebeam • Outlook • E-Builder • Procore • Expedition • Corel Draw • 6/6/2022 BidSync p. 45 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami 20-21-004 Construc�Trades ualifying Board BUSINESS CERTIFICATE OF COMPETENCY E0900376 Is certified under the provisions of Chapter 10 of Miami -Dade County QUALIFYING TRADER 0001 GENERAL ENGINEERING 6/6/2022 BidSync p. 46 0) Florida Engineering & Development Corp. No 12076 NW 98th Ave. N Hialeah Gardens FL, 33018 co n c) Schedule of Major Projects in Progress as of 2/28/2022 Date: prepared: 3/07/2022 Type of Work FDOT Projects and Location of Work you are performing Contract Amount Amount Sublet to others — Balance of contract Amount Uncompleted Amount to be done by applicant As Prime Contractor As Subcontractor r Totals $ - $ - $ - $ - $ . Type of Work Other (Non-FDOT) Projects. Owner and Location of Work Contract Amount Amount Sublet to Others Balance of contract Amount Uncompleted Amount to be done by applicant As Prime Contractor As Subcontractor Furnish and Install a wayfinding signage thruout downtown Miami and all access road Prnject: 18105-CM Downtown Miami Signage and Wayfi Owner: City of Miami Location: City of Miami/FDOT Roads Funding: FDOT/City of Miami $ 1,673,763.00 $ 985,000.00 _ $ 688,763.00 $ 95,000.00 $ 200,000.00 Excavation, Concrete Foundation, MOT Structural Re -bar, Structural Steel Sign Installation Clear and Grub, Excavation, Prepare Subbase Prepare Base, Asphalt, Concrete Curb , Concrete Sidewalk, Signalization, Pavement Markings and Signage, MOT, Drainage System Signalization 19010 - City of Miami H8 Horizontal Owner: City of Miami Project: Miscellaneous Roadway Projects Location: Various Funding: City of Miami $ 2,500,000.00 $ 500,000.00 $ 2,000,000.00 $ 1,020,000.00 ' $ 180,000.00 Clear and Grub, Earthwork, Milling, Asphalt Paving Pavement Markings and Signage, Concrete Work Drainage System, MOT, Sodding 20003-WO1 Push Button Intersection Imprv. Owner: Miami Dade County Project: Push Button Paving Intersection Improvements North Location: Various Funding: Miami Dade County $ 2,506,362.00 $ 750,000.00 $ 1,756,362.00 $ 1,030,000.00 $ 420,000.00 Clear and Grub, Earthwork, Milling, Asphalt Paving Pavement Markings and Signage, Concrete Work Drainage System, MOT, Sod 20010-WO1 Push Button Intersection South Owner: Miami Dade County Project: Push Button Paving Intersection Improvements South Location: Various Funding: Miami Dade County $ 2,635,053.00 $ 750,000.00 $ 1,885,053.00 $ 980,000.00 $ 540,000.00 Clear and Grub, Earthwork, Milling, Asphalt Paving Pavement Markings and Signage, Concrete Work Drainage System, MOT, Sod 21002- Electric Bus Charging Facility Owner: Broward County Transit Project: New electric Bus Charging Facility Location: Broward county Funding: Broward County Transit Facility $ 2,836,153.00 $ 2,025,000.00 $811,153.00 $ 5,000.00 $ 40,000.00 Clear and Grub, Earthwork, Milling, Asphalt Paving Pavement Markings and Signage, Concrete Work New Electrical Lighting and New Signalization 21005 - MDC Traffic Circle Imp. Owner: Miami Dade County Project: New Traffic Circle Intersection Improvements Location: SW 120th street and 97th Ave. Funding: Miami Dade County $ 523,900.00 $ 375,000.00 $ 148,900.00 $ 40,000.00 $ 260,000.00 Clear and Grub, Earthwork, Milling, Asphalt Paving Pavement Markings and Signage, Concrete Work Drainage System, MOT, Sod 21008 - City of Parkland -Round About Owner: City of Parkland Project: Intersection Improvements Location: Parkland Funding: City of Parkland $900,000.00 $ 220,000.00 $680,000.00 $0.00 $ - Clear and Grub, Earthwork, Milling, Asphalt Paving 21009 -City of North Lauderdale Kimberly $2,083,908.00 $ 1,065,000.00 $1,018,908.00 $368,908.00 $ 850,000.00 3L2dLvSZLdv2-ad66-6 68b-6OS0- 6 6Z99bLL :al adoIanu3 u6!Snooa Pavement Markings and Signage, Concrete Work Sod Owner: City of North Lauderdale Location: North Lauderdale Funding: City of North Lauderdale Clear and Grub, Earthwork, Asphalt Paving Pavement Markings and Signage, Concrete Work Drainage System, MOT, Sod 21011 - Biscayne Everglades Greenway Trail $1,419,000.00 $ 219,000.00 $1,200,000.00 $602,131.00 $ 219,000.00 Owner: City of Homestead Location: Homestead FI. Funding: FDOT Clear and Grub, Earthwork, Excavation, Embankment Drainage, Concrete, Electrical, Landscaping 21012 - City of Hallandale Beach CRA $450,000.00 $ 80,000.00 $370,000.00 $304,000.00 $ 80,000.00 Owner: City of Hallandale Location: Hallandale FI. Funding: City of Hallandale 'TOTALS $ 15,659,139.00 $ 6,670,000.00 $ 8,989,139.00 $ 3,538,908.00 $ 2,490,000.00 $ 6,028,908.00 3L2dLvSZLdv2-ad66-6 68b-6OS0- 6 6Z99bLL :al adoIanu3 u6!Snooa DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami City of Miami 20-21-004 Solicitation 20-21-004 D. Bidder's References Bidders are to include a minimum of three (3) 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. CUSTOMER REFERENCE LISTING (Page 1 of 1) Bidders may furnish the names, addresses, and telephone numbers of owners and organizations for which the Bidder has provided construction services in addition to the required minimum three (3) roadway / horizontal Projects specified in the Minimum Requirements on page 7, above. 1 Company Name Address Contact Person Contract Amount Telephone No. E-mail Address 2 Company Name Address Contact Person Contract Amount Telephone No. E-mail Address 3 Company Name Address Contact Person Contract Amount Telephone No. E-mail Address 4 Company Name Address Contact Person Contract Amount Telephone No. E-mail Address See Attached - "References" Overtown Greenway Phase II - NW 11th Street 94 ITB No. 20-21-004 between NW 7th and NW 12th Avenues 4/11/2022 7:22 AM p. 96 6/6/2022 BidSync p. 49 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami 20-21-004 Solicitation 20-21-004 To Whom It May Concem Subject: Reference Letter The Following Section to be Completed by the Bidder. Name of Bidder Florida Engineering & Development Corp. The above referenced Bidder is responding to a Bid that has been issued by the City of Miami. The City requires that the Bidder provide written references with their Bid submission. By providing you with this document, the Bidder is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent Name of Referenced Project: Overtown Greenway at NW 11 th Street from NW 7th Ave to NW 12th Ave. The Folio°' ng Section to be Completed by the Project Owner. Scope of Referenced Work: Construction of Roundabout at University Dr. & Old Cutler Rd, Did the Scope involve the construction, installation, repair and/or replacement of drainage system components, sidewalks, pedestrian lighting or ADA ramps? © Yes ❑ No Value of Project: $ 951,000.00 Date Completed: 11/2021 Percentage of physical construction labor self -performed by Bidder: 60 - % Was project completed on time and within budget: (3J Yes ❑ No If no, was the Bidder at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No If yes, please provide details: Comments: allot" 4.2,14, 49 cc -wale /as le.Ga+r-.tad . Name of Project Owner: Jamiko Sands Signature of Project Owner's Representative: Title: City Engineer Date: 05/02/2022 Telephone: 954-757-4171 Sincerely, Annie Perez, CPPO, Director Department of Procurement E-mail: jsands(a3cityofparkland.org Overtown Greenway Phase II - NW 11th Street 95 ITS No. 20-21-004 between NW 7th and NW 12th Avenues 4/11 /2022 7:22 AM p. 97 6/6/2022 BidSync p. 50 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami City of Miami 20-21-004 Solicitation 20-21-004 To Whom It May Concern Subject: Reference Letter QCttp etflat/tint The Following Section to be Completed by the Bidder Name of Bidder: Florida Engineering & Development Corp. The above referenced Bidder is responding to a Bid that has been issued by the City of Miami. The City requires that the Bidder provide written references with their Bid submission. By providing you with this document, the Bidder is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: Overtown Greenway at NW 11th Street from NW 7th Ave to NW 12th Ave. The Following Section to be Completed by the Project Owner, Scope of Referenced Work: SW 40th Avenue Complete Street Improvements Did the Scope involve the construction, installation, repair and/or replacement of drainage system components, sidewalks, pedestrian lighting or ADA ramps? Yes E No Value of Project: $ 1,800,000.00 Date Completed: 4-18 Percentage of physical construction labor self -performed by Bidder: 50 _ _ Was project completed on time and within budget: • Yes ❑ No If no, was the Bidder at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No If yes, please provide details: Comments: Name of Project Owner: Greg Perry Date: 4/29/22 Signature of Project Owner's Representative: Title: City Engineer Telephone: 786/2519291 Sincerely, Annie Perez, CPPO, Director Department of Procurement Email:gperry@cityofwestpark.org Overtown Greenway Phase !I - NW 11th Street 95 ITB No. 20-21-004 between NW 7m and NW 12th Avenues 4/11/2022 7:22 AM p. 97 6/6/2022 BidSync p. 51 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami 20-21-004 To Whom It May Concern Subject: Reference Letter Solicitation 20-21-004 The Following Section to be Completed by the Bidder Name of Bidder: Florida Engineering & Development Corp. The above referenced Bidder is responding to a Bid that has been issued by the City of Miami. The City requires that the Bidder provide written references with their Bid submission. By providing you with this document, the Bidder is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: Overtown Greenway at NW 11th Street from NW 7th Ave to NW 12th Ave. The Following Section to be Completed by the Project Owner Scope of Referenced Work: NW 145th Street Roadway Construction Did the Scope involve the construction, installation, repair and/or replacement of drainage system components, sidewalks, pedestrian lighting or ADA ramps? ® Yes ❑ No Value of Project: $ 3,650,000.00 Date Completed: 5/20 Percentage of physical construction labor self -performed by Bidder 70 % Was project completed on time and within budget: J Yes ❑ No If no, was the Bidder at fault or contribute to the delay(s) or increased cost? ❑ Yes ® No If yes, please provide details: Comments: Name of Project Owner: Al Hernandez Signature of Project Owner's Representative: Title: Commercial Project Director Telephone: 305-796-3669 Sincerely, Annie Perez, CPPO, Director Department of Procurement E-mail: ahernandez@cpfinv.com Overtown Greenway Phase II - NW 11th Street 95 between NW 7th and NW 12th Avenues 4/11/2022 7:22 AM p. 97 ITB No. 20-21-004 6/6/2022 BidSync p. 52 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami 20-21-004 -REFERENCES- 1. OWNER : OWNER : MIAMI DADE COUNTY — PUBLIC WORKS CONTACT : HABIBNEJAD HOSSIN TITLE : PROJECT MANAGER PHONE : 786-473-5250 EMAIL : Hossin.Habibnejad a.miamidade.uov PROJECT TILE : ROADWAY IMPROVEMENTS TO NE 16th AVENUE DATE : 12/18 SCOPE : EARTHWORK, DRAINAGE, CONCRETE, LIGHTING, SIGNALIZATION, LANDSCAPING AND ROADWAY CONSTRUCTION AMOUNT: $ 4,200,000.00 2. OWNER: CITY OF LAUDERHILL CONTACT : J. MARTIN CALA TITLE: PUBLIC WORKS DIRECTOR PHONE : 954-730-2961 EMAIL: jmcala aiauderhill-fl ov PROJECT: NW 38th AVENUE IMPROVEMENTS DATE: 10/21 SCOPE: EARTHWORK, DRAINAGE, WATER MAIN ( 16" DIP ), SPECIAL DESIGN CONCRETE, STAMPED ASPHALT, HARDSCAPE, VENDOR KIOSKS, BUS SHELTERS, LIGHTING, LANDSCAPE, IRRIGATION AND ROADWAY RECONSTRUCTION. AMOUNT: $ 4,863,000.00 3. OWNER : AVIATION AND COMMERCE CENTER, LLC / MIAMI DADE COUNTY CONTACT : AL HERNANDEZ TITLE : COMMERCIAL PROJECT DIRECTOR PHONE : 305-796-3669 EMAIL : ahernandez a. ci mv.eoin PROJECT : NW 145th STREET ROADWAY CONSTRUCTION -NORTHERN SWALE DATE : 5/30/20 SCOPE : EARTHWORK, DRAINAGE (24" RCP ), WATER MAIN ( 12" DIP ), SEWER MAIN , FORCE MAIN ( 16" DIP ), CONCRETE, LIGHTING, LANDSCAPE, IRRIGATION AND ROADWAY. AMOUNT : $ 3,650,000.00 6/6/2022 BidSync p. 53 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami 20-21-004 4. OWNER : CITY OF PARKLAND CONTACT : JAMIKO SANDS TITLE : CITY ENGINEER PHONE : 954-757-4171 EMAIL : isands(a)cityofnarkland.org PROJECT : CONSTRUCTION OF ROUNDABOUT UNIVERSITY DR. & OLD CLUB RD. DATE : 11/21 SCOPE : EARTHWORK, WIDENING, FOUNTAIN, CONCRETE , LANDSCAPE, IRRIGATION, LIGHTING, GUARDRAIL, MILLING & RESURFACING AMOUNT : $ 951,000.00 5. OWNER : CODINA PARTNERS / CITY OF DORAL CONTACT : GUS MINGUEZ TITLE : DIRECTOR OF CONSTRUCTION PHONE : 305-302-1898 EMAIL : gmInguezlltagmail.com PROJECT : DOWNTOWN DORAL INFRASTRUCTURE — PHASE 2 DATE : 7/16 SCOPE : EARTHWORK, DRAINAGE, WATER MAIN, SEWER MAIN, FOUNTAINS, HARDSCAPE, CONCRETE , LIGHTING, LANDSCAPE, IRRIGATION AND ROADWAY CONSTRUCTION AMOUNT : $ 3,500,000.00 6. OWNER : CITY OF DORAL CONTACT : CARLOS ARROYO TITLE : DIRECTOR OF PUBLIC WORKS PHONE : 305-593-6740, EXT: 6009 EMAIL : carlos.arrocofa: cit ofdoral.com PROJECT : NW 112 AVENUE (25 -34 ST) ROADWAY IMPROVEMENTS DATE : 4/21 SCOPE : EARTHWORK, DRAINAGE, WIDENING, CONCRETE , SIGNALIZATION, LIGHTING, MILLING & RESURFACING AMOUNT : $ 1,600,000.00 6/6/2022 BidSync p. 54 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami City of Miami 20-21-004 Solicitation 20-21-004 (REV 3-11-21) (1-22) LAP DIVISION 1 SPECIFICATIONS. Construction Checklist Specifications from Department of Transportation Standard Specifications for Road and Bridge Construction The following excerpts from the Standard Specifications and Special Provisions are provided for use in LAP Specifications as needed in accordance with the Local Agency Program Checklist for Construction Contracts (Phase 58) — Federal and State Requirements (525-070-44) Overtown Greenway at NW 11'h Street 145 ITB No. 20-21-004 (from NW 7'h Ave to NW 12th Ave) - 4n i bcgoAc 4B-173648 p. 147 6/6/2022 BidSync p. 55 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E :City of Miami City of Miami 20-21-004 Solicitation 20-21-004 FDOT LAP FORMS ATTACHMENT A Overtown Greenway at NW 11th Street 179 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - 4111 P2j5t,B9cMB-173648 p. 181 6/6/2022 BidSync p. 56 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E :City of Miami City of Miami 20-21-004 Solicitation 20-21-004 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION DBE BID PACKAGE INFORMATION 275-030-11 EQUAL OPPORTUNITY OFFICE 09/19 Page 1 of 2 DBE Utilization The Department began its DBE race neutral program January 1, 2000. Contract specific goals are not placed on Federal/State contracts; however, the Department has an overall 10.65% DBE goal it must achieve. In order to assist contractors in determining their DBE commitment level, the Department has reviewed the estimates for this letting. As you prepare your bid, please monitor potential or anticipated DBE utilization for contracts. When the low bidder executes the contract with the Department, information will be requested of the contractor's DBE participation for the project. While the utilization is not mandatory in order to be awarded the project, continuing utilization of DBE firms on contracts supports the success of Florida's DBE Program, and supports contractors' Equal Employment Opportunity and DBE Affirmative Action Programs. Any project listed as 0% DBE availability does not mean that a DBE may not be used on that project. A 0% DBE availability may have been established due to any of the following reasons: limited identified subcontracting opportunities, minimal contract days, and/or small contract dollar amount. Contractors are encouraged to identify any opportunities to subcontract to DBE's. Please contact the Equal Opportunity Office at (850) 414-4747 if you have any questions regarding this information. DBE Reporting If you are the prime contractor on a project, enter your DBE participation in the Equal Opportunity Compliance system prior to the pre -construction or pre -work conference for all federal and state funded projects. This will not become a mandatory part of the contract. It will assist the Department in tracking and reporting planned or estimated DBE utilization. During the contract. the prime contractor is required to report actual payments to DBE and MBE subcontractors through the web -based Equal Opportunity Compliance (EOC) system. All DBE payments must be reported whether or not you initially planned to utilize the company. In order for our race neutral DBE Program to be successful, your cooperation is imperative. If you have any questions, please contact EOOHelp@dot.state.fl.us. Bid Opportunity List The Federal DBE Program requires States to maintain a database of all firms that are participating or attempting to participate on FDOT-assisted contracts. The list must include all firms that bid on prime contracts or bid or quote subcontracts on FDOT-assisted projects, including both DBE's and non -DBEs. Please complete the Bidders Opportunity List through the Equal Opportunity Compliance system within 3 business days of submission of the bid or proposal for ALL subcontractors or sub -consultants who quoted to you for specific project for this letting. The web address to the Equal Opportunity Compliance system is: https://www.fdot.gov/equalopportunity/eoc.shtm. 180 4/11/2022 7:22 AM p. 182 6/6/2022 BidSync p. 57 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Oity of Miami City of Miami 20-21-004 Solicitation 20-21-004 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION DBE BID PACKAGE INFORMATION 275-030-11 EQUAL OPPORTUNITY OFFICE 09/19 Page 2 of 2 DBE/AA Plans Contractors bidding on FDOT contracts are to have an approved DBE Affirmative Action Plan (FDOT Form 275-030-11 B) on file with the FDOT Equal Opportunity Office before execution of a contract. DBE/AA Plans must be received with the contractors bid or received by the Equal Opportunity Office prior to the award of the contract. Plans are approved by the Equal Opportunity Office in accordance with Ch. 14-78, Florida Administrative Code. Plans that do not meet these mandatory requirements may not be approved. Approvals are for a (3) three year period and should be updated at anytime there is a change in the company's DBE Liaison Officer and/or President. Contractors may evidence adoption of the DBE/AA Policy and Plan and/or a change in the designated DBE Liaison officer as follows: • Print the first page of the document on company stationery ("letterhead") that indicates the company's name, mailing address, phone number, etc. • Print the company's name in the "" space; next to "Date" print the month/day/year the policy is being signed; record the signature of the company's Chief Executive Officer, President or Chairperson in the space next to "by" and print the full first and last name and position title of the official signing the policy. • Print the DBE Liaison's full name, email address, business mailing address and phone number the bottom of email. E-mail the completed and signed DBE AA Plan to: eeoforms@dot.state.fl.us. The Department will review the policy, update department records and issue a notification of approval or disapproval; a copy of the submitted plan will not be returned to the contractor. 181 4/11 /2022 7:22 AM p. 183 6/6/2022 BidSync p. 58 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami City of Miami 20-21-004 Solicitation 20-21-004 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS FOR FEDERAL AID CONTRACTS (Compliance with 2 CFR Parts 180 and 1200) 375-030-32 PROCUREMENT 11/15 It is certified that neither the below identified firm nor its principals are presently suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. Name of Consultant/Contractor: Flor .Fgineerind Development Corp By: Jose Vega/ Date: 6/6/22 Title: President Instructions for Certification Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 4/11/2022 7:22 AM 182 p. 184 6/6/2022 BidSync p. 59 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Oity of Miami City of Miami 20-21-004 Solicitation 20-21-004 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION CERTIFICATION FOR DISCLOSURE OF LOBBYING ACTIVITIES ON FEDERAL -AID CONTRACTS (Compliance with 49CFR, Section 20.100 (b)) 375-030-33 PROCUREMENT 10/01 The prospective participant certifies, by signing this certification, that to the best of his or her knowledge and belief: (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 federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities", in accordance with its instructions. (Standard Form-LLL can be obtained from the Florida Department of Transportation's Professional Services Administrator or Procurement Office.) This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 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. The prospective participant also agrees by submitting his or her proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Name of Consultant: Florida Engineering and Development Corp By: Jose Vega Date: 6/6/22 Authorized Signature: r Title: Presid 183 4/11/2022 7:22 AM p. 185 6/6/2022 BidSync p. 60 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami City of Miami 20-21-004 Solicitation 20-21-004 Is this form applicable to your firm? YES ❑ NO IZ If no, then please complete section 4 below for "Prime" STATE OF FLORI DA DEPARTMENT OF TRANSPORTATION DISCLOSURE OF LOBBYING ACTIVITIES 375-030-34 PROCUREMENT 02/16 1. Type of Federal Action: a. contract b. grant c. cooperative agreement d. loan e. loan guarantee f. loan insurance 2. Status of Federal Action: a. bid/offer/application b. initial award c. post -award 3. Report Type: a. initial filing b. material change For Material Change Only: Year: Quarter: Date of last report: (mm/dd/yyyy) 4. Name and Address of Reporting Entity: if known: Corp 5. If Reporting Entity Address of Prime: in No. 4 is a Subawardee, Enter Name and X Prime ❑ Subawardee Tier , Florida Engineering and Development 12076 NW 98th Ave. Hialeah Gardens. FL 33018 Congressional District, if known: Congressional District, if known: 4c 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number, if applicable: 8. Federal Action Number, if known: 9. Award Amount, $ if known: 10. a. Name and Address of Lobbying Registrant (if individual, last name, first name, MI): b. Individuals Performing Services (including address if different from No. 10a) (last name, first name, MI): 11. Information requested through this form is authorized by title 31 U.S.C. section 1352. This disclosure of lobbying activities is a material representation of fact upon which reliance was placed by the tier above when this transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Signature: Print Na Title: President Telephone No.: 305-820-8333 Date (mm/dd/yyyy): 6/6/22 Federal Use Only: Authorized for Local Reproduction Standard Form LLL (Rev. 7-97i 184 4/11/2022 7:22 AM 6/6/2022 BidSync p. 186 p. 61 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Oity of Miami City of Miami 20-21-004 Solicitation 20-21-004 375-030-34 PROCUREMENT 04/14 Page 2 of 2 INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.C. section 1352. The filing of a form is required for each payment or agreement to make payment to any lobbying entity 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 a covered Federal action. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a followup report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last previously submitted report by this reporting entity for this covered Federal action. 4. Enter the fullname, address, city, State and zip code of the reporting entity. Include Congressional District, if known. Check the appropriate classification of the reporting entity that designates if it is, or expects to be, a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization filing the report in item 4 checks "Subawardee," then enter the full name, address, city, State and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organizational level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans, and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g., Request for Proposal (RFP) number; Invitation for Bid (IFB) number; grant announcement number; the contract, grant, or loan award number; the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., 'RFP-DE-90-001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitment for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, State and zip code of the lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 to influence the covered Federal action. (b) Enter the full names of the individual(s) performing services, and include full address if different from 10 (a). Enter Last Name, First Name, and Middle Initial (MI). 11 The certifying official shall sign and date the form, print his/her name, title, and telephone number. According to the Paperwork Reduction Act, as amended, no persons are required to respond to a collection of information unless it displays a valid OMB Control Number. The valid OMB control number for this information collection is OMB No. 0348-0046. Public reporting burden for this collection of information is estimated to average 10 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, DC 20503. 4/11/2022 7:22 AM 185 p. 187 6/6/2022 BidSync p. 62 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami 20-21-004 City of Miami Solicitation 20-21-004 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BID OPPORTUNITY LIST FOR COMMODITIES & CONTRACTUAL SERVICES Prime Contractor: Florida Engineering and Development Corgi; Address/Phone Number: 12076 NW 98th Ave, Hialeah Gardens, FL 33018 / 305-820-8333 Procurement Number: 420917-2 375-040-62 PROCUREMENT 01/16 49 CFR Part 26.11 The list is intended to be a listing of all firms that are participating, or attempting to participate, on DOT -assisted contracts. The list must include all firms that bid on prime contracts, or bid or quote subcontracts and supplies materials on DOT -assisted projects, including both DBEs and non -DBEs. This list must include all subcontractors contacting you and expressing an interest in teaming with you on a specific DOT -assisted project. Prime contractors must provide information for Numbers 1, 2, 3 and 4, and should provide any information they have available on Numbers 5, 6, and 7 for themselves, and their subcontractors. 1. Federal Tax ID Number: 83-0345690 2. Firm Name:Florida Engineering & Development 3. Phone: 305-820-8333 4. Address: 12076 NW 98 Ave. Hialeah GarriArm,F1,330111 5. Year Firm Established: 19 6. ❑ DBE ® Non -DBE 7. Annual Gross Receipts ❑ Less than $1 million ❑ Between $1 - $5 million ❑ Between $5 - $10 million ® Between $10 - $15 million ❑ More than $15 million 1. Federal Tax ID Number: 26-3413934 2. Firm Name: P & J Striping 3. Phone: 305-364-5671 4. Address: 3901 NW 29 Avenue Mlami,l-L,33142 5. Year Firm Established: 6. E] DBE ❑ Non -DBE 7. Annual Gross Receipts ❑ Less than $1 million ® Between $1 - $5 million ❑ Between $5 - $10 million ❑ Between $10 - $15 million ['More than $15 million 1. Federal Tax ID Number:45-2599402 2. Firm Name: Visualscape , Inc 3. Phone: 305-362-2404 4. Address:17R01 NW 137 AVAnlie Miami.FL,33018 5. Year Firm Established: 6. ® DBE ❑ Non -DBE 1. Federal Tax ID Number:59-2069390 2. Firm Name: Homestead Concrete & Drainage 3. Phone: 305-248-9649 4. Address: 221 SW 4th Ave. Homestead_,FI,33030 5. Year Firm Established: 7. Annual Gross Receipts ❑ Less than $1 million Between $1 - $5 million ❑ Between $5 - $10 million ❑ Between $10 - $15 million ❑ More than $15 million 6. ® DBE ❑ Non -DBE AS APPLICABLE, PLEASE SUBMIT THIS FORM WITH YOUR: 7. Annual Gross Receipts ❑ Less than $1 million ® Between $1 - $5 million ❑ Between $5 - $10 million ❑ Between $10 - $15 million ❑ More than $15 million BID SHEET (Invitation to Bid — ITB) PRICE PROPOSAL (Request for Proposal — RFP) REPLY (Invitation to Negotiate — ITN) 186 4/11/2022 7:22 AM p. 188 6/6/2022 BidSync p. 63 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E :City of Miami City of Miami 20-21-004 Solicitation 20-21-004 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION LAP CERTIFICATION OF CURRENT CAPACITY CONFIDENTIAL per Ch 337.14;1j F.S. For bids to be received on 6/6/22 (Letting Date) CERTIFICATE 525-010-46 PROGRAM MANAGEMENT 09/20 Page 1 of 2 Fill in your FDOT Vendor Number VF8 3- 0 3 4 5 6 9 0 00 2 (Only applicable to FDOT pre -qualified contractors) I hereby certify that the amount of any proposal submitted by this bidder for the above letting does not exceed the amount of the Firm's CURRENT CAPACITY (maximum capacity rating less total uncompleted work). The total uncompleted work as shown on the "Status of Contracts on Hand" report (page 2) $ 6,028,908.00 further certify that the "Status of Contracts on Hand" report (page 2) was prepared as follows: 1. If the letting is before the 25th day of the month, the certificate and report reflect the uncompleted work as of the 15th day of the month, last preceding the month of the letting. 2. If the letting is after the 25th day of the month, the certificate and report reflects the uncompleted work in progress as of the 15th day of the month of the letting. 3. All new contracts (and subcontracts) awarded earlier than five days before the letting date are included in the report and charged against our total rating. Florida Engineering and Development Corp I certify that the information above is correct. NAME OF FIR Sworn to and subscribed this 6th day By: Jose Vega of June , 20 22 r e r EVELYN ICEMAN * Commission # HH 215243 ''toF 0.0 Expires March 10, 2026 187 resi Title 4/11/2022 7:22 AM p. 189 6/6/2022 BidSync p. 64 w 0 City of Miami Solicitation 20-21-004 STATUS OF CONTRACTS ON HAND (Furnish complete information about all your contracts, whether prime or subcontracts; whether in progress or awarded, but not yet begun; and regardless of whom contracted with.) 525-010-46 PROGRAM MANAGEMENT 09/20 Page 2 of 2 1 2 3 4 5 6 PROJECTS OWNER, LOCATION AND DESCRIPTION CONTRACT (OR SUBCONTRACT) AMOUNT AMOUNT SUBLET TO OTHERS See Attached BALANCE OF CONTRACT AMOUNT UNCOMPLETED AMOUNT TO BE DONE BY YOU AS PRIME CONTRACTOR AS SUBCONTRACTOR NOTE: Columns 2 and 3 to show total contract (or subcontract) amounts. Column 4 to be difference between columns 2 and 3. Amount in columns 5 or 6 to be uncompleted portion of amount in column 4. All amounts to be shown to nearest $100. The Contractor may consolidate and list as a single item all contracts which, individually, do not exceed 3% of total, and which, in the aggregate, amount to less than 20% of the total. TOTALS $0.00 $0.00 TOTAL UNCOMPLETED WORK ON HAND TO BE DONE BY YOU (TOTAL COLUMNS 5 AND 6) $0.00 188 4/11/2022 7:22 AM cn 3L2dLvSZLdv2-ad66-6 68b-6OS0- 6 6Z99bLL :al adoIanu3 u6!Snooa O 0 3 0 O N p. 190 a Florida Engineering & Development Corp. 0 12076 NW 98th Ave. r Hialeah Gardens FL, 33018 Schedule of Major Projects in Progress as of 2/28/2022 Date: prepared: 3/07/2022 Type of Work FDOT Projects and Location of Work you are performing Contract Amount Amount Sublet to others Balance of contract Amount Uncompleted Amount to be done by applicant As Prime Contractor As Subcontractor Totals $ - $ $ _ $ - $ - Type of Work Other (Non-FDOT) Projects. Owner and Location of Work Contract Amount Amount Sublet to Others Balance of contract Amount Uncompleted Amount to be done by applicant As Prime Contractor As Subcontractor ,Furnish and Install a wayfinding signage thruout downtown Miami and all access road Excavation, Concrete Foundation, MOT Structural Re -bar, Structural Steel Sign Installation Project: 18105-CM Downtown Miami Signage and Wayfi Owner: City of Miami Location: City of Miami/FDOT Roads Funding: FDOT/City of Miami $ 1,673,763.00 $ 985,000.00 $ 688,763.00 $ 95,000.00 $ 200,000.00 Clear and Grub, Excavation, Prepare Subbase Prepare Base, Asphalt, Concrete Curb , Concrete Sidewalk, Signalization, Pavement Markings and Signage, MOT, Drainage System Signalization 19010 - City of Miami H8 Horizontal Owner: City of Miami Project: Miscellaneous Roadway Projects Location: Various Funding: City of Miami $ 2,500,000.00 $ 500,000.00 $ 2,000,000.00 $ 1,020,000.00 $ 180,000.00 Clear and Grub, Earthwork, Milling, Asphalt Paving Pavement Markings and Signage, Concrete Work ,Drainage System, MOT, Sodding 20003-WO1 Push Button Intersection Imprv. Owner: Miami Dade County Project: Push Button Paving Intersection Improvements North Location: Various Funding: Miami Dade County $ 2,506,362.00 $ 750,000.00 $ 1,756,362.00 $ 1,030,000.00 $ 420,000.00 Clear and Grub, Earthwork, Milling, Asphalt Paving Pavement Markings and Signage, Concrete Work Drainage System, MOT, Sod 20010-WO1 Push Button Intersection South Owner: Miami Dade County Project: Push Button Paving Intersection Improvements South Location: Various Funding: Miami Dade County $ 2,635,053.00 $ 750,000.00 $ 1,885,053.00 $ 980,000.00 $ 540,000.00 Clear and Grub, Earthwork, Milling, Asphalt Paving Pavement Markings and Signage, Concrete Work Drainage System, MOT, Sod 21002- Electric Bus Charging Facility Owner: Broward County Transit Project: New electric Bus Charging Facility Location: Broward county Funding: Broward County Transit Facility $ 2,836,153.00 $ 2,025,000.00 $811,153.00 $ 5,000.00 $ 40,000.00 Clear and Grub, Earthwork, Milling, Asphalt Paving Pavement Markings and Signage, Concrete Work New Electrical Lighting and New Signalization 21005 - MDC Traffic Circle Imp. Owner: Miami Dade County Project: New Traffic Circle Intersection Improvements Location: SW 12oth street and 97th Ave. Funding: Miami Dade County $ 523,900.00 $ 375,000.00 $ 148,900.00 $ 40,000.00 $ 260,000.00 Clear and Grub, Earthwork, Milling, Asphalt Paving Pavement Markings and Signage, Concrete Work Drainage System, MOT, Sod 21008 - City of Parkland -Round About Owner: City of Parkland Project: Intersection Improvements Location: Parkland Funding: City of Parkland i $900,000.00 $ 220,000.00 $680,000.00 $0.00 $ - Clear and Grub, Earthwork, Milling, Asphalt Paving 21009 -City of North Lauderdale Kimberly $2,083,908.00 $ 1,065,000.00 $1,018,908.00 $368,908.00 $ 850,000.00 3L2dLvSZLdv2-ad66-6 68b-6OS0- 6 6Z99bLL :al adoIanu3 u6!Snooa Pavement Markings and Signage, Concrete Work Sod r3wnea City of North Lauderdale Location: North Lauderdale Funding: City of North Lauderdale Clear and Grub, Earthwork, Asphalt Paving Pavement Markings and Signage, Concrete Work Drainage System, MOT, Sod 21011 - Biscayne Everglades Greenway Trail $1,419,000.00 $ 219,000.00 $1,200,000.00 $602,131.00 $ 219,000.00 Owner: City of Homestead Location: Homestead FI. Funding: FDOT Clear and Grub, Earthwork, Excavation, Embankment Drainage, Concrete, Electrical, Landscaping 21012 - City of Hallandale Beach CRA _ $450,000.00 $ 80,000.00 $370,000.00 $304,000.00 $ 80,000.00 Owner: City of Hallandale Location: Hallandale FI. Funding: City of Hallandale [TOTALS $ 15,659,139.00 $ 6,670,000.00 $ 8,989,139.00 $ 3,538,908.00 $ 2,490,000.00 $ 6,028,908.00 3L2dLvSZLdv2-ad66-6 68b-6OS0- 6 6Z99bLL :al adoIanu3 u6!Snooa DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami City of Miami 20-21-004 Solicitation 20-21-004 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION NON -COLLUSION DECLARATION AND COMPLIANCE WITH 49 CFR § 29 ITEM/SEGMENT NO.: F.A.P. NO.: MANAGING DISTRICT: SIX PARCEL NO.: 575-060-13 RIGHT OF WAY 05/01 Page 1 of 3 COUNTY OF: Miami Dade. BID LETTING OF: 5/9/22 Jose Veaa hereby declare that I am (NAME) President of Florida Fngin.eering and Development (TITLE) (FIRM) of ialeah Gardens. FL (CITY AND STATE) and that I am the person responsible within my firm for the final decision as to the price(s) and amount of this Bid on this State Project. I further declare that: 1. The prices(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement, for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to the bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any other firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this Declaration. 8. As required by Section 337.165, Florida Statutes, the firm has fully informed the Department of Transportation in writing of all convictions of the firm, its affiliates (as defined in Section 337.165(I)(a), Florida Statutes), and all directors, officers, and employees of the firm and its affiliates for violation of state or federal antitrust laws with respect to a public contract or for violation of any state or federal law involving fraud, bribery, collusion, conspiracy or material misrepresentation with respect to a public contract. This includes disclosure of the names of current employees of the firm or affiliates who were convicted of contract crimes while in the employ of another company. 4/11/2022 7:22 AM 6/6/2022 189 BidSync p. 191 p. 68 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami 20-21-004 City of Miami Solicitation 20-21-004 575-060-13 RIGHT OF WAY 05/01 Page 2of3 9. I certify that, except as noted below, neither my firm nor any person associated therewith in the capacity of owner, partner, director, officer, principal, investigator, project director, manager, auditor, and/or position involving the administration of Federal funds: (a) is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions, as defined in 49 CFR §29.110(a), by any Federal department or agency; (b) has within a three-year period preceding this certification been convicted of or had a civil judgment rendered against him or her for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, State or local government transaction or public contract; violation of Federal or State antitrust statutes; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property; (c) is presently indicted for or otherwise criminally or civilly charged by a Federal, State or local governmental entity with commission of any of the offenses enumerated in paragraph 9(b) of this certification; and (d) has within a three-year period preceding this certification had one or more Federal, State or local government public transactions terminated for cause or default. 10. I(We), certify that I(We), shall not knowingly enter into any transaction with any subcontractor, material supplier, or vendor who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this contract by any Federal Agency unless authorized by the Department. Where I am unable to declare or certify as to any of the statements contained in the above stated paragraphs numbered (1) through (10), I have provided an explanation in the "Exceptions" portion below or by attached separate sheet. EXCEPTIONS: (Any exception listed above will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted, indicate to whom it applies, initiating agency and dates of agency action. Providing false information may result in criminal prosecution and/or administrative sanctions.) I declare under penalty of perjury that the foregoing is true and correct. 06NTRACTOR: .+, _`BY: • •`-BY: Executed oti-this (Seal) Jose Vega 1-I de - WITNESS: Raul Cabrera/ NAME AND RINT 6th day of June WITNESS: Omar Medina / , 2022 FAILURE TO FULLY COMPLETE AND EXECUTE THIS DOCUMENT MAY RESULT IN THE BID BEING DECLARED NONRESPONSIVE 190 4/11/2022 7:22 AM 6/6/2022 BidSync p. 192 p. 69 Project No. B- 173648 City of Miami Solicitation 20-21-004 CITY OF MIAMI CAPITAL IMPROVEMENTS PROGRAM SUBCONTRACTOR UTILIZATION FORM Project Title: OVERTOWN GREENWAY AT NW 11TH STREET Sheet No. 1 of 1 This Form should be submitted with a bidder's bid form submittal. Failure to submit this Form with the bid may result in the bid being rejected as non -responsive. The City in its reasonable discretion may allow, in the interest of the competition, the Bidder to submit the Form after bids are due (as supplemental information). Provide the following information for each subcontractor regardless of tier.* Attach additional sheets if necessary. Name of Business Portion of Work Dollar Amount Percent Address/City/State/Zip License Information** Miami-DadeCertification* CBE CSBE N/A Type Number P&J Striping Striping $ 7,795.00 0.90 3901 NW 29th Ave Miami, FL 33142 IN IN 0 NC & D Concrete $ 154,090.60 17.50 221 SW 4th Ave, Homestead,FI,33030 VisualScape Landscape $ 60,123.00 6.80 17801 NW 137 Ave.Miami,FI,33018 M 0 0 0 0 0 0 0 0 M 0 0 0 0 0 0 0 0 0 0 0 0 0 L M MI ME * Must be certified by Miami -Dade County. All tiers must be shown, including multiple sub -tiers, if permitted by the Contract Documents. **List only those relevant to this Project. ***Check N/A if the listed SU does not have a CBE/CSBE certification (e.g., independent third party verifier) Form SU 0 0 0 C) m co s CD 0 0 0 0, C) co co 0 D T co m c, 0 DBE v 3 DBE 4/11/2022 7:22 AM O p. 310 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E it°y or? ariamnway at NW 11th Street (from NW 7th Ave to NW 12th Ave) 20-21-004 Solicitation #20-21-004 - Overtown Greenway at NW 11th Street (from NW 7th Ave to NW 12th Ave) • ITBc$^a Q & A deadline: Apr 22, 2022 5:00:00 PM EDT 4 1. 20-21-004 - Overtown Greenway at NW 11th Street (from NW 7th Ave to NW 12th Ave) what is the budget for this project? - Apr 11, 2022 10:53:55 AM EDT 2. 20-21-004 - Overtown Greenway at NW 11th Street (from NW 7th Ave to NW 12th Ave) Is there a DBE goal for this project? - Apr 22, 2022 12:14:52 PM EDT 3. 20-21-004 - Overtown Greenway at NW 11th Street (from NW 7th Ave to NW 12th Ave) Is this a LAP project? - Apr 22, 2022 12:15:16 PM EDT Results Per Page: 5 v Print 3 Questions 3 Unanswered Questions h6ttp/2/02www.bidsync.com/bidsync-app-web/vendor/links/BidDetail.xhtml?bidig= Q9f5(524 0/t1 oomslgn Envelope 16. 774002110150g41319-eeA6eAA725,FNE oomslgn Envelope 16. 50E744806905-0067-90C5-SeEoa1 go3o2B TYLININTERNATIONAL engineers I planners I scientists City of Miami 20-21-004 City of Miami Project B-173648 NW 11th Street Overtown Greenway Phase II - Engineer's Opinion of Probable Construction Cost Overtown Greenway along NW 11 Street btw NW 7th & 12th Avenues (FM No. 420917-2-58-01) ITEM PAY ITEM PAY ITEM DESCRIPTION UNIT UNIT PRICE PLAN QUANTITY COST 1 101-1 Mobilization LS $100,000.00 1 $100,000.00 2 102-1 Maintenance of Traffic LS $25,511.00 1 $25,511.00 3 110-1-1 Clearing and Grubbing LS $132,000.00 1 $132,000.00 4 110-4-10 Removal of Existing Concrete Pavement SY $9.00 2,118 $19,062.00 5 160-4 Type B Stabilization SY $11.00 2,815 $30,965.00 6 327-70-1 Milling Existing Asphalt Pavement (1" Average) SY $23.00 169 $3,887.00 7 337-7-80 Asphaltic Conc. Friction Course Traffic B (FC-9.5) (1" FC) TN $725.00 10 $7,250.00 8 350-4-07 Reinforced Cement Concrete Pavement, 9" Thick (Crosswalk item includes reinforcement, tooling, expansion joints) SY $154.70 265 $40,995.50 9 425-5-1 Manhole Adjust EA $833.50 6 $5,001.00 10 425-6 Valve Adjust EA $341.60 2 $683.20 11 425-6A Pull Box Adjust EA $386.70 22 $8,507.40 12 515-2-211 Pedestrian /Bicycle Railing (Steel) LF $331.00 159 $52,629.00 13 520-1-10 Concrete Curb and Gutter, Type F LF $24.80 297 $7,365.60 14 520-3 Concrete Valley Gutter LF $21.40 54 $1,155.60 15 522-2 Sidewalk Concrete, 6" Thick (includes tooling, expansion joints, integral color, and conc. Driveway) SY $64.20 2,150 $138,030.00 16 527-1 Detectable Warning SY $1.10 270 $297.00 17 570-1-2 Performance turf, sod (St. Augustine) SY $6.30 2,500 $15,750.00 18 580-1-1 Landscape Complete (Small plants, see below) LS $32,000.00 1 $32,010.00 19 580-1-2 Landscape Complete (Large plants, see below) LS $30,050.00 1 $30,050.00 20 660-2106 Loop Assembly F&I Type F AS $2,575.00 2 $5,150.00 21 700-20-11 Single Post Sign, F&I, Less than 12 sf AS $741.70 6 $4,450.20 22 700-20-60 Single Post Sign, Remove AS $20.60 5 $103.00 23 700-20-40 Single Sign Post AS $252.50 5 $1,262.50 24 711-11123 12" Solid Traffic Stripe (White) LF $3.80 278 $1,056.40 25 711-11125 24" Solid Traffic Stripe (White) LF $8.00 161 $1,288.00 26 711-11170 Directional Arrows EA $134.00 2 $268.00 27 Trash Receptacle (Furnish and Install) EA $6,545.00 10 $65,450.00 28 Bench (Furnish and Install) EA $3,767.60 10 $37,676.00 29 Pedestrian Lighting System, Complete (see lighting plans) LS $113,500.00 1 $113,500.00 30 Permitting Allowance LS $1,000.00 1 $1 ,000.00 31 Contingency (Do Not Bid) LS 1 TOTAL LUMP SUM CONSTRUCTION COST: $882,353.40 LANDSCAPE PAY ITEM PAY ITEM DESCRIPTION UNIT UNIT PRICE PLAN QUANTITY COST 580-1-1 Cocoplum "Red Tip" (30" high x 24" spread) EA $76.00 50 $3,800.00 Florida Privet EA $30.00 124 $3,720.00 Cocoplum "Red Tip" (24" OA) EA $20.00 170 $3,400.00 Saw Palmetto EA $70.00 75 $5,250.00 Aechema bromeliad "Orange" EA $40.00 47 $1,880.00 Muhly Grass EA $20.00 150 $3,000.00 Florida Gamma Grass EA $20.00 285 $5,700.00 Parson's Juniper EA $20.00 263 $5,260.00 Sub -total: $32,010.00 580-1-2 Dahoon Holly EA $900.00 7 $6,300.00 Silver Buttonwood EA $900.00 4 $3,600.00 Florida Thatch Palm EA $895.00 20 $17,900.00 Cabbage Palm EA $450.00 5 $2,250.00 Sub -total: $30,050.00 100% Submittal 6/6/2022 B,SYnc p 72 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E INVITATION TO BID ("ITB") No.: 20-21-004 OVERTOWN GREENWAY AT NW 11TH STREET (FROM NW 7TH AVENUE TO NW 12TH AVENUE) FDOT PROJECT No.: 420917-2 OFFICE OF CAPITAL IMPROVEMENTS Project No: B-173648 Advertisement Date: April 8, 2022 Bid Due Date: May 9, 2022 Bid Due Time: 4:00 p.m. (Local Time) Mayor Francis Suarez Commissioner Alex Diaz de la Portilla, District 1 Commissioner Ken Russell, District 2 Commissioner Joe Carollo, District 3 Commissioner Manolo Reyes, District 4 Commissioner Christine King, District 5 City Manager Arthur Noriega V. Issued By: City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Miami, FL 33130 TABLE OF CONTENTS Cover Page 1 Table of Contents 2 Notice to Contractors 7 Section 1 - Definitions 9 Section 2 - Instructions for Submission 1. Intention of the City 12 2. Scope of Work 12 3. Location of the Project 12 4. Performance of the Work 12 5. Examination of Contract Documents and Site 12 6. Addenda 13 7. Bid Submission 13 8. Bid Guaranty 13 9. Preparation of Bid 14 10. Pre -Bid Conference 14 11. Postponement of Bid Opening Date 14 12. Acceptance or Rejection of Bids; Waiver of Technicalities, etc. 14 13. Environmental Regulations 14 14. Bid Award 15 15. Bid Protest (Reference Section 18-104 of the City Code) 15 16. Small and Disadvantaged Firm Participation 15 17. State and Local Preferences Prohibited 15 18. Subcontractor and Small Business Participation Reporting 16 19. Cone of Silence 16 20. Public Entity Crime 16 21. Fraud and Misrepresentation 16 22. Title VI/Nondiscrimination Program - Policy Statement 17 23. Collusion 17 24. Contractor in Arrears or Default 17 25. Cancellation of ITB 17 Section 3 - General Terms and Conditions 1. Time is of the Essence 18 2. Contract Term 18 3. Contract Price and Guaranteed Maximum Cost 18 4. Notices 18 5. Priority of Provisions 20 6. Indemnification 20 7. Insurance 21 8. Performance and Payment Bond 23 9. Qualification of Surety 23 10. General Requirements 23 11. Method of Performing the Work 24 12. Work Staging and Phasing 24 13. Site Investigation and Representation 25 14. Contractor to Check Plans, Specifications and Data 25 Overtown Greenway at NW 11th Street 2 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 15. Contractor's Responsibility for Damages and Accidents 25 16. Accidents 26 17. Safety Precautions 26 18. Occupational Health and Safety 27 19. Labor and Materials 27 20. Rules, Regulations, Laws, and Licenses 27 21. Consultant Services 27 22. Project Management 28 23. Superintendence and Supervision 28 24. Subcontractors 29 25. Authority of the Project Manager 29 26. Inspection of Work 30 27. Taxes 30 28. Separate Contracts 30 29. Lands of Work 31 30. Coordination of Work 31 31. Differing Site Conditions 31 32. Existing Utilities 32 33. Contractor's Responsibility for Utility Properties and Service 32 34. Interfering Structures 32 35. Field Relocation 33 36. Contractor's Use of Project Site(s) 33 37. Warranty of Materials and Equipment 33 38. Material and Equipment Shipment, Handling, Storage and Protection 33 39. Manufacturer's Instructions 35 40. Manufacturer's Warranty 35 41. Reference Standards 35 42. Submittals 35 43. Shop Drawings 36 44. Product Data 37 45. Samples 38 46. Record Set 38 47. Supplemental Drawings and Instructions 38 48. Contractor Furnished Drawings 38 49. Substitutions 39 50. City Furnished Drawings 39 51. Interpretation of Drawings and Documents 40 52. Product and Material Testing 40 53. Field Directives 40 54. Changes in the Work or Contract Documents 40 55. Continuing the Work 41 56. Change Orders 41 57. Change Order Procedure 41 58. No Oral Changes 42 59. Value of Change Order Work 42 60. Extra Work Directive 44 61. As -Built Drawings 45 62. Worker's Identification 46 63. Removal of Unsatisfactory Personnel 46 64. Substantial Completion, Punch List and Final Completion 46 65. Acceptance and Final Payment 47 66. NPDES Requirements 47 67. Force Majeure 48 68. Extension of Time 48 Overtown Greenway at NW 11th Street 3 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 69. Notification of Claim 48 70. Extension of Time Not Cumulative 48 71. Contractor's No Damages for Delay; Time Extensions Only 48 72. Excusable Delay, Non-Compensable 49 73. Lines and Grades 49 74. Defective Work 49 75. Acceptance of Defective or Non -Conforming Work 50 76. Uncovering Finished Work 50 77. Correction of Work 50 78. Maintenance of Traffic and Public Streets 50 79. Location and Damage to Existing Facilities, Equipment or Utilities 52 80. Stop Work Order 52 81. Hurricane Preparedness 53 82. Use of Completed Portions 53 83. Cleaning Up; City's Right to Clean Up 53 84. Removal of Equipment 54 85. Set -offs, Withholdings and Deductions 54 86. Event of Default 54 87. Notice of Default -Opportunity to Cure 55 88. Termination for Default 55 89. Remedies in the Event of Termination for Default 55 90. Termination for Convenience 56 91. Resolution of Disputes 56 92. Mediation -Waiver of Jury Trial 57 93. City May Avail Itself of All Remedies 58 94. Permits, Licenses and Impact Fees 58 95. Compliance with Applicable Laws 58 96. Independent Contractor 59 97. Third Party Beneficiaries 59 98. Successors and Assigns 59 99. Materiality and Waiver of Breach 59 100. Severability 60 101. Applicable Law and Venue of Litigation 60 102. Amendments 60 103. Entire Agreement 60 104. Nondiscrimination, Equal Employment Opportunity, and Americans with Disabilities Act 60 105. Evaluation 61 106. Commodities Manufactured, Grown or Produced in the City of Miami, Miami -Dade County and the State of Florida 61 107. Royalties and Patents 61 108. Continuation of the Work 62 109. Review of Records 62 110. No Interest 62 111. Payments Related to Guaranteed Obligations 63 112. Consent of City Required for Subletting or Assignment 63 113. Agreement Limiting Time in Which to Bring Action Against the City 63 114. Defense of Claims 63 115. Contingency Clause 63 116. Mutual Obligations 63 117. Contract Extension 64 118. Non -Exclusivity 64 119. Nature of the Agreement 64 120. Contract Documents Contain All Terms 64 121. Survival 64 Overtown Greenway at NW 11th Street 4 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 122. Compliance with Federal Endangered Species Act and Other Wildlife Regulations 64 123. Compliance with Section 4(f) of the USDOT Act 65 124. Counterparts; Electronic Signatures 65 Section 4 - Supplemental Terms and Conditions 1. Contract Time and Hours 66 2. LEED Certification (Not Applicable) 66 3. Progress Payments 66 4. Liquidated Damages 66 5. Schedule of Values 67 6. Project Schedules 67 7. Release of Liens/Subcontractor's Statement of Satisfaction 67 8. Progress Meetings 68 9. Request for Information 68 10. Project Site Facilities 68 11. Inspection of Work - Intentionally Omitted 69 12. Security 69 13. Construction Signage 69 14. Construction Photographs 69 15. City Furnished Property 70 16. Geotechnical Testing - Intentionally Omitted 70 17. Field Layout of the Work and Record Drawings for Drainage Projects 70 18. Survey Work for Drainage Projects 71 19. Buy America Requirements 71 20. Contractor Purchased Equipment for State or Local Ownership 71 21. Equipment Rental Rates 71 22. Prohibition Against Convict Produced Materials 72 23. FHWA-1273 / Required Contract Provisions for Federal -Aid Construction Contracts and FDOT LAP Division 1 Specifications 72 24. Wage Rates for Federal -Aid Projects 72 25. Publicly Owned Equipment 73 26. Public Agencies in Competition with the Private Sector 73 27. FDOT Specifications 73 28. On The Job Training Requirements 73 29. Owner Force Account Contracting 73 30. E-Verify - Mandatory Use 73 Section 5 - Bid Form 1. Bid Form 74 Section 6 - Attachments 1. Bid Bond Form 2. Questionnaire 84 87 3. Customer Reference Listing 4. Form Reference Letter 5. Federal Wage Rates -FL 178 6. City of Miami Code of Ordinances Ch. 18. Sec. 18-542 91 92 93 102 Section 7 - Contract Execution 1. Contract Execution Form 105 2. Corporate Resolution 106 3. Form of Performance Bond 106 4. Form of Payment Bond 108 5. Certificate as to Corporate Principal 110 6. Performance and Payment Guaranty Form and Unconditional/Irrevocable Letter of Credit 111 Overtown Greenway at NW 11th Street 5 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 7. Joint Venture Form 114 Section 8 — LAP Supplemental 1. Superpave Asphalt for LAP (Off -System) 116 2. Concrete for LAP (Off -System) 126 3. Earthwork and Related Operations for LAP (Off -System) 130 4. Landscape Installation for LAP (Off -System) 139 5. LAP Division 1 Specifications (Off -System) 143 6. From Section 1 — Definitions and Terms 144 7. From Section 4 — Alteration of Work 144 8. From Section 5 — Control of the Work 153 9. From Section 6 — Control of Materials 158 10. From Section 7 — Legal Requirements and Responsibilities to the Public 159 11. From Section 8 — Prosecution of Work 169 12. From Section 9 — Partial Payments 172 13. Appendices A and E 175 14. FDOT Form FDOT Form 275-030-11 178 15. FDOT Form FDOT Form 375-030-32 180 16. FDOT Form FDOT Form 375-030-33 181 17. FDOT Form FDOT Form 375-030-34 182 18. FDOT Form FDOT Form 375-040-62 184 19. FDOT Form FDOT Form 525-010-46 185 20. FDOT Form FDOT Form 575-060-13 187 21. FHWA-1273 190 PROPOSERS/BIDDERS ARE ADVISED THAT PROPOSALS OR BIDS SUBMITTED WITH IRREGULARITIES, DEFICIENCIES, AND/OR TECHNICALITIES THAT DEVIATE FROM THE MINIMUM SUBMISSION REQUIREMENTS OF A REQUEST FOR QUALIFICATIONS (RFQ), REQUEST FOR PROPOSALS (RFP), INVITATION TO BID (ITB), INVITATION FOR BIDS (IFB), INVITATION TO QUOTE (ITQ), REQUESTS FOR LETTERS OF INTEREST (RFLI), AND REQUEST FOR SPONSORSHIPS (RFS) SHALL RESULT IN A NON -RESPONSIVE DETERMINATION. ANY SOLICITATION ISSUED AFTER MAY 6, 2019 SHALL COMPLY WITH APM 2-19. APM 2-19 IS EXPRESSLY INCORPORATED BY REFERENCE, AND MADE A PART OF THIS SOLICITATION AS IF SET FORTH IN FULL. ONLY MINOR IRREGULARITIES, DEFICIENCIES, AND TECHNICALITIES MAY BE ALLOWED TO BE TIMELY CURED BY PROPOSERS AT THE SOLE DISCRETION OF THE CITY. MATERIAL IRREGULARITIES, DEFICIENCIES, AND TECHNICALITIES CANNOT BE CURED BY THE PROPOSER/BIDDER, AND ARE NOT WAIVABLE BY THE CITY. BIDDERS ARE HEREBY ADVISED THAT THIS ITB IS SUBJECT TO THE "CONE OF SILENCE," IN ACCORDANCE WITH ORDINANCE NO. 12271, CODIFIED AS SECTION 18-74, CITY OF MIAMI CODE, AS AMENDED. Overtown Greenway at NW 11th Street 6 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E INVITATION TO BID No.: 20-21-004 NOTICE TO CONTRACTORS Sealed Bids must be submitted through BidSync Electronic Bidding System ("BidSync") by 4:00 p.m., on May 9, 2022 ("Bids Submission Due Date"). Any Bids received after the stipulated date and time will not be considered. OVERTOWN GREENWAY AT NW 11TH STREET (FROM NW 7TH AVE TO NW 12TH AVE) PROJECT No: B-173648 Bid Due Date: May 9, 2022 at 4:00 p.m. (Local Time) Scope of Work: The Work consists of furnishing all materials, labor, and equipment necessary for road improvements including drainage system installations, decorative street, pedestrian lighting, milling and resurfacing, new sidewalks replacement, ADA compliant ramps, striping, signs, landscaping and hardscape. Completed work shall comply with the Miami River Greenways Master Plan. The full Scope of Work is detailed in the construction drawings. Minimum Requirements: Prospective Bidders shall, as of the Bid Due Date: A. Have a current Certified General Contractor ("CGC") license from the State of Florida. For the Bidder and Bidder's subcontractors. B. Must have a minimum of five (5) years of experience under its current business name in the construction of roadway/horizontal projects involving public right-of-way, public utilities and maintenance of traffic, supported by references for three (3) projects completed within the past ten (10) years; and C. The General Contractor shall have experience as the Prime Contractor for at least three (3) completed projects of similar scope and complexity within the last ten (10) years. The reference projects must consist of the following components: construction of roadway/horizontal projects involving public right-of-way, signing and pavement marking, construction of curb ramps, and maintenance of vehicular traffic. The General Contractor must have a proven track record of coordination of the trades required for structural, mechanical, plumbing, and electrical work required for the construction. Submitted reference projects, utilizing Form ITB-GCR, must demonstrate that the General Contractor: i) was the prime General Contractor for the project; and ii) self -performed at least thirty percent (30%) of the physical labor construction work for the project. The Selected Bidder, hereafter referred to as Contractor, shall self -perform at least thirty percent (30%) of the physical construction labor work for the negotiated construction cost of the entire Project utilizing its own employees. The City of Miami (the "City" or "Agency") reserves its right to require documentary confirmation of this requirement. The City reserves the right to request additional/supplemental information and/or contact listed individuals pertaining to Bidder's experience/minimum requirements. The Department of Procurement (Procurement) has scheduled a Voluntary Virtual Pre -Bid Conference, on April 15, 2022, at 11:00 a.m. EST, at the following Join Microsoft Teams Meeting link. Any Bidders not attending the Pre -Bid Conference will not be precluded from submitting a Bid. The City of Miami reserves the right to accept any Bids deemed to be in the best interest of the City, to waive any minor irregularities, scrivener's errors, omissions, and/or technicalities in any Bids, or to reject any or all Bids and to re -advertise for new Bids, in accordance with the applicable sections of the Florida Statutes, the City Charter and Code, and this ITB. Overtown Greenway at NW 11th Street 7 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E The LAP Division 1 Specifications (REV 4-22-21) (1-21) shall apply to this Project and are attached hereto at page 143 and made a part of the Contract documents. All work associated with this Project must adhere to the terms and requirements of this Contract. The bid documents, including plans, may be obtained through the BidSync page for this Project. It is recommended that firms periodically check the BidSvnc page for this Project for updates and the issuance of addenda. It is the sole responsibility of each prospective Bidder to ensure the receipt and understanding of all addenda. All bids shall be submitted in accordance with the Instructions to Bidders identified in Section 2, Instructions for Submission. Bidders must submit one (1) complete bid package in PDF format through the BidSync page for this Project at or before the time and date indicated where bids will be publicly opened. Any bids received after the time and date specified will be rejected and will not be considered. The responsibility for submitting a bid before the indicated time and date is solely and strictly that of the Bidder. The City is not responsible for any delay regardless of the cause. Bidder assumes all risk for any delay or mistake. NO EXCEPTIONS. BIDDERS ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE "CONE OF SILENCE," IN ACCORDANCE WITH ORDINANCE NO. 12271, Section 18-74, CITY OF MIAMI CODE, as amended. Proposed Solicitation, Due Diligence and Award Schedule The chart below reflects the projected Solicitation, Due Diligence and Award Schedule for ITB 20-21-004 — Overtown Greenway at NW 11th Street (from NW 7th Avenue to NW 12th Avenue) - Project No. B-173648. Dates reflected in this chart may be altered in the best interest of the City. Proposed Solicitation, Due Diligence and Award Schedule 1. ITB Advertised to the Public April 8, 2022 2. Pre -Bid Conference April 15, 2022 3. Last Day to Submit RFIs to the City April 22, 2022 4. Bids Due Date to the City May 9, 2022 5 • Completion of Due Diligence Re: Lowest Responsive and Responsible Bidder May 20, 2022 6 Receive from FDOT Concurrence of Award to Lowest Responsive and Responsible Bidder May 27, 2022 7. Place Award of Contract on City Commission Agenda July 28, 2022 8 Receive Executed Signature Pages, Corporate Resolution, Certificate of Insurance and Payment & Performance Bonds from Contractor August 5, 2022 9. Route Contract for Execution by City Officials August 12, 2022 Overtown Greenway at NW 11th Street (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 8 ITB No.: 20-21-004 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Section 1 — Definitions Architect of Record (AOR) means a designation reserved, usually by law, for a person or organization professionally qualified and licensed in the State of Florida to perform architectural services. Basis of Design means a specific manufacturer's product that is named; including the make or model number or other designation, establishing the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other manufacturers. Bid means the response submitted by a Bidder to this solicitation, which includes the price, authorized signature and all other information or documentation required by the Contract Documents at the time of submittal. Bidder means any individual, firm, incorporated or unincorporated business entity, limited liability company, or corporation tendering a Submittal, acting directly or through a duly authorized representative. Change Order means a written document ordering a change in the Contract Price or Contract Time or a material change in the Work. A change order must comply with the Contract Documents. City means the City of Miami, Florida, a Florida municipal corporation. In all respects hereunder, City's performance is pursuant to the City's capacity as Owner. In the event the City exercises its regulatory authority as a governmental body, the exercise of such regulatory authority and the enforcement of any rules, regulations, codes, laws and ordinances shall be deemed to have occurred pursuant to City's authority as a governmental body and shall not be attributable in any manner to the City as a party to this Contract. For the purposes of this Contract, "City" without modification shall mean the City Manager or Director, as applicable. City Commission means the legislative body of the City of Miami. City Manager means the duly appointed chief administrative officer of the City of Miami. Construction Change Directive means a written directive to effect changes to the Work, issued by the Consultant or the Director that may affect the ITB Contract price or time. Construction Engineering Inspection (CEI) means an individual or an organization (assigned by the Director of OCI) responsible in assisting the City's Project and Construction Managers in Contract administration, site inspections, material sampling and Project close-out. Construction Manager (CM) means the individual or organization assigned by the Director of OCI whose duties include reviewing Project documents during the design phase and managing the construction phase that include, but not limited to, directing and coordinating construction activities associated with the Project. Construction Schedule means a critical path schedule or other construction schedule, as defined and required by the Contract Documents. Consultant means a firm that has entered into a separate agreement with the City for the provision of design/engineering services for the Project; and if applicable, means the Architect or Engineer of Record contracted by the City to prepare the plans and specifications for the Project. Consultant may also be referred to as Architect or Engineer of Record. 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 Documents mean the Contract as may be amended from time to time, the plans and drawing, all addenda, clarifications, directives, change orders, payments and other such documents issued under or relating to the Project. Contractor means the person, firm, or corporation with whom the City has contracted and who will be responsible for the acceptable performance of any Work and for the payment of all legal debts pertaining to any Work issued under this Contract through the award of an ITB. 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 Overtown Greenway at NW 11th Street 9 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E otherwise make good and eliminate such breach, including, without limitation, repairing, replacing or correcting any portion of the Work or the Project site(s) disturbed in performing such cure. Cure Period means the period of time in which the Contractor is required to remedy deficiencies in the Work or compliance with the Contract Documents after receipt of written Notice to Cure from the City identifying the deficiencies and the time to Cure. The Davis —Bacon Act is now codified as 40 U.S.C. 3141-3148. The Act covers four main areas of construction: residential, heavy, buildings, and highway. Within these areas are further classifications, including craft positions such as plumber, carpenter, cement mason/concrete finisher, electrician, insulator, laborer, lather, painter, power equipment operator, roofer, sheet metal worker, truck driver, and welder. An up -to date wage rate can be found at page 93 and on https://www.wdol.qov/dba.aspx. Department means or refers to the City of Miami's Office of Capital Improvements ("OCI") formerly known as Capital Improvements and Transportation Program ("CITP"). Design Documents means the construction plans and specifications included as part of a bid prepared by the Consultant for this Project under a separate Agreement with the City. Director means the Director of the Office of Capital Improvements or designee, who has the authority and responsibility for managing the Project under this Agreement. Drawings means the graphic and pictorial portions of the Work, which serve to show the design, location and dimensions of the Work to be performed, including, without limitation, all notes, schedules and legends on such Drawings. Engineer of Record (EOR) also referred to as Consultant, a designation reserved, by law, for a person or qualified engineering firm or organization qualified and licensed in the State of Florida to conduct professional engineering services. Field Directive means a written approval for the Contractor to proceed with Work requested by the City or the Consultant, which is minor in nature and should not involve additional cost. Final Completion means the date subsequent to the date of Substantial Completion at which time the Construction Manager has completed all the Work in accordance with the Agreement as certified by the Architect or Engineer of Record or the City and submitted all documentation required by the Contract Documents. Guaranteed Maximum Cost means the sum established by these Contract Documents as the maximum cost to the City of performing the specified Work on the basis of the cost of labor and materials plus overhead expenses and profit. Inspector means an authorized representative of the City assigned to make necessary inspections of materials furnished, and of the Work performed, by Contractor. Materials mean goods or equipment incorporated in a Project, or used or consumed in the performance of the Work. Notice of Award means the letter written to the Contractor by the City, notifying the Contractor that they have been awarded the Contract. Notice to Proceed means a written letter or directive issued by the Director acknowledging that all conditions precedent have been met and directing that the Contractor may begin Work on the Project. Physical Construction Labor Work means the completed construction services required by the Contract Documents, completed through the use of the Contractor's own employees and excluding all materials, supplies, and equipment incorporated or to be incorporated in such construction. Plans and/or Drawings means the official graphic representations of a Project. Project or Work as used herein refers to all reasonably necessary and inferable construction and services required by the Contract Documents whether completed or partially completed, and includes all other labor, materials, equipment and services provided or to be provided by the Contractor to fulfill the(its) obligations, Overtown Greenway at NW 11th Street 10 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E including completion of the construction in accordance with the Drawings and Specifications. The Work may constitute the whole or a part of the Project. Project Manager (PM) means the City employee (assigned by the Director) to manage the Project that may include, but is not limited to coordination of design, procurement and construction activities; assigning management tasks to EOR, CM or CEI (hereby known as designee), establish lines of communication and responsibilities to ensure that the Project is completed in a timely manner. Qualifier means a person whose license is attached to the Contractor's company so that the Contractor is currently able to legally do Work in the State of Florida. The Qualifier is fully responsible for the quality of the Work that is performed by the Contractor. Request for Information (RFI) means a request from the Bidder seeking an interpretation or clarification relative to the ITB. 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 Bidder 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 also known as the Director of the Department of Risk Management, or designee, or the individual named by the City Manager to administer matters relating to insurance and risk of loss for the City. Specifications mean all of the definitions, instructions, descriptions, directions, requirements, provisions and standards (and all written supplements thereto) pertaining to the methods, (or manner) of performing and actual performance of the Work, or quantities and quality of accepted materials to be furnished under the Contract Documents. Subcontractor means a person, firm or corporation having a direct Contract with Contractor including one who furnishes material worked to a special design according to the Contract Documents but does not include one who merely furnishes Materials not so worked. Submittal means documents prepared and submitted by the Bidder. 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 Completion 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. Overtown Greenway at NW 11th Street 11 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Section 2 — Instructions for Submission 1. Intention of City It is the intention of the City to describe in this Invitation to Bid ("ITB") the Project to be completed in accordance with all codes and regulations governing all the Work to be performed under this Project. Any work, materials or equipment that may reasonably be inferred from the Contract as being required to produce the intended result, shall be supplied by Contractor whether or not specifically called for. Where words have a well-known technical or trade meaning are used to describe Work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals, or codes of any technical society, organization or association, or to the laws or regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code or laws or regulations in effect at the time of opening of bids and Contractor shall comply therewith. City shall have no duties other than those duties and obligations expressly set forth within the Contract Documents. 2. Scope of Work The Work consists of furnishing all materials, labor, and equipment necessary for road improvements such as drainage system installations, milling and resurfacing, new sidewalks replacement, striping, signs, landscaping, hardscape, decorative street and pedestrian lighting, and ADA compliant ramps, and compliance based on the Miami River Greenways Master Plan. The full Scope of Work is detailed in the construction drawings. 3. Location of the Project The Project includes the following location in the Overtown community: Northwest 11th Street (from Northwest 7th Avenue to Northwest 12th Avenue) 4. Performance of the Work Contractor shall self -perform (complete) at least thirty percent (30%) of all Physical Construction Labor Work for the negotiated construction cost of the entire Project utilizing its own employees. If the Work is phased, the thirty percent (30%) requirement shall apply jointly and severally to each and every phase of the Work. The City reserves its right to require documentary confirmation of this requirement. By submitting a bid, the Bidder certifies that it shall utilize its own employees to meet this requirement. As part of the bid, the Bidder must include, fill out, and submit the form titled/named "Questionnaire." Failure to complete and submit this form, or to meet this requirement, shall result in the bid being deemed non- responsive. Where the City determines that Contractor is deemed as not meeting this requirement during the performance of the Work, then the Contractor shall be in default of the Contract. If the Work is Phased, Segmented or done in increments, the thirty percent (30%) self -performance requirement shall apply to each segment or increment —jointly and severally. 5. Examination of Contract Documents and Site It is the responsibility of each Bidder, before submitting a bid to this Invitation to Bid (ITB), to: a. Carefully review the ITB, including any addenda and notify the City of all conflicts, errors or discrepancies, b. Visit the site(s) or structure(s) to become familiar with conditions that may affect costs, progress, performance, and furnishing of the Work, c. Take into account federal, state and local (City and Miami -Dade County including, without limitation the City Procurement Ordinance and Florida Building Code) codes, laws, regulations, ordinances that may affect a Bidder's ability to perform the Work, d. Study and carefully correlate Bidder's observations with the requirements of the ITB, and Overtown Greenway at NW 11th Street 12 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E e. Sign and return all required ITB forms as applicable. The submission of a bid to this solicitation shall constitute an incontrovertible representation by Bidder that it shall comply with the requirements of the Contract Documents and that without exception, the response is premised upon performing and furnishing Work required under the Contract Documents and that the Contract Documents are sufficient in detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 6. Addenda Only questions answered via written addenda issued by the City will be binding. Oral and other interpretations or clarifications will be without legal binding effect and should not be relied upon in preparation of a bid response. All questions about the meaning or intent of the Contract Documents are to be submitted through the BidSync page for this Project and directed to the City's Department of Procurement (Procurement) in writing, to the attention of Anthony Rolle, Sr. Procurement Contracting Officer with a copy to the Office of the City Clerk at clerks@miamigov.com. Interpretations or clarifications considered necessary by Procurement in response to such questions will be issued by the City by means of an Addendum. All Addenda will be posted on the BidSync page for this Project. All requests for additional information or clarification must be submitted through the BidSync page for this Project no later than 5:00 PM, on April 22, 2022. Late requests for additional information or clarification may not receive a response in the subsequent addendum. 7. Bid Submission All bids must be submitted through the BidSync page for this Project before the time and date specified for bid opening: BID No.: 20-21-004 PROJECT NAME: OVERTOWN GREENWAY AT NW 11T" STREET (FROM NW 7TH AVENUE TO NW 12T" AVENUE) Bidders must submit one (1) complete bid package in PDF format through the BidSync page for this Project before the Due Date and Time indicated. Timely submitted bids will be publicly opened at the City Clerk's office at City Hall, 3500 Pan American Drive, Miami, Florida 33133. Failure to submit one (1) complete bid package shall result in the bid being deemed non -responsive. 8. Bid Guaranty All bids shall be accompanied by either an original Bid Bond executed by a surety transacting business in Florida meeting the requirements of the City, or by cash, money order, certified check, cashier's check, Unconditional/Irrevocable Letter of Credit by a bank transacting banking business in Florida, Bid Bond Voucher (for Projects totaling less than two hundred thousand dollars ($200,000) inclusive of all fees, costs, and expenses) issued to City of Miami by certified check, treasurer's check, or bank draft of any national or state bank (United States) (excluding personal checks), in the amount of five percent (5%) of the total bid amount (payable to City), and conditioned upon Contractor executing the Contract and providing the required Performance and Payment Bond and evidence of required insurance within fifteen (15) calendar days after notification of award of the Contract. The time for execution of the Contract and provision of the Performance and Payment Bond and Certificate(s) of Insurance may be extended for a duration not exceeding thirty (30) calendar days by OCI at its sole and absolute discretion. Bid Securities of the unsuccessful Bidders will be returned after award of Contract. Security of the Contractor shall be forfeited to the City as liquidated damages and not as a penalty, for the cost and expense incurred should said Contractor fail to execute the Contract and provide the required Performance Bond and Payment Bond. Any form of Bid Guaranty shall be in a form acceptable to the City's Risk Management Administrator and the City Attorney, as to legal form. Overtown Greenway at NW 11th Street 13 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 9. Preparation of Bid All bids shall be made upon the blank City forms provided herein and herewith. 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, may result in the bid being deemed non -responsive. The Bidder shall be considered non -responsive if its bid is conditioned on modifications, changes, or revisions to the terms and conditions of the ITB. The bid is to include the furnishing of all labor, materials, overhead expense and profit, equipment including, but not limited to, tools, services, permit fees, applicable taxes, overhead, and profit for the completion of the Work except as may be otherwise expressly provided in the Contract Documents. Joint venture firms must complete and submit with the bid, the form titled "Information for Determining Joint Venture Eligibility" (Form A) and submit a copy of the formal agreement between all joint -venture parties. This joint venture agreement must indicate their respective roles, responsibilities, and levels of participation for the Project. Failure to 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 The Department of Procurement ("Procurement") has scheduled a Voluntary Virtual Pre -Bid Conference, which will occur on April 15, 2022, at 11:00 a.m. EST, accessible through Microsoft Teams by visiting Join Microsoft Teams Meeting or by calling 786-530-XXXX, conference ID 142#### 141 690#. Any Proposers not attending the Pre -Bid Conference will not be precluded from submitting a Bid. 11. Postponement of Bid Opening Date The City reserves the right to postpone the date for receipt and opening of bid submissions and will make a reasonable effort to give at least three (3) calendar days' notice of any such postponement to prospective Bidders. 12. Acceptance or Rejection of Bids; Waiver of Technicalities, etc. The City reserves the right to reject any or all bids prior to award, to re -advertise for bids, and to not award any Contract, in the reasonable discretion of the City. The City reserves the right to waive any minor or non -material technicality, informality, variance, deviation, mistake, omission, or the like up to or prior to award of the Contract. 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 price before the expiration of one hundred eighty (180) calendar days from the date of bid opening. A Bidder may withdraw its bid after the expiration of one hundred eighty (180) calendar days from the date of bid opening by delivering written notice of withdrawal to the Department of Procurement prior to award of the Contract by the City Commission. 13. Environmental Regulations The City reserves the right to consider a Bidder's history of citations and/or violations of environmental or similar laws, codes, and regulations (Regulations) in determining 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 non -submission of 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. Overtown Greenway at NW 11th Street 14 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 14. Bid Award The City will issue the award of the Contract to the lowest responsive and responsible Bidder based on the Total Bid Construction Cost. The City may require demonstration of competency and, at its sole and absolute discretion, may conduct site visits, and 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, knowledge, and experience of the trade Work to be performed, the quantity of Work being performed, and past performance on City Projects by the Bidder. The Bidder must be able to demonstrate a good record of performance and have sufficient financial resources to ensure that it can satisfactorily provide the goods and/or services required herein. The City, 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. 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 may have filed a lawsuit against the City, or where the City has filed a lawsuit related to the Bidder and any City contract or won a court judgment against the Bidder, or if the Bidder is indebted to the City, or if the Bidder fails to fully and completely disclose all material Facts OR TRUTHFULLY ANSWER QUESTIONS OR REQUESTS FOR INFORMATION, may be declared non -responsive. City for these purposes shall include any City agency or instrumentality. 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 Chief Procurement Officer, in accordance with the procedures contained in Section 18-104, City Code "Resolution of Protested Solicitations and Awards," as amended, of the City Code, Ordinance No. 12271 (the City of Miami Procurement Ordinance codified in Chapter 18, Article III, Section 18-104, City Code) describing the protest procedures. Protests failing to meet the requirements for filing shall NOT be accepted. Failure of a party to timely file shall constitute a forfeiture of such party's right to file a protest. NO EXCEPTIONS WILL BE MADE TO THIS REQUIREMENT. 16. Small and Disadvantaged Firm Participation 1) The City of Miami shall comply with Florida Department of Transportation's (FDOT) Disadvantaged Business Enterprise program plan for federally funded work. FDOT currently has a race neutral program with a 10.65% aspirational goal as certified under the Florida Unified Certification Program. The detailed DBE program information contained in the DBE Program may be found in Exhibit A, pages A-1 and incorporated herein. 2) FDOT encourages Contractors to secure the participation of small businesses and/or Disadvantaged Business Enterprises (DBE) that are currently registered with and/or certified under the FDOT program. 3) No participant may discriminate on the basis of race, color, national origin, or sex in the award and performance of any FDOT-assisted contract or in the administration of its DBE program. The recipient shall take all necessary and reasonable steps to ensure nondiscrimination in the award and administration of FDOT-assisted contracts. And other 4) The Contractor, Sub -recipient or Subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Contract. 17. State, Local and Domestic Preferences Prohibited For the purpose of Federal -aid construction projects and pursuant to 23 CFR 635.117, 23 CFR 635.409, 49 CFR 30 and 255.0991 F.S., the City of Miami shall not utilize or impose any procedures or requirements which will: a) limit the provision work or materials under this contract to domestic -owned Overtown Greenway at NW 11th Street 15 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E contractors only; or b) operate to discriminate against the employment of labor from any other State, possession or territory of the United States. THERE SHALL BE NO LOCAL HIRING PREFERENCES UNDER THIS CONTRACT. THE CITY IS, HEREBY, PROHIBITED FROM ENFORCING ITS LOCAL PREFERENCE ORDINANCES FOR PARTICIPANTS OF THE CITY TRAINING AND EMPLOYMENT PROGRAMS, AND OTHER RESIDENTS OF THE CITY. Bidders shall not be required to identify opportunities to hire qualified City residents if a Contract is awarded and are not expected to secure the cooperation of Subcontractors in this effort. Applicants will not be permitted to receive special consideration and must meet all hiring requirements normally imposed by the employer. No requirement shall be imposed, and no procedure shall be enforced by any State transportation department in connection with a project which may operate: (a) To require the use of or provide a price differential in favor of articles or materials produced within the State, or otherwise to prohibit, restrict or discriminate against the use of articles or materials shipped from or prepared, made or produced in any State, territory or possession of the United States; or (b) To prohibit, restrict or otherwise discriminate against the use of articles or materials of foreign origin to any greater extent than is permissible under policies of the Department of Transportation as evidenced by requirements and procedures prescribed by the FHWA Administrator to carry out such policies. 18. Subcontractor and Small Business Participation Reporting The City is collecting data on the participation of local small business. Based on this ongoing effort the City requires that with the submission of the first payment requisition the Contractor shall submit a report, using the OCI form available on the OCI webpage, on the use of Subcontractors. Such report shall include information on local and small business participation. Failure to submit the report may delay the issuance of payment to the Contractor. Contractor shall submit an updated report when a Subcontractor has been added or changed. 19. Cone of Silence Pursuant to Section 18-74 of the City of Miami Procurement Code, a codification 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 through the BidSync page for this ITB no later than 5:00 PM, on April 22, 2022. with a copy delivered to the Office of the City Clerk at clerks@miamigov.com. The delivery to the City Clerk of a copy is required to avoid any violation of the "Cone of Silence." This language is only an overview of the requirements of the Cone of Silence. Please review Section 18- 74 of the City's Procurement Code for a complete and thorough description of the Cone of Silence. Bidders may also contact the Office of the City Clerk at (305) 250-5360, to obtain a copy. 20. Public Entity Crime A person or affiliate who has been placed on the convicted Bidder list following a conviction for a public entity crime may not submit a bid on a Contract to provide any goods or services to a public entity, may not submit a 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 Two for a period of thirty-six (36) months from the date of being placed on the convicted Bidder List. 21. Fraud and Misrepresentation Overtown Greenway at NW 11th Street 16 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Any individual, corporation, or other entity that attempts to meet its contractual obligations with the City through fraud, misrepresentation, or material misstatement, or omission of any material fact, may be debarred for up to five (5) years in accordance with the applicable provisions of the City Code. The City as a further sanction may terminate or cancel any other Contracts with such individual, corporation, or entity. Such individual or entity shall be responsible for all direct or indirect costs associated with termination or cancellation. 22. Title VI/Nondiscrimination Program - Policy Statement It is the policy of the Florida Department of Transportation, under Title VI of the Civil Rights Act of 1964; Section 504 of the Rehabilitation Act of 1973; Age Discrimination Act of 1975; Section 324 of the Federal -Aid Highway Act of 1973; Civil Rights Restoration Act of 1987; and related statutes and regulations, that no person in the United States shall, on the basis of race, color, national origin, sex, age, disability/handicap, or income status, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination or retaliation under any federally or non -federally funded program or activity administered by the Department or its sub -recipients. To comply with this policy, civil rights and program area specialists must work closely to carry out their mutual nondiscrimination program responsibilities. Each Assistant Secretary, District Secretary, Florida's Turnpike Enterprise Executive Director, Director, Manager, and Section Head of the Department's major program areas (Planning, Project Development/Environmental, Design, Right -of -Way, Construction, Maintenance, Public Transportation, and Research), as well as the Department's sub -recipients, will be responsible for making a good faith effort to ensure that this policy is carried out in their respective program areas. The authority to develop, maintain, implement, and monitor this policy is delegated to the Equal Opportunity Office Manager. 23. Collusion Where two (2) or more related parties, as defined herein, each submit a bid 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 Bidder have a direct or indirect ownership interest in another Bidder, for the same Project. Bids found to be collusive shall be rejected. 24. Contractor in Arrears or Default The Bidder represents and warrants that the Bidder is not in arrears to the City and is not a default as a Contractor, Vendor, Provider or whose default has not been fully cured by the Bidder's surety or otherwise upon any obligation to the City. In addition, the Bidder warrants that the Bidder has not been declared "not responsible" or "disqualified" by, suspended, 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 Bidder's responsibility or qualification to receive public agreements. The Bidder 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 shall deem as non -responsible, bids submitted by Bidders where the City has determined that the Bidder is in monetary arrears, or otherwise in debt or in default to the City, at the time and date bids are due. 25. Cancellation of ITB The City reserves the right to cancel, in whole or in part, any ITB 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. Overtown Greenway at NW 11th Street 17 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Section 3 - General Terms and Conditions 1. 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. Time is of the essence in performance of the Work. 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 Work following expiration of the Contract Time. In agreeing to bear the risk of delays for completion of the Work except for extensions approved in accordance with Article 72, "Excusable Delay, 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 Contract Documents Time, and shall not entitle the Contractor to an adjustment. All parties under the control or Contract with the Contractor shall include but are not limited to material persons and laborers. The Contractor acknowledges that the City is purchasing the right to have the Contractor continuously working at the Project site(s) for the full duration of the Project to ensure the timely completion of the Work. 2. Contract Term The Contract shall commence upon issuance of the Notice of Proceed ("NTP"), which shall be issued subsequent to the execution of the Contract by the City. The Contract shall terminate upon notice by the City that the Contract has been closed -out after final completion or otherwise terminated by the City pursuant to the terms and conditions herein set forth. The total bid amount shall be a Lump Sum Contract, which means the Lump Sum shall include labor, materials, equipment, supplies, overhead expenses, and profit. The City will not be liable for payment of any amount in excess of the Lump Sum unless, the City Commission has approved a Project contingency or has approved a prior amendment to the Contract setting forth an additional amount due to Owner requested changes or its equivalent. If the term Lump Sum is used in this Agreement, it shall have the same definition as GMC, defined above. 3. Contract Price and Guaranteed Maximum Cost Contractor represents, warrants and guarantees to the City that Contractor shall completely, timely, and properly perform the Work and all of its obligations under the Contract, in accordance therewith, for the Contract Price to be agreed upon by the parties. This Contract Price shall constitute Guaranteed Maximum Cost to the Owner for performing the Work inclusive of labor, materials, equipment, supplies, and any allowable overhead and profit. The Owner shall (absent a prior Amendment with compelling cause approved as an Amendment to this Agreement) have no liability or obligation to pay any amount in excess of the stated Contract Price and Contractor shall have no recourse in that respect except to seek an Amendment to the Agreement. All costs in excess of the Contract Price shall be paid solely by Contractor without reimbursement or additional compensation from Owner. 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 three (3) calendar days of mailing, if mailed through the United States Postal Service. Notice shall be deemed given on the date sent via e- Overtown Greenway at NW 11th Street 18 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 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: Arthur Noriega V. City Manager City of Miami 444 SW 2nd Avenue - 10th Floor Miami, Florida 33130 anoriega©miamigov.com 305-416-1025 Annie Perez, CPPO Director Department of Procurement City of Miami 444 S.W. 2nd Avenue - 6th Floor Miami, Florida 33130 AnniePerez@miamigov.com Phone: 305-416-1910 Victoria Mendez, City Attorney City Attorney's Office City of Miami 444 SW 2nd Avenue - 9th Floor Miami, FL 33130-1910 Email: VMendez©miamigov.com Phone: 305-416-1832 Hector Badia, Interim Director Director Office of Capital Improvements City of Miami 444 S.W. 2nd Avenue - 8th Floor Miami, Florida 33130 HBadia@miamigov.com Phone: 305-416-1236 For Contractor: Jose Vega, President Florida Engineering and Development Corp. 12076 NW 98th Avenue Hialeah Gardens, Florida 33018 Jose@floridaengineerinci. net Phone: 305-820-8333 During the Work, the Contractor shall maintain continuing communications with the Consultant and the Project Manager. The Contractor shall keep the City fully informed as to the progress of the Project at all times through ongoing communications with the Project Manager. Overtown Greenway at NW 11th Street 19 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E The Contractor shall notify the Office of Capital Improvements (OCI) about the construction schedule(s). The Contractor is required to obtain a current list of contact persons and phone numbers from Achmed Valdes, Project Manager Horizontal at (305) 416-1620, or via email at avaldes@miamigov.com, the City of Miami's Project Manager for this Project. The Contractor must notify residents living within five hundred feet (500') of the Project in writing at least one (1) week in advance prior to commencing Work in the general area. 5. Priority of Provisions All Work shall be constructed in accordance with the latest edition of the City of Miami's Contract Documents and Specifications. The City of Miami's Standards for design and construction as well as the Miami Dade County's Standards Details, and the Florida Department of Transportation Specifications Road and Bridge Construction. 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: • FHWA-1273 / Required Contract Provisions for Federal -Aid Construction Contracts • LAP Division I Specifications • Revisions to the Contract shall govern over the Contract; • The Contract Documents shall govern over the Contract; and • Addenda to an ITB shall govern over the ITB. In the event of conflicts within the Contract Documents, the priorities stated below shall govern: • Scope of Work and Specifications shall govern over plans and drawings; • Schedules, when identified as such shall govern over all other portions of the plans; • Specific notes shall govern over all other notes, and all other portions of the plans, unless specifically stated otherwise; • Larger scale drawings shall govern over smaller scale drawings; • Figured or numerical dimensions shall govern over dimensions obtained by scaling; and • Where provisions of codes, manufacturer's specifications or industry standards are in conflict, the more restrictive or higher quality shall govern. 6. Indemnification It is specifically agreed between the parties executing this Agreement that it is not intended by any of the provisions of any part of this Agreement to create in the public or any member thereof, a third party beneficiary under this Agreement, or to authorize anyone not a party to this Agreement to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Agreement. The Contractor guarantees the payment of all just claims for materials, supplies, tools, or labor and other just claims against the Agency or any subcontractor, in connection with this Agreement. Additionally, the Contractor agrees to include the following indemnification in all contracts with contractors/subcontractors, or consultants/subconsultants who perform work in connection with this Agreement. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the City, the State of Florida, Florida Department of Transportation, and their officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or Overtown Greenway at NW 11th Street 20 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E intentional wrongful misconduct of the contractor and persons employed or utilized by the contractor in the performance of this Contract. This indemnification shall survive the termination of this Contract. Nothing contained in this paragraph is intended to nor shall it constitute a waiver of the State of Florida and the Agency's sovereign immunity. 7. Insurance Without limiting any of the other obligations or liabilities of Contractor, Contractor shall provide, pay for, and maintain in force until all of its Work to be performed under this Contract has been completed and accepted by City (or for such duration as is otherwise specified hereinafter), the insurance coverage's set forth herein. 7.1 Workers' Compensation 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 • USL&H, if applicable 7.2 Employers' Liability • One Million Dollars ($1,000,000) each bodily injury caused by an accident, each accident. • One Million Dollars ($1,000,000) each bodily injury caused by disease, each employee. • One Million Dollars ($1,000,000) each bodily injury caused by disease, policy limit. 7.3 Commercial General Liability (CGL) - Primary and Non -Contributory with minimum limits of One Million Dollars ($1,000,000) 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). 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) 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 • Contingent Liability/Independent Contractors Coverage • Contractual Liability Premises and/or Operations Liability Explosion, Collapse and Underground Hazard Primary Insurance Clause • Loading and Unloading City, State of Florida and Florida Department of Transportation shall be listed as additional insured. 7.4 Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000) 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: Overtown Greenway at NW 11th Street 21 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E ■ Auto/All Owned Autos/Scheduled. ■ Hired, Borrowed, and Non -Owned Vehicles. ■ Employers' Non -Ownership. ■ Employees included as insured. ■ City, State of Florida and Florida Department of Transportation shall be listed 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 Two Million Dollars ($2,000,000) per occurrence. ■ Two Million Dollars ($2,000,000) Aggregate. ■ Excess follow form over all applicable liability policies contained herein. City, State of Florida and Florida Department of Transportation shall be listed as additional insured. 7.6 Installation Floater ■ Causes of Loss: All Risk of Direct Physical Damage or Loss ■ Valuation: Replacement Cost ■ Coverage Extensions included ■ City shall be listed as loss payee 7.7 Owners and Contractor's Protective ■ One Million Dollars ($1,000,000) each occurrence. ■ One Million Dollars ($1,000,000) general Aggregate. City, State of Florida and Florida Department of Transportation shall be listed as additional insured. 7.8 Contractor's Professional Liability (if applicable) ■ One Million Dollars ($1,000,000) each claim. ■ One Million Dollars ($1,000,000) general Aggregate. ■ Retro Date included. City, State of Florida and Florida Department of Transportation shall be listed as Additional Insured. The above policies shall provide the City with written notice of cancellation or material change from the insurer not less than thirty (30) calendar 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) calendar days prior to the date of their expiration. Notice of Cancellation and/or Restriction: The policy(ies) must be endorsed to provide the City with at least thirty (30) days' notice of cancellation and/or restriction. Contractor shall furnish to Procurement the Certificates of Insurance or endorsements evidencing the insurance coverage specified above within fifteen (15) calendar days after notification of award of the Contract. The required Certificates of Insurance shall name the types of policies provided, refer specifically to this Contract, and state that such insurance is as required by this Contract. The official title of the Owner is the City of Miami, Florida. This official title shall be used in all insurance documentation. The City shall be listed as an additional insured where applicable. Companies authorized to do business in the State of Florida, with the following qualifications, shall issue all insurance policies required above to the Contractor: 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. Overtown Greenway at NW 11th Street 22 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E The Risk Administrator or their 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) calendar day written notice to the Contractor in accordance with Section 3, General Terms and Conditions, Article 4, "Notices." Contractor shall comply with such requests unless the insurance coverage is not then readily available in the national market. An additive or deductive change order will be issued to adjust the Contract value as necessary. For insurance bonding issues and decisions, the City shall act through its Risk Administrator (unless otherwise stated). 8. Performance and Payment Bond Where required by the Contract Documents or by Florida Statutes, the Contractor shall within fifteen (15) calendar days of being notified of award, furnish a Performance/Payment Bond ("Bond") containing all the provisions of the attached Performance/Payment forms. Each Bond shall be in the amount of one hundred percent (100%) of the Contract value guaranteeing to City the completion and performance of the Work covered in the Contract Documents, as well as full payment of all suppliers, laborers, or Subcontractors employed pursuant to this Project. Each Bond shall be with a surety, which is qualified pursuant to Article 9, "Qualification of Surety." Each Bond shall continue in effect for one year after Final Completion and acceptance of the Work with liability equal to one hundred percent (100%) of the Contract value, or an additional bond shall be conditioned that Contractor will, upon notification by the City, correct any defective or faulty Work or materials which appear within one year after Final Completion of the Project. The City must be listed as an Obligee. Pursuant to the requirements of Section 255.05(1), 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 the City with evidence of such recording. Each bond shall substantially conform to the requirements of Section 255.05, Florida Statutes, and will be in a form acceptable to the Risk Management Administrator. 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 the City and for same purpose and shall be subject to the same conditions as those applicable above and shall be held by the City for one year after completion and acceptance of the Work. 9. Qualification of Surety Bid Bonds, Performance/Payment Bonds over Two Hundred Thousand Dollars ($200,000): Each Bond must be executed by a surety company with a rating of (A-) and based on the Financial Size Category of (VII). The surety company must be 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. 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 shall, 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 Overtown Greenway at NW 11th Street 23 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Work to be performed. The Contractor shall adjust staffing levels or to replace any staff 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 represents that its staff has 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 City. Any such specific requirements will be included in the Technical Specification portion of the ITB. The Contractor shall, at all times, cooperate with the City and coordinate its respective Work efforts to most effectively and efficiently progress the performance of the Work. The City shall have full access to the Project 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. 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 City 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. The apparent silence of the Contract Documents as to any detail, or the apparent omission from them of a detailed description concerning any Work to be done and materials to be furnished, shall be regarded as meaning that only best practices are to prevail, and only materials and workmanship of the best quality are to be used in the performance of the Work. 11. Method of Performing the Work If the City reasonably determines the rate of progress of the Work is not such as to ensure its completion within the designated completion time, or if, in the opinion of the City, 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 City, the City 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 within the specified time. The Contractor shall immediately comply with such orders at no additional cost to the City. The City at its sole option may also have Work performed by a third -party Contractor and deduct such cost from any monies due the Contractor. 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 City. Contractor is responsible for controlling dust and preventing it from becoming a public nuisance or causing off -site damage. Contractor shall take all necessary and prudent measures to control dust. The Contractor shall furnish to the City a complete listing of twenty-four (24) hour telephone numbers at which responsible representatives of the Contractor and all of the Contractor's Subcontractors 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 City, who, 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 Overtown Greenway at NW 11th Street 24 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E approval of the City. All requests for such interruption or obstruction must be given in writing to the City at least twenty-four (24) hours in advance of the interruption of City operations. The Contractor shall familiarize itself with normal City operations where the Work is to be performed so that it can conduct the Work in the best possible manner to the complete satisfaction of the City. A staging plan must be submitted to and approved by the City 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. As noted above self -performance, local workforce participation, and all other similar requirements will apply jointly and severally to each phase, stage, or incremental portion of the work. 13. Site Investigation and Representation The Contractor acknowledges that it has satisfied itself as to the nature and location(s) of the Work under the Contract Documents, the general and local conditions, particularly those bearing upon availability of transportation, disposal, handling and storage of materials, availability of labor, water, electric power, and roads, the conformation and conditions at the ground based on City provided reports, the type of equipment and facilities needed preliminary to and during the performance of the Work and all other matters which can in any way affect the Work or the cost thereof under the Contract Documents. The Contractor further acknowledges that it has satisfied itself based on any geotechnical reports the City may provide and inspection of the Project site(s) as to the character, quality, and quantity of surface and subsurface materials to be encountered from inspecting the site and from evaluating information derived from exploratory Work that may have been done by the City or included in this Contract Documents. Contractor should examine the soil conditions at the Project site to determine if any special shoring, sheeting, or other procedures are necessary to protect adjacent property during excavation of subsoil materials or during filling of any area(s), or for any operation 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 site(s) will not relieve Contractor from responsibility for properly estimating the difficulty or cost thereof under the Contract Documents. In the event that the actual subsurface conditions vary from the actual City provided reports the Contractor shall notify the City and this Contract Documents amount may be adjusted up or down depending on the conditions. 14. Contractor to Check Plans, Specifications, and Data Contractor shall verify all dimensions, quantities and details shown on the plans, specifications, or other data received from the City as part of the Contract Documents, and shall notify the City 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 City. Contractor shall not be liable for damages resulting from errors, omissions or discrepancies in the Contract Documents unless Contractor recognized such error, omissions, or discrepancy and knowingly failed to report it to the City. 15. Contractor's Responsibility for Damages and Accidents Contractor shall accept full responsibility for Work against all losses or damages of whatever nature sustained until Final Acceptance by City, and shall promptly repair or replace, at no additional cost to the City, 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. 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 of a condition as before the starting of the Work. Overtown Greenway at NW 11th Street 25 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 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 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 City 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 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 site(s); and ■ Other property at the Project 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 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 the City. 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 the City 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 as stated in FDOT Section 6.5.3 and environmental regulations (including OSHA, EPA, DERM, the City, Miami -Dade County, State of Florida, and Florida Building Code), which bear on the performance of the Work. The Contractor shall take the responsibility to ensure that all Work is performed using adequate safeguards, including but not limited to: proper safe rigging, safety nets, fencing, scaffolding, barricades, chain link fencing, railings, barricades, steel plates, safety lights, and ladders that are necessary for the protection of its employees, as well as the public and City employees. All riggings and scaffolding shall be constructed with good sound materials, of adequate dimensions for their intended use, and substantially braced, tied or secured to ensure absolute safety for those required to use it, as well as those in the vicinity. All riggings, scaffolding, platforms, equipment guards, trenching, shoring, ladders and similar actions or equipment shall be OSHA approved, as applicable, and in accordance with all federal state and local regulations. All open trenches or holes shall be properly marked and barricaded to assure the safety of both vehicular and pedestrian traffic. No open trenches or holes are to be left open during nighttime or non -working Overtown Greenway at NW 11th Street 26 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 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 of each and every occurrence. The Contractor should also recommend any appropriate course(s) of action to the Project Manager. 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: • The potential for fire, explosion, corrosion, and reaction; • 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 • 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 herein, Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation and other facilities and services necessary for the proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. Contractor shall at all times enforce strict discipline and good order among its employees and Subcontractors at the Project site(s) and shall not employ on the Project any unfit person or anyone not skilled in the Work to which they are assigned. 20. Rules, Regulations, Laws, and Licenses The Contractor shall comply with all laws, rules, regulations, permits, codes, public agency or similar required consents and approvals relative to the provision of services, equipment, supplies and/or materials specified in the Contract Documents, including without limitation those imposed by the federal, state, county or city agencies having jurisdiction over the matter. The Contractor, its agents, Subcontractors, and representatives shall be familiar with and comply with all federal, state, and local laws, rules, regulations, and approvals that may affect the Work, goods, and/or services offered. 21. Consultant Services The City, at its sole discretion and cost, may hire a Consultant who shall serve as the City's Representative for the Project to be performed under the Contract Documents. The Contract Documents will state that a 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." Overtown Greenway at NW 11th Street 27 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 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, at its sole discretion and cost, 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 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 and cost, appoint another Consultant, whose status under the Contract shall be as that of the terminated Consultant. 22. Project Management Where a Contractor is awarded Work, the Contractor shall be responsible for all Project management, including any and all subcontracts necessary to ensure that the Work is performed in accordance with the Contract Documents. Project Management shall include but is not limited to: obtaining bids from Subcontractors and suppliers; coordinating the securing of all permits; obtaining licenses and inspections; ensuring that Subcontractors comply with all City requirements; performing the Work in accordance with the Contract Documents to the satisfaction of the Project Manager; paying all Subcontractors; obtaining release of liens/claims fees; and obtaining temporary and final Certificates of Occupancy or Completion. 23. Superintendence and Supervision The orders of the City are given through the Consultant or the Project Manager, which instructions are to be strictly and promptly followed in every case. Contractor shall keep on the Project during its progress, a full-time, competent, English speaking superintendent, and any necessary assistants, all satisfactory to the Project Manager. The superintendent shall not be replaced except with the written consent of the Project Manager, unless the superintendent proves to be unsatisfactory to Contractor and ceases to be in Contractor's employ. The superintendent shall represent Contractor, and all directions given to the superintendent shall be as binding as if given to Contractor and will be confirmed in writing by the Project Manager upon the written request of Contractor. Contractor shall give efficient supervision to the Work, using Contractor's best skills 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 Projects in excess of 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 conditions 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 site(s); visitors to the Project site, including regulatory representatives the City; 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 site(s) and shall be available at all times for inspection and copying by Project Manager and Consultant. The Project Manager, Contractor, Construction Manager, CEI, 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. Overtown Greenway at NW 11th Street 28 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 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 the Contractor's duty to immediately inform the City, in writing, and the City will promptly review the same. Any Work done after such discovery, until authorized, will be done at Contractor's sole risk. Contractor shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. All Work, including trade Work shall be performed and supervised by persons 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. Contractor shall not employ any Subcontractor against whom City and or Program Manager may have a reasonable objection. Contractor shall not be required to employ any Subcontractor against whom Contractor has a reasonable objection. Contractor shall utilize the Subcontractors identified in its Bid submission. The replacement, addition, or deletion of any Subcontractor(s) shall be subject to the prior written approval of the Project Manager. With the submission of its pay application the Contractor must identify the number of personnel they and the Subcontractor(s) are using who are working under H2B visas. Third tier subcontracting is only permitted with the prior written approval of the Project Manager. Contractor hereby agrees that Exhibit 1273 FHWA-1273 Required Contract Provisions Federal -Aid Construction Contracts, found on Exhibit A, page A-4, shall be attached to and incorporated within any and all agreements with Subcontractors. Subcontractors must also comply with FHWA-1273 Contract Provisions for Federal -Aid Construction Contracts specified in Section V — Contract Work Hours and Safety Standards Act and Section VI — Subletting or Assigning the Contract. 25. Authority of the Project Manager The Director hereby authorizes the Project Manager designated in the Contract Documents to determine, all questions of any nature whatsoever arising out of, under or in connection with, or in any way relating to or on account of the Work, and questions as to the interpretation of the Work to be performed under this Contract Documents. The Contractor shall be bound by all determinations or orders of the Project Manager and shall promptly respond to requests of the Project Manager, including the withdrawal or modification of any previous order, and regardless of whether the Contractor agrees with the Project Manager's determination or requests. Where requests are made orally, the Project Manager will follow up in writing, as soon thereafter as is practicable. The Project Manager shall have authority to act on behalf of the City to the extent provided by the Contract, unless otherwise modified in writing by the City. All instructions to the Contractor shall be issued in writing, and shall be issued. All instructions to the Contractor shall be issued through the Director or Project Manager. The Project Manager shall have access to the Project 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 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. Overtown Greenway at NW 11th Street 29 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E The Project Manager 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 will have authority to reject Work that does not conform to the Contract Documents. Whenever, in his or her opinion, it is considered necessary or advisable to ensure the proper completion of the Contract Documents the Project Manager and Consultant will have authority to require special inspections or testing of the Work, whether or not such Work is fabricated, installed, or completed. Neither the Project Manager's nor Consultant's authority to act under this paragraph, nor any decision made by him in good faith either to exercise or not to exercise such authority, shall give rise to any duty or responsibility of the Project Manager or Consultant to the Contractor, any Subcontractor, supplier or any of their agents, employees, or any other person performing any of the Work. All interpretations and recommendations of the Project Manager and Consultant shall be consistent with the intent of the Contract Documents. The Project Manager and Consultant will not be responsible for the acts or omissions of the Contractor, any Subcontractor, or any of their agents or employees, or any other persons performing any of the Work. 26. Inspection of Work The Project Manager, Consultant, Construction Engineering Inspector (CEI), 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, CEI, 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 the Project Manager timely notice of readiness of the Work for testing. If the testing or approval is to be made by an authority other than City, 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 the Project Manager, it must, if required by the Project Manager, be uncovered for examination and properly restored at Contractor's expense. Unless otherwise provided, the Contractor shall arrange for such tests, inspections, and approvals with the City's testing laboratory or entity. The Contractor shall give the City and the Project Manager timely notice of when and where tests and inspections are to be made so that the City or Project Manager may be present for such procedures. Re-examination of any of the Work may be ordered by the City, 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 that 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 the Project Manager. 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 any other taxes required by law, rule, or regulation. Contractor is responsible for reviewing the pertinent state statutes involving state taxes and complying with all requirements. 28. Separate Contracts Overtown Greenway at NW 11th Street 30 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Prior to the commencement of the Work, the City 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 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 the City 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 that 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 the Project Manager any discrepancy between the executed Work and the requirements of the Contract Documents. 29. Lands of Work City shall provide, as may be indicated in the Contract Documents, the lands upon which the Work is to be performed, rights -of -way, and easements for access thereto and such other lands as are designated by City for the use of Contractor. Contractor shall provide, at Contractor's own expense and without liability to City, any additional land and access thereto that may be required for temporary construction facilities, or for storage of materials. Contractor shall furnish to City copies of written permission obtained by Contractor from the owners of such facilities. 30. Coordination of Work The Project site(s) may be occupied and may operate as specified in Section 4, Supplemental Terms and Conditions, Article 1, "Contract Time and Hours." Contractor shall ensure that the performance of the Work does not impact any ongoing operations at Project 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. Contractor may be required to coordinate the Work with other Contractors performing Work at the Project site. 31. Differing Site Conditions In the event that during the course of the Work Contractor encounters subsurface or concealed conditions at the Project 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 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 City in writing of the existence of the aforesaid conditions. The City 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 the City, 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, the City shall recommend an equitable adjustment to the Contract Documents Price or Contract Documents Time, or both. If the City and Contractor cannot agree on an adjustment in the Contract Price or Contract Time, the adjustment shall be referred to the Director for determination. Should the Director determine that the conditions of the Project site(s) are not so Overtown Greenway at NW 11th Street 31 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 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 and otherwise fully documented altering site conditions in strict accordance with the provisions of this Article. No request for an equitable adjustment or change to the Contract price or Contract time for differing site conditions shall be allowed if made after the date certified by the City as the date of substantial completion. 32. Existing Utilities Known utilities and structures adjacent to or encountered in the Work will be shown on the Drawings. The locations shown are taken from existing records and the best information available from existing plans and utility investigations; however, it is expected that there may be some discrepancies and omissions in the locations and quantities of utilities and structures shown. Those shown are for the convenience of the Contractor only, and no responsibility is assumed by the City for their accuracy or completeness. No request for additional compensation or Contract time resulting from encountering utilities not shown will be considered. The Contractor shall explore sufficiently ahead of the Work to allow time for any necessary adjustments. The Contractor must coordinate all underground utility locations through "Sunshine State One Call of Florida, Inc.," who shall be contacted a minimum of forty-eight (48) hours before the Contractor commences any digging. The Contractor is responsible for removing all utility markings once the Work is completed. Final payment to the Contractor may be withheld until the utility marks are removed. 33. Contractor's Responsibility for Utility Properties and Service Where the Contractor's operations could cause damage or inconvenience to railway, telephone, fiber optic, television, electrical power, oil, gas, water, sewer, or irrigation systems, the Contractor shall make all arrangements necessary for the protection of these utilities and services or any other known utilities. Notify all utility companies that are affected by the construction operation at least forty-eight (48) hours in advance. Under no circumstance expose any utility without first obtaining permission from the appropriate agency. Once permission has been granted, locate, expose, and provide temporary support for all existing underground utilities and utility poles where necessary. The Contractor and their 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 that 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 City. Replace, with material approved by the City, 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 City. Replace, with material approved by the City, at Contractor's expense, any existing utilities damaged during the Work. 34. Interfering Structures Overtown Greenway at NW 11th Street 32 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E An attempt has been made to show major structures on the furnished Drawings. While the information has been compiled from the best available sources, its completeness and accuracy cannot be guaranteed, and is presented as a guide. The Contractor shall field verify all locations. Contractor shall coordinate with any affected companies, including utility companies and take necessary precautions to prevent damage to existing structures whether on the surface, above ground, or underground, including have the owner of the interfering structures place temporary supports. 35. Field Relocation During the process of the Work, it is expected that minor relocations of the Work may be necessary. Such relocations shall be made only by the direction of the Project Manager at the Contractor's expense. If existing structures are encountered that will prevent construction as shown, the Contractor shall notify the Project Manager before continuing with the Work in order that the City may make such field revisions as necessary to avoid conflict with the existing structures. Where the Contractor fails to notify the Project Manager when an existing structure is encountered, and proceeds with the Work despite this interference, the Contractor does so at their own risk. 36. Contractor's Use of Project Site(s) Limitations may be placed on the Contractor's use of the Project site(s) and such limitations will be identified by the Project Manager. In addition to such limitations, the Project Manager may make storage available to the Contractor, at his sole discretion, based on availability of space. The Contractor shall also coordinate and schedule deliveries so as to minimize disruptions to City day-to-day operations. The Contractor shall limit its use of the Project site(s), so as to allow for the City's continuous operation. This is necessary, as the Project site(s) may remain in operation during the Work. ■ The Contractor shall: • Confine operations at the Project site(s) to the areas permitted by the Project Manager; not disturb portions of the Project site(s) beyond the specified areas; conform to Project site(s) rules and regulations affecting the Work. • Keep existing driveways and entrances serving surrounding facilities clear and available to the City, its employees and the public at all times; not use areas for parking and/or storage of materials except as authorized by the Project Manager. • Assume all responsibility for its tools, equipment and materials, including any materials purchased for the Work and not accepted by the City, and its vehicles while performing Work for the City and/or while parked or stored at a City facility. The City assumes no liability for damage or loss to the items specified in this paragraph. Access to parking and egress from the Project 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 City, 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. Overtown Greenway at NW 11th Street 33 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Generally, machined and unpainted parts subject to damage by the elements shall be protected with an application of a strippable protective coating, or other approved protective method. Equipment shall be packaged or crated in a manner that will provide protection from damage during shipping, handling, and storage. The outside of the package or crate shall be adequately marked or tagged to indicate its contents by name and equipment number, if applicable; approximate weight; state any special precautions for handling; and indicate the recommended requirements for storage prior to installation. Packaging and Delivery of Spare Parts and Special Tools: Properly mark to identify the associated equipment by name, equipment, and part number. Parts shall be packaged in a manner for protection against damage from the elements during shipping, handling, and storage. Ship in boxes that are marked to indicate the contents. Delivery of spare parts and special tools shall be made prior to the time associated equipment is scheduled for the initial test run. Shipment: All equipment and material shall be shipped with freight and shipping paid freight on board (FOB) job site. The Contractor shall request a seven (7) calendar day advance notice of shipment from manufacturers, and, upon receipt of such notice, provide the Engineer of Record with a copy of the current delivery information concerning equipment items and material items of critical importance to the Project 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 prices bid and no extra compensation will be allowed. Inspection: Immediately upon receipt of equipment and materials at the jobsite, the Contractor shall inspect for completeness and any evidence of damage during shipment. City supplied equipment and material shall be inspected and inventoried together with City's Inspector. Should there appear to be any shortage or damage, the City 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 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: 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 City, and shall remain the property of the City. All other material shall be disposed of by the Contractor at his own expense. Overtown Greenway at NW 11th Street 34 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 39. Manufacturer's Instructions The Contractor shall: Comply with manufacturer's requirements for the handling, delivery, and storage of all materials. Where required by the Contract Documents, Contractor shall submit manufacturer's printed instructions for delivery, storage, assembly, and installation. Comply with the manufacturer's applicable instructions and recommendations for the performance of the Work, to the extent that these instructions and recommendations are more explicit or more stringent than requirements indicated in the Contract Documents including the Contract Documents. Inspect each item of material or equipment immediately prior to installation and reject damaged and defective items. Provide attachment and connection devices and methods for securing the Work; secure Work true to line plumb and level, and within recognized industry standards; allow for expansion and building movement; provide uniform joint width in exposed Work; arrange joints in exposed Work to obtain the best visual effect and refer questionable visual effect choices to the Consultant for final decision when applicable to the Work. Recheck measurements and dimensions of the Work, as an integral step in starting each portion of the Work. Install each unit or section of Work during favorable weather conditions, which shall ensure the best possible results in coordination with the entire Project 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 City 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. 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 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 drawing, samples, product data, schedule of values, and any and all other submittals to make sure they comply with the Contract Documents prior to submission to the City. 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 Overtown Greenway at NW 11th Street 35 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E requirements of the Contract Documents. At time of submission the Contractor shall advise the City in writing of any deviations from the Contract Documents. Failure of the Contractor to advise the City 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 Contract 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's 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 drawings submitted without the stamp, signature shall be rejected, and it will be considered that the Contractor has not complied with the requirements of the Contract Documents. Contractor shall bear the risk of any delays that may occur as a result of such rejection. City shall not be liable for any materials, fabrication of products or Work commenced that requires submittals until the City has returned approved submittals to the Contractor. The City shall make every effort to review submittals within fourteen (14) calendar days from the date of receipt by the City. The City'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 City 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 City of the specific deviations and the Consultant have 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. Contractor shall be responsible for the distribution of all shop drawings, copies of product data and samples, which bear the EOR'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 City'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 City's review of shop drawings, Submittals and Samples shall be construed as authorizing additional Work or increased cost to the City. Where a conflict exists between the submittal requirements of the General Terms and Conditions and the Technical Specifications, the Technical Specifications shall prevail. 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. Overtown Greenway at NW 11th Street 36 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Within five (5) calendar days after City's award of the Contract, Contractor shall submit to the City 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 the City 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. Some shop drawings, as denoted either 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. The City shall review and accept or reject with comments, shop drawings within fourteen (14) calendar days from the date received. The City'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 EOR. Approval shall not relieve Contractor from responsibility for errors or omissions of any sort on the shop drawings. No approval will be given to partial submittals of shop drawings for items, which interconnect and/or are interdependent where necessary to properly evaluate the design. It is Contractor's responsibility to assemble the shop drawings for all such interconnecting and/or interdependent items, check them and then make one submittal to the City 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, EOR is 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 (1) set of shop drawings marked with EOR'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. Overtown Greenway at NW 11th Street 37 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 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 fifty percent (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 site(s) one (1) record copy and one (1) permit set of the Contract Documents, including, but not limited to, all Drawings, Specifications, shop drawings, amendments, Change Orders, RFIs, and Field Directives, as well as all written interpretations and clarifications issued by the City, 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 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 City, that Contractor is fulfilling its obligation to continuously update the record documents. All buried items, outside the Project site(s), shall be accurately located on the record documents as to depth and in relationship to not less than two (2) permanent features (e.g. interior or exterior wall faces). The record documents shall be clean, and all changes, corrections, and dimensions shall be given in a neat and legible manner in red. The record documents shall be available to the City and the Consultant for reference. Upon completion of the Work and as a condition precedent to Contractor's entitlement to final payment, the record documents shall be delivered to the City by the Contractor. The Record Set of drawing shall be submitted in both hard copy and as electronic plot files. 47. Supplemental Drawings and Instructions The City shall have the right to approve and issue supplemental instructions setting forth written orders, instructions, or interpretations concerning the Contract Documents or its performance, provided such Supplemental Instructions involve no change in the Contract Documents Price or this Contract Documents Time. The City 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 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 City 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. Overtown Greenway at NW 11th Street 38 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 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 City 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 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 Consultant sufficient information is submitted by Contractor to allow City and Consultant to determine that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by the City 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 City 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 City 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 FOR 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 City shall be the sole judges of the acceptability of any substitute. No substitute shall be ordered, installed or utilized without the City's and the Consultant's prior written acceptance which shall be evidenced by either a Change Order or an approved submittal. The City may require the Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. If the Consultant rejects the proposed substitute, at their discretion, the City may require the Contractor to reimburse the City for the charges of the Consultant for evaluating the proposed substitute. Contractor shall maintain sole liability and responsibility for ensuring that all substitutions and any required design of such are in full compliance with and meet all the requirements of the Contract Documents. 50. City Furnished Drawings The City, at its sole discretion, may furnish design drawings. It shall be the sole responsibility of the Contractor to bring to the immediate attention of the City any discrepancies between the drawings and Overtown Greenway at NW 11th Street 39 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 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 (RFI). The City shall respond to all RFI's in writing. The Contractor shall have no basis for any claim for additional costs resulting from their failure to identify any required revisions, omissions, and/or errors, not identified in writing to the City prior to commencing the Work. 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. 51. Interpretation of Drawings and Documents Drawings and specifications are intended to be consistent, be mutually explanatory, and should be used together and not separately. During the performance of the Project, should any errors, omissions, conflicts, ambiguities or discrepancies be found in the drawings and/or specifications, the City will clarify in writing the intent of the drawings and/or specifications and the Contractor agrees to abide by the City's interpretation and perform the Work in accordance with the decision of the City. In such event, the Contractor will be held to have included in its Contract Price the best materials suitable for the purpose and/or methods of construction. 52. Product and Material Testing All tests shall be performed by the Contractor, except where otherwise specifically stated in the Contract Documents. All costs for testing performed by the Contractor shall be at the Contractor's expense. The City may, in its sole and absolute discretion, test materials, and products at its own cost. However, should such materials or products fail to pass the test and/or meet the requirements of the Contract Documents, the Contractor shall reimburse the City for the cost of such tests and repair or replace said materials or products. In such instances, the City may deduct such cost from any payments pending to the Contractor. 53. Field Directives The City may at times issue field directives to the Contractor based on visits to the Project site(s). Such Field Directives shall be pre -approved by FDOT and 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 forty-eight (48) hours, notify the City 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 City 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 must be accomplished by means of appropriate Field Orders and Supplemental Instructions or Change Orders. Any changes to the terms of the Contract Documents must be contained in a written document, executed by the parties hereto. This section shall not prohibit the issuance of Change Orders executed only by City. Overtown Greenway at NW 11th Street 40 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 55. Continuing the Work Contractor shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with City, including disputes or disagreements concerning a request for a Change Order, a request for a change in the Contract price or Contract time for completion. The Work shall not be delayed or postponed pending resolution of any disputes or disagreements. 56. Change Orders Changes in the quantity or character of the Work within the scope of the Project which are not properly the subject of Field Orders or Supplemental Instructions, including all changes resulting in changes in the Contract Price, or the Contract Time, shall be authorized only by Change Orders approved in advance and issued in accordance with the provisions of the City. In the event satisfactory adjustment cannot be reached for any item requiring a change in the Contract Price or Contract Time, and a Change Order has not been issued, City reserves the right at its sole option to either terminate the Contract as it applies to the items in question and make such arrangements as may be deemed necessary to complete the disputed Work; or submit the matter in dispute to the Director as set forth in Article 91, "Resolution of Disputes." During the pendency of the dispute, and upon receipt of a Change Order approved by City, Contractor shall promptly proceed with the change in the Work involved and advise the City and Director in writing within seven (7) calendar days of Contractor's agreement or disagreement with the method, if any, provided in the Change Order for determining the proposed adjustment in the Contract Price or Contract Time. On approval of any Contract change increasing the Contract Price, Contractor shall ensure that the performance bond and payment bond (if applicable) are increased so that each reflects the total Contract Price as increased. Under circumstances determined necessary by City, Change Orders may be issued unilaterally by City. The City reserves the right to order changes which may result in additions to or reductions from the amount, type, or value of the Work shown in the Contract and which are within the general scope of the Contract Documents. Any such changes will be known as "Extra Work." No Extra Work shall be performed except pursuant to written orders of the City expressly and unmistakably indicating his/her intention to treat the Work described therein as Extra Work. In the absence of such an order, the City 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 City stating why the Contractor 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 City to keep an accurate record of materials, labor and other items involved; and (3) affording an opportunity to the City to take such action as it may deem advisable in light of such disputed Work. 57. Change Order Procedure Extra Work shall result in an equitable adjustment (increase or decrease) to the Contract representing the reasonable cost or the reasonable financial savings related to the change in Work. Extra Work may also result in an equitable adjustment in the Contract schedule, for performance of both the Extra Work and any other Work affected by the Extra Work. The City shall initiate the Extra Work procedure by a notice to Contractor outlining the proposed Extra Work. Upon receipt of the notice to proceed with the Extra Work, the Contractor is required to start the Extra Work immediately. The Contractor is required to obtain permission for an extension to start the Extra Work if it is beyond the Contractor's ability to start within the allotted timeframe. The Contractor is required to provide the Project Manager with a detailed Change Proposal Request, which shall include requested revisions to the Contract, including but not limited to adjustments in this Contract Price and Contract Time. The Contractor is required to provide sufficient data in support of the Overtown Greenway at NW 11th Street 41 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E cost proposal demonstrating its reasonableness. In furtherance of this obligation, the City may require that the Contractor submit any or all of the following: a cost breakdown of material costs, labor costs, labor rates by trade, and Work classification and overhead rates in support of Contractor's Change Proposal Request. The Contractor's Change Proposal Request must include any schedule revisions and an explanation of the cost and schedule impact of the Extra Work on the Project. If the Contractor fails to notify the City of the schedule changes associated with the Extra Work, it will be deemed an acknowledgment by Contractor that the proposed Extra Work will not have any scheduling consequences. The Contractor agrees the Change Proposal Request will in no event include a combined profit and overhead rate in excess of ten percent (10%) of the direct labor and material costs, unless the City determines that the complexity and risk of the Extra Work is such that an additional factor is appropriate. The Change Proposal Request may be accepted or modified by negotiations between the Contractor and the City. If an agreement on the Extra Work is reached, both parties shall execute the Extra Work order in writing via a Change Order. The execution by the Contractor of the Change Order shall serve as a release of the City from all claims and liability to the Contractor relating to, or in connection with, the Extra Work, including any impact, and any prior acts, neglect or default of the City relating to the Extra Work. Upon execution of a change order that affects the Contract Time, the Contractor shall, within five (5) business days, submit a revised Project schedule reflecting the changes against the baseline schedule. 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 Work Provisions in FDOT LAP Division 1 Specifications Section 4-3 Alteration of Plan or of Character of Work, found on page 143, shall apply to this Article. Where provisions of standards are in conflict, the more restrictive or higher quality shall govern. The value of any Work covered by a Change Proposal Request or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: ■ Where the Work involved is covered by unit prices contained in the Contract, by application of unit prices to the quantities of items involved. ■ By mutual acceptance of a Contract unit price, which Contractor and Project Manager acknowledge, contains a component for overhead and profit. ■ On the basis of the "Cost of Work," determined as provided in this, plus a Contractor's fee for overhead and profit, which is determined as provided in this Article. ■ The term "Cost of Work" means the sum of all direct costs necessarily incurred and paid by Contractor in the proper performance of the Work described in the Change Order. Except as otherwise may be agreed to in writing by the City, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in herein. Payroll costs for employees in the direct employ of Contractor in the performance of the Work described in the Change Proposal Request under schedules of job classifications agreed upon by the City. Payroll costs for employees not employed full time on the Work covered by the Change Proposal Request shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay application thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing the Work after regular working hours, on Sunday or legal holidays shall be included in the above to the extent authorized by City. Overtown Greenway at NW 11th Street 42 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and manufacturers' field services required in connection therewith. All cash discounts shall accrue to Contractor unless City deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to City. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to City and Contractor shall make provisions so that they may be obtained. Rentals of all construction equipment and machinery and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City with the advice of Consultant and the costs of transportation, loading, unloading, installation, dismantling and removal thereof, all in accordance with the terms of said agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. If required by the City, Contractor shall obtain competitive bids for the Change Order Work. Contractor and shall deliver such competitive bids to the City who will determine which bids will be accepted. If the Subcontractor is to be paid on the basis of cost of the Work plus a fee, the Subcontractor's cost of the Work shall be determined in the same manner as Contractor's cost of the Work. All Subcontractors shall be subject to the other provisions of the Contract Documents insofar as applicable. The term "Cost of the Work" shall include any of the following: ■ Cost of special Consultants, including, but not limited to, Consultants, architects, testing laboratories, and surveyors employed for services specifically related to the performance of the Work described in the Change Order. ■ Supplemental costs including the following: ■ The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work except for local travel to and from the site of the Work. ■ Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workmen, which are consumed in the performance of the Work, and less market value of such items used but not consumed which remains the property of Contractor. ■ Sales, use, or similar taxes related to the Work, and for which Contractor is liable, imposed by any governmental authority. ■ Deposits lost for causes other than Contractor's negligence, royalty payments, and fees for permits and licenses. ■ The cost of utilities, fuel, and sanitary facilities at the site. ■ Receipted minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage, and similar petty cash items in connection with the Work. ■ Cost of premiums for additional bonds and insurance required because of changes in the Work. The term "Cost of Work" shall not include any of the following: ■ Payroll costs and other compensation of Contractor's officers, executives, principals (of partnership and sole proprietorships), general managers, consultants, architects, estimators, lawyers, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor whether at the site or in its principal or a branch office, for general administration of the Work and not specifically included in the agreed -upon schedule of job classifications, all of which are to be considered administrative costs covered by Contractor's fee. ■ Expenses of Contractor's principal and branch offices other than Contractor's office at the site. ■ Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. ■ Cost of premiums for all Bonds and for all insurance whether or not Contractor is required by the Contract Documents to purchase and maintain the same, except for additional bonds and insurance required because of changes in the Work. Overtown Greenway at NW 11th Street 43 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E ■ Costs due to the negligence or neglect of Contractor, any Subcontractors, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property, or soft costs such as consultant costs, or any costs not directly attributable to the work. ■ Other overhead or general expense costs of any kind and the cost of any item not specifically and expressly included in this Article. Contractor's fee allowed to Contractor for overhead and profit shall be determined as follows: ■ A mutually acceptable fixed fee or if none can be agreed upon. ■ A fee based on the following percentages of the various portions of the cost of the Work. ■ Where the Contractor self -performs the Work, Contractor's fee shall not exceed ten percent (10%). ■ Where a Subcontractor performs the Work, Contractor's fee shall not exceed seven and one- half percent (7.5%); and if a subcontract is on the basis of cost of the Work plus a fee, the maximum allowable to the Subcontractor as a fee for overhead and profit shall not exceed ten percent (10%). ■ No fee shall be payable for special Consultants or supplemental costs. The amount of credit to be allowed by Contractor to City for any such change, which results in a net decrease in cost, will be the amount of the actual net decrease. When both additions and credits are involved in any one change, the combined overhead and profit shall be figured on the basis of the net increase, if any, however, Contractor shall not be entitled to claim lost profits for any Work not performed. Whenever the cost of any Work is to be determined pursuant to this Article, Contractor will submit in a form acceptable to the City an itemized cost breakdown together with the supporting data. Whenever a change in the Work is based on mutual acceptance of a lump sum, whether the amount is an addition, credit or no change -in -cost, Contractor shall submit an initial cost estimate acceptable to the City. ■ Breakdown shall list the quantities and unit prices for materials, labor, equipment and other items of cost. ■ Whenever a change involves Contractor and one (1) or more Subcontractors, and the change is an increase in the Contract Price, overhead and profit percentage for Contractor and each Subcontractor shall be itemized separately. ■ Each Change Order must state within the body of the Change Proposal Request whether it is based upon unit price, negotiated lump sum, or "Cost of Work." 60. Extra Work Directive Provisions in FDOT LAP Division 1 Specifications Sections 4-3.2 to 4-3.5 Alteration of Plan or of Character of Work, found on page 144, shall apply to this Article. Where provisions of codes or industry standards are in conflict, the more restrictive or higher quality shall govern. Except as provided below, the Contractor shall be entitled to initiate a dispute pursuant to Article 91, "Resolution of Disputes," by furnishing a written statement to the Construction Manager within five (5) calendar 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 bid 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 bid. During the pendency of any dispute hereunder, the Contractor must proceed with Work as set forth in the Extra Work Directive unless otherwise advised by the Project Manager's written instructions. In the event there is a dispute as to price, the Contractor will be paid in accordance with the following paragraph. This payment(s) will be in full satisfaction of the Contractor's claim for an adjustment to the value of the Contract. Compensation for Extra Work in the event of the parties' inability to agree upon a mutually satisfactory price shall be as follows: Overtown Greenway at NW 11th Street 44 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E ■ No payment will be made to the Contractor for Extra Work in excess of "Actual and Necessary Cost" which is to say time and materials plus a mark-up not to exceed ten percent (10%). This will not vary, whether the Extra Work is performed by the Contractor or his Subcontractor. The Project Manager must approve any exceptions. "Actual and Necessary Net Cost" shall be deemed to include the actual and necessary cost of the Extra Work for (i) labor, which includes wages, payroll deductions, if any, made by the Contractor as employer pursuant to bona fide collective bargaining labor agreements applicable to the Work; (ii) contributions to the State Unemployment Insurance Law, (iii) excise taxes pursuant to Federal Social Security Act; (iv) any increases in public liability and property damage insurance or performance and payment bonds occasioned solely by the Extra Work, (v) the actual and necessary operating expenses (except the expense of supplies and small tools not operated by mechanical or electrical power), power for such plant and a reasonable rental for the same (including small power tools), as determined by the Construction Manager; and (vi) any additional materials necessary for the performance of the Extra Work. In case any Work or materials shall be required to be done or furnished under the provisions of this Article, the Contractor shall at the end of each day furnish to the City such documentation as the City may require supporting all the costs of the Extra Work. If payments on account are desired as the Extra Work progresses, the Contractor shall render an itemized statement showing the total amount expended for each class of labor and for each kind of material on account of each item of Work as a condition precedent to the inclusion of such payment in a partial estimate. Upon the request of the City, the Contractor shall produce for audit by the City, books, vouchers, collective bargaining labor agreements, records or other documents showing the actual cost for labor and materials. Such documents shall not be binding on the City. The Project Manager shall determine any questions or dispute as to the correct cost of such labor, materials, or plant. In case the Contractor is ordered to perform Work under this Article, which in the opinion of the Project Manager, it is impracticable to have performed by the Contractor's own employees, the Contractor will, subject to the approval of the Project Manager, be paid the actual cost to Contractor of such Work, and in addition thereto five percent (5%) to cover the Contractor's superintendence, administration and other overhead expenses. Payment of any amount under this Article shall be subject to subsequent audit and approval, disapproval, modification or revision by representatives of the City. 61. As -Built Drawings During the Work, Contractor shall maintain records of all deviations from the Drawings and Specifications as approved by the Project Manager and prepare two copies of 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. Overtown Greenway at NW 11th Street 45 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E ■ Equipment, conduit, and/or electrical panel locations. ■ Project Manager's or Consultant's schedule changes according to Contractor's records and shop drawings. Specifications and Addenda / Legibly mark each section to record: ■ Manufacturer, trade name, catalog number, and Supplier of each product and item of equipment actually installed. ■ Changes made by Project Manager's or Consultant's written instructions or by Change Order. Approved Shop Drawings: Provide record copies for each process equipment, piping, electrical system and instrumentation system. As -built documents shall be updated monthly as a condition precedent to payment. For construction of new building, or building additions, field improvements, and or roadway improvements as -built drawings signed and sealed by a Florida licensed Registered Land Surveyor. In addition, for Projects that involve roadwork and drainage, 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 Certified P.L.S.) to the City of Miami prior final acceptance of the Work. All recorded information on existing utility crossing encountered during construction, included but not limited to pipes, inlets, manholes, etc., shall be recorded by a Florida Registered Surveyor and shown on the record drawings. The Project's as -built set of drawings shall Include GPS coordinates (X, Y, and Z) for all new and/or existing vacuum cleaned drainage system openings (i.e., catch basins, inlets, manholes, etc.). 62. Worker's Identification The Contractor's employees, who include any Subcontractor, shall wear an identification card provided by the Contractor. The identification card shall bear the employee's picture, name, title, and name of the employer. Failure by a Contractor's employee to wear such identification may result in his removal from the Work until such time as the identification card is obtained and worn. Such removal shall not act as a basis for the Contractor to submit a claim for an extension of time. 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, and Final Completion The Work shall be substantially complete when the City, in the reasonable exercise of their discretion determines that the Work is complete, 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 City 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 City 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 City shall schedule the date, time for any inspection, and notify the Contractor and any other parties deemed necessary. During this inspection, the Project Substantial Completion Inspection Form will be completed Overtown Greenway at NW 11th Street 46 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 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 City 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 City shall indicate that the Work is substantially complete subject to completion of the Punch List. Where the City determines, on the appropriate form that the Work is not substantially complete, the City 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 City 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 City shall notify the Contractor in writing of the closeout of the Project. The City will prepare a Certificate of Substantial Completion in the form that 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, the City shall, within ten (10) calendar days, make an inspection thereof. If the City finds 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 the City. Said Certificate shall state 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 City 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 the Project Manager so certifies, City shall, upon such certification of Consultant, and without terminating the Contract Documents, make payment of the balance due for that portion of the Work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. The acceptance of final payment shall constitute a waiver of all claims by Contractor, except those previously made in strict accordance with the provisions of the Contract and identified by Contractor as unsettled at the time of the application for final payment. 66. NPDES 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 Overtown Greenway at NW 11th Street 47 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Miami Public Works Department at (305) 416-1200 or visit the State of Florida website at http://www.dep.state.fl.us/water/stormwater/npdes/. Contractor is responsible for obtaining, completing, and paying for any required NPDES application or permits that may be required. 67. Force Maieure Should any failure to perform on the part of Contractor be due to a condition of force majeure as that term is interpreted under Florida law, then the City may allow an extension of time reasonably commensurate with the cause of such failure to perform or cure. If the Contractor is delayed in performing any obligation under the Contract Documents due to a force majeure condition, the Contractor shall request a time extension from the City within two (2) business 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. Does Not Include inclement weather, except as permitted by Florida law, and may not include the acts or omissions of Subcontractors. 68. Extension of Time Provisions of FDOT LAP Division 1 Specification Section 8-7.3.2 Contract Time Extensions, found on page 168, herein, shall apply to this Article. 69. Notification of Claim Any claim for a change in the Contract Time or Contract Price shall be made by written notice by Contractor to the City within ten (10) calendar 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 City allows an additional period of time to ascertain more accurate data in support of the claim and such notice shall be accompanied by Contractor's written notarized statement that the adjustment claimed is the entire adjustment to which the Contractor has reason to believe it is entitled as a result of the occurrence of said event. All claims for changes in the Contract Time or Contract Price shall be determined by the City in accordance with Article 70, "No Damages for Delay," if City and Contractor cannot otherwise agree. It is expressly and specifically agreed that any and all claims for changes to the Contract time or Contract price shall be waived if not submitted in strict accordance with the requirements of this Article. The Contract time will be extended in an amount equal to time lost on critical Work items due to delays beyond the control of and through no fault or negligence of Contractor if a claim is made therefore as provided in this Article. Such delays shall include, but not be limited to, acts or neglect by any separate Contractor employed by City, fires, floods, labor disputes, epidemics, abnormal weather conditions, or acts of God. 70. Extension of Time Not Cumulative In case the Contractor shall be delayed for any period of time by two or more of the causes mentioned in Article 72, "Excusable Delay, Non-Compensable," the Contractor shall not be entitled to a separate extension for each one of the causes; only one (1) period of extension shall be granted for the delay. 71. Contractor's No Damages for Delay; Time Extensions Only FDOT LAP Division 1 Specification Section 8-7.3.2 Contract Time Extensions, found on page 168, herein, shall apply to this section. Where provisions of codes or standards are in conflict, the more restrictive or higher quality shall govern. No claim for damages or any claim, other than for an extension of time, shall be made or asserted against City by reason of any delays except as provided herein. Contractor shall not be entitled to an increase in the Contract price or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this Overtown Greenway at NW 11th Street 48 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 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. Otherwise, Contractor shall be entitled only to extensions of the Contract Time for completion of the Work as the sole and exclusive remedy for such resulting delay, in accordance with and to the extent specifically provided above. NO EXCEPTIONS. 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, in writing, 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 time extension and no compensation for the delay. Contractor is entitled to a time extension of the Contract time for each day the Work is delayed due to Excusable Delay. Contractor shall document its claim for any time extension as provided in Article 69, "Notification of Claim," hereof. Failure of Contractor to comply with Article 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. 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. All Work along the entire Project shall be located and constructed using the roadway base/center line as reference. All elevations shown therein are in feet. 74. Defective Work FDOT LAP Division 1 Specification Section 9-5.3.1 Withholding Payment for Defective Work shall apply to this Article. Where provisions of codes, manufacturer's specifications or industry standards are in conflict, the more restrictive or higher quality shall govern. Project Manager shall have the authority to reject or disapprove Work that Project Manager finds to be defective. If required by the City, Contractor shall promptly either correct all defective Work or remove such defective Work and replace it with Work in conformity with the Contract Documents. 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 the City, 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 Overtown Greenway at NW 11th Street 49 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 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 that 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 In accordance with FDOT LAP Division 1 Specification Section 9-5.3.1 Withholding Payment for Defective Work, the City will not accept Defective or Non -Conforming Work. 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 City 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, taking down, replacement, and/or restoration of the parts removed will be treated as Extra Work for the purpose of computing additional compensation and an extension of time. Should the Work examined prove unsatisfactory, such uncovering, taking down, replacing and restoration shall be at the expense of the Contractor. Such expenses shall also include repayment to the City for any and all expenses or costs incurred by it, including employee salaries or related cost, in connection with such uncovering, taking down, replacing, and restoration at the Project site. 77. Correction of Work The Contractor shall promptly correct all Work rejected by the Project Manager 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 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 City, 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(s) 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 Overtown Greenway at NW 11th Street 50 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E The Contractor shall be responsible for the maintenance of public streets and traffic control necessary to perform the Work under the Contract Documents. The cost of traffic control shall be included in the Contractor's bid. Regulations As used herein, any reference to Miami -Dade County, its departments, or its published regulations, permits and data, shall be synonymous and interchangeable with other recognized governing bodies over particular areas or streets, or their departments, published regulations (i.e., Manual of Uniform Traffic Control Devices (MUTCD), Federal Department of Transportation (FDOT), Roadway and Bridge Standard Index Drawing Book, permits or data. The Contractor shall abide by all applicable laws, regulations, and codes thereof pertaining to Maintenance of Traffic (MOT) on public streets, detour of traffic, traffic control and other provisions as may be required for this Project. Maintenance of Traffic (MOT) The Contractor shall be fully responsible for the MOT on public streets, detour of traffic (including furnishing and maintaining regulatory and informative signs along the detour route), traffic control, and other provisions, throughout the Project, as required by the Manual of Uniform Traffic Control Devices (MUTCD), and FDOT Roadway and Bridge Standard Index drawing Book. Traffic shall be maintained according to corresponding typical traffic control details as outlined in the previous noted standards. No Street shall be completely blocked, nor blocked more than one-half at any time, keeping the other one-half open for traffic, without specific approval. If required by the Project Manager, Traffic Division, or FDOT or as otherwise authorized by the City, the Contractor shall make arrangements for the employment of uniformed off -duty police officers 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 City 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), forty-eight (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 (305) 592-3470. Where applicable, the Contractor shall notify the Traffic Division twenty-four (24) hours in advance of the construction date or forty-eight (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 Overtown Greenway at NW 11th Street 51 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 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: Lane closures require a Lane Closure Permit, obtained two (2) weeks prior to planned construction, with a minimum forty-eight (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 7:00 A.M. to 9:00 A.M. and 4:00 P.M. to 6:00 P.M. weekdays. 79. Location and Damage to Existing Facilities, Equipment, or Utilities As far as possible, all existing utility lines in the Project area(s) will be shown on the plans. However, City does not guarantee that all lines are shown, or that the ones indicated are in their true location. It shall be the Contractor's responsibility to field verify all underground and overhead utility lines or equipment affecting or affected by the Project. No additional payment will be made to the Contractor because of discrepancies in actual and plan location of utilities, and damages suffered as a result thereof. The Contractor shall notify each utility company involved at least fourteen (14) calendar days prior to the start of construction to arrange for positive underground location, relocation, or support of its utility where that utility may be in conflict with or endangered by the proposed construction. Relocation of water mains or other utilities for the convenience of the Contractor shall be paid by the Contractor. All charges by utility companies for temporary support of its utilities shall be paid for by the Contractor. All costs of permanent utility relocation to avoid conflict shall be the responsibility of the utility company involved. No additional payment will be made to the Contractor for utility relocations, whether or not said relocation is necessary to avoid conflict with other lines. The Contractor shall schedule the Work in such a manner that the Work is not delayed by the utility providers relocating or supporting their utilities. The Contractor shall coordinate its activities with any and all public and private utility providers occupying the right-of-way. No compensation will be paid to the Contractor for any loss of time or delay. All overhead, surface, or underground structures and utilities encountered are to be carefully protected from injury or displacement. All damage to such structures is to be completely repaired within a reasonable time; needless delay will not be tolerated. The City reserves the right to remedy such damage by ordering outside parties to make such repairs at the expense of the Contractor. All such repairs made by the Contractor are to be made to the satisfaction of the utility owner. All damaged utilities must be replaced or fully repaired. All repairs are to be inspected by the utility owner prior to backfilling. 80. Stop Work Order The City may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the Work for a period of up to ninety (90) calendar days (or any lesser period), commencing no sooner than the date the order is delivered to the Contractor, or the Stop Work Order may commence on a later date as 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) calendar 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 Overtown Greenway at NW 11th Street 52 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E ■ Terminate the Work covered by such order as provided in Article 90, "Termination for Convenience." If a Stop Work Order issued under this Article is canceled or the period of the order or any extension thereof expires, the Contractor shall resume the Work without compensation to the Contractor for such suspension other than extending the time for Substantial Completion to the extent that, in the opinion of the City, the Contractor may have been delayed by such suspension. In the event the City 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 City has given notice of same. Compliance with any specific hurricane warning or alert precautions will not constitute additional Work. Suspension of the Work caused by a threatened or actual storm event, regardless of whether the City has directed such suspension, will entitle the Contractor to additional Contract time as non-compensable, excusable delay, and shall not give rise to a claim for compensable delay. 82. Use of Completed Portions City shall have the right, at its sole option, to take possession of and use any completed or partially completed portions of the Project. Such possession and use shall not be deemed an acceptance or beneficial use or occupancy of any of the Work not completed in accordance with the Contract Documents. If such possession and use increases the cost of or delays the Work, Contractor shall be entitled to reasonable extra compensation, or reasonable extension of time or both, as determined by the City. 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 the City. ■ Upon the City'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, 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 the City 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, City 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. 83. Cleaning Up; City's Right to Clean Up Overtown Greenway at NW 11th Street 53 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish caused by its operations. No fill or clearing stockpiles to remain on site for more than twenty-four (24) hours. At the completion of a Project, Contractor shall remove all its waste materials and rubbish from and about the Project 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 City shall determine to be just. All combustible waste materials shall be removed from the Project 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 the City, shall promptly remove any part or all of Contractor's equipment and supplies from the property of City. If the Contractor does not comply with City's order, the City shall have the right to remove such equipment and supplies at the expense of Contractor. 85. Set -offs, Withholdings, and Deductions The City may set-off, deduct, or withhold from any payment due the Contractor, such sums as may be specifically allowed in the Contract or by applicable law including, without limitation, the following: ■ Any amount of any claim by a third party; ■ Any Liquidated Damages; and/or ■ Any unpaid legally enforceable debt owed by the Contractor to the City. The City shall notify the Contractor in writing of any such withholdings. Any withholding, which is ultimately held to have been wrongful, shall be paid to the Contractor in accordance with the Local Government Prompt Payment Act. 86. Event of Default An event of default shall mean a breach of the Contract or by the Contractor. Without limiting the generality of the foregoing and in addition to those instances referred to herein as a breach, an Event of Default, shall include but not limited to, the following: ■ The Contractor has not performed the Work in a timely manner; ■ 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; ■ The Contractor has failed in the representation of any warranties stated herein; ■ When, in the opinion of the City, reasonable grounds for uncertainty exist with respect to the Contractor's ability to perform the Work, the City shall notify the Contractor in writing that it must, within the time frame set forth in the City's request, provide adequate assurances and a plan of action to the City, in writing, of the Contractor's ability to perform in accordance with the terms of the Contract Documents. In the event that the Contractor fails to provide to the City the requested assurances within the prescribed time frame, the City may: • Treat such failure as a repudiation of the Contract and/or; • 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. Overtown Greenway at NW 11th Street 54 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E ■ In the event the City may, at its sole discretion, terminate the Contract for default, the City or its designated representatives may immediately take possession of all applicable documentation and data; ■ Where the City erroneously terminates the Contract or for default, the terminations shall be converted to a Termination for Convenience, and the Contractor shall have no further recourse of any nature for wrongful termination. 87. Notice of Default -Opportunity to Cure In the event that the City determines that the Contractor is in default of their obligations under the Contract, the City may at its sole discretion notify the Contractor in writing, specifying the basis for such default, and advising the Contractor that such default must be cured within a specified time frame or the Contract with the City may be terminated. The City should issue such Notification; however, the City is under no obligation to issue such notification in the event the City lacks actual knowledge of the default. The City may grant an extension to the cure period if the City deems it appropriate and in the best interest of the City, without waiver of any of the City's rights hereunder. The City, at its sole discretion, may have a default corrected by its own forces or another Contractor and any such costs incurred will be deducted from any sums due the Contractor under any Contract with the City. 88. Termination for Default If Contractor fails to comply with any term or condition of the Contract Documents, or fails to perform any of its obligations hereunder, then Contractor shall be in default. Upon the occurrence of a default hereunder which is not cured within the time specified to cure the default if one has been granted by the City, the Director in addition to all remedies available to it by law, may immediately, upon written notice to Contractor, terminate this Contract whereupon any advances for which Work has not been performed, paid by the City to Contractor while Contractor was in default shall be immediately returned to the City. The Director may also suspend any payment or part thereof or order a Work stoppage until such time as the issues concerning compliance are resolved. Contractor understands and agrees that termination of this Contract under this Article shall not release Contractor from any obligation accruing prior to the effective date of termination. A finding of default and subsequent termination for cause may include, without limitation, any of the following: ■ Contractor fails to obtain the insurance or bonding herein required by the Contract. ■ Contractor fails to comply with any of its duties under the Contract Documents, with any terms or conditions set forth in this Contract, beyond any specified period allowed to cure such default. ■ Contractor fails to commence the Work within the timeframes provided or contemplated herein, or fails to complete the Work in a timely manner as required by the Contract. If this Contract is terminated for default and the City has satisfied its obligations under the Contract Documents the City is granted by the Contractor full use of the Work and any Work Product in connection with the City's completion and occupancy of the Project. Where it has been determined that the Contractor has been erroneously terminated under this Article, such termination shall be deemed to have been under Article 90, "Termination for Convenience." The City in its sole discretion may terminate the Contract without providing the Contractor a written Notice to Cure. 89. Remedies in the Event of Termination for Default If a Termination for Default occurs, the Contractor and the bond provider, if applicable, shall be notified of the effective date of the termination and shall be liable for all damages resulting from the default, including but not limited to re -procurement costs and other direct damages. The Contractor shall stop Work as of the date of notification of the termination and immediately remove all labor, equipment, and materials (not owned or paid for by the City) from the Work site. The City assumes no liability for the Contractor's failure to remove such items from the Project site(s) as required. Overtown Greenway at NW 11th Street 55 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E The Contractor shall also remain liable for any liabilities and claims related to the Contractor's default. As an alternative to termination, the City may bring suit or proceedings for specific performance or for an injunction. 90. Termination for Convenience In addition to cancellation or termination as otherwise provided for in the Contract, the City may at any time, in its sole discretion, with or without cause, terminate the Contract by written notice to the Contractor. Such Written Notice shall state the date upon which Contractor shall cease all Work under the Contract and vacate the Project site(s). The Contractor shall, upon receipt of such notice, unless otherwise directed by the City: ■ Stop all Work on the Project on the date specified in the notice (the "Effective Date"); ■ Take such action as may be necessary for the protection and preservation of the City's materials and property; ■ Cancel all cancelable orders for materials and equipment; ■ Assign to the City and deliver to the site, or any other location specified by the Project Manager, any non -cancelable orders for materials and equipment that can not otherwise be used except for Work under the Contract and have been specifically fabricated for the sole purpose of the Work and not incorporated in the Work; ■ Take no action that shall increase the amounts payable by the City under the Contract Documents; ■ Take reasonable measures to mitigate the City's liability under the Contract Documents; and ■ 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 the Contract pursuant to the Contract Documents, the City will pay the Contractor: ■ For the actual cost or the fair and reasonable value, whichever is less, of (1) the portion of the Project 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. To the extent practical, the fair and reasonable value shall be based on the price established because of the Contract. In no event, shall any payments under this Paragraph exceed the maximum cost set forth in the Contract; ■ The amount due hereunder may be offset by all payments made to the Contractor; ■ All payments pursuant to this Article shall be accepted by the Contractor in full satisfaction of all claims against the City arising out of the termination. 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; and ■ 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 the Contractor 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. Overtown Greenway at NW 11th Street 56 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 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 Section 3, 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 of OCI, as identified in Section 3, Article 4, "Notices." Upon receipt of said notification, the Assistant Director of OCI shall review the issues relative to the claim or dispute and issue a written finding. Should the Contractor and the Assistant Director of OCI fail to resolve the dispute, the Contractor shall submit their dispute in writing within five (5) calendar days to the Director of OCI. 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 of OCI 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 the resolution, is required prior to Contractor being entitled to seek judicial relief in connection therewith. Should the amount of compensation hereunder exceed one hundred thousand dollars ($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) calendar days has expired after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation, or a period of ninety (90) calendar days has expired where City Manager's decision is subject to City Commission for approval; or (iii) City has waived compliance with the procedure set forth in this Article by written instrument(s) signed by the City Manager. In the event the determination of a dispute under this Article is unacceptable to either party hereto, the party objecting to the determination must notify the other party in writing within fourteen (14) calendar days of receipt of the written determination. The notice must state the basis of the objection and must be accompanied by a statement that any Contract price or Contract time adjustment claimed is the entire adjustment to which the objecting party has reason to believe it is entitled to as a result of the determination. Within sixty (60) calendar days after Final Completion of the Work, the parties shall participate in mediation to address all objections to any determinations hereunder and to attempt to prevent litigation. The mediator shall be mutually agreed upon by the parties. Should any objection not be resolved in mediation, the parties retain all their legal rights and remedies provided under State law. If a party fails to timely take the written objection, as provided, in fourteen (14) calendar days, then such 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, and/or following the completion of the Project, the parties to this Contract agree all unresolved disputes between them shall be submitted to non -binding mediation prior to the initiation of litigation, unless otherwise agreed in writing by the parties. A certified Mediator, who the parties find mutually acceptable, will conduct any Mediation Proceedings in Miami -Dade County, State of Florida. The parties will share the costs of a certified Mediator on a 50/50 basis. The Contractor agrees to include such similar Contract provisions with all Sub -Contractors retained for the Work, thereby providing for non- binding mediation as the primary mechanism for dispute resolution. In an effort to expedite the conclusion of any litigation, the parties voluntarily waive their right to jury trial or to file permissive counterclaims in any action arising under this Contract. Overtown Greenway at NW 11th Street 57 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E In any mediation or litigation between the Parties, each Party shall bear their own attorney's fees (except as to a civil action seeking enforcement/performance of obligations to indemnify, in which case if the City must institute a civil action to obligate the Contractor, its carrier, and/or surety to comply with the Indemnity Clause then the City will be entitled to recover its reasonable attorney's fees for that civil action only). 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, including but not limited to, licenses, permits and fees, such as Permits for dumpsters, job trailers, etc., which may be required by Miami -Dade County, the State of Florida, or other governmental entities. Except as otherwise provided within the Contract Documents, all permits, and licenses required by federal, state or local laws, rules and regulations necessary for the prosecution of the Work undertaken by Contractor pursuant to the Contract Documents shall be secured and paid for by Contractor. It is Contractor's responsibility to have and maintain appropriate Certificate(s) of Competency, valid for the Work to be performed and valid for the jurisdiction in which the Work is to be performed for all persons working on the Project for whom a Certificate of Competency is required. Contractor shall pay impact fees levied by the City and/or Miami -Dade County. 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 All Work shall be constructed in accordance with the latest edition of the City of Miami's Contract documents and specifications, the City of Miami's Standards for Design and Construction as well as the Miami -Dade County's Standard Details, and the 2007 Edition of the Florida Department of Transportation Specifications Road and Bridge Construction. The Contractor shall comply with the most recent editions and requirements of all applicable laws, rules, regulations, and building and construction codes of the Federal government, the State of Florida, the County, and the City. Vendor/Contractor shall utilize the U.S. Department of Homeland Security's E-Verify system to confirm the employment eligibility of all persons employed by the Vendor/Contractor during the term of the Contract to perform employment duties within Florida and all persons, including subcontractors, assigned by the Vendor/Contractor to perform work pursuant to the contract with the Department. Overtown Greenway at NW 11th Street 58 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 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 defend, indemnify, hold and save 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 Subject to Section 3, Article 112, "Consent of City Required for Subletting or Assignment," the performance of this Contract shall not be transferred pledged, sold, delegated, or assigned, in whole or in part, by the Contractor without the written consent of the City. It is understood that a sale of the majority of the stock or partnership shares of the Contractor, a merger or bulk sale, an assignment for the benefit of creditors shall each be deemed transactions that would constitute an assignment or sale hereunder requiring prior City approval. Any transference without City approval shall be cause for the City to terminate 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. Overtown Greenway at NW 11th Street 59 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 100. Severability In the event 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 will be interpreted under the laws of the State of Florida, which will apply regardless of choice of law principles. 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. The parties waive any objections to venue. Parties shall bear their own attorney's fees. 102. Amendments No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless pre -approved by FDOT and 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 Documents shall not be deemed to be a waiver of any other breach of any provision of the Contract Documents. 104. Nondiscrimination, Equal Employment Opportunity, Affirmative Action, and Americans with Disabilities Act Contractor shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. Contractor shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, Contractor shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Contractor's decisions regarding the delivery of services under the Contract Documents shall be made without regard to or consideration of race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used as a basis for service delivery. Contractor has an EEO policy that prohibits discrimination and provides for affirmative action in employment practices. The Contractor shall adopt the following statement as his operating policy: "It is the policy of this company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age, or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre -apprenticeship, and/or on-the-job training." Contractor agrees to apply a good faith effort to eliminate past and present discrimination and to ensure that future discriminatory practices do not occur. Overtown Greenway at NW 11th Street 60 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Contractor will have a designated EEO Officer who has the responsibility and authority to administer the Contractor's EEO program. All of the Contractor's employees who have an active role in the hiring, supervision, or advancement of employees shall be made aware of and instructed to implement the EEO policy. In addition, employees, including applicants and potential employees, will be informed of the Contractor's EEO policy through posted notices, posters, handbooks, and employee meetings. The Contractor shall not discriminate in his recruitment practices and should make an effort to identify sources of potential minority and women employees. The Contractor is required to periodically review project sites, wages, personnel actions, etc., for evidence of discriminatory treatment. The Contractor is to promptly investigate all alleged discrimination complaints. The Contractor is required to advise employees and applicants of training programs available and to assist in the improvement of the skills of minorities, women, and applicants, through such programs. The EEO policy also pertains to Contractor's selection of Subcontractors, including material suppliers and equipment leasing companies. Records that document compliance with the EEO policy shall be prepared and retained by the Contractor for a period of three years after project completion. These records should include the numbers of minority, women, and non -minority employees in each work classification on the project; and the progress and effort being made to increase the employment opportunities for minorities and women. The Contractor is required to submit an annual EEO report, attached, to the STA (Supervisory Trial Attorney) each July, for the duration of the project. If the project contains on-the-job training (OJT), this information is also required to be collected and reported. The Contractor further agrees to comply with all applicable provisions of Florida Executive order 11246 attached hereto on page 138 and incorporated herein. The Certification of Compliance with EEO Provisions on Federal Aid Contracts Form as set forth in Attachments section shall be included in the advertised bidding proposal and made part of the contract for each contract and each covered Federal -aid highway construction subcontract. In order to obtain information required by 48 CFR, chapter 1, Sec. 22.804-2 (c), the aforementioned requirement along with a completed W-9 shall be included at the end of the bid schedule in the Bid and Contract assembly. 105. Evaluation Contractor acknowledges that upon completion of the Work under the Contract Documents and/or at any other time deemed appropriate by the City, a performance evaluation report will be completed by the City. A copy of each performance evaluation shall also be forwarded to the Contractor. The performance evaluations will be kept in City files for evaluation on future solicitations. 106. Commodities Manufactured, Grown or Produced in the City of Miami, Miami -Dade County and the State of Florida N/A for projects receiving federal aid. 107. Royalties and Patents All fees, royalties, and claims for any invention, or pretended inventions, or patent of any Article, material, arrangement, appliance, or method that may be used upon or in any manner be connected with the construction of the Work or appurtenances, are hereby included in the prices stipulated in the Contract for said Work. Overtown Greenway at NW 11th Street 61 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 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, 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 and to any claim for additional compensation made by Contractor including but not limited to all payroll records, invoices for materials, and books of accounts. Such records shall conform to Generally Accepted Accounting Principles requirements (GAAP), and shall only address those transactions related to the Contract. Records subject to the provisions of Public Record Law, Florida Statutes Chapter 119, shall be kept in accordance with such statute. Otherwise Contractor shall retain and make available to City all such books and records and accounts, financial or otherwise, which relate to the Project and to any claim for a period of five (5) years following Final Completion of the Project. Contractor shall additionally comply with Section 119.0701, Florida Statutes, including without limitation: (1) Keep and maintain public records required by the City to perform the service; (2) upon request from the City's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (3) ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Contract term and following completion of the Contract if the Contractor does not transfer the records to the City; (4) upon completion of the Contract, transfer, at no cost, to the City all public records in possession of the Contractor or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City upon completion of the Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. 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. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE DIVISION OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDS(a�MIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9T" FL, MIAMI, FL 33130. THE CONTRACTOR MAY ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY'S OFFICE OF CAPITAL IMPROVEMENTS. 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 Overtown Greenway at NW 11th Street 62 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 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 with respect to defective Work, equipment, or materials that 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 FDOT and 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 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. In the event this Article is found to be unenforceable, the shortest limitations period applicable to the action under Chapter 95, Florida Statutes shall apply. 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 is covered by the provisions of the General Terms and Conditions, Section 3, Article 6, "Indemnification," 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. Additional compensation will only be furnished relative to the costs of any corrective Work as defined in Section 3, Article 6, "Indemnification," which is not the fault of the Contractor; the Contractor will be responsible for payment of attorney's fees and costs incurred in defense of the Contractor and of the City. This Section shall survive the cancellation or expiration of this Contract. 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) calendar days' notice. 116. Mutual Obligations Overtown Greenway at NW 11th Street 63 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E This document, change order, field directive, and written clarifications issued under the Contract, and the Contractor's submittals, shall constitute the Contract Documents between the parties with respect hereto and supersedes all previous communications and representations or agreements, whether written or oral, with respect to the subject matter hereto unless acknowledged in writing by their duly authorized representatives. Nothing in the Contract shall be construed for the benefit, intended or otherwise, of any third party that is not a parent or subsidiary of a party or otherwise related (by virtue of ownership control or statutory control) to a party. In those situations where the Contract Documents imposes an indemnity obligation on the Contractor, the City may, at its expense, elect to participate in the defense of the claim if the City should so choose. Furthermore, the City may, at its own expense, defend or settle any such claim if the Contractor fails to diligently defend such claim, and thereafter seek indemnity for such cost from the Contractor. 117. Contract Extension The City reserves the right to exercise its option to extend the Contract for up to ninety (90) calendar days beyond the original Contract period. In such event, the City will notify the Contractors in writing of such extensions. 118. Non -Exclusivity It is the intent of the City to enter into a Contract with all successful Bidders that will satisfy its needs as described herein. However, the City reserves the right, as deemed in its best interest, to perform, or cause to be performed, the Work and services, or any portion thereof, herein described in any manner it sees fit, including but not limited to: award of other Contracts, use of any Contractor, or perform the Work with its own employees. 119. Nature of the Agreement The Contractor shall provide the services set forth in the Contract Documents. The Contractor shall provide full and prompt cooperation with the City in all aspects of the Work to be performed. The Contractor acknowledges that the Contract Documents require the performance of all things necessary for or incidental to the effective management and performance of a Project. 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 labor, materials, tools, supplies, and other items required for the completion of the Contract. All Work shall be accomplished at the direction of and to the satisfaction of the Project Manager. 120. Contract Documents Contain All Terms The Contract Documents and all documents incorporated herein by reference contain all the terms and conditions agreed upon by the parties hereto, and no other agreement, oral or otherwise, regarding the subject matter of the Contract Documents shall be deemed to exist or to bind any of the parties hereto, or to vary any of the terms contained herein. 121. Survival The parties acknowledge that any of the obligations in the Contract Documents will survive the term, termination and cancellation hereof. Accordingly, the respective obligations of the Contractor and the City under the Contract, which by nature would continue beyond the termination, cancellation or expiration thereof, should survive termination, cancellation or expiration thereof. 122. Compliance with Federal Endangered Species Act and other Wildlife Regulations The Federal Endangered Species Act requires that the Department investigate the potential impact to a threatened or endangered species prior to initiating an activity performed in conjunction with a highway Overtown Greenway at NW 11th Street 64 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E construction project. If the Department's investigation determines that there is a potential impact to a protected, threatened or an endangered species, the Department will conduct an evaluation to determine what measures may be necessary to mitigate such impact. When mitigation measures and/or special conditions are necessary, these measures and conditions will be addressed in the Plans or in permits as identified in FDOT Section 7-2.1. These guidelines are posted at the following URL address: http://www.dot.state.fl.us/programmanagement/Implemented/URLinSpecs/files/endangeredwildlifequide lines.pdf. 123. Compliance with Section 4(f) of the USDOT Act Section 4(f) of the USDOT Act prohibits the U. S. Secretary of Transportation from approving a project which requires the use of publicly owned land of a public park, recreation area or a wildlife and waterfowl refuge, or of any historic site of national, state, or local significance unless there is no prudent or feasible alternative to using that land and the program or project includes all possible planning to minimize the harm to the site resulting from the use. Before undertaking any off -project activity associated with any federally assisted undertaking, ensure that the proposed site does not represent a public park, recreation area, wildlife or waterfowl refuge, or a historic site (according to the results of the Cultural Resources Survey discussed in 120-6.2). If such a site is proposed, notify the Engineer and provide a description of the proposed off -site activity, the Financial Project ID, the location of the site by township, range, section, a county or city map showing the site location and including the access route and the name of the property. It is the Contractor's responsibility to provide justification for use of Section 4(f) property that is sufficient for the Florida Department of Transportation and the Federal Highway Administration to make a Section 4(f) determination. Provide this notification sufficiently in advance of planned commencement of the off -site activity to allow a reasonable time for the Engineer to conduct an investigation without delaying job progress. Do not begin any off -project activity without obtaining written clearance from the Engineer. 124. Counterparts; Electronic Signatures This Agreement may be executed in counterparts, each of which shall be an original as against either Party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Agreement shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. Overtown Greenway at NW 11th Street 65 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Section 4 - Supplemental Terms and Conditions 1. Contract Time and Hours The Contractor shall furnish all labor, materials, equipment, tools, services, and incidentals to complete all Work at a rate of progress that will ensure completion of the Work within the Contract Time. The Contractor shall have three hundred and thirty (330) calendar days to achieve Substantial Completion from the date that the Notice to Proceed is issued, and an additional forty-five (45) calendar days for Final Completion of the Project. Work shall be performed Monday through Friday from 8:00 am to 6:00 pm. Any Work to be performed outside of these times must be requested in writing to the Project Manager 48 hours prior to the requested change. The Project Manager will notify the Contractor in writing of any changes in approved Work hours. 2. LEED Certification (Not Applicable) There are no LEED Certifications or requirements associated with this project. 3. Progress Payments FDOT LAP Division 1 Specification 9-5 — Partial Payments, found on page 171 herein, shall apply to this Article. Where provisions of codes or standards are in conflict, the more restrictive or higher quality shall govern. Contractor may make application for payment for Work completed during the Project(s) at intervals of not more than once a month or upon completion and Final Acceptance of the Work. All applications shall be submitted in triplicate and the Contractor shall only use the City's most current Contractor Payment Requisition Form. This form is available on the CIP webpage. Where the time frame for completion of the Work is less than or equal to one month or a Schedule of Values is not required, the Contractor shall submit the appropriate documentation as defined below. Supporting evidence to be included with any application for payment shall include, but is not limited to, an updated progress schedule as required by Section 3 - Supplemental Terms and Conditions, Article 5, Schedule of Values, 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. 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. 4. Liquidated Damages The Contractor is obligated and guarantees to complete the Project in the time set forth in the Contract Documents or any approved extension of time. Where the Contractor fails to do so, the Contractor shall pay to the City liquidated damages as follows. In the event of a delay in completion beyond the timeframe set forth in the Contract Documents for Substantial Completion or Final Completion, the Contractor shall pay to the City for each and every calendar day of unexcused delay, the daily charge per calendar day corresponding to the Original Contract Amount as specified in FDOT LAP Division 1 Specification Section 8-10.2 on page 170, the amount of which is hereby incorporated into this contract, not as a penalty, but as liquidated damages. The Contractor will be notified of any approved exceptions or extensions. The total amount of liquidated damages shall not exceed the value of the applicable Contract Documents. 8-10.2 Amount of Liquidated Damages: Applicable liquidated damages are the amounts established in the following schedule: Original Contract Amount Daily Charge Per Calendar Day $50,000 and under $868 Over $50,000 but less than $250,000 $882 $250,000 but less than $500,000 $1,197 $500,000 but less than $2,500,000 $1,694 $2,500,000 but less than $5,000,000 $2,592 $5,000,000 but less than $10,000,000 $3,786 $10,000,000 but less than $15,000,000 $4,769 Overtown Greenway at NW 11th Street 66 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E $15,000,000 but less than $20,000,000 $5,855 $20,000,000 and over $9,214 plus 0.00005 of any amount over $20 million (Round to nearest whole dollar) The City shall have the right to deduct liquidated damages assessments from any payment due or which may thereafter become due to the Contractor under any contract the Contractor has with the City. In case the amount, which may become due hereunder, shall be less than the amount of liquidated damages due the City, the Contractor shall pay the difference upon demand by the City. Should the Contractor fail to compensate the City for any liquidated damages, the City shall consider this as a form of indebtedness and may deny any future Work under the Contract or any other City contract until such indebtedness is paid in full to the City. The City shall notify the Contractor that it is incurring liquidated damages. 5. Schedule of Values The Contractor must submit three copies of a Schedule of Values, which must be submitted within ten (10) calendar days of the issuance of the Notice to Proceed. The Schedule of Values shall indicate a complete breakdown of labor and material of all categories of Work on the Project. Contractor's overhead and profit should be as separate line items. Each line item shall be identified with the number and title of the major specification section or major components of the items. The City 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 five percent (5%) of the value of the Contract. The approved schedule of values shall be updated through the submittal of the City's Contractor Payment Application Form. 6. Project Schedules Contractor shall submit a proposed Project schedule as follows: ■ 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 City's review. Subsequent to such review of said schedule, the Contractor shall establish said schedule as the baseline schedule. ■ All updates of schedules shall be tracked against the baseline schedule and shall be at a minimum submitted with each pay application. An updated schedule against the baseline shall also be submitted upon execution of each change order that impacts the Contract Documents Time for completion. Failure to submit such schedules shall result in the rejection of any submitted payment application. ■ All Project Schedules shall be prepared in Microsoft Project 2003 or later unless otherwise approved by the Project Manager. At the time of submission of schedules, Contractor shall submit a hard copy as well as an electronic version. Such electronic version shall not be submitted in a .pdf format and shall be capable of being incorporated in to the City's baseline schedules. ■ 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. 7. Release of Liens/Subcontractor's Statement of Satisfaction The Contractor warrants and guarantees that title to all Work, materials and equipment covered by an application for payment, whether incorporated in the Project 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, subject to an Overtown Greenway at NW 11th Street 67 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 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 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 Consent of Surety to Requisition Payment. Contractor must use City Release of Lien, Affidavit and Consent of Surety forms or the Application for Payment will be rejected. 8. Progress Meetings The City shall conduct a pre -construction conference prior to the commencement of the Work. Contractor shall hold progress and coordination meetings as required by the City, to provide for the timely completion of the Work. Contractor shall arrange and conduct regular bi-weekly job site Project status meetings with the City. 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 problem 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 the City an updated two -week look -ahead schedule of construction activities and submittals. 9. Request for Information The Contractor shall submit a Request for Information (RFI) where the Contractor believes that the Contract Document's specifications or drawings are unclear or conflict. All requests must be submitted in a manner that clearly identifies the drawing and/or specification section where clarification or interpretation is being requested. As part of the RFI, Contractor shall include its recommendation for resolution. The City shall respond in writing. 10. Project Site Facilities The Contractor shall arrange for all Project 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. Contractor's, Subcontractor's, supplier's, material persons personnel shall not use the City restrooms that may be available at the Project 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. Overtown Greenway at NW 11th Street 68 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 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 City. 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 City may authorize the use of existing utilities. Such decision will be made at the sole discretion of the City. The Contractor shall be required to obtain all necessary permits required for any Project site facilities. Contractor shall also be responsible to maintain such facilities in a safe and working condition. All such facilities remain the property of the Contractor and the Contractor shall be responsible for removal and disposal of such facilities prior to Final Acceptance. 11. Inspection of Work — Intentionally Omitted 12. Security The site where the Work is to be performed may not be a secure site and the public may have access to the site. The Contractor shall have sole responsibility for the security of all Work materials, tools, equipment, and Work at the Project 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. 13. 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 site(s) as follows: ■ The first sign shall be 4 feet wide and 8 feet high and constructed of pressure sensitive 2-mil cast vinyl over mounted with 3-mil Mylar and mounted to 1 MDO with painted back. The sign shall be mounted on 4-inch square wood or perforated "U" channel metal posts painted white, and be readable at eye level. The colors to be used on the sign are as follows: the background shall be white with blue lettering; the seal shall be white and gold with blue lettering form. • The second sign shall reflect other funding sources for the Project and shall reflect the Project information. The sign shall be 4 feet wide by 8 feet high by 3/4-inch (thick) exterior plywood, suitably mounted and readable at eye level. The colors shall be blue and white. The background shall be white, and all lettering shall be blue Helvetica. All paint shall be rated outdoor enamel. The City will provide the City Seal in decal form. • The Contractor shall also post appropriate construction site warning signs at the Work site. Such signs shall be posted to warn pedestrian and vehicle traffic. Signage shall also be placed waterside to alert boater to the construction zone, requiring idle speed and a 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. 14. Construction Photographs Contractor shall submit with each application for payment photographs that accurately reflect the progress of the Work. Contractor shall submit once copy of each photograph in print and digitally. The photographs shall be printed on 8" X 10" high -resolution glossy single weight color print paper. Each photograph will also reflect the date and time the picture was taken. Aerial photographs will be taken on a bi-monthly basis. Overtown Greenway at NW 11th Street 69 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 15. City Furnished Property Contractor shall preserve all street signs, parking meters, benches, traffic control signs, etc., when directed to by the City and shall reinstall or provide to the City as directed. 16. Geotechnical Testing — Intentionally Omitted 17. Field Layout of the Work and Record Drawings for Drainage Projects The Contractor, through the services of a State of Florida Registered Professional Surveyor and Mapper (P.S.M.), shall establish the line and benchmarks and other reference points for the installation of the pipeline or structure. For pipelines, this will consist of establishing all points of bend (but not necessarily bevel pipe unless in close proximity to other facilities), valves, tees, crosses and other stations not more than one hundred feet (100') apart along the proposed centerline of the pipe, or along a stationed offset line as shown on the Plans, marked by a nail in a metal cap if in pavement, with the station painted nearby or by a nail in the top of a wooden stake driven flush with the ground with the station marked on a flag stake nearby, if not in pavement. For structures, this will consist of base lines, stakes at corners, centers and centerlines, auxiliary lines and a benchmark from which to establish the elevations. The Contractor shall make his equipment and men available to the Inspector for spot-checking the accuracy of the Work. The City shall require the Work to be brought within the tolerances specified elsewhere before backfilling is placed, or the construction is otherwise hidden. The entire responsibility for establishing and maintaining line and grade in the field lies with Contractor. Contractor shall maintain an accurate and precise record of the location and elevation of all pipe lines, conduits, structures, maintenance access structures, hand holes, fittings and other Work and shall prepare record or "as -built" drawings of the same which are signed and sealed by a State of Florida Registered Professional Surveyor and Mapper (P.S.M.). Contractor shall deliver these records in good order to the City as the Work is completed. The Contractor shall supply the Consultant with a copy of the Registered Land Surveyor's layout of the Work immediately upon its availability to his own forces. The cost of all such field layout and recording Work is included in the prices bid for the appropriate items. All record drawings shall be made on reproducible paper and shall be delivered to the City prior to, and as a condition of, final payment. During the entire construction operation, the Contractor shall retain the services of a State of Florida Registered Professional Surveyor and Mapper (P.S.M.) who shall maintain records of the installation, including all deviations from the plans and specifications by obtaining "As -built" dimensions and elevations. The surveyor shall prepare record as -built drawings showing correctly and accurately all changes and deviations made during construction, including approved construction variances to reflect the Work as it was actually constructed. "As -Built" drawings shall be submitted to the City on a monthly basis. Recording of Project Record ■ Record all information for pipeline Projects and on -site Projects concurrently with construction progress. ■ Do not conceal any Work until the Contractor and the City record as -built information. ■ All locations for future connections or tie-ins shall be left unburied and uncovered until the City's surveying forces obtain and record the as -built information. This is in addition to the Contractor's recorded information. • Restrained pipe, end line valves, thrust blocks need to be left uncovered for the last complete length. Inline valves and tees shall be left exposed for one (1) length on both sides plus the face end. Record the elevation, deviation from horizontal and vertical alignment and the inclination for these items. • Maintain records of all pipeline Project and on -site Project deviations from Drawings and Specifications by a Florida Registered Professional Surveyor and Mapper (P.S.M.). Overtown Greenway at NW 11th Street 70 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E • For Pipe Installation in All Pipeline Projects and On -site Projects: During entire construction operation retain the services of a State of Florida Registered Land Surveyor (FRLS) who shall maintain records of the installation, including all deviations from Drawings and Specifications. • FRLS shall record as -built dimensions and elevations every twenty-five feet (25') or portion thereof along pipeline and at every abrupt change in direction of the new line. • FRLS shall record locations and elevations for each valve, fitting, service line, fire hydrant, water sampling point, and also for above ground piping and other appurtenances along the pipeline. Specific locations and elevation of equipment, buildings, and miscellaneous items installed inside them shall be recorded as applicable. • Contractor's FRLS shall prepare as -built record drawings showing correctly and accurately the installation, embracing all changes and deviations made during construction, including all approved construction variances, to reflect the Work as it was constructed. • Record Drawings shall be prepared on 4-mil Mylar as specified hereinafter. Record Drawings and three (3) blue line copies shall be signed and sealed by the Surveyor and shall be submitted to the City for review within ten (10) calendar days following the completion date of successful pressure testing of all mains and appurtenances under the Contract Documents. • If the Consultant determines that the Drawings are not acceptable, they will be returned to the Contractor with a cover letter noting the deficiencies and/or reasons for the disapproval. Contractor shall have ten (10) calendar days to correct all exceptions taken by the City and resubmit as -built record drawings to the Consultant for final acceptance. Prior to, and as a condition precedent to Final Payment, Contractor shall submit to City, Contractor's record drawings or as -built drawings acceptable to Project Manager 18. Survey Work for Drainage Projects The Contractor shall retain or employ a FRLS to lay out all storm sewer construction and provide final measurements. At the Project pre -construction meeting, to be attended by the Contractor's FRLS, the Contractor will be provided a packet of information, from the City, showing the format to be utilized. The Contractor is advised that the survey Work, including required final measurements, shall be according to City Standards and are an integral part of the Project. The Project shall not be considered complete until the final measurements are approved by the City. 19. Buy America Requirements Contractor agrees to comply with all applicable provisions of FDOT LAP Division 1 Specification 6-5.2 on page 158, herein, and 23 CFR 635.410, as amended. 20. Contractor Purchased Equipment for State or Local Ownership Neither the City nor this contract are participating in any State or Local Owned Furnished or Designated Materials programs nor any tax savings programs. 21. Equipment Rental Rates FDOT LAP Division 1 Specification Section 4-3.2.1 Allowable Cost for Extra Work (3) Equipment found on page 146, herein, and other applicable sections shall apply to this Article. Whenever a code of standard is in conflict, the more conservative descriptive applies. When equipment is to be rented, the following guidelines apply, and Contractor agrees to comply with these guidelines as laid out below: The following costs are allowable: (1) Rental Rate Blue Book for Construction Equipment for rental costs under operating leases, to the extent that the rates are reasonable at the time of the lease decision, after consideration of: I. rental costs of comparable property, if any; II. market conditions in the area; III. the type, life expectancy, condition, and value of the property leased; IV. alternatives available; and Overtown Greenway at NW 11th Street 71 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E V. other provisions of the agreement. (2) Rental costs under a sale and leaseback arrangement only up to the amount the Contractor would be allowed if the Contractor retained title, computed based on the net book value of the asset on the date the Contractor becomes a lessee of the property adjusted for any gain or loss recognized. (3) Charges in the nature of rent for property between any divisions, subsidiaries, or organization under common control, to the extent that they do not exceed the normal costs of ownership, such as depreciation, taxes, insurance, facilities capital cost of money, and maintenance (excluding interest or other unallowable costs) provided that no part of such costs shall duplicate any other allowed cost. Rental cost of personal property leased from any division, subsidiary, or affiliate of the Contractor under common control that has an established practice of leasing the same or similar property to unaffiliated lessees shall be allowed. 22. Prohibition Against Convict Produced Materials FDOT LAP Division 1 Specification Section 6-5.1 Source of Supply —Convict Labor (Federal -Aid Contracts Only) found on page 157, herein, shall apply to this Article. Do not use materials that were produced after July 1, 1991, by convict labor for Federal -aid highway construction projects unless the prison facility has been producing convict -made materials for Federal -aid highway construction projects before July 1, 1987. Use materials that were produced prior to July 2, 1991, by convicts on Federal -aid highway construction projects free from the restrictions placed on the use of these materials by 23 U.S.C. 114. The Department will limit the use of materials produced by convict labor for use in Federal -aid highway construction projects to: 1. Materials produced by convicts on parole, supervised release, or probation from a prison or, 2. Materials produced in a qualified prison facility. The amount of such materials produced for Federal -aid highway construction during any 12-month period shall not exceed the amount produced in such facility for use in such construction during the 12-month period ending July 1, 1987. The provisions of Title 23 CFR 635.417 shall also apply to this Contract. 23. FHWA-1273 / Required Contract Provisions for Federal -Aid Construction Contracts and FDOT LAP Division 1 Specifications The provisions of FHWA-1273, attached to this contract at page 189 and hereby made a part of the Contract Documents, are MANDATORY and MUST BE ADHERED TO FOR WORK UNDER THIS CONTRACT. LAP Division 1 Specifications (Off -System) are provided for use in LAP Specifications as needed are attached in this document and must be adhered to for work under this contract. 24. Wage Rates for Federal -Aid Projects For this Contract, payment of predetermined minimum wages applies. The U.S. Department of Labor Wage Rates applicable to this Contract are listed in Wage Rate Decision Number(s) FL20210178 01/01/2021 on page 93, as modified up through ten days prior to the opening of bids. Obtain the applicable General Decision(s) (Wage Tables) through the FDOTs website and ensure that employees receive the minimum wages applicable. You may, if applicable, refer to the Wage Table —current as of this Contract date —attached hereto on page 94, below, and incorporated herein. Review the General Decisions for all classifications necessary to complete the project. Request additional classifications through the Engineer's office when needed. When multiple wage tables are assigned to a Contract, general guidance of their use and examples of construction applicability is available on the Department's website. Contact the Department's Wage Rate Coordinator before bidding if there are still questions concerning the applicability of multiple wage tables. The URL for obtaining the Wage Rate Overtown Greenway at NW 11th Street 72 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Decisions is www.dot.state.fl.us/construction/wage.shtm. Contact the FDOT's Wage Rate Coordinator at (850) 414-4251 if the FDOT's Website cannot be accessed or there are questions. Weekly payrolls must be submitted to the City's construction manager. They shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), as detailed above in section 19, except that full social security numbers and home addresses SHALL NOT be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). Where this paragraph conflicts with FHWA 1273 with regard to home addresses and social security numbers this paragraph shall prevail. 25. Publicly -Owned Equipment In accordance with 23 CFR 635, publicly owned equipment is not allowed for this contract. It should not normally compete with privately owned equipment on a project to be let to contract. 26. Public Agencies in Competition with the Private Sector The City reserves the right, before awarding a Contract, to require a Bidder to summit evidence of his/her qualification, as may be deemed necessary, and consider any evidence available to it of the financial, technical and other qualifications and abilities of the bidder. The Contract will be awarded only to a Bidder fully qualified to undertake the proposed work. All material or services must meet all applicable Federal, State and Local specifications and permit requirements. In accordance with 23 CFR 635.112(e), no public agency shall be permitted to bid in competition or to enter into subcontracts with private contractors. 27. FDOT Specifications All work done must be completed using the FDOT LAP Division 1 Specifications and the FDOT LAP Big 4 Specifications for asphalt, concrete, earthwork and landscaping as attached in Section 8 - LAP Supplemental section of this document and is made part of this contract. 28. On The Job Training Requirements In accordance with FDOT LAP Division 1 Specifications (Off- System) Section 7-25, found on page 136, On The Job Training requirements are not applicable since the cost of the project is less than $2,000,000. 29. Owner Force Account Contracting Owner Force Account contracting is not allowed for this contract. The City does not allow the direct performance of highway construction work by its own resources of labor, equipment, materials and supplies furnished by the City and used under City's direct control. 30. E-Verify - Mandatory Use Provision of FDOT LAP Division 1 Specifications Section 7-29, found on page 166, herein, shall also apply to this Article and is made part of this contract. Contractor shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall expressly require any Subcontractors performing Work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Subcontractor during the Contract term. Overtown Greenway at NW 11th Street 73 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E BID FORM (Page 1 of 10) SECTION 5 — Bid Form Submitted: City of Miami, Florida Office of the City Clerk City Hall, 1st Floor 3500 Pan American Drive Miami, Florida 33133-5504 Date The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this bid is made without connection with any other person, firm, or parties making a bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and that it has submitted the required bid Guaranty; and all other required information with the bid; and that this bid is submitted voluntarily and willingly. The Bidder agrees, if this bid is accepted, to Contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits, the specified Work covered by the Contract Documents for the Project entitled: Bid No: 20-21-004 Title: Overtown Greenway at NW 11th Street (from NW 7th Avenue to NW 12th Avenue) — Project - No. B-173648 The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total bid price plus alternates, if any, and to furnish the required Certificate(s) of Insurance. The undersigned further agrees that the Bid Guaranty accompanying the bid shall be forfeited if Bidder fails to execute said Contract and fails to furnish the required Performance Bond and Payment Bond as well as 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 that may be corrected by the City. In the event of a discrepancy between the price bid in figures and the price bid in words, the price in words shall govern. Bidder agrees that any unit price listed in the bid is to be multiplied by the stated quantity requirements in order to arrive at the total. Note: Bidders are bidding on estimated quantities for the purpose of determining the lowest responsive and responsible Bidder. Payments will be made based on unit prices of actual quantities installed. Where a discrepancy exists between the unit price and the extended price the unit price will prevail. Where there is a discrepancy between the numerical and written bid amount, the written bid amount will prevail. Overtown Greenway at NW 11th Street 74 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E BID FORM (Page 2 of 10) Form SU must be submitted with Bidder's Bid. The Form SU is found on the BidSync page for this ITB. The Bidder's Total Base Bid Construction Cost includes the total cost for the Work specified in this solicitation, consisting of furnishing all materials, labor, equipment, supervision, mobilization, overhead & profit required in accordance with the bid specifications. Scope of Work: The Work consists of furnishing all materials, labor, and equipment necessary for pedestrian crossing at various streets including pavement markings, Americans with Disabilities Act (ADA)-compliant ramps, sign installation and some signal work. The full Scope of Work is detailed in the construction drawings. ITB No.: 20-21-004 — Overtown Greenway at NW 11th Street (from NW 7th Avenue to NW 12th Avenue) TOTAL LUMP SUM CONSTRUCTION COST (City of Miami Project No. B-173648) $ WRITTEN TOTAL LUMP SUM CONSTRUCTION COST: Overtown Greenway at NW 11th Street 75 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E BID FORM (Page 3 of 10) The MS Excel Bid Form spreadsheet with Unit Prices is required to be submitted with the Bid through the BidSvnc page for this ITB. Failure to submit the spreadsheet shall result in the bid being deemed non -responsive. The MS Excel Bid form shall round all bid prices to the second decimal. OVERTOWN GREENWAY AT NW 11TH STREET (FROM NW 7TH AVENUE TO NW 12TH AVENUE) ITB No.: 20-21-004 Line No. Pay Item No. Pay Item Description Unit Quantity Unit Cost Cost 1 1 2 2 3 3 4 4 5 5 6 6 7 7 TOTAL Overtown Greenway at NW 11th Street 76 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E BID FORM (Page 4 of 10) DIRECTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES, AND PARTS III AND IV (If applicable) Part I: Listed below are the dates of issue for each Addendum received in connection with this bid: Part II: Part III: Addendum No. 1, Dated Addendum No. 2, Dated Addendum No. 3, Dated Addendum No. 4, Dated Addendum No. 5, Dated No Addendum was received in connection with this bid. 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. Small Businesc Enterprise ("SBE") Rcquircmcnts Bidder certifies that it has read and understood the provisions of City of Miami Ordinancc 13331, codificd af; Section 18 89 of the City Code, pertaining to the implementation of a "Small Business Enterprise" requirement. Evaluation of Bidder's responsiveness to Ordinance Section 13331 shall be a consideration in the award of a Contract. 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. Bidder certifies that the selected independent third -party verifier will verify and certify compliance data and reports honestly and accurately. 3. Drug Free Workplace The undersigned Bidder hereby certifies that it will provide a drug -free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the Bidder's workplace, and specifying the actions that will be taken against employees for violations of such prohibition. (2) Establishing a continuing drug -free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a drug -free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1). Overtown Greenway at NW 11th Street 77 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E BID FORM (Page 5 of 10) (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. (7) Making a good faith effort to maintain a drug -free workplace program through implementation of subparagraphs (1) through (6). 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. (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 ten thousand dollars ($10,000) and not more than one hundred thousand dollars ($100,000) for each such failure. * Note: In these instances, "All" in the Final Rule is expected to be clarified to show that it applies to covered Contract/grant transactions over one hundred thousand dollars ($100,000) (per QMB). 5. Debarment, Suspension and Other Responsibility Matters The Bidder certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, and declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; Overtown Greenway at NW 11th Street 78 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E BID FORM (Page 6 of 10) (b) Have not within a three (3) year period preceding this bid 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 (3) year period preceding this application, had one (1) or more public transactions (Federal, State, or local) terminated for cause or default. (e) In addition, factors to be considered in determining responsibility of prospective contractual parties shall include but not be limited to: (f) (g) (1) Bidder does have availability of appropriate financial, material, equipment, facility, and personnel resources and expertise, or the ability to obtain them, to meet all contractual requirements; (2) Bidder does have a satisfactory record of performance; (3) Bidder does have a satisfactory record of integrity; (4) Bidder does possess qualified legal standing to Contract with the City; and (5) Bidder will comply in supplying all requested information connected with the inquiry concerning responsibility. Bidder has not had a termination, suspension, or cancellation of a City Contract, in whole or in part, for cause, due to a default by the Bidder or Offeror, within the past five (5) years, which has not been reversed on appeal by a court of competent jurisdiction; or Bidder has not withheld a payment or nonpayment of moneys due the City from the Bidder or Offeror, within the past five (5) years, unless the full amount of such moneys due the City. (h) Have been deposited with a court of competent jurisdiction in Miami -Dade County, Florida, pursuant to the provisions of Fla. R. Civ. P. 1.600 titled "Deposits in Court," as amended, or other applicable Federal, State or Local Rules of Court, and are subject to distribution to the City or withdrawal by the City by order of the court. The Bidder shall provide any information requested by the Chief Procurement Officer or Procurement Officer concerning responsibility. If such contractual party fails to provide the requested information, the determination of responsibility may be made upon available information or the prospective contractual party may be found non -responsible. The prospective contractual party may demonstrate the availability of necessary financial, equipment, facility, and personnel resources by submitting: (1) Bidder will, upon request, furbish evidence that the contractual party possesses such necessary resources; (i) (2) Bidder affirms it has acceptable plans to subcontract for such necessary resources; or (3) Bidder will, upon request, submit a documented commitment for, or explicit arrangement with, satisfactory sources to provide such necessary resources. 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 in writing. 6. Local Workforce Participation Requirement The Bidder certifies to the best of its knowledge and belief, that it and its principals: Overtown Greenway at NW 11th Street 79 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E BID FORM (Page 7 of 10) 89 of the City Code pertaining to the Local Workforce Participation requirements on a quarterly basis; (b) Have identified in City Form Subcontractor Utilization ("SU") a third party independent who verifies Contractor; and {c) The selected third pP t o independen verifies compliance with this sect+ermust a minimum of two (2) years of experience as required in Ordinance No. 13332, codified as Section 18 89 of the City Code. Part IV: Certification — Trench Safety Act The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of Section 553.60, et. seq., Florida Statutes, the Trench Safety Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and Subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. Bidder acknowledges that included in the various items of the bid and in the total bid price are costs for complying with the Florida Trench Safety Act. These items are a breakout of the respective items involving trenching and will not be paid separately. They are not to be confused with bid items in the schedule of prices, nor be considered additional Work. The Bidder further identifies the costs and methods summarized below: Description Total $ Unit Price Quantity Price Extended Method Attached is a Bid Bond [ ], Cash [ ], Money Order [ ], Unconditional/Irrevocable Letter of Credit [ ], Treasurer's Check [ ], Bank Draft [ ], Cashier's Check [ ], Bid Bond Voucher [ ] or Certified Check [ ] No. Bank of Dollars ($ ). for the sum of Overtown Greenway at NW 11th Street 80 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E BID FORM (Page 8 of 10) The Bidder hereby acknowledges and affirms to the contents of this Bid Form and its' response(s) thereto including without limitations Part I through IV have been, read, understood, and agree to by signing and completing the spaces provided below. Bidder Name: Signature: Printed Name/Title: City/State/Zip: Telephone No.: Facsimile No.: Social Security No. or Federal I.D. No. E-Mail Address: Dun & Bradstreet No. If a partnership, names and addresses of partners: (If applicable) Overtown Greenway at NW 11th Street 81 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 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. Partner: Print: IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this bid is authorized to sign bid documents on behalf of the joint venture. If there is no joint venture agreement, each member of the joint venture must sign the bid and submit the appropriate Certificate of Authority (corporate, partnership, or individual). Overtown Greenway at NW 11th Street 82 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E BID FORM (Page 10 of 10) 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: STATE OF COUNTY OF NOTARIZATION 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 Overtown Greenway at NW 11th Street 83 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Section 6 - Attachments BID BOND FORM (Page 1 of 3) State of County of City of 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: ITB No.: 20-21-004 - OVERTOWN GREENWAY AT NW 11 T" Street (FROM NW 7' AVENUE TO NW 12T" AVENUE) - PROJECT No.: B-173648 NOW THEREFORE: (a) If the Principal shall not withdraw said bid within one hundred eighty (180) calendar days after date of opening the same, and shall within ten (10) calendar 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. Overtown Greenway at NW 11th Street 84 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 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 , 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 Code) SURETY: (Corporate Surety) Affix Seal (Surety Secretary) (Signature of Authorized Officer) (Title) (Business Address) (City/State/Zip Code) Overtown Greenway at NW 11th Street 85 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 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. (Corporate Seal) STATE OF COUNTY OF CITY OF Before me, a Notary Public duly commissioned, and qualified, personally appeared to me well known, who being by me first duly sworn upon oath, says that he/she is the attorney -in -fact, for the and that he/she has been authorized by to execute the foregoing bond on behalf of the Contractor named therein in favor of The City of Miami, Florida. Subscribed and sworn to before me this day of 20_. INSTRUCTIONS: Bid Bonds must be accompanied by a Power of Attorney, in compliance with Instructions to Bidders Notary Public, State of Florida at Large My Commission Expires: Overtown Greenway at NW 11th Street 86 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E SUPPLEMENT TO BID FORM: QUESTIONNAIRE This completed form must be submitted with the bid. The City may, at its sole discretion, require that the Bidder submit additional information not included in the submitted form. Such information must be submitted within seven (7) calendar days of the City's request. Failure to submit the form, or additional information upon request by the City, shall 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. a. How many years has Bidder been in business under its current name and ownership? Professional Licenses/Certifications (include name and number)* Issuance Date (*include active certifications of small business enterprise and name of certifying entity) b. Date Bidder licensed by Dept. of Professional Regulation: c. Qualified Business License: ❑Yes ❑No If Yes, Date Issued d. What is Bidder's business? (This answer should be specific. For example: paving, drainage, schools, interior renovations, etc.) e. Name of Qualifier, license number, and relationship to Bidder: f. Names of previous Qualifiers during the past five (5) years including, license numbers, relationship to Bidder and years as qualifier for the Bidder. 2. Name and Licenses of any prior companies: Name of Company License No. Issuance Date 3. Type of Business Entity: ❑ Corporation ❑ "S" Corporation El LLC❑ Sole Proprietorship❑Other: (Corporations will be required to provide a copy of their corporate resolution prior to executing a Contract) Overtown Greenway at NW 11th Street 87 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 4. Business Entity Ownership: a. Identify all owners of the Business Entity. 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 Business Entity, 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 DODD DODD DODD DODD 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) How many employees are working under H2B visas? 6. Has any owner or employee of the Bidder been convicted of a federal offense or moral turpitude? If yes, please explain: Overtown Greenway at NW 11th Street 88 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 7. Insurance and Bond Information: a. Insurance Carrier name and address: b. Insurance Contact Name, telephone, and e-mail: c. Insurance Experience Modification Rating (EMR): (If no EMR rating please explain why) d. Number of Insurance Claims paid out in last five (5) years and their corresponding value: e. Bond Carrier name and address: f. Bond Carrier Contact Name, telephone, and e-mail: g. Number of Bond Claims paid out in last five (5) years and their corresponding value: 8. Have any claims lawsuits been file against the Bidder in the past five (5) years? If yes, identify all Bidder has either settled or an adverse judgment has been issued against Bidder. Identify the year, basis for the claim or judgment, and settlement; unless the value of the settlement is covered by a written confidentiality agreement. 9. To the best of Bidder's knowledge, is Bidder or any of Bidder's officers currently under investigation by any law enforcement agency or public entity? If yes, provide details: 10. Has Bidder 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. 11. Has Bidder been cited for any OSHA violations in the past five (5) years? If yes, please provide an attachment including all details on each citation. 12. Provide an attachment listing all of the equipment, with a value of five thousand dollars ($5,000) or greater, owned by the Bidder. B. Project Management and Subcontract Details 1. Bidder's Project Manager for this Project: a. Name: Overtown Greenway at NW 11th Street 89 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E b. Years employed by Bidder: c. Licenses/Certifications: d. Last three (3) Projects with the company including role, Scope of Work, and value of Project: 2. Subcontractors: Name Trade of Work License No. Certification* (*active certifications of small business enterprise and name of certifying entity) 3. Scope of Physical Labor Construction Work to be performed by Bidder 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 an attachment to this Questionnaire that includes Completed Projects the Bidder considers of a similar, size, scope and complexity that the City should consider in determining the Bidders responsiveness and responsibility. This attachment must include the Project that meets the minimum number of Projects identified by the bid solicitation. Information provided must include the owner's name, address and Contract person, including telephone and 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, Construction Manager at Risk (CMAR), 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 three (3) 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. Overtown Greenway at NW 11th Street 90 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E SUPPLEMENT TO BID FORM CUSTOMER REFERENCE LISTING (Page 1 of 1) Bidders may furnish the names, addresses, and telephone numbers of owners and organizations for which the Bidder has provided construction services in addition to the required minimum three (3) roadway / horizontal Projects specified in the Minimum Requirements on page 7, above. 1 Company Name Address Contact Person Contract Amount Telephone No. E-mail Address 2 Company Name Address Contact Person Contract Amount Telephone No. E-mail Address 3 Company Name Address Contact Person Contract Amount Telephone No. E-mail Address 4 Company Name Address Contact Person Contract Amount Telephone No. E-mail Address 5 Company Name Address Contact Person Contract Amount Telephone No. E-mail Address Overtown Greenway at NW 11th Street 91 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Cite of flitiami To Whom It May Concern Subject: Reference Letter Arthur Noriega V., City Manager The Following Section to be Completed by the Bidder. Name of Bidder: The above referenced Bidder is responding to a Bid that has been issued by the City of Miami. The City requires that the Bidder provide written references with their Bid submission. By providing you with this document, the Bidder is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: The Following Section to be Completed by the Project Owner. Scope of Referenced Work: Did the Scope involve the construction, installation, repair and/or replacement of drainage system components, sidewalks, pedestrian lighting or ADA ramps? ❑ Yes ❑ No Value of Project: $ Date Completed: Percentage of physical construction labor self -performed by Bidder: Was project completed on time and within budget: ❑ Yes ❑ No If no, was the Bidder at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No If yes, please provide details: % Comments: Name of Project Owner: Date: Signature of Project Owner's Representative: Title: Telephone: Sincerely, Annie Perez, CPPO, Director Department of Procurement E-mail: Overtown Greenway at NW 11th Street 92 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Federal Wage Rates - FL 178 Orders is available at www.dol.gov/whd/govcontracts. "General Decision Number: FL20220178 02/25/2022 Superseded General Decision Number: FL20210178 State: Florida Construction Type: Highway County: Miami -Dade County in Florida. HIGHWAY CONSTRUCTION PROJECTS Note: Contracts subject to the Davis -Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but do not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1 (a) (2) - (60) . 1If the contract is entered linto on or after January 30, 12022, or the contract is lrenewed or extended (e.g., an 'option is exercised) on or 'after January 30, 2022: 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional If the contract was awarded on or between January 1, 2015 and January 29, 2022, and the contract is not renewed or extended on or after January 30, 2022: . Executive Order 14026 generally applies to the contract. . The contractor must pay all covered workers at least $15.00 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in 2022. Executive Order 13658 generally applies to the contract. The contractor must pay all covered workers at least $11.25 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on that contract in 2022. Overtown Greenway at NW 11th Street 93 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E information on contractor requirements and worker protections under the Executive Orders is available at https://www.dol.gov/agencies/whd/government-contracts. Modification Number Publication Date 0 01/07/2022 1 02/25/2022 ELEC0349-002 09/01/2021 Rates Fringes ELECTRICIAN $ 37.61 11.72 * SUFL2013-039 08/19/2013 Rates Fringes CARPENTER $ 17.84 0.00 CEMENT MASON/CONCRETE FINISHER, Includes Form Work $ 15.49 0.00 FENCE ERECTOR $ 12.82 ** HIGHWAY/PARKING LOT STRIPING: Operator (Striping Machine) $ 15.07 HIGHWAY/PARKING LOT STRIPING: Painter $ 12.13 ** HIGHWAY/PARKING LOT STRIPING: Operator (Spray Nozzleman) $ 11.16 INSTALLER - GUARDRAIL $ 13.43 IRONWORKER, ORNAMENTAL $ 13.48 IRONWORKER, REINFORCING $ 18.43 IRONWORKER, STRUCTURAL $ 16.42 ** ** ** 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 LABORER (Traffic Control Specialist incl. placing of cones/barricades/barrels - Setter, Mover, Sweeper) $ 11.59 ** 0.00 LABORER: Asphalt, Includes Raker, Shoveler, Spreader and Distributor $ 12.31 ** 0 00 LABORER: Common or General $ 10.69 LABORER: Flagger $ 12.53 Overtown Greenway at NW 11th Street 94 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 ** ** 0.00 0.00 ITB No.: 20-21-004 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E LABORER: Grade Checker $ 12.41 ** LABORER: Landscape & Irrigation $ 9.02 ** LABORER: Mason Tender - Cement/Concrete $ 13.91 LABORER: Pipelayer $ 15.02 OPERATOR: Backhoe/Excavator/Trackhoe $ 16.24 OPERATOR: Bobcat/Skid Steer/Skid Loader $ 12.88 OPERATOR: Boom $ 18.95 OPERATOR: Boring Machine $ 15.29 OPERATOR: Broom/Sweeper $ 13.01 OPERATOR: Bulldozer $ 16.77 OPERATOR: Concrete Finishing Machine OPERATOR: Concrete Saw OPERATOR: Crane OPERATOR: Curb Machine OPERATOR: OPERATOR: OPERATOR: OPERATOR: OPERATOR: OPERATOR: OPERATOR: $ 15.44 $ 14.43 $ 22.46 $ 20.74 Distributor $ 13.29 Drill $ 14.78 Forklift $ 16.32 Gradall $ 14.71 Grader/Blade $ 20.22 Loader $ 15.53 Mechanic $ 18.03 Overtown Greenway at NW 11th Street (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 95 ** ** ** ** ** ** ** 0.00 0.00 3.50 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 3.85 0.00 0.00 ITB No.: 20-21-004 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E OPERATOR: Milling Machine $ 14.67 OPERATOR: Oiler $ 16.32 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) $ 13.61 OPERATOR: Piledriver $ 17.23 OPERATOR: Post Driver (Guardrail/Fences) $ 14.45 OPERATOR: Roller $ 13.67 OPERATOR: Scraper $ 12.01 OPERATOR: Screed $ 14.15 OPERATOR: Tractor $ 12.19 OPERATOR: Trencher $ 14.74 PAINTER: Spray $ 16.52 SIGN ERECTOR $ 12.96 TRAFFIC SIGNALIZATION: Traffic Signal Installation $ 19.07 TRUCK DRIVER: Distributor Truck $ 14.96 TRUCK DRIVER: Dump Truck $ 12.19 TRUCK DRIVER: Flatbed Truck $ 14.28 TRUCK DRIVER: Lowboy Truck $ 15.07 TRUCK DRIVER: Slurry Truck $ 11.96 TRUCK DRIVER: Vactor Truck $ 14.21 TRUCK DRIVER: Water Truck $ 13.17 ** ** ** ** ** ** ** ** ** 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 2.17 0.00 0.00 0.00 0.00 0.00 1.60 WELDERS - Receive rate prescribed for craft performing Overtown Greenway at NW 11th Street 96 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E operation to which welding is incidental. ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($15.00) or 13658($11.25). Please see the Note at the top of the wage determination for more information. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health - related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government- contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of 'identifiers' that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four-letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number,005 in the example, is an internal number used in processing the wage determination. 07/01/2014 Overtown Greenway at NW 11th Street 97 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E is the effective date of the most current negotiated rate, which in this example is July 1,2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination Overtown Greenway at NW 11th Street 98 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour National Office because National Office has responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION" Overtown Greenway at NW 11th Street 99 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E The follow items will not be allowed under this contract: 1. Contractor Purchased Equipment for State or Local Ownership - Per 23 CFR 140 / 2 CFR 200.313 and 23 U.S.C. 302; 2. State of Florida or other locally produced materials. Preference program mandating materials purchasing requirements or restrictions are not allowed. Per 23 CFR 635.409; 3. Public Agencies in Competition with the Private Sector Per 23 CFR 635.112(e); 4. Publicly owned Equipment - Per 23 CFR 635.106, 5. State/Local Owned/ Furnished Designated Materials Per 23 CFR 635.407 Note: Local Agency tax savings programs are will not be allowed; 6. Local/State Hiring Preferences Per 23 CFR 635.117) and 23 CFR 635.112(d). No Preference programs. Examples include in -state or local business; location of contractor; limitations in business enterprises; local economic development hiring practices or programs; targeted hiring practices or programs (e.g., homeless, welfare -to -work, veterans); or exclusionary business preferences not based on federal sanctions; 7. Patented/Proprietary/Sole Sources Materials will not be allowed on this contract. 337.02 F.S.; 8. Incentive/ Disincentive Clauses. The Agency has elected not to use incentive/disincentive clauses in this proposal. Per 23 CFR 635.127 (d & f); 9. Indian Preference on Federal Aid Projects (Labor & Employment) is not allowed on this contract. Per 23 CFR 635.117(e); 10. Owner Force Account Contracting Per 23 CFR 635 Subpart B & 255.20 F.S.; 11. Foreign Contractor and Supplier Restrictions. Agency will not limit this proposal to domestic owned contractors only. Per 49 CFR 30; 12 Neither the Agency nor any of its contractors or their subcontractors shall enter into any contract, subcontract or arrangement in connection with the Project or any property included or planned to be included in the Project in which any member, officer or employee of the Agency or the locality during tenure or for 2 years thereafter has any interest, direct or indirect. If any such present or former member, officer or employee involuntarily acquires or had acquired prior to the beginning of tenure any such interest, and if such interest is immediately disclosed to the Agency, the Agency, with prior approval of the Department, may waive the prohibition contained in this paragraph provided that any such present member, officer or employee shall not participate in any action by the Agency or the locality relating to such contract, subcontract or arrangement. The Agency shall insert in all contracts entered into in connection with the Project or any property included or planned to be included in any Project, and shall require its contractors to insert in each of their subcontracts, the following provision: "No member, officer or employee of the Agency or of the locality during his tenure or for 2 years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof." Overtown Greenway at NW 11th Street 100 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E The provisions of this paragraph shall not be applicable to any agreement between the Agency and its fiscal depositories or to any agreement for utility services the rates for which are fixed or controlled by a governmental agency. 13. The Parties agree to comply with s.20.055(5), Florida Statutes, and to incorporate in all subcontracts the obligation to comply with s.20.055(5), Florida Statutes. "It is the duty of every state officer, employee, agency, special district, board, commission, contractor, and subcontractor to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing pursuant to this section. Beginning July 1, 2015, each contract, bid, proposal, and application or solicitation for a contract shall contain a statement that the corporation, partnership, or person understands and will comply with this subsection." Overtown Greenway at NW 11th Street 101 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E City of Miami Code of Ordinances Ch. 18. Sec. 18-542 Financial Integrity Principles The following financial integrity principles are hereby adopted: (1) Structurally balanced budget. The city shall maintain a structurally -balanced budget. Recurring revenues will fund recurring expenditures. (2) Estimating conference process. The city shall adopt budgets and develop its long and short-term financial plan utilizing a professional estimating conference process. Conference principals shall include, but not be limited to: one principal from the budget office; one principal from the finance department and two non -staff principals with public finance expertise. (3) lnterfund borrowing. The city shall not borrow or use internal fund transfers to obtain cash from one fund type or reserve to fund activities of another fund type or reserve unless such use is deemed lawful, and unless the estimating conference has determined that (a) the funds to be loaned will not be needed during the lending period, and (b) the funds for repayment will be available within a two-year period. Any actions taken to borrow funds under these conditions must be separately presented to and approved by the city commission and the term of such borrowing shall not extend beyond the last day of the subsequent fiscal year. Recognizing that some programs are funded by grants or other entities on a reimbursement basis, the city shall apply for such reimbursements on a timely basis to minimize the period that city funds are used as float. In the event loans/float for these reimbursements extend beyond the end of a fiscal year, such reimbursements shall be reflected as receivables in the comprehensive annual financial statements report (CAFR) to the extent allowed under accounting principles generally accepted in the United States of America (GAAP). The department of finance shall make a quarterly determination of the amount of expenses incurred which may not be reimbursable under these programs. A quarterly report of expenses incurred but not reimbursable shall be presented to the city commission, together with the actions needed to avoid project deficits. (4) For purposes of this section, city-wide surplus for any fiscal year is defined as the increase in unreserved general fund balance as reflected in the city's comprehensive annual financial report (CAFR). City-wide deficit for any fiscal year is defined as the decrease in unreserved general fund balance as reflected in the city's comprehensive annual financial report (CAFR). Budget surplus of any office, department or elected official is defined as the excess of budgeted expenses over actual expenses in any fiscal year. Notwithstanding anything to the contrary in this section, the total amount of budget surplus to be added to designated reserves and special revenue funds pursuant to this section (together, the "rollover amounts") is limited to city-wide surplus for any fiscal year. In the event the rollover amounts would result in a city-wide deficit, then each budget surplus within the rollover amounts shall be reduced proportionately so the city's comprehensive annual financial report (CAFR) will reflect no change in undesignated, unreserved general fund balance. In the event that a city-wide deficit would result before effecting the rollover amounts in any fiscal year, then no rollover amounts shall be available. a. Budget surpluses in an elected official's budget in any fiscal year shall be reflected as designated reserves at the end of the fiscal year in which such surplus arose and be appropriated for discretionary use of such elected official for the following fiscal year. b. Budget surpluses of the parks and recreation department shall be allocated, as of the end of the fiscal year in which such surplus arose, to a parks special revenue fund. Allowed expenditures from the parks special revenue fund shall be limited to the purchase of parks recreational and maintenance equipment and the direct operations of recreational programs in and for the city's parks, subject to appropriation by the city commission. c. Budgeted surpluses of the department of conferences, conventions and public facilities shall be allocated, as of the end of the fiscal year in which such surplus arose, to a public facilities special revenue fund. Allowed expenditures of the public facilities special revenue fund shall be limited to capital improvements for the city's public facilities, subject to appropriation by the city commission. d. Budgeted surpluses of the department of information technology shall be allocated, as of the end of the fiscal year in which such surplus arose, to an IT strategic plan special revenue fund. Allowed expenditures of the IT strategic plan special revenue fund shall be limited to expenditures, excluding those related to permanent city staff, necessary for the implementation of the city's information technology strategic plan, subject to appropriation by the city commission. Overtown Greenway at NW 11th Street 102 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E (5) Reserve policies. The following three reserve policies categories are established for the general operating fund of the city: Payment for compensated absences and other employee benefit liabilities and self-insurance plan deficits may be drawn from this reserve during the fiscal year and shall be replenished each year until fifty percent (50%) if such the liabilities are funded. Other designated reserves may be drawn upon without the need for replenishment. a. Current fiscal year contingency. A "contingency" reserve level of $5,000,000.00 shall be budgeted annually. Such contingency reserve shall be available for use, with city commission approval, during the fiscal year, to fund unanticipated budget issues which arise or potential expenditure overruns which cannot be offset through other sources or actions. The unused portion of the budgeted contingency reserve in any fiscal year shall be reflected as designated reserves until such time as the city has funded 50 percent of the liabilities of the long- term liabilities (excluding bonds, loans, and capital lease payables) as reflected in the city's comprehensive annual financial report (CAFR). Amounts not needed to satisfy the 50 percent requirement shall be considered general fund undesignated reserve and be treated in accordance with subsection (5)b. b. General fund undesignated reserve. The city shall retain undesignated reserves equal to a threshold ten percent of the prior three years average of general revenues. Such reserves may only be used for offsetting an unexpected mid -year revenue shortfall or for funding an emergency such as a natural or man-made disaster, which threatens the health, safety and welfare of the city's residents, businesses or visitors. Any time these reserve funds fall below the ten percent threshold, the city commission shall adopt a plan to achieve the threshold within two fiscal years. Amounts in excess of the ten percent threshold may be used for capital improvements, unanticipated expenditures necessary to assure compliance with legal commitments, and for expenditures that will result in the reduction of recurring costs or the increase in recurring revenues of the city. c. Designated reserves. The city shall retain reserves equal to ten percent of the prior three years average of general revenues. Such reserves shall be used for funding long-term liabilities and commitments of the city such as: 1. Compensated absences and other employee benefit liabilities, including liabilities related to post -retirement benefits; 2. Self-insurance plan deficits (including workers' compensation, liability claims and health insurance); 3. Strategic initiatives (until completed); 4. Blue Ribbon Commission Initiatives (until completed); 5. Anticipated adjustments in pension plan payments resulting from market losses in plan assets and other unanticipated payments necessary to maintain compliance with contractual obligations. (6) Proprietary funds. The city shall establish proprietary funds only if the costs to provide the service are fully funded from the charges for the service. (7) Multi -year financial plan. The city commission shall annually adopt a five-year financial plan by September 30 of each year, reflecting as the base year, the current year's budget. For fiscal year 2004 the multi -year financial plan will be adopted no later than 30 days after the completion of labor negotiations. Such plan will include cost estimates of all current city operations and pension obligations, anticipated increases in operations, debt service payments, reserves to maintain the city's officially adopted levels and estimated recurring and non -recurring revenues. This plan will be prepared by fund and reflect forecasted surpluses or deficits and potential budget balancing initiatives, where appropriate. (8) Multi -year capital improvement plan. The city commission shall annually adopt a capital improvements plan ("CIP") by November 30th of each year. The CIP shall address cost estimates for all necessary infrastructure improvements needed to support city services, including information technology, with an adequate repair and replacement ("R&R") component. Funded, partially funded and unfunded projects shall be clearly delineated The CIP shall be detailed for the current fiscal year and for five additional years and, if practicable, additional required improvements aggregated for two additional five year periods. To the extent feasible, department heads shall be required to submit independent needs assessments for their departments for use in preparing the CIP. The CIP will be detailed by fund, include recommended project prioritization rankings, identified revenue sources, planned financing options and unfunded projects. The CIP shall include estimates of the operational impacts produced for the operation of the capital improvements upon their completion. The CIP shall include a component reflecting all on -going approved capital projects of the city, the date funded, amount budgeted, amount spent since the start date, remaining budget, fiscal impact of known changes to financial assumptions underlying the project, estimated expenditures by fiscal year for the project and estimated completion date. Approved projects, with Overtown Greenway at NW 11th Street 103 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E circumstances that arise which change the funding requirements of the project, shall be addressed in the CIP annually. (9) Debt management. The city shall manage its debt in a manner consistent with the following principles: a. Capital projects financed through the issuance of bonded debt shall be financed for a period not to exceed the estimated useful life of the project. b. The net direct general obligation debt shall not exceed five percent and the net direct and overlapping general obligation debt shall not exceed ten percent of the taxable assessed valuation of property in the city. c. The weighted average general obligation bond maturity shall be maintained at 15 years or less. d. Special obligation debt service shall not exceed 20 percent of non -ad valorem general fund revenue. e. Revenue based debt shall only be issued if the revenue so pledged will fully fund the debt service after operational costs plus a margin based on the volatility of the revenues pledged. (10) Financial oversight and reporting. The city shall provide for the on -going generation and utilization of financial reports on all funds comparing budgeted revenue and expenditure information to actual on a monthly and year-to-date basis. The finance department shall be responsible for issuing the monthly reports to departments, the mayor and city commission, and provide any information regarding any potentially adverse trends or conditions. These reports should be issued within 30 days after the close of each month. The annual external audit reports (comprehensive annual financial report (CAFR), single audit, and management letter) of the city shall be prepared and presented to the mayor and city commission by March 31 of each year. The city commission shall convene a workshop meeting with the external auditors to review the findings and recommendations of the audit. Financial reports, offering statements and other financial related documents issued to the public, shall provide full and complete disclosure of all material financial matters. (11) Basic financial policies. The city shall endeavor to maintain formal policies, which reflect "best practices" in the areas of: a. Debt: Such policy shall address affordability, capacity, debt issuance and management. b. Cash management and investments: Such policy shall require 24-month gross and net cash -flow projections by fund and address adequacy, risk, liquidity and asset allocation issues. c. Budget development and adjustments: Such policy shall establish proper budgetary preparation procedures and guidelines, calendar of events, planning models by fund, budget adjustment procedures, establishment of rates and fees, indirect costs/interest income and the estimating conference process. The proposed budget should be scheduled to allow sufficient review by the mayor and city commission while allowing for sufficient citizen input. The city budget document reflecting all final actions as adopted by the city commission on or before September 30 of each year, shall be printed and made available within 30 days of such adoption. d. Revenue collection: Such policy shall provide for maximum collection and enforcement of existing revenues, monitoring procedures, and the adequacy level of subsidy for user fees. e. Purchasing policy: Such policy shall establish departmental policies and procedures and provide appropriate checks and balances to ensure the city departments adhere to the city's purchasing policies. (12) Evaluation committees. Such committees shall be created, to the extent feasible, and contain a majority of citizen and/or business appointees from outside city employment to review city solicitations ("requests for proposals", etc.), and all collective bargaining contract issues. The recommendations of the evaluation committee shall be provided to the mayor and city commission on all such contracts prior to presentation for official action. (13) Full cost of service. The city shall define its core services and develop financial systems that will determine on an annual basis the full cost of delivering those services. This information shall be presented as part of the annual budget and financial plan. (Ord. No. 11890, § 4, 2-10-00; Ord. No. 12113, § 1, 9-25-01; Ord. No. 12276, § 2, 9-11-02; Ord. No. 12353, § 2, 4-10-03; Ord. No. 12427, § 2, 10-23-03; Ord. No. 12518, § 2, 3-25-04; Ord. No. 12727, § 2, 9-22-05) Overtown Greenway at NW 11th Street 104 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Section 7 — Contract Execution THIS Contract # made this _ day of in the year 2022 in the amount of $970,588.74 by and between THE CITY OF MIAMI, FLORIDA, hereinafter called the "CITY," and FLORIDA ENGINEERING AND DEVELOPMENT CORP., hereinafter called the "CONTRACTOR." Contract Execution Form IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST FLORIDA ENGINEERING AND DEVELOPMENT CORP., a Florida Profit corporation Signature Signature JOSE VEGA, PRESIDENT Print Name, Title Print Name, Title of Authorized Officer or Official ATTEST: (CORPORATE SEAL) CONTRACTOR Secretary (Affirm Contractor Seal, if available) ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Arthur Noriega V., City Manager APPROVED AS TO LEGAL FORM AND APPROVED AS TO INSURANCE CORRECTNESS: REQUIREMENTS: Ann Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department Overtown Greenway at NW 11th Street 105 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E CORPORATE RESOLUTION WHEREAS, FLORIDA ENGINEERING AND DEVELOPMENT CORP. 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 JOSE VEGA, PRESIDENT, is hereby authorized 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) Overtown Greenway at NW 11th Street 106 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E FORM OF PERFORMANCE BOND (Page 1 of 2) BY THIS BOND, We , as Principal, hereinafter called Contractor, and , as Surety, are bound to the City of Miami, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and 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 ITB No: 20-21- 004 - OVERTOWN GREENWAY AT NW 11TH STREET (FROM NW 7TH AVE TO NW 12TH AVE), 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 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 Overtown Greenway at NW 11th Street 107 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E FORM OF PERFORMANCE BOND (Page 2 of 2) arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by City to Contractor under the Contract and any amendments thereto, less the amount properly paid by City to Contractor. No right of action shall accrue on this bond to or for the use of any person or corporation other than City named herein. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond. Signed and sealed this day of , 20_ WITNESSES: (Name of Corporation) (Secretary) By: (Signature) (CORPORATE SEAL) (Print Name and Title) IN THE PRESENCE OF: INSURANCE COMPANY: By: (Agent and Attorney -in -Fact) Address: (Street) (City/State/Zip Code) Telephone No.: Overtown Greenway at NW 11th Street 108 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E FORM OF PAYMENT BOND (Page 1 of 2) BY THIS BOND, We , as Principal, hereinafter called Contractor, and , as Surety, are bound to the City of Miami, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, ITB No: 20-21-004 - OVERTOWN GREENWAY AT NW 11TH STREET (FROM NW 7TH AVE TO NW 12TH AVE), 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) calendar 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) calendar 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. Overtown Greenway at NW 11th Street 109 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E FORM OF PAYMENT BOND (Page 2 of 2) 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. 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: (Agent and Attorney -in -Fact) Address: (Street) (City/State/Zip Code) Telephone No.: Overtown Greenway at NW 11th Street 110 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E CERTIFICATE AS TO CORPORATE PRINCIPAL , certify that I am the Secretary of the corporation named as Principal in the foregoing Performance and Payment Bond (Performance Bond and Payment Bond); that , who signed the Bond(s) on behalf of the Principal, was then of said corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond(s) was (were) duly signed, sealed and attested to on behalf of said corporation by authority of its governing body. Secretary (on behalf of) Corporation STATE OF COUNTY OF (SEAL) 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: by 111 Overtown Greenway at NW 11th Street (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 Notary Public, State of Florida at Large Bonded ITB No.: 20-21-004 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E PERFORMANCE AND PAYMENT GUARANTY FORM UNCONDITIONAL/IRREVOCABLE LETTER OF CREDIT (Page 1 of 2) Date of Issue: Issuing Bank's No.: Beneficiary: Applicant: City of Miami Amount: 444 S.W. 2nd Avenue (in United States Funds) Miami, Florida 33130 Expiry: (Date) Bid/Contract No.: 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) 112 Overtown Greenway at NW 11th Street (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 ITB No.: 20-21-004 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 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) calendar 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. 113 Overtown Greenway at NW 11th Street (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 Authorized Signature ITB No.: 20-21-004 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E FORM A INFORMATION FOR DETERMINING JOINT VENTURE ELIGIBILITY If the Bidder is submitting as a joint venture, please be advised that these two (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: 114 Overtown Greenway at NW 11th Street (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 ITB No.: 20-21-004 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E (4) Purchasing of major items or supplies: (c) Supervision of field operations: 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 City 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 venture in the undertaking. Further, the undersigned covenant and agree to provide to the City current, complete, and accurate information regarding actual joint venture work and the payment therefore and any proposed changes in any of the joint venture relevant to the joint venture, by authorized representatives of the City. 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 Bidder: Name of Bidder: Signature: Signature: Name: Name: Title: Title: Date: Date: 115 Overtown Greenway at NW 11th Street (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 ITB No.: 20-21-004 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E LAP BIG FOUR SPECIFICATIONS SUPERPAVE ASPHALT FOR LAP (OFF -SYSTEM). (REV 1-26-15) (FA 1-29-15) SECTION Superpave ASPHALT FOR LAP (OFF -SYSTEM) 334-1 Description. 334-1.1 General: Construct a Superpave asphalt pavement (consisting of either Hot Mix Asphalt (HMA) or Warm Mix Asphalt (WMA)) based on the type of work specified in the Contract and the Asphalt Work Categories as defined below. Meet the applicable requirements for plants, equipment, and construction requirements as defined below. Use an asphalt mix, either HMA or WMA, which meets the requirements of this specification. 334-1.2 Asphalt Work Mix Categories: Construction of asphalt pavement will fall into one of the following work categories: 334-1.2.1 Asphalt Work Category 1: Includes the construction of shared use paths and miscellaneous asphalt. 334-1.2.2 Asphalt Work Category 2: Includes the construction of new asphalt turn lanes, paved shoulders and other non -mainline pavement locations. 334-1.2.3 Asphalt Work Category 3: Includes the construction of new mainline asphalt pavement lanes, milling and resurfacing. 334-1.3 Mix Types: Use the appropriate asphalt mix as shown in Table 334-1. 334 Table 334-1 Asphalt Mix Types Asphalt Work Category Mix Types Traffic Level ESALs (millions) 1 Type SP-9.5 A <0.3 2 Structural Mixes: Types SP-9.5 or SP- 12.5 Friction Mixes: Types FC-9.5 or FC-12.5 B 0.3to<3 3 Structural Mixes: Types SP-9.5 or SP- 12.5 Friction Mixes: Types FC-9.5 or FC-12.5 C >_3 A Type SP or FC mix one traffic level higher than the traffic level specified in the Contract may be substituted, at no additional cost (i.e. Traffic Level B may be substituted for Traffic Level A, etc.). Traffic levels are as defined in Section 334 of the Florida Department of Transportation's (FDOT's) Specifications. 334-1.4 Gradation Classification: The Superpave mixes are classified as fine and are defined in 334-3.2.2. The equivalent AASHTO nominal maximum aggregate size Superpave mixes are as follows: Type SP-9.5, FC-9.5 9.5 mm Type SP-12.5, FC-12.5 12.5 mm 334-1.5 Thickness: The total pavement thickness of the asphalt pavement will be based on a specified spread rate or plan thickness as shown in the Contract Documents. Before paving, propose a spread rate or thickness for each individual layer meeting the requirements of this specification, which when combined with other layers (as applicable) will equal the plan spread rate or thickness. When the Overtown Greenway at NW 11th Street 116 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E total pavement thickness is specified as plan thickness, the plan thickness and individual layer thickness will be converted to spread rate using the following equation: Spread rate (Ibs/yd2) = t x Gmm x 43.3 where: t = Thickness (in.) (Plan thickness or individual layer thickness) Gmm = Maximum specific gravity from the mix design For target purposes only, spread rate calculations shall be rounded to the nearest whole number. 334-1.5.1 Layer Thicknesses: Unless otherwise called for in the Contract Documents, the allowable layer thicknesses for asphalt mixtures are as follows: Type SP-9.5, FC-9.5 3/4 to 1-1/2 inches Type SP-12.5, FC-12.5 1-1/2 to 2-1/2 inches 334-1.5.2 Additional Requirements: The following requirements also apply to asphalt mixtures: 1. When construction includes the paving of adjacent shoulders (less than or equal to 5 feet wide), the layer thickness for the upper pavement layer and shoulder shall be the same and paved in a single pass, unless otherwise called for in the Contract Documents. 2. For overbuild layers, use the minimum and maximum layer thicknesses as specified above unless called for differently in the Contract Documents. On variable thickness overbuild layers, the minimum allowable thickness may be reduced by 1/2 inch, and the maximum allowable thickness will be as specified below, unless called for differently in the Contract Documents. Type SP-9.5 3/8 to 2 inches Type SP-12.5 1/2 to 3 inches 3. Variable thickness overbuild layers may be tapered to zero thickness provided the contract documents require a minimum of 1-1/2 inches of mix placed over the variable thickness overbuild layer. 334-1.6 Weight of Mixture: The weight of the mixture shall be determined as provided in 320- 3.2 of the FDOT Specifications. 334-2 Materials. 334-2.1 Superpave Asphalt Binder: Unless specified elsewhere in the Contract or in 334-2.3.3, use a PG 67-22 asphalt binder from the FDOT's Approved Products List (APL). If the Contract calls for an alternative asphalt binder, meet the requirements of FDOT Specifications Section 336 or 916, as appropriate. 334-2.2 Aggregate: Use aggregate capable of producing a quality pavement. For Type FC mixes, use an aggregate blend that consists of crushed granite, crushed Oolitic limestone, other crushed materials (as approved by FDOT for friction courses per Rule 14-103.005, Florida Administrative Code), or a combination of the above. Crushed limestone from the Oolitic formation may be used if it contains a minimum of 12% silica material as determined by FDOT Test Method FM 5-510 and FDOT grants approval of the source prior to its use. As an exception, mixes that contain a minimum of 60% crushed granite may either contain: 1. Up to 40% fine aggregate from other sources; or, 2. A combination of up to 20% RAP and the remaining fine aggregate from other sources. A list of aggregates approved for use in friction courses may be available on the FDOT's State Materials Office website. The URL for obtaining this information, if available, is: ftp://ftp.dot.state.fl. us/fdot/smo/website/sou rces/frictioncou rse. pdf. 334-2.3 Reclaimed Asphalt Pavement (RAP) Material: 334-2.3.1 General requirements: RAP may be used as a component of the asphalt mixture, provided the RAP meets the following requirements: 1.When using a PG 76-22 (PMA), or PG 76-22 (ARB) asphalt binder, limit the amount of RAP material used in the mix to a maximum of 20% by weight of total aggregate. As an exception, amounts greater than 20% RAP by weight of total aggregate can be used if no more than 20% by weight of total asphalt binder comes from the RAP material. Overtown Greenway at NW 11th Street 117 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 2. Provide stockpiled RAP material that is reasonably consistent in characteristics and contains no aggregate particles which are soft or conglomerates of fines. 3. Provide RAP material having a minimum average asphalt binder content of 4.0% by weight of RAP. As an exception, when using fractionated RAP, the minimum average asphalt binder content for the coarse portion of the RAP shall be 2.5% by weight of the coarse portion of the RAP. The coarse portion of the RAP shall be the portion of the RAP retained on the No. 4 sieve. The Engineer may sample the stockpile to verify that this requirement is met. 4. Use a grizzly or grid over the RAP cold bin, in -line roller crusher, screen, or other suitable means to prevent oversized RAP material from showing up in the completed recycle mixture. If oversized RAP material appears in the completed recycle mix, take the appropriate corrective action immediately. If the appropriate corrective actions are not immediately taken, stop plant operations. 334-2.3.2 Material Characterization: Assume responsibility for establishing the asphalt binder content, gradation, and bulk specific gravity (Gsb) of the RAP material based on a representative sampling of the material. 334-2.3.3 Asphalt Binder for Mixes with RAP: Select the appropriate asphalt binder grade based on Table 334-2. The Engineer reserves the right to change the asphalt binder type and grade during aroduction based on characteristics of the RAP asphalt binder. Table 334-2 Asphalt Binder Grade for Mixes Containing RAP Percent RAP Asphalt Binder Grade 0 — 15 PG 67-22 16 — 30 PG 58-22 > 30 PG 52-28 334-3 Composition of Mixture. 334-3.1 General: Compose the asphalt mixture using a combination of aggregates, mineral filler, if required, and asphalt binder material. Size, grade and combine the aggregate fractions to meet the grading and physical properties of the mix design. Aggregates from various sources may be combined. 334-3.2 Mix Design: 334-3.2.1 General: Design the asphalt mixture in accordance with AASHTO R 35-12, except as noted herein. Submit the proposed mix design with supporting test data indicating compliance with all mix design criteria to the Engineer. Prior to the production of any asphalt mixture, obtain the Engineer's conditional approval of the mix design. If required by the Engineer, send representative samples of all component materials, including asphalt binder to a laboratory designated by the Engineer for verification. As an exception to these requirements, use a currently approved FDOT Mix Design. Warm mix technologies (additives, foaming techniques, etc.) listed on the Department's website may be used in the production of the mix. The URL for obtaining this information, is: http://www.dot.state.fl.us/statematerialsoffice/quality/programs/warmm ixasphalt/index.shtm The Engineer will consider any marked variations from original test data for a mix design or any evidence of inadequate field performance of a mix design as sufficient evidence that the properties of the mix design have changed, and at his discretion, the Engineer may no longer allow the use of the mix design. 334-3.2.2 Mixture Gradation Requirements: Combine the aggregates in proportions that will produce an asphalt mixture meeting all of the requirements defined in this specification and conform to the gradation requirements at design as defined in AASHTO M 323-12, Table 3. Aggregates from various sources may be combined. Overtown Greenway at NW 11th Street 118 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 334-3.2.2.1 Mixture Gradation Classification: Plot the combined mixture gradation on an FHWA 0.45 Power Gradation Chart. Include the Control Points from AASHTO M323-12, Table-3, as well as the Primary Control Sieve (PCS) Control Point from AASHTO M323-12, Table 4. Fine mixes are defined as having a gradation that passes above or through the primary control sieve control point. 334-3.2.3 Gyratory Compaction: Compact the design mixture in accordance with AASHTO T312-12, with the following exceptions: use the number of gyrations at Ndesign as designed in Table 334-3. Table 334-3 Gyratory Compaction Requirements Traffic Level Ndesign Number of Gyrations A 50 B 65 C 75 334-3.2.4 Design Criteria: Meet the requirements for nominal maximum aggregate size as defined in AASHTO M323-12, as well as for relative density, VMA, VFA, and dust -to -binder ratio as specified in AASHTO M323-12, Table 6. Ninitiai and Nmaximum requirements are not applicable. 334-3.2.5 Moisture Susceptibility: Test 4 inch specimens in accordance with FDOT Test Method FM 1-T 283. Provide a mixture having a retained tensile strength ratio of at least 0.80 and a minimum tensile strength (unconditioned) of 100 pounds per square inch. If necessary, add a liquid anti -stripping agent from the FDOT's APL or hydrated lime in order to meet these criteria. In lieu of moisture susceptibility testing, add a liquid anti -stripping agent from the FDOT's APL. Add 0.5% liquid anti -stripping agent by weight of asphalt binder. 334-3.2.6 Additional Information: In addition to the requirements listed above, provide the following information on each mix design: 1. The design traffic level and the design number of gyrations (Ndesign). 2. The source and description of the materials to be used. 3. The FDOT source number and the FDOT product code of the aggregate components furnished from an FDOT approved source (if required). 4. The gradation and proportions of the raw materials as intended to be combined in the paving mixture. The gradation of the component materials shall be representative of the material at the time of use. Compensate for any change in aggregate gradation caused by handling and processing as necessary. 5. A single percentage of the combined mineral aggregate passing each specified sieve. Degradation of the aggregate due to processing (particularly material passing the No. 200 sieve) should be accounted for and identified. 6. The bulk specific gravity (Gsb) value for each individual aggregate and RAP component. 7. A single percentage of asphalt binder by weight of total mix intended to be incorporated in the completed mixture, shown to the nearest 0.1%. 8. A target temperature for the mixture at the plant (mixing temperature) and a target temperature for the mixture at the roadway (compaction temperature). Do not exceed a target temperature of 330°F for PG 76-22 (PMA) and PG 76-22 (ARB) asphalt binders, and 315°F for unmodified asphalt binders. 9. Provide the physical properties achieved at four different asphalt binder contents. One shall be at the optimum asphalt content, and must conform to all specified physical requirements. 10. The name of the mix designer. 11. The ignition oven calibration factor. 12. The warm mix technology, if used. 334-4 Process Control. Overtown Greenway at NW 11th Street 119 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Assume full responsibility for controlling all operations and processes such that the requirements of these Specifications are met at all times. Perform any tests necessary at the plant and roadway to control the process. 334-5 General Construction Requirements. 334-5.1 Weather Limitations: Do not transport asphalt mix from the plant to the roadway unless all weather conditions are suitable for the paving operations. 334-5.2 Limitations of Paving Operations: 334-5.2.1 General: Spread the mixture only when the surface upon which it is to be placed has been previously prepared, is intact, firm, dry, clean, and the tack, with acceptable spread rate, is properly broken. Ensure all granular base materials are properly primed and all asphalt base materials are properly tacked, prior to paving. 334-5.2.2 Air Temperature: Place the mixture only when the air temperature in the shade and away from the artificial heat meets the requirements of Table 334-4. The minimum ambient temperature requirement may be reduced by 5°F when using a warm mix technology, if mutually agreed to by both the Engineer and the Contractor. Table 334-4 Ambient Air Temperature Requirements for Paving Layer Thickness or Asphalt Binder Type Minimum Temperature (°F) <_1 inch 50 Any mixture > 1 inch containing a PG asphalt binder with a high45 temperature designation >_ 76°C Any mixture > 1 inch containing a PG asphalt binder with a high40 temperature designation < 76°C 334-5.3 Mix Temperature: Heat and combine the ingredients of the mix in such a manner as to produce a mixture with a temperature at the plant and at the roadway, within a range of plus or minus 30°F from the target temperature as shown on the mix design. Reject all loads outside of this range. For warm mix asphalt, the Contractor may produce the first five loads of the production day and at other times when approved by the Engineer, at a hot mix asphalt temperature not to exceed 330°F for purposes of heating the asphalt paver. For these situations, the upper tolerance of +30°F does not apply. 334-5.4 Transportation of the Mixture: Transport the mix in trucks of tight construction, which prevents the loss of material and the excessive loss of heat and previously cleaned of all foreign material. After cleaning, thinly coat the inside surface of the truck bodies with soapy water or an asphalt release agent as needed to prevent the mixture from adhering to the beds. Do not allow excess liquid to pond in the truck body. Do not use a release agent that will contaminate, degrade, or alter the characteristics of the asphalt mix or is hazardous or detrimental to the environment. Petroleum derivatives (such as diesel fuel), solvents, and any product that dissolves asphalt are prohibited. Provide each truck with a tarpaulin or other waterproof cover mounted in such a manner that it can cover the entire load when required. When in place, overlap the waterproof cover on all sides so it can be tied down. Cover each load during cool and cloudy weather and at any time it appears rain is likely during transit with a tarpaulin or waterproof cover. Cover and tie down all loads of friction course mixtures. 334-5.5 Preparation of Surfaces Prior to Paving: 334-5.5.1 Cleaning: Clean the surface of all loose and deleterious material by the use of power brooms or blowers, supplemented by hand brooming where necessary. 334-5.5.2 Patching and Leveling Courses: As shown in the plans, bring the existing surface to proper grade and cross-section by the application of patching or leveling courses. Overtown Greenway at NW 11th Street 120 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 334-5.5.3 Application over Surface Treatment: Where an asphalt mix is to be placed over a surface treatment, sweep and dispose of all loose material from the paving area. 334-5.5.4 Tack Coat: Use a rate of application as defined in Table 334-5. Control the rate of application to be within plus or minus 0.01 gallon per square yard of the target application rate. The target application rate may be adjusted by the Engineer to meet specific field conditions. Determine the rate of application as needed to control the operation. When using PG 52-28, multiply the target rate of application by 0.6. Table 334-5 Tack Coat Application Rates sphalt Mixture Type Underlying Pavement Surface Target Tack Rate (gal/yd ) Base Course, Structural Course, Dense Graded Friction Course Newly Constructed Asphalt Layers 0.03 minimum Milled Surface or Oxidized and Cracked0.06 Pavement Concrete Pavement 0.08 334-5.6 Placing Mixture: 334-5.6.1 Alignment of Edges: With the exception of pavements placed adjacent to curb and gutter or other true edges, place all pavements by the stringline method to obtain an accurate, uniform alignment of the pavement edge. Control the unsupported pavement edge to ensure that it will not deviate more than plus or minus 1.5 inches from the stringline. 334-5.6.2 Rain and Surface Conditions: Immediately cease transportation of asphalt mixtures from the plant when rain begins at the roadway. Do not place asphalt mixtures while rain is falling, or when there is water on the surface to be covered. Once the rain has stopped and water has been removed from the tacked surface to the satisfaction of the Engineer and the temperature of the mixture caught in transit still meets the requirements as specified in 334-5.3, the Contractor may then place the mixture caught in transit. 334-5.6.3 Checking Depth of Layer: Check the depth of each layer at frequent intervals to ensure a uniform spread rate that will meet the requirements of the Contract. 334-5.6.4 Hand Work: In limited areas where the use of the spreader is impossible or impracticable, spread and finish the mixture by hand. 334-5.6.5 Spreading and Finishing: Upon arrival, dump the mixture in the approved paver, and immediately spread and strike -off the mixture to the full width required, and to such loose depth for each course that, when the work is completed, the required weight of mixture per square yard, or the specified thickness, is secured. Carry a uniform amount of mixture ahead of the screed at all times. 334-5.6.6 Thickness Control: Ensure the spread rate is within 10% of the target spread rate, as indicated in the Contract. When calculating the spread rate, use, at a minimum, an average of five truckloads of mix. When the average spread rate is beyond plus or minus 10% of the target spread rate, monitor the thickness of the pavement layer closely and adjust the construction operations. If the Contractor fails to maintain an average spread rate within plus or minus 10% of the target spread rate for two consecutive days, the Engineer may elect to stop the construction operation at any time until the issue is resolved. When the average spread rate for the total structural or friction course pavement thickness exceeds the target spread rate by plus or minus50 pounds per square yard for layers greater than or equal to 2.5 inches or exceeds the target spread rate by plus or minus 25 pounds per square yard for layers less than 2.5 inches, address the unacceptable pavement in accordance with 334-5.10.4, unless an alternative approach is agreed upon by the Engineer. Overtown Greenway at NW 11th Street 121 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 334-5.7 Leveling Courses: 334-5.7.1 Patching Depressions: Before spreading any leveling course, fill all depressions in the existing surface as shown in the plans. 334-5.7.2 Spreading Leveling Courses: Place all courses of leveling with an asphalt paver or by the use of two motor graders, one being equipped with a spreader box. Other types of leveling devices may be used upon approval by the Engineer. 334-5.7.3 Rate of Application: When using Type SP-9.5for leveling, do not allow the average spread of a layer to be less than 50 pounds per square yard or more than 75 pounds per square yard. The quantity of mix for leveling shown in the plans represents the average for the entire project; however, the Contractor may vary the rate of application throughout the project as directed by the Engineer. When leveling in connection with base widening, the Engineer may require placing all the leveling mix prior to the widening operation. 334-5.8 Compaction: For each paving or leveling train in operation, furnish a separate set of rollers, with their operators. When density testing for acceptance is required, select equipment, sequence, and coverage of rolling to meet the specified density requirement. Regardless of the rolling procedure used, complete the final rolling before the surface temperature of the pavement drops to the extent that effective compaction may not be achieved or the rollers begin to damage the pavement. When density testing for acceptance is not required, use a rolling pattern approved by the Engineer. Use hand tamps or other satisfactory means to compact areas which are inaccessible to a roller, such as areas adjacent to curbs, headers, gutters, bridges, manholes, etc. 334-5.9 Joints. 334-5.9.1 Transverse Joints: Construct smooth transverse joints, which are within 3/16 inch of a true longitudinal profile when measured with a 15 foot manual straightedge meeting the requirements of FDOT Test Method FM 5-509. These requirements are waived for transverse joints at the beginning and end of the project and at the beginning and end of bridge structures, if the deficiencies are caused by factors beyond the control of the Contractor such as no milling requirement, as determined by the Engineer. When smoothness requirements are waived, construct a reasonably smooth transitional joint. 334-5.9.2 Longitudinal Joints: For all layers of pavement except the leveling course, place each layer so that longitudinal construction joints are offset 6 to 12 inches laterally between successive layers. Do not construct longitudinal joints in the wheel paths. The Engineer may waive these requirements where offsetting is not feasible due to the sequence of construction. 334-5.10 Surface Requirements: Construct a smooth pavement with good surface texture and the proper cross slope. 334-5.10.1 Texture of the Finished Surface of Paving Layers: Produce a finished surface of uniform texture and compaction with no pulled, torn, raveled, crushed or loosened portions and free of segregation, bleeding, flushing, sand streaks, sand spots, or ripples. Correct any area of the surface that does not meet the foregoing requirements in accordance with 334-5.10.4. In areas not defined to be a density testing exception per 334-6.4.1, obtain for the Engineer, three 6- inch diameter roadway cores at locations visually identified by the Engineer to be segregated. The Engineer will determine the density of each core in accordance with FDOT Test Method FM 1-T 166 and calculate the percent Gmm of the segregated area using the average Gmb of the roadway cores and the representative PC Gmm for the questionable material. If the average percent Gmm is less than 90.0, address the segregated area in accordance with 334-5.10.4. 334-5.10.2 Cross Slope: Construct a pavement surface with cross slopes in compliance with the requirements of the Contract Documents. 334-5.10.3 Pavement Smoothness: Construct a smooth pavement meeting the requirements of this Specification. Furnish a 15 foot manual and a 15 foot rolling straightedge meeting the requirements of FDOT Test Method FM 5-509. Overtown Greenway at NW 11th Street 122 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 334-5.10.3.1 Straightedge Testing: 334-5.10.3.1.1 Acceptance Testing: Perform straightedge testing in the outside wheel path of each lane for the final (top) layer of the pavement. Test all pavement lanes where the width is constant using a rolling straightedge and document all deficiencies on a form approved by the Engineer. Notify the Engineer of the location and time of all straightedge testing a minimum of 48 hours before beginning testing. 334-5.10.3.1.2 Final (Top) Pavement Layer: At the completion of all paving operations, straightedge the final (top) layer either behind the final roller of the paving train or as a separate operation. Address all deficiencies in excess of 3/16 inch in accordance with 334-5.10.4, unless waived by the Engineer. Retest all corrected areas. 334-5.10.3.1.3 Straightedge Exceptions: Straightedge testing will not be required in the following areas: shoulders, intersections, tapers, crossovers, sidewalks, shared use paths, parking lots and similar areas, or in the following areas when they are less than 250 feet in length: turn lanes, acceleration/deceleration lanes and side streets. The limits of the intersection will be from stop bar to stop bar for both the mainline and side streets. In the event the Engineer identifies a surface irregularity in the above areas that is determined to be objectionable, straightedge and address all deficiencies in excess of 3/8 inch in accordance with 334-5.10.4. 334-5.10.4 Correcting Unacceptable Pavement: Correct deficiencies in the pavement layer by removing and replacing the full depth of the layer, extending a minimum of 50 feet on both sides (where possible) of the defective area for the full width of the paving lane, at no additional cost. 334-6 Acceptance of the Mixture. 334-6.1 General: The asphalt mixture will be accepted based on the Asphalt Work Category as defined below: 1. Asphalt Work Category 1 — Certification by the Contractor as defined in 334-6.2. 2. Asphalt Work Category 2 — Certification and process control testing by the Contractor as defined in 334-6.3. 3. Asphalt Work Category 3 — Process control testing by the Contractor and acceptance testing by the Engineer as defined in 334-6.4. 334-6.2 Certification by the Contractor: On Asphalt Work Category 1 construction, the Engineer will accept the mix on the basis of visual inspection. Submit a Notarized Certification of Specification Compliance letter on company letterhead to the Engineer stating that all material produced and placed on the project meets the requirements of the Specifications. The Engineer may run independent tests to determine the acceptability of the material. 334-6.3 Certification and Process Control Testing by the Contractor: On Asphalt Work Category 2 construction, submit a Notarized Certification of Specification Compliance letter on company letterhead to the Engineer stating that all material produced and placed on the project meets the requirements of the Specifications, along with supporting test data documenting all process control testing as described in 334-6.3.1. If required by the Contract, utilize an Independent Laboratory as approved by the Engineer for the process control testing. The mix will also require visual acceptance by the Engineer. In addition, the Engineer may run independent tests to determine the acceptability of the material. Material failing to meet these acceptance criteria will be addressed as directed by the Engineer such as but not limited to acceptance at reduced pay, delineation testing to determine the limits of the questionable material, removal and replacement at no cost to the agency, or performing an Engineering analysis to determine the final disposition of the material. 334-6.3.1 Process Control Sampling and Testing Requirements: Perform process control testing at a frequency of once per day. Obtain the samples in accordance with FDOT Method FM 1- T 168. Test the mixture at the plant for gradation (P-8 and P-200) and asphalt binder content (Pb). Measure the roadway density with 6 inch diameter roadway cores at a minimum frequency of once per 1,500 feet of pavement with a minimum of three cores per day. Overtown Greenway at NW 11th Street 123 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Determine the asphalt binder content of the mixture in accordance with FDOT Method FM 5-563. Determine the gradation of the recovered aggregate in accordance with FDOT Method FM 1-T 030. Determine the roadway density in accordance with FDOT Method FM 1-T 166. The minimum roadway density will be based on the percent of the maximum specific gravity (Gmm) from the approved mix design. If the Contractor or Engineer suspects that the mix design Gmm is no longer representative of the asphalt mixture being produced, then a new Gmm value will be determined from plant -produced mix, in accordance with FDOT Method FM 1-T 209, with the approval of the Engineer. Roadway density testing will not be required in certain situations as described in 334-6.4.1. Assure that the asphalt binder content, gradation and density test results meet the criteria in Table 334-4. Table 334-4 Process Control and Acceptance Values Characteristic Tolerance Asphalt Binder Content (percent) Target ± 0.55 Passing No. 8 Sieve (percent) Target ± 6.00 Passing No. 200 Sieve (percent) Target ± 2.00 Roadway Density (daily average) Minimum 90.0% of Gmm 334-6.4 Process Control Testing by the Contractor and Acceptance Testing by the Engineer: On Asphalt Work Category 3, perform process control testing as described in 334-6.3.1. In addition, the Engineer will accept the mixture at the plant with respect to gradation (P-8 and P-200) and asphalt binder content (Pb). The mixture will be accepted on the roadway with respect to density. The Engineer will sample and test the material as described in 334-6.3.1. The Engineer will randomly obtain at least one set of samples per day. Assure that the asphalt content, gradation and density test results meet the criteria in Table 334-4. Material failing to meet these acceptance criteria will be addressed as directed by the Engineer such as but not limited to acceptance at reduced pay, delineation testing to determine the limits of the questionable material, removal and replacement at no cost to the agency, or performing an Engineering analysis to determine the final disposition of the material. 334-6.4.1 Acceptance Testing Exceptions: When the total quantity of any mix type in the project is less than 500 tons, the Engineer will accept the mix on the basis of visual inspection. The Engineer may run independent tests to determine the acceptability of the material. Density testing for acceptance will not be performed on widening strips or shoulders with a width of 5 feet or less, variable thickness overbuild courses, leveling courses, any asphalt layer placed on subgrade (regardless of type), miscellaneous asphalt pavement, shared use paths, crossovers, or any course with a specified thickness less than 1 inch or a specified spread rate less than 100 pounds per square yard. Density testing for acceptance will not be performed on asphalt courses placed on bridge decks or approach slabs; compact these courses in static mode only. In addition, density testing for acceptance will not be performed on the following areas when they are less than 1,000 feet continuous in length: turning lanes, acceleration lanes, deceleration lanes, shoulders, parallel parking lanes, or ramps. Density testing for acceptance will not be performed in intersections. The limits of the intersection will be from stop bar to stop bar for both the mainline and side streets. Compact these courses in accordance with a standard rolling procedure approved by the Engineer. In the event that the rolling procedure deviates from the approved procedure, placement of the mix will be stopped. 334-7 Method of Measurement. For the work specified under this Section, the quantity to be paid for will be the weight of the mixture, in tons. Overtown Greenway at NW 11th Street 124 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E The bid price for the asphalt mix will include the cost of the liquid asphalt and the tack coat application as specified in 334-5.5.4. There will be no separate payment or unit price adjustment for the asphalt binder material in the asphalt mix. 334-8 Basis of Payment. 334-8.1 General: Price and payment will be full compensation for all the work specified under this Section. Overtown Greenway at NW 11th Street 125 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E CONCRETE FOR LAP (OFF -SYSTEM). (REV 12-20-11) (FA 2-27-12) SECTION 344 CONCRETE FOR LAP (OFF -SYSTEM) 344-1 Description. 344-1 General: Construct concrete based on the type of work as described in the Contract and the concrete work categories as defined below. 344-1.2 Work Categories: Construction will fall into one of the following concrete work categories: 344-1.2.1 Concrete Work Category 1: Includes the construction of sidewalks, curb and gutter, ditch and slope pavement, or other non -reinforced cast -in- place elements. 344-1.2.2 Concrete Work Category 2: Includes the construction of precast concrete including concrete barriers, traffic railing barriers, parapets, sound barriers, inlets, manholes, junction boxes, pipe culverts, storm sewers, box culverts, pre -stressed concrete poles, concrete bases for light poles, highway sign foundations, retaining wall systems, traffic separators or other structural precast elements. 344-1.2.3 Concrete Work Category 3: Includes the work associated with the placement and/or construction of structural cast -in -place concrete meeting the requirements of this section. 344-2 Materials. 344-2.1 General: Use concrete composed of a mixture of Portland cement, aggregates, and water, with or without chemical or mineral admixtures that meet the following requirements: 344-2.1.1 Portland Cement: Portland cements meeting the requirements of AASHTO M-85 or ASTM C-150 is required. Different brands of cement, cement of the same brand from different facilities or different types of cement shall be stored separately and shall not be mixed. 344-2.1.2 Coarse and Fine Aggregates: Aggregates shall meet ASTM C 33. Source approval by the FDOT is not required. 344-2.1.3 Water: Water shall meet the requirements of ASTM C 1602. 344-2.1.4 Chemical Admixtures: Chemical admixtures shall be listed on the FDOT Qualified Products List. Admixtures may be added at the dosage rates recommended by the manufacturer. 344-2.1.5 Pozzolans and Slag: Pozzolans and Slag shall meet the requirements of Table 344- 1. Fly ash shall not include the residue resulting from the burning of municipal garbage or any other refuse with coal, or the burning of industrial or municipal garbage in incinerators. Table 344-1 Type or Class Test Method Exceptions Class C Fly Ash ASTM C 618 Not to be used with Types IP or IS cements. Class F Fly Ash ASTM C 618 Not to be used with Types IP or IS cements. Petroleum Coke Class F ASTM C 618 Not to be used with Types IP or IS cements. Bark Ash Class F ASTM C 618 Not to be used with Types IP or IS cements. Silica Fume ASTM C 1240 Metakaolin ASTM C 618 Slag ASTM C 989 Use only ground granulated blast -furnace slag grade 100 or 120. Ultra Fine Fly Ash ASTM C 618 Not to be used with Types IP or IS cements. 344-3 Production, Mixing and Delivery of Concrete. 344-3.1 Concrete Production Requirements: Overtown Greenway at NW 11th Street (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 126 ITB No. 20-21-004 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 344-3.1.1 Category 1: Use a concrete production facility that is certified by the National Ready Mixed Concrete Association (NRMCA) or listed on the FDOT list of non-structural concrete producers. Concrete production facilities listed on the FDOT Producers with Accepted QC Programs list for structural concrete may also be used for Category 1. 344-3.1.2 Category 2: Use a pre -stressed and or precast facility listed on the FDOT Producers with Accepted QC Programs for precast or pre -stressed concrete. 344-3.1.3 Category 3: Use a structural concrete facility listed on the FDOT Producers with Accepted QC Programs for structural concrete. 344-3.2 Classes of Concrete: Meet the requirements of Table 344-2. Table 344-2 Class Minimum Strength da si y) (p ) (28SIump Target ( Inches ) Target Range ( Inches ) Air ContentCementitious Range (/oo) Minimum TotalMaximum Materials ContentMaterial (Ib/yd3) Water to Cementitious Ratio (Ib/Ib) Category 1 Class NS 2,500 N/A N/A N/A N/A N/A Category 3 I 3,000 3 ± 1.5 1.0 to 6.0 470 0.53 I (Pavement) 3,000 2 ± 1.5 1.0 to 6.0 470 0.50 11 3,400 3 ± 1.5 1.0 to 6.0 470 0.53 II Deck) (Bridge4,500 3 ± 1.5 1.0 to 6.0 611 0.44 III 5,000 3 ± 1.5 1.0 to 6.0 611 0.44 III (Seal) 3,000 8 ± 1.5 1.0 to 6.0 611 0.53 IV 5,500 3 ± 1.5 1.0 to 6.0 658 0.41 IV (Drilled4,000 Shaft) 8.5 ± 1.5 0.0 to 6.0 658 0.41 V (Special) 6,000 3 ± 1.5 1.0 to 6.0 752 0.37 V 6,500 3 ± 1.5 1.0 to 6.0 752 0.37 VI 8,500 3 ± 1.5 1.0 to 6.0 752 0.37 344-3.3 Contractors Quality Control: For Categories 1 and 2, assume full responsibility for controlling all operations and processes such that the requirements of these Specifications are met at all times. For Category 3, furnish a Quality Control (QC) plan to identify to the Engineer how quality will be ensured at the project site. During random inspections, the Engineer will use this document to verify that the construction of the project is in agreement with the QC plan. 344-3.4 Concrete Mix Design: Before producing any Category 1 or Category 2, submit the proposed mix designs to the Engineer on a form provided by the Engineer. For Category 3, submit to the Engineer for approval, FDOT approved mix designs. Do not use concrete mix designs without prior approval of the Engineer. Materials may be adjusted provided that the theoretical yield requirement of the approved mix design is met. Show all required original approved design mix data and batch adjustments on an Engineer approved concrete delivery ticket. 344-3.5 Delivery: For Category 3, the maximum allowable transit time of concrete is 90 minutes. Furnish a delivery ticket on a form approved by the Engineer with each batch of concrete before unloading at the placement site. Record material quantities incorporated into the mix on the delivery ticket. Ensure that the Batcher responsible for producing the concrete signs the delivery ticket certifying Overtown Greenway at NW 11th Street 127 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E that the batch was produced and delivered in accordance with these requirements. Sign the delivery ticket certifying that the concrete was placed in accordance with these requirements. 344-3.6 Placing Concrete: 344-3.6.1 Concreting in Cold Weather: Do not mix or place concrete when the air temperature at placement is below 45°F. During the curing period, if NOAA predicts the ambient temperature to fall below 35°F for 12 hours or more or to fall below 30°F for more than 4 hours, enclose the structure in such a way that the air temperature within the enclosure can be kept above 50°F for a period of 3 days after placing the concrete or until the concrete reaches a minimum compressive strength of 1,500 psi. Assume all risks connected with the placing and curing of concrete. Although the Engineer may give permission to place concrete, the Contractor is responsible for satisfactory results. If the placed concrete is determined to be unsatisfactory, remove, dispose of, and replace the concrete at no expense to the Agency. 344-3.6.2 Concreting in Hot Weather: For Category 3, hot weather concreting is defined as the production, placing and curing of concrete when the concrete temperature at placing exceeds 86°F but is less than 100°F. Unless the specified hot weather concreting measures are in effect, reject concrete exceeding 86°F at the time of placement. Regardless of special measures taken, reject concrete exceeding 100°F. Predict the concrete temperatures at placement time and implement hot weather measures to avoid production shutdown. 344-3.7 Mixers: For Category 3 concrete, do not place concrete from a truck mixer that does not have a current FDOT mixer identification card. 344-3.8 Small Quantities of Concrete: With approval of the Engineer, small quantities of concrete, less than 3 cubic yards placed in one day and less than 0.5 cubic yards placed in a single placement may be accepted using a pre -bagged mixture. The Engineer may verify that the pre -bagged mixture is prepared in accordance with the manufacturer's recommendations and will meet the requirements of this Specification. 344-3.9 Sampling and Testing: 344-3.9.1 Category 1: The Engineer may sample and test the concrete to verify its quality. The minimum 28 day compressive strength requirement for this concrete is 2,500 psi. 344-3.9.2: Category 2: No sampling and testing is required for category 2. 344-3.9.3 Category 3: The Engineer will randomly select a sample from each 200 cubic yards or one day's production to determine plastic properties and to make three 4 x 8 inch cylinders for testing by the Engineer at 28 days to ensure that the design compressive strength has been met for the class of concrete as specified in Table 344-2. 344-3.10 Records: Ensure the following records are available for review for at least 3 years after final acceptance of the project: 1. Approved concrete mix designs. 2. Materials source (delivery tickets, certifications, certified mill test reports). 3. A copy of the scale company or testing agency report showing the observed deviations from quantities checked during calibration of the scales and meters. 4. A copy of the documentation certifying the admixture weighing/measuring devices. 344-4 Acceptance of the Work. 344-4.1 Category 1 Work: Category 1 work will be accepted based on certification by the batcher and contractor on the delivery ticket. 344-4.2 Category 2 Work: Certify that the precast elements were produced by a production facility on the FDOT's list of Producers with Accepted QC Programs for precast or pre -stressed concrete. In addition, the producer's logo shall be stamped on the element. The producer shall not use the Florida Department of Transportation QC stamp on elements used on this project. Provide a Overtown Greenway at NW 11th Street 128 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E statement of certification from the manufacturer of the precast element that the element meets the requirements of this Specification. 344-4.3 Category 3 Work: Category 3 concrete will be accepted based on the Engineer's test results for plastic properties and compressive strength requirements for the class of concrete as defined in Table 344-2. In addition, a Delivery Ticket as described in 344-3.5 will be required for acceptance of the material at the project site. 344-4.4 Small Quantities of Concrete: Category 3 concrete meeting the definition of 344-3.8 will be accepted in accordance with 344-4.3 based on test results for plastic properties and compressive strength. 344-5 Method of Measurement. The quantities to be paid for will be the items shown in the plans, completed and accepted. 344-6 Basis of Payment. Prices and payments will be full compensation for all work and materials specified in this Section. Overtown Greenway at NW 11th Street 129 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E EARTHWORK AND RELATED OPERATIONS FOR LAP (OFF -SYSTEM). (REV 1-23-12) (FA 2-27-12) SECTION 120 EARTHWORK AND RELATED OPERATIONS FOR LAP (OFF -SYSTEM) 120-1 Description. 120-1.1 General: Perform earthwork and related operations based on the type of work specified in the Contract and the Earthwork Categories as defined below. Meet the applicable requirements for materials, equipment and construction as specified. Earthwork and related operations consists of excavation for the construction of the roadway, excavation for structures and pipe, constructing backfill around structures and pipe, and constructing embankments as required for the roadway, ditches, and channel changes. 120-1.2 Earthwork Categories: Performance of Earthwork Operations will fall into one of the following Earthwork Categories: 120-1.2.1 Earthwork Category 1: Includes the earthwork and related operations associated with the construction of sidewalks and bike paths along with any drainage structures associated with these facilities. 120-1.2.2 Earthwork Category 2: Includes the earthwork and related operations associated with the construction of turn lanes and other non -mainline traffic lanes, widening, roadway shoulders, concrete box culverts, retaining walls, and other drainage structures on the non -mainline pavement. 120-1.2.3 Earthwork Category 3: Includes the earthwork and related operations associated with the construction of new mainline pavement, along with concrete box culverts, retaining walls, and other drainage structures on the mainline pavement. 120-2 Classes of Excavation. 120-2.1 Excavation of Unsuitable Material: Excavation of unsuitable material consists of the removal of muck, clay, rock or any other material that is unsuitable in its original position and that is excavated below the finished grading template. For stabilized bases and sand bituminous road mixes, the finished grading template is the top of the finished base, shoulders and slopes. For all other bases and rigid pavement, the finished grading template is the finished shoulder and slope lines and bottom of completed base or rigid pavement. 120-2.2 Lateral Ditch Excavation: Lateral ditch excavation consists of all excavation of inlet and outlet ditches to structures and roadway, changes in channels of streams, and ditches parallel to the roadway right-of-way. Dress lateral ditches to the grade and cross-section shown in the plans. 120-2.3 Channel Excavation: Channel excavation consists of the excavation and satisfactory disposal of all materials from the limits of the channel as shown in the plans. 120-2.4 Excavation for Structures and Pipe: Excavation for structures consists of the excavation for bridge foundations, box culverts, pipe culverts, storm sewers and all other pipe lines, retaining walls, headwalls for pipe culverts and drains, catch basins, drop inlets, manholes, and similar structures. 120-3 Excavation Requirements. 120-3.1 Excavation and Replacement of Unsuitable Materials: Where rock, muck, clay, or other material within the limits of the roadway is unsuitable in its original position, excavate such material to the cross -sections shown in the plans or indicated by the Engineer, and backfill with suitable material. Shape backfill materials to the required cross -sections. Where the removal of plastic soils below the finished earthwork grade is required, meet a construction tolerance of plus or minus 0.2 foot in depth and plus or minus 6 inches (each side) in width. 120-3.2 Lateral Ditch Excavation: Excavate inlet and outlet ditches to structures and roadway, changes in channels of streams and ditches parallel to the roadway. Dress lateral ditches to the grade and cross-section shown in the plans. 120-3.3 Channel Excavation: Excavate and dispose of all materials from the limits of the channel as shown in the plans. Excavate for bridge foundations, box culverts, pipe culverts, storm Overtown Greenway at NW 11th Street 130 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E sewers and all other pipelines, retaining walls, headwalls for pipe culverts and drains, catch basins, drop inlets, manholes, and similar structures. 120-3.4 Excavation for Structures and Pipe. 120-3.4.1 Requirements for all Excavation: Excavate foundation pits to permit the placing of the full widths and lengths of footings shown in the plans, with full horizontal beds. Do not round or undercut corners or edges of footings. Perform all excavation to foundation materials, satisfactory to the Engineer, regardless of the elevation shown on the plans. Perform all excavation in stream beds to a depth at least 4 feet below the permanent bed of the stream, unless a firm footing can be established on solid rock before such depth is reached, and excavate to such additional depth as may be necessary to eliminate any danger of undermining. Wherever rock bottom is secured, excavate in such manner as to allow the solid rock to be exposed and prepared in horizontal beds for receiving the masonry. Remove all loose and disintegrated rock or thin strata. Have the Engineer inspect and approve all foundation excavations prior to placing masonry. 120-3.4.2 Earth Excavation: 120-3.4.2.1 Foundation Material other than the Rock: When masonry is to rest on an excavated surface other than rock, take special care to avoid disturbing the bottom of the excavation, and do not remove the final foundation material to grade until just before placing the masonry. In case the foundation material is soft or mucky, the Engineer may require excavation to a greater depth and to backfill to grade with approved material. 120-3.4.2.2 Foundation Piles: Where foundation piles are used, complete the excavation of each pit before driving the piles. After the driving is completed, remove all loose and displaced material, leaving a smooth, solid, and level bed to receive the masonry. 120-3.4.2.3 Removal of Obstructions: Remove boulders, logs, or any unforeseen obstacles encountered in excavating. 120-3.4.3 Rock Excavation: Clean all rock and other hard foundation material, remove all loose material, and cut all rock to a firm surface. Either level, step vertically and horizontally, or serrate the rock, as may be directed by the Engineer. Clean out all seams, and fill them with concrete or mortar. 120-3.4.4 Pipe Trench Excavation: Excavate trenches for pipe culverts and storm sewers to the elevation of the bottom of the pipe and to a width sufficient to provide adequate working room. Remove soil not meeting the classification specified as suitable backfill material in 120-8.3.2.2 to a depth of 4 inches below the bottom of the pipe elevation. Remove rock, boulders or other hard lumpy or unyielding material to a depth of 12 inches below the bottom of the pipe elevation. Remove muck or other soft material to a depth necessary to establish a firm foundation. Where the soils permit, ensure that the trench sides are vertical up to at least the mid -point of the pipe. For pipelines placed above the natural ground line, place and compact the embankment, prior to excavation of the trench, to an elevation at least 2 feet above the top of the pipe and to a width equal to four pipe diameters, and then excavate the trench to the required grade. 120-4 Disposal of Surplus and Unsuitable Material. 120-4.1 Ownership of Excavated Materials: Dispose of surplus and excavated materials as shown in the plans or, if the plans do not indicate the method of disposal, take ownership of the materials and dispose of them outside the right-of-way. 120-4.2 Disposal of Muck on Side Slopes: As an exception to the provisions of 120-4.1, when approved by the Engineer, muck (A-8 material) may be placed on the slopes, or stored alongside the roadway, provided there is a clear distance of at least 6 feet between the roadway grading limits and the muck, and the muck is dressed to present a neat appearance. In addition, this material may also be disposed of by placing it on the slopes where, in the opinion of the Engineer, this will result in an aesthetically pleasing appearance and will have no detrimental effect on the adjacent developments. Where the Engineer permits the disposal of muck or other unsuitable material inside the Overtown Greenway at NW 11th Street 131 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E right-of-way limits, do not place such material in a manner which will impede the inflow or outfall of any channel or of side ditches. The Engineer will determine the limits adjacent to channels within which such materials may be disposed. 120-4.3 Disposal of Paving Materials: Unless otherwise noted, take ownership of paving materials, such as paving brick, asphalt block, concrete slab, sidewalk, curb and gutter, etc., excavated in the removal of existing pavements, and dispose of them outside the right-of-way. If the materials are to remain the property of the Agency, place them in neat piles as directed. Existing lime rock base that is removed may be incorporated in the stabilized portion of the subgrade. If the construction sequence will allow, incorporate all existing lime rock base into the project as allowed by the Contract Documents. 120-4.4 Disposal Areas: Where the Contract Documents require disposal of excavated materials outside the right-of-way, and the disposal area is not indicated in the Contract Documents, furnish the disposal area without additional compensation. Provide areas for disposal of removed paving materials out of sight of the project and at least 300 feet from the nearest roadway right-of-way line of any road. If the materials are buried, disregard the 300-foot limitation. 120-5 Materials for Embankment. 120-5.1 General Requirements for Embankment Materials: Construct embankments using suitable materials excavated from the roadway or delivered to the jobsite from authorized borrow pits. Construct the embankment using maximum particle sizes as follows: In top 12 inches: 3 1/2 inches (in any dimension). 12 to 24 inches: 6 inches (in any dimension). In the depth below 24 inches: not to exceed 12 inches (in any dimension) or the compacted thickness of the layer being placed, whichever is less. Spread all material so that the larger particles are separated from each other to minimize voids between them during compaction. Compact around these rocks in accordance with 120-7.2. When and where approved by the Engineer, larger rocks (not to exceed 18 inches in any dimension) may be placed outside the one to two slope and at least 4 feet or more below the bottom of the base. Compact around these rocks to a firmness equal to that of the supporting soil. Where constructing embankments adjacent to bridge end bents or abutments, do not place rock larger than 3 1/2 inches in diameter within 3 feet of the location of any end -bent piling. 120-5.2 Use of Materials Excavated from the Roadway and Appurtenances: Assume responsibility for determining the suitability of excavated material for use on the project in accordance with the applicable Contract Documents. Consider the sequence of work and maintenance of traffic phasing in the determination of the availability of this material. 120-5.3 Authorization for Use of Borrow: Use borrow only when sufficient quantities of suitable material are not available from roadway and drainage excavation, to properly construct the embankment, subgrade, and shoulders, and to complete the backfilling of structures and pipe. Do not use borrow material until so ordered by the Engineer, and then only use material from approved borrow pits. 120-5.3.1 Haul Routes for Borrow Pits: Provide and maintain, at no expense to the Agency, all necessary roads for hauling the borrow material. Where borrow area haul roads or trails are used by others, do not cause such roads or trails to deteriorate in condition. Arrange for the use of all non-public haul routes crossing the property of any railroad. Incur any expense for the use of such haul routes. Establish haul routes which will direct construction vehicles away from developed areas when feasible, and keep noise from hauling operations to a minimum. Advise the Engineer in writing of all proposed haul routes. 120-5.3.2 Borrow Material for Shoulder Build-up: When so indicated in the plans, furnish borrow material with a specific minimum bearing value, for building up of existing shoulders. Blend Overtown Greenway at NW 11th Street 132 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E materials as necessary to achieve this specified minimum bearing value prior to placing the materials on the shoulders. Take samples of this borrow material at the pit or blended stockpile. 120-5.4 Materials Used at Pipes, Culverts, etc.: Construct embankments over and around pipes, culverts, and bridge foundations with selected materials. 120-6 Embankment Construction. 120-6.1 General: Construct embankments in sections of not less than 300 feet in length or for the full length of the embankment. 120-6.2 Dry Fill Method: 120-6.2.1 General: Construct embankments to meet compaction requirements in 120-7 and in accordance with the acceptance program requirements in 120-9. Restrict the compacted thickness of the last embankment lift to 6 inches maximum. As far as practicable, distribute traffic over the work during the construction of embankments so as to cover the maximum area of the surface of each layer. Construct embankment in the dry whenever normal dewatering equipment and methods can accomplish the needed dewatering. 120-6.2.1.1 For A-3 and A-2-4 Materials with up to 15% fines: Construct the embankment in successive layers with lifts up to a maximum compacted thickness of 12 inches. Ensure the percentage of fines passing the No. 200 US Standard sieve in the A-2-4 material does not exceed 15%. 120-6.2.1.2 For A-1 Plastic materials (As designated in FDOT Design Standard Index 505) and A-2-4 Materials with greater than 15% fines: Construct the embankment in successive layers with lifts up to a maximum compacted thickness of 6 inches. 120-6.2.1.3 Equipment and Methods: Provide normal dewatering equipment including, but not limited to, surface pumps, sump pumps and trenching/digging machinery. Provide normal dewatering methods including, but not limited to, constructing shallow surface drainage trenches/ditches, using sand blankets, sumps and siphons. When normal dewatering does not adequately remove the water, the Engineer may require the embankment material to be placed in the water or in low swampy ground in accordance with 120-7.2.4. 120-6.2.2 Placing in Unstable Areas: Where depositing the material in water, or in low swampy ground that will not support the weight of hauling equipment, construct the embankment by dumping successive loads in a uniformly distributed layer of a thickness not greater than necessary to support the hauling equipment while placing subsequent layers. Once sufficient material has been placed so that the hauling equipment can be supported, construct the remaining portion of the embankment in layers in accordance with the applicable provisions of 120-7.2.4 and 120-7.2.6. 120-6.2.3 Placing on Steep Slopes: When constructing an embankment on a hillside sloping more than 20 degrees from the horizontal, before starting the fill, deeply plow or cut into steps the surface of the original ground on which the embankment is to be placed. 120-6.2.4 Placing Outside Standard Minimum Slope: Where material that is unsuitable for normal embankment construction is to be used in the embankment outside the standard minimum slope (approximately one to two), place such material in layers of not more than 18 inches in thickness, measured loose. The Contractor may also place material which is suitable for normal embankment, outside such standard minimum slope, in 18 inch layers. Maintain a constant thickness for suitable material placed within and outside the standard minimum slope, unless placing in a separate operation. 120-6.3 Hydraulic Method: 120-6.3.1 Method of Placing: When the hydraulic method is used, as far as practicable, place all dredged material in its final position in the embankment by such method. Place and compact any dredged material that is re -handled, or moved and placed in its final position by any other method, as specified in 120-7.2. The Contractor may use baffles or any form of construction he may select, provided the slopes of the embankments are not steeper than indicated in the plans. Remove all timber used for temporary bulkheads or baffles from the embankment, and fill and thoroughly compact the Overtown Greenway at NW 11th Street 133 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E holes thus formed. When placing fill on submerged land, construct dikes prior to beginning of dredging, and maintain the dikes throughout the dredging operation. 120-6.3.2 Excess Material: Do not use excess material placed outside the prescribed slopes, below the normal high-water level, to raise the fill. Remove only the portion of this material required for dressing the slopes. 120-6.3.3 Protection of Openings in Embankment: Leave openings in the embankments at the bridge sites. Remove any material which invades these openings or existing channels without additional compensation to provide the same depth of channel as existed before the construction of the embankment. Do not excavate or dredge any material within 200 feet of the toe of the proposed embankment. 120-7 Compaction Requirements. 120-7.1 Moisture Content: Compact the materials at a moisture content such that the specified density can be attained. If necessary to attain the specified density, add water to the material, or lower the moisture content by manipulating the material or allowing it to dry, as is appropriate. 120-7.2 Compaction of Embankments: 120-7.2.1 Earthwork Category 1 and 2 Density Requirements: The Engineer will accept a minimum density of 95% of the maximum density as determined by AASHTO T-99 Method C for all earthwork items requiring densities. 120-7.2.2 Earthwork Category 3 Density Requirements: The Engineer will accept a minimum of 100% of the maximum density as determined by AASHTO T-99 Method C for all densities required under category 3. Except for embankments constructed by the hydraulic method as specified in 120-6.3, and for the material placed outside the standard minimum slope as specified in 120-6.2.4, and for other areas specifically excluded herein, compact each layer of the material used in the formation of embankments to the required density stated above. Uniformly compact each layer using equipment that will achieve the required density, and as compaction operations progress, shape and manipulate each layer as necessary to ensure uniform density throughout the embankment. 120-7.2.3 Compaction Over Unstable Foundations: Where the embankment material is deposited in water or on low swampy ground, and in a layer thicker than 12 inches (as provided in 120- 6.2.2), compact the top 6 inches (compacted thickness) of such layer to the density as specified in 120- 9.5. 120-7.2.4 Compaction Where Plastic Material Has Been Removed: Where unsuitable material is removed and the remaining surface is of the A-4, A-5, A-6, or A-7 Soil Groups, as determined by the Engineer, compact the surface of the excavated area by rolling with a sheeps foot roller exerting a compression of at least 250 psi on the tamper feet, for the full width of the roadbed (subgrade and shoulders). Perform rolling before beginning any backfill, and continue until the roller feet do not penetrate the surface more than 1 inch. Do not perform such rolling where the remaining surface is below the normal water table and covered with water. Vary the procedure and equipment required for this operation at the discretion of the Engineer. 120-7.2.5 Compaction of Material To Be Used In Base, Pavement, or Stabilized Areas: Do not compact embankment material which will be incorporated into a pavement, base course, or stabilized subgrade, to be constructed as a part of the same Contract. 120-7.2.6 Compaction of Grassed Shoulder Areas: For the upper 6 inch layer of all shoulders which are to be grassed, since no specific density is required, compact only to the extent directed. 120-7.2.7 Compaction of Grassed Embankment Areas: For the outer layer of all embankments where plant growth will be established, do not compact. Leave this layer in a loose condition to a minimum depth of 6 inches for the subsequent seeding or planting operations. 120-7.3 Compaction of Subgrade: If the plans do not provide for stabilizing, compact the subgrade in both cuts and fills to the density specified in 120-9.5. For undisturbed soils, do not apply Overtown Greenway at NW 11th Street 134 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E density requirements where constructing narrow widening strips or paved shoulders 5 feet or less in width Where trenches for widening strips are not of sufficient width to permit the use of standard compaction equipment, perform compaction using vibratory rollers, trench rollers, or other type compaction equipment approved by the Engineer. Maintain the required density until the base or pavement is placed on the subgrade. 120-8 Backfilling Around Structures and Pipe. 120-8.1 Requirements for all Structures: 120-8-1.1 General: Backfill around structures and pipe in the dry whenever normal dewatering equipment and methods can accomplish the needed dewatering. 129-8.1.2 Equipment and Methods: Provide normal dewatering equipment including, but not limited to, surface pumps, sump pumps, well points and header pipe and trenching/digging machinery. Provide normal dewatering methods including, but not limited to, constructing shallow surface drainage trenches/ditches, using sand blankets, perforated pipe drains, sumps and siphons. 120-8.1.3 Backfill Materials: Backfill to the original ground surface or subgrade surface of openings made for structures, with a sufficient allowance for settlement. The Engineer may require that the material used for this backfill be obtained from a source entirely apart from the structure. Do not allow heavy construction equipment to cross over culvert or storm sewer pipes until placing and compacting backfill material to the finished earthwork grade or to an elevation at least 4 feet above the crown of the pipe. 120-8.1.4 Use of A-7 Material: In the backfilling of trenches, A-7 material may be used from a point 12 inches above the top of the pipe up to the elevation shown on the FDOT Design Standards as the elevation for undercutting of A-7 material. 120-8.1.5 Time of Placing Backfill: Do not place backfill against any masonry or concrete abutment, wing wall, or culvert until the Engineer has given permission to do so, and in no case until the masonry or concrete has been in place seven days or until the specified 28-day compressive strength occurs. 120-8.1.6 Placement and Compaction: When the backfill material is deposited in water, compact per 120-8.2.5 and 120-8.3.4. Place the material in horizontal layers not exceeding 6 inches compacted thickness, in depth above water level, behind abutments, wing walls and end bents or end rest piers, and around box culverts and all structures including pipe culverts. The Engineer may approve placing material in thicker lifts of no more than 12 inches compacted thickness above the soil envelope if a test section demonstrates the required density can be achieved. Approval will be based on five passing density tests over the test section consisting of a lift of backfill from structure to structure. The Engineer will identify the test section with the compaction effort and soil classification in the Agency Logbook. In case of a change in compaction effort or soil classification, construct a new test section. The Engineer reserves the right to terminate the Contractor's use of thick lift construction and have him revert to the 6 inch compacted lifts whenever it is determined that satisfactory results are not being obtained. 120-8.2 Additional Requirements for Structures Other than Pipe: 120-8.2.1 Density: Where the backfill material is deposited in water, obtain a 12 inch layer of comparatively dry material, thoroughly compacted by tamping, before the Engineer verifies layer and density requirements. Meet the requirements of the density Acceptance Criteria. 120-8.2.2 Box Culverts: For box culverts over which pavement is to be constructed, compact around the structure to an elevation not less than 12 inches above the top of the structure, using rapid - striking mechanical tampers. 120-8.2.3 Other Limited Areas: Compact in other limited areas using mechanical tampers or approved hand tampers, until the cover over the structure is at least 12 inches thick. When hand tampers are used, deposit the materials in layers not more than 4 inches thick using hand tampers suitable for this purpose with a face area of not more than 100 in2. Take special precautions to prevent Overtown Greenway at NW 11th Street 135 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E any wedging action against the masonry, and step or terrace the slope bounding the excavation for abutments and wing walls if required by the Engineer. 120-8.2.4 Culverts and Piers: Backfill around culverts and piers on both sides simultaneously to approximately the same elevation. 120-8.2.5 Compaction Under Wet Conditions: Where wet conditions do not permit the use of mechanical tampers, compact using hand tampers. Use only A-3 material for the hand tamped portions of the backfill. When the backfill has reached an elevation and condition such as to make the use of the mechanical tampers practical, perform mechanical tamping in such manner and to such extent as to transfer the compaction force into the sections previously tamped by hand. 120-8.3 Additional Requirements for Pipe 15 Inches Inside Diameter or Greater: 120-8.3.1 General: Trenches for pipe may have up to four zones that must be backfilled. Lowest Zone: The lowest zone is backfilled for deep undercuts up to within 4 inches of the bottom of the pipe. Bedding Zone: The zone above the Lowest Zone is the Bedding Zone. Usually it will be the backfill which is the 4 inches of soil below the bottom of the pipe. When rock or other hard material has been removed to place the pipe, the Bedding Zone will be the 12 inches of soil below the bottom of the pipe. Cover Zone: The next zone is backfill that is placed after the pipe has been laid and will be called the Cover Zone. This zone extends to 12 inches above the top of the pipe. The Cover Zone and the Bedding Zone are considered the Soil Envelope for the pipe. Top Zone: The Top Zone extends from 12 inches above the top of the pipe to the base or final grade. 120-8.3.2 Material: 120-8.3.2.1 Lowest Zone: Backfill areas undercut below the Bedding Zone of a pipe with coarse sand, or other suitable granular material, obtained from the grading operations on the project, or a commercial material if no suitable material is available. 120-8.3.2.2 Soil Envelope: In both the Bedding Zone and the Cover Zone of the pipe, backfill with materials classified as A-1, A-2, or A-3. Material classified as A-4 may be used if the pipe is concrete pipe. 120-8.3.2.3 Top Zone: Backfill the area of the trench above the soil envelope of the pipe with materials allowed on Design Standard, Index No. 505. 120-8.3.3 Compaction: 120-8.3.3.1 Lowest Zone: Compact the soil in the Lowest Zone to approximately match the density of the soil in which the trench was cut. 120-8.3.3.2 Bedding Zone: If the trench was not undercut below the bottom of the pipe, loosen the soil in the bottom of the trench immediately below the approximate middle third of the outside diameter of the pipe. If the trench was undercut, place the bedding material and leave it in a loose condition below the middle third of the outside diameter of the pipe. Compact the outer portions to meet the density requirements of the Acceptance Criteria. Place the material in lifts no greater than 6 inches (compacted thickness). 120-8.3.3.3 Cover Zone: Place the material in 6 inches layers (compacted thickness), evenly deposited on both sides of the pipe, and compact with mechanical tampers suitable for this purpose. Hand tamp material below the pipe haunch that cannot be reached by mechanical tampers. Meet the requirements of the density Acceptance Criteria. 120-8.3.3.4 Top Zone: Place the material in layers not to exceed 12 inches in compacted thickness. Meet the requirements of the density Acceptance Criteria. 120-8.3.4 Backfill Under Wet Conditions: Where wet conditions are such that dewatering by normal pumping methods would not be effective, the procedure outlined below may be used when specifically authorized by the Engineer in writing. Granular material may be used below the elevation at which mechanical tampers would be effective, but only material classified as A-3. Place and compact Overtown Greenway at NW 11th Street 136 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E the material using timbers or hand tampers until the backfill reaches an elevation such that its moisture content will permit the use of mechanical tampers. When the backfill has reached such elevation, use normally acceptable backfill material. Compact the material using mechanical tampers in such manner and to such extent as to transfer the compacting force into the material previously tamped by hand. 120-9 Acceptance Program. 120-9.1 Density over 105%: When a computed dry density results in a value greater than 105% of the applicable Proctor maximum dry density, the Engineer will perform a second density test within 5 feet. If the second density results in a value greater than 105%, investigate the compaction methods, examine the applicable Maximum Density and material description. If necessary, the Engineer will test an additional sample for acceptance in accordance with AASHTO T 99, Method C. 120-9.2 Maximum Density Determination: The Engineer will determine the maximum density and optimum moisture content by sampling and testing the material in accordance with the specified test method listed in 120-9.3. 120-9.3 Density Testing Requirements: Compliance with the requirements of 120-9.5 will be determined in accordance FM 1-T 238. The in -place moisture content will be determined for each density in accordance with FM 5-507 (Determination of Moisture Content by Means of a Calcium Carbide Gas Pressure Moisture Tester), or ASTM D 4643 (Laboratory Determination of Moisture Content of Granular Soils By Use of a Microwave Oven). 120-9.4 Soil Classification: The Engineer will perform soil classification tests in accordance with AASHTO T-88, and classify soils in accordance with AASHTO M-145 (Standard Specification for Classification of Soils and Soil -Aggregate Mixtures for Highway Construction Purposes) in order to determine compliance with embankment utilization requirements. 120-9.5 Acceptance Criteria: The Engineer will accept a minimum density in accordance with 120-7.2 with the following exceptions: 1) embankment constructed by the hydraulic method as specified in 120-6.3; 2) material placed outside the standard minimum slope as specified in 120-6.2.4; 3) other areas specifically excluded herein. 120-9.6 Frequency: The Engineer will conduct sampling and testing at a minimum frequency listed in the table below. Test Name Frequency Maximum Density One per soil type Density 1 per 500' RDWY (Alt Lift) Soil Classification One per Maximum Density 120-10 Maintenance and Protection of Work. While construction is in progress, maintain adequate drainage for the roadbed at all times. Maintain a shoulder at least 3 feet wide adjacent to all pavement or base construction in order to provide support for the edges. Maintain and protect all earthwork construction throughout the life of the Contract, and take all reasonable precautions to prevent loss of material from the roadway due to the action of wind or water. Repair any slides, washouts, settlement, subsidence, or other mishap which may occur prior to final acceptance of the work. Maintain all channels excavated as a part of the Contract work against natural shoaling or other encroachments to the lines, grades, and cross -sections shown in the plans, until final acceptance of the project. 120-11 Construction. Overtown Greenway at NW 11th Street 137 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 120-11.1 Construction Tolerances: Shape the surface of the earthwork to conform to the lines, grades, and cross -sections shown in the plans. In final shaping of the surface of earthwork, maintain a tolerance of 0.3 foot above or below the plan cross-section with the following exceptions: 1. Shape the surface of shoulders to within 0.1 foot of the plan cross-section. 2. Shape the earthwork to match adjacent pavement, curb, sidewalk, structures, etc. 3. Shape the bottom of ditches so that the ditch impounds no water. 4. When the work does not include construction of base or pavement, shape the entire roadbed (shoulder point to shoulder point) to within 0.1 foot above or below the plan cross-section. Ensure that the shoulder lines do not vary horizontally more than 0.3 foot from the true lines shown in the plans. 120-11.2 Operations Adjacent to Pavement: Carefully dress areas adjacent to pavement areas to avoid damage to such pavement. Complete grassing of shoulder areas prior to placing the final wearing course. Do not manipulate any embankment material on a pavement surface. When shoulder dressing is underway adjacent to a pavement lane being used to maintain traffic, exercise extreme care to avoid interference with the safe movement of traffic. 120-12 Method of Measurement. 120-12.1 Excavation: Excavation will be paid for by volume, in cubic yards, calculated by the method of average end areas, unless the Engineer determines that another method of calculation will provide a more accurate result. The material will be measured in its original position by field survey or by photogrammetric means as designated by the Engineer. Measurement for payment will include the excavation of unsuitable material, lateral ditch excavation, channel excavation, and excavation for structures and pipe. Payment will not be made for excavation or embankment beyond the limits shown in the plans or authorized by the Engineer. 120-12.2 Embankment: Measurement will be made on a loose volume basis, as measured in trucks or other hauling equipment at the point of dumping on the road. Payment will not be made for embankment beyond the limits shown in the plans or authorized by the Engineer. 120-13 Basis of Payment. 120-13.1 General: Prices and payments for the work items included in this Section will be full compensation for all work described herein, including excavating, dredging, hauling, placing, and compacting; dressing the surface of the earthwork; and maintaining and protecting the complete earthwork. 120-13.2 Excavation: The total quantity of all excavation specified under this Section will be paid for at the Contract unit price for Excavation. No payment will be made for the excavation of any materials which are used for purposes other than those shown in the plans or designated by the Engineer. No payment will be made for materials excavated outside the lines and grades given by the Engineer, unless specifically authorized by the Engineer. 120-13.3 Embankment: The total quantity of embankment specified in this Section will be paid for at the Contract unit price for embankment. No payment will be made for materials which are used for purposes other than those shown in the plans or designated by the Engineer. No payment will be made for materials placed outside the lines and grades given by the Engineer. Overtown Greenway at NW 11th Street 138 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E LANDSCAPE INSTALLATION FOR LAP (OFF -SYSTEM). (REV 4-5-11) (FA 4-15-11) SECTION 580 LANDSCAPE INSTALLATION FOR LAP (OFF -SYSTEM) 580-1 Description. Plant trees and shrubs of the species, size, and quality indicated in the plans. The Engineer reserves the right to adjust the number and location of any of the designated types and species to be used at any of the locations shown, in order to provide for any unanticipated effects which might become apparent after the substantial completion of other phases of the project, or for other causes. 580-2 Materials. 580-2.1 Plants: 580-2.1.1 Authority for Nomenclature; Species, etc.: For the designated authority in the identification of all plant material, refer to two publications of L.H. Bailey: "Hortus III" and "Manual of Cultivated Plants," and ensure that all specimens are true to type, name, etc., as described therein. For the standard nomenclature, refer to the publication of the American Joint Committee on Horticultural Nomenclature, "Standardized Plant Names." 580-2.1.2 Grade Standards and Conformity with Type and Species: Only use nursery grown plant material except where specified as Collected Material. Use nursery grown plant material that complies with all required inspection, grading standards, and plant regulations in accordance with the latest edition of the Florida Department of Agriculture's "Grades and Standards for Nursery Plants". Except where a lesser grade might be specifically specified in the plans, ensure that the minimum grade for all trees and shrubs is Florida No. 1. Ensure that all plants are the proper size and grade at the time of delivery to the site, throughout the project construction period and during any designated plant establishment period. Ensure that plant materials are true to type and species and that any plant materials not specifically covered in Florida Department of Agriculture's "Grades and Standards for Nursery Plants" conform in type and species with the standards and designations in general acceptance by Florida nurseries. Ensure that plant materials are shipped with tags stating the botanical and common name of the plant. 580-2.1.3 Inspection and Transporting: Move nursery stock in accordance with all Federal and State regulations therefor, and accompany each shipment with the required inspection certificates for filing with the Engineer. 580-2.2 Water: Water used in landscaping operations may be obtained from any approved source. Ensure that water is free of any substance which might be detrimental to plant growth. The use of effluent water is subject to approval and must meet all Federal, State and Local requirements. 580-3 Specific Requirements for the Various Plant Designations. 580-3.1 Balled-and-Burlapped Plants (B&B), and Wired Balled-and-Burlapped (WB & B): 580-3.1.1 General: Properly protect the root ball of these plants until planting them. The Engineer may reject any plant which shows evidence of having been mishandled. Set the B&B and WB&B plants then remove the top 2/3 of all wire, rope, and binding surrounding the plant. Remove the burlap from the top 4 inches of the root ball. Do not disturb the root ball in any way. Bare root material is not allowed for substitution. At least 90 days before digging out B & B and WB & B plants, root -prune those 1 1/2 inches or greater in diameter and certify such fact on accompanying invoices. 580-3.1.2 Provisions for Wiring: For plants grown in soil of a loose texture, which does not readily adhere to the root system (and especially in the case of large plants or trees), the Engineer may require WB & B plants. For WB & B plants, before removing the plant from the excavated hole, place sound hog wire around the burlapped ball, and loop and tension it until the tightened wire netting substantially packages the burlapped ball such as to prevent disturbing of the loose soil around the roots during handling. Overtown Greenway at NW 11th Street 139 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 580-3.2 Container -Grown Plants (CG): The Engineer will not accept any CG plants with roots which have become pot-bound or for which the top system is too large for the size of the container. Fully cut and open all containers in a manner that will not damage the root system. Do not remove CG plants from the container until immediately before planting to prevent damage to the root system. 580-3.3 Collected Plants (Trees and Shrubs) (C): Use C plants which have a root ball according to "Florida Grades and Standards for Nursery Plants". Do not plant any C plant before the Engineer's inspection and acceptance at the planting site. 580-3.4 Collected Plants (Herbaceous) (HC): The root mass and vegetative portions of collected herbaceous plants shall be as large as the specified container -grown equivalent. Do not plant any collected plant before inspection and acceptance by the Engineer. 580-3.5 Specimen Plants (Special Grade): When Specimen (or Special Grade) plants are required, label them as such on the plant list, and tag the plant to be furnished. 580-3.6 Palms: Wrap the roots of all plants of the palm species before transporting, except if they are CG plants and ensure that they have an adequate root ball structure and mass for healthy transplantation as defined in "Florida Grades and Standards for Nursery Plants". The Engineer will not require burlapping if the palm is carefully dug from marl or heavy soil that adheres to the roots and retains its shape without crumbling. During transporting and after arrival, carefully protect root balls of palms from wind and exposure to the sun. Muck grown palms are not allowed. After delivery to the job site, if not planting the palm within 24 hours, cover the root ball with a moist material. Plant all palms within 48 hours of delivery to the site. Move sabal and coconut palms in accordance with the "Florida Grades and Standards for Nursery Plants." 580-3.7 Substitution of Container -Grown (CG) Plants: With the Engineer's approval, the Contractor may substitute CG plants for any other root classification types, if he has met all other requirements of the Contract Documents. 580-4 Planting Requirements. 580-4.1 Layout: Prior to any excavation or planting, mark all planting beds and individual locations of palms, trees, large shrubs and proposed art and architectural structures, as shown in the plans, on the ground with a common bright orange colored spray paint, or with other approved methods, within the project limits. Obtain the Engineer's approval and make necessary utility clearance requests. 580-4.2 Excavation of Plant Holes: Excavate plant holes after an area around the plant three times the size of the root ball has been tilled to a depth of the root ball. Ensure that the plant hole is made in the center of the tilled area only to the depth of the plant root ball. Where excess material has been excavated from the plant hole, use the excavated material to backfill to proper level. 580-4.3 Setting of Plants: Center plants in the hole. Lower the plant into the hole so that it rests on a prepared hole bottom such that the roots are level with, or slightly above, the level of their previous growth and so oriented such as to present the best appearance. Backfill with native soil, unless otherwise specified on the plans. Firmly rod and water -in the backfill so that no air pockets remain. Apply a sufficient quantity of water immediately upon planting to thoroughly moisten all of the backfilled earth. Keep plants in a moistened condition for the duration of the planting period. When so directed, form a water ring 6 inches in width to make a water collecting basin with an inside diameter equal to the diameter of the excavated hole. Maintain the water ring in an acceptable condition. 580-4.4 Special Bed Preparation: Where multiple or mass plantings are to be made in extended bedding areas, and the plans specify Special Bed Preparation, prepare the planting beds as follows: Remove all vegetation from within the area of the planting bed and excavate the surface soil to a depth of 6 inches. Backfill the excavated area with peat, sand, finish soil layer material or other material to Overtown Greenway at NW 11th Street 140 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E the elevation of the original surface. Till the entire area to provide a loose, friable mixture to a depth of at least 8 inches. Level the bed only slightly above the adjacent ground level. Then mulch the entire bedding area, in accordance with 580-8. 580-5 Staking and Guying. 580-5.1 General: When specified in the plans, or as directed by the Engineer, stake plants in accordance with the following. Use wide plastic, rubber or other flexible strapping materials to support the tree to stakes or ground anchors that will give as the tree moves in any direction up to 30 degrees. Do not use rope or wire through a hose. Use guy chords, hose or any other thin bracing or anchorage material which has a minimum 12 inches length of high visibility flagging tape secured to guys, midway between the tree and stakes for safety. Stake trees larger than 1 inch diameter and smaller than 2 inches diameter with a 2 by 2 inch stake, set at least 2 feet in the ground and extending to the crown of the plant. Firmly fasten the plant to the stake with flexible strapping materials as noted above. 580-5.2 Trees of 2 to 3 1/2 inches [50 to 90 mm] Caliper: Stake all trees, other than palm trees, larger than 2 inches caliper and smaller than 3 1/2 inches caliper with two 2 by 4 inch stakes, 8 feet long, set 2 feet in the ground. Place the tree midway between the stakes and hold it firmly in place by flexible strapping materials as noted above. 580-5.3 Large Trees: Guy all trees, other than palm trees, larger than 3 1/2 inches caliper, from at least three points, with flexible strapping materials as noted above. Anchor flexible strapping to 2 by 4 by 24 inch stakes, driven into the ground such that the top of the stake is at least 3 inches below the finished ground. 580-5.4 Special Requirements for Palm Trees: Brace palms which are to be staked with three 2 by 4 inch wood braces, toe -nailed to cleats which are securely banded at two points to the palm, at a point one third the height of the trunk. Pad the trunk with five layers of burlap under the cleats. Place braces approximately 120 degrees apart and secure them underground by 2 by 4 by 12 inch stake pads 580-6 Tree Protection and Root Barriers. Install tree barricades when called for in the Contract Documents or by the Engineer to protect existing trees from damage during project construction. Place barricades at the drip line of the tree foliage or as far from the base of the tree trunk as possible. Barricades shall be able to withstand bumps by heavy equipment and trucks. Maintain barricades in good condition. When called for in the Contract Documents, install root barriers or fabrics in accordance with the details shown. 580-7 Pruning. Prune all broken or damaged roots and limbs in accordance with established arboriculture practices. When pruning is completed ensure that all remaining wood is alive. Do not reduce the size or quality of the plant below the minimum specified. 580-8 Mulching. Uniformly apply mulch material, consisting of wood chips (no Cypress Mulch is allowed), pine straw, compost, or other suitable material approved by the Engineer, to a minimum loose thickness of 3 inches over the entire area of the backfilled hole or bed within two days after the planting. Maintain the mulch continuously in place until the time of final inspection. 580-9 Disposal of Surplus Materials and Debris. Dispose of surplus excavated material from plant holes by scattering or otherwise as might be directed so that it is not readily visible or conspicuous to the passing motorist or pedestrian. Remove all debris and other objectionable material from the site and clean up the entire area and leave it in neat condition. 580-10 Contractor's Responsibility for Condition of the Plantings. Overtown Greenway at NW 11th Street 141 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Ensure that the plants are kept watered, that the staking and guying is kept adjusted as necessary, that all planting areas and beds are kept free of weeds and undesirable plant growth and that the plants are maintained so that they are healthy, vigorous, and undamaged at the time of acceptance. 580-11 Plant Establishment Period. If the Contract Documents designate a Plant Establishment Period, assume responsibility for the proper maintenance, survival and condition of all landscape items during such period at no additional cost. 580-12 Method of Measurement. The quantities to be paid for will be the items shown in the plans, completed and accepted. 580-13 Basis of Payment. Prices and payments will be full compensation for all work specified in this Section. Overtown Greenway at NW 11th Street 142 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E (REV 3-11-21) (1-22) LAP DIVISION 1 SPECIFICATIONS. Construction Checklist Specifications from Department of Transportation Standard Specifications for Road and Bridge Construction The following excerpts from the Standard Specifications and Special Provisions are provided for use in LAP Specifications as needed in accordance with the Local Agency Program Checklist for Construction Contracts (Phase 58) — Federal and State Requirements (525-070-44) Overtown Greenway at NW 11th Street 143 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E FROM SECTION 1 - DEFINITIONS AND TERMS: Department Name Engineer Contractor's Engineer of Record. A Professional Engineer registered in the State of Florida, other than the Engineer of Record or his subcontracted consultant, who undertakes the design and drawing of components of the permanent structure as part of a redesign or Cost Savings Initiative Proposal, or for repair designs and details of the permanent work. The Contractor's Engineer of Record may also serve as the Specialty Engineer. The Contractor's Engineer of Record must be an employee of a pre -qualified firm. The firm shall be pre -qualified in accordance with the Rules of the Department of Transportation, Chapter 14-75. Any Corporation or Partnership offering engineering services must hold a Certificate of Authorization from the Florida Department of Business and Professional Regulation. As an alternate to being an employee of a pre -qualified firm, the Contractor's Engineer of Record may be a pre -qualified Specialty Engineer. For items of the permanent work declared by the State Construction Office to be "major" or "structural", the work performed by a pre -qualified Specialty Engineer must be checked by another pre -qualified Specialty Engineer. An individual Engineer may become pre -qualified in the work groups listed in the Rules of the Department of Transportation, Chapter 14-75, if the requirements for the Professional Engineer are met for the individual work groups. Pre -qualified Specialty Engineers are listed on the State Construction Website. Pre -qualified Specialty Engineers will not be authorized to perform redesigns or Cost Savings Initiative Proposal designs of items fully detailed in the plans. Specialty Engineer. A Professional Engineer registered in the State of Florida, other than the Engineer of Record or his subcontracted consultant, who undertakes the design and drawing preparation of components, systems, or installation methods and equipment for specific temporary portions of the project work or for special items of the permanent works not fully detailed in the plans and required to be furnished by the Contractor. The Specialty Engineer may also provide designs and details, repair designs and details, or perform Engineering Analyses for items of the permanent work declared by the State Construction Office to be "minor" or "non-structural". For items of work not specifically covered by the Rules of the Department of Transportation, a Specialty Engineer is qualified if he has the following qualifications: (1) Registration as a Professional Engineer in the State of Florida. (2) The education and experience necessary to perform the submitted design as required by the Florida Department of Business and Professional Regulation. FROM SECTION 4 (ALTERATION OF WORK). 4-3 Alteration of Plans or of Character of Work. 4-3.1 General: The Engineer reserves the right to make, at any time prior to or during the progress of the work, such increases or decreases in quantities, whether a significant change or not, and such alterations in the details of construction, whether a substantial change or not, including but not limited to alterations in the grade or alignment of the road or structure or both, as may be found necessary or desirable by the Engineer. Such increases, decreases or alterations shall not constitute a breach of Contract, shall not invalidate the Contract, nor release the Surety from any liability arising Overtown Greenway at NW 11th Street 144 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E out of this Contract or the Surety bond. The Contractor agrees to perform the work, as altered, the same as if it had been a part of the original Contract. The term "significant change" applies only when: 1. The Engineer determines that the character of the work as altered differs materially in kind or nature from that involved or included in the original proposed construction, or 2. A major item of work, as defined in 1-3, is increased in excess of 125% or decreased below 75% of the original Contract quantity. The Department will apply any price adjustment for an increase in quantity only to that portion in excess of 125% of the original Contract item quantity in accordance with 4-3.2 below. In the case of a decrease below 75% the Department will only apply a price adjustment for the additional costs that are a direct result of the reduction in quantity. In (1) above, the determination by the Engineer shall be conclusive. If the determination is challenged by the Contractor in any proceeding, the Contractor must establish by clear and convincing proof that the determination by the Engineer was without any reasonable basis. 4-3.2 Increase, Decrease or Alteration in the Work: The Engineer reserves the right to make alterations in the character of the work which involve a substantial change in the nature of the design or in the type of construction or which materially increases or decreases the cost or time of performance. Such alteration shall not constitute a breach of Contract, shall not invalidate the Contract or release the Surety. Notwithstanding that the Contractor shall have no formal right whatsoever to any extra compensation or time extension deemed due by the Contractor for any cause unless and until the Contractor follows the procedures set forth in 5-12.2 for preservation, presentation and resolution of the claim, the Contractor may at any time, after having otherwise timely submitted a notice of intent to claim or preliminary time extension request pursuant to 5-12.2 and 8-7.3.2, submit to the Department a request for equitable adjustment of compensation or time or other dispute resolution proposal. The Contractor shall in any request for equitable adjustment of compensation, time, or other dispute resolution proposal certify under oath and in writing, in accordance with the formalities required by Florida law, that the request is made in good faith, that any supportive data submitted is accurate and complete to the Contractor's best knowledge and belief, and that the amount of the request accurately reflects what the Contractor in good faith believes to be the Department's responsibility. Such certification must be made by an officer or director of the Contractor with the authority to bind the Contractor. Any such certified statements of entitlement and costs shall be subject to the audit provisions set forth in 5-12.14. While the submittal or review of a duly certified request for equitable adjustment shall neither create, modify, nor activate any legal rights or obligations as to the Contractor or the Department, the Department will review the content of any duly certified request for equitable adjustment or other dispute resolution proposal, with any further action or inaction by the Department thereafter being in its sole discretion. Any request for equitable adjustment that fails to fully comply with the certification requirements will not be reviewed by the Department. The monetary compensation provided for below constitutes full and complete payment for such additional work and the Contractor shall have no right to any additional monetary compensation for any direct or indirect costs or profit for any such additional work beyond that expressly provided below. The Contractor shall be entitled to a time extension only to the extent that the performance of any portion of the additional work is a controlling work item and the performance of such controlling work item actually extends completion of the project due to no fault of the Contractor. All time related costs for actual performance of such additional work are included in the compensation already provided below and any time extension entitlement hereunder will be without additional monetary compensation. The Contractor shall have no right to any monetary compensation or damages whatsoever for any direct or indirect delay to a controlling work item arising out of or in any way related to the circumstances leading up to or resulting from additional work (but not relating to the actual performance of the additional work, which is paid for as otherwise provided herein), except only as provided for under 5- 12.6.2.1. Overtown Greenway at NW 11th Street 145 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 4-3.2.1 Allowable Costs for Extra Work: The Engineer may direct in writing that extra work be done and, at the Engineer's sole discretion, the Contractor will be paid pursuant to an agreed Supplemental Agreement or in the following manner: 1. Labor and Burden: The Contractor will receive payment for actual costs of direct labor and burden for the additional or unforeseen work. Labor includes foremen actually engaged in the work; and will not include project supervisory personnel nor necessary on -site clerical staff, except when the additional or unforeseen work is a controlling work item and the performance of such controlling work item actually extends completion of the project due to no fault of the Contractor. Compensation for project supervisory personnel, but in no case higher than a Project Manager's position, shall only be for the pro-rata time such supervisory personnel spent on the contract. In no case shall an officer or director of the Company, nor those persons who own more than 1 % of the Company, be considered as project supervisory personnel, direct labor or foremen hereunder. Payment for burden shall be limited solely to the following: Table 4-1 Item Rate FICA Rate established by Law FUTA/SUTA Rate established by Law Medical Insurance Actual Holidays, Sick & VacationActual benefits Retirement benefits Actual Workers Compensation Rates based on the National Council on Compensation Insurance basic rate tables adjusted by Contractor's actual experience modification factor in effect at the time of the additional work or unforeseen work. Per Diem Actual but not to exceed State of Florida's rate Insurance* Actual *Compensation for Insurance is limited solely to General Liability Coverage and does not include any other insurance coverage (such as, but not limited to, Umbrella Coverage, Automobile Insurance, etc.). At the Pre -construction conference, certify to the Engineer the following: a. A listing of on -site clerical staff, supervisory personnel and their pro -rated time assigned to the contract, b. Actual Rate for items listed in Table 4-1, c. Existence of employee benefit plan for Holiday, Sick and Vacation benefits and a Retirement Plan, and, d. Payment of Per Diem is a company practice for instances when compensation for Per Diem is requested. Such certification must be made by an officer or director of the Contractor with authority to bind the Contractor. Timely certification is a condition precedent to any right of the Contractor to recover compensations for such costs, and failure to timely submit the certification will constitute a full, complete, absolute and irrevocable waiver by the Contractor of any right to recover such costs. Any subsequent changes shall be certified to the Engineer as part of the cost proposal or seven calendar days in advance of performing such extra work. 2. Materials and Supplies: For materials accepted by the Engineer and used on the project, the Contractor will receive the actual cost of such materials incorporated into the work, including Contractor paid transportation charges (exclusive of equipment as hereinafter set forth). For Overtown Greenway at NW 11th Street 146 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E supplies reasonably needed for performing the work, the Contractor will receive the actual cost of such supplies. 3. Equipment: For any machinery or special equipment (other than small tools), including fuel and lubricant, the Contractor will receive 100% of the "Rental Rate Blue Book" for the actual time that such equipment is in operation on the work, and 50% of the "Rental Rate Blue Book" for the time the equipment is directed to standby and remain on the project site, to be calculated as indicated below. The equipment rates will be based on the latest edition (as of the date the work to be performed begins) of the "Rental Rate Blue Book for Construction Equipment" as published by EquipmentWatch, a division of Informa Business Media, Inc., using all instructions and adjustments contained therein and as modified below. On all projects, the Engineer will adjust the rates using regional adjustments and Rate Adjustment Tables according to the instructions in the "Rental Rate Blue Book. 11 Allowable Equipment Rates will be established as set out below: a. Allowable Hourly Equipment Rate = Monthly Rate/176 x Adjustment Factors x 100%. b. Allowable Hourly Operating Cost = Hourly Operating Cost x 100%. c. Allowable Rate Per Hour = Allowable Hourly Equipment Rate + Allowable Hourly Operating Cost. d. Standby Rate = Allowable Hourly Equipment Rate x 50%. The Monthly Rate is The Basic Machine Rate Plus Any Attachments. Standby rates will apply when equipment is not in operation and is directed by the Engineer to standby at the project site when needed again to complete work and the cost of moving the equipment will exceed the accumulated standby cost. Standby rates will not apply on any day the equipment operates for eight or more hours. Standby payment will be limited to only that number of hours which, when added to the operating time for that day equals eight hours. Standby payment will not be made on days that are not normally considered work days on the project. The Department will allow for the cost of transporting the equipment to and from the location at which it will be used. If the equipment requires assembly or disassembly for transport, the Department will pay for the time to perform this work at the rate for standby equipment. Equipment may include vehicles utilized only by Labor, as defined above. 4. Indirect Costs, Expenses, and Profit: Compensation for all indirect costs, expenses, and profit of the Contractor, including but not limited to overhead of any kind, whetherjobsite, field office, division office, regional office, home office, or otherwise, is expressly limited to the greater of either (a) or (b) below: a. Solely a mark-up of 17.5% on the payments in (1) through (3), above. 1. Bond: The Contractor will receive compensation for any premium for acquiring a bond for such additional or unforeseen work at the original Contract bond rate paid by the Contractor. No compensation for bond premium will be allowed for additional or unforeseen work paid by the Department via initial contingency pay item. 2. The Contractor will be allowed a markup of 10% on the first $50,000 and a markup of 5% on any amount over $50,000 on any subcontract directly related to the additional or unforeseen work. Any such subcontractor mark-up will be allowed only by the prime Contractor and a first tier subcontractor, and the Contractor must elect the markup for any eligible first tier subcontractor to do so. b. Solely the formula set forth below and only as applied solely as to such number of calendar days of entitlement that are in excess of ten cumulative calendar days as defined below. Overtown Greenway at NW 11th Street 147 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E D— A x C WhereA = Original Contract Amount B = Original Contract Time C=8% D = Average Overhead Per Day Cumulative Calendar Days is defined as the combined total number of calendar days granted as time extensions due to either extra work, excluding overruns to existing contract items, that extend the duration of the project or delay of a controlling work item caused solely by the Department, or the combined total number of calendar days for which a claim of entitlement to a time extension due to delay of a controlling work item caused solely by the Department is otherwise ultimately determined to be in favor of the Contractor. No compensation, whatsoever, will be paid to the Contractor for any jobsite overhead and other indirect impacts when the total number of calendar days granted for time extension due to delay of a controlling work item caused solely by the Department is, or the total number of calendar days for which entitlement to a time extension due to delay of a controlling work item caused solely by the Department is otherwise ultimately determined in favor of the Contractor to be, equal to or less than ten calendar days and the Contractor also fully assumes all monetary risk of any and all partial or single calendar day delay periods, due to delay of a controlling work item caused solely by the Department, that when combined together are equal to or less than ten calendar days and regardless of whether monetary compensation is otherwise provided for hereunder for one or more calendar days of time extension entitlement for each calendar day exceeding ten calendar days. All calculations under this provision shall exclude weather days, Holidays, and Special Events. Further, for (a) and (b) above, in the event there are concurrent delays to one or more controlling work items, one or more being caused by the Department and one or more being caused by the Contractor, the Contractor shall be entitled to a time extension for each day that a controlling work item is delayed by the Department but shall have no right to nor receive any monetary compensation for any indirect costs for any days of concurrent delay. 4-3.2.2 Subcontracted Work: Compensation for the additional or unforeseen work performed by a subcontractor shall be limited solely to that provided for in 4-3.2.1 (1), (2), (3) and (4)(a). In addition, the Contractor compensation is expressly limited to the greater of the total provided in either 4-3.2.1(4)(a) or (4)(b), except that the Average Overhead Per -Day calculation is as follows: Ds = As x C B WhereAs = Original Contract Amount minus Original Subcontract amounts(s)* B = Original Contract Time C=8% Ds = Average Overhead Per -Day * deduct Original Subcontract Amount(s) of subcontractor(s) performing the work The subcontractor may receive compensation for any premium for acquiring a bond for the additional or unforeseen work; provided, however, that such payment for additional Overtown Greenway at NW 11th Street 148 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E subcontractor bond will only be paid upon presentment to the Department of clear and convincing proof that the subcontractor has actually submitted and paid for separate bond premiums for such additional or unforeseen work in such amount and that the subcontractor was required by the Contractor to acquire a bond. The Contractor shall require the subcontractor to submit a certification, in accordance with 4-3.2.1 (1), as part of the cost proposal and submit such to the Engineer. Such certification must be made by an officer or director of the subcontractor with authority to bind the subcontractor. Timely certification is a condition precedent to any right of the Contractor to recover compensation for such subcontractor costs, and failure to timely submit the certification will constitute a full, complete, absolute and irrevocable waiver by the Contractor of any right to recover such subcontractor costs. 4-3.3 No Waiver of Contract: Changes made by the Engineer will not be considered to waive any of the provisions of the Contract, nor may the Contractor make any claim for loss of anticipated profits because of the changes, or by reason of any variation between the approximate quantities and the quantities of work actually performed. All work shall be performed as directed by the Engineer and in accordance with the Contract Documents. 4-3.4 Conditions Requiring a Supplemental Agreement or Unilateral Payment: A Supplemental Agreement or Unilateral Payment will be used to clarify the Plans and Specifications of the Contract; to provide for unforeseen work, grade changes, or alterations in the Plans which could not reasonably have been contemplated or foreseen in the original Plans and Specifications; to change the limits of construction to meet field conditions; to provide a safe and functional connection to an existing pavement; to settle documented Contract claims; to make the project functionally operational in accordance with the intent of the original Contract and subsequent amendments thereto. A Supplemental Agreement or Unilateral Payment may be used to expand the physical limits of the project only to the extent necessary to make the project functionally operational in accordance with the intent of the original Contract. The cost of any such agreement extending the physical limits of the project shall not exceed $100,000 or 10% of the original Contract price, whichever is greater. Perform no work to be covered by a Supplemental Agreement or Unilateral Payment before written authorization is received from the Engineer. The Engineer's written authorization will set forth sufficient work information to allow the work to begin. The work activities, terms and conditions will be reduced to written Supplemental Agreement or Unilateral Payment form promptly thereafter. No payment will be made on a Supplemental Agreement or Unilateral Payment prior to the Department's approval of the document. 4-3.5 Extra Work: Extra work authorized in writing by the Engineer will be paid in accordance with the formula in 4-3.2. Such payment will be the full extent of all monetary compensation entitlement due to the Contractor for such extra work. Any entitlement to a time extension due to extra work will be limited solely to that provided for in 4-3.2 for additional work. 4-3.6 Connections to Existing Pavement, Drives and Walks: Generally adhere to the limits of construction at the beginning and end of the project as detailed in the Plans. However, if the Engineer determines that it is necessary to extend the construction in order to make suitable connections to existing pavement, the Engineer will authorize such a change in writing. For necessary connections to existing walks and drives that are not indicated in the Plans, the Engineer will submit direction regarding the proper connections in accordance with the Standard Plans. 4-3.7 Differing Site Conditions: During the progress of the work, if subsurface or latent physical conditions are encountered at the site differing materially from those indicated in the Contract, or if unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the Contract are encountered at the Overtown Greenway at NW 11th Street 149 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E site, the party discovering such conditions shall promptly notify the other party in writing of the specific differing conditions before the Contractor disturbs the conditions or performs the affected work. Upon receipt of written notification of differing site conditions from the Contractor, the Engineer will investigate the conditions, and if it is determined that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any work under the Contract, an adjustment will be made, excluding loss of anticipated profits, and the Contract will be modified in writing accordingly. The Engineer will notify the Contractor whether or not an adjustment of the Contract is warranted. The Engineer will not allow a Contract adjustment for a differing site condition unless the Contractor has submitted the required written notice. The Engineer will not allow a Contract adjustment under this clause for any effects caused to any other Department or non -Department projects on which the Contractor may be working. 4-3.8 Changes Affecting Utilities: The Contractor shall be responsible for identifying and assessing any potential impacts to a utility that may be caused by the changes proposed by the Contractor, and the Contractor shall at the time of making the request for a change notify the Department in writing of any such potential impacts to utilities. Department approval of a Contractor proposed change does not relieve the Contractor of sole responsibility for all utility impacts, costs, delays or damages, whether direct or indirect, resulting from Contractor initiated changes in the design or construction activities from those in the original Contract Specifications, Design Plans (including Traffic Control Plans) or other Contract Documents and which effect a change in utility work different from that shown in the Utility Plans, joint project agreements or utility relocation schedules. 4-3.9 Cost Savings Initiative Proposal: 4-3.9.1 Intent and Objective: 1. This Subarticle applies to any cost reduction proposal (hereinafter referred to as a Proposal) that the Contractor initiates and develops for the purpose of refining the Contract to increase cost effectiveness or significantly improve the quality of the end result. A mandatory Cost Savings Initiative Workshop will be held prior to Contract Time beginning for the Contractor and Department to discuss potential Proposals. This mandatory workshop can only be eliminated if agreed to in writing by both the Contractor and Department. This Subarticle does not, however, apply to any such proposal unless the Contractor identifies it at the time of its submission to the Department as a proposal submitted pursuant to this Subarticle. 2. The Department will consider Proposals that would result in net savings to the Department by providing a decrease in the cost of the Contract. Proposals must result in savings without impairing essential functions and characteristics such as safety, service, life, reliability, economy of operation, ease of maintenance, aesthetics and necessary standard design features. The Department will not recognize the Contractor's correction of plan errors that result in a cost reduction, as a Proposal. Deletions of work, approved by the Engineer which are not directly associated with or integral to a Proposal will be handled as full credit to the Department for the work deleted. 3. The Department shall have the right to reject, at its discretion, any Proposal submitted that proposes a change in the design of the pavement system or that would require additional right-of-way. Pending the Department's execution of a formal supplemental agreement implementing an approved Proposal, the Contractor shall remain obligated to perform the work in accordance with the terms of the existing Contract. The Department may grant time extensions to allow for the time required to develop and review a Proposal. 4. For potential Proposals not discussed at the Cost Savings Initiative Workshop, a mandatory concept meeting will be held for the Contractor and Department to discuss the potential Proposal prior to development of the Proposal. This mandatory meeting can only be eliminated if agreed to in writing by both the Contractor and Department. Overtown Greenway at NW 11th Street 150 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 4-3.9.2 Subcontractors: The Department encourages the Contractor to include the provisions of this Subarticle in Contracts with subcontractors and to encourage submission of Proposals from subcontractors. However, it is not mandatory to submit Proposals to the Department or to accept or transmit subcontractor proposed Proposals to the Department. 4-3.9.3 Data Requirements: As a minimum, submit the following information with each Proposal: 1. a description of the difference between the existing Contract requirement, including any time extension request, and the proposed change, and the comparative advantages and disadvantages. 2. separate detailed cost estimates for both the existing Contract requirement and the proposed change. Break down the cost estimates by pay item numbers indicating quantity increases or decreases and deleted pay items. Identify additional proposed work not covered by pay items within the Contract, by using pay item numbers in the Basis of Estimates Manual. In preparing the estimates, include overhead, profit, and bond within pay items in the Contract. Separate pay item(s) for the cost of overhead, profit, and bond will not be allowed. 3. an itemization of the changes, deletions or additions to plan details, plan sheets, Standard Plans and Specifications that are required to implement the Proposal if the Department adopts it. Submit preliminary plan drawings sufficient to describe the proposed changes. 4. engineering or other analysis in sufficient detail to identify and describe specific features of the Contract that must be changed if the Department accepts the Proposal with a proposal as to how these changes can be accomplished and an assessment of their effect on other project elements. The Department may require that engineering analyses be performed by a prequalified consultant in the applicable class of work. Support all design changes that result from the Proposal with drawings and computations signed and sealed by the Contractor's Engineer of Record. Written documentation or drawings will be submitted clearly delineating the responsibility of the Contractor's Engineer of Record. 5. the date by which the Department must approve the Proposal to obtain the total estimated cost reduction during the remainder of the Contract, noting any effect on the Contract completion time or delivery schedule. 6. a revised project schedule that would be followed upon approval of the Proposal. This schedule would include submittal dates and review time for the Department and Peer reviews. 4-3.9.4 Processing Procedures: Submit Proposals to the Engineer or his duly authorized representative. The Department will process Proposals expeditiously; however, the Department is not liable for any delay in acting upon a Proposal submitted pursuant to this Subarticle. The Contractor may withdraw, in whole or in part, a Proposal not accepted by the Department within the period specified in the Proposal. The Department is not liable for any Proposal development cost in the case where the Department rejects or the Contractor withdraws a Proposal. The Engineer is the sole judge of the acceptability of a Proposal and of the estimated net savings in construction costs from the adoption of all or any part of such proposal. In determining the estimated net savings, the Department reserves the right to disregard the Contract bid prices if, in the judgment of the Engineer, such prices do not represent a fair measure of the value of work to be performed or to be deleted. Prior to approval, the Engineer may modify a Proposal, with the concurrence of the Contractor, to make it acceptable. If any modification increases or decreases the net savings resulting from the Proposal, the Department will determine the Contractor's fair share upon the basis of the Proposal as modified and upon the final quantities. The Department will compute the net savings by subtracting the revised total cost of all bid items affected by the Proposal from the total cost of the same bid items as represented in the original Contract. Prior to approval of the Proposal that initiates the supplemental agreement, submit acceptable Contract -quality plan sheets revised to show all details consistent with the Proposal design. Overtown Greenway at NW 11th Street 151 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 4-3.9.5 Computations for Change in Contract Cost of Performance: If the Proposal is adopted, the Contractor's share of the net savings as defined hereinafter represents full compensation to the Contractor for the Proposal. The Department will not include its costs to process and implement a Proposal in the estimate. However, the Department reserves the right, where it deems such action appropriate, to require the Contractor to pay the Department's cost of investigating and implementing a Proposal as a condition of considering such proposal. When the Department imposes such a condition, the Contractor shall accept this condition in writing, authorizing the Department to deduct amounts payable to the Department from any monies due or that may become due to the Contractor under the Contract. 4-3.9.6 Conditions of Acceptance for Major Design Modifications of Category 2 Bridges: A Proposal that proposes major design modifications of a category 2 bridge, as determined by the Engineer, shall have the following conditions of acceptance: All bridge Plans relating to the Proposal shall undergo an independent peer review conducted by a single independent engineering firm referred to for the purposes of this article as the Independent Review Engineer who is not the originator of the Proposal design, and is pre -qualified by the Department in accordance with Rule 14-75, Florida Administrative Code. The independent peer review is intended to be a comprehensive, thorough verification of the original work, giving assurance that the design is in compliance with all Department requirements. The Independent Review Engineer's comments, along with the resolution of each comment, shall be submitted to the Department. The Independent Review Engineer shall sign and seal the submittal cover letter stating that all comments have been adequately addressed and the design is in compliance with the Department requirements. If there are any unresolved comments the Independent Review Engineer shall specifically list all unresolved issues in the signed and sealed cover letter. The Contractor shall designate a primary engineer responsible for the Proposal design and as such will be designated as the Contractors Engineer of Record for the Proposal design. The Department reserves the right to require the Contractor's Engineer of Record to assume responsibility for design of the entire structure. New designs and independent peer reviews shall be in compliance with all applicable Department, FHWA and AASHTO criteria requirements including bridge load ratings. 4-3.9.7 Sharing Arrangements: If the Department approves a Proposal, the Contractor shall receive 50% of the net reduction in the cost of performance of the Contract as determined by the final negotiated agreement between the Contractor and the Department. The net reduction will be determined by subtracting from the savings of the construction costs the reasonable documented engineering costs incurred by the contractor to design and develop a Proposal. The reasonable documented engineering costs will be paid by the Department. Engineering costs will be based on the consultant's certified invoice and may include the costs of the Independent Review Engineer in 4-3.9.6. The total engineering costs to be subtracted from the savings to determine the net reduction will be limited to 25% of the construction savings and shall not include any markup by the Contractor or the costs for engineering services performed by the Contractor. 4-3.9.8 Notice of Intellectual Property Interests and Department's Future Rights to a Proposal: 4-3.9.8.1 Notice of Intellectual Property Interests: The Contractor's Proposal submittal shall identify with specificity any and all forms of intellectual property rights that either the Contractor or any officer, shareholder, employee, consultant, or affiliate, of the Contractor, or any other entity who contributed in any measure to the substance of the Contractor's Proposal development, have or may have that are in whole or in part implicated in the Proposal. Such required intellectual property rights notice includes, but is not limited to, disclosure of any issued patents, copyrights, or licenses; pending patent, copyright or license applications; and any intellectual property rights that though not yet issued, applied for or intended to be pursued, could nevertheless otherwise be subsequently the subject of patent, copyright or license protection by the Contractor or others in the Overtown Greenway at NW 11th Street 152 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E future. This notice requirement does not extend to intellectual property rights as to stand-alone or integral components of the Proposal that are already on the Department's Approved Product List (APL) or Standard Plans, or are otherwise generally known in the industry as being subject to patent or copyright protection. 4-3.9.8.2 Department's Future Rights to a Proposal: Notwithstanding 7-3 nor any other provision of the Standard Specifications, upon acceptance of a Proposal, the Contractor hereby grants to the Department and its contractors (such grant being expressly limited solely to any and all existing or future Department construction projects and any other Department projects that are partially or wholly funded by or for the Department) a royalty -free and perpetual license under all forms of intellectual property rights to manufacture, to use, to design, to construct, to disclose, to reproduce, to prepare and fully utilize derivative works, to distribute, display and publish, in whole or in part, and to permit others to do any of the above, and to otherwise in any manner and for any purpose whatsoever do anything reasonably necessary to fully utilize any and all aspects of such Proposal on any and all existing and future construction projects and any other Department projects. Contractor shall hold harmless, indemnify and defend the Department and its contractors and others in privity therewith from and against any and all claims, liabilities, other obligations or losses, and reasonable expenses related thereto (including reasonable attorneys' fees), which are incurred or are suffered by any breach of the foregoing grants, and regardless of whether such intellectual property rights were or were not disclosed by the Contractor pursuant to 4-3.9.8.1, unless the Department has by express written exception in the Proposal acceptance process specifically released the Contractor from such obligation to hold harmless, indemnify and defend as to one or more disclosed intellectual property rights. FROM SECTION 5 - CONTROL OF THE WORK (CLAIMS). 5-12 Claims by Contractor. 5-12.1 General: When the Contractor deems that extra compensation or a time extension is due beyond that agreed to by the Engineer, whether due to delay, additional work, altered work, differing site conditions, breach of Contract, or for any other cause, the Contractor shall follow the procedures set forth herein for preservation, presentation and resolution of the claim. Submission of timely notice of intent to file a claim, preliminary time extension request, time extension request, and the certified written claim, together with full and complete claim documentation, are each a condition precedent to the Contractor bringing any circuit court, arbitration, or other formal claims resolution proceeding against the Department for the items and for the sums or time set forth in the Contractor's certified written claim. The failure to provide such notice of intent, preliminary time extension request, time extension request, certified written claim and full and complete claim documentation within the time required shall constitute a full, complete, absolute and irrevocable waiver by the Contractor of any right to additional compensation or a time extension for such claim. 5-12.2 Notice of Claim: 5-12.2.1 Claims For Extra Work: Where the Contractor deems that additional compensation or a time extension is due for work or materials not expressly provided for in the Contract or which is by written directive expressly ordered by the Engineer pursuant to 4-3, the Contractor shall submit written notification to the Engineer of the intention to make a claim for additional compensation before beginning the work on which the claim is based, and if seeking a time extension, the Contractor shall also submit a preliminary request for time extension pursuant to 8-7.3.2 within ten calendar days after commencement of a delay and a request for Contract Time extension pursuant to 8-7.3.2 within thirty calendar days after the elimination of the delay. If such written notification is not submitted and the Engineer is not afforded the opportunity for keeping strict account of actual labor, material, equipment, and time, the Contractor waives the claim for additional compensation or a time extension. Such notice by the Contractor, and the fact that the Engineer has kept account of the labor, materials Overtown Greenway at NW 11th Street 153 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E and equipment, and time, shall not in any way be construed as establishing the validity of the claim or method for computing any compensation or time extension for such claim. On projects with an original Contract amount of $3,000,000 or less within 90 calendar days after final acceptance of the project and on projects with an original Contract amount greater than $3,000,000 within 180 calendar days after final acceptance of the project the Contractor shall submit full and complete claim documentation as described in 5-12.3 and duly certified pursuant to 5-12.9. However, for any claim or part of a claim that pertains solely to final estimate quantities disputes the Contractor shall submit full and complete claim documentation as described in 5-12.3 and duly certified pursuant to 5-12.9, as to such final estimate claim dispute issues, within 90 or 180 calendar days, respectively, of the Contractor's receipt of the Department's final estimate. If the Contractor fails to submit a certificate of claim as described in 5-12.9, the Department will so notify the Contractor in writing. The Contractor shall have ten calendar days from receipt of the notice to resubmit the claim documentation, without change, with a certificate of claim as described in 5-12.9, without regard to whether the resubmission is within the applicable 90 or 180 calendar day deadline for submission of full and complete claim documentation. Failure by the Contractor to comply with the ten calendar day notice shall constitute a waiver of the claim. 5-12.2.2 Claims For Delay: Where the Contractor deems that additional compensation or a time extension is due on account of delay, differing site conditions, breach of Contract, or any other cause other than for work or materials not expressly provided for in the Contract (Extra Work) or which is by written directive of the Engineer expressly ordered by the Engineer pursuant to 4-3, the Contractor shall submit a written notice of intent to the Engineer within ten days after commencement of a delay to a controlling work item expressly notifying the Engineer that the Contractor intends to seek additional compensation, and if seeking a time extension, the Contractor shall also submit a preliminary request for time extension pursuant to 8-7.3.2 within ten calendar days after commencement of a delay to a controlling work item, as to such delay and providing a reasonably complete description as to the cause and nature of the delay and the possible impacts to the Contractor's work by such delay, and a request for Contract Time extension pursuant to 8-7.3.2 within thirty calendar days after the elimination of the delay. On projects with an original Contract amount of $3,000,000 or less within 90 calendar days after final acceptance of the project and on projects with an original Contract amount greater than $3,000,000 within 180 calendar days after final acceptance of the project the Contractor shall submit full and complete documentation as described in 5-12.3 and duly certified pursuant to 5-12.9. If the Contractor fails to submit a certificate of claim as described in 5-12.9, the Department will so notify the Contractor in writing. The Contractor shall have ten calendar days from receipt of the notice to resubmit the claim documentation, without change, with a certificate of claim as described in 5-12.9, without regard to whether the resubmission is within the applicable 90 or 180 calendar day deadline for submission of full and complete claim documentation. Failure by the Contractor to comply with the ten calendar day notice shall constitute a waiver of the claim. There shall be no Contractor entitlement to any monetary compensation or time extension for any delays or delay impacts, whatsoever, that are not to a controlling work item, and then as to any such delay to a controlling work item entitlement to any monetary compensation or time extension shall only be to the extent such is otherwise provided for expressly under 4-3 or 5-12, except that in the instance of delay to a non -controlling item of work the Contractor may be compensated for the direct costs of idle labor or equipment only, at the rates set forth in 4-3.2.1(1) and (3), and then only to the extent the Contractor could not reasonably mitigate such idleness. If the Contractor provides the written notice of intent, the preliminary request for time extension, and the request for Contract Time extension in compliance with the aforementioned time and content requirements, the Contractor's claim for delay to a controlling work item will be evaluated as of the date of the elimination of the delay even if the Contractor's performance subsequently overcomes the delay. If the claim for delay has not been settled, the Contractor must also comply with 5-12.3 and 5-12.9 to preserve the claim. Overtown Greenway at NW 11th Street 154 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 5-12.3 Content of Written Claim: As a condition precedent to the Contractor being entitled to additional compensation or a time extension under the Contract, for any claim, the Contractor shall submit a certified written claim to the Department which will include for each individual claim, at a minimum, the following information: 1. A detailed factual statement of the claim providing all necessary dates, locations, and items of work affected and included in each claim; 2. The date or dates on which actions resulting in the claim occurred or conditions resulting in the claim became evident; 3. Identification of all pertinent documents and the substance of any material oral communications relating to such claim and the name of the persons making such material oral communications; 4. Identification of the provisions of the Contract which support the claim and a statement of the reasons why such provisions support the claim, or alternatively, the provisions of the Contract which allegedly have been breached and the actions constituting such breach; 5. A detailed compilation of the amount of additional compensation sought and a breakdown of the amount sought as follows: a. documented additional job site labor expenses; b. documented additional cost of materials and supplies; c. a list of additional equipment costs claimed, including each piece of equipment and the rental rate claimed for each; d. any other additional direct costs or damages and the documents in support thereof; e. any additional indirect costs or damages and all documentation in support thereof. 6. A detailed compilation of the specific dates and the exact number of calendar days sought for a time extension, the basis for entitlement to time for each day, all documentation of the delay, and a breakout of the number of days claimed for each identified event, circumstance or occurrence. Further, the Contractor shall be prohibited from amending either the bases of entitlement or the amount of any compensation or time stated for any and all issues claimed in the Contractor's written claim submitted hereunder, and any circuit court, arbitration, or other formal claims resolution proceeding shall be limited solely to the bases of entitlement and the amount of any compensation or time stated for any and all issues claimed in the Contractor's written claim submitted hereunder. This shall not, however, preclude a Contractor from withdrawing or reducing any of the bases of entitlement and the amount of any compensation or time stated for any and all issues claimed in the Contractor's written claim submitted hereunder at any time. 5-12.4 Action on Claim: The Engineer will respond in writing on projects with an original Contract amount of $3,000,000 or less within 90 calendar days of receipt of a complete claim submitted by a Contractor in compliance with 5-12.3, and on projects with an original Contract amount greater than $3,000,000 within 120 calendar days of receipt of a complete claim submitted by a Contractor in compliance with 5-12.3. Failure by the Engineer to respond to a claim in writing within 90 or 120 days, respectively, after receipt of a complete claim submitted by the Contractor in compliance with 5-12.3 constitutes a denial of the claim by the Engineer. If the Engineer finds the claim or any part thereof to be valid, such partial or whole claim will be allowed and paid for to the extent deemed valid and any time extension granted, if applicable, as provided in the Contract. No circuit court or arbitration proceedings on any claim, or a part thereof, may be filed until after final acceptance of all Contract work by the Department or denial hereunder, whichever occurs last. 5-12.5 Pre -Settlement and Pre -Judgment Interest: Entitlement to any pre -settlement or pre- judgment interest on any claim amount determined to be valid subsequent to the Department's receipt of a certified written claim in full compliance with 5-12.3, whether determined by a settlement or a final Overtown Greenway at NW 11th Street 155 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E ruling in formal proceedings, the Department shall pay to the Contractor simple interest calculated at the Prime Rate (as reported by the Wall Street Journal as the base rate on corporate loans posted by at least 75% of the nations 30 largest banks) as of the 60th calendar day following the Department's receipt of a certified written claim in full compliance with 5-12.3, such interest to accrue beginning 60 calendar days following the Department's receipt of a certified written claim in full compliance with 5-12.3 and ending on the date of final settlement or formal ruling. 5-12.6 Compensation for Extra Work or Delay: 5-12.6.1 Compensation for Extra Work: Notwithstanding anything to the contrary contained in the Contract Documents, the Contractor shall not be entitled to any compensation beyond that provided for in 4-3.2. 5-12.6.2 Compensation for Delay: Notwithstanding anything to the contrary contained in the Contract Documents, the additional compensation set forth in 5-12.6.2.1 shall be the Contractor's sole monetary remedy for any delay other than to perform extra work caused by the Department unless the delay shall have been caused by acts constituting willful or intentional interference by the Department with the Contractor's performance of the work and then only where such acts continue after Contractor's written notice to the Department of such interference. The parties anticipate that delays may be caused by or arise from any number of events during the term of the Contract, including, but not limited to, work performed, work deleted, supplemental agreements, work orders, disruptions, differing site conditions, utility conflicts, design changes or defects, time extensions, extra work, right-of-way issues, permitting issues, actions of suppliers, subcontractors or other contractors, actions by third parties, suspensions of work by the Engineer shop drawing approval process delays, expansion of the physical limits of the project to make it functional, weather, weekends, holidays, special events, suspension of Contract Time, or other events, forces or factors sometimes experienced in construction work. Such delays or events and their potential impacts on the performance by the Contractor are specifically contemplated and acknowledged by the parties in entering into this Contract, and shall not be deemed to constitute willful or intentional interference with the Contractor's performance of the work without clear and convincing proof that they were the result of a deliberate act, without reasonable and good -faith basis, and specifically intended to disrupt the Contractor's performance. 5-12.6.2.1 Compensation for Direct Costs, Indirect Costs, Expenses, and Profit thereon, of or from Delay: For any delay claim, the Contractor shall be entitled to monetary compensation for the actual idle labor (including supervisory personnel) and equipment, and indirect costs, expenses, and profit thereon, as provided for in 4-3.2.1(4) and solely for costs incurred beyond what reasonable mitigation thereof the Contractor could have undertaken. 5-12.7 Mandatory Claim Records: After submitting to the Engineer a notice of intent to file a claim for extra work or delay, the Contractor must keep daily records of all labor, material and equipment costs incurred for operations affected by the extra work or delay. These daily records must identify each operation affected by the extra work or delay and the specific locations where work is affected by the extra work or delay, as nearly as possible. The Engineer may also keep records of all labor, material and equipment used on the operations affected by the extra work or delay. The Contractor shall, once a notice of intent to claim has been timely filed, and not less than weekly thereafter as long as appropriate, submit the Contractor's daily records to the Engineer and be likewise entitled to receive the Department's daily records. The daily records to be submitted hereunder shall be done at no cost to the recipient. 5-12.8 Claims For Acceleration: The Department shall have no liability for any constructive acceleration of the work, nor shall the Contractor have any right to make any claim for constructive acceleration nor include the same as an element of any claim the Contractor may otherwise submit under this Contract. If the Engineer gives express written direction for the Contractor to accelerate its efforts, such written direction will set forth the prices and other pertinent information and will be reduced Overtown Greenway at NW 11th Street 156 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E to a written Contract Document promptly. No payment will be made on a Supplemental Agreement for acceleration prior to the Department's approval of the documents. 5-12.9 Certificate of Claim: When submitting any claim, the Contractor shall certify under oath and in writing, in accordance with the formalities required by Florida law, that the claim is made in good faith, that the supportive data are accurate and complete to the Contractor's best knowledge and belief, and that the amount of the claim accurately reflects what the Contractor in good faith believes to be the Department's liability. Such certification must be made by an officer or director of the Contractor with the authority to bind the Contractor. 5-12.10 Non -Recoverable Items: The parties agree that for any claim the Department will not have liability for the following items of damages or expense: 1. Loss of profit, incentives or bonuses; 2. Any claim for other than extra work or delay; 3. Consequential damages, including, but not limited to, loss of bonding capacity, loss of bidding opportunities, loss of credit standing, cost of financing, interest paid, loss of other work or insolvency; 4. Acceleration costs and expenses, except where the Department has expressly and specifically directed the Contractor in writing "to accelerate at the Department's expense"; nor 5. Attorney fees, claims preparation expenses and costs of litigation. 5-12.11 Exclusive Remedies: Notwithstanding any other provision of this Contract, the parties agree that the Department shall have no liability to the Contractor for expenses, costs, or items of damages other than those which are specifically identified as payable under 5-12. In the event any legal action for additional compensation, whether on account of delay, acceleration, breach of contract, or otherwise, the Contractor agrees that the Department's liability will be limited to those items which are specifically identified as payable in 5-12. 5-12.12 Settlement Discussions: The content of any discussions or meetings held between the Department and the Contractor to settle or resolve any claims submitted by the Contractor against the Department shall be inadmissible in any legal, equitable, arbitration or administrative proceedings brought by the Contractor against the Department for payment of such claim. Dispute Resolution Board, State Arbitration Board and Claim Review Committee proceedings are not settlement discussions, for purposes of this provision. 5-12.13 Personal Liability of Public Officials: In carrying out any of the provisions of the Contract or in exercising any power or authority granted to the Secretary of Transportation, Engineer or any of their respective employees or agents, there shall be no liability on behalf of any employee, officer or official of the Department for which such individual is responsible, either personally or as officials or representatives of the Department. It is understood that in all such matters such individuals act solely as agents and representatives of the Department. 5-12.14 Auditing of Claims: All claims filed against the Department shall be subject to audit at any time following the filing of the claim, whether or not such claim is part of a suit pending in the Courts of this State. The audit may be performed, at the Department's sole discretion, by employees of the Department or by any independent auditor appointed by the Department, or both. The audit may begin after ten days written notice to the Contractor, subcontractor, or supplier. The Contractor, subcontractor, or supplier shall make a good faith effort to cooperate with the auditors. As a condition precedent to recovery on any claim, the Contractor, subcontractor, or supplier must retain sufficient records, and provide full and reasonable access to such records, to allow the Department's auditors to verify the claim and failure to retain sufficient records of the claim or failure to provide full and reasonable access to such records shall constitute a waiver of that portion of such claim that cannot be verified and shall bar recovery thereunder. Further, and in addition to such audit access, upon the Contractor submitting a written claim, the Department shall have the right to request and receive, and the Contractor shall have the affirmative obligation to submit to the Department any and all documents Overtown Greenway at NW 11th Street 157 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E in the possession of the Contractor or its subcontractors, materialmen or suppliers as may be deemed relevant by the Department in its review of the basis, validity or value of the Contractor's claim. Without limiting the generality of the foregoing, the Contractor shall upon written request of the Department make available to the Department's auditors, or upon the Department's written request, submit at the Department's expense, any or all of the following documents: 1. Daily time sheets and foreman's daily reports and diaries; 2. Insurance, welfare and benefits records; 3. Payroll register; 4. Earnings records; 5. Payroll tax return; 6. Material invoices, purchase orders, and all material and supply acquisition contracts; 7. Material cost distribution worksheet; 8. Equipment records (list of company owned, rented or other equipment used); 9. Vendor rental agreements and subcontractor invoices; 10. Subcontractor payment certificates; 11. Canceled checks for the project, including, payroll and vendors; 12. Job cost report; 13. Job payroll ledger; 14. General ledger, general journal, (if used) and all subsidiary ledgers and journals together with all supporting documentation pertinent to entries made in these ledgers and journals; 15. Cash disbursements journal; 16. Financial statements for all years reflecting the operations on this project; 17. Income tax returns for all years reflecting the operations on this project; 18. All documents which reflect the Contractor's actual profit and overhead during the years this Contract was being performed and for each of the five years prior to the commencement of this Contract; 19. All documents related to the preparation of the Contractor's bid including the final calculations on which the bid was based; 20. All documents which relate to each and every claim together with all documents which support the amount of damages as to each claim; 21. Worksheets used to prepare the claim establishing the cost components for items of the claim including, but not limited to, labor, benefits and insurance, materials, equipment, subcontractors, and all documents that establish which time periods and individuals were involved, and the hours and rates for such individuals. FROM SECTION 6 - CONTROL OF MATERIALS (CONVICT LABOR AND BUY AMERICA). 6-5 Products and Source of Supply. 6-5.1 Source of Supply —Convict Labor (Federal -Aid Contracts Only): Do not use materials that were produced after July 1, 1991, by convict labor for Federal -aid highway construction projects unless the prison facility has been producing convict -made materials for Federal -aid highway construction projects before July 1, 1987. Use materials that were produced prior to July 2, 1991, by convicts on Federal -aid highway construction projects free from the restrictions placed on the use of these materials by 23 U.S.C. 114. The Department will limit the use of materials produced by convict labor for use in Federal -aid highway construction projects to: Overtown Greenway at NW 11th Street 158 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 1. Materials produced by convicts on parole, supervised release, or probation from a prison or, 2. Materials produced in a qualified prison facility. The amount of such materials produced for Federal -aid highway construction during any 12-month period shall not exceed the amount produced in such facility for use in such construction during the 12-month period ending July 1, 1987. 6-5.2 Source of Supply -Steel: Use steel and iron manufactured in the United States, in accordance with the Buy America provisions of 23 CFR 635.410, as amended. Ensure that all manufacturing processes for this material occur in the United States. As used in this specification, a manufacturing process is any process that modifies the chemical content, physical shape or size, or final finish of a product, beginning with the initial melting and continuing through the final shaping and coating. If a steel or iron product is taken outside the United States for any manufacturing process, it becomes foreign source material. When using steel or iron materials as a component of any manufactured product (e.g., concrete pipe, prestressed beams, corrugated steel pipe, etc.), these same provisions apply. Foreign steel and iron may be used when the total actual cost of such foreign materials does not exceed 0.1 % of the total Contract amount or $2,500, whichever is greater. These requirements are applicable to all steel and iron materials incorporated into the finished work, but are not applicable to steel and iron items that the Contractor uses but does not incorporate into the finished work. Submit a certification from the manufacturer of steel or iron, or any product containing steel or iron, stating that all steel or iron furnished or incorporated into the furnished product was produced and manufactured in the United States or a statement that the product was produced within the United States except for minimal quantities of foreign steel and iron valued at $ (actual cost). Submit each such certification to the Engineer prior to incorporating the material or product into the project. Prior to the use of foreign steel or iron materials on a project, submit invoices to document the actual cost of such material, and obtain the Engineer's written approval prior to incorporating the material into the project. FROM SECTION 7 - LEGAL REQUIREMENTS AND RESPONSIBILITIES TO THE PUBLIC (FHWA 1273, WAGE RATES, E-VERIFY, TITLE VI, DBE, AND ON-THE-JOB TRAINING) 7-1.1 Compliance with FHWA 1273: The FHWA-1273 Electronic version, dated May 1, 2012 is posted on the Department's website at the following URL address https://fdotwww. blob.core.windows. net/sitefinity/docs/default_ source/programmanagement/im plemented/urlinspecs/files/deo112468a91904c88e94148b94569982f dff3d2. pdf?sfvrsn=6b78d 1 d6 2 Take responsibility to obtain this information and comply with all requirements posted on this website up through five calendar days before the opening of bids. Comply with the provisions contained in FHWA-1273. If the Department's website cannot be accessed, contact the Department's Specifications Office Web Coordinator at (850) 414-4101. 7-1.4 Compliance with Federal Endangered Species Act and other Wildlife Regulations: The Federal Endangered Species Act requires that the Department investigate the potential impact to a threatened or endangered species prior to initiating an activity performed in conjunction with a highway construction project. If the Department's investigation determines that there is a potential impact to a protected, threatened or an endangered species, the Department will conduct an evaluation to determine what measures may be necessary to mitigate such impact. When mitigation measures and/or special conditions are necessary, these measures and conditions will be addressed in the Contract Documents or permits. In addition, in cases where certain protected, threatened or endangered species are found or appear within close proximity to the project boundaries, the Department has established Overtown Greenway at NW 11th Street 159 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E guidelines that will apply when interaction with certain species occurs, absent of any special mitigation measures or permit conditions otherwise identified for the project. These guidelines are posted at the following URL add ress: https://fdotwww. blob. core.wi ndows. net/sitefin ity/docs/defy u lt- source/programmanagement/implemented/urlinspecs/files/endangeredwildlifequidelines.pdf?sfvrsn=e 27baf3f 2. Take responsibility to obtain this information and take all actions and precautions necessary to comply with the conditions of these guidelines during all project activities. Prior to establishing any off -project activity in conjunction with a project, notify the Engineer of the proposed activity. Covered activities include but are not necessarily limited to borrow pits, concrete or asphalt plant sites, disposal sites, field offices, and material or equipment storage sites. Include in the notification the Financial Project ID, a description of the activity, the location of the site by township, range, section, county, and city, a site location map including the access route, the name of the property owner, and a person to contact to arrange a site inspection. Submit this notification at least 30 days in advance of planned commencement of the off -site activity, to allow for the Department to conduct an investigation without delaying job progress. Do not perform any off -project activity without obtaining written clearance from the Engineer. In the event the Department's investigation determines a potential impact to a protected, threatened or endangered species and mitigation measures or permits are necessary, coordinate with the appropriate resource agencies for clearance, obtain permits and perform mitigation measures as necessary. Immediately notify the Engineer in writing of the results of this coordination with the appropriate resource agencies. Additional compensation or time will not be allowed for permitting or mitigation, associated with Contractor initiated off -project activities. 7-1.8 Compliance with Section 4(f) of the USDOT Act: Section 4(f) of the USDOT Act prohibits the U. S. Secretary of Transportation from approving a project which requires the use of publicly owned land of a public park, recreation area or a wildlife and waterfowl refuge, or of any historic site of national, state, or local significance unless there is no prudent or feasible alternative to using that land and the program or project includes all possible planning to minimize the harm to the site resulting from the use. Before undertaking any off -project activity associated with any federally assisted undertaking, ensure that the proposed site does not represent a public park, recreation area, wildlife or waterfowl refuge, or a historic site (according to the results of the Cultural Resources Survey discussed in 120-6.2). If such a site is proposed, notify the Engineer and provide a description of the proposed off -site activity, the Financial Project ID, the location of the site by township, range, section, a county or city map showing the site location, including the access route and the name of the property. It is the Contractor's responsibility to submit justification for use of Section 4(f) property that is sufficient for the Florida Department of Transportation and the Federal Highway Administration to make a Section 4(f) determination. Submit this notification sufficiently in advance of planned commencement of the off -site activity to allow a reasonable time for the Engineer to conduct an investigation without delaying job progress. Do not begin any off -project activity without obtaining written clearance from the Engineer. 7-16 Wage Rates for Federal -Aid Projects. For this Contract, payment of predetermined minimum wages applies. The U.S. Department of Labor (USDOL) Wage Rates applicable to this Contract are listed in table below, as modified up through ten days prior to the opening of bids. Wage Rate Decision Number Associated Work _FL20220178 02/25/2022 Overtown Greenway at NW 11th Street (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 160 ITB No. 20-21-004 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Obtain the applicable General Decision(s) (Wage Tables) through the Department's Office of Construction website and ensure that employees receive the minimum compensation applicable. Review the General Decisions for all classifications necessary to complete the project. Request additional classifications through the Engineer's office when needed. 7-24 Disadvantaged Business Enterprise Program. 7-24.1 Disadvantaged Business Enterprise Affirmative Action Plan: Prior to award of the Contract, have an approved Disadvantaged Business Enterprise (DBE) Affirmative Action Program Plan filed with the Equal Opportunity Office. Update and resubmit the plan every three years. No Contract will be awarded until the Department approves the Plan. The DBE Affirmative Action Program Plan is incorporated into and made a part of the Contract. 7-24.2 Required Contract and Subcontract DBE Assurance Language: In accordance with 49 CFR 26.13 (b), the Contract FDOT signs with the Contractor (and each subcontract the prime contractor signs with a subcontractor) must include the following assurance: "The Contractor, sub - recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted Contracts. Failure by the Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to, 1. Withholding monthly progress payments; 2. Assessing sanctions; 3. Liquidated damages; and/or 4. Disqualifying the Contractor from future bidding as non -responsible." 7-24.3 Plan Requirements: Include the following in the DBE Affirmative Action Program Plan: 1. A policy statement, signed by an authorized representative (president, chief executive officer, or chairman of the contractor), expressing a commitment to use DBEs in all aspects of contracting to the maximum extent feasible, outlining the various levels of responsibility, and stating the objectives of the program. Circulate the policy statement throughout the Contractor's organization. 2. The designation of a Liaison Officer within the Contractor's organization, as well as support staff, necessary and proper to administer the program, and a description of the authority, responsibility, and duties of the Liaison Officer and support staff. The Liaison Officer and staff are responsible for developing, managing, and implementing the program on a day-to-day basis for carrying out technical assistance activities for DBEs and for disseminating information on available business opportunities so that DBEs are provided an equitable opportunity to participate in Contracts let by the Department. 3. Utilization of techniques to facilitate DBE participation in contracting activities which include, but are not limited to: a. Soliciting price quotations and arranging a time for the review of Plans, quantities, specifications, and delivery schedules, and for the preparation and presentation of quotations. b. Providing assistance to DBEs in overcoming barriers such as the inability to obtain bonding, financing, or technical assistance. c. Carrying out information and communication programs or workshops on contracting procedures and specific contracting opportunities in a timely manner, with such programs being bilingual where appropriate. d. Encouraging eligible DBEs to apply for certification with the Department. Overtown Greenway at NW 11th Street 161 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E e. Contacting Minority Contractor Associations and city and county agencies with programs for disadvantaged individuals for assistance in recruiting and encouraging eligible DBE contractors to apply for certification with the Department. 7-24.4 DBE Records and Reports: Submit the following through the Equal Opportunity Compliance System: 1. DBE Commitments - at or before the Pre -Construction Conference. 2. Report monthly, through the Equal Opportunity Compliance System on the Department's Website, actual payments (including retainage) made to DBEs for work performed with their own workforce and equipment in the area in which they are certified. Report payments made to all DBE and Minority Business Enterprise (MBE) subcontractors and DBE and MBE construction material and major suppliers. The Equal Opportunity Office will provide instructions on accessing this system. Develop a record keeping system to monitor DBE affirmative action efforts which include the following: 1. the procedures adopted to comply with these Specifications; 2. the number of subordinated Contracts on Department projects awarded to DBEs; 3. the dollar value of the Contracts awarded to DBEs; 4. the percentage of the dollar value of all subordinated Contracts awarded to DBEs as a percentage of the total Contract amount; 5. a description of the general categories of Contracts awarded to DBEs; and 6. the specific efforts employed to identify and award Contracts to DBEs. Upon request, provide the records to the Department for review. Maintain all such records for a period of five years following acceptance of final payment and have them available for inspection by the Department and the Federal Highway Administration. 7-24.5 Counting DBE Participation and Commercially Useful Functions: 49 CFR Part 26.55 specifies when DBE credit shall be awarded for work performed by a DBE. DBE credit can only be awarded for work actually performed by DBEs themselves for the types of work for which they are certified. When reporting DBE Commitments, only include the dollars that a DBE is expected to earn for work they perform with their own workforce and equipment. Update DBE Commitments to reflect changes to the initial amount that was previously reported or to add DBEs not initially reported. When a DBE participates in a contract, the value of the work is determined in accordance with 49 CFR Part 26.55, for example: 1. The Department will count only the value of the work performed by the DBE toward DBE goals. The entire amount of the contract that is performed by the DBE's own forces (including the cost of supplies, equipment and materials obtained by the DBE for the contract work) will be counted as DBE credit. 2. The Department will count the entire amount of fees or commissions charged by the DBE firm for providing a bona fide service, such as professional, technical, consultant, or managerial services or for providing bonds or insurance specifically required for the performance of a Department -assisted contract, toward DBE goals, provided that the Department determines the fees to be reasonable and not excessive as compared with fees customarily followed for similar services. 3. When the DBE subcontracts part of the work of its contract to another firm, the Department will count the value of the subcontracted work only if the DBE's subcontractor is itself a DBE. Work that a DBE subcontracts to a non -DBE firm does not count toward DBE goals. 4. When a DBE performs as a participant in a joint venture, the Department will count the portion of the dollar value of the contract equal to the distinct, clearly defined portion of the work the DBE performs with its own forces toward DBE goals. Overtown Greenway at NW 11th Street 162 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 5. The Contractors shall ensure that only expenditures to DBEs that perform a commercially useful function (CUF) in the work of a contract may be counted toward the voluntary DBE goal. 6. A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, and installing (where applicable) and paying for the material itself. 7. Contractors wishing to use joint checks involving DBE credit must provide written notice to the District Contract Compliance Office prior to issuance of the joint check. The Contractor must also provide a copy of the notice to the DBE subcontractor and maintain a copy with the project records. 8. To determine whether a DBE is performing a commercially useful function, the Department will evaluate the amount of work subcontracted, industry practices, whether the amount the firm is to be paid under the contract is commensurate with the work it is actually performing and the DBE credit claimed for its performance of the work, and other relevant factors. 9. A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. 10. If a DBE does not perform or exercise responsibility for at least 30% of the total cost of its contract with its own workforce, or if the DBE subcontracts a greater portion of the work of a contract than would be expected on the basis of normal industry practice for the type of work involved, the DBE has not performed a commercially useful function. 7-24.6 Prompt Payments: Meet the requirements of 9-5 for payments to all DBE subcontractors. 7-25 On -The -Job Training Requirements. As part of the Contractor's equal employment opportunity affirmative action program, training shall be provided as follows: The Contractor shall provide On -The -Job Training aimed at developing full journeymen in the type of trade or job classification involved in the work. In the event the Contractor subcontracts a portion of the contract work, it shall determine how many, if any, of the trainees are to be trained by the subcontractor provided, that the Contractor shall retain the primary responsibility for meeting the training requirements imposed by this Section. Ensure that, when feasible, 25% of trainees in each occupation are in their first year of training. The Contractor shall incorporate the requirements of this Section into such subcontract. The number of trainees will be estimated on the number of calendar days of the contract, the dollar value, and the scope of work to be performed. The trainee goal will be finalized at a Post-Preconstruction Trainee Evaluation Meeting and the goal will be distributed among the work classifications based on the following criteria: 1. Determine the number of trainees on Federal Aid Contract: a. No trainees will be required for contracts with a Contract Time allowance of less than 275 calendar days. b. If the Contract Time allowance is 275 calendar days or more, the number of trainees shall be established in accordance with the following chart: Estimated Contract Amount Trainees Required $2,000,000 or less 0 Over $2,000,000 to $4,000,000 2 Overtown Greenway at NW 11th Street (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 163 ITB No. 20-21-004 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Estimated Contract Amount Trainees Required Over $4,000,000 to $6,000,000 3 Over $6,000,000 to $12,000,000 5 Over $12,000,000 to $18,000,000 7 Over $18,000,000 to $24,000,000 9 Over $24,000,000 to $31,000,000 12 Over $31,000,000 to $37,000,000 13 Over $37,000,000 to $43,000,000 14 Over $43,000,000 to $49,000,000 15 Over $49,000,000 to $55,000,000 16 Over $55,000,000 to $62,000,000 17 Over $62,000,000 to $68,000,000 18 Over $68,000,000 to $74,000,000 19 Over $74,000,000 to $81,000,000 20 Over $81,000,000 to $87,000,000 21 Over $87,000,000 to $93,000,000 22 Over $93,000,000 to $99,000,000 23 Over $99,000,000 to $105,000,000 24 Over $105,000,000 to $112,000,000 25 Over $112,000,000 to $118,000,000 26 Over $118,000,000 to $124,000,000 27 Over $124,000,000 to $130,000,000 28 Over $130,000,000 to * *One additional trainee per $6,000,000 of estimated Construction Contract amount over $130,000,000 Further, if the Contractor or subcontractor requests to utilize banked trainees as discussed later in this Section, a Banking Certificate will be validated at this meeting allowing credit to the Contractor for previously banked trainees. Banked credits of prime Contractors working as Subcontractors may be accepted for credit. The Contractor's Project Manager, the Construction Project Engineer and the Department's District Contract Compliance Manager will attend this meeting. Within ten days after the Post-Preconstruction Training Evaluation Meeting, the Contractor shall submit to the Department for approval an On -The -Job Training Schedule indicating the number of trainees to be trained in each selected classification and the portion of the Contract Time during which training of each trainee is to take place. This schedule may be subject to change if any of the following occur: 1. When a start date on the approved On -The -Job Training Schedule has been missed by 14 or more days; 2. When there is a change in previously approved classifications; 3. When replacement trainees are added due to voluntary or involuntary termination The revised schedule will be resubmitted to and approved by the Department's District Contract Compliance Manager. The following criteria will be used in determining whether or not the Contractor has complied with this Section as it relates to the number of trainees to be trained: 1. Credit will be allowed for each trainee that is both enrolled and satisfactorily completes training on this Contract. Credit for trainees, over the established number for this Contract, will be carried in a "bank" for the Contractor and credit will be allowed for those surplus trainees in subsequent, applicable projects. A "banked" trainee is described as an employee who has been trained on a project, over and above the established goal, and for which the Contractor desires to preserve credit for utilization on a subsequent project. Overtown Greenway at NW 11th Street 164 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 2. Credit will be allowed for each trainee that has been previously enrolled in the Department's approved training program on another contract and continues training in the same job classification and completes their training on a different contract. 3. Credit will be allowed for each trainee who, due to the amount of work available in their classification, is given the greatest practical amount of training on the contract regardless of whether or not the trainee completes training. 4. Credit will be allowed for any training position indicated in the approved On -The -Job Training Schedule, if the Contractor can demonstrate that made a good faith effort to provide training in that classification was made. 5. No credit will be allowed for a trainee whose employment by the Contractor is involuntarily terminated unless the Contractor can clearly demonstrate good cause for this action. Training and upgrading of minorities, women and economically disadvantaged persons toward journeyman status is a primary objective of this Section. Accordingly, the Contractor shall make every effort to enroll minority trainees and women (e.g., by conducting systematic and direct recruitment through public and private sources likely to yield minority and women trainees) to the extent such persons are available within a reasonable area of recruitment. If a non -minority male is enrolled into the On -The -Job Training Program, the On -The -Job Training Notification of Personnel Action Form notifying the District Contract Compliance Manager of such action shall be accompanied by a disadvantaged certification or a justification for such action acceptable to the Department's District Contract Compliance Manager. The Contractor will be given an opportunity and will be responsible for demonstrating the steps that it has taken in pursuance thereof, prior to a determination as to whether the Contractor is in compliance with this Section. This training is not intended, and shall not be used, to discriminate against any applicant for training, whether a minority, woman or disadvantaged person. No employee shall be employed as a trainee in any classification in which they have successfully completed a training course leading to journeyman status, or have been employed as a journeyman. The Contractor may satisfy this requirement by including appropriate questions in the employee application or by other suitable means. Regardless of the method used, the Contractor's records should document the findings in each case. The minimum length and type of training for each classification will be as established at the Post- Preconstruction Trainee Evaluation Meeting and approved by the Department. Graduation to journeyman status will be based upon satisfactory completion of a Proficiency Demonstration set up at the completion of training and established for the specific training classification, completion of the minimum hours in a training classification range, and the employer's satisfaction that the trainee does meet journeyman status in the classification of training. Upon reaching journeyman status, the following documentation must be forwarded to the District Contract Compliance Office: 1. Trainee Enrollment and Personnel Action Form 2. Proficiency Demonstration Verification Form indicating completion of each standard established for the classification signed by representatives of both the Contractor and the Department. The Department and the Contractor shall establish a program that is tied to the scope of the work in the project and the length of operations providing it is reasonably calculated to meet the equal employment opportunity obligations of the Contractor and to qualify the average trainee for journeyman status in the classifications concerned, by at least, the minimum hours prescribed for a training classification. Furthermore, apprenticeship programs registered with the U.S. Department of Labor, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau and training programs approved but not necessarily sponsored by the U.S. Department of Labor, Manpower Administration, Bureau of Apprenticeship and Training shall also be considered acceptable provided it is being administered in a manner consistent with the equal employment obligations of Federal Aid highway construction contract. Approval or acceptance of a training schedule shall be obtained from the Department prior to commencing work on the classifications covered by the program. Overtown Greenway at NW 11th Street 165 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E A voluntary On -The -Job Training Program is available to a Contractor which has been awarded a state funded project. Through this program, the Contractor will have the option to train employees on state funded projects for "banked credit" as discussed previously in this provision, to be utilized on subsequent Federal Aid Projects where training is required. Those Contractors availing themselves of this opportunity to train personnel on state funded projects and bank trainee hours for credit shall comply with all training criteria set forth in this Section for Federal Aid Projects; voluntary banking may be denied by the Department if staff is not available to monitor compliance with the training criteria. It is the intention of these provisions that training is to be provided in the construction crafts rather than clerk -typists or secretarial type positions. Training is permissible in lower level management positions such as office engineers, estimators, etc., where the training is oriented toward construction applications. Training in the laborer classifications, except Common/General Laborer, may be permitted provided that significant and meaningful training is provided and approved by the District Contract Compliance Office. When approved in advance by the District Contract Compliance Manager, credit will be given for training of persons in excess of the number specified herein under the current contract or a Contractor will be allowed to bank trainees who have successfully completed a training program and may apply those trainees to a training requirement in subsequent project(s) upon approval of the Department's District Contract Compliance Manager. This credit will be given even though the Contractor may receive training program funds from other sources, provided such other source do not specifically prohibit the Contractor from receiving other form of compensation. Offsite training is permissible as long as the training is an integral part of an approved training program and does not compromise a significant part of the overall training. Credit for offsite training indicated above may only be made to the Contractor when it does one or more of the following and the trainees are concurrently employed on a Federal Aid Project: 1. Contributes to the cost of the training, 2. Provides the instruction to the trainee, 3. Pays the trainee's wages during the offsite training period. The Contractor shall compensate the trainee at no less than the laborer rate established in the Contract at the onset of training. The compensation rate will be increased to the journeyman's wage upon graduation from the training program for the remainder of the time the trainee works in the classification in which they were trained. The Contractor shall furnish the trainee a copy of the program they will follow in providing the training. The Contractor shall provide each trainee with a certification showing the type and length of training satisfactorily completed. The Contractor shall enroll a trainee in one training classification at a time to completion before the trainee can be enrolled in another classification on the same project. The Contractor shall maintain records to document the actual hours each trainee is engaged in training on work being performed as a part of this Contract. The Contractor shall submit to the District Contract Compliance Manager a copy of an On -The - Job Training Notification of Personnel Action form no later than seven days after the effective date of the action when the following actions occur: a trainee is transferred on the project, transferred from the project to continue training on another contract, completes training, is upgraded to journeyman status or voluntary terminates or is involuntary terminated from the project. The Contractor shall furnish to the District Contract Compliance Manager a copy of a Monthly Time Report for each trainee. The Monthly Time Report for each month shall be submitted no later than the tenth day of the subsequent month. The Monthly Time Report shall indicate the phases and sub - phases of the number of hours devoted to each proficiency. Highway or Bridge Carpenter Helper, Mechanic Helper, Rodman/Chainman, and Timekeeper classifications will not be approved for the On -The -Job Training Program. Overtown Greenway at NW 11th Street 166 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E The number of trainees may be distributed among the work classifications on the basis of the Contractor's needs and the availability of journeymen in the various classifications within a reasonable area of recruitment. The Contractor will have fulfilled the responsibilities of this Specification when acceptable training has been provided to the trainee as specified above. 7-26 Cargo Preference Act — Use of United States -Flag Vessels. Pursuant to Title 46 CFR 381, the Contractor agrees 1. To utilize privately owned United States -flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to this Contract, to the extent such vessels are available at fair and reasonable rates for United States -flag commercial vessels. 2. To furnish within 20 days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, `on -board' commercial ocean bill -of -lading in English for each shipment of cargo described in paragraph 1 of this Article to both the Contracting Officer (through the prime contractor in the case of subcontractor bills -of -lading) and to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590. 3. To insert the substance of the provisions of this clause in all subcontracts issued pursuant to this Contract. 7-29 E-Verify. The Contractor shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. 7-31 Title VI Assurance — DOT 1050.2A, Appendix A and Appendix E. 7-31.1 Appendix A: During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: 1. Compliance with Regulations: The Contractor shall comply with the Regulations relative to nondiscrimination in Federally -assisted programs of the US Department of Transportation (hereinafter, "USDOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this Contract. 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the Contract, shall not discriminate on the basis of race, color, national origin or sex in the selection and retention of sub -contractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the Contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for subcontractors, including procurements of materials and equipment: In all solicitations either by competitive bidding or negotiation made by the Contractor for work to be performed under subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the basis of race, color, national origin, or sex. Overtown Greenway at NW 11th Street 167 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 4. Information and Reports: The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by the Florida Department of Transportation or the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and Federal Motor Carrier Safety Administration to be pertinent to ascertain compliance with such Regulations, order and instructions. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information the Contractor shall so certify to the Florida Department of Transportation, or the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, or Federal Motor Carrier Safety Administration as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Contract, the Florida Department of Transportation shall impose such Contract sanctions as it or the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, or Federal Motor Carrier Safety Administration may determine to be appropriate, including, but not limited to: a. withholding of payments to the Contractor under the Contract until the Contractor complies, or b. cancellation, termination or suspension of the Contract, in whole or in part. 6. Incorporation of Provisions: The Contractor shall include the provisions of this appendix in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as the Florida Department of Transportation or the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, or Federal Motor Carrier Safety Administration may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that, in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the Contractor may request the Florida Department of Transportation to enter into such litigation to protect the interests of the Florida Department of Transportation, and, in addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 7-31.2 Appendix E: During the performance of this Contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor" agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: 1. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21; 2. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired of Federal or Federal -aid programs and projects); 3. Federal -Aid Highway Act of 1973, (23 U.S.0 § 324 et seq.), (prohibits discrimination on the basis of sex); 4. Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; 5. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); 6. Airport and Airway Improvement Act of 1982, (49 U.S.C. 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color national origins or sex); 7. The Civil Rights Restoration Act of 1987 (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs Overtown Greenway at NW 11th Street 168 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E or activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not); 8. Titles II and III of the Americans with Disabilities Act, which prohibits discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 — 12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; 9. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); 10. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; 11. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); 12. Title IX of the Education Amendments of 1972, as amended, which prohibits discrimination based on sex in education programs, or activities (20 U.S.C. 1681 et seq.). FROM SECTION 8 (SUBLETTING, CONTRACT TIME EXTENSION, AND LIQUIDATED DAMAGES). 8-1 Subletting or Assigning of Contracts. Do not, sell, transfer, assign or otherwise dispose of the Contract or Contracts or any portion thereof, or of the right, title, or interest therein, without written consent of the Department. If the Contractor chooses to sublet any portion of the Contract, the Contractor must provide a written request to sublet work on the Certification of Sublet Work form developed by the Department for this purpose. With the Engineer's acceptance of the request, the Contractor may sublet a portion of the work, but shall perform with its own organization work amounting to not Tess than 40% of the total Contract amount. The Certification of Sublet Work request will be deemed acceptable by the Department, for purposes of the Department's consent, unless the Engineer notifies the Contractor within 5 business days of receipt of the Certification of Sublet Work that the Department is not consenting to the requested subletting. Include in the total Contract amount the cost of materials and manufactured component products, and their transportation to the project site. For the purpose of meeting this requirement the Department will not consider off -site commercial production of materials and manufactured component products that the Contractor purchases, or their transportation to the project, as subcontracted work. If the Contractor sublets a part of a Contract item, the Department will use only the sublet proportional cost in determining the percentage of subcontracted normal work. Execute all agreements to sublet work in writing and include all pertinent provisions and requirements of the Contract. All other agreements must be in writing and reference all applicable Contract provisions. Upon request, furnish the Department with a copy of the subcontract and agreement. The subletting of work does not relieve the Contractor or the surety of their respective liabilities under the Contract. The Department recognizes a subcontractor only in the capacity of an employee or agent of the Contractor, and the Engineer may require the Contractor to remove the subcontractor as in the case of an employee. 8-7.3.2 Contract Time Extensions: The Department may grant an extension of Contract Time when a controlling item of work is delayed by factors not reasonably anticipated or Overtown Greenway at NW 11th Street 169 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E foreseeable at the time of bid. The Department may allow such extension of time only for delays occurring during the Contract Time period or authorized extensions of the Contract Time period. When failure by the Department to fulfill an obligation under the Contract results in delays to the controlling items of work, the Department will consider such delays as a basis for granting a time extension to the Contract. Whenever the Engineer suspends the Contractor's operations, as provided in 8-6, for reasons other than the fault of the Contractor, the Engineer will grant a time extension for any delay to a controlling item of work due to such suspension. The Department will not grant time extensions to the Contract for delays due to the fault or negligence of the Contractor. The Department does not include an allowance for delays caused by the effects of inclement weather or suspension of Contractor's operations in establishing Contract Time. The Engineer will continually monitor the effects of weather and, when found justified, grant time extensions on either a bimonthly or monthly basis. The Engineer will not require the Contractor to submit a request for additional time due to the effects of weather. The Department will grant time extensions, on a day for day basis, for delays caused by the effects of rains or other inclement weather conditions, related adverse soil conditions or suspension of operations that prevent the Contractor from productively performing controlling items of work resulting in: 1. The Contractor being unable to work at least 50% of the normal work day on pre -determined controlling work items; or 2. The Contractor must make major repairs to work damaged by weather, provided that the damage is not attributable to the Contractor's failure to perform or neglect; and provided that the Contractor was unable to work at least 50% of the normal workday on pre -determined controlling work items. When the Department grants a time extension due to rains or other inclement weather, the Contractor shall submit any objection to the additional time in writing within ten calendar days from receipt of written notice from the Engineer. Failure to submit a written appeal within ten calendar days from receipt of the written notice shall constitute a waiver of any and all rights to appeal the Department's decision at a later time. No additional compensation will be made for delays caused by the effects of inclement weather. The Department will consider the delays in delivery of materials or component equipment that affect progress on a controlling item of work as a basis for granting a time extension if such delays are beyond the control of the Contractor or supplier. Such delays may include an area - wide shortage, an industry -wide strike, or a natural disaster that affects all feasible sources of supply. In such cases, the Contractor shall furnish substantiating letters from a representative number of manufacturers of such materials or equipment clearly confirming that the delays in delivery were the result of an area -wide shortage, an industry -wide strike, etc. No additional compensation will be made for delays caused by delivery of materials or component equipment. The Department will not consider requests for time extension due to delay in the delivery of custom manufactured equipment such as traffic signal equipment, highway lighting equipment, etc., unless the Contractor furnishes documentation that he placed the order for such equipment in a timely manner, the delay was caused by factors beyond the manufacturer's control, and the lack of such equipment caused a delay in progress on a controlling item of work. No additional compensation will be paid for delays caused by delivery of custom manufactured equipment. The Department will consider the affect of utility relocation and adjustment work on job progress as the basis for granting a time extension only if all the following criteria are met: 1. Delays are the result of either utility work that was not detailed in the Plans, or utility work that was detailed in the Plans but was not accomplished in reasonably close accordance with the schedule included in the Contract Documents. Overtown Greenway at NW 11th Street 170 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 2. Utility work actually affected progress toward completion of controlling work items. 3. The Contractor took all reasonable measures to minimize the effect of utility work on job progress, including cooperative scheduling of the Contractor's operations with the scheduled utility work at the preconstruction conference and providing adequate advance notification to utility companies as to the dates to coordinate their operations with the Contractor's operations to avoid delays. As a condition precedent to an extension of Contract Time the Contractor must submit to the Engineer: A preliminary request for an extension of Contract Time must be made in writing to the Engineer within ten calendar days after the commencement of a delay to a controlling item of work. If the Contractor fails to submit this required preliminary request for an extension of Contract Time, the Contractor fully, completely, absolutely and irrevocably waives any entitlement to an extension of Contract Time for that delay. In the case of a continuing delay only a single preliminary request for an extension of Contract Time will be required. Each such preliminary request for an extension of Contract Time shall include as a minimum the commencement date of the delay, the cause of the delay, and the controlling item of work affected by the delay. Furthermore, the Contractor must submit to the Engineer a request for a Contract Time extension in writing within 30 days after the elimination of the delay to the controlling item of work identified in the preliminary request for an extension of Contract Time. Each request for a Contract Time extension shall include as a minimum all documentation that the Contractor wishes the Department to consider related to the delay, and the exact number of days requested to be added to Contract Time. If the Contractor contends that the delay is compensable, then the Contractor shall also be required to submit with the request for a Contract Time extension a detailed cost analysis of the requested additional compensation. If the Contractor fails to submit this required request for a Contract Time extension, with or without a detailed cost analysis, depriving the Engineer of the timely opportunity to verify the delay and the costs of the delay, the Contractor waives any entitlement to an extension of Contract Time or additional compensation for the delay. Upon timely receipt of the preliminary request of Contract Time from the Contractor, the Engineer will investigate the conditions, and if it is determined that a controlling item of work is being delayed for reasons beyond the control of the Contractor the Engineer will take appropriate action to mitigate the delay and the costs of the delay. Upon timely receipt of the request for a Contract Time extension the Engineer will further investigate the conditions, and if it is determined that there was an increase in the time or the cost of performance of the controlling item of work beyond the control of the Contractor, then an adjustment of Contract Time will be made, and a monetary adjustment will be made, excluding loss of anticipated profits, and the Contract will be modified in writing accordingly. The existence of an accepted schedule, including any required update(s), is a condition precedent to the Contractor having any right to the granting of an extension of Contract Time or any monetary compensation arising out of any delay. Contractor failure to have an accepted schedule, including any required update(s), for the period of potential impact, or in the event the currently accepted schedule and applicable updates do not accurately reflect the actual status of the project or fail to accurately show the true controlling or non -controlling work activities for the period of potential impact, will result in any entitlement determination as to time or money for such period of potential impact being limited solely to the Department's analysis and identification of the actual controlling or non -controlling work activities. Further, in such instances, the Department's determination as to entitlement as to either time or compensability will be final, unless the Contractor can prove by clear and convincing evidence to a Disputes Review Board that the Department's determination was without any reasonable factual basis. Overtown Greenway at NW 11th Street 171 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 8-10 Liquidated Damages for Failure to Complete the Work. 8-10.2 Amount of Liquidated Damages: Applicable liquidated damages are the amounts established in the following schedule: Original Contract Amount Daily Charge Per Calendar Day $50,000 and under $868 Over $50,000 but less than $250,000 $882 $250,000 but less than $500,000 $1,197 $500,000 but less than $2,500,000 $1,694 $2,500,000 but less than $5,000,000 $2,592 $5,000,000 but less than $10,000,000 $3,786 $10,000,000 but less than $15,000,000 $4,769 $15,000,000 but less than $20,000,000 $5,855 $20,000,000 and over $9,214 plus 0.00005 of any amount over $20 million (Round to nearest whole dollar) The Engineer may approve adjustments to the liquidated damages amounts in accordance with the Construction Project Administration Manual (CPAM) provided all contract work is complete. FROM SECTION 9 (PARTIAL PAYMENTS). 9-5 Partial Payments. 9-5.1 General: The Engineer will make partial payments on monthly estimates based on the amount of work that the Contractor completes during the month (including delivery of certain materials, as specified herein below). The Engineer will make approximate monthly payments, and the Department will correct all partial estimates and payments in the subsequent estimates and in the final estimate and payment. The Department will base the amount of such payments on the total value of the work that the Contractor has performed to the date of the estimate, based on the quantities completed and the Contract prices, less payments previously made and less any retainage withheld. Retainage will not be withheld until the percent of Contract Time used exceeds 75%. From that time forward, the Department will withhold retainage of 10% of the amount due on the current estimate as retainage when the percent of Contract Time used exceeds the percent of Contract amount earned by more than 15%. Contract amount is defined as the original Contract amount adjusted by approved supplemental agreements. Retainage will be determined for each job on multiple job Contracts. The Department will not accept Securities, Certificates of Deposit or letters of credit as a replacement for retainage. Amounts withheld will not be released until payment of the final estimate. 9-5.2 Unsatisfactory Payment Record: In accordance with Sections 255.05 and 337.16 of the Florida Statutes, and the rules of the Department, the Department may disqualify the Contractor from bidding on future Department contracts if the Contractor's payment record in connection with contract work becomes unsatisfactory. 9-5.3 Withholding Payment: 9-5.3.1 Withholding Payment for Defective Work: If the Department discovers any defective work or material prior to the final acceptance, or if the Department has a reasonable doubt as to the integrity of any part of the completed work prior to final acceptance, then the Department will not allow payment for such defective or questioned work until the Contractor has remedied the defect and removed any causes of doubt. Overtown Greenway at NW 11th Street 172 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 9-5.3.2 Withholding Payment for Failure to Comply: The Department will withhold progress payments from the Contractor if he fails to comply with any or all of the following within 60 days after beginning work: 1. comply with and submit required paperwork relating to prevailing wage rate provisions, Equal Employment Opportunity, On -The -Job Training, and Affirmative Action; 2. comply with the requirement to all necessary information, including actual payments to DBEs, all other subcontractors and major suppliers, through the Internet based Equal Opportunity Reporting System; 3. comply with or make a good faith effort to ensure employment opportunity for minorities and females in accordance with the required contract provisions for Federal Aid Construction Contracts, and 4. comply with or make a good faith effort to meet On -The -Job Training goals. The Department will withhold progress payments until the Contractor has satisfied the above conditions. 9-5.4 Release of Retainage After Acceptance: When the Contractor has furnished the Department with all submittals required by the Contract, such as invoices, EEO reports, materials certifications, certification of materials procured, etc., (excluding Contractor's letter of acceptance of final amount due and Form 21-A release) and the Engineer has determined that the measurement and computation of pay quantities is correct, the Department may reduce the retainage to $1,000 plus any amount that the Department elects to deduct for defective work as provided in 9-5.3. The Department may deduct from payment estimates any sums that the Contractor owes to the Department on any account. Where more than one project or job (separate job number) is included in the Contract, the Department will distribute the reduced retainage as provided in the first paragraph of this Subarticle to each separate project or job in the ratio that the Contract value of the work for the particular job bears to the total Contract amount. 9-5.5 Partial Payments for Delivery of Certain Materials: 9-5.5.1 General: The Department will allow partial payments for new materials that will be permanently incorporated into the project and are stockpiled in approved locations in the project vicinity. Stockpile materials so that they will not be damaged by the elements and in a manner that identifies the project on which they are to be used. The following conditions apply to all payments for stockpiled materials: 1. There must be reasonable assurance that the stockpiled material will be incorporated into the specific project on which partial payment is made. 2. The stockpiled material must be approved as meeting applicable specifications. 3. The total quantity for which partial payment is made shall not exceed the estimated total quantity required to complete the project. 4. The Contractor shall furnish the Engineer with copies of certified invoices to document the value of the materials received. The amount of the partial payment will be determined from invoices for the material up to the unit price in the Contract. 5. Delivery charges for materials delivered to the jobsite will be included in partial payments if properly documented. 6. Partial payments will not be made for materials which were stockpiled prior to award of the Contract for a project. 9-5.5.2 Partial Payment Amounts: The following partial payment restrictions apply: 1. Partial payments less than $5,000 for any one month will not be processed. 2. Partial payments for structural steel and precast prestressed items will not exceed 85% of the bid price for the item. Partial payments for all other items will not exceed 75% of the bid price of the item in which the material is to be used. Overtown Greenway at NW 11th Street 173 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 3. Partial payment will not be made for aggregate and base course material received after paving or base construction operations begin except when a construction sequence designated by the Department requires suspension of paving and base construction after the initial paving operations, partial payments will be reinstated until the paving and base construction resumes. 9-5.5.3 Off Site Storage: If the conditions of 9-5.5.1 are satisfied, partial payments will be allowed for materials stockpiled in approved in -state locations. Additionally, partial payments for materials stockpiled in approved out-of-state locations will be allowed if the conditions of 9-5.5.1 and the following conditions are met: 1. Furnish the Department a Materials Bond stating the supplier guarantees to furnish the material described in the Contract to the Contractor and Department. Under this bond, the Obligor shall be the material supplier and the Obligees shall be the Contractor and the Florida Department of Transportation. The bond shall be in the full dollar amount of the bid price for the materials described in the contract. 2. The following clauses must be added to the construction Contract between the Contractor and the supplier of the stockpiled materials: "Notwithstanding anything to the contrary, <supplier> will be liable to the Contractor and the Florida Department of Transportation should <supplier> default in the performance of this agreement." "Notwithstanding anything to the contrary, this agreement, and the performance bond issued pursuant to this agreement, does not alter, modify, or otherwise change the Contractor's obligation to furnish the materials described in this agreement to the Florida Department of Transportation." 3. The agreement between the Contractor and the supplier of the stockpiled materials must include provisions that the supplier will store the materials and that such materials are the property of the Contractor. 9-5.6 Certification of Payment to Subcontractors: The term "subcontractor," as used herein, includes persons or firms furnishing materials or equipment incorporated into the work or stockpiled for which the Department has made partial payment and firms working under equipment -rental agreements. The Contractor is required to pay all subcontractors for satisfactory performance of their Contracts before the Department will make a further progress (partial) payment. The Contractor shall also return all retainage withheld to the subcontractors within 30 days after the subcontractor's work is satisfactorily complete, as determined by the Department. Prior to receipt of any progress (partial) payment, the prime contractor shall certify that all subcontractors having an interest in the Contract were paid for satisfactory performance of their Contracts and that the retainage is returned to subcontractors within 30 days after satisfactory completion of the subcontractor's work. Provide this certification in the form designated by the Department. Within 30 days of the Contractor's receipt of the final progress payment or any other payments thereafter, except the final payment, the Contractor shall pay all subcontractors and suppliers having an interest in the Contract for all work completed and materials furnished. The Department will honor an exception to the above when the Contractor demonstrates good cause for not making any required payment and furnishes written notification of any such good cause to both the Department and the affected subcontractors or suppliers within said 30 day period. The Contractor shall indemnify and provide defense for the Department when called upon to do so for all claims or suits against the Department, by third parties, pertaining to Contractor payment or performance issues arising out of the Contract. It is expressly understood that the monetary limitation on the extent of the indemnification shall be the approved Contract amount, which shall be the original Contract amount as may be increased by subsequent Supplemental Agreements. Overtown Greenway at NW 11th Street 174 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC — TITLE VI ASSURANCE — DOT 1050.2A, APPENDIX A AND APPENDIX E. (REV 5-27-16) (FA 6-2-16) (1-20) SECTION 7 is expanded by the following new Article: 7-31 Title VI Assurance — DOT 1050.2A, Appendix A and Appendix E. 7-31.1 Appendix A: During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: 1. Compliance with Regulations: The Contractor shall comply with the Regulations relative to nondiscrimination in Federally -assisted programs of the US Department of Transportation (hereinafter, "USDOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this Contract. 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the Contract, shall not discriminate on the basis of race, color, national origin or sex in the selection and retention of sub -contractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the Contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for subcontractors, including procurements of materials and equipment: In all solicitations either by competitive bidding or negotiation made by the Contractor for work to be performed under subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the basis of race, color, national origin, or sex. 4. Information and Reports: The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by the Florida Department of Transportation or the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and Federal Motor Carrier Safety Administration to be pertinent to ascertain compliance with such Regulations, order and instructions. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information the Contractor shall so certify to the Florida Department of Transportation, or the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, or Federal Motor Carrier Safety Administration as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Contract, the Florida Department of Transportation shall impose such Contract sanctions as it or the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, or Federal Motor Carrier Safety Administration may determine to be appropriate, including, but not limited to: a. withholding of payments to the Contractor under the Contract until the Contractor complies, or b. cancellation, termination or suspension of the Contract, in whole or in part. 6. Incorporation of Provisions: The Contractor shall include the provisions of this Appendix in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as the Florida Department of Transportation or the Overtown Greenway at NW 11th Street 175 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, or Federal Motor Carrier Safety Administration may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that, in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the Contractor may request the Florida Department of Transportation to enter into such litigation to protect the interests of the Florida Department of Transportation, and, in addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 7-31.2 Appendix E: During the performance of this Contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor" agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: 1. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21; 2. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired of Federal or Federal -aid programs and projects); 3. Federal -Aid Highway Act of 1973, (23 U.S.0 § 324 et seq.), (prohibits discrimination on the basis of sex); 4. Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; 5. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); 6. Airport and Airway Improvement Act of 1982, (49 U.S.C. 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color national origins or sex); 7. The Civil Rights Restoration Act of 1987 (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not); 8. Titles II and III of the Americans with Disabilities Act, which prohibits discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 — 12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; 9. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); 10. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; 11. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); 12. Title IX of the Education Amendments of 1972, as amended, which prohibits discrimination based on sex in education programs, or activities (20 U.S.C. 1681 et seq.). Overtown Greenway at NW 11th Street 176 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E FDOT LAP FORMS ATTACHMENT A Overtown Greenway at NW 11th Street 177 ITB No. 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Titg of � i xrnt ADDENDUM No. 1 MAY 5, 2022, INVITATION To BID ("ITB") No. 20-21-004 OVERTOWN GREENWAY AT NW 11TH STREET (FROM NW 7111 AVENUE TO NW 12111 AVENUE) FDOT PROJECT No.: 420917-2 TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned invitation to Bid ("ITB") and shall become an integral part of the Bid proposal submitted and the Contract to be executed for Overtown Greenway at NW 11th Street - ITB No. 20-21-004 (the "Project"). Please note the contents herein and affix it to the documents you have on hand. It is the sole responsibility of all Proposers to ensure the receipt of all addenda. Therefore, it is recommended that firms periodically check the BidSync page for this ITB for updates and the issuance of addenda. All attachments (if any) are available on the City's BidSync page for this ITB and are part of this Addendum. A. Wherever applicable throughout the ITB document, Proposers are hereby advised that the Bids Submission Due Date has been changed from May 9, 2022, by 4:00 p.m. to May 23, 2022, by 4:00 p.m. (local time). The requirement to submit Proposals through BidSync remains the same; B. REQUESTS FOR INFORMATION - SINCE ISSUANCE OF THE ITB: Q1. What is the budget for this project? Al. Please see attached the Engineer's Opinion of Probable Construction Cost produced by T.Y. Lin International, and dated February 15, 2022. Q2. Is there a DBE goal for this project? A2. FDOT currently has a race neutral Disadvantaged Business Enterprise program with a 10.65% aspirational goal as certified under the Florida Unified Certification Program. Q3. Is this a Local Agency Program ("LAP") project? A3. Yes, this Project will be partially funded through FDOT's LAP program. Attachment: Engineer's Opinion of Probable Construction Cost, T.Y. Lin International, dated 2/15/2022 Overtown Greenway at NW 11th Street (from NW 1 ITB No. 20-21-004 7th Ave to NW 12th Ave) - Project No.: B-173648 Addendum No. 1 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO Director/Chief Procurement Officer Department of Procurement, City of Miami Overtown Greenway at NW 11th Street (from NW 2 ITB No. 20-21-004 7th Ave to NW 12th Ave) - Project No.: B-173648 Addendum No. 1 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E TYLININTERNATIONAL engineers I plonners I scientists City of Miami Project B-173648 NW 11th Street Overtown Greenway Phase II - Engineer's Opinion of Probable Construction Cost Overtown Greenway along NW 11 Street btw NW 7th & 12th Avenues (FM No. 420917-2-58-01) ITEM PAY ITEM PAY ITEM DESCRIPTION UNIT UNIT PRICE PLAN QUANTITY COST 1 101-1 Mobilization LS $34,771.10 1 $34,771.10 2 102-1 Maintenance of Traffic LS $48,679.54 1 $48,679.54 3 110-1-1 Clearing and Grubbing LS $34,771.10 1 $34,771.10 4 110-4-10 Removal of Existing Concrete Pavement SY $7.50 2,118 $15,885.00 5 160-4 Type B Stabilization SY $5.00 2,815 $14,075.00 6 327-70-1 Milling Existing Asphalt Pavement (1" Average) SY $10.00 169 $1,690.00 7 337-7-80 Asphaltic Conc. Friction Course Traffic B (FC-9.5) (1" FC ) TN $200.00 10 $2,000.00 8 350-4-07 Reinforced Cement Concrete Pavement, 9" Thick (Crosswalk item includes reinforcement, tooling, expansion joints) SY $125.00 265 $33,125.00 9 425-5-1 Manhole Adjust EA $1,000.00 6 $6,000.00 10 425-6 Valve Adjust EA $500.00 2 $1,000.00 11 425-6A Pull Box Adjust EA $500.00 22 $11,000.00 12 515-2-211 Pedestrian /Bicycle Railing (Steel) LF $50.00 159 $7,950.00 13 520-1-10 Concrete Curb and Gutter, Type F LF $45.00 297 $13,365.00 14 520-3 Concrete Valley Gutter LF $40.00 54 $2,160.00 15 522-2 Sidewalk Concrete, 6" Thick (includes tooling, expansion joints, integral color, and conc. Driveway) SY $75.00 2,150 $161,250.00 16 527-1 Detectable Warning SY $150.00 270 $40,500.00 17 570-1-2 Performance turf, sod (St. Augustine) SY $10.00 2,500 $25,000.00 18 580-1-1 Landscape Complete (Small plants, see below) LS $15,816.00 1 $15,816.00 19 580-1-2 Landscape Complete (Large plants, see below) LS $71,000.00 1 $71,000.00 20 660-2106 Loop Assembly FCI Type F AS $5,000.00 2 $10,000.00 21 700-20-11 Single Post Sign, FCI, Less than 12 sf AS $500.00 6 $3,000.00 22 700-20-60 Single Post Sign, Remove AS $50.00 5 $250.00 23 700-20-40 Single Sign Post AS $1,500.00 5 $7,500.00 24 711-11123 12" Solid Traffic Stripe (White) LF $5.00 278 $1,390.00 25 711-11125 24" Solid Traffic Stripe (White) LF $6.00 161 $966.00 26 711-11170 Directional Arrows EA $250.00 2 $500.00 27 Trash Receptacle (Furnish and Install) EA $750.00 10 $7,500.00 28 Bench (Furnish and Install) EA $2,000.00 10 $20,000.00 29 Pedestrian Lighting System, Complete (see lighting plans) LS $212,500.00 1 $212,500.00 30 Permitting Allowance LS $10,000.00 1 $10,000.00 31 Contingency (Do Not Bid) LS $90,000.00 1 $90,000.00 TOTAL: $903,643.74 LANDSCAPE PAY ITEM PAY ITEM DESCRIPTION UNIT UNIT PRICE PLAN QUANTITY COST 580-1-1 Cocoplum "Red Tip" (30" high x 24" spread) EA $15.00 50 $750.00 Florida Privet EA $15.00 124 $1,860.00 Cocoplum "Red Tip" (24" OA) EA $15.00 170 $2,550.00 Saw Palmetto EA $15.00 75 $1,125.00 Aechema bromeliad "Orange" EA $15.00 47 $705.00 Muhly Grass EA $15.00 150 $2,250.00 Florida Gamma Grass EA $12.00 285 $3,420.00 Parsons Juniper EA $12.00 263 $3,156.00 Sub -total: $15,816.00 580-1-2 Dahoon Holly EA $3,000.00 7 $21,000.00 Silver Buttonwood EA $2,500.00 4 $10,000.00 Florida Thatch Palm EA $1,500.00 20 $30,000.00 Cabbage Palm EA $2,000.00 5 $10,000.00 Sub -total: $71,000.00 Page 1 of 1 100h Submittal 2/15/2022 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E + Titu of 4i nit ADDENDUM No. 2 MAY 20, 2022, INVITATION To BID ("ITB") No. 20-21-004 OVERTOWN GREENWAY AT NW 11TH STREET (FROM NW 7111 AVENUE TO NW 12111 AVENUE) FDOT PROJECT No.: 420917-2 TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned invitation to Bid ("ITB") and shall become an integral part of the Bid proposal submitted and the Contract to be executed for Overtown Greenway at NW 11th Street - ITB No. 20-21-004 (the "Project"). Please note the contents herein and affix it to the documents you have on hand. It is the sole responsibility of all Proposers to ensure the receipt of all addenda. Therefore, it is recommended that firms periodically check the BidSync page for this ITB for updates and the issuance of addenda. All attachments (if any) are available on the City's BidSync page for this ITB and are part of this Addendum. A. Wherever applicable throughout the ITB document, Proposers are hereby advised that the Bids Submission Due Date has been changed from May 23, 2022, by 4:00 p.m. to June 6, 2022, by 4:00 p.m. (local time). The requirement to submit Proposals through BidSync remains the same; THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. for Annie Perez, CPPO Director/Chief Procurement Officer Department of Procurement, City of Miami Overtown Greenway at NW 11th Street (from NW 1 ITB No. 20-21-004 7th Ave to NW 12th Ave) - Project No.: B-173648 Addendum No. 2 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E t R Tau of 4fami ADDENDUM No. 3 June 2, 2022, INVITATION To BID ("ITB") No. 20-21-004 OVERTOWN GREENWAY AT NW 11TH STREET (FROM NW 7111 AVENUE TO NW 12TH AVENUE) FDOT PROJECT No.: 420917-2 TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned invitation to Bid ("ITB") and shall become an integral part of the Bid proposal submitted and the Contract to be executed for Overtown Greenway at NW 11th Street - ITB No. 20-21-004 (the "Project"). Please note the contents herein and affix it to the documents you have on hand. It is the sole responsibility of all Proposers to ensure the receipt of all addenda. Therefore, it is issuance of addenda. All attachments (if any) are available on the City's BidSync page for this ITB and are part of this Addendum. A. MODIFICATIONS: 1. REVISED SECTION 3 - GENERAL TERMS AND CONDITIONS - PROVISION 104: The heading and first paragraph of Provision 104 — Non-discrimination, Equal Employment Opportunity, Affirmative Action, and Americans with Disabilities Act is, hereby, deleted and replaced with the following heading and paragraphs: Non-discrimination, Equal Employment Opportunity, and Americans with Disabilities Act Contractor shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Contract. 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 affirms that it shall not discriminate as to race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used in connection with its performance under this Contract. Furthermore, Contractor affirms that no otherwise qualified individual shall solely by reason of their race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, Overtown Greenway at NW 11th Street 1 ITB No. 20-21-004 (from NW 7th Ave to NW 2nd Ave) - Project No.: B-173648 Addendum No. 3 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E physical or mental disability, political affiliation, or any other factor which cannot be lawfully used, be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. In connection with the conduct of its business, including performance of services and employment of personnel, Contractor shall not discriminate against any person on the basis of race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used. All persons having appropriate qualifications shall be afforded equal opportunity for employment. Attachments: FDOT Forms Required for Submission with Bids: 1. FDOT Form FDOT Form 275-030-11 2. FDOT Form FDOT Form 375-030-32 3. FDOT Form FDOT Form 375-030-33 4. FDOT Form FDOT Form 375-030-34 5. FDOT Form FDOT Form 375-040-62 6. FDOT Form FDOT Form 525-010-46 7. FDOT Form FDOT Form 575-060-13 THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Y7- 4-- vp -^. , for Annie Perez, CPPO, Director/Chief Procurement Officer Department of Procurement, City of Miami Overtown Greenway at NW 11th Street 2 ITB No. 20-21-004 (from NW 7th Ave to NW 2nd Ave) - Project No.: B-173648 Addendum No. 3 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION DBE BID PACKAGE INFORMATION 275-030-11 EQUAL OPPORTUNITY OFFICE 09/19 Page 1 of 2 DBE Utilization The Department began its DBE race neutral program January 1, 2000. Contract specific goals are not placed on Federal/State contracts; however, the Department has an overall 10.65% DBE goal it must achieve. In order to assist contractors in determining their DBE commitment level, the Department has reviewed the estimates for this letting. As you prepare your bid, please monitor potential or anticipated DBE utilization for contracts. When the low bidder executes the contract with the Department, information will be requested of the contractor's DBE participation for the project. While the utilization is not mandatory in order to be awarded the project, continuing utilization of DBE firms on contracts supports the success of Florida's DBE Program, and supports contractors' Equal Employment Opportunity and DBE Affirmative Action Programs. Any project listed as 0% DBE availability does not mean that a DBE may not be used on that project. A 0% DBE availability may have been established due to any of the following reasons: limited identified subcontracting opportunities, minimal contract days, and/or small contract dollar amount. Contractors are encouraged to identify any opportunities to subcontract to DBE's. Please contact the Equal Opportunity Office at (850) 414-4747 if you have any questions regarding this information. DBE Reporting If you are the prime contractor on a project, enter your DBE participation in the Equal Opportunity Compliance system prior to the pre -construction or pre -work conference for all federal and state funded projects. This will not become a mandatory part of the contract. It will assist the Department in tracking and reporting planned or estimated DBE utilization. During the contract, the prime contractor is required to report actual payments to DBE and MBE subcontractors through the web -based Equal Opportunity Compliance (EOC) system. All DBE payments must be reported whether or not you initially planned to utilize the company. In order for our race neutral DBE Program to be successful, your cooperation is imperative. If you have any questions, please contact EOOHelp@dot.state.fl.us. Bid Opportunity List The Federal DBE Program requires States to maintain a database of all firms that are participating or attempting to participate on FDOT-assisted contracts. The list must include all firms that bid on prime contracts or bid or quote subcontracts on FDOT-assisted projects, including both DBE's and non -DBEs. Please complete the Bidders Opportunity List through the Equal Opportunity Compliance system within 3 business days of submission of the bid or proposal for ALL subcontractors or sub -consultants who quoted to you for specific project for this letting. The web address to the Equal Opportunity Compliance system is: https://www.fdot.gov/equalopportunity/eoc.shtm. DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION DBE BID PACKAGE INFORMATION 275-030-11 EQUAL OPPORTUNITY OFFICE 09/19 Page 2 of 2 DBE/AA Plans Contractors bidding on FDOT contracts are to have an approved DBE Affirmative Action Plan (FDOT Form 275-030-11B) on file with the FDOT Equal Opportunity Office before execution of a contract. DBE/AA Plans must be received with the contractors bid or received by the Equal Opportunity Office prior to the award of the contract. Plans are approved by the Equal Opportunity Office in accordance with Ch. 14-78, Florida Administrative Code. Plans that do not meet these mandatory requirements may not be approved. Approvals are for a (3) three year period and should be updated at anytime there is a change in the company's DBE Liaison Officer and/or President. Contractors may evidence adoption of the DBE/AA Policy and Plan and/or a change in the designated DBE Liaison officer as follows: • Print the first page of the document on company stationery ("letterhead") that indicates the company's name, mailing address, phone number, etc. • Print the company's name in the "" space; next to "Date" print the month/day/year the policy is being signed; record the signature of the company's Chief Executive Officer, President or Chairperson in the space next to "by" and print the full first and last name and position title of the official signing the policy. • Print the DBE Liaison's full name, email address, business mailing address and phone number the bottom of email. E-mail the completed and signed DBE AA Plan to: eeoforms@dot.state.fl.us. The Department will review the policy, update department records and issue a notification of approval or disapproval; a copy of the submitted plan will not be returned to the contractor. DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS FOR FEDERAL AID CONTRACTS (Compliance with 2 CFR Parts 180 and 1200) 375-030-32 PROCUREMENT 11/15 It is certified that neither the below identified firm nor its principals are presently suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. Name of Consultant/Contractor: By: Date: Title: Instructions for Certification Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION CERTIFICATION FOR DISCLOSURE OF LOBBYING ACTIVITIES ON FEDERAL -AID CONTRACTS (Compliance with 49CFR, Section 20.100 (b)) 375-030-33 PROCUREMENT 10/01 The prospective participant certifies, by signing this certification, that to the best of his or her knowledge and belief: (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 federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities", in accordance with its instructions. (Standard Form-LLL can be obtained from the Florida Department of Transportation's Professional Services Administrator or Procurement Office.) This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 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. The prospective participant also agrees by submitting his or her proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Name of Consultant: By: Date: Authorized Signature: Title: DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION DISCLOSURE OF LOBBYING ACTIVITIES 375-030-34 PROCUREMENT 02/16 Is this form applicable to your firm? YES ❑ NO ❑ If no, then please complete section 4 below for "Prime" 1. Type of Federal Action: a. contract b. grant c. cooperative agreement d. loan e. loan guarantee f. loan insurance 2. Status of Federal Action: a. bid/offer/application b. initial award c. post -award 3. Report Type: a. initial filing b. material change For Material Change Only: Year: Quarter: Date of last report: (mm/dd/yyyy) 4. Name and Address of Reporting ❑ Prime ❑ Subawardee Tier , Entity: if known: 5. If Reporting Entity Address of Prime: in No. 4 is a Subawardee, Enter Name and Congressional District, if known: Congressional District, if known: 4c 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number, if applicable: 8. Federal Action Number, if known: 9. Award Amount, $ if known: 10. a. Name and Address of Lobbying Registrant (if individual, last name, first name, MI): b. Individuals Performing Services (including address if different from No. 10a) (last name, first name, MI): 11. Information requested through this form is authorized by title 31 U.S.C. section 1352. This disclosure of lobbying activities is a material representation of fact upon which reliance was placed by the tier above when this transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Signature: Print Name: Title: Telephone No.: Date (mm/dd/yyyy): Federal Use Only: Authorized for Local Reproduction Standard Form LLL (Rev. 7-97) DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 375-030-34 PROCUREMENT 04/14 Page 2 of 2 INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.C. section 1352. The filing of a form is required for each payment or agreement to make payment to any lobbying entity 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 a covered Federal action. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a followup report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last previously submitted report by this reporting entity for this covered Federal action. 4. Enter the fullname, address, city, State and zip code of the reporting entity. Include Congressional District, if known. Check the appropriate classification of the reporting entity that designates if it is, or expects to be, a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization filing the report in item 4 checks "Subawardee," then enter the full name, address, city, State and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organizational level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans, and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g., Request for Proposal (RFP) number; Invitation for Bid (IFB) number; grant announcement number; the contract, grant, or loan award number; the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-90-001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitment for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, State and zip code of the lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 to influence the covered Federal action. (b) Enter the full names of the individual(s) performing services, and include full address if different from 10 (a). Enter Last Name, First Name, and Middle Initial (MI). 11. The certifying official shall sign and date the form, print his/her name, title, and telephone number. According to the Paperwork Reduction Act, as amended, no persons are required to respond to a collection of information unless it displays a valid OMB Control Number. The valid OMB control number for this information collection is OMB No. 0348-0046. Public reporting burden for this collection of information is estimated to average 10 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, DC 20503. DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Prime Contractor: STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BID OPPORTUNITY LIST FOR COMMODITIES & CONTRACTUAL SERVICES 375-040-62 PROCUREMENT 01/16 Address/Phone Number: Procurement Number: 49 CFR Part 26.11 The list is intended to be a listing of all firms that are participating, or attempting to participate, on DOT -assisted contracts. The list must include all firms that bid on prime contracts, or bid or quote subcontracts and supplies materials on DOT -assisted projects, including both DBEs and non -DBEs. This list must include all subcontractors contacting you and expressing an interest in teaming with you on a specific DOT -assisted project. Prime contractors must provide information for Numbers 1, 2, 3 and 4, and should provide any information they have available on Numbers 5, 6, and 7 for themselves, and their subcontractors. 1. Federal Tax ID Number: 6. ❑ DBE 2. Firm Name: ❑ Non -DBE 3. Phone: 4. Address: 5. Year Firm Established: 7. Annual Gross Receipts ❑ Less than $1 million ❑ Between $1 - $5 million ❑ Between $5 - $10 million ❑ Between $10 - $15 million ❑ More than $15 million 1. Federal Tax ID Number: 6. ❑ DBE 2. Firm Name: ❑ Non -DBE 3. Phone: 4. Address: 5. Year Firm Established: 7. Annual Gross Receipts ❑ Less than $1 million ❑ Between $1 - $5 million ❑ Between $5 - $10 million ❑ Between $10 - $15 million ❑ More than $15 million 1. Federal Tax ID Number: 6. ❑ DBE 2. Firm Name: ❑ Non -DBE 3. Phone: 4. Address: 5. Year Firm Established: 7. Annual Gross Receipts ❑ Less than $1 million ❑ Between $1 - $5 million ❑ Between $5 - $10 million ❑ Between $10 - $15 million ❑ More than $15 million 1. Federal Tax ID Number: 6. ❑ DBE 2. Firm Name: ❑ Non -DBE 3. Phone: 4. Address: 5. Year Firm Established: 7. Annual Gross Receipts ❑ Less than $1 million ❑ Between $1 - $5 million ❑ Between $5 - $10 million ❑ Between $10 - $15 million ❑ More than $15 million AS APPLICABLE, PLEASE SUBMIT THIS FORM WITH YOUR: BID SHEET (Invitation to Bid — ITB) PRICE PROPOSAL (Request for Proposal — RFP) REPLY (Invitation to Negotiate — ITN) DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION LAP CERTIFICATION OF CURRENT CAPACITY CONFIDENTIAL per Ch 337.14(1) F.S. For bids to be received on (Letting Date) CERTIFICATE 525-010-46 PROGRAM MANAGEMENT 09/20 Page 1 of 2 VF Fill in your FDOT Vendor Number (Only applicable to FDOT pre -qualified contractors) I hereby certify that the amount of any proposal submitted by this bidder for the above letting does not exceed the amount of the Firm's CURRENT CAPACITY (maximum capacity rating less total uncompleted work). The total uncompleted work as shown on the "Status of Contracts on Hand" report (page 2) $ I further certify that the "Status of Contracts on Hand" report (page 2) was prepared as follows: 1. If the letting is before the 25th day of the month, the certificate and report reflect the uncompleted work as of the 15th day of the month, last preceding the month of the letting. 2. If the letting is after the 25th day of the month, the certificate and report reflects the uncompleted work in progress as of the 15th day of the month of the letting. 3. All new contracts (and subcontracts) awarded earlier than five days before the letting date are included in the report and charged against our total rating. I certify that the information above is correct. NAME OF FIRM Sworn to and subscribed this day By: of , 20 Title DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E STATUS OF CONTRACTS ON HAND (Furnish complete information about all your contracts, whether prime or subcontracts; whether in progress or awarded, but not yet begun; and regardless of whom contracted with.) 525-010-46 PROGRAM MANAGEMENT 09/20 Page 2 of 2 1 2 3 4 5 6 PROJECTS OWNER, LOCATION AND DESCRIPTION CONTRACT (OR SUBCONTRACT) AMOUNT AMOUNT SUBLET TO OTHERS BALANCE OF CONTRACT AMOUNT UNCOMPLETED AMOUNT TO BE DONE BY YOU AS PRIME CONTRACTOR AS SUBCONTRACTOR NOTE: Columns 2 and 3 to show total contract (or subcontract) amounts. Column 4 to be difference between columns 2 and 3. Amount in columns 5 or 6 to be uncompleted portion of amount in column 4. All amounts to be shown to nearest $100. The Contractor may consolidate and list as a single item all contracts which, individually, do not exceed 3% of total, and which, in the aggregate, amount to less than 20% of the total. TOTALS $0.00 $0.00 TOTAL UNCOMPLETED WORK ON HAND TO BE DONE BY YOU (TOTAL COLUMNS 5 AND 6) $0.00 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION NON -COLLUSION DECLARATION AND COMPLIANCE WITH 49 CFR § 29 ITEM/SEGMENT NO.: F.A.P. NO.: MANAGING DISTRICT: PARCEL NO.: COUNTY OF: 575-060-13 RIGHT OF WAY 05/01 Page 1 of 3 BID LETTING OF: , hereby declare that I am (NAME) of of (TITLE) (FIRM) (CITY AND STATE) and that I am the person responsible within my firm for the final decision as to the price(s) and amount of this Bid on this State Project. I further declare that: 1. The prices(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement, for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to the bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any other firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this Declaration. 8. As required by Section 337.165, Florida Statutes, the firm has fully informed the Department of Transportation in writing of all convictions of the firm, its affiliates (as defined in Section 337.165(I)(a), Florida Statutes), and all directors, officers, and employees of the firm and its affiliates for violation of state or federal antitrust laws with respect to a public contract or for violation of any state or federal law involving fraud, bribery, collusion, conspiracy or material misrepresentation with respect to a public contract. This includes disclosure of the names of current employees of the firm or affiliates who were convicted of contract crimes while in the employ of another company. DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 575-060-13 RIGHT OF WAY 05/01 Page 2 of 3 9. I certify that, except as noted below, neither my firm nor any person associated therewith in the capacity of owner, partner, director, officer, principal, investigator, project director, manager, auditor, and/or position involving the administration of Federal funds: (a) is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions, as defined in 49 CFR §29.110(a), by any Federal department or agency; (b) has within a three-year period preceding this certification been convicted of or had a civil judgment rendered against him or her for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, State or local government transaction or public contract; violation of Federal or State antitrust statutes; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property; (c) is presently indicted for or otherwise criminally or civilly charged by a Federal, State or local governmental entity with commission of any of the offenses enumerated in paragraph 9(b) of this certification; and (d) has within a three-year period preceding this certification had one or more Federal, State or local government public transactions terminated for cause or default. 10. I(We), certify that l(We), shall not knowingly enter into any transaction with any subcontractor, material supplier, or vendor who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this contract by any Federal Agency unless authorized by the Department. Where I am unable to declare or certify as to any of the statements contained in the above stated paragraphs numbered (1) through (10), I have provided an explanation in the "Exceptions" portion below or by attached separate sheet. EXCEPTIONS: (Any exception listed above will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted, indicate to whom it applies, initiating agency and dates of agency action. Providing false information may result in criminal prosecution and/or administrative sanctions.) I declare under penalty of perjury that the foregoing is true and correct. CONTRACTOR: (Seal) BY: BY: NAME AND TITLE PRINTED SIGNATURE Executed on this day of WITNESS: WITNESS: FAILURE TO FULLY COMPLETE AND EXECUTE THIS DOCUMENT MAY RESULT IN THE BID BEING DECLARED NONRESPONSIVE DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E 575-060-13 RIGHT OF WAY 05/01 Page 3 of 3 REQUIRED CONTRACT PROVISIONS This certification applies to subcontractors, material suppliers, vendors and other lower tier participants. - Appendix B of 49 CFR Part 29 — Appendix B—Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion —Lower Tier Covered Transactions Instructions for Certification 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to whom this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion --Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion —Lower Tier Covered Transactions (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntary excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Section 7 — Contract Execution THIS Contract # 20-21-004 made this 03 day of January 2023 in the year 2022 in the amount of $970,588.74 by and between THE CITY OF MIAMI, FLORIDA, hereinafter called the "CITY," and FLORIDA ENGINEERING AND DEVELOPMENT CORP., hereinafter called the "CONTRACTOR." Contract Execution Form IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST Signature „,/,/)-14/ Print Name, Title ATTEST: CONTRACTOR Secretary (Affirm Contractor Seal, if available) ATTEST: DocuSigned by: �48 60BEF-1-459__. Todd . Hannon, City Clerk APPROVED AS TO INSURANCE REQUIREMENTS: c--DocuSigned by: 'r 1 GoviAt,/5 27395C6318214E7... Ann Marie Sharpe, Director DocuSigned by: Risk Management Department Overtown Greenway at NW 11th Street (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 105 FLORIDA ENGINEERING AND DEVELOPMENT CORP., a Florida Profit corporat,n Signature ` JOSE VEGA, PRESIDENT ,,�`.�n..x Print Name, Title of Authorized Offk�er,o �,;Officiaj ' t,', .I ;i) ,. 0 F' r = ; t (CORPORATE SEAS) : `' ,f er CITY OF MIAMI, a municipal corporation of the State of Florida DocuSigned by: Nari4a, Arthur Noriega V., City Manager APPROVED AS TO LEGAL FORM AND CORRECTNESS: DocuSigned by: o-1.rt7C_ 4€F90AF6E9457... Victoria Mendez, City Attorney (Matter 22-2130) 1—DocuSigned by: �181D56BC7OFF4EC_. ITB No.: 20-21-004 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E CERTIFICATE AS TO CORPORATE PRINCIPAL I, MO— MeN 'NA , certify that I am the Secretary of the corporation named as Principal in the forregoing Performance and Payment Bond (Performance Bond and Payment Bond); that. , who signed the Bond(s) on behalf of the Principal, was then r\14T 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. /://7/ Secretary (on behalf of) �►-� �� �I141tlu5Ei 136 Vki. u6N� Cc Corporation STATE OF fle=vrIt& COUNTY OF IA%41M—'D.o (SEAL) Bef a me, aL 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 t1 day of UCcxJsT , 20 1-1— My commission expires: Notary Public, Sta at Large Bonded by Berkley Insurance Company EVELYNALEMAN Commission # NH 215293 Expires March 10, 2026 Overtown Greenway Phase II - NW 11t' Street 114 ITB No. 20-21-004 between NW 7th and NW 12th Avenues DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E CORPORATE RESOLUTION WHEREAS, FLORIDA ENGINEERING AND DEVELOPMENT CORP., 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 JOSE VEGA, PRESIDENT, is hereby authorized 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 orporate Secretary ONAW Me,(\iA (Corporate Seal) ,, 1, a. 4 r :lG; } 't ,,..,',..1%, :!: T-.?; ,I.,f, '6('',; ::'::‘e,1.. ,� e.. [ R.n 'Rt ( kj 4, Overtown Greenway at NW 11th Street 106 ITB No.: 20-21-004 (from NW 7th Ave to NW 12th Ave) - Project No.: B-173648 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E Bond number 0246383 FORM OF PERFORMANCE BOND (Page 1 of 2) BY THIS BOND, We Florida Engineering and Development Corp. , as Principal, hereinafter called Contractor, and Berkley Insurance Company , as Surety, are bound to the City of Miami, Florida, as Obligee, hereinafter called City, in the amount of Nine Hundred Seventy Thousand Five Hundred Eighty Eight and 74/10Q 970,588.74 ;for the payment oars($ py 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 ITB No: 20-21-004 - OVERTOWN GREENWAY AT NW 11" STREET (FROM NW 7' AVE TO NW 12T" AVE), 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 ITB No. 20-21-004 - Overtown Greenway at NW 11th Street f From NW 7th Avenue to NW 12th Avenue) - Proiect No.: B-173648 , 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 4.2. Obtain a bid or bids for completing the Project in accordance with the terms and conditions of the Contract Documents, and upon determination by Surety of the lowest responsible Bidder, or, if City elects, upon determination by City and Surety jointly of the lowest responsible Bidder, arrange for a Contract between such Bidder and City, and make available as Work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by City to Contractor under the Contract and any amendments thereto, Tess the amount properly paid by City to Contractor. Overtown Greenway Phase II - NW 11th Street 110 ITB No. 20-21-004 between NW 7th and NW 12th Avenues DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E FORM OF PERFORMANCE BOND (Page 2 of 2) 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_ WITNESS: (If Sole Ownership, Partnership, or Joint Venture, two (2) Witnesses are required. If Corporations Secretary only will attest and affix seal) Igntu-r f uthori�e oft er a� ��! c r E-, nib c &Er Signature of authorized officer Affix Seal IN THE PRESENCE OF: Affix Seal PRINCIPAL: Full Name and Title Florida Engineering and Development Corp. Name of Firm 12076 N.W. 98th Avenue, Hialeah Gardens, FL 33018 Business Address City/State/Zip Code INSURACItfC<E COMPANY: Berkjey Insur ce Company •;Qy50BAry:r.... iti g SEAL 99 1975 kAwa By Agent and Attorney -in -Fact Warren M. Alter 475 Steamboat Road, Greenwich, CT 06830 Business Address City/State/Zip Code 203-542-3800 Telephone Overtown Greenway Phase II - NW 111h Street 111 ITB No. 20-21-004 between NW 7t and NW 12O' Avenues DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E FORM OF PAYMENT BOND (Page 1 of 2) Bond Number 0246383 BY THIS BOND, We Florida Engineering and Development Corp. , as Principal, hereinafter called Contractor, and Berkley Insurance Company , as Surety, are bound to the City of Miami, Florida, as Obligee, hereinafter called City, in the amount of Nine Hundred Seventy Thousand Five Hundred Eighty Eight and 74/10Q Dollars ($ 970,588.74 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 ITB No: 20-21-004 - OVERTOWN GREENWAY AT NW 11TH STREET (FROM NW 7TH AVE TO NW 12TH AVE), 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) calendar 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) calendar 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. Overtown Greenway Phase II - NW 11t Street 112 ITB No. 20-21-004 between NW 7th and NW 12th Avenues DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E FORM OF PAYMENT BOND (Page 2 of 2) 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. The provisions and limitation of section 255.05 Florida Statutes, including but not limited to the notice and time limitations in sections 255.05(2) and 255.05(10), are incorporated in this bond by reference 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_. WITNESS: (If Sole Ownership Partnership, or Joint Venture, two (2) Witnesses are required. If Corporatn, Secretary only will attest and affix at reM :0,11.avtoriz Vi o y WA- lYlc Ww4 Y,�`1�i ESi&E�" SEc�lt�aTr/ Signature of authorized officer Affix Seal IN THE PRESENCE OF: Affix Seal PRINCIPAL: Full Name and Title Florida Engineering and Development Corp. Name of Firm 12076 N.W. 98th Avenue, Hialeah Gardens, FL 33018 Business Address City/State/Zip Code INSUE COMPANY: Ber ley Insur ace Company - V '''� RPORgl co 3.', 5 SEAL e A,.,1975 By Agent and Attorney -in -Fact Warren M. Alter 475 Steamboat Road, Greenwich, CT 06830 Business Address City/State/Zip Code 203-542-3800 Telephone Overtown Greenway Phase II - NW 11th Street 113 ITB No. 20-21-004 between NW 7th and NW 12th Avenues DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E •J4LTER Il A E T Y GROUP www.altersurety.com August 16, 2022 City of Miami 444 SW 2nd Avenue, 8th Floor Miami, FL 33130 RE: Florida Engineering & Development Corp. Project: ITB No. 20-21-004 - Overtown Greenway at NW llth Street (From NW 7th Avenue to NW 12th Avenue) - Project No.: B-173648 Bond No. 0246383 To Whom It May Concern: We have executed the enclosed bonds on behalf of the above captioned contractor in favor of the City of Miami. Please note that we have not dated the bonds or the Power of Attorriey. The copy of the contract we received was not dated and as the bonds follow the contract they should not be dated prior to the contract. Please accept this letter as authorization to date the enclosed Performance bond(s), Payment bond(s), and the attached Power of Attorney for the captioned project. Please date these items concurrently with the contract date and fax a copy to our office at 305-328-4838 or email dawn@altersurety.com so that we can activate the bond coverage. Please do not hesitate to contact our office should you have any questions in this regard. Thank you. Yours t Ber14]ey ance Company Warren M. Alter, Attorney -in -Fact 5979 N.W. 151 st Street ® Suite 202 o Miami Lakes, FL 33014 Phone: 305-517-3803 ® Fax: 305-328-4838 DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E ALTER SURETY GROUP, INC. Bond Department - Public Works Bond In compliance with Florida Statute Chapter 255.05, the provisions and limitations of section 255.05 Florida Statutes, including but not limited to, the notice and time limitations in Sections 255.05(2) and 255.05(10) are incorporated in this bond by reference. Bond Number: 0246383 Contractor Florida Engineering & Development Corp. Address & 12076 N.W. 98th Avenue Hialeah Gardens, FL 33018 Phone No.: (305) 820-8333 Surety Berkley Insurance Company Address & 475 Steamboat Road Greenwich, CT 06830 Phone No.: 203-542-3800 Owner Name: City of Miami Address & 444 SW 2nd Avenue, 8th Floor Miami, FL 33130 Phone No.: 305-416-1200 Contracting Public Entity (if different from the owner) Address & Phone No.: Contract/Project Number: ITB No. 20-21-004 / Project No.: B-173648 Project Name: Overtown Greenway at NW 11th Street (From NW 7th Avenue to NW 12th Avenue) Project Location: NW 11th Street (From NW 7th Avenue to NW 12th Avenue), Miami, FL Legal Description And Street Address: NW 11th Street (From NW 7th Avenue to NW 12th Avenue), Miami, FL Description of Improvement: Overtown Greenway This bond is given to comply with section 255.05 Florida Statutes and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2) and (10), Florida Statutes. Any provision of this bond which conflict with or purports to grant broader or more expanded coverage in excess of the minimum requirements of the applicable statute shall be deemed deleted herefrom. This bond is a statutory bond, not a common law bond. This is the front page of the bond. All other page(s) are deemed subsequent to this page regardless of any page number(s) that may be pre-printed thereon. DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E No. BI-7959c-el POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted and appointed, and does by these presents make, constitute and appoint: Warren M. Alter; David T. Saline; Dawn Auspitz; or Jonathan Bursevich of Alter Surety Group, Inc. of Miami Lakes, FL its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed One Hundred Million and 00/100 U.S. Dollars (U.S.$100,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney -in -fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney -in -fact and revoke any power of attorney previously granted; and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney -in -fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Company has caused these presents to.be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 12th day of • Janua F 2022 . Attest Berkli,y Insurance Company tt Cr? I SEAL 347ti By Ira'S Lederman Executive Vice President & Secretary STATE OF CONN.ECTICUT ) ) ss: COUNTY OF FAI FIELD ) respectively, of Berkley Insurance Company. Noraar8 IC FI c � CONNECtICUt jl/1X MY COMMISSION WIRES APHIL30.202E By Je `, Se after resident anuary 2022 , by Ira S. Lederman Sworn to before me, a Notary Public in the State of Connecticut, this 12th day of and Jeffrey M. Hailer who are sworn to me to be the Executive Vice Presidentje Secretary, and tllet Senior Vice President, tary Public, State of Connecticut CERTIFICATE I, the undersigned; Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY thatt the foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded ancytlrat-t authority of the Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this Power of it na" cited, is in full force and effect as of this date. S'I �� 'rt t j der my band and seal of the Company, this day of i Cl: A T s Vincent P. Forte DocuSign Envelope ID: 77466211-05C9-4B19-99AD-8AA725A7F87E PLEASE VERIFY THE AUTHENTICITY OF THE INSTRUMENT ATTACHED TO THIS POWER BY: Toll -Free Telephone: (866) 768-3534; or Electronic Mail. BSGlnquiry@berkleysurety.com Any written notices, inquiries, claims or demands to the Surety on the bond attached to this power should be directed to: Berkley Surety Group 412 Mount Kemble Ave. Suite 310N Morristown, NJ 07960 Attention: Surety Claims Department OR Email: BSGCIaimberkleysuretv.com Please include with all communications the bond number and the name of the principal on the bond. Where a claim is being asserted, please set forth generally the basis of the claim. In the case of a payment or performance bond please also identify the project to which the bond pertains. Berkley Surety Group is an operating unit of W. R. Berkley Corporation that underwrites surety business on behalf of Berkley Insurance Company and Berkley Regional Insurance Company Olivera, Rosemary From: Sent: To: Cc: Subject: Attachments: Caseres, Luis Wednesday, January 4, 2023 9:17 AM McGinnis, Lai -Wan; Badia, Hector; Darrington, Mario; Cabrera, Paola; Mora, Jorge; Hansen, Anthony; Rolle, Anthony Cambridge, Susan; Barr, Thomas; Ponassi Boutureira, Fernando; Velez, Pablo; Hannon, Todd; Olivera, Rosemary; Cabrera, Paola; Lee, Denise Document Distribution - Construction Contract - ITB 20-21-004 - Overtown Greenway at NW 11th Street ITB_20-21-004_-_OVERTOWN_GREENWAY_AT_NW_11 TH_Executed 01-03-2023.pdf Good morning All: Lai -Wan: Attached for your records is a scanned copy of the document described below, which was duly executed by all appropriate parties. Thank you. Paola You may now close this Matter ID 22- 2130 Todd Please find attached the fully executed copy of agreement that is to be considered an original agreement for your records. Document Type: First Party: Second Party: Program/Purpose: Effective Date: Best regards, Construction Contract City of Miami Florida Eng. & Dev. Corp. Overtown Greenway at NW 11th Street 01/03/2023 i LuA.- Caere - Construction Procurement Assistant City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130 (305) 416-1923 g (305) 400-5335 ®Lcaseres©miamigov.com 0 "Serving, Enhancing, and Transforming our Community" CONFIDENTIAL COMMUNICATION The information contained in this transmission may contain privileged and confidential information. It is intended only for the use of the person(s) named above. If you are not the intended recipient, you are hereby notified that any review, dissemination, distribution, or duplication of this communication is strictly prohibited. If you are not the intended recipient, please immediately contact the sender by reply e-mail and destroy all copies of the original message. Thank you. *Please Note: Due to Florida's very broad public records law, most written communications to or from City of Miami employees regarding City business are public records, available to the public and media upon request. Therefore, this e-mail communication may be subject to public disclosure. If you're not already a Vendor, click on or scan the QR Code to register as a new vendor for the City of Miami. 2