Loading...
Contract with Southern Underground Industries, Inc. ear CONTRACT Ill THIS IS A CONTRACT, by and between the City of Miami Beach, a political subdivision of the State of Florida, hereinafter referred to as City, and Southern Underground Industries, Inc., hereinafter referred to as Contractor. W I T N E S S E T H, that Contractor and City, for the considerations hereinafter named, agree as follows: ARTICLE 1 SCOPE OF WORK Contractor hereby agrees to furnish all of the labor, materials, equipment services and incidentals necessary to perform all of the work described in the Contract Documents and related thereto for the Project. ARTICLE 2 CONTRACT TIME 2.1 Contractor shall be instructed to commence the Work by written instructions in the form of a Standing Order issued by the City's Procurement Director and a Notice to Proceed issued by the Contract Administrator. Two (2) Notices to Proceed will be issued for this Contract. Contractor shall commence scheduling activities, permit applications and other preconstruction work within five (5) calendar days after the Project Initiation Date, which shall be the same as the date of the first Notice to Proceed. The first Notice to Proceed and Purchase Order will not be issued until Contractor's submission to City of all required documents (including but limited to: Payment and Performance Bonds, and Insurance Certificate) and after execution of the Contract by both parties. 2.1.1. The receipt of all necessary permits by Contractor and acceptance of the full progress schedule in accordance with technical specifications section, submittal schedule and schedule of values is a condition precedent to the issuance of a second Notice to Proceed to mobilize on the Project site and commence with physical construction of the work. The Contractor shall submit all necessary documents required by this provision within twenty-one (21) calendar days of the issuance of the first Notice to Proceed. 2.2 Time is of the essence throughout this Contract. Each project area shall be completed within the time frames identified below. A Notice to Proceed will be issued for each project area as indicated below. PROJECT AREA# 1 — 26th Street, between Pine Tree Drive and Flamingo Drive Upon issuance of the second Notice to Proceed, Project Area # 1 shall be substantially completed within one-hundred and fifty (150) calendar days, and completed and ready for final payment in accordance with Article 5 within thirty (30) calendar days from the date certified by Consultant as the date of Substantial Completion. PROJECT AREA#2— 75th Street Upon issuance of the third Notice to Proceed, Project Area # 2 shall be substantially completed within sixty (60) calendar days, and completed and ready for final payment in accordance with Article 5 within thirty (30) calendar days from the date certified by Consultant as the date of Substantial Completion. PROJECT AREA# 3 — 77th Street Upon issuance of the fourth Notice to Proceed, Project Area # 3 shall be substantially completed within sixty (60) calendar days, and completed and ready for final payment in accordance with Article 5 within thirty (30) calendar days from the date certified by Consultant as the date of Substantial Completion. PROJECT AREA# 4—Vicinity of 4541 North Bay Road Upon issuance of the fifth Notice to Proceed, Project Area # 4 shall be substantially completed within ninety (90) calendar days, and completed and ready for final payment in accordance with Article 5 within thirty (30) calendar days from the date certified by Consultant as the date of Substantial Completion. 2.3 Upon failure of Contractor to substantially complete the Contract within the specified period of time, plus approved time extensions, Contractor shall pay to City the sum of six- hundred and sixty-four dollars ($664.00) for each calendar day after the time specified in Section 2.2 above, plus any approved time extensions, for Substantial Completion. After Substantial Completion should Contractor fail to complete the remaining work within the time specified in Section 2.2 above, plus approved time extensions thereof, for completion and readiness for final payment, Contractor shall pay to City the sum of six-hundred and sixty-four dollars ($664.00) for each calendar day after the time specified in Section 2.2 above, plus any approved extensions, for completion and readiness for final payment. These amounts are not penalties but are liquidated damages to City for its inability to obtain full beneficial occupancy and/or use of the Project. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay, and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete the Contract on time. The above-stated liquidated damages shall apply separately to each portion of the Project for which a time for completion is given. 2.4 City is authorized to deduct liquidated damages from monies due to Contractor for the Work under this Contract or as much thereof as City may, in its sole discretion, deem just and reasonable. 2.5 Contractor shall be responsible for reimbursing City, in addition to liquidated damages, for all costs incurred by Consultant in administering the construction of the Project beyond the completion date specified above, plus approved time extensions. Consultant construction administration costs shall be pursuant to the contract between City and Consultant, a copy BID NO: 2014-230-YG CITYOF MIAMI BEACH MIAMI BEACH DUE DATE: AUGUST 26,2014 2 L of which is available upon request of the Contract Administrator. All such costs shall be deducted from the monies due Contractor for performance of Work under this Contract by means of unilateral credit change orders issued by City as costs are incurred by Consultant and agreed to by City. ARTICLE 3 THE CONTRACT SUM [X] This is a Unit Price Contract:* 3.1 City shall pay to Contractor the amounts determined for the total number of each of the units of work completed at the unit price stated in the schedule of prices bid. The number of units contained in this schedule is an estimate only, and final payment shall be made for the actual number of units incorporated in or made necessary by the Work covered by the Contract Documents. 3.2 Payment shall be made at the unit prices applicable to each integral part of the Work. These prices shall be full compensation for all costs, including overhead and profit, associated with completion of all the Work in full conformity with the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not covered by a definite Contract unit price shall be included in the Contract unit price or lump sum price to which the item is most applicable. [ ] This is a Lump Sum Contract:* 3.1 City shall pay to Contractor for the performance of the Work described in the Contract Documents, the total price stated as awarded. 3.2 Payment shall be at the lump sum price stated in the Contract. This price shall be full compensation for all costs, including overhead and profit, associated with completion of all the work in full conformity with the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not covered by a definite Contract lump sum should be included in the lump sum price to which the item is most applicable. *Note: Some projects include both unit prices and lump sums in which case both sections shall apply to the Work identified for each type of Contract. ARTICLE 4 PROGRESS PAYMENTS 4.1 Contractor may make Application for Payment for work completed during the Project at intervals of not more than once a month. Contractor's application shall show a complete breakdown of the Project components, the quantities completed and the amount due, together with such supporting evidence as may be required by Consultant. Contractor shall include, but same shall be limited to, at Consultant's discretion, with each Application for Payment, an updated progress schedule acceptable to Consultant as required by the Contract Documents and a release of liens and consent of surety relative to the work which is the subject of the Application. Each Application for Payment shall be submitted in triplicate to Consultant for approval. City shall make payment to Contractor within thirty BID NO: 2014-230-YG CITYOF MIAMI BEACH ARI NV BEACH DUE DATE: AUGUST 26,2014 3 (30) days after approval by Consultant of Contractor's Application for Payment and submission of an acceptable updated progress schedule. 4.2 Ten percent (10%) of all monies earned by Contractor shall be retained by City until Final Completion and acceptance by City in accordance with Article 5 hereof, except that after ninety percent (90%) of the Work has been completed, the Contract Administrator may reduce the retainage to five percent (5%) of all monies previously earned and all monies earned thereafter. Any reduction in retainage shall be in the sole discretion of the Contract Administrator, shall be recommended by Consultant and Contractor shall have no entitlement to a reduction. Any interest earned on retainage shall accrue to the benefit of City. All requests for retainage reduction shall be in writing in a separate stand alone document. 4.3 City may withhold, in whole or in part, payment to such extent as may be necessary to protect itself from loss on account of: 4.3.1 Defective work not remedied. 4.3.2 Claims filed or reasonable evidence indicating probable filing of claims by other parties against Contractor or City because of Contractor's performance. 4.3.3 Failure of Contractor to make payments properly to Subcontractors or for material or labor. 4.3.4 Damage to another contractor not remedied. 4.3.5 Liquidated damages and costs incurred by Consultant for extended construction administration. 4.3.6 Failure of Contractor to provide any and all documents required by the Contract Documents. When the above grounds are removed or resolved satisfactory to the Contract Administrator, payment shall be made in whole or in part. ARTICLE 5 ACCEPTANCE AND FINAL PAYMENT 5.1 Upon receipt of written notice from Contractor that the Work is ready for final inspection and acceptance, Consultant shall, within ten (10) calendar days, make an inspection thereof. If Consultant and Contract Administrator find the Work acceptable, the requisite documents have been submitted and the requirements of the Contract Documents fully satisfied, and all conditions of the permits and regulatory agencies have been met, a Final Certificate of Payment (Appendix A-6) shall be issued by Consultant, over its signature, stating that the requirements of the Contract Documents have been performed and the Work is ready for acceptance under the terms and conditions thereof. 5.2 Before issuance of the Final Certificate for Payment, Contractor shall deliver to Consultant a complete release of all liens arising out of this Contract, receipts in full in lieu thereof; an affidavit certifying that all suppliers and subcontractors have been paid in full and that all BID NO: 2014-230-YG CITYOF MIAMI BEACH MI AM BEACH DUE DATE: AUGUST 26,2014 4 other indebtedness connected with the Work has been paid, and a consent of the surety to final payment; the final corrected as-built drawings; and the final bill of materials, if required, and invoice. 5.3 If, after the Work has been substantially completed, full completion thereof is materially delayed through no fault of Contractor , and Consultant so certifies, City shall, upon certificate of Consultant, and without terminating the Contract, 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. 5.4 Final payment shall be made only after the City Manager or his designee has reviewed a written evaluation of the performance of Contractor prepared by the Contract Administrator, and approved the final payment. 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 General Conditions and identified by Contractor as unsettled at the time of the application for final payment. ARTICLE 6 MISCELLANEOUS 6.1 This Contract is part of, and incorporated in, the Contract Documents as defined herein. Accordingly, all of the documents incorporated by the Contract Documents shall govern this Project. 6.2 Where there is a conflict between any provision set forth within the Contract Documents and a more stringent state or federal provision which is applicable to this Project, the more stringent state or federal provision shall prevail. 6.3 Public Entity Crimes In accordance with the Public Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not submit bids on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the City, and may not transact any business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Contractor shall result in cancellation of the City purchase and may result in Contractor debarment. 6.4 Independent Contractor Contractor is an independent contractor under this Contract. Services provided by Contractor pursuant to this Contract shall be subject to the supervision of Contractor. In providing such services, neither Contractor nor its agents shall act as officers, employees, BID NO: 2014-230-YG CITYOF MIAMI BEACH MI AM I BEACH DUE DATE: AUGUST 26, 2014 5 or agents of the City. This Contract shall not constitute or make the parties a partnership or joint venture. 6.5 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. 6.6 Notices Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand- delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For City: Department of Procurement Management 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Alex Denis, Procurement Director With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: Southern Underground Industries, Inc. c/o Juan Barreneche, Vice President 3453 NW 44 Street, Suite 205 Oakland Park, FL 33309 6.7 Assignment and Performance Neither this Contract nor any interest herein shall be assigned, transferred, or encumbered by either party. In addition, Contractor shall not subcontract any portion of the work required by this Contract except as authorized by Section 27 of the General Conditions. Contractor represents that all persons delivering the services required by this Contract have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently perform the duties, obligations, and services set forth in the Scope of Work and to provide and perform such services to City's satisfaction for the agreed compensation. BID NO:2014-230-YG CITYOF MIAMI BEACH MI AM I BEACH DUE DATE:AUGUST 26,2014 6 Contractor shall perform its duties, obligations, and services under this Contract in a skillful and respectable manner. The quality of Contractor's performance and all interim and final product(s) provided to or on behalf of City shall be comparable to the best local and national standards. 6.8 Materiality and Waiver of Breach City and Contractor agree that each requirement, duty, and obligation set forth in these Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. City's failure to enforce any provision of this Contract shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. 6.9 Severance In the event a portion of this Contract is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. 6.10 Applicable Law and Venue This Contract shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Contract, Contractor and City hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Project. Contractor shall specifically bind all subcontractors to the provisions of this Contract. 6.11 Amendments No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the Board and Contractor. 6.12 Prior Agreements This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Contract that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless set forth in writing in accordance with Section 6.11 above. BID NO: 2014-230-YG CITYOF MIAMI BEACH ,MIAM BEACH DUE DATE: AUGUST 26, 2014 7 IN WITNESS WHERE! ;1h-6—Oates._ have set their hands and seal the day and year first above written. ATTEST: - -X49 _;-;� ., 1.E CITY OF MI I B jjf// A r� ∎ �- I i '` �.. art j, City Cle k 'r_- ; , ayor ;- / �.4c0U/Tc/ r cos. Official d T SEAL jJ SOUTHERN UNDERGROUND INDUSTRIES, INC. Pr 2008 .4), ATTEST: T 40 ,3` - IIIIIIIIIMBL ENV' Signat e/Secretary ignature/Presider# 0t nt 17 PritAtC trE c y6 v+c( rpwovar TEI-S ill Co 1ml,pa i--a ; 'P,tzst 04Ere€! Print Name ' Print Name ATTACHMENTS ATTACHMENT A - Resolution, Commission Item Summary, and Commission Memorandum ATTACHMENT B - Invitation to Bid ("ITB") ATTACHMENT C - Bidder's Response to the ITB ATTACHMENT D - Insurance APPENDIX A: Required Forms APPENDIX A-1: Form of Performance Bond APPENDIX A-2: Form of Payment Bond APPENDIX A-3: Certificate of Corporate Principle APPENDIX A-4: Performance and Payment Guaranty Form: Unconditional Letter of Credit APPENDIX A-5: Certificate of Substantial Completion APPENDIX A-6: Final Certificate of Payment APPENDIX A-7: Form of Final Receipt APPROVED AS TO FORM & LANGUAGE & FO EXE UTION 3JL 12— ttoH 1 City Attorne e BID NO: 2014-230-YG CITYOF MIAMI BEACH MIAMI BEACH DUE DATE: AUGUST 26,2014 8 ATTACHMENT A Resolution, Commission Item Summary, and Commission Memorandum BID NO: 2014-230-YG CITYOF MIAMI BEACH MIAMI BEACH 9 DUE DATE: AUGUST 26, 2014 COMMISSION ITEM SUMMARY Condensed Title: REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (ITB) 2014-230-YG ROADWAY IMPROVEMENTS VARIOUS PROJECT AREAS. Key Intended Outcome Supported: Enhance Beauty And Vibrancy Of Urban And Residential Neighborhoods; Focusing On Cleanliness, Historic Assets, In Select Neighborhoods And Redevelopment Areas Supporting Data (Surveys, Environmental Scan, etc.): N/A Item Summary/Recommendation: . Various roadway improvements are needed throughout different areas of the City as follows:26th Street-Flamingo Place Drainage Improvements; (#1) 75th Street; (#2) 77th Street; (#3) Vicinity of (#4) 4541 North Bay Road; (#5) Dade Boulevard and North Lincoln Lane. To seek a qualified contractor to complete the desired scope, ITB No.2014-230-YG,was issued on July 23, 2014. Notices were sent to three hundred forty-two (342)firms with forty(40) prospective bidders downloading the solicitation. The ITB resulted in the receipt of two (2) responses on September 16, 2014:from Southern Underground Industries, Inc., and Team Contracting, Inc.The bid tabulation is attached. Southern Underground Industries, Inc., has been deemed the lowest responsive and responsible bidder(s) meeting all terms, conditions, and specifications of the ITB. The City Manager has considered the bids received, pursuant to ITB 2014-230-YG, and recommends that the Mayor and City Commission of the City of Miami Beach, Florida, approve the award of a contract to Southern Underground, Inc.,the lowest responsive, responsible bidder to the ITB; and further authorize the Mayor and City Clerk to execute the contracts for Items 1,2, 3&4. It is further recommended that the Mayor and City Commission authorize the City Manager to execute the contract(and negotiate any changes to scope as may necessary)for Item 5,after the Land Use Committee further reviews this work under this Item by February 2015. The reason for the recommended action on item 5(Dade Boulevard Landscape Project)is due to the recommendation of the Land Use Committee on November 5th that the Dade Blvd landscaping project be brought back to that Committee in January. RECOMMENDATION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the City Manager's recommendation pertaining to the bids received, pursuant to ITB 2014-230-YG, for Roadway Improvements to Various Project Areas. Advisory Board Recommendation: N/A Financial Inform_ation: Source of Amount Account • Funds: 1 $410,399.50 429-2738-069357 and 187-2740-069357 2 $38,305.20 187-2509-069357 and 187-2740-069357 3;. $37,536.90 187-2740-069357 4 $119,012.00 429-2205-069357 Total $605,253.60 Financial Impact Summary: City Clerk's Office Legislative Tracking: Alex Denis, Director Ext#6641 Sign-Offs: De,artment Dir or • Assistant City" ger ink AD 4 EC M-r&AWN, JL T:\AGEN I•\2014\November\Procurement\ITB-2014-230-Yk ;o.•t^rimprovements Various Project Areas- u mary.doc AGENDA ITEM CRC MIAMI DATE #.154/Y 73 MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach,Florida 33139,www.miamibeachfl.gov COMMISSION MEMORANDUM p TO: Mayor Philip Levine and Members f the City 1 ommission FROM: Jimmy L. Morales, City Manager DATE: November 19, 2014 SUBJECT: REQUEST FOR APPROVAL TO A RD A CONTRACT PURSUANT T PROJECT INVITATION AREAS. TO BID(ITB)2014-230-YG ROADWA IMPROVEMENTS VARIOUS KEY INTENDED OUTCOME Enhance Beauty And Vibrancy Of Urban And Residential Neighborhoods; Focusing On Cleanliness, Historic Assets, In Select Neighborhoods And Redevelopment Areas FUNDING The funding for this project is as follows: 26th Street-Flamingo Place Drainage 1prB d Amount: $410,399.50 429-2738-069357 AND 187-2740-069357 75th Street. 187-2509-069357 AND 187-2740-069357 Bid Amount: $38,305.20 77th STREET 187-2740-069357 Bid Amount: $37,536.90 Vicinity of 4541 North Bay Road 429-2205-069357 Bid Amount: $119,012.00 BACKGROUND INFORMATION Various roadway improvements are needed throughout different areas of the City as follows: PROJECT AREA# 1: 26th Street-Flamingo Place Drainage between Improvements. e Tree Drive and Drainage improvements are needed along W 26 Street Flamingo Drive and Flamingo Place between 25 and 26 St the B ayshore de Neighborhood. The new drainage work and road reconstruction improved protection for flooding in the area. The work needed includes, but is not limited to: installation of drainage pipes, install precast inlets,ts, precast manatee grate,install in-line check valve in existing outfall pipe, install concrete curb and gutters,install 6-in Miami Beach Red sidewalk,4-in Miami Beach Red sidewalk,ADA ramps,SOD restoration,pavement reconstruction,signalization, pavement markings, traffic control and all ancillary and miscellaneous work for a complete project. 74 Commission Memorandum ITB 2014-230-YG ROADWAY IMPROVEMENTS VARIOUS PROJECT AREAS November 19,2014 Page 12 PROJECT AREA#2: 75th Street. Two blocks of 75th Street require asphalt maintenance due to the bad condition of the existing pavement. The work needed includes, but isa not vement d to:ills traffic resurfacing approximately 1,400 square yards of r , p control and all ancillary and miscellaneous work for a complete project. PROJECT AREA#3: 77th Street. Background: aintenance due to the bad condition of Two blocks of 77th Street require asphalt the existing pavement.The work needed for this location includes between Dickens milling &resurfacing of 1,324 square yards ratdaffic control all ancillary and Avenue and Byron Avenue, pavement markings, miscellaneous work for a complete project. PROJECT AREA#4: Vicinity of 4541N North 84 The section of North Bay Road, 4501 North Bay Road and 4555 North Bay Road,floods during rainfall events.As such,several complaints have been a eedeceive td from residents in this area. Drainage improvements to this are a a address this problem. The work needed in this area includes the installation of 100LF of 48„diameter A2000 PVC pipe, five (5)48" diameter catch basin structure, one (1) manhole structure, one (1) 60" X 48" manhole structure, one (1) 32" X 32" catch basin structure,and replace one(1)existing manhole cover with USF 5 r me e 6224 Grate. The work also includes restoration, milling and resurfacing, swa reclamation, roadway reconstruction, driveway restoration, pavement markings, traffic control and miscellaneous work for a complete project. PROJECT AREA# 5: Dade Boulevard and North Lincoln cola Lane. late 2013 and provides The original Dade Blvd shared path project access for pedestrians and bicyclists from the Venetian Islands, eastward s and towards the beach. Dade Blvd Phase II will complete the tema�kings, and some hardscape including the landscaping, signage,ovements for this area is the N Lincoln Lane improvements. Also included imty. provements Improvements project,due to its similar scope of work s to the and close emits Completion of this project will provide improved pedestrian ac located here via the new sidewalk, and also more organized flow of traffic through the corridor. The work needed for this area consists of furnishing & installing landscaping adjacent to the Dade Blvd shared-path from Alton Rd to Convention Dr. Proposed signage & pavement markings are also to be installed hardscape-related long rout from the 17 St bridge to Washington lAve,f new pelrmeable concrete. Additionally, works along the path, including a pavement the project consists of installing a new sidewalk, curb &gutter, sign ge, pave with markings, and utility adjustments along N Lincoln Ct. 75 Commission Memorandum ITB 2014-230-YG ROADWAY IMPROVEMENTS VARIOUS PROJECT AREAS November 19,2014 Page 13 ITB PROCESS was To seek a qualified contractor to complete the desired scope, ITB No. 2014-230 with forty issued on July 23, 2014. Notices were sent to three hundred TB resulted in the receipt of two (40)prospective bidders downloading 4 fromcSouthern Underground Industries, Inc., and (2) responses on September 16, 201 Team Contracting, Inc. The bid tabulation is attached. 9 In evaluatin the bids received it has been determined that Southel bid tder ron d Industries, Inc., was the lowest responsive and responsible Procurement Department verified review of the bids received, as stipulated in the ITB, t he ment the following: 1. Licensing Requirements: Bidders shall be State certified and licensed for d General Contractors or Certified Underground Contractors to be considered Underground Industries, Inc., is a State certified licensed underground contractor. State license number is: CUC1224635 and expires es August 31, 2016. 2. Previous Experience: Bidders shall submit at least three a(3 n individual e and volume references is exemplifying their experience in projects oo�mre ts.sReferences must be projects the work detailed within the Contract or in progress within the last five (5)years. *Experience shall include but is not limited to: experience in drain g e In roadway bay cnstruction, milling and resurfacing, and construction experience environment. Southern Underground Industries, Inc.,submitted more than three(3)individual • references which exemplify their experience in projects similar in scope and volume to the work indicated in the ITB. ment bond for the 3. Bidder must have the capability to provide a performance rfo mance and payment bonds from project.The City reserves the right to require performance successful bidder. Bidders shall submit a Letter from an A ed Financial Class V Surety Company, indicating the company's bonding g amount not less than one hundred percent of the total base bid amount. accompanied by a Southern Underground Industries, Inc., bid response was accomp2014. The letter from Nielson, Hoowever & Company, Inc., dated August 20, letter indicates that they provide suretyship for Southern Undergrounds A.M. utries, Inc. Their Surety is Capitol Indemnity Corporation l listed in the Department of the Rating of A (Excellent) — Class VIII Treasury's Federal Register. Southern Underground Industries, Inc., has a bonding capacity of$1,500,000 for single projects and a total bonding capacity of $3,000,000. 76 Commission Memorandum ITB 2014-230-YG ROADWAY IMPROVEMENTS VARIOUS PROJECT AREAS November 19,2014 Page 14 a 4. Financial Stability and Strength: The Bidder must be able to es dce to ensure that good record of performance and have sufficient r services required herein. they can satisfactorily provide the goods Underground Industries, Inc., has a good record of performance and has the financial resources to ensure that they can satisfactorily t Su Qualifier provi the goods and/or services required in the ITB.Their l financial onditions is Report from Dun & Bradstreet indicates that their "Good" and they have Supplier Evaluation Risk (SER) rating of 4 out of 9. The lower the score, the lower the risk. Accordingly, Southern Underground Industries, Inc., has been deemed the lowest responsive and responsible bidder(s)meeting all terms,conditions,and specifications of the ITB. CITY MANAGER'S REVIEW AND RECOMMENDATION pursuant to ITB 2014-230-YG, and The City Manager has considered the Commissiondopthe City of Miami Beach, Florida, recommends that the Mayor and City a rove the award of a contract to Southern Underground, Inc., the Lowe t responsive, responsible bidder to the ITB; pp and further authorize the Mayor and City contracts for Items 1, 2, 3 & 4. It is further recommended that the negotiate an change s Commission authorize the City Manager to execute contract gurther reviews this to scope as may necessary)for Item 5, after the Land Use work under this Item by February 2015. The reason for the recommended s of action o ni item 5 (Dade Boulevard Landscape Project) is due tlandsca recommendation be brought back to that Committee on November 5th that the Dade Blvd landscaping Committee in January. CONCLUSION The Administration recommends that the Mayor and City Commission of the he City bids of Miami to Beach,Florida approve the City Manager's recommendation rImprovements to Various Project Areas. pursuant to ITB 2014-230-YG, for Roadway p o JLM / AD T:WGEN fc,014\November\Procurement\ITB-2014-230-YG Roadway Improvements Various Project Areas(MEMO). oc 77 v) v v v -v v 73 73 73 73 D m O O 0 0 0 Z m m m n n D --I-I n-1 -1 -I -4 ti)NJ t7 * 0 -i 1'' c r > D > D > a. D w = ru z a x* = • rD O m -'. CO O �, �. Cu N .. CD D CO ro ■m C < J lit <_ `^ - n W m 0 n S 2 011 rD -< a Z rn Z cn in Lin o Q 9-. -v v, 5 -< -I -1 rt m o O• * C O m m m T f7 r rD r T --I m m C▪ o X m D D D 73 ID M▪ 5 > 7x v Eu C Z Z W ui ( v a o (D LA In D NJ ( ,3 m 0 r, cn = _ o m W K N r* ° Qo — - z NV (D Z 73 O W oW r • m 0 ▪ 1Z n m C +n Z N 0 rD 0. Z v m o E D C W C 7v C cD -. O 1- N C 0 3 III -4 O N A ti} to o I� m Z w w o I LC o v v O D w o LID crc) V1 tD w N rn cD 3 C (0 0 i.r1 0 co Oo 0 0 O O O c- 00 7 00 N o 0 .r C hi (/1 5 xi el 0 m n -i D xi m D fD 1 DI i 3 1 N � if). tD N Obi CO W 0 Wl0 0 O A U) • N tp In , N N w CO w LO - a W A w 0 o O p� W lD O O O 7 to 0 0 0 0 0 o ao L4 o 0 3 I's 78 ATTACHMENT B Invitation to Bid ("ITB") CITYOF MIAMI BEACH 1\i'd Aiss,Ai BEACH BID NO: 2014-230-YG 10 DUE DATE: AUGUST 26, 2014 P WIAMIEEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 4 INVITATION TO BID NO. 2014-230-YG ROADWAY IMPROVEMENTS VARIOUS PROJECT AREAS (THE "ITB") SEPTEMBER 10, 2014 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only. 1. THE DEADLINE FOR THE RECEIPT OF BIDS IS EXTENDED UNTIL 3:00 P.M., ON TUESDAY, SEPTEMBER 16, 2014, AT THE FOLLOWING LOCATION: Miami Beach City Hall Procurement Department 1700 Convention Center Drive, 3rd Floor Miami Beach, Florida 33139 Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the Bidder is solely responsible. 2. Effective Wednesday, September 10, 2014, the Mayor and City Commission have approved an ordinance repealing Section 2-372 of Division 3, Article VI, of Chapter 2 of the Miami Beach City Code titled "Procedure to provide preference to Miami Beach based vendors in contracts for goods and contractual services". Due this change, the Miami Beach-based vendor preference specified in the solicitation has been deleted in its entirety and is no longer applicable. 3. PROJECT AREA # 1B — Flamingo Place Drainage Improvements (along Flamingo Place, between 25th and 26th Street) has been removed from this ITB. As such, bidders are not required to bid on this portion of the work. Appendix Al A-2 unit price breakdown sheet has also been removed for this project area. Due to the above change, 26th Street Drainage Improvements between Pine Tree Drive and Flamingo Drive is now referred to as Project Area 1 in the ITB. Furthermore, the unit price breakdown sheet for this area has been renamed to: Appendix Al A (attached). 4. PROJECT AREA # 5 - Dade Boulevard and North Lincoln Lane has been revised to include additional work. The additional work consist of the removal of 29 Bollard Lights, installation of 4,272 SF of Silva cells, installation of 50 LF of 18-inch deep root barrier and an allowance for the design and installation of incandescent lights in landscaped areas. The revised unit price breakdown form (Appendix Al E) for this project area is attached as well as drawings and specifications for the additional work. MT. ...n. ....r_wr ,..,.........m. _.... _w._..,..w MM .„ , .. ,: 1 ADDENDUM 4 ITB 2014-230-YG ROADWAY IMPROVEMENTS VARIOUS PROJECT AREAS 5. The following questions and answers were omitted by mistake from Addendum No. 1: Q1: Please provide a copy of the pre-bid conference sign-in sheet. Al: A copy of the pre-bid conference sign in sheet is attached. Q2: Can the unit price breakdown sheets be provided in Excel format? A2 Yes. Via this Addendum, unit price breakdown sheets (ITB Price Sheets) have been uploaded in Excel format to Public Purchase. Section 0500 General Terms and Conditions, Item 4. Preliminary Matters, states shat the Q3: of the Primavera contractor shall provide the Program Manager with a copy (retails for$2,500.00). Is this a typo or are we required to provide the software? A3: Bidder/Contractor is not required to provide the Primavera software. Any questions regarding this Addendum should be submitted in writing o o to the Procurement m Managemet Department to the attention of the individual named below, with a c py Office at RafaelGranado Cc�miamibeachfl.gov Contact: Telephone: Email:Yusbel Gonzalez 305-673-7000 ext. 6230 YusbelGonzalez @miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Sincerely, Alex Denis Procurement Director 2^s ADDENDUM 4 ITB 2014-230-YG ROADWAY IMPROVEMENTS VARIOUS PROJECT AREAS i l I i . . 0 NAIANAI BEACH i CITY OF MIAMI BEACH PRE- BID MEETING SIGN-IN SHEET DATE: August 5, 2014 TLE: ITB 2014-230-YG—FOR ROADWAY IMPROVEMENTS VARIOUS PROJECT i TI AREAS p Ni A,..,-._ �.._ ,2 :W rte: i' ADDRESS-- -;, .4 A. ? l. .:-s Yusbel Gonzalez Procurement- CM (Px4 PRINT}. .. ,;: _�� - � �=MAI. , . 1 . - . �� . �:�' ' ., • 305-673-7000 786-394-4073 B ext. 6230 sbel.onzalez miamibeachfl._ov Tv,Ari $A-144e146146 , (019 1195e- A , Afj fk, PAvii-JG, =---tsc., . 3 ar- go-r-- • *0 sve �or l a•Vi n ' 264-3op� 592-4079 coo .61, Lu 4. I 3 Gib-7g0 �l r�-790 V En&anee(rnc uni• 3 2Oea �I !Limn d CSrr tl 4 03' o en s n co -to C G111,0 - 0/% C/W-Y%VrIA If3Aaa /nai4/7 Poi Awl i3r:3./c./f/"L . co« \\C-V1/41i/ 1 w �05-4�-3-�'o�a Jo .305.,-(lvc S Tn\a' )ILte_ 1n51, 00J ‘ff ' G 0A.ActibcotAA. 1-t 1 "4 61-4101 q)icocitiv604t , nio -E.- R4 l REVISED APPENDIX AlA FOR PROJECT 26th AREA 1 — Street Drainage Improvements rz_ 3 $ ADDENDUM 4 ITB 2014-230-YG ROADWAY IMPROVEMENTS VARIOUS PROJECT AREAS , City of Miami Beach - ITB 2014-230-YG-APPENDIX A1A(REVISED) PROJECT AREA#1:Unit Price Breakdown W 26 Street Drainage Improvements This Excel document has been formatted to show two decimal places on the form. Bidders are requested to provide unit prices with no more than two decimal places. Should the Bidder provide more than two decimals on the unit price,the City will round the number to the nearest hundredth,this is two decimal places to arrive at the total. The TOTAL BASE BID AMOUNT includes the total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment,supervision,mobilization, demobilization,overhead and profit,insurance,permits,and taxes and totals.complete cost f any item(s)intent as shown or not covered by indicated specific h contract unit pric1e shall be Bidders cluded in the complete the Schedule of Prices Bid Form to include unit pricing contract unit price to which the item(s)is most applicable. The General Cneeded.s include certain"Allowance"he item o items that have onducted oonly delineated portion of the estimated isallowance is used,sed,the Bidder unde stands that only upon the balance of the City's cost discretion,as needed.In the event that the item of work is not shall be returned to the City. TOTAL.THE EVENT PRICES MUST ARITHMETICAL BE TA STATED IN UNITS THE BIDDER TI AGREES SPECIFIED IN THE BIDDING SPECIFICATIONS.BIDDER AGREES THAT ANY UNIT PRICE LISTED IN UNIT PRICE AND EXTENDED IS TO BE MULTIPLIED TOTAL.PRICES MUST BE STATED IN UNITS OF QUANTITY GOVERN.THE STATED QUANTITY NOT ACCEPT N ANY IN REVISION TO ARRIVE AT T PRIiCE FORM,IDICASE IONS,DLINERI ITEMS, D ALTERNATES,OR AMOUNT OF THE BID,THE UNIT PRICE SHALL THE DEADLINE FOR GOVERN. THE CITY WILL NOT ACCEPT ANY REVISIO RECEIPT OF BIDS. IN ABSENCE OF ANY TOTALS SUBMITTED,THE CITY SHALL INTERPRET AS ZERO. PROJECT: PROJECT AREA#1:W 26 STREET DRAINAGE IMPROVEMENTS COMPANY NAME: Summary Division 1-General Conditions Division 2-Sitework Division 3-Landscaping Total Base Bid: Bidder's Affirmation: Written Total: Company: Address: Telephone: Email: Signature: Title/Printed Name: DIV. ITEM NO. DESCRIPTION 1 QUANTITY I UNIT BIDDERS UNIT PRICE I TOTAL Division 1-General Conditions 1 LS 1 BONDS AND INSURANCE 1 LS 2 MOBILIZATION 1 LS 3 GENERAL CONDITIONS 1 LS 4 SURVEY AND LAYOUT SITE CONTROLS 1 LS $ 25.00 5 INDEMNIFICATION 1 LS 6 MAINTENANCE OF TRAFFIC 1 LS $ 1,000.00 7 ALLOWANCE:PERMIT FEES 1 LS $ 000.00 8 ALLOWANCE:Soils testing-Proctor Compaction 6"standard mold Division 1-General Conditions Total: — Division 2-Sitework Stormwater 555 TON 9 #57 Stone Aggregate Fill(#4 to 1") Over 12"wide,Excavation for trenching by machine in loose Rock(trench for storm pipe 450 CY 10 demo) Over 12"wide,Excavation for trenching by machine in loose Rock(trench for new storm 156 CY 11 pipe) Over 12"wide,Excavation for trenching by machine in loose Rock(catch basin/man hole 58 CY 12 -demo) Over 12"wide,Excavation for trenching by machine in loose Rock(catch basin man hole- 123 CY 13 new) 508 CY 14 Backfill by machine for#57 Stone aggregate fill 508 CY 15 Compaction by machine for#57 Stone aggregate fill 10F 3 ITB 2014-230-YG-APPENDIX AlA(REVISED) BIDDERS DIV. ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 16 Load material by machine for#57 Stone aggregate fill 984 CY Bulk Excavation by Hydraulic Excavator,Front End Loader,Back hoe in loose Rock(8" 489 CY 17 base demo) Relocating on-site excavated material from bulk excavation over 100'to 300'(8"base 611 CY 18 demo) • 611 CY 19 Loading excavated material for Removal from Bulk Excavation(8"base demo) 1 20 SHEETING AND DEWATERING LS Existing Drainage Utilities EA 21 REMOVE AND DISPOSE EXISTING 3'Diameter,6'Deep Pre-cast Manhole,8"thick 22 REMOVE AND DISPOSE EXISTING 3'Diameter,8"thick Pre-cast Manhole Top Slab 623 3 EA A 23 REMOVE AND DISPOSE EXISTING DRAINAGE PIPE 4 LF 24 Demo Storm Drainage Inlet 4 EA 25 Demo 24"Diameter Cast Iron Catch Basin Frame&Grate 1 3 EA 26 Demo 25"x35"Cast Iron Catch Basin Frame&Grate 1 EA 27 25"x35"Cast Iron Catch Basin Frame&Grate and maintain water services,ices and installed costs ll ancillary r'cos s associ limited a associated withto, such pavement stallation,including overhead all andancillary profi excavation,exclus on ofbackfill, MOT and repair and maintain water services,plus any and a construction sequencing requirements/restrictions which are to be addressed under a separate unit price heading as noted on this tabulation. 3 EA 28 3'x3'STORM DRAINAGE INLET 29 CURB INLET,4 FEET DIAMETER 491 5 EA A 30 6 IN REINFORCED CONCRETE SLAB 1 SF 31 4'Diameter X 6'Deep,Precast Manhole,8"Thick 1 EA 32 4'Diameter X 6'Deep,Precast Manhole,8"Thick 1 EA 33 7'Diameter X 6'Deep,Precast Manhole,8"Thick 3 EA 34 Demo 3'Diameter,8"thick Pre-cast Manhole Top Slab 7 EA 35 18"Pipe to Manhole Connector,Rubber,Flexible 4 EA 36 24"Pipe to Manhole Connector,Rubber,Flexible FURNISH AND INSTALL USF 5129 Frame&Hood with Hinged 6176 Grate for Curb& 8 EA 37 Gutter Inlet 1 EA 38 POLLUTION RETARDANT BAFFLE(SKIMMER) Drainage Outfalls 25 LF 39 8'High Turbidity Curtain 205 LF 40 6mm LINING 18-IN OUTFALL PIPE(CURED IN PLACE PIPE-CIPP) 1 LF EA 41 FURNISH AND INSTALL IN LINE CHECK VALVE 1 EA 42 INSTALL MANATEE GRATE Drainage Piping-furnish and install costs inclusive,but not limited to,pavement removal,base removal,all ancillary excavation,backfill,geotextile fabrics,gaskets,couplings,repair and maintain water services,plus any and all ancillary costs associated with such installation,including overhead and profit,with exclusion of MOT and construction sequencing requirements/restrictions which are to be addressed under a separate unit price heading as noted on this tabulation. 0 LF 43 15-IN A2000 PIPE CULVERT WITH FITTINGS 4 550 LF 44 24-IN A2000 PIPE CULVERT WITH FITTINGS 63 LF 45 30-IN A2000 PIPE CULVERT WITH FITTINGS 39 LF 46 18 IN CLASS III CONCRETE PIPE REINFORCED WITHOUT GASKETS Division 2(Stormwater)Subtotal: Division 2-Sitework(Streetscape Improvements) Streetscape Improvements-furnish and install all requisite materials,inclusive,but not limited to,forming,all ancillary excavation,dewatering and backfill,repairing and maintaining water services,adjusting manhole frames,inlet frames,valve covers,lids,and other utility covers,plus any an ancillary costs associated with such installation,including overhead and profit,with exclusion of MOT and construction sequencing requirements/ restrictions which are to be addressed under a separate unit price heading as noted on this tabulation. Demolition 1 LS 47 EROSION AND SEDIMENTATION CONTROL 2 181 LY 48 REMOVE AND DISPOSE ASPHALT PAVEMENT Y 49 REMOVE AND DISPOSE CONCRETE SIDEWALK 286 373 S SF 50 REMOVE AND DISPOSE CONCRETE CURB 413 LF 51 REMOVE AND DISPOSE CONCRETE CURB&GUTTER Roadwa ROADWAY RECONSTRUCTION(Shaping And Compacting 12"Subbase,Import,Placment I 2 187 SY 52 'ROADWAY Compaction Of 8"Of Limerock LBR 100,2"Surface Course S-III) Sidewalks 1,213 SF 53 4 IN Cast-in-place Sidewalk 413 SF 54 6 IN Cast In Place Concrete Sidewalk With Fiber Mesh 1, 6 EA 55 ADA RAMPS 6 EA 56 TACTILE WARNING SURFACE Curb and Gutter I 155 I 11 LF 57 CMB,New,Reinforced Straight 12"x24"Concrete Curb&Gutter 851 LF 58 CMB,New,Reinforced Radiused 12"x24"Concrete Curb&Gutter Misc.-Signage and Pavement Markings(Itemize by Type) 59 REMOVE AND REINSTALL EXISTING SIGN 94 6 EA A LF 60 FURNISH&INSTALL 6"SINGLE THERMOPLASTIC(SOLID) 167 LF 61 FURNISH&INSTALL 6"DOUBLE THERMOPLASTIC(SOLID) 64 LF 62 FURNISH&INSTALL 8"SINGLE THERMOPLASTIC(SOLID) 20F3 ITB 2014-230-YG-APPENDIX AlA(REVISED) , BIDDERS ''? ';,TOTAL;' DESCRIPTION a,} „ UNIT,�,,. UNIT PRICE`S'. . DN m{TEM N0 a: :. wb QUANTITY a <«� H . .;3 �-;.:<.� ;: x ,. ,.� ��. 390 LF 63 FURNISH&INSTALL 12"THERMOPLASTIC(SOLID) 148 LF 1 448 64 FURNISH&INSTALL 18"THERMOPLASTIC(SOLID) 1 LF 65 FURNISH&INSTALL 24"THERMOPLASTIC(STOP BARS) 1 EA 66 FURNISH&INSTALL TURN LANE ARROWTHERMOPLASTIC 1, EA 67 FURNISH&INSTALL REFLECTIVE PAVEMENT MARKERS(RPM) Division 2(StreetscaPe Improvements)Subtotal Division 2-Sitework Total Division 3-Landscape Landscaping I 46801 S 68 Augustine Flortam Sod,Installed on level ground 1 SF 69 1St. , F RE-ROUTE WATER SERVICE Division 3-Landscape Total: Total Base Bid: II! ITB 2014-230-YG-APPENDIX AlA(REVISED) 3 OF 3 REVISED APPENDIX Al E FOR PROJECT AREA 5 Dade Boulevard and North Lincoln Lane 4 ADDENDUM 4 ITB2014-230—YG ROADWAY Nc AY IMPROVEMENTS VARIOUS PROJECT AREAS City of Miami Beach- ITB 2014-230-YG -APPENDIX A1E (REVISED) PROJECT AREA#5:Unit Price Breakdown Form-Dade Boulevard and North Lincoln Lane This Excel document has been formatted to show two decimal places I on the form.round the number ber to requested to provide hundredth,this is two decimal places to arrive at the total.places. Should the Bidder provide more than two decimals on the unit price,the City The TOTAL a ion, BID AMOUNT includes the total cost for and taxes to complete the work consisting ullf intent furnishing shown or indicated in the equipment, ontact documents.mobilization, fully demobilization,overhead and profit,insurance,permits, complete the Schedule of Prices Bid Form to include unit pricing and totals.The cost of any item(s)of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s)is most applicable. The General Conditions include certain"Allowance"items that have been la Unit Price for shall used discretion,as needed.In the even t tht the item of work is not conducted or portion of the a timatedallowances used,the Bidder understands that the of the cost shall be returned to the City. PRICES I E EVEN I BE STATED D It ZUNI S OF QUANTITY I TI SPECIFIED IN THE BIDDING SPECIFICATIONS.BIDDER IAG AGREES THAT ANY UNIT PRICE LISTEDuIN THE BIDS TO BE MULTIPLIED BY THE SAES MUST TI Y REQ IN MENT IN QUANTITY ARRI VE QUANTITY REQUIREMENTS IN ORDER TO ARRIVE AT THE DIVISIONS,L OF ADD ALTERNATES,OR GRAND AMOUNT OF THE BID,AFTER THIE DEADLINE PRICE SHALL RECEIPT GOVERN. DST IN CITY WILL NOT ACCEPT ANY REVISION TO THIS UNIT PRICE FORM, ABSENCE OF ANY TOTALS SUBMITTED,THE CITY SHALL INTERPRET AS ZERO. IN THE EVENT OF A DISCREPANCY BETWEEN THE PRICE BID IN FIGURES AND THE PRICE BID IN WORDS, THE PRICE IN WORDS SHALL GOVERN. PROJECT: PROJECT AREA#5:DADE BOULEVARD PHASE II&N LINCOLN LANE SIDEWALK IMPROVEMENTS COMPANY NAME: Summary Section 1-General Conditions Section 2-Dade Blvd Landscaping Section 3-Dade Blvd Pavements Markings&Signage Section 4-N Lincoln Lane sidewalk improvements Subtotal Base Bid: CONTINGENCY(10%): Total Base Bid: Bidder's Affirmation: Written Total: Company: Address: Telephone: Email: Signature: Title/Printed Name: BIDDERS DIV. ITEM NO. 1 DESCRIPTION QUANTITY I UNIT I UNIT PRICE I TOTAL Section 1-General Conditions 1 LS 1 BONDS AND INSURANCE 1 LS 2 SURVEY AND LAYOUT SITE CONTROLS 1 LS $ 25.00 3 INDEMNIFICATION 1 LS 4 MOBILIZATION 1 LS $ 10,000.00 5 ALLOWANCE:PERMIT FEES 1 LS $ 10,000.00 6 ALLOWANCE:LIGHTS REPLACEMENT(INCANDESCENT LIGHTS) Section 1-General Conditions Section 2-Dade Blvd Landscaping 7 F&I WAX MYRTLE(MYRICA cerifera);15'-17'O.A.;8' EA 'MIN.C.T.;F.G. F&I CRAPE MYRTLE(LAGERSTROEMIA x'natchez');12'-14'O.A.; 6 EA 8 8'MIN.C.T.;F.G. EA 9 F&I SHORT LEAF FIG(FICUS citrifolia);45 GAL.;8'MIN.C.T. 1 EA 10 F&I BLACK IRONWOOD(KRUGIODENDRON ferreum);45 GAL;12'-14'O.A. 2 EA 11 F&I ORANGE GEIGER(CORDIA sebestena);45 GAL.;8'MIN.C.T. 5 EA 12 F&I GREEN BUTTONWOOD(CONOCARPUS erectus);25 GAL.;12'O.A. 2 EA 13 F&I BLOLLY(GUAPIRA discolor);25 GAL.;11'-14'O.A.;STANDARD 2 14 1 EA F&I JAMAICA DOGWOOD(PISCIDIA piscipula);25 GAL.;12'O.A.;STANDARD F&I SABAL PALM(SABAL palmetto);STAGGERED;10'-18'C.T.; 28 EA 15 5'O.C.,BOOTED 16 3 EA F&I WILD TAMARIND(LYSILOMA latisiliqua);2-1/2"-3"CAL.;8'MIN.C.T.;B&B F&I PIGEON PLUM(COCCOLOBA diversifolia);14 B.B.;8'MIN.C.T.; 12 EA 17 STANDARD 18 F&I BLACK TORCH(ERITHALIS frutcosa);25 GAL.;FULL TO GROUND 3 EA F&I JAMAICAN CAPER(CAPPARIS cynophallophora);25 GAL.;FULL TO 6 EA 19 GROUND BIDDERS DIV. ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL F&I SILVER BUTTONWOOD(CONOCARPUS erectus var.sericeus);15 GAL.;8' 1 EA 20 MIN.C.T. EA 21 F&I SPANISH STOPPER(EUGENIA foetida); 15 GAL.;FULL TO GROUND 6 7 EA 22 F&I CREEPING FIG(FICUSpumila);1 GAL.;18"O.C. 670 EA 23 F&I FICUS REPENS SUNNY(FICUSrepens);1 GAL.;18"O.C. EA 24 F&I VARIEGATED LIRIOPE(LIRIOPE muscari);3 GAL.;24"O.C. 30 25 F&I GREEN ISLAND FICUS(FICUS micriocarpa);3 GAL.;24"O.C. 137 EA 26 F&I SEASIDE OXEYE(BORRICHIAarborescens);3 GAL.;30"O.C. 97 EA 27 F&I LANTANA I(LANTANA involucrata);3 GAL.;24"O.C. 37 EA 28 F&I BAHAMA COFFEE(FICUS microcarpa);3 GAL.;24"O.C. 44 EA 29 F&I BOSTON FERN(NEPHROLEPIS exaltata);3 GAL.;24"O.C. EA 30 F&I FIRECRACKER PLANT(BOUVARDIA ternifolia);3 GAL.;30"O.C. 45 F&I ORANGE GEIGER(CORDIA sebestena);25 GAL.,10'-12'O.A.;1.5"-2" 1 EA 31 CALIPER,INCLUDING IRRIGATION BY TRUCK UNTIL PLANTING ESTABLISHED F&I PIGEON PLUM(COCCOLOBA diversifolia);25 GAL.,10'-12'O.A.;1.5"-2" 1 EA 32 CALIPER,INCLUDING IRRIGATION BY TRUCK UNTIL PLANTING ESTABLISHED 788 SF 33 F&I ST.AUGUSTINE GRASS(STENOTAPHRUM secundatum) 770 SF CY 34 F&I MULCH EA 35 F&I 20"x2"TAPPING SADDLE,INCLUDING EXCAVATION&RESTORATION 2 EA 36 F&I 8"x2"TAPPING SADDLE,INCLUDING EXCAVATION&RESTORATION 1 37 JACK&BORE 2"POLY TUBING(TYP.),INCLUDING RESTORATION IN KIND 300 LF LF 38 F&I 2"BACKFLOW PREVENTERS 39 F&I 2"WATER METERS,INCLUDING METER BOX&FITTINGS 3 3 EA EA 1 EA 40 F&I IRRIGATION SYSTEM,AS PER CITY SPECS 41 REMOVE EXISTING BOLLARD LIGHTS(TOWER) 4 29 A 29 ESA 42 INSTALL SILVA CELLS(ONE STACK) 50 LF 43 INSTALL ROOT BARRIER(DEPTH 18 INCHES) Section 2-Dade Blvd Landscaping Section 3-Dade Blvd.Pavement Markings&Signage 2 EA I 44 F&I SIGN R1-1(BIKE SIZE) EA 45 RELOCATE EXISTING SIGN R1-2 1 1 EA 46 RELOCATE EXISTING SIGN R10-17a 2 EA 47 F&I SIGN R3-17 1 EA 48 F&I SIGN R10-15 1 EA 49 RELOCATE EXISTING SIGN R10-15 5 EA 50 F&I SIGN W16-9P EA 51 F&I SIGN W5-4a 4 4 EA 2 52 F&I SIGN W11-15 1 EA 53 F&I SIGN W1-1 3 EA 54 F&I SIGN R9-6 6 EA 55 F&I SIGN D11-1 3 EA 56 F&I SIGN D11-la 1 EA 57 F&I SIGN D11-2 8 EA 58 F&I SIGN M6-1 1 EA 59 F&I SIGN M6-6 EA 60 F&I SIGN W11-1 4 4 EA 2 61 F&I SIGN W16-7P 1 EA 62 F&I SIGN M6-2 1 EA 63 RELOCATE EXISTING WAYFINDING SIGN 3 EA 64 REMOVE EXISTING SIGNS 1 LS 65 REMOVE EXISTING STRIPING,AS PER PLANS 3 EA 66 WHITE THERMOPLASTIC BICYCLE LANE SYMBOL PAVEMENT MARKING 10'x11'BIKE BOX WITH INCLUDED PLAN SYMBOLS,WITH 25'x4'BIKE BOX 1 67 EXTENSION LANE,AS PER SPECS OR EQUAL 68 WHITE THERMOPLASTIC ARROW PAVEMENT MARKING 10 EA 1,380 LA 69 6"THERMOPLASTIC YELLOW PAVEMENT MARKING 345 LF 70 6"THERMOPLASTIC WHITE PAVEMENT MARKING 570 LF 71 12"THERMOPLASTIC WHITE PAVEMENT MARKING 8 LF 72 18"THERMOPLASTIC YELLOW PAVEMENT MARKING 0 LF 73 18"THERMOPLASTIC WHITE PAVEMENT MARKING 4 4 0 LF 74 24"THERMOPLASTIC WHITE PAVEMENT MARKING "BUS ONLY"&"WAIT HERE"THERMOPLASTIC WHITE PAVEMENT LS 75 MARKINGS(WASHINGTON AVE) 1,1 150 SY 76 REMOVE EXISTING ASPHALT 77 DEMOLISH EXISTING CONCRETE 15 80 SY SY 78 DEMOLISH EXISTING 6"CURB 80 LF 79 DEMOLISH EXISTING CURB&GUTTER 295 PERMEABLE CONCRETE,8"THICK,INCLUDING BASE(57 STONE)& 1,250 SY 80 GEOTEXTILE AS PER DETAIL 7 EA 81 ADA RAMPS 130 LF 82 6"TYPE D CURB 15 LF 83 6"FLUSH CURB —,;`DESCRIPTION ClUANTITY •_UNR , UNtT PRICE TOTAL 2'TYPE F 6URB&GUTTER,INcLUDIN ADJACYNT PAVEMENT 60 LF 84 RESTORATION 2'TYPE F CURB&GUTTER,WITH CMB RED COLORING,INCLUDING 165 LF 85 ADJACENT PAVEMENT RESTORATION LF 86 2'VALLEY GUTTER,WITH CMB EDJCOLORING,PAVEMENT INCLUDING ADJACENT 35 LF 1 LF 87 PAVEMENT RESTORATION 88 RELOCATE PEDESTRIAN SIGNAL 35 EA 89 4"CONCRETE SIDEWALK 15 SY 90 6"CONCRETE SIDEWALK RELOCATE JERUSALEM STONE WALL(EAST SIDE OF MERIDIAN AVE,AS 1 LS 91 PER PLAN),INCLUDING ELECTRICAL&FOUNDATION REWORK EXISTING BASE UNDER JERUSALEM STONE(MERIDIAN AVE). 110 SY 92 REMOVE AND REUSE JERUSALEM STONE AS PER PLAN Section 3 Dade Blvd Pavement Markings&Signage Section 4-Lincoln Lane Sidewalk Improvements 545 SY 93 ASPHALT PAVEMENT MILLING(2"AVG.) 21 SY 94 EXISTING CONCRETE DEMOLITION 1 EA 95 REMOVE EXISTING INLET&BACKFILL 96 CONNECTION 1 1 EA LS 97 EXISTING UTILITY ADJUSTMENT(AS NEEDED,AS PER PLAN) 1 LS 98 F&I USF 4134 FRAME&6001 GRATE A 99 F&I USF 4621 FRAME&6296 GRATE 1 65 EA SY 100 6"CONCRETE SIDEWALK 67 SY 101 4"CONCRETE SIDEWALK 385 SY 102 PRIME COAT 385 SY 103 TACK COAT 104 2"ASPHALT 385 SY 115 SY 105 24"CURB&GUTTER LF 106 24"VALLEY GUTTER E 125 LF 4 107 ADA RAMPS 4 EA 108 RELOCATE'NO PARKING'SIGN 1 1 EA 109 F&I SIGN R1-1 1 EA 110 F&I SIGN R6-1L 5 EA 111 F&I SIGN R8-3gP 885 LF 112 6"THERMOPLASTIC WHITE PAVEMENT MARKING 50 LF 113 6"THERMOPLASTIC DOUBLE YELLOW PAVEMENT MARKING LF 114 12"THERMOPLASTIC WHITE PAVEMENT MARKING 55 55 LF 115 18"THERMOPLASTIC WHITE PAVEMENT MARKING 16 LF 116 24"THERMOPLASTIC WHITE PAVEMENT MARKING Section 4-Lincoln Lane sidewalk improvements SUBTOTAL BASE BID CONTINGENCY(10%) TOTAL BASE BID PROJECT AREA # 5 - Dade Boulevard and North Lincoln Lane DRAWINGS AND SPECIFICATITIONS FOR ADDITIONAL WORK 5 ADDENDUM 4 ITB 2014-230-YG ROADWAY IMPROVEMENTS VARIOUS PROJECT AREAS I R w @g@ , — W U 3 U a W ¢ w m � W W O � 7 W 7 11 S W= W w h N U Z 0.9c+6SZ .dl ifl0.d OlVW : -, m J o d O rl"'r" 'r: l ig.)i-'= "'r''''""- 0097.6:'vls . x O x 3 % x p w co� m ET,- m O - �i 6 C LL¢w O Q Q Zl ® 1 0141 �\'� a El v d 1 .1 4 �. :17 4# i p O I .I U Q W a a S u J o 1 o � /1 \ a C m w w ¢a y I i '1 "fi W I — I — LL s aii a r a ,, , ly )11i5".- 0 40 <r 91? w � ..k- RR�w•`��� , N W t; Q Q Q Q Q W R J 8D J 5 o 0 Irol Z Z Z W d �;N _ -1°} 9 II' 11 U " o o " o 0 c 6 0 cs u 0 u 6 a ^ ' �a 4 -I 111 4; N a Z ~ ~ Z ~ O O 0 O d O O O O w w 1gw �,O, JJ\\ N � � � � J O o on O ;x - 41.11 -co lag. g DO LL 9 m N N N N N , n U a' 41.101, p w iI N U Q o Q Q o U ,'J u 8 o J J 0 0 0 o 4 m S CE ; y N N N 'r ,.,2 n M w e a [ ) e J N - Q ,' w 3 d -g o w® • i u Z tltl J z d h G ^ ; tl R u m Q ;' E D 1 .O C U o 1�• q w 4 1 n � 7 w cLi al 1 m w w v I LO"9Z+99 V. w Q < a Z W U tt ¢ p a= Q .' • , 0 o & C9:3 ,c1 w Wco 7 c_ o ! O O z Q U O a o w O o w a ° g a 0 • pz ,.4 I 0 - F a u Z I -,U] . w ' 2 z W d W N O °N W W W C U o S w 4 O Z Z W Z W Z j W FS w w N =q I H bt,I 00 Z ° N w N O ° W U IaO+ W g v = V ¢ o a o ¢ v = a : Oo f 3 U z w N '- w v, Fa ¢ U a J o ? m ti N U 4 > V N J m m N `N : 1 O N 6 g ' :tam 40 o� U o < +� i 1 ` j -' .,.I ' 3 Z a V , Z d l w ` ?rc O I ', c LL 8 1 m N a + O W p� Z N O I • .f...._.._..._...._.._06.:($+LSZ"tlls Z z ( } w O o m O 3 3 Z~ a a f ¢ 6 - ¢ O O d Ln p Z Z m Z N N ® A awl U U U01 N N O J H I � 7.---,:5: eD aUw.-. 4 L� l N N N m N Q =U O a ; p ooa4 ,'r�. ;AU -a o W CJ U -, <a V a O O ¢ d 0 0 U 0 j d U a> N ''.- �`" I �wv `215,-, C z z U z o 0 Q I I a 0 z o z - z z ZJ -Q 00 c0 N 00 C..., W a0 � ^ .‘.1' F.2 00 2 CO N au p0 lo d 5 n .S ,�O. 11 S''' , D ` a a ¢ I-O Z E m ',0 '43, �� O£'I+LSZ tlls ° O O V (,W Q y ':., • iN n � n IT p U J p Q J o O o J o W J .l m m v p it Q W O In N N < N N N N N N <N N N =,-, N N U U g ` m o °o ,,d. 5 +. _- z d d v _ d d F 1 a ° 1. E o c In w d z a µ \... w " O ° V ? a m p a 0. N w m u w a u a ff `.2' ¢ ' J ¢ E g a 8 k o 9 8 i o m Z O > i o o o U O C N w N N -i o v U O Z F I ° F 3 O o W a m -;,, O W w J 4 O w O O O p F U d 1 b1/O z w rL a '5 6 `14' o o E W L, w w © } P, a E - -N A E l x Q O Q V Dm Z J O O m U O U� O Y U V 3 U N m O W m O W J = m N Q 3 d S ,w Oek -36 V 6 0'9S+9S .d1S103l02dd HO1dW ® ® eeee * ® e ® e * e ® m ® ® * _ . J oeoc,OOO.. OO OOO 0 -,, --F.' GIP 1 agg . w li p W 7 t7 CC N© N Z F z i d Z o Y J � 0 91+Z9Z •d1S 103r0�1d HOIVW :, 3 < w Qx 1 E rw rte..,s --r w. x x 3 ° ° o m0 I °• o b � � H � _ � � z o� � (I II & a � � Y N i..s, i I d J O w _ a° co I %-t Q ¢ Z I \ a m m m = ml ll w I ® L IA 1 fm; rt1 °� N 30' li ;. w Z Z Z _ � 3 3 3 3 O O O O O `. x x V- aJ Lt I � U:I:'. • Z w mj Ni • 2 O O O U • 2 U x Zw U V • U U V V V ~ - Y� � . R V U O O OF U U U U U w W — i liI Z J U V O O O O O O ° ° N g -. -. v , v o 7 7 7 OJ a0 N N O N N N M M1 :-a � w n w . w K Q m I: N Q Q Q Q Q J Q Q Q Q Q Q Q Y W J d S \ : N V V V U O V U V CJ V O V V V U m Q a n n-4 ,HI N N g 9 9A eel h M , , 0, J N W ' N N N — J 7 Q Y a w xz o N 7 U _ Z a U Z O >Y 7 p E �O a wU n CO d d•— Q O e 0 q � ,!1; w d oz i d d _ y H U d U a d v s 5 d b tl O w R 5 r Q . w ° 0 3 a= a Q a Z a z w � N d N a N F F a s c v 7 o a ° a o p w li w Z Z ° ° w c0 .. N r N , a o w w Z to°" w z W w m a a J w z a z u s�6 . W W LLI]H. 3 w V O w _ O 3 F N ! j 9 ° O x N W U N o 0 1 Q Z V x w � � Z O Y V Q Z R w Z Q Q N O U W Q V w 0 O 3 f l a U a N w a m m Ir 7 W ❑ g a d ® ® ® ® ® ® ® ® ® c 141 3 ` _ f U° o< 5 Z - gF In f W 3. I• U aZ 1 n 3T O 1 . ° N I N ` _ w & .F= m & a i za 1- • o o ,a n Z VI O ° N N O W O Q Q ° N N o o0 N N In m N a a U o li L W II = m m ct ' .. O O < Q U .- - _0 N m ' , g N U- 0 U Z U O a O U d U U U U W W 0G i:o CD-' ,-1 w w '20 z z z `.V e I z o 0 ? ? O f 5 z z Z z W J ,, 2° ao m -00 N a -.3 N _ N -0. ° m ao w in -co r O Z a , O t _.'. Z O . d a d .+ ` r o 0 0 . U W a 0 N < a a o a o a a a a ° I m a v a N I� c i I N N n n n N N :n �N n N 1 N N U U Q N N N < < a N N N S'88+6. v1S i Z _ s 0' a Q C a a b 4 nit?'j z " ti o R ga 2 r ,3 `,Q1 J `j� Z '0 ~ w 3 U 7 E. 7ti F N y Q 3 y F L. !+Y\• ¢a2, w N U ° g W N m U' b N 0. Q 5- N Q O 3 N r a U a ° Q a 7 a z 7 J 1 OW NUS N 6 Q N O O a a U K V ° H J ° O o a O `h gai0 a- 3 s, g 3 2 o > 3 2 3 ° a i o a �P ,!J1 � Q om,° m a J 4 U Q V O d N N N J V U 5 _. — I+\5j1 315-E' iW d ' oSu• ° O O d'. 4 1�? is' U o m 3 O ° Z U ^^°°ww..a fie° ' W w O w z 3 z ° �.,..... W 7� \ a m W z w r .- o �- J a J Z 7 i— t 141rt' z J ° m a ¢ ¢ ° w ¢ o z m ms QA, ( z J W W } O V O J m 3 V a -.^'"Y w O O a) w 0 Y U m Z J W. ®.r+����"+"'."1 0° 3 3 3 3 m 3 3 3 m , 'a 3 3 oN a ..K°°�„O" .r..�...._._.+693 vS1o3ro8dHOldw ® ® � E ® * ® ® � ® ® ® ® * ® ® * - - m a 0( C)C#00 0 *f; 00 *0 00 0 . ...d d) VJ 1 �y3 , / W Q w U T¢pa W V I.Q W W W O W N i a n� x z 1 z 0.96+V9Z 'd1S 1031'0?Jd H01VW : ' L' m 2 J J p y Q U r Z Q .. i I: M L x x 3 p E. w cF � m � o N il' :,d o c �w o_ z0 Q Q � �''''7 O dg,J N =v 6 e :¢ N Q w F,.` O O_ O w u U p N �y a N� >;R i O II II z0 J w � � ' . 1D! p �Q a a i e a J J K O W Y y && 1j o ¢ ¢ Z 1 \ a m In m m y' z J U W _ �rnl Q__in to 16 f s; 8- W I ® 1 i 2- s. 1 m 'e:3 S ''f:1 , Z . 1''1 3 3 3 3 3 :C {` uj O O O O O s j O Y) 1=/1 N ,, 1x., ' I V Q Q Q Q Q W O H W O O Z Z Z 5 v " o o '''z o ci cv ti S c5 `'a. a rc z 0 0 0 0 0 0 0 0 0 0 ''i -co LL l7 W 4 n m v N n O N� N N< n ', Q I Q - m O W J O L... N V U U U J U U v v v O W w Q 4 N N N N N n n n n n n n ,,-) m x -v n ry_4 ❑ W O a 11 _ w R ry _ yy d d g H E !:I;1' 3 a U c°i p� d cdi d ° V d . a 2 O Ni N e h W y F d y tl ^'' o ° ? ° 7 e.g. . W Z Ktl `C� U tl ��++ it �� ti � � � ��F .¢ W P. F F (y F Q W Q d Q ao VUi w � � x ¢ 0. V W � U Z � � � � ¢o � Q Z z a F '^ > LL x Q N to x CC I;( > - �'� �w s a he n z •`. �� r W H U LLO T J li ? - Z a v < w Z w pp K , O J u 3 w ' : a w a a Z - Z K ' Z 1 i u M ¢ U 03 K Q V U l. W 0 Q x _ OV W Y N Wa ❑ Z p Z ,"6:, U W N p Q w p W l o O ¢ x x Z d Q w Z Q z i Q O O Y U Q N d W z 0 r Q U Q U y 0 O Q Z Z W N W V1 W J w L o O Z m Q N U li > U VI J m m Q VI al 2 L U O O' ... - 30 ® ® ® z d ¢ J \� E w m c� N C A •z ; p a I I a 0 O r. O> I' w & m & i 5 oa 1- : f Q Q Qo 0 0 0 a N ` O Z o m Z N N O W O O;' �� U Q Q yJ N N O J I U U N ° m Q Q =U o O 11.: 1� l� l+ O t K,' U o+ c' a m m N a+ co a r r w=Q O N N CJ c., c O U O 0 U V O U U (i U • N E z z z Q z Z> F- S; 1 U I 5 7 V E U - E 5 a.J (/) ,. j 'co n io -co _ -co 'co _ ° is 03 io W- Z • E Q • ; Q Q Q � Q w 30' f o 0 0 : U U w as i I; ' u ( H 'v J Q J J a Q J J Q J J W ti Q ;.1 m a Q J < d i 1 4 V1 N 1 I p U U U . U U . U Q U , Q O N N N y y V) Vs; N VI V) V<) (n V N N N _ U , • E N . . N 0 I; J --E. a 5 T II j W c7 tl _ I .. e ti g 4 K G tl n n F w ... ii Q w .N C O W u h V. ? 0. Q N m p O d g O U K O In C yyp.` ID !1 7 O Q O N .R m K U U i o o O o o 1 U 3 Q ¢ Y Z o F o 0 a.: ,g I 0 M LL o C l O w Q o w c W Q O U o r p J o 7 m U.3 W L$ O z . bq0 o o 1 w cx w w m m o Q O <a m a z v ,r�-Y W s m o a w J a o m a o o o o Q • o < 2 n L J s o p J ;>O§ ¢ • ' p a in . 091+Z9Z .d1S103rONclH01dw * * * * * * * * * * * * * * e * * * < 5 n 6 GD , 3 1 , 4 . W U 1 U ¢ H H W w I'W a (1 i W 0.9L+L9Z •d1S 103f'02�d HOlVW . -1 E2 a < ° 1 ^M Q caJ Z 3 w d w 1 E .. ; I D oo `Q °_ a° wo W Hhi< (=J E J w. a N� St s O - dd w"` < 's U I ¢ a a -nl V:( , w w p � \ d m J w .m m 9- a,- , N v W y' o a : 1 ZZ Z Ii, 4.. U O = = O O•< i,: N VI Vl In N 2 I`{; Q Q Q Q ¢ Lc., Li' ao O O O W m i I Q O E O O B •• N U O O U O C• a Z -, .. r U U U U U . U V U 0_ VI J J J O O O O O O O w O w O : L � P: 7 -03 O m m v < O N v N <N O r'1 O -+ a .B: . m W N �ee : : :2 a N N v u Q ¢ g U a U U U U U a a U 4 U ' � N N v 9 n n n n . W m a -4 my A 6: aw Q z lies•\ b";5.: ¢R• d d o C Q zZ _,o P¢ Z C N 2 v y tl C d ii l J W w w .4 4 I , . 141 - ro u o\ I. ,,_ lD1 z K ro ° t a tl 3 a U Q :c:i Ct w FL d S a E N E w ¢ r ¢z• ' • _ ¢ Z a N V � ¢ a ,,:k sn ' \� w d K N N K U � Z d m , ,c c_ .: F� g w i s i f qe Z N¢- -__ _ d W a w r w ` w � a ° F w x ¢ a 00 , o r w 3 U 10 dz �' t' n y o1H1 n Q U V N l4 W O 5 c'( - O � W N <o - . 1 :_ o 0 v = a Z a a f p w d u �... ,. 0 Z U a W w v w'n ¢J , U V U . w Z S p 7 2 yv i' W — __ AsP 4 o J m ? U •aVu '• .3., o h o w p 1 E. . ,,,,./ . cp co :_ 7E -i (O ,! z (N � i• I;: N z , a • 'O • LL :;V • II w p (.) . (i 4 4 w ~ O O m O A N O Q O Z f 0 U o O 02 O d W O -a - N m L;, V¢ O O O mm v ti ci ti O U O p O U c.i o V 0 U V O N U d Z z Z T O 7- d Z 7 p Z Z Z Z z j F¢- Q ' I : w m m m `r' m m r m — m 'co 'co I. ro 5' (n• a o J ci F° Z Z — Q o o j W d• W w ^i P i J U J v J U J o v J U J U W v _ m U O d I V V 'n g g g g g Q ¢ v2 a g v, U C1 Q V a a N N N N N VI N N N w — n ,, .. O MI ill N, ,W g - Q 1 O h tl C i 1 o Q ::i � 1 Z a Q U y ,, tl Z a F il $ V yy i O { � w Q '. 0. ° Z 5 °' ii N h h 0 tl b m 4 —"..-- 1 , W N E O W a 4; ? 0. C m D g , : N w O ¢ ¢ g ¢ R N 1 (2 i '. .. E, N Q w V1 U O VI O a U� < 1 ¢ Z p p Q O D 30' O:�i O rI'. Id O WF aj 10 i s • ;: I j > Q V Y o ¢ O U 7 N 3 ¢ ¢ > o U V a O U O m O (` 3 O O O O z w o U r z m Q < a ' a m O• O ' W U Z U m w p _ U J Z U O F F Z F LL Q3 U...111 p W Y! yw O 7 ¢ S J K Q O Q it m Q O¢ O O U O J 0'96+179Z •d1S103fOLidHOldW ® ® ® ® C � � /®? ® ® � ® e ® ® ® ® � `fin, ®) 3 R 3 S , W �55 _ W U b W U m(2 7 j N d ,T,6---) 3 U Z m 0.9S+OLZ 'VIS 13 0dd HOlVW J 1 Q a ¢ w o o O x x LL�° ilil m� p\k ("�. O N 6^ 7 c! E i 11 1 II II <a I i-nl < < 9 I i ow Y Y 4 a a s W I � a m N m m z > VU r' 5 8_=I I H P w :. w 0 0 0 0 z •. J, I I V N = N 0 _+ a a 1: - z m N - r E o ~ o I o o " o 'Os' ti Di. • w Z 2 '2 Z 1- d 0 0 0 0 0 0 0 0 0 0 Q .E N co j LL co 2 F- m ? C O N N N M M o! p� w -co w N N M U 6 °m i w O W 3 J J J J J J LL m ❑ LL-1.' Q Q a Q a J Q a a a Q Q Q Y J 37f V U V V O v v U o U V U U U U w Q N a�ry q , 3 Z N g g N 1f1 M , M M M M M . m 2 IB N N N ^ J N • �!Vy 7 Q Y L':-)_ a = E. W 0 p w _ , •r,,, a S w .1% n . I� y tl tl v J o i ;c, P8 K d b tl , u tl 8 V V 7 z ' F K ?u I v 1 K l : N cc,,....a J Z w d ti S at 5 . ¢ „ a a a N 1 w < a < I s s `-e .. O 1 Z w N N a O N r a N d y 0 w U w L ' L m ¢ Z1 CO_ i o g ,05,,,:_ q N _ Z d U Q w 1, T _o :_ w' Y w w Q O is Z O � Q x 2 Z K a W`1 :--,--, Z U O 0 o y v a N a N w z- 3 ¢ E ¢ ¢ t;') ° w ¢ z Q F w a€ Y Y U 6 d' w Q w ? O Z m 7 N N 11 > U N J m m 4 N `� aj Ooo \ ,. v ` (0 ® ® ® $ ® ® ® ® O. d O '. 0 o ho o g M \ 1E u w w . R t a -- O o !`e m N 1 U Z O a' 7i 3 O¢ I..- ° ° m i I w r3 O O U Z N N O W O 1 U U U N N N m N ¢ Q =O O p CJ r CO w ;ii + L r . U C U z < O U U d U U CI• i s N ci i ci . . Ii d . o w¢ �j v z z Q V::: .�., i `iB' `,43-' z z z ' ° Z o d r O s I O ; ; ; ; Z W r _ 3] (.i I I 1 W J U ` Z - (0 W ^ co � co [O CO (0 00 F,Q Z s 0 _ i m a0 m W J m �' I ,A d d d oW cai U W d Q I, ° O O J J J J J _1 J J J W m . J }O w a a a a a Q Q a a a U ¢ ,., a ¢ ¢ d N N ^ U U U V U U U U U Ul m U U 1-o ¢ 1 J :I: . In 1 1 N N N ifl N N U N N ...,-2 7..- N N U O J ; N ^ < V y N N N N N < N N N D 'I' ILL Z O i' 03 •E _ W C 0 f_.B 3 Q d o i _.. ”?oo �aa F y d qa: Z _ N ~ 5 u v 5 0. G F u r d m N i F b d • 30' i ,j:j 8B : O i o ' ` � i St , N i ` 1 I I i " 46 : . UPI , � w K LO' z N o v ? a a N m a N � 6 u � o a a a g o o 7 �w v �� N Co ° >a ¢ N� w a< Z J U� z O m aJ W� o �Q V U O a N N N r J U V O ° o 0 z z w O o 0 3 z o F ° f J w Q z a w a 7 m-11 m o a w m a o o 3 3 Q x cl S J O a c7 w o N a S r U 3 U N m �F F �2 . 1b u.si W r,c)N o _O V 09L+L9Z d1S 1O3fOJd HOldW ® ® el ® ® ® eIC ® ® ® el * ® e ® ® ® �61 o®0-. o o , Oo f0000 '3) , s a s ,L(11 U Y w W m 6 p � N W W N Z w Z Z c 0'9c'+SLZ 'b1S 103f 02Id HOlVW -=a r E -' a _— " 3 J¢ W� a w o iLI .2 lo x a II Z_U7 Ul ! I4. J _ 0 .•1' w 3 3 3 3 i .1-i'.::::...4.. I O t is OB L V L l N ¢r.. e_ r w 6 'If. p m N w`a zN w o o 0 0 o d d 6 d v ti 6 ti Li a - I S • I N. o¢¢� ie a ? F O O d p p C � _ " awp m l, 7 i � i '..2 'N a N 0 N N a N O - w a ,'1 U b a ` e � O'Z+w Z•'tl a m w ZL o w m o i m 00.,c+uz'v• N < ¢ ¢ ¢ ¢ _ utu , MI 1 N U U U U U V U U U U U U U U v J�► j i 4B < N N N � �N n n n n -, ^ m a ry ry 9 � ' FY-7 7 ¢N�Y a 40 a w J a $w u<^ w d 0. C a Z� w ¢ t J JQ a f _ ° Z v a d H C d o " <W w a ap,`.,:'=';''- ��: ' j w Z w R. u ro u h g, 7 � d 1; a < x d,,,: vO 3 ,n -w - = N Va g. a ¢ o Q � < Z N j <a j o � 2 I 0 K o 001£Z+ZLZ-d1S x g g o p p g w LI E a 2 ¢ O+ . W z p z � 4o d - t m• �; �� i G0 m o w a a U w a¢ W i w :Sr m w O= V a � yw o X w o W ow =o1 u Li_o¢ o 'et CAA z oo a z o z a + k t3�� x6+tLZ'v15 z o p_ x x a a O z w z < O 5 (o 3 a s N �n fig a L O 3 V a i N -w U o & 0!w w¢ J m ti' w N w ,N t z- : , • aw w i g w W o ill i Q mED.` B �, a �ZS' a, N w \11 z o J ��7 °sa=t tJ a ❑ m O z Z �a _ . A aQg c5 m a 30 30 � �°=�.� G O O O U sa1;:0 ! n in w W w a N ICI m n ¢ ¢ } o i a N HI 6 �® S tt"ir U Li U U . O cj O < O 0 ¢ 6 V O U V o U LL1 Q Q�� ' - aw vwai z z z c z o o ? a o z m o z z ? z Z> F- G U I I I I O I „J w t 6ybf. z m m m m m m `r m m m m m W 7 Z qJ. N N zo ��` 1 < < < o C 067:1 v O O O V U W a �_ O N J J J J J J J J J W J m J J W CLI 40 `^ 1 _ Q ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ p ¢ ¢ ¢ �■y--+.�; ^ �`+ - c� c� p o c� U c� o p < p i m v v H�• a '+- .'1 ,1 N O N N v N N g N N N v F- 'n -r' 'fl N 0 Q y a N N N N N N - N N N U O • 1� Icy /� N 0)&111: o �' ' 0 ---- E G<_ �d d� K ¢�o d p z s _+ :ti 741'i z H 1 _ 2 c F R o . E o~ i, ' ,s N V , 4 .d z m Y '' N eI n 'lyi u . ti 2 N N ..+' N .4 -6 F d ..t�� U w m U o z ° F2 -d ? _0. < 0. m C i e,'0 `g N K w < V1 . p < ¢ U ¢ U Z O p 2 J .' 7\_1 . G 0 N U O N o 0- ce 5 W ¢ Z O U ¢ O tG f ■ 00£9+OLZ V1S �a V O J w K O 0 O U O !a 3� ¢ N¢ }J O V O t i W ° F LL 30',: w LL O w 3 �, 1, d, 00`i:,' w O w 3 U o ? 3 o F Lil l z ,=-' > W o L L ° < . 1 a m ma'� z t' : /I z J >5 . J w w m a ¢ < 0 w V O p w< O¢ Y �m w o O ¢ = m a O p o J ;' ;.N Q o i °: r — a 3 ESa m o f U m ¢ tO a U r C4 0I9S+OLZ •b'1S 103r02id HOldw q) * eeee * ® eDee e CD * ce @ * --tls CI) , A R 4 • I w w~ m w¢ w, U tt N¢ U1 O N C < _ c, i1 < Z . o J 0.91+9LZ VIS 1 *ad HO1VV ;'_ 5 , 0 m awg � �' orn�r °O � �< U J° u °, a a �> a J W 0 O J> W i_u o>w Q O Z I ` 0 9� m m l° ZI�O U U W _e it Mil .� SZZ6+SLZ"v15 p U ' U w 4 8 H Z R m 1-- m s 0 a�' k A OL'9L�(L z ZZ ZZ O O O_ Q!_ i —Ng f O O 0111 I o w W P . :� p r O O O � O•, co. 4 m a ' - U U U U U ( = � m 0 • u w¢ o< 'w O Z O O O O O O O O O O O Q � hkil OA I 0 m < O N V N N O N U> r- RR /I ' 1;,,,I5 LO LL f0 N N M S J i ftll' ❑<LL ' 14:0 . JJaN J J J J J J J J J J ¢ ¢w w S ❑0 m 4 \ i � >—:,' N W O O O U O < ¢ U U U U U U U U U W4 J 03 � D aa 1h } FO<v , N U U M M M N m= a^ --2 w � a W N V w o :it-":g I tl _ ❑ ' T 0 pi ,�,I \ w Z ] d K g m J LL U h d LL` w 01 F 9 •I ❑ II � d V d 4 K " h tl N N F d o da o¢ VIII V : ' V N a g p !r. .-,N" o a s U v � ¢ u a ew o o K _,.=2 ❑ In .M'A:i;. z a U ¢ o 3 w 'w i''''''a.'it:: Fri.w,r.... � w = 4 a O rn ' ° r z El' o z `� ::t...,14".z.,..iii, _o LI U U D, G. w m a x w ' N 'y,. s+,•,-; a rn a w J o - U LL O O U qi M., ,f,14-s`.h.V _ s c < ¢ a ' a o O < g H a U . > U Vw I J m m l. e, Vf L w 6- w d $ ® ® ® $ 0 ® ® � ® ® e ® o ® g < 1 is o o o 0 1 o w f (i, o u .,. , il °II , w w ° Q 1-- ; x O O O N O W O ( ^ 1. 1. l� N r!r in m 7, ¢ ¢ 2 U O mz.m W) N n w O O U U O U U U Q V U U p a F i i a ; z z .=U a Z o I 0 a I ° f 7 o z 5 Z Z aJ (n i Y ,° o o ao o N - m o o at . o W cn : p Z c'''''''' 0 Z '\ _+ ii N v8 0 4:. 4fr m, w . a a a a a a a wci a m a a Q W $10 •1 -i/O� `i i i U o U o U c o o 0 F o I of c o H p Q N \a p N n N a p a N N N N N < N N N p N N ilk � °1x N � � ¢ Y J __ � t = ,,N W d d � d E at t N ,*. 3 y71 U H d z K E ° . 0. 1 8. Y y I. r K � ° a y v ? a K 5, m 3 Yr'hi , t � o F t. ° a a a¢ cl ° z o o §/ , 6 w vi „— o N o a a ° w a z f u a o I I 1 E o im 0 O :'-2. ' Y ° < ;` 0 v 9,- J 2 c H I® �,a � F` r o _ I v O O O .�{ 3 �i O z Q®_ ,' w 4 w 6 V z . O L W 3 J ®. ) z a o o ° Z a a z m Cz EE J - s m a ¢ a o_ m r<- z v 3 Y W /�. o o f °<'- r y U m z J O a o_ O o ay^^"' I y ' m o o z 11 w J w x m a o w o '••]..G ` ' irr iid �� OU 0 3 U 1=/1 m o 2 m J <i 2 VI a c5 $i ^- 0'9 + LZ d1S 1O3f02ld HOlb'W ® ® ® m � $ * C $ $ ® m ® � @ * * -p_"ms_ CI CD eo c►oo o`*f;;00 000 :::,>-,1" el A V W 3 icl N =c=ii w o © v Q i LT)°°•96+9LZ'VIS Z c - Z d i 0'96+8LZ "V,s 103f 02id HDIVW 1 1' 2 a a E8 g X N li' \ AI O 3 U W m a m 1 IE ���> 1,.j _v O E !¢ 2 O a R I, I f9"06+9LZ'v1S I 1' 11 q0°1 °< c.9 o O II :I �. a w O F= o n om o = a a _ • ,-,1 o 4 4 4 11...'.. gI W gU 7 a a a I ° o ..°"Z il � y m w °d a s .JO w w Y i na 9 I Q LLJ I £ '- I 0 y4 6 /e ° `±� ' . rc Nw� ggg T s LL°h i I::• 1 w� m a) Cr) w II,. 7�i�I __. °f'9S+9LZ'tlts a• a: i vM Dp /00 I W cu •I � o 0 0 0 0 _ U In N N N N N - 111,01 In :2 In rn vl i 'hl ¢ a a a ¢ w E ... lipF l' 1 11 Z Z Z W m> i'.1 -' 10 �( ❑ V U Z z 5 O 2 z I a O O J J w i b O¢ a a` ¢ ' ' r \D N J , o 0 0 0 0 0 0 0 0 0 0a U J 0 U o O c c c ti 5 i c d 6 - _ I" ' . ?,. ,_ b. E ' T N N O N N N O M U S Y a m ww� � Y m '1 i > �L:31 N U U U U U ¢ Q U U U U U U U U O J tN N N � U � M M M M M 9 W mN --pp i 1 1 a Y 7.y1u 40 �{ e+ � o hl w tl It tl 1:, d g rl. g m tl m e `'° N z w % 9 N �Z? ° a v d i a d ,i 41 3h � 'I �%I 1� ',IC u 11 " C m o a y 3 1 Z , u 11 - tl N w a �.a Z F) ' = a ¢ x a z a WN g N 2 O z. H o a x E - 8 a w > > o ❑ O a g • ' w W V y o li II C a - W, Z U tt . < , g Z N ,- L' I. ' Oki W Q 3 w m W aw U aW A i w w o W a ED ,41:4,1 11 = a z o ❑ x a o . xg = M . opy i II O P U a x Z K U w❑ Z ¢ V e W.° ° C. U-, U o 6 a F w d �' w Z i 1a a f i t7 O a ill 10°'- _ N O > o 14.1 i m m l v- _L wf rc 3 o e ® ® ® m ® � ® 60 ® 0 ® ® ® m . 3 ff = o�Z /D 7 �. _, �SS HI m i w oN°4 �a • w w ::: (71 i::::./ : Hi Aiiol -I1 pi o i= v a`;:hJ m V) N \ ,_'o o ❑ 3 = ;��I �° & m z3 z • ❑ O U Z V=1 (0 O d L_J. e� U Z Z O m O W O 0 10 1'°= :ti. V o , L- of IQ) Q' O w r 0'^ 00 COs"I) mm N 011..i U U U U O U O O V U O V U V c (t 2 N a ° ¢ z ° z z W Q Q a z z z - < Z b 0 Q _ o b Z z > F :3 'ID: ao m m I. a�k q0 Z O z I 11 11 w�A < < ❑1 O O o J 6 5 1 3 • U W -" J U J U U U U 3 W V a d U t I �=-�� �� N N N Q C P N N N N N •t V N �N O N N _0 U 11r co N �gy z `„fi ,, a�1G I r E a .� do t _1 7 2 .a a ¢F a CPi 4 a a C � r 10 II ��r a N h g a j a Z 0. 7 ;( m O N r4 Z F N 'i V a W In O N O a d E U 41 a i U Z i 30' 8 J " o W o > 8 a 3 v n J o z o F R !:!! Atli,®,®/.�0 Wo o „ 3 J a Q F 3J a w O ' 3i 3 U O O ❑ 3 O I t W l' N4 \° U��V , ML_ V' m - ❑ W a L Z m U m d U Y Z m Z OU U m c.'-, ❑ O o . O S J o a U m v n U " {I o Y• O C .'rw. i 091+9LZ b1S103f0.. HOlt/W °° curs- ® ® ® ® le ® IS It CI ® e 1) & ® * ® ® 0) 7 m(01000 0I=:D�O0 000 �'� X68 �/li a J1 I R J , w I! W U¢4 u w o I U7 J w o iLi x x x 3 U x W m N J. �N � C O w O � a m v O 'A y~ 2 g w..i O w U . d �0 0 - ' �W L g v a p II II z o. v)m Z 7 ° a a 3 g aS J J 0 I a o o o Y , \ O W o 2 o c� I ,n Ul a m \w v E I J L . y C ¢q 1-.' \*.I. ZZ 3 zz ZZ , w 3 3 3 3 ~ I' - o O o o O cl N N N , , §rr 0 r a a a a a w a 1 p \'. o 0 0 ' 0 0 0 � o��N R FR - E o =wit v V o 0 o . ti . u ci ti c.i ci EI a w I w z_ ? o d o 0 0 0 0 . . o a g f N J J - _ Q > > ao as v < o A a o Ii J\ N v N v o ¢N o r0 v J o v v o v v M v Y<IOW C 6-. MIN 1 o 7 d d a c � t! r o_U i O w " Qa d b h U ° d � 2 N J NMI 6 5. N ¢ = x Q 0. w 5 S Z E O 8 z• • o N V Q eJ j o p O ~ � U U K V K U W O � O q g — Q �ws¢°� /�/ ,n a ipp LL Z w N Z Q w, m Q • z a o •• c, W ,=i1 O 4 W ! U V w - L>LI N at/V: . W = a c ,n o i LL z ° z i A g�w A'f V O V Ll• z O 6 x S Z tt ¢ w Z ¢ z ¢ U °a 7 S w O O y U Z N d W W 0 ,. Q 2 U Q U — m 3 v < a w o w ¢ z S v, w J m w°. LLI O Z m i , V1 V tl > U ,n J m m ¢ ,, 3 0 T . e ® ® mmm ® m - o , .,, 1 11111 0, O { o �' : , O o ' .1 G Fi .. Q o m 0 ,-,+ 'iLfl; V P ao 2. am ,2 •� Q z 0 o m OF o m o o Z Q H c(n , U a < Z o, O a O ° OV m, _� c� ci o ti ci c a ct•s 0 . . o U o o W U Z ? ? ? Z Z 1--R II — � z Z ; (i I ? p p 1 I � I 1 5 5 a J d Q O/) co m ao `r o r .' ° m m . F O Z-co Es x (c �J - � 1 ¢ ¢ ¢ o U o ' iD O p O J J J J J J J J � a . a J a J W W m w W d w^' N ^ o o o v v ¢ 0 0 o v O< v , m v v H p O N N N an n iN N ilN l N N H N .N ^ N N N N 0 N) U 1 l �Q� w ,3 I I ID 1 l � U d _, _ ci ti o sw. Z ti C u a g � � ? ,No ti �� u J v Z w z c 3 ,a I t ° g I. d v Q O d c ITTa 3aw =- < U Q U o k w ¢ Q ¢ Z ! ,O ¢ o 1 0 °aL H l w > p o z w N w m a i o z a .-1d'440-101 LL B as m J v m o m o 0 o a vl n a ¢n J Y o 6 o Z, \ � ' u1t fill o �I R` a ¢Y e J e z N 7 m <'' R -,,, toll 1 t,...,.)F.. — 30r ' dtit OP w° 1w Fan t_1"-rt`U B AO qRR O o c, o o 4 U Q o J Q w o W p } Q rr Q J ¢ z 7 '5 ' J z w w w m o (1 a a a 4 g z u o a o v w < o m o o w v o � _�__1�/ v o 3 v ,n m o . m 7 . L1 w z N e g3 0'96+8LZ d1S 103f02d. Halo 009*LZ v ® ® ® * ® ® * ® ® ® ® ® ® ® _° ® ® ® --- 8 o e ►om ; e�)C OfOOO m d 4 --- e) , 1 Y F S R h Oiti, 2 NZ ..w F', LYn OF J Z ZJ ''7 NS V J F '`Y Q g z! ° 'am Fm i li s i is ,z•+3 a wd'i o0 I t < mai i o".2 �° g iW m NN twm s a ° Nw¢c� a ` 1. `�` ' W Z` O U �w0 JLmN O ° w O° V� Wm m N pJNr W� o 1 ��; � as am o Ks! oz� ° °o ¢� i aw i k'osi � ° Za ,°i, ¢J s�i 0 o w fzi v, `-° a a tt , ii ' .,# OU Wj '/' Z°O U <� °ZO pC U°,1 S 1. SSoz �z cc J F G< �4° 1ww F °< O Zp Ow �'i ° U p PW, Z� R g ❑ �, W am �o N i� a <a� z > a � F a z� zF z ate'- j ifs,._ U a <N 3 a s. i~o §J °¢ zo OA zs .. °s s 8 ¢ow a N "'' gW a� <rj,� S'' °'.' s o Ora Qi %;°w m aa� wguNNi a w' =io u m °u (� ¢ia mQ '-°I .. woa n a iiZi ao¢w zo T am 304 1.-. S•' s c4a°c al , . ,1 ,r '�3U .- - TA ZU° mN ;VZi NI U<j a a� m ai OrJ a0 F1 FO K g�ZW'"G m0 Zino Zw 3O 2 02 <° O LL< N V~ N ° H o~]°r a 1, ?-9 n" YWO ]° F N Zru < KU . O° DSSOW^ Jvj U 6w Z ': 4 ° - :� OrU � Zj wZW <NS¢ N RNZ � UU FOF Sw Y,F�W p � oUQ ua mm � m ,, ;4FO ¢ ah opw j i; n ¢< ,e' as jZou W 'nn ti,,, "S ym Aik ? oFZ 6` am 568 g'd'^ ¢ -< < k'� a- oN z°uaN ° 'nn (}w' z �a e / '9'W i No WWI ,. u z�n a< a zw ,•, as ®m z �� o z oi4 -Qa w� gs m raw ;am o°S,, R OOW m9-I' IA ° © O $ o'w' o° ~!'! Le§ vU <w ! ub mpa z� 2 of ; am =o ¢* °a CC � �¢¢ a o a�i ooZ° w4 oZ° a �iF °wry Ww u<��$ a iS°N Ja'^ °' d406 i0¢ � iQW �d F< OZ� UO� Om O� . ZZ �NN r0 moN�� � 6tJa �aN -,W 6 a JW m O <0¢ a .1 xJ N Zw ' Zwm U NQ pW� °< ZU Z J �< a n� � U �o� ° '- i.(' u�� p o5" z J gm a'^a � <ak'a s o >•► <-N z x J W t'.;" �¢ ,`nG Qwow mNU <a ° w �? pUCa � °a<mz aN 1111 L"- wa g 4 ¢!4 i� 2 !z¢w° �w ��" �(i� � Q � w! "�� Oz °°o °',x''�` o�z ~i � o �zw `` ;'''A';' u.°oF a `mO�¢ �i , o °d6° 4 min i NwW w ;�F : aNa z`., IS w. w o`�O W ww �z �� as Qxrr. '�i a p a_wW °�p�p W k'�''`.'.� � Up< mg D Z ^-'-u la <(zi zmz z' v`,w u ` ik' ¢z'°^ 4 Ylq, ¢<`�1`�g¢ n tl «., 3 C Q E° 0,m Fi zac z:6 °,s.+ .. ST 'w-'i ev', vo�,oa JJt 'o°�'w'' a <Q?O'1 oww o>'�, g �zll gNF m iJ .Wao moa w¢ tQ-- is mF W.:, ,T...?, owo mN-SN i (�i�"�NEF, N � .e twp Z Z ~ °p Q <' JFiQ -w° <gZ J p Er„; - IZ¢ mWg m <NZ g wORJ °62 U q8gN yz Q O wa Nq� OZ O u;‹ 11 Pi W FN y¢4 N¢-6 ° OWInwN pp 1J 1J ,Ip °a ,JNl�tlds 2F U N J gCw OZU OF JSU° ZOO OJ i mN 0° OOZ< aN0 ZWOwS < QO>aj° a"° g§8 0¢`� ZZ ° W !Hg! w U Z ¢r R .',NY IoW � o'" El ?P ok'z ¢aw ¢'" <iQS N< as s¢�' 6¢m a a z g how °mss - c x o° N Q °a 1'0 0 ¢aG°w o �, ° s ¢s ,°p w i,,wW H Ha hl U� lvno3 �¢ �� K�� ]mo ¢ o � ."z VFW rc o - �' O�°Z �(1 ~O¢ �"I ZC < �y . U°O¢_m 6 ?°' • �` W ° FLLU oo O,".,m ip of oiw �F- Q¢u¢o �6www�w ��m you • o o� Z� Z Ozs '64 OS'' -I' °n �aNm mF a° 8a (, ¢ ao'fl - - - i $ I Y =a.g Y Q a m -s �J� • •3 Z Zr w ' N � 22- 'fj ,n7o=0 OI U ' GY ,'i W ` 9 NO�v`o g W<o ra' 2� ' n° ,'- i e, N o�< J w a K° 1 P¢ oN 1 8 AMR o z Es �B - $9 z 9 m °z�o`mS`mm`�°`a9 W 9' w �� w w I o N < w -- z ~ — i \1l,. N a Nom gwUW o 9 i S\ j J'ae\r/ uo s a ai=J i w m i2m Q `.` ,-, ;,' '4 ::. CO .''' ` 3 /-/', Z u / Q G P ¢.Mi _ , \� \ /°- -/ T,,, /, < 11 L,i., III Q ,4014,V1-_ -_-.____. _�i _..._- •i'/ �W do- < , -, 4, -A/i ,-, 0 A mm a = m) < Pi a � w 1; �\ �m ,?-8 Y Y 8, w a I � 0 ∎ z Z Y � : ■ ; ■ • '5 j:1 W W<o s6x T■o Q \ �, �I'i NYZ `�` Z Ozr 2.2 \ W \ 9 9 I. Nf:..-. z 8<b tl°, E 1 5 S rJ O �n9 z � x a F SL- g oKoa ' 1 -,- u c =� � Sr^ �aww'5 `--,“-=';=' �i o�*� _�c F- `i<w i :':;:i ° °��m Q w o(.2._� z f'.i I �� ' �v:< Q- $ 2m w - ���,.!� a�.'c i o J ,,, a i e,- ,.,.x...,W °°n�o� Lei 1-11 ,nI wm - n-,? xr,,- - \ ua , Wi_" c, q�:n;- x J. J ,,,z F,g .. W i\/ .\\i 'syd7 �:s° n-vi 5 6 ujz 4, 0 U k W z I, ,-, z:., _ ,,_ ,:,�� _L., • ��,e° m8 ® — — ]Nil d9G "�..�,.liD o SECTION 32 94 50 SILVA CELLS GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Furnishing and installing Silva Cell system, including:geotextile,geogrids, aggregates,sub base material, backfill,drainage system, root barrier, compost,and the installation of planting soil. B. Related Sections 1. Division 32—Exterior Improvements a. Section 32 94 53 Root Barrier(see 2.14 below) b. Section 32 94 56 Planting Soil for Silva Cells 1.3 DEFINITIONS A. Aggregate Sub Base (below Cell frame):Aggregate material between the bottom of the Silva Cell frame and the compacted subgrade below,designed to distribute loads from the frame to the subgrade. B. Aggregate Base Course(above Cell deck):Aggregate material between the paving and the top of the Silva Cell deck below designed to distribute loads across the top of the deck. C. Aggregate Setting Bed—For Pavers (above Cell deck):Aggregate material between the aggregate base course and unit surface pavers,designed to act as a setting bed for the pavers. D. Backfill:The earth used to replace or the act of replacing earth in an excavation beside the Silva Cell frames to the excavation extents. E. Bridging Slab: Bridging slabs are to be used in locations where spacing larger than 3 inches (75 mm) is necessary between Silva Cell frames. F. Compost:Organic material subjected to composting processes -1- SECTION 32 94 50 SILVA CELLS G. Finish Grade: Elevation of finished surface of planting soil or paving. H. Geogrid: Net-shaped synthetic polymer-coated fibers that provide a stabilizing force within soil structure as the fill interlocks with the grid. Geotextile:A geosynthetic fabric, applied to either the soil surface or between materials, providing filtration,separation,or stabilization properties. J. Inspection Riser for Drainage:Vertical, perforated pipe installed at tree openings to allow access for visual inspection of water levels at base of Silva Cell system. dedgners to determine frequency of risers,one riser lines.three trees This variation would not be **May be modified to act as a clean f or drain perforated. K. Inspection Riser for Soil:Vertical pipe installed within pavement section to allow access for visual inspection of soils within Silva Cell system. Designers to determine frequency of risers based on soil inspection goals. One riser for every two trees is recommended. L. Irrigation:Trees planted in the Silva Cell system must f drier re eWeather. Harvest of natural ensure survival of the living system during periods of or supplemental water must be a part of the system,either through pressurized or non-pressurized systems,within the soil of the Silva Cell system. M. Planting Soil:Soil as defined in Division 2 Section 32 94 56, Planting Soil for Silva Cells, intended to fill the frames and other planting spaces. N. Root Barrier: Plastic root diversion device. O. Root package:The earthen package containing the root system of the tree as shipped from the nursery. P. Silva Cells: Plastic structural cellular system with posts, beams and decks designed to be filled with planting soil for tree rooting and support of vehicle of rainwater filtering, pavements. The soil within the cells may also be used as part and detention systems. Q. Subgrade:Surface or elevation of subsoil remaining after completing excavation,or top surface of a fill or backfill. R. Strongback: Modified Silva Cell frame designed to,be attached to top of Silva Cells for stability while installing planting soil and backfill. S. Subsoil:All soil beneath the topsoil layer of the soil profile, and typified by the lack of organic matter and soil organisms. T. Tree:A perennial woody plant with one or several trunks and a distinct crown and intended to become large enough to shade people and or vehicles. -2- SECTION 32 94 50 SILVA CELLS U. Zip Tie:A tensioning device or tool used tie similar or different materials together with a specific degree of tension. 1.4 SUBMITTALS A. Upon forty-five(45)days prior to start of installation of items in this section,the Contractor shall provide submittals required in this section to the landscape architect for review and approval. B. Product Data: For each type of product,submit manufacturer's product literature with technical data sufficient to demonstrate that the product meets these specifications. 1. For bulk materials, including soils and aggregates, Include analysis of the materials by a recognized laboratory made that demonstrates that the material meets the specification requirements. 2. Silva Cell manufacturer's letter of review and approval of the project, plans, details and specifications for compliance with product installation requirements. C. Silva Cell System Mock Up: 1. Prior to the installation of Silva Cells,construct a mock up of the complete installation at the site.The installation of the mock up shall be in the presence of the landscape architect. 2.The mock up shall be a minimum of 100 square feet in area and include the complete Silva Cell system installation with sub base compaction,drainage installation, base course aggregate and geotextile as required,geogrids, backfill, planting soil with compaction, decks,top geotextile and all necessary accessories. 3.The mock up area may remain as part of the installed work at the end of ote f the project provided that it remains in good condition and meets all the conditions o specifications. D. Compaction testing results: Submit results of all compaction t sting required by o he specifications including the bulk density test of the mock up and landscape architect for approval. E. Qualification Data: Submit documentation of the qualifications of the Silva Cell installer sufficient to demonstrate that the installer meets the requirements of paragraph "Quality Assurance". 1.5 SEQUENCING AND SCHEDULING A. General: Prior to the start of Work, prepare a detailed schedule of the work for coordination with other trades. -3- SECTION 32 94 50 SILVA CELLS B. Schedule all utility installations prior to beginning work in this section. C. Where possible,schedule the installation of Silva Cells after the area is no longer required for use by other trades and work. Protect installed Silva Cells from damage in the event that work must occur over or adjacent to the completed Silva Cells. 1.6 QUALITY ASSURANCE A. Installer Qualifications:Silva Cells and related products shall be installed by a qualified installer whose work has resulted in successful installation of planting soils and planter drainage systems, underground piping, chambers and vault structures. 1. Submit list of completed projects of similar scope and scale to the Owner, demonstrating capabilities and experience. 2.The installer and the field supervisor shall have a minimum of five years successful experience with construction of similar scope in dense urban areas. 3. Installer's Field Supervision: Installer is required to maintain an experienced full- time supervisor on Project site when work is in progress. This person shall be identified during the Pre-installation Conference,with appropriate contact information provided, as necessary.The same supervisor shall be utilized throughout the Project, unless a substitution is submitted to and approved in writing by the Owner. 1.7 LAYOUT AND ELEVATION CONTROL A. Provide layout and elevation control during installation of Silva Cells. Utilize grade stakes, benchmarks,surveying equipment and other means and methods to that layout and elevations conform to the layout and elevations the plans. 1.8 PERMITS AND CODE COMPLIANCE A. Comply with applicable requirements of the laws,codes, ordinances and regulations of Federal, State and Municipal authorities having jurisdiction. Obtain necessary permits/approvals from all such authorities. 1.9 DELIVERY,STORAGE, AND HANDLING A. Packaged Materials: Deliver packaged materials in original, uno ened cond indication cation showing weight,certified analysis, name and address of of conformance with state and federal laws, if applicable. Protect materials from deterioration during delivery and while on the project site. B. Bulk Materials: -4- SECTION 32 94 50 SILVA CELLS 1. Do not deliver or place backfill,soils and soil amendments in frozen,wet, or muddy conditions. 2. Provide protection including tarps, plastic and or matting between all bulk materials and any finished surfaces sufficient to protect the finish material. C. Provide erosion-control measures to prevent erosion or displacement of bulk materials and discharge of soil-bearing water runoff or airborne dust to adjacent properties, water conveyance systems,and walkways. Provide additional sediment control to retain excavated material, backfill, soil amendments and planting mix within the project limits as needed. D. Silva Cells: Protect Silva Cells from damage during delivery, storage and handling. 1.Store under tarp to protect from sunlight when time from delivery to installation exceeds one week. Storage should occur on smooth surfaces,free from dirt, mud and debris 2. Handling is to be performed with equipment appropriate to the size (height)of Cells and site conditions, and may include, hand, handcart,forklifts,extension lifts, or small cranes,with care given to minimize damage to Silva Cell frames, decks and adjacent Silva Cells. 1.10 PROJECT CONDITIONS A. Verification of Existing Conditions and Protection of New or Existing Improvements: Before proceeding with work in this section,the Installer shall carefully check and verify all dimensions,quantities, and grade elevations, and inform the landscape architect immediately of any discrepancies. 1. Carefully examine the civil, record, and survey drawings to become familiar with the existing underground conditions before digging. Verify the location of all aboveground and underground utility lines, infrastructure, other improvements,and existing trees, shrubs, and plants to remain including their root system, and take proper precautions as necessary to avoid damage to such improvements and plants. 2. In the event of conflict between existing and new improvements notify the landscape architect in writing and obtain written confirmation of any changes to the work prior to proceeding. 3.When new or previously existing utility lines are encountered during the course of excavation, notify the landscape architect in writing and make recommendations as to remedial action. Proceed with work in that area only upon approval of appropriate remedial action. Coordinate all work with the appropriate utility contractors, utility company or responsible public works agency. B. Weather Limitations: Do not proceed with work when subgrades, soils and planting soils are in a wet, muddy or frozen condition. -5- SECTION 32 94 50 SILVA CELLS C. Protect partially completed Silva Cell installation against damage from other construction traffic with highly visible construction tape,fencing,or other means over construction is complete. Prevent all non-installation related construction the completed Silva Cell installation;allowing only loads less than the design loads. 1.11 PROTECTION A. Protect open excavations and partially completed Silva Cell installation from access and damage when work is in progress,and following completion with highly visible construction tape,fencing,or other means until all construction is complete. 1.12 WARRANTY A. Silva Cell manufacturer's product warranty shall apply. Submit manufacturer's product warranty. 1.13 PROJECT WORK A. Coordinate installation with all other work that may impact the completion of the work. 1.14 PRECONSTRUCTION MEETING A. Prior to the start of the installation of Silva Cells, meet at the site with the landscape architect,general contractor and the Silva Cells installer to review installation layout, procedures, means and methods. PART 2-PRODUCTS 2.1 SILVA CELLS A. Fiberglass-reinforced polypropylene structures including frames and decks designed to support sidewalk loads and designed to be filled with soil for the purpose of growing tree roots, and rainwater filtering,detention and retention. B. Silva Cell Frames:400 mm x 600 mm x 1200 mm (16 inches x 24 inches x 48 inches). C. Silva Cell Deck:5 cm x 600 mm x 1200 mm (2 inches x 24 inches x 48 inches). Deck to include manufactured installed galvanized steel tubes. D. Silva Cell Strongback:400 mm x 600 mm x 150 mm (24 inches x 48 inches x 6 inches) modified Silva Cell Frame units designed to stiffen and align the frames as planting soil and backfill material is placed. Strongbacks are to be removed prior to placing decks. They are to be reused as the work progresses. -6- SECTION 32 94 50 SILVA CELLS E. Silva Cell Deck Screws: Manufacturer's supplied stainless steel screws to attach decks to frames. F. Manufacturer: DeepRoot Partners, L.P. (Deep Root); 530 Washington Street,San Francisco, CA 94111;415.781.9700; 800.458.7668;fax 415.781.0191; www.deeproot.com.. 2.2 ANCHORING SPIKES A. 10" (250 mm) long X 19/64" (8 mm)diameter,spiral,galvanized timber spikes. Utilize 4 spikes in each frame on the first layer of Silva Cells to anchor the frames to the aggregate sub base. 2.3 SOLID AND PERFORATED DRAIN LINES A. Any solid or perforated drain lines to be specified by project engineer. 2.4 INSPECTION RISER FOR DRAINAGE (where applicable): A. Rigid, PVC schedule 40 pipe,4" diameter. B. Cap: Cast Iron solid threaded cleanout designed to fit standard PVC schedule 40 pipe- fittings. 1. Products meeting this specification: Zurn Z 1440, Cast Iron Adjustable Cleanout, Zurn, 1801 Pittsburgh Avenue, Erie, PA 16502, 1-877-ZURN-NOW. http://www.zurn.com/ 2.5 INSPECTION RISER FOR SOIL(where applicable): A. Rigid, PVC schedule 40 pipe, 6" diameter. B. Cap: Cast Iron solid threaded cleanout designed to fit standard PVC schedule 40 pipe- fittings. 1. Products meeting this specification: Zurn Z 1440, Cast Iron Adjustable Cleanout, Zurn, 1801 Pittsburgh Avenue, Erie, PA 16502, 1-877-ZURN-NOW. http://www.zurn.com/ 2.6 GEOGRID A. Geogrid shall be woven polyester fabric with PVC coating, Uni-axial or biaxial geogrid, inert to biological degradation, resistant to naturally occurring chemicals, alkalis,acids. a. Tensile strength at ultimate: 1850 lbs/ft (27.0 kN/m) minimum by AST D6637 test method -7- • SECTION 32 94 50 SILVA CELLS b. Creep reduced strength : 1000 lbs/ft(14.6 kN/m) minimum by ASTM D5262 test method c. Long term allowable design load: 950 lbs/ft(13.9 kN/m) minimum by GRI GG-4 test method d. Grid aperture size (MD):0.8 inch (20 mm) minimum e. Grid aperture size (CD): 1.28 inch (32 mm) maximum f. Roll size:6' (1.8m)width is preferred, up to 18' (5.4m) B. Products meeting this specification: a. Miragrid 2XT as manufactured by Ten Cate Nicolon, Norcross, GA, http://www.tencate.com (Distributed by Geosynthetic Systems in Ontario) b. Fortrac 35 Geogrid as manufactured by Huesker, Charlotte, NC, http://www.hueskerinc.com/ c. SF 20 Biaxial Geogrid, as manufactured by Synteen, Lancaster,SC, http://www.synteen.com d. Stratagrid SG 150, by Strata, Cumming, GA, http://www.geogrid.com 2.7 GEOTEXTILE A. Geotextile shall be nonwoven polypropylene fibers, inert to biological degradation and resistant of naturally occurring chemicals, alkalis and acids. 1. Grab tensile strength:200 lbs (900 N) minimum (ASTM D 4632 test method) 2. Elongation: 50% maximum (ASTM D 4632 test method) 3.Trapezoid tear strength: 80 lbs (350 N) minimum (ASTM D 4533 4. Mullen burst strength:350 psi (2400 kPa) minimum (ASTM D 3786 test method) 5. Puncture strength: 110 lbs(490 N) minimum (ASTMt method) 6. CBR puncture strength: 500 lbs (2225 N) minimum (ASTM D 6241 test 7.Apparent opening size:80 sieve (0.18mm) maximum (ASTM D 4751 test method) 8. Flow rate:95 gal/min/ft2 (3870 I/min/m2) minimum (ASTM D 4491 test method) 9. UV Resistance (at 500 hours):70%strength retained B. Products meeting this specification: 1. Mirafi 180 N as manufactured by Ten Cate Nicolon, Norcross, GA, http://www.tencate.com a. In Canada, distributed by Geosynthetic Systems and Armtec(as Armtec 250) 2. Geotex 801 as manufactured by Propex Geosynthetics,Chattanooga,TN, http://www.geotextile.com a. In Canada, distributed by Nilex(as Nilex 4553) 2.8 AGGREGATE SUB BASE (BELOW CELL FRAME) A. Aggregate meeting one of the following specifications: -8- SECTION 32 94 50 SILVA CELLS 1.ASTM D1241-07,Type 1,Gradation B Standard Specification for Materials for Soil-Aggregate Sub base, Base, and Surface aoers or sla g with natural or crushed a. Type I mixtures shall consist of stone,gravel, sand and fine mineral particles passing a No. 200 sieve. Sieve Percent Passing 1.5" (37.5 mm) 100 1" (25 mm) 75-95 3/8" (9.5 mm) 40-75 No 4(4.75 mm) 30-60 No 10(2.0 mm) 20-45 No 40(425 µm) 15-30 No 200(75µm) 5-15 2. Local Department of Transportation virgin aggregate that most closely meets the gradation of ASTM D1241-07. A. 3. Ontario Provincial Standard Specification (O use) 1010 Granular base within the Dense graded aggregates intended for granular pavement structure,granular shouldering, and backfill. Sieve Percent Passing 26.5 mm 100 19.0 mm 85-100 13.2 mm 65-90 9.5 mm 50-73 4.75 mm 35-55 1.18 mm 15-40 300µm 5-22 75 µm 2-8 2.9 AGGREGATE BASE COURSE (ABOVE CELL DECK) A. SEE AGGREGATE SUB BASE 2.10 AGGREGATE BASE COURSE FOR POROUS PAVEMENT(ABOVE CELL DECK) A. Aggregate meeting one of the following specifications: 1.American Society for Testing and Materials (ASTM) D 448, No. 57 Sieve Percent Passing 1.5" (37.5 mm) 100 1" (25mm) 95-100 1/2" (12.5 mm) 25-60 No 4(4.75 mm) 0-10 No 8(2.36 mm) 0-5 -9- I SECTION 32 94 50 SILVA CELLS 2.11 SETTING BED FOR UNIT PAVERS(ABOVE CELL DECK) A. Aggregate meeting one of the following specifications: 1.American Society for Testing and Materials (ASTM) D 448, No.8 Sieve Percent Passing 1/2" (12.5 mm) 100 3/8" (9.5mm) 85-100 No 4(4.75 mm) 10-30 No 8(2.36 mm) 0-10 No 16(1.18 mm) 0-5 2.12 BACKFILL MATERIAL(ADJACENT TO SILVA CELLS): A. Clean, compactable, coarse grained fill soil meeting the requirements of the Unified Soil Classification system for soil type GW,GP,GC with less than 30%fines, SW, and SC with less than 30%fines. Backfill material shall be free of organic material,trash and other debris, and shall be free of toxic material injurious to plant growth. B. Submit supplier certificate for material meeting this specification. 2.13 PLANTING SOIL: (See Specification Section 32 94 56-Planting Soil for Silva Cells) 2.14 ROOT BARRIER • A. Root Barrier shall be DeepRoot or approved equivalent;Tree Root Barriers; UB 18-2, manufactured by DeepRoot Partners, L.P. (Deep Root); 530 Washington Street,San Francisco, CA 94111;415.781.9700; 800.458.7668;fax 415.781.0191; www.deeproot.com. B. Material: Black, injection molded panels,0.08012.03mm)wall thickness in modules 24" (61cm) long by 18" (46cm) deep; manufactured with a minimum 50% post- consumer recycled polypropylene plastic with UV inhibitors; recyclable. Integrated zipper joining system providing for instant assembly by sliding one panel into another. PART 3-EXECUTION 3.1 LAYOUT APPROVAL A. Prior to the start of work, layout and stake the limits of excavation and horizontal and vertical control points sufficient to install the Silva Cells and required drainage features in the correct locations. -10- SECTION 32 94 50 SILVA CELLS 3.2 EXCAVATION A. Excavate to the depths and shapes indicated on the drawings. Base of excavation shall be smooth soil, level and free of lumps or debris. B. Do not over-excavate existing soil beside or under the limits of excavation required for the installation. If soil is over-excavated, install compactable fill material in lifts not more than 8 inches (200 mm)deep and compact to the required density. C. Confirm that the depth of the excavation is accurate to accommodate the depths and thickness of materials required throughout the extent of the excavation. D. Confirm that the width and length of the excavation is a minimum of 6 inches (150 mm), in all directions, beyond the edges of the Silva Cells. 3.3 SUBGRADE COMPACTION A. Check compaction of the subgrade below the Silva Cells and confirm that the subgrade soil is compacted to a minimum of 95%of maximum dry density at optimum moisture content in accordance with ASTM D 698 Standard Proctor Method. B. Proof compact the subgrade with a minimum of three passes oa suitable vibrating compacting machine or apply other compaction forces as needed required subgrade compaction rate. C. Apply additional compaction forces at optimum water levels. 3.4 INSTALLATION OF GEOTEXTILE OVER SUBGRADE A. Where indicated on drawings, install geotextile over compacted subgrade. B. Removal of the geotextile as a standard component of the Silva Cell system must be determined by professional civil or geotechnical engineer. C. Install the geotextile with a minimum joint overlap of 18 inches (450 mm) between sections of material. Ensure geotextile is laid flat with no folds or creases. 3.5 INSTALLATION OF INSPECTION RISERS FOR DRAINAGE A. Cut PVC pipe to fit vertically from Silva Cell deck to finish surface. B. Manually perforate riser. Pipe should be rigid at level of pavement section, and perforated through level of Silva Cell system. C. Wrap pipe in geotextile and secure with zip ties. Brace riser for the remainder of installation to secure its location and elevation. -11- SECTION 32 94 50 SILVA CELLS D. Install caps on top of each riser flush with grade. 3.6 INSTALLATION Of AGGREGATE SUB BASE BELOW SILVA CELL FRAME A. Install aggregate sub base to the depths indicated on the drawings, under the first layer of Silva Cell frames. Sub base aggregate shall extend a minimum of 6 inches (150mm) beyond the edge of the Cell frames. B. Compact aggregate sub base layer to a minimum of 95%of maximum dry density at optimum moisture content in accordance with ASTM D 698 Standard Proctor Method. Compact the subgrade with a minimum of three passes of a suitable vibrating compacting machine or apply other compaction forces as needed to achieve the required subgrade compaction rate. C. The maximum slope on the surface of the sub base shall be 5%.Where proposed grades on finished paving are greater than 5%,the Cells shall be stepped to maintain proper relationships to the finished grade. D. The grade and elevations of the base under the Silva Cells shall be approved by the landscape architect prior to proceeding with the installation of the Silva Cells. 3.7 INSTALLATION OF SILVA CELLS, PLANTING SOIL, GEOGRID, AND BACKFILL A. Identify the outline layout of the structure and the edges of paving around tree planting areas on the floor of the excavation,using spray paint or chalk line. B. Lay out the first layer of Silva Cell frames on the sub base. Verify that the layout is consistent with the required locations and dimensions of paving edges to be constructed over the Silva Cells. C. Check each Silva Cell frame unit for damage prior to placing in the excavation. Any cracked or chipped unit shall be rejected. D. Place frames no less than 1 inch (25 mm) and no more than 3 inches(75 mm) apart at base. In the event that spacing between Cells exceeds 3 inches(75 mm), bridging slab details and methods shall be used to span these gaps. E. Install Silva Cell frames around,over,or under existing or proposed utility lines as indicated on plans. F. Where any two adjacent Silva Cell frames must be installed at different elevations,the upper frame shall be supported by aggregate sub base with a maximum slope of 1:1. This may require installation of aggregate sub base within the adjacent lower Cell frame. No two frames shall differ in elevation by more than 15 inches(375 mm). G. Assure that each frame sits solidly on the surface of the sub base. Frames shall not rock or bend over any stone or other obstruction protruding above the surface of the -12- SECTION 32 94 50 SILVA CELLS sub base material. Frames shall not bend into dips in the sub base material. The maximum tolerance for deviations in the plane of the sub base material under the bottom of the horizontal beams of each Silva Cell frame shall be 1/4 inch (6 mm) in 4 feet(1200 mm). H. Adjust sub base material including larger pieces of aggregate under each frame to provide a solid base of support. 1.Anchor each Silva Cell into sub base with four-10 inch (250 mm) spikes,driven through the molded holes in the Cell frame base. The purpose of the anchoring system is to maintain cell spacing and layout during the installation of planting soil and backfill. 2. For applications where cells are installed over waterproofed structures, develop a spacing system consistent with requirements of the waterproofing system. Do not use anchoring nails that will come within 6" or less of any waterproofing material. Install the second layer of Silva Cell frames on top of the first layer. Comply with manufacturer's requirements to correctly register and connect the Cell frames together. �. Register each frame on top of the lower frame post. Rotate each frame registration arrow in the opposite direction from the frame below to assure that connector tabs firmly connect. Each frame shall be solidly seated on the one below. K. Build layers as stacks of frames set one directly over the other. Do not set any frame half on one Cell frame below and half on an adjacent frame. L. Install Strongbacks on top of the Silva Cell frames prior to installing planting soil and backfill. 1. Strongbacks are required only during the installation and compaction of the planting soil and backfill. 2. Strongbacks should be moved as the work progresses across the installation. 3.Strongbacks shall be removed prior to the installation of Silva Cell decks. M. Install planting soil,geogrid and backfill as indicated on the drawings. The process of installation requires that these three materials be installed and compacted together in several alternating operations to achieve correct compaction relationships within the system. N. Where required, place the geogrid curtain along the outside of the limit of the Silva Cell frames. 1. Geogrid curtains are required between the edge of the Silva Cells and any soils to be compacted to support paving beyond the area of Silva Cells. Do adjacent ot plac the Cells. geogrid curtains between the edge of the Cells and any planting area add -13- SECTION 32 94 50 SILVA CELLS 2. Pre-cut the geogrid to allow for 6 inches (150 mm) minimum under lapping below backfill, and 12 inches (300 mm) minimum overlapping top of Silva Cell stack. 3.Where Silva Cell layout causes a change direction in the plane of the geogrid,slice the top and bottom flaps of the material so that it lies flat on the top of the cell deck and aggregate base course along both planes. 4. Provide a minimum of 300 mm (12 inch)overlaps between different sheets of geogrid. 5. Place the geogrid in the space between the Silva Cell frames and the sides of the excavation.Attach the geogrid to the Silva Cell frames using 3/16 inch x 14-inch (5x350 mm) zip ties.Attach with zip ties at every cell and at Cell Deck. 0. Install no more than two layers of Silva Cell frames before beginning to install planting soil and backfill. Compact the planting soil within the Silva Cell frames and the backfill material outside the frames in alternating lifts until the desired elevations and density is achieved in both planting soil and backfill. P. Install and compact backfill material in the space between the Silva Cells and the sides of the excavation in lifts that do not exceed 8 inches (200 mm). 1. Compact backfill to 95%of maximum dry density using a powered mechanical compactor. Use a pneumatic compacting tool or narrow foot jumping jack compactor for spaces less than 12 inches (300 mm)wide and a 12-inch wide jumping jack compactor or larger equipment in wider spaces. 2. Maintain the geogrid curtain between the Silva Cells frames and the backfill material. 3. Install backfill in alternating lifts with the planting soil inside the Silva Cells. Q. Fill the first layer or layers of frames with planting soil, specified in Section 32 94 56 Planting Soil for Silva Cells. 1. Bring planting soil to the site using equipment and methods that do not overly mix and further damage soil peds within the soil mix. Soil mixes shall not be blown or pumped into the Cells using soil blowing equipment. 2. Install in lifts that do not exceed 16 inches (400 mm). Lightly compact the soil inside the frames at each lift to remove air pockets and settle the soil within the frames. 3. Do not compact greater than 80%of maximum dry density. Check the soil compaction with a penetrometer or densiometer to achieve similar compaction levels provided in the mock up. 4. If the planting soil becomes overly compacted, remove the soil and reinstall. Use hand tools or other equipment that does not damage the Silva Cell frames. -14- SECTION 32 94 50 SILVA CELLS 5. Do not walk directly on horizontal beams of the frames. 6.Work soil under the horizontal frame beams of the second level of Cell frames there between columns eliminating air pockets and voids. Fill each fram e is a minimum of 10 inches (250 mm)of soil over the top of horizontal frame beams before beginning compaction. 7.The top 1-2 inches (25-50 mm) of each frame post should remain exposed above the soil to allow the placement of the next frame or deck. R. After the first two layers of Silva Cell frames have been installed,filled with planting soil and backfilled, proceed to install the third layer, if required, of Silva Cells frames. Comply with manufacturer's requirements to correctly register and connect the Cell frames together. S. Remove the strongbacks. Sweep any soil from tops before adding the next layer of frames. T. Register each frame on top of the lower frame post. Rotate each h registration connector tabs arrow in the opposite direction from the frame below to assure connect. Each frame shall be solidly seated on the one below. U. Build layers as stacks of frames set one directly over the other. Do not set any frame half on one Cell frame below and half on an adjacent frame. V. Install Strongbacks on top of third layer of Silva Cells. W. Continue to install and compact the planting soil within the Silva Cell frames and the backfill material outside the frames in alternating lifts until the desired elevations and density is achieved in both soils. X. When using compost, add a final layer of planting soil as required to he Silva g the planting soil level to not more than 3 inches (75 mm) than compost,the planting soil shall be below n bottom when installed.When using air space rather brought to level not more than 1 inch (25 mm) below the bottom of the Silva Cell Deck when installed. Y. Obtain final approval by the landscape architect of soil installation prior to installation of the Silva Cell deck. Z. Remove Strongbacks after planting soil and backfill has been compacted to the top of the entire set of Silva Cells. AA. Install 3 inches(75 mm)of compost,or leave 1-inch (25 mm) air space, below Silva Cell Deck as indicated on the drawings. -15- SECTION 32 94 50 SILVA CELLS 3.8 IRRIGATION AND WATER HARVESTING SYSTEM INSTALLATION A. Install irrigation and water harvesting system per project specifications. 3.9 SILVA CELL DECK INSTALLATION A. Install the Silva Cell Decks over the top of each frame stack. Clean dirt from the tops of the Silva Cell frame columns. Register the deck and make connections as recommended by the manufacturer to secure the deck to the top of the Silva Cell Frame. Secure each deck at the four corners with screw fasteners as recommended by the manufacturer. Assure that each deck is seated firmly on the frame top with all connectors attached. B. Install and compact remaining backfill material such that the soil outside the limits of the Silva Cells is flush with the top of the installed deck. 3.10 INSTALLATION OF GEOTEXTILE,GEOGRID, INSPECTION RISER FOR SOIL,AND AGGREGATE OVER THE DECK A. Overlap geogrid from the sides of the Silva Cells over the top of the Silva Cell Decks, with minimum of 12 inches (300mm)overlap. B. Place geotextile over the top of the deck and where indicated on the drawings, extending beyond the outside edge of the excavation by at least 18 inches (450 mm). Any joints must be overlapped by a minimum of 18 inches (450 mm). C. Install inspection risers for soil above geotextile as indicated on drawings. 1. Cut PVC pipe to fit vertically from Silva Cell deck to finish surface. 2.Align riser with slots in Silva Cell deck. 3.Wrap pipe in geotextile and secure with zip ties. Cut geotextile to overlap deck minimum 12". 4. Cut geotextile inside the pipe to allow access. Do not cut or otherwise damage Silva Cell deck. 5. Install caps on top of each riser flush with final paving surface. D. Install the aggregate base course (including aggregate setting bed if installing unit pavers)over the geotextile immediately after completing the installation of the fabrics and inspection risers. Work the aggregate from one side of the deck to the other to assure that the fabric and aggregate conforms to the cell deck contours. Do not apply aggregate in several positions at the same time. 1.Aggregate base course shall be a minimum of 4 inches (100mm)thick under pored in place concrete paving. 2.Aggregate base course shall be a minimum of 12 inches (300mm)thick under unit pavers, asphalt paving,or porous paving. -16- f SECTION 32 94 50 SILVA CELLS E. Load the aggregate from equipment that is outside the limits of the excavated area. Work over material already in place. F. For large or confined areas,where aggregate cannot easily be placed from the edges of the excavated area,obtain approval for the installation procedure and types of equipment to be used in the installation from the Silva Cell manufacturer. G. Compact aggregate base course(s) in lifts not to exceed 6" in with maximum weight of maximum dry density. Utilize a roller or plate compactor w 1000 pounds. Make sufficient passes with the compacting equipment to attain the required compaction. 3.11 INSTALLATION OF PAVING ABOVE THE SILVA CELL SYSTEM A. Place paving material over Silva Cell system per project specifications.Take care when placing paving or other backfill on top of Silva Cell system not to damage the system components. B. Turn down edge of all concrete paving to Cell deck along the edges of all planting areas to retain the aggregate base course. C. When paving is a unit paver or other flexible material, provide a concrete curb under the paving at the edge of the Silva Cell deck to retain the aggregate base course material. 3.12 INSTALLATION OF BRIDGING SLABS (WHERE APPLICABLE) A. Bridging slabs are to be used in locations where spacing larger than 3 inches (75 mm) is necessary between Silva Cell frames. B. Replace aggregate base course material with a minimum 4 inch (100 mm) concrete aete slab beneath paving.The paving shall extend beyond the gap between Cells a minimum of 24 inches (610 mm). C. If spacing(gap) between Cells is larger than 12 inches(300 mm),the concrete slab must be increased to 6 inch (150 mm)thickness. If spacing(gap) between Cells is larger than 18 inches (450 mm),steel reinforcing shall be added to the slab. Reinforcing is to be designed by the project structural engineer. In no case shall the space between Cells be greater than 30 inches (750 mm). 3.13 INSTALLATION OF ROOT BARRIERS A. Install root barrier in accord with manufacturer's reviewed installation instructions. -17- SECTION 32 94 50 SILVA CELLS 3.14 INSTALLATION OF PLANTING SOIL WITHIN THE TREE PLANTING AREA A. Prior to planting trees, install additional planting soil,to the depths indicated,within the tree opening adjacent to paving supported by Silva Cells. B. Remove all rubble, debris,dust and silt from the top of the planting soil that may have accumulated after the initial installation of the planting soil within the Silva Cells. C. Assure that the planting soil under the tree root ball is compacted for the entire soil depth to 85-90%to prevent settlement of the root ball. D. The planting soil within the tree opening shall be the same soil as in the adjacent Silva Cells. E. Cover the planting soil finished grade with 2 inches (50 mm)of mulch,or as defined in Project specifications. 3.15 REPAIR OF CUT GEOTEXTILE A. In the event that any geotextile over subgrades or the Silva Cell decks must be cut during or after installation, repair the seam with a second piece of geotextile that overlaps the edges of the cut by a minimum of 12-inches in all directions prior to adding aggregate material. 3.16 PROTECTION A. Ensure that all construction traffic is kept away from the limits of the Silva Cells until the final surface materials are in place. No vehicles shall drive directly on the Silva Cell deck or aggregate base course. B. Provide fencing and other barriers to keep vehicles from entering into the area with Silva Cell supported pavement. C. Maintain a minimum of 4 inches (100 mm) of aggregate base course over the geotextile material during construction. D. When vehicle must cross Silva Cells that does not have final paving surfaces installed, use construction mats designed to distribute vehicle loads to levels that would be expected at the deck surface once final paving has been installed. Use only low impact track vehicles with a maximum surface pressure under the vehicle of 4 pounds per square inch,on top of the mats over Silva Cells prior to the installation of final paving. 3.17 CLEAN UP A. Perform cleanup during the installation of work and upon completion of the work. Maintain the site free of soil and sediment,free of trash and debris. Remove from site -18- SECTION 32 94 50 SILVA CELLS all excess soil materials,debris, and equipment. Repair any damage to adjacent materials and surfaces resulting from installation of this work. END OF SECTION -19- SECTION 32 94 50 SILVA CELLS Submittal Checklist for Reference Only Contractor shall provide submittals required to the landscape architect for review and approval. The Submittal process may take up to two months prior to installation of the Silva Cell system and should be executed as soon as possible after the contract is awarded.All testing will be at the expense of the Contractor. 1.4 Compaction testing results ❑ Testing of mock up results ❑ Compaction testing log 1.5 Schedule of work and coordination with other trades ❑ Required schedules ❑ Name and work experience of field supervisor 1.6 Installer qualifications ❑ List of completed projects of similar scale ❑ Name and work experience of field supervisor 2.1 Silva Cells ❑ Manufacturers product literature ❑ Manufacturers product warranty ❑ Silva Cell manufacturer's letter of review and approval of the project, plans, details and specifications for compliance with product installation requirements. 2.2 Anchoring Spikes ❑ Manufacturers product literature 2.3 Solid and perforated drain lines ❑ Manufacturers product literature 2.4 Inspection risers and caps ❑ Manufacturers product literature 2.5 Geogrid ❑ Manufacturers product literature 2.6 Geotextile ❑ Manufacturers product literature 2.7 Aggregate sub base ❑ Manufacturers product literature and certificate with particle size distribution data ❑ Compaction testing results 2.8 Aggregate base course ❑ Supplier certificate for material meeting this specification including particle size distribution data ❑ Compaction testing results -20- SECTION 32 94 50 SILVA CELLS 2.11 Backfill Material ❑ Compaction testing results ❑ Supplier certificate for material meeting this specification. 2.13 Root barrier ❑ Manufacturers product literature -21- SECTION 32 94 56 PLANTING SOIL for SILVA CELLS GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Furnishing and installation of Planting Soil within the Silva Cell system. B. Related Sections: 1. Division 32—Exterior Improvements a. Section 32 94 50 Silva Cells b. Section 32 94 50 Root Barrier(see 2.14) 1.3 DEFINITIONS A. Clay:Soil particles smaller than 0.002mm. B. Existing Site Soil: 1. Existing site soil that is clean, coarse grained fill soil meeting the requirements of the Unified Soil Classification system for soil type GW, GP, GC with less than 40% fines, SW, and SC with less than 40%fines. Soil shall be sufficiently friable to be mixed with the required compost and installed into the Silva a Cllll system.free of 2. Existing site soil shall be free of, trash and other debris. stones, stumps, roots,or other similar objects larger than three inches, and shall be free of toxic material injurious to plant growth. C. Planting Soil Mix: Soil,of a variety of textures, defined in this section,h intended to fill the Silva Cell frames and other planting spaces to support the growth plants. All planting soils within this specification shall be suitable for the germination of seeds and the support of vegetative growth. D. Screened Soil:Typical of stockpiled soils available direct from a soil supplier. Screening eliminates soil peds, and should be limited in the soil mixing process. E. Silt: Soil particles ranging in size from 0.002-0.05mm. -1- SECTION 32 94 56 PLANTING SOIL for SILVA CELLS F. Silva Cells: Plastic structural cellular system with post, beams and decks designed to be filled with planting soil for tree rooting and/or used for water storage and support vehicle loaded pavements. G. Soil Peds:Clumps of soil that naturally aggregate during the soil building process. Creating a soil mix shall be done in a way that maintains the soil peds. Refrain from over-mixing. H. Topsoil: Fertile,friable, loamy soil, harvested from natural topsoil sources;free from subsoil, refuse, roots, heavy or stiff clay,stones larger than 1 inch, contaminants, noxious seeds,sticks, brush, litter,and other deleterious substances;suitable for the germination of seeds and the support of vegetative growth. Tree: A perennial woody plant with one or several trunks and a distinct crown and intended to become large enough to shade people and or vehicles. 1.4 SUBMITTALS A. Upon forty-five (45) days prior to start of installation of items in this section,the Contractor shall provide submittals required in this section to the landscape architect for review and approval. B. Soil test analysis:Submit soil testing results from an approved soil-testing laboratory for each soil mix for approval. 1. All testing will be at the expense of the Contractor. The landscape architect may request additional planting mix tests on different mix component ratios in order to attain results that more closely meet the mix requirements. 2. The testing laboratory shall be a member of the Soil Science Society of America's, North American Proficiency Testing Program (NAPT),and have a minimum of five years experience with the test protocols of the United States Golf Association- Green Section. 3. All testing shall comply with the requirements of the Methods of Soil Analysis Part 1 and 3, published by the Soil Science Society of America. 4. Soil testing shall be required as defined below: a. Physical analysis. 1. USDA particle size analysis shall be provided for gravel, clay,silt,and sand fractions 2. USDA soil texture 3. Fines Modulus Index for each sand source 4. Infiltration/Permeability/Hydraulic Conductivity testing shall be done using ASTM D 2434 or ASTM F1815 at 80%AND 85%compaction at proctor density(ASTM D 698-91). -2- SECTION 32 94 56 PLANTING SOIL for SILVA CELLS a. This is a LABORATORY TEST to determine water flow at specified compaction rates. b. Laboratories that provide this testing include: a. Hummel Soil Labs,www.turfdoctor.com; (607)387-5694, 35 King Street, PO Box 606,Trumansburg, NY, 14886. b. Turf Diagnostics&Design,www.turfdiag.com; (913)-723- 3700, 613 E. 1st Street, Linwood, KS,66052. b. Chemical analysis. Note that nutrient levels and chemical analysis shall include recommendations from the testing laboratory for ranges of each element appropriate for the types of plants to be grown in the soil mix. 1. Nutrient levels by parts per million including phosphorus, potassium, calcium, magnesium, manganese, iron,copper,zinc and calcium 2. Percent organic content 3. pH 4. Soluble salt by electrical conductivity 5. Cation Exchange Capacity(CEC) 1. Chemical analysis shall be interpreted by project Landscape Architect based on plant material specified and testing recommendations. C. Product Data: For each type of product,submit manufacturer's product literature with technical data sufficient to demonstrate that the product meets the requirements of the specification. D. Material Certificates: Submit material certificates for all natural and bulk material indicating that the material meets the requirements of the specification. E. Samples for Verification:one gallon minimum per soil component or soil mix. Label samples to indicate product, source location,specification number, characteristics, and locations in the Work. Samples will be reviewed for appearance only. Compliance with all other requirements is the exclusive responsibility of the contractor. Delivered materials shall closely match the samples. 1. Planting mix samples shall be labeled as to the percentage of each component. 1.5 SOIL INSTALLATION MOCK UP AND COMPACTION EVALUATION A. Prior to the installation of planting soil within the Silva Cells, construct a mock up of the complete installation at the site. The installation of the mock up shall be in the presence of the landscape architect. B. The Silva Cell mock up shall be as outlined in Specification Section 32 94 50 Silva Cells. -3- SECTION 32 94 56 PLANTING SOIL for SILVA CELLS 1.6 SCHEDULING A. General: Prior to the start of Work, prepare a detailed schedule of the work for coordination with other trades. B. Schedule all utility installations prior to beginning work in this section. C. Where possible,schedule the installation of planting soil within the Silva Cells immediately after the installation of the Silva Cell frames. Protect installed Silva Cells from damage in the event that work must occur over or adjacent to the completed Silva Cells. 1.7 QUALITY ASSURANCE A. Installer Qualifications: Soil within the Silva Cells shall be installed by the same contractor who is installing the Silva cells. See Specification Section 32 94 50 Silva Cells for installer qualifications. 1.8 PERMITS AND CODE COMPLIANCE A. Comply with applicable requirements of the laws,codes,ordinances and regulations of Federal, State and Municipal authorities having jurisdiction. Obtain necessary permits/approvals from all such authorities. 1.9 DELIVERY,STORAGE,AND HANDLING A. Packaged Materials: Deliver packaged materials in original,manufacturercand indication showing weight, certified analysis, name and address of conformance with state and federal laws, if applicable. Protect materials from deterioration during delivery and while on the project site. B. Bulk Materials: Do not deliver or place backfill,soils and soil amendments in frozen, wet,or muddy conditions. 1. Bulk materials shall be stored and staged in a location approved by landscape architect or as indicated on the plans and in a manner that prevents damage to the site or the stored materials. 2. Provide protection including tarps, plastic and or matting between all bulk materials and any finished surfaces sufficient to protect the finish material. C. Provide erosion-control measures to prevent erosion or displacement of bulk materials and discharge of soil-bearing water runoff or airborne dust to adjacent properties, water conveyance systems,and walkways. Provide additional sediment control to retain excavated material, backfill, soil amendments and planting mix within the project limits as needed. -4- SECTION 32 94 56 PLANTING SOIL for SILVA CELLS D. Protect Silva Cells from damage during installation of planting soil. 1.10 PROJECT CONDITIONS A. During the installation of Planting Soil within the Silva cells comply with all project conditions in Specification Section 32 94 50 Silva Cells B. Weather Limitations: Do not proceed with work when subgrade,soils and planting soils are in a wet, muddy or frozen condition. 1.11 PROJECT WORK A. Coordinate installation with all other work that may impact the completion of the Silva Cell installation. 1.12 PRECONSTRUCTION MEETING A. Prior to the start of the installation of Planting Soil within the Silva Cells, installer to site with the landscape architect, general contractor and the Silva review installation layout, procedures, means and methods. PART 2-PRODUCTS 2.2 COARSE SAND A. Coarse sand, ASTM C-33 Fine Aggregate,with a Fines Modulus Index of 2.8 and 3.2. 1. Sands shall be clean, sharp, natural sands free of limestone, shale and slate particles. 2. Sand pH shall be lower than 7.0 3. Provide the following particle size distribution: Sieve size % Passing 3/8" 100 #4 95-100 #8 80-100 #16 50-85 #30 25-60 #50 5-30 #100 4-10 #200 2-4 -5- SECTION 32 94 56 PLANTING SOIL for SILVA CELLS B. Submittals shall be completed per Section 1.4 and shall be interpreted by project Landscape Architect based on plant material specified and testing recommendations. 2.3 COMPOST A. Compost shall meet the requirements of the US Composting Council "Landscape Architecture/Design Specifications for Compost Use", section "Compost as a Landscape Backfill Mix Component",with the following additional requirements: 1. Compost feedstock shall be yard waste trimmings and/or source-separated municipal solid waste to produce fungi-dominated compost. Compost shall not be derived from biosolids or industrial residuals. B. Compost testing and analysis: Compost analysis shall be provided by the Compost supplier. Before delivery of the Compost, the supplier must provide the following documentation: 1. A statement that the Compost meets federal and state health and safety regulations. 2. Compost testing methodologies and sampling procedures shall be as provided in Test methods for the Examination of Composting and Compost (TMECC), as published by the US Composting Council. C. Submittals shall be completed per Section 1.4 and shall be int epomme by project Landscape Architect based on plant material specified and testing 2.4 TOPSOIL A. Topsoil texture shall be a naturally produced soil of loam, sandy loam to sandy clay loam, within the following parameters, and suitable for the germination of seeds and the support of vegetative growth. B. Physical Parameters Acceptable Range Parameter Units Gravel % by volume Less than 10% Sand % by volume 30-70% Silt by volume 10-50% ° Clay % by volume 10-25% Chemical Parameters C. Parameter Units Acceptable Range Organic Matter Dry Weight 2-8% to 7.3 pH pH Units D. Submittals shall be completed per Section 1.4 and shall be interpreted by project Landscape Architect based on plant material specified and testing recommendations. 2.5 FERTILIZER -6- SECTION 32 94 56 PLANTING SOIL for SILVA CELLS A. Local soil types and conditions may require supplemental nutrients. If noted by the soil testing facility, add slow-release,organic fertilizer based on plant requirements. 1. Fertilizers should NOT be added in Bioretention applications. 2. Submittals shall be completed per Section 1.4 and shall be interpreted by project Landscape Architect based on plant material specified and testing recommendations. 2.6 EXISTING SOIL MIX A. Physical Parameters Acceptable Range Material Units Compost % by volume 20% Existing soil % by volume 80% Physical Requirements of existing soil Parameter Units Acceptable Range Gravel % by volume Less than 15% Sand % by volume 30-80% Silt % by volume 5-60% Clay % by volume 0-35% B. Chemical Parameters Acceptable Range Parameter Units pH pH Units 5.5 to 7.3 C. Existing site soils shall be used only after excavated and approved by the project Landscape Architect. D. Do not screen or over mix to maintain soil peds. Soil peds or clumps up to 4 inches in diameter are acceptable in the soil mix. E. Once mixing is complete, cover stock piles with tarps or heavy plastic to protect soil from drying,saturation and erosion. F. Project Landscape Architect shall approve all existing soil source locations and depths prior to excavation. G. Fertilizers,where indicated by soil test and approved by project Landscape Architects shall be added during soil mixing. H. Submittals shall be completed per Section 1.4 and shall be interpreted by project Landscape Architect based on plant material specified and testing recommendations. 2.7 UNSCREENED SOIL MIX A. This soil is a mix of coarse sand, topsoil and compost to achieve the following parameters: 50%coarse sand,30%topsoil and 20%organic matter. -7- SECTION 32 94 56 PLANTING SOIL for SILVA CELLS B. Physical Parameters Acceptable Range Material Units 0 Coarse Sand % by volume 35-50% Compost by volume 12-17% o Topsoil % by volume 35-50% a. Adjust the ratio of the components to achieve infiltration rates between 2 and 3 inches per hour when compacted to 80-85%maximum dry density. C. Chemical Parameters Acceptable Range Parameter Units pH pH Units 5.5 to 7.3 D. Do not screen or over mix to maintain soil peds. Soil peds or clumps up to 4 inches in diameter are acceptable in the soil mix. E. Fertilizers, where indicated by soil test and approved by project Landscape Architect, shall be added during soil mixing. F. Once mixing is complete, cover stock piles with tarps or heavy plastic to protect soil from drying,saturation and erosion. G. Submittals shall be completed per Section 1.4 and shall be interpreted by project Landscape Architect based on plant material specified and testing recommendations. 3.1 EXECUTION Install planting soil in Silva Cells as described in Section 32 94 50 Silva Cells. END OF SECTION • -8- SECTION 32 94 56 PLANTING SOIL for SILVA CELLS Submittal Checklist for Reference Only Contractor shall provide submittals required to the landscape architect for review and approval. The Submittal process may take up to two months prior to installation of the Silva Cell system and should be executed as soon as possible after the contract is awarded.All testing will be at the expense of the Contractor. SOIL COMPONENT SUBMITTALS—PRIOR TO SOIL MIXING ❑ COMPOST ❑ Certificate of compliance with federal and state health and safety regulations ❑ Lab analysis for physical,organic and chemical requirements, and feed stock percentage ❑ One gallon sample ❑ COARSE SAND ❑ Lab analysis for physical and chemical composition ❑ One gallon sample ❑ TOPSOIL ❑ Lab analysis for physical and chemical composition ❑ One gallon sample SOIL MIX SUBMITTALS—FOR FINAL APPROVAL BY LANDSCAPE ARCHITECT ❑ 2.6 EXISTING SOIL MIX ❑ Lab analysis for physical and chemical composition ❑ 2.7 UNSCREENED SOIL MIX ❑ Lab analysis for physical and chemical composition ❑ Infiltration test results at 80-85%compaction ❑ One gallon sample ❑ 2.8 SCREENED SOIL MIX ❑ Lab analysis for physical and chemical composition ❑ Infiltration test results at 80-85%compaction ❑ One gallon sample ❑ 2.9 BIORETENTION SOIL MIX ❑ Lab analysis for physical and chemical composition ❑ Hydraulic conductivity test results at 85%compaction ❑ One gallon sample OTHER SUBMITTALS ❑ FERTILIZER ❑ Lab analysis of soils for nutrient deficiencies& recommendations -9- MIAMI BEACH: City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 3 INVITATION TO BID NO. 2014-230-YG ROADWAY IMPROVEMENTS VARIOUS PROJECT AREAS (THE "ITB") SEPTEMBER 3, 2014 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only. 1. The deadline for the receipt of bids is extended until 3:00 p.m., on Friday, September 12, 2014, at the following location: Miami Beach City Hall Procurement Department 1700 Convention Center Drive, 3rd Floor Miami Beach, Florida 33139 An addendum will be forthcoming indicating the changes to the scope of this project and answers to questions received prior to the deadline for questions. As a reminder, late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the Bidder is solely responsible. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(c�miamibeachfl.gov Contact: Telephone: Email: Yusbel Gonzalez 305-673-7000 ext. 6230 YusbelGonzalez @miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Sincerely, Alex Denis Procurement Director 1 1 ADDENDUM 3 ITB 2014-230-YG ROADWAY IMPROVEMENTS VARIOUS PROJECT AREAS _Alp AA I BEAcH Amt City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 2 INVITATION TO BID NO. 2014-230-YG ROADWAY IMPROVEMENTS VARIOUS PROJECT AREAS (THE "ITB") AUGUST 22, 2014 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only. 1. Due to upcoming changes to the scope of work for this project, the deadline for the receipt of bids is extended until 3:00 p.m., on Friday, September 5, 2014, at the following location: Miami Beach City Hall Procurement Department 1700 Convention Center Drive, 3rd Floor Miami Beach, Florida 33139 An addendum will be forthcoming indicating the changes to the scope. As a reminder, late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the Bidder is solely responsible. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado anmiamibeachfl.gov Contact: Telephone: Email: Yusbel Gonzalez 305-673-7000 ext. 6230 YusbelGonzalez @miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Sincerely, —;; Alex Denis Procurement Director 1 ADDENDUM 2 ITB 2014-230-YG ROADWAY IMPROVEMENTS VARIOUS PROJECT AREAS MIAMI B AC H E • City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 1 INVITATION TO BID NO. 2014-230-YG ROADWAY IMPROVEMENTS VARIOUS PROJECT AREAS (THE "ITB") AUGUST 19, 2014 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only. 1. BID GUARANTY OF 5% - CLARIFICATION. Bidders ARE NOT required to submit a 5% bid bond with their bid response. Inadvertently, page 4 of the ITB has the "SHALL" box checked. 2. PROJECT AREA# 1. Project Area # 1 has been revised as follows: Drainage Improvements along West 26th Street, between Pine Tree Drive and Flamingo Drive are now under its own group. As such, the work for this area now falls under "PROJECT AREA # 1A —26th Street Drainage Improvements". Drainage Improvements along Flamingo Place, between 25th and 26th Street are now under its own group. As such, the work for this area now falls under "PROJECT AREA # 1B — Flamingo Place Drainage Improvements". As result the above mentioned changes, please delete Appendix AlA in the solicitation and replace with the revised Appendix AlA-1 AND AlA-2 included in this addendum. No changes have been made to the scope, specifications or the plans for the work in the above listed areas. 3. PROJECT AREA # 5. The project completion timeframe for Project Area # 5 (Dade Boulevard and North Lincoln Lane) has been changed as follows: 450 30 calendar days, final completion Substantial completion of 120 calendar days for this area remains the same. 4. LIQUIDATED DAMAGES - CLARIFICATION. Liquidated Damages shall amount to $664.00 per day for any one of the projects which are not completed within the contractor's baseline construction schedule. 5. TRENCH SAFETY ACT—CLARIFICATION. Please note that the check box "Cost for compliance to all Federal and State requirements of the Trench Safety Act*", located on Page 82 of the ITB, was checked by mistake. Please disregard this requirement. Funds for this project are not from the federal government. 6. REVISION TO APPENDIX Al E FOR PROJECT AREA # 5 DADE BOULEVARD AND NORTH LINCOLN LANE. The title for Appendix Al E has been revised. Delete Appendix Al E in the solicitation and replace with the revised Appendix Al E included in this Addendum. 1 ADDENDUM 1 ITB 2014-230-YG ROADWAY IMPROVEMENTS VARIOUS PROJECT AREAS 7. MINIMUM QUALIFICATIONS AND REQUIREMENTS. ITB Page 23, Paragraph 3 of Section 0300 — Minimum Qualifications and Requirements, has been amended as follows: Bidder must have the capability to provide a performance and payments from the etsecproject. n The City reserves the right to require performance and payment bonds - -- bidder. E'**- -- -'-- - - - Bidders shall submit a Letter from an A-rated Financial Class V Surety Company, indicating the company's bonding capacity, in the amount less than one hundred percent of the total base bid amount. 8. BID SUBMITTAL REQUIREMENTS. ITB Page 26, Paragraph iii, under Financial Statements of Section 0400—Bid Submittal Requirements, has been amended as follows: Proposers shall provide proof of bonding capacity suitable for the scope of work. Proposers, Bidders shall submit a Letter from an A-rated Financial Class V Surety Company, indicating the company's bonding capacity, in the amount not less than one hundred percent of the total base bid amount. 9. RESPONSES TO QUESTIONS RECEIVED FROM PROSPECTIVE PROPOSERS ARE AS FOLLOWS: "Licensing Requirements: Q1: The Minimum Qualifications Section l'O Item General Contractors to be considered for Bidders shall be State certified and licensed award." Please consider allowing licensed State Certified Underground Contractors and to otbid on this project as well as a large portion of the work is underground work CUC license covers this type of contract work. Al: The City will accept bids from State of Florida Certified Underground Contractors. Q2: Please clarify the total contract time and the associated liquidated damages on this contract. A2: The estimated contract time is seven (7) months. The awarded bidder(s) required to provide a baseline construction schedule at the preconstruction meeting. The schedule indicate how the awarded bidder will schedule each project within the total contract time. Projects are required to be started with a continuous construction effort until completed.other Stopping the construction on one project in order to bamaltes of $664 00 will benappaed per day for any one of operations is not allowed. Liquidated damages the projects that is not completed within the contractor's baseline construction schedule. to perform Q3: Prospective Bidder is a bonded company and has all the required licenses been awarded work in the state of Florida, but it was establish on June 2013 and has any contracts at this time. Can the prerequisite for the 3 references of Bi similar work k be filled with the experience of the principals of the company? Prospe on the construction industry for more than 25 years with plenty of similar projects. Prospective Bidder can provide any resumes and reference of other companies in order to prove its experience. A3: Per Section 0100 — Definitions of the ITB, a "Bidder" is defined as "Any individual,du ut it zed corporation submitting a bid for this Project, acting directly or through duly representative."As such, the three (3) individual references for similar projects within the last five (5) years, must be of projects completed or in progress by the bidder and not the principals of ) Y the company. Q4: Does the contractor have to work simultaneously on several locations or, one after 2 ADDENDUM 1 ITB 2014-230-YG ROADWAY IMPROVEMENTS VARIOUS PROJECT AREAS another? A4: Contractor can work simultaneously on several locations. Also, work scheduled for any location should be completed on time. Liquidated damages will apply to individual schedules as well as the overall schedule. Q5: How many days is the contract time? A5: Please refer to the answer written for question #2 in this addendum. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(c�miamibeachfl.gov Contact: Telephone: Email: Yusbel Gonzalez 305-673-7000 ext. 6230 YusbelGonzalez @miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Sincerely, Alex Denis Procurement Director 3 ADDENDUM 1 ITB 2014-230-YG ROADWAY IMPROVEMENTS VARIOUS PROJECT AREAS REVISED A FOR PROJECT RE ET ST AR EA 1AWEST26TH 4 ADDENDUM 16ITB 2014-230-YG ROADWAY IMPROVEMENTS VARIOUS PROJECT AREAS City of Miami Beach - ITB 2014-230-YG -APPENDIX A1A-1 (REVISED) PROJECT AREA#1A:Unit Price Breakdown W 26 Street Drainage Improvements This Excel document has been formatted to show two decimal places on the form. Bidders are requested to provide unit prices with no more than two decimal places. Should the Bidder provide more than two decimals on the unit price,the City will round the number to the nearest hundredth,this is two decimal places to arrive at the total. The TOTAL BASE BID AMOUNT includes the total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment,supervision,mobilization, demobilization,overhead and profit,insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents. Bidders must fully complete the Schedule of Prices Bid Form to include unit pricing and totals.The cost of any item(s)of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s)is most applicable. The General Conditions include certain"Allowance" that have been la Unit Price for shall used City's discretion,as nee ded.I n the event that the item of wo k is not conducted or only portion of the stim tedallowances used,the Bidder understands that the balance of the cost shall be returned to the City. IN THE EVENT OF ARITHMETICAL ERRORS,THE BIDDER AGREES THAT THESE ERRORS ARE ERRORS WHICH MAY BE CORRECTED BY THE CITY.GIVE BOTH UNIT PRICE AND EXTENDED TOTAL.PRICES MUST BE STATED IN UNITS OF QUANTITY SPECIFIED IN THE BIDDING SPECIFICATIONS.BIDDER AGREES THAT ANY UNIT PRICE LISTED IN BE MULTIPLIED BY THE STATED QUANTITY REQUIREMENTS IN ORDER TO ARRIVE AT THE TOTAL.IN CASE OF DISCREPANCY IN COMPUTING THE AMOUNT OF THE BID,THE UNIT GOVERN.THE CITY WILL NOT ACCEPT ANY REVISION TO THIS UNIT PRICE FORM,DIVISIONS,LINE ITEMS,ADD ALTERNATES,OR GRAND TOTAL BID,AFTER THE DEADLINE FOR RECEIPT OF BIDS. IN ABSENCE OF ANY TOTALS SUBMITTED,THE CITY SHALL INTERPRET AS ZERO. PROJECT: PROJECT AREA#1A:W 26 STREET DRAINAGE IMPROVEMENTS COMPANY NAME: Summary Division 1-General Conditions Division 2-Sitework Division 3-Landscaping Total Base Bid: Bidder's Affirmation: Written Total: Company: Address: Telephone: Email: Signature: Title/Printed Name: BIDDERS DN.l ITEM NO. 1 DESCRIPTION QUANTITY t UNIT l UNIT PRICE I TOTAL Division 1-General Conditions 1 LS 1 BONDS AND INSURANCE 1 LS 2 MOBILIZATION 1 LS 3 GENERAL CONDITIONS 1 LS 4 SURVEY AND LAYOUT SITE CONTROLS 1 $ 25.00 $25.00 5 INDEMNIFICATION 1 13 MAINTENANCE OF TRAFFIC 1 LS 1,000.00 $1,000.00 7 ALLOWANCE:PERMIT FEES LS 500.00 $500.00 8 ALLOWANCE:Soils testing- 1 Proctor Compaction 6"standard mold Division 1-General Conditions Total: Division 2-Sitework Stormwater 9 #57 Stone Aggregate Fill(#4 to 1") 555 TON Over 12"wide,Excavation for trenching by machine in loose Rock(trench for storm pipe 450 CY 10 demo) Over 12"wide,Excavation for trenching by machine in loose Rock(trench for new storm 156 CY 11 pipe) Over 12"wide,Excavation for trenching by machine in loose Rock(catch basin/man hole 58 CY 12 -demo) Over 12"wide,Excavation for trenching by machine in loose Rock(catch basin man hole- 123 CY 13 new) 14 Backfill by machine for#57 Stone aggregate fill 508 CY 508 CY 15 Compaction by machine for#57 Stone aggregate fill ITB 2014-230-YG-APPENDIX A1A-1(REVISED) 1 OF 3 BIDDERS DIV. ITEM NO. DESCRIPTION - QUANTITY UNIT UNIT PRICE TOTAL 16 Load material by machine for#57 Stone aggregate fill 984 CY Bulk Excavation by Hydraulic Excavator,Front End Loader,Back hoe in loose Rock(8" 489 CY 17 base demo) Relocating on-site excavated material from bulk excavation over 100'to 300'(8"base 611 CY 18 demo) 611 CY 19 Loading excavated material for Removal from Bulk Excavation(8"base demo) 1 20 SHEETING AND DEWATERING LS Existing Drainage Utilities 3 EA 21 REMOVE AND DISPOSE EXISTING 3'Diameter,6'Deep Pre-cast Manhole,8"thick 22 REMOVE AND DISPOSE EXISTING 3'Diameter,8"thick Pre-cast Manhole Top Slab 62 3 EA 3 EA 23 REMOVE AND DISPOSE EXISTING DRAINAGE PIPE 3 LF 24 Demo Storm Drainage Inlet 4 EA 25 Demo 24"Diameter Cast Iron Catch Basin Frame&Grate 1 3 EA 26 Demo 25"x35"Cast Iron Catch Basin Frame&Grate 1 EA 27 25"x35"Cast Iron Catch Basin Frame&Grate Drainage Structures-furnish and installed costs inclusive,but not limited to,pavement removal,base removal,all ancillary excavation,backfill,repair and maintain water services,plus any and all ancillary costs associated with such installation,including overhead and profit,with exclusion of MOT and construction sequencing requirements/restrictions which are to be addressed under a separate unit price heading as noted on this tabulation. 3 EA 28 3'x3'STORM DRAINAGE INLET A 29 CURB INLET,4 FEET DIAMETER 5 491 E E 30 6 IN REINFORCED CONCRETE SLAB 1 SF 31 4'Diameter X 6'Deep,Precast Manhole,8"Thick 1 EA 32 4'Diameter X 6'Deep,Precast Manhole,8"Thick 1 EA 33 7'Diameter X 6'Deep,Precast Manhole,8"Thick 3 EA 34 Demo 3'Diameter,8"thick Pre-cast Manhole Top Slab 7 EA 35 18"Pipe to Manhole Connector,Rubber,Flexible 4 EA 36 24"Pipe to Manhole Connector,Rubber,Flexible FURNISH AND INSTALL USF 5129 Frame&Hood with Hinged 6176 Grate for Curb& 8 EA 37 Gutter Inlet 1 EA 38 POLLUTION RETARDANT BAFFLE(SKIMMER) Drainage Outfalls 25 LF 39 8'High Turbidity Curtain 205 LF 40 6mm LINING 18-IN OUTFALL PIPE(CURED IN PLACE PIPE-CIPP) 1 LF EA 41 FURNISH AND INSTALL IN LINE CHECK VALVE 1 EA 42 INSTALL MANATEE GRATE Drainage Piping-furnish and install costs inclusive,but not limited to,pavement removal,base removal,all ancillary excavation,backfill,geotextile fabrics,gaskets,couplings,repair and maintain water services,plus any and all ancillary costs associated with such installation,including overhead and profit,with exclusion of MOT and construction sequencing requirements/restrictions which are to be addressed under a separate unit price heading as noted on this tabulation. 50 LF 43 15-IN A2000 PIPE CULVERT WITH FITTINGS 431 LF 44 24-IN A2000 PIPE CULVERT WITH FITTINGS 63 LF 45 30-IN A2000 PIPE CULVERT WITH FITTINGS 39 LF 46 18-IN CLASS III CONCRETE PIPE REINFORCED WITHOUT GASKETS Division 2(Stormwater)Subtotal: Division 2-Sitework(Streetscape Improvements) Streetscape Improvements-furnish and install all requisite materials,inclusive,but not limited to,forming,all ancillary excavation,de Ater n and all backfill,repairing and maintaining water services,adjusting manhole frames,inlet frames,valve covers,lids,and other utility covers,plus any ancillary costs associated with such installation,including overhead and profit,with exclusion of MOT and construction sequencing requirements/ restrictions which are to be addressed under a separate unit price heading as noted on this tabulation. Demolition 1 LS 47 EROSION AND SEDIMENTATION CONTROL 2 181 SY 48 REMOVE AND DISPOSE ASPHALT PAVEMENT 286 SY 49 REMOVE AND DISPOSE CONCRETE SIDEWALK 373 LF 50 REMOVE AND DISPOSE CONCRETE CURB 413 LF 51 REMOVE AND DISPOSE CONCRETE CURB&GUTTER Roadwa ROADWAY RECONSTRUCTION(Shaping And Compacting 12"Subbase,Import,Placment I 2 1871 SY 52 And Compaction Of 8"Of Limerock LBR 100,2"Surface Course S-III) Sidewalks 1,213 SF 53 4 IN Cast-in-place Sidewalk S 427 F 54 6 IN Cast In Place Concrete Sidewalk With Fiber Mesh 1,427 SF 6 55 ADA RAMPS 6 EA 56 TACTILE WARNING SURFACE Curb and Gutter I 155 I LF 57 CMB,New,Reinforced Straight 12"x24"Concrete Curb&Gutter 11 851 LF 58 CMB,New,Reinforced Radiused 12"x24"Concrete Curb&Gutter Misc.-Signage and Pavement Markings(Itemize by Type) 59 REMOVE AND REINSTALL EXISTING SIGN 6 EA 94 LA 60 FURNISH&INSTALL 6"SINGLE THERMOPLASTIC(SOLID) 167 LF 61 FURNISH&INSTALL 6"DOUBLE THERMOPLASTIC(SOLID) 64 LF 62 FURNISH&INSTALL 8"SINGLE THERMOPLASTIC(SOLID) 20F3 ITB 2014-230-YG-APPENDIX A1A-1(REVISED) a z DER$ r DIV ITEM NO DESCRIPTION °gUR1VTtTY ;`UNIT I©UNIT PRICE '>. .TOTAL 63 FURNISH&INSTALL 12"THERMOPLASTIC(SOLID) 390 LF 64 FURNISH&INSTALL 18"THERMOPLASTIC(SOLID) 148 LF 65 FURNISH&INSTALL 24"THERMOPLASTIC(STOP BARS) 114 LF 66 FURNISH&INSTALL TURN LANE ARROWTHERMOPLASTIC 1 EA 67 FURNISH&INSTALL REFLECTIVE PAVEMENT MARKERS(RPM) 8 EA Division 2(Streetscape Improvements)Subtotal Division 2-Sitework Total Division 3-Landscape Landscaping 68 St.Augustine Flortam Sod,Installed on level ground 4,680 SF 69 RE-ROUTE WATER SERVICE 1 EA Division 3-Landscape Total: Total Base Bid: ITB 2014-230-YG-APPENDIX A1A-1(REVISED) 3 OF 3 REVISED A FOR PROJECT AREA I B - FLAMINGO P 5 ADDENDUM 1 ITB 2014-230-YG ROADWAY IMPROVEMENTS VARIOUS PROJECT AREAS City of Miami Beach - ITB 2014-230-YG -APPENDIX A1A-2 (REVISED) PROJECT AREA#1B:Unit Price Breakdown Flamingo Place Drainage Improvements This Excel document has been formatted to show two decimal places))round the number ber to the nearest hundredth,this Ii prices two decimal places to arrive at the total.places. Should the Bidder provide more than two decimals on the unit price,the City will TOTAL demobilization, BID AMOUNT includes the insurance, cost for and taxes t specified complete the work consisting of the full intent furnishing s shown or indicated in the ontract documents. Bidders tmust fully completethioS overhead ormt incpdeuni complete the Schedule of Prices Bid Form to include unit pricing and totals.The cost of any item(s)of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s)is most applicable. The General Conditions include certain"Allowance"items that have been delinea ed timatednallowancer sh sedthe allowance deer unde stalnds only of the cost discretion,as needed.In the event that the item of work is not conduct ed or only a portion of the a shall be returned to the City. TOTAL.THE EVENT PRICES OF MUST BE ARITHMETICAL IN UNITS THE BIDDER AGREES CI IED IN THE BIDDING SPECIFIICATIO SH BIDDER AGREES THAT ANY UNIT PRICE LISTED IN HEIBID RIS TO BE MULTIPLIED TOTAL.PRICES MUST BE STATED IN UNITS OF QUANTITY SPECIFIED THE STATED QUANTITY REQUIREMENTS IN ORDER TO ARRIVE AT THE TOTAL. T PRICE ORM,IDICASE IONS,DISCREPANCY ADD COMPUTING GRAND TOTAL BID, AFTER UNIT PRICE SHALL FOR GOVERN.THE CITY WILL NOT ACCEPT ANY REVISION TO THIS OF BIDS. IN ABSENCE OF ANY TOTALS SUBMITTED,THE CITY SHALL INTERPRET AS ZERO. PROJECT: PROJECT AREA#1B:FLAMINGO PLACE DRAINAGE IMPROVEMENTS COMPANY NAME: Summary Division 1-General Conditions Division 2-Sitework Division 3-Landscaping Total Base Bid: Bidder's Affirmation: Written Total: Company: Address: Telephone: Email: Signature: Title/Printed Name: BIDDERS DIV.1 ITEM NO. DESCRIPTION i QUANTITY I UNIT I UNIT PRICE I TOTAL Division 1-General Conditions 1 LS 1 BONDS AND INSURANCE 1 LS 2 MOBILIZATION 1 LS 3 GENERAL CONDITIONS 1 LS 4 SURVEY AND LAYOUT SITE CONTROLS 1 $ 25.00 $25.00 5 INDEMNIFICATION 1 LS MAINTENANCE OF TRAFFIC 1 $ 1,000.00 $1,000.00 7 ALLOWANCE:PERMIT FEES 1 LS 500.00 $500.00 8 ALLOWANCE:Soils testing-Proctor Compaction 6"standard mold Division 1-General Conditions Total: Division 2-Sitework Stormwater 258 TON 9 #57 Stone Aggregate Fill(#4 to 1") Over 12"wide,Excavation for trenching by machine in loose Rock(trench for new storm 267 CY 10 pipe) Over 12"wide,Excavation for trenching by machine in loose Rock(catch basin man hole- 33 CY 11 new) 247 CY 12 Backfill by machine for#57 Stone aggregate fill 247 CY 13 Compaction by machine for#57 Stone aggregate fill 984 CY 14 Load material by machine for#57 Stone aggregate fill 1 15 SHEETING AND DEWATERING LS Existing Drainage Utilities I 21 EA 16 125"x35"Cast Iron Catch Basin Frame&Grate 1 OF 2 ITB 2014-230-YG-APPENDIX A1A-2(REVISED) DIV. IITEM NO. DESCRIPTION, BIDDERS QUANTITY ITY 1 UNIT EE UNIT PRICE TOTAL Drainage Structures-furnish and installed costs inclusive,but not limited to,pavement removal,base removal,all ancillary excavation,backfill,repair and maintain water services,plus any and all ancillary costs associated with such installation,including overhead and profit,with exclusion of MOT and construction sequencing requirements/restrictions which are to be addressed under a separate unit price heading as noted on this tabulation. 2 EA 17 4'x4'STORM DRAINAGE INLET 1 EA 18 7'Diameter X 6'Deep,Precast Manhole,8"Thick 1 EA 19 4'Diameter,8"thick Pre-cast Manhole Top Slab 1 EA 20 7'Diameter,8"thick Pre-cast Manhole Top Slab 1 EA 21 12"Pipe to Manhole Connector,Rubber,Flexible 4 EA 22 15"Pipe to Manhole Connector,Rubber,Flexible 6 EA 23 18"Pipe to Manhole Connector,Rubber,Flexible 2 EA 24 FURNISH AND INSTALL USF 385 Ring&OD Manhole Cover Drainage Piping-furnish and install costs inclusive,but not limited to,pavement removal,base removal,all ancillary excavation,backfill,geotextile fabrics,gaskets,couplings,repair and maintain water services,plus any and all ancillary costs associated with such installation,including overhead and profit,with exclusion of MOT and construction sequencing requirements/restrictions which are to be addressed under a separate unit price heading as noted on this tabulation. I 300 I LF 1 25 118 IN A2000 PIPE CULVERT WITH FITTINGS Division 2(Stormwater)Subtotal: Division 2-Sitework(Streetscape Improvements) Streetscape Improvements-furnish and install all requisite materials,inclusive,but not limited to,forming,all ancillary excavation,dewatering and backfill,repairing and maintaining water services,adjusting manhole frames,inlet frames,valve covers,lids,and other utility covers,plus any and all ancillary costs associated with such installation,including overhead and profit,with exclusion of MOT and construction sequencing requirements/ restrictions which are to be addressed under a separate unit price heading as noted on this tabulation. Demolition 26 (EROSION AND SEDIMENTATION CONTROL 1,250 SY 27 REMOVE AND DISPOSE ASPHALT PAVEMENT Roadwa ROADWAY RECONSTRUCTION(Shaping And Compacting 12"Subbase,Import,Placment I 1,250 SY 28 And Compaction Of 8"Of Limerock LBR 100,2"Surface Course S-III) Misc.-Signage and Pavement Markings(Itemize by Type) EA 29 REMOVE AND REINSTALL EXISTING SIGN 4 2 2 LA 30 FURNISH&INSTALL 6"DOUBLE THERMOPLASTIC(SOLID) 130 LF 31 FURNISH&INSTALL 12"THERMOPLASTIC(SOLID) LF 32 FURNISH&INSTALL 24"THERMOPLASTIC(STOP BARS) 24 4 LF 33 FURNISH&INSTALL REFLECTIVE PAVEMENT MARKERS(RPM) Division 2(Streetscape Improvements)Subtotal Division 2-Sitework Total Division 3-Landscape I (Landscaping 5001 SF 34 1St.Augustine Flortam Sod,Installed on level ground 1 Division 3 Landscape Total: Total Base Bid: 20F2 . ITB 2014-230-YG-APPENDIX A1A-2(REVISED) REVISED APPENDIX FOR PROJECT AREA 5 DADE E®U L EVARD AN D NORTH LINCOLN LANE 6 ADDENDUM. .. 6 � 1 ITB 2014-230-YG ROADWAY IMPROVEMENTS VARIOUS PROJECT AREAS City of Miami Beach - ITB 2014-230-YG - APPENDIX A1E (REVISED) Unit Price Breakdown Form-Dade Boulevard and North Lincoln Lane with no more than two This Excel document has been formatted to show two decimal places on the form. the number provide unit the neare prices hundredth,this is two decimal p aces places. Should the Bidder provide more than two decimals on the unit price,the City to arrive at the total. The TOTAL BASE BID AMOUNT includes the total cost for the work mits,and taxes axes to bid, omplete consisting of work to t'efull intent as slhownrlor4ndi indicated in the contract mobilization,demobilization,overhead and profit,insurance,permits, Bidders must fully complete the Schedule of Prices Bid Form to include unit pricing and totals. The cost of any item(s)of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s)is most applicable. The General Conditions include certain"Allowance"items that have been delineated below.The Contract Unit not or only a portion of the'estimat d allowance is(used,thelB'dder used only upon the City's discretion,as needed.In the event that the item of wo rk sot conducted understands that the balance of the cost shall be returned to the City. IN THE EVENT OF ARITHMETICAL ERRORS,THE BIDDER AGREES THAT THESE ERRORS ARE ERRORS WHICH MAY BE CORRECTED BY THE CITY.BOTH UNIT PRICE DER AGREES ANY UIT AND EXTENDED TOTAL.PRICES MUST BE STATED IN UNITS OF EQU REQUIREMENTS IN ORDER TO ARRIVE AT THEOTOTAL.DIN CASE OF D SCREPANCYNN PRICE LISTED IN THE BID IS TO BE MULTIPLIED BY THE STATED QUANTITY COMPUTING THE AMOUNT OF THE BID,THE UNIT PRICE SHALL GOVERN. WILL BIDS.AIN ABSENCE OF ANY TOTALS SUBMITTEDETHE CITY SHIAONS,LINE ITEMS,ADD ALTERNATES,OR GRAND TOTAL BID,AFTER THE DEADLINE FOR RECEIPT INTERPRET AS ZERO. IN THE EVENT OF A DISCREPANCY BETWEEN THE PRICE BID IN FIGURES AND THE PRICE BID IN WORDS,THE PRICE IN WORDS SHALL GOVERN. PROJECT: PROJECT AREA#5:DADE BOULEVARD PHASE II&N LINCOLN LANE SIDEWALK IMPROVEMENTS COMPANY NAME: Summary $ Section 1-General Conditions $ Section 2-Dade Blvd Landscaping $ Section 3-Dade Blvd Pavements Markings&Signage $ Section 4-N Lincoln Lane sidewalk improvements Subtotal Base Bid:$ CONTINGENCY(10%):$ Total Base Bid:$ Bidder's Affirmation: Written Total: Company: Address: Telephone: Email: Signature: Title/Printed Name: Page 1 of 4 ITB 2014-230-YG-APPENDIX A1E City of Miami Beach - ITB 2014-230-YG - APPENDIX A1E (REVISED) Unit Price Breakdown Form-Dade Boulevard and North Lincoln Lane BIDDERS DIV. 1 ITEM NO. 1 i DESCRIPTION 1 QUANTITY I UNIT [ UNIT PRICE I TOTAL Section 1-General Conditions 1 $ $ 1 BONDS AND INSURANCE 1 LS $ $ 2 SURVEY AND LAYOUT SITE CONTROLS 1 LS $ 25.00 $ 25.00 3 INDEMNIFICATION LS $ $ 4 MOBILIZATION 1 1 $ 10,000.00 $ 10,000.00 5 ALLOWANCE:PERMIT FEES Section 1-General Conditions$ Section 2-Dade Blvd Landscaping F&I WAX MYRTLE(MYRICA cerifera);15'-17'O.A.;8'MIN. $ 7 EA $ 6 C.T.;F.G. F&I CRAPE MYRTLE(LAGERSTROEMIA x'natchez');12'-14' 6 EA $ $ 7 O.A.; 8'MIN.C.T.;F.G. F&I SHORT LEAF FIG(FICUS citrifolia);45 GAL.;8'MIN. 1 EA $ $ 8 C.T. F&I BLACK IRONWOOD(KRUGIODENDRON ferreum);45 2 EA $ $ 9 GAL;12'-14'O.A. F&I ORANGE GEIGER(CORDIA sebestena); 45 GAL.;8' S EA $ $ 10 MIN.C.T. ' F&I GREEN BUTTONWOOD(CONOCARPUS erectus);25 2 EA $ $ 11 GAL.;12'O.A. F&I BLOLLY(GUAPIRA discolor);25 GAL.;11'-14'O.A.; 2 EA $ $ 12 STANDARD F&I JAMAICA DOGWOOD(PISCIDIA piscipula);25 GAL.;12' 1 EA $ $ 13 O.A.;STANDARD F&I SABAL PALM(SABAL palmetto);STAGGERED;10'-18' 28 EA $ $ 14 C.T.; 5'O.C.,BOOTED _ F&I WILD TAMARIND(LYSILOMA latisiliqua);2-1/2"-3" 3 EA $ $ 15 CAL.;8'MIN.C.T.;B&B F&I PIGEON PLUM(COCCOLOBA diversifolia);14 B.B.;8' 12 EA $ $ 16 MIN.C.T.;STANDARD F&I BLACK TORCH(ERITHALIS frutcosa); 25 GAL.;FULL 3 EA $ $ 17 TO GROUND F&I JAMAICAN CAPER(CAPPARIS cynophallophora); 25 6 EA $ $ 18 GAL.;FULL TO GROUND F&I SILVER BUTTONWOOD(CONOCARPUS erectus var. 1 EA $ $ sericeus);19 15 GAL.;8'MIN.C.T. $ F&I SPANISH STOPPER(EUGENIA foetida); 15 GAL.;FULL 20 EA $ 20 TO GROUND 21 F&I CREEPING FIG(FICUS pumila);1 GAL.;18"O.C. 687 EA $ $ F&I FICUS REPENS SUNNY(FICUS repens);1 GAL.;18" 670 EA $ 22 O.C. F&I VARIEGATED LIRIOPE(LIRIOPE muscari);3 GAL.;24" 30 EA $ $ 23 O.C. F&I GREEN ISLAND FICUS(FICUS micriocarpa);3 GAL.; 137 EA $ $ 24 24"O.C. F&I SEASIDE OXEYE(BORRICHIA arborescens);3 GAL.; 87 EA $ $ 25 30"O.C. 26 F&I LANTANA I(LANTANA involucrata);3 GAL.;24"O.C. 90 EA $ $ 27 F&I BAHAMA COFFEE(FICUS microcarpa);3 GAL.;24"O.C. 37 EA $ F&I BOSTON FERN(NEPHROLEPIS exaltata); 3 GAL.;24" 44 EA $ $ 28 O.C. F&I FIRECRACKER PLANT(BOUVARDIA ternifolia);3 GAL.; 45 EA $ $ 29 30"O.C. F&I ORANGE GEIGER(CORDIA sebestena);25 GAL.,10'- 1 EA $ $ 30 12'O.A.;1.5"-2"CALIPER,INCLUDING IRRIGATION BY TRUCK UNTIL PLANTING ESTABLISHED F&I PIGEON PLUM(COCCOLOBA diversifolia);25 GAL.,10'- 1 EA $ $ 31 12'O.A.;1.5"-2"CALIPER,INCLUDING IRRIGATION BY TRUCK UNTIL PLANTING ESTABLISHED $ F&I ST.AUGUSTINE GRASS(STENOTAPHRUM 788 SF $ 32 secundatum) 33 F&I MULCH 70 CY $ $ F&I 20"x2"TAPPING SADDLE,INCLUDING EXCAVATION& 2 EA $ 34 RESTORATION F&I 8"x2"TAPPING SADDLE,INCLUDING EXCAVATION& 1 EA $ $ 35 RESTORATION JACK&BORE 2"POLY TUBING(TYP.),INCLUDING 300 LF $ $ 36 RESTORATION IN KIND $ 37 F&I 2"BACKFLOW PREVENTERS 3 EA $ Page 2 of 4 ITB 2014-230-YG-APPENDIX A1E City of Miami Beach - ITB 2014-230-YG - APPENDIX A1E (REVISED) Unit Price Breakdown Form-Dade Boulevard and North Lincoln Lane F&I 2"WATER METERS,INCLUDING METER BOX& 3 EA $ $ 38 FITTINGS 1 LS $ $ 39 F&I IRRIGATION SYSTEM,AS PER CITY SPECS Section 2-Dade Blvd Landscaping$ Section 3-Dade Blvd.Pavement Markings&Signage 2 EA $ $ 40 F&I SIGN R1-1 (BIKE SIZE) 1 EA $ $ 41 RELOCATE EXISTING SIGN R1-2 1 EA $ $ 42 RELOCATE EXISTING SIGN R10-17a 2 EA $ $ 43 F&I SIGN R3-17 1 EA $ $ 44 F&I SIGN R10-15 1 EA $ $ 45 RELOCATE EXISTING SIGN R10-15 EA $ $ 46 F&I SIGN W16-9P 5 5 EA $ $ 47 F&I SIGN W5-4a 4 EA $ $ 48 F&I SIGN W11-15 1 EA $ $2 49 F&I SIGN W1-1 EA $ $ 50 F&I SIGN R9-6 3 3 EA $ $ 51 F&I SIGN D11-1 6 EA $ $ 52 F&I SIGN D11-1a 1 EA $ $3 53 F&I SIGN D11-2 EA $ $ 54 F&I SIGN M6-1 8 8 EA $ $ 55 F&I SIGN M6-6 1 EA $ $ 56 F&I SIGN W11-1 4 EA $ $ 57 F&I SIGN W16-7P 1 EA $ $2 58 F&I SIGN M6-2 1 EA $ $ 59 RELOCATE EXISTING WAYFINDING SIGN 3 EA $ $ 60 REMOVE EXISTING SIGNS 1 LS $ $ 61 REMOVE EXISTING STRIPING,AS PER PLANS $ MARKING WHITE THERMOPLASTIC BICYCLE LANE SYMBOL 3 EA $ 62 PAVEMENT 10'x11'BIKE BOX WITH INCLUDED PLAN SYMBOLS,WITH 1 LS $ $ 63 25'x4'BIKE BOX EXTENSION LANE,AS PER SPECS OR EQUAL $ 64 WHITE THERMOPLASTIC ARROW PAVEMENT MARKING 10 EA $ $ 65 6"THERMOPLASTIC YELLOW PAVEMENT MARKING 1,380 LF $ $ 66 6"THERMOPLASTIC WHITE PAVEMENT MARKING 570 LF $ $ 67 12"THERMOPLASTIC WHITE PAVEMENT MARKING LF $ $ 68 18"THERMOPLASTIC YELLOW PAVEMENT MARKING LF $ $ 69 18"THERMOPLASTIC WHITE PAVEMENT MARKING 40 LF $ $ 70 24"THERMOPLASTIC WHITE PAVEMENT MARKING $ ARKINGS(WASHINGTON AVE) "BUS ONLY"&"WAIT HERE"THERMOPLASTIC WHITE 1 LS $ 71 PAVEMENT M 1,250 SY $ $ 72 REMOVE EXISTING ASPHALT 1, SY $ $ 73 DEMOLISH EXISTING CONCRETE 185 5 SY $ $ 74 DEMOLISH EXISTING 6"CURB 295 LF $ $ 75 DEMOLISH EXISTING CURB&GUTTER $ EOTEXTILE AS PER DETAIL PERMEABLE CONCRETE,8"THICK,INCLUDING BASE(57 1,250 SY $ 76 STONE)&G $ 77 ADA RAMPS 7 EA $ 130 LF $ $ 78 6"TYPE D CURB 15 LF $ $ 79 6"FLUSH CURB $ RESTORATION 2'TYPE F CURB&GUTTER,INCLUDING ADJACENT 60 LF $ 80 PAVEMENT 2'TYPE F CURB&GUTTER,WITH CMB RED COLORING, 165 LF $ $ 81 INCLUDING ADJACENT PAVEMENT RESTORATION 2'VALLEY GUTTER,INCLUDING ADJACENT PAVEMENT 40 LF $ $ 82 RESTORATION 2'VALLEY GUTTER,WITH CMB RED COLORING, 35 LF $ $ 83 INCLUDING ADJACENT PAVEMENT RESTORATION A $ $ 84 RELOCATE PEDESTRIAN SIGNAL 1 35 E EA $ $ 85 4"CONCRETE SIDEWALK 15 SY $ $ 86 6"CONCRETE SIDEWALK RELOCATE JERUSALEM STONE WALL(EAST SIDE OF LS $ $ 87 MERIDIAN AVE,AS PER PLAN),INCLUDING ELECTRICAL 1 &FOUNDATION Page 3 of 4 ITB 2014-230-YG-APPENDIX AlE City of Miami Beach - ITB 2014-230-YG - APPENDIX A1E (REVISED) Unit Price Breakdown Form-Dade Boulevard and North Lincoln Lane REWORK EXISTING BASE UNDER JERUSALEM STONE 88 (MERIDIAN AVE). REMOVE AND REUSE JERUSALEM 110 SY $ $ STONE AS PER PLAN Section 3 -Dade Blvd Pavement Markings&Signage$ Section 4-Lincoln Lane Sidewalk Improvements 89 ASPHALT PAVEMENT MILLING(2"AVG.) 545 SY $ $ 90 EXISTING CONCRETE DEMOLITION 21 SY $ $ 91 REMOVE EXISTING INLET&BACKFILL 1 EA $ $ REMOVE EXISTING 8"STORM PIPE&SEAL EXISTING 1 EA $ $ 92 MANHOLE CONNECTION EXISTING UTILITY ADJUSTMENT(AS NEEDED,AS PER 1 LS $ $ 93 PLAN) 94 F&I USF 4134 FRAME&6001 GRATE 1 EA $ $ 95 F&I USF 4621 FRAME&6296 GRATE 1 EA $ $ 96 6"CONCRETE SIDEWALK 65 SY $ $ 97 4"CONCRETE SIDEWALK 67 SY $ $ 98 PRIME COAT 385 SY $ $ 99 TACK COAT 385 SY $ $ 100 2"ASPHALT 385 SY $ $ 101 24"CURB&GUTTER 115 LF $ $ 102 24"VALLEY GUTTER 120 LF $ $ 103 ADA RAMPS 4 EA $ $ 104 RELOCATE'NO PARKING'SIGN 1 EA $ $ 105 F&I SIGN R1-1 1 EA $ $ 106 F&I SIGN R6-1L 1 EA $ $ 107 F&I SIGN R8-3gP 5 EA $ $ 108 6"THERMOPLASTIC WHITE PAVEMENT MARKING 885 LF $ $ 109 6"THERMOPLASTIC DOUBLE YELLOW PAVEMENT 50 LF $ $ MARKING 110 12"THERMOPLASTIC WHITE PAVEMENT MARKING 55 LF $ $ 111 18"THERMOPLASTIC WHITE PAVEMENT MARKING 160 LF $ $ 112 24"THERMOPLASTIC WHITE PAVEMENT MARKING 16 LF $ $ Section 4-Lincoln Lane sidewalk improvements$ SUBTOTAL BASE BID$ CONTINGENCY(10%)$ TOTAL BASE BID$ I ITB 2014-230-YG-APPENDIX A1E Page 4 of 4 INVITATION TO BID ROADWAY IMPROVEMENTS VARIOUS PROJECT AREAS ITB No. 2014-230-YG BID ISSUANCE DATE: JULY 23, 2014 BID OPENING: AUGUST 26, 2014 ISSUED BY: „As, 4, MIAMIBEACH Yusbel Gonzalez, Senior Procurement Specialist DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive, Miami Beach, FL 33139 305.673.7000x6230 I Fax: 786.394.4073 I www.miamibeachfl.gov INVITATION TO BID SUMMARY AAIMAI BEACH Bid Element = . Description Invitation to Bid No. 2014-230-YG Estimated Construction Budget $1,117,000.00 26th Street and Flamingo: $330,000 75th Street:$30,000 77t'Street:$32,000 4541 North Bay Road: $160,000.00 Dade Blvd: $500,000 Lincoln Lane: $65,000 ITB Title: ROADWAY IMPROVEMENT BUNDLE Basic Description of the Scope of Work: The various projects under this ITB consists of the following: PROJECT AREA # 1: 26th Street-Flamingo Place Drainage Improvements: furnishing all labor, machinery, tools, means of transportation, supplies, equipment, materials, services necessary for the construction work along W 26 Street between Pine Tree Dr. and Flamingo Drive and Flamingo Place between 25 and 26 Streets PROJECT AREA # 2: 75th Street: furnishing all labor, machinery, tools, means of transportation, supplies, equipment, materials, services necessary for the construction work on the Proposed Milling & Resurfacing of 75 Street between Harding and Collins Avenues. PROJECT AREA # 3: 77th Street: furnishing all labor, machinery, tools, means of transportation, supplies, equipment, materials, services necessary for the construction work on the Proposed Milling & Resurfacing of 77 Street between Dickens Avenue and Byron Avenue. PROJECT AREA# 4: Vicinity of 4541 North Bay Road: furnishing all labor, machinery, tools, means of transportation, supplies, equipment, materials, services necessary for the construction work along North Bay Road, between 4501 North Bay Road and 4555 North Bay Road. BID NO:2014-230-YG CITYOF MIAMI BEACH MIAMI BEACH DUE DATE:AUGUST 26,2014 2 PROJECT AREA # 5: Dade Boulevard and North Lincoln Lane: furnishing & installing landscaping adjacent to the Dade Blvd shared- path from Alton Rd to Convention Center Dr; Additionally, the project consists of installing a new sidewalk, curb & gutter, signage, pavement markings, and utility adjustments along N Lincoln Ln, near the intersection with Meridian Ct. Bid Issuance: JULY 23, 2014 Technical Drawings and Specifications are available for free download at: www.publicpurchase.com OR are available on CD for pick up for a fee of $20.00 at: Procurement Management Department City Hall, Third Floor 1700 Convention Center Drive Miami Beach, FL 33139 Pre-Bid Conference AUGUST 5, 2014 AT 10:00 AM Date, Time, & Location: City Manager's Large Conference Room ❑ Meeting is Mandatory(only if box is checked) Miami Beach City Hall, 4th Floor 1700 Convention Center Drive Miami Beach, FL 33139 Pre-Bid Conference Dial-in Instructions: (Continued) • Dial the Telephone Number: 888-270-9936 • Enter the Meeting Number: 1142644 and then press the pound (#) key Site Visit Date, Time, & Location: ❑ Site Visit is Mandatory(only if box is checked) NOT APPLICABLE Last Day for Receipt of Questions: AUGUST 14, 2014 AT 5:00 PM Bid Due Date & Time: AUGUST 26, 2014 AT 3:00 PM Bid Opening Date and Time: Immediately following the above due time or as close as feasibly possible. Formal Bid Opening Location Procurement Management Department (respond to): City Hall, Third Floor 1700 Convention Center Drive Miami Beach, FL 33039 Response Format: Per bid documents: 1. Sealed Opaque Envelope (Properly Addressed)As per Section 0400 Below BID NO:2014-230-YG CITYOF MIAMI BEACH df,,,'I BEACH DUE DATE:AUGUST 26,2014 3 Basic Bid Requirements: 1. Bid Guaranty of 5% Please reference Section 0200 for detailed information. is required at the time of bid submission. ❑ is NOT required for this project. 2. Performance and Payment bond equal to 100% of the total project: N SHALL be required prior to contracting with the successful bidder. Alternative security instruments will be considered under City Code. Bidders shall submit a Letter of Intent from an A-rated Financial Class V Surety Company to bond the project. N SHALL NOT be required for this project. Prevailing Wage Rates ❑ SHALL be applied. Please reference Section 0200 for detailed information. © SHALL NOT be applied. Project Completion Timeframe: PROJECT AREA # 1: 26th Street-Flamingo Place Drainage Improvements: 150 calendar days, substantial completion 30 calendar days, final completion PROJECT AREA#2: 75th Street: 60 calendar days, substantial completion 30 calendar days, final completion PROJECT AREA# 3: 77th Street: 60 calendar days, substantial completion 30 calendar days, final completion PROJECT AREA # 4: Vicinity of 4541 North Bay Road: 90 calendar days, substantial completion 30 calendar days, final completion PROJECT AREA # 5: Dade Boulevard and North Lincoln Lane: 120 calendar days, substantial completion 150 calendar days, final completion Liquidated Damages: $ TBD shall be assessed for each day after Substantial Completion that the Work is not complete. Procurement Contact Information: Yusbel Gonzalez, CPPB Senior Procurement Specialist Phone: 305.673.7000 ext. 6230 E-mail: yusbel ftonzalez @miamibeachfl.gov Fax: 786-394-4073 BID NO:2014-230-YG CITYOF MIAMI BEACH IV,dNV\I BEACH DUE DATE:AUGUST 26,2014 4 NOTIFICATIONS AND AMENDMENTS: Bid Notifications and Amendments are issued through the City's partnership with Public Purchase. To ensure receipt of all amendments to this bid, please make sure that your company is registered at: www.publicpurchase.com CONE OF SILENCE: Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientlD=13097&statelD=9&statename=Florida. Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado @miamibeachfl.gov. BID NO:2014-230-YG CITYOF MIAMI BEACH /\A ilV\A IBEAC DUE DATE:AUGUST 26,2014 5 TABLE OF CONTENTS SOLICITATION SECTIONS PAGE 0100 DEFINITIONS 5 0200 INSTRUCTIONS TO BIDDERS 8 0300 MINIMUM QUALIFICATIONS AND REQUIREMENTS 15 0400 BID SUBMITTAL REQUIREMENTS & FORMAT 17 0500 GENERAL TERMS AND CONDITIONS 20 APPENDICES: PAGE APPENDIX A PRICE FORM, BID TENDER FORM, & SUPPLEMENTS 50 APPENDIX B LIST OF PLANS AND SPECIFICATIONS 81 APPENDIX C REQUIRED FORMS FOR BID SUBMITTAL 83 APPENDIX D REQUIRED FORMS (POST-AWARD) 88 APPENDIX E SAMPLE CONTRACT 100 0100 DEFINITIONS: 1. Definitions: Whenever the following terms or pronouns in place of them appear in the Project Manual, the intent and meaning shall be interpreted as follows: 1.1 Bid: shall refer to any offer(s) submitted in response to this ITB. The terms "Bid" and "Bid Submittal" are used interchangeably. 1.2 Bidder: Any individual, firm, or corporation submitting a bid for this Project, acting directly or through a duly authorized representative. 1.3 Change Order: A written document ordering a change in the Contract Price or Contract Time or a material change. 1.4 City: The City (or Owner) shall mean the City of Miami Beach, a Florida municipal corporation, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida 33139, which is a party hereto and for for which this Contract is to be performed. In all respects hereunder, City's performance is pursuant to City's position as the owner of a construction project. In the event City exercises its regulatory authority as a governmental body, the exercise of such regulatory authority and the enforcement of any rules, regulations, laws and ordinances shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a party to this Contract. 1.5 City Commission: City Commission shall mean the governing and legislative body of the City. 1.6 City Manager: City Manager shall mean the Chief Administrative Officer of the City. 1.7 Consultant: shall refer to a Registered Architect and/or Licensed Professional Engineer that has been contracted by the City to provide professional services for this project. 1.8 Contract: The part or section of the Contract Documents addressing some of the rights and duties of the parties hereto, including but not limited to contract time and liquidated damages. 1.9 Contract Administrator: The City's Contract Administrator shall mean the individual appointed by the City Manager who shall be the City's authorized representative to coordinate, direct, and review on behalf of the City, all matters related to the Project. The City's Contract Administrator for the Project shall be the Capital Projects Coordinator. 1.10 Contract Documents: The official documents setting forth bidding information, requirements and contractual obligations for the project and includes the Contract, Invitation to Bid, Scope of Work, Instructions to Bidders, Supplements, Technical Specifications, Exhibits, Certificated, Closeout Forms, General Conditions, Supplementary Conditions, Plans, Drawings, Addenda, Award by the City Commission, Bonds, Notice of Award, Notices to Proceed, Purchase Order(s), Change Order(s), Field Order(s), Supplemental BID NO: 2014-230-YG CITYOF MIAMI BEACH MIAMI BEACH DUE DATE:AUGUST 26,2014 7 Instructions, and any additional documents the submission of which is required by the Project. 1.11 Contract Price: The original amount established in the Bid Submittal and award by the City, as may be amended by Change Order. 1.12 Contract Time: The original time between commencement and completion, including any milestone dates thereof, established in Article 2 of the Sample Contract(Appendix E, attached), as may be amended by Change Order. 1.13 Contractor: The person or entity with whom the City has contracted and who is responsible for the acceptable performance of the Work and for the payment of all legal debts pertaining to the Work. All references in the Contract Documents to third parties under contract or control of Contractor shall be deemed to be a reference to Contractor. 1.14 Field Order: A written order which orders minor changes in the Work but which does not involve a change in the Contract Price or Contract Time. 1.15 Final Completion: The date certified by Consultant in the Final Certificate of Payment upon which all conditions and requirements of any permits and regulatory agencies have been satisfied; any documents required by the Contract Documents have been received by Consultant; any other documents required to be provided by Contractor have been received by Consultant; and, to the best of Consultant's knowledge, information, and belief, the Work defined herein has been fully completed in accordance with the terms and conditions of the Contract Documents. 1.16 Materials: Materials incorporated in this Project, or used or consumed in the performance of the Work. 1.17 Notice(s) to Proceed: Written notice to Contractor authorizing the commencement of the activities identified in the notice or as described in the Contract Documents. 1.18 Plans and/or Drawings: The official graphic representations of this Project which are a part of the Contract Documents. 1.19 Program Manager: Not applicable. 1.20 Project: The construction project described in the Contract Documents, including the Work described therein. 1.21 Project Initiation Date: The date upon which the Contract Time commences. 1.22 Resident Project Representative: Not applicable. 1.23 Responsible Bidder: An offeror who has the capability in all respects to perform fully the contract requirements, and the integrity and reliability which will assure good faith performance. 1.24 Responsive Bidder: A person or entity who has submitted a bid which conforms in all material respects to a solicitation. A bid or proposal of a Responsive Bidder must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or BID NO:2014-230-YG CITYOF MIAMI BEACH t1,°I M1_BEACH DUE DATE:AUGUST 26,2014 8 other mandated requirements by the bid documents to be submitted at the time of bid opening. 1.25 Subcontractor: A person or entity 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. 1.26 Substantial Completion: The date certified in writing by Consultant, and as fully determined by the Contract Administrator in his/her sole discretion the work, or a portion thereof, is at a level of completion in substantial compliance with the Contract Documents such that all conditions and requirements of permits and regulatory agencies have been satisfied and the Work is sufficiently complete in accordance with the Contract Documents so the Project is available for beneficial occupancy by City. A Certificate of Occupancy or Certificate of Completion and/or other authorization from the City acceptable to Contract Administrator must be issued for Substantial Completion to be achieved; however, the issuance of a Certificate of Occupancy or Certificate of Completion or the date thereof are not to be determinative of the achievement or date of Substantial Completion. 1.27 Surety: The surety company or individual which is bound by the performance bond and payment bond with and for Contractor who is primarily liable, and which surety company or individual is responsible for Contractor's satisfactory performance of the work under the contract and for the payment of all debts pertaining thereto in accordance with Section 255.05, Florida Statutes. 1.28 Work: The 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 Contractor to fulfill Contractor's obligations. The Work may constitute the whole or a part of the Project. Balance of Page Intentionally Left Blank BID NO:2014-230-YG CITYOF MIAMI BEACH MIAMI BEACH DUE DATE:AUGUST 26,2014 9 0200 INSTRUCTIONS TO BIDDERS: 1. General: The following instructions are given for the purpose of guiding Bidders in properly preparing their bids. Such instructions have equal force and weight with other portions of the Contract Documents and strict compliance is required with all the provisions contained in the instructions. Bidders shall note that various paragraphs within these bid documents have a box ( ) which may be checked ( © ). If the box is checked, the language is made a part of the bid documents and compliance therewith is required of the Bidder; if the box is not checked, the language is not made a part of the bid documents. 2. Background and Scope of Work: PROJECT AREA # 1: 26th Street-Flamingo Place Drainage Improvements. The Proposed drainage improvements are located along W 26 Street between Pine Tree Drive and Flamingo Drive and Flamingo Place between 25 and 26 Streets, in the Bayshore Neighborhood. The new drainage work and road reconstruction will provide improved protection for flooding in the area. The work for this location will consist of furnishing all labor, machinery, tools, means of transportation, supplies, equipment, materials, services necessary for the construction work along W 26 Street between Pine Tree Dr. and Flamingo Drive and Flamingo Place between 25 and 26 Streets. The work to be performed includes, but is not limited to: installation of drainage pipes, install precast inlets, precast manholes, install in-line check valve in existing outfall pipe, install manatee grate, install concrete curb and gutters, install 6-in Miami Beach Red sidewalk, 4-in Miami Beach Red sidewalk, ADA ramps, sod restoration, pavement reconstruction, signalization, pavement markings, traffic control and all ancillary and miscellaneous work for a complete project in accordance with plans, specifications and contract documents PROJECT AREA # 2: 75th Street. Background: Two blocks of the 75th Street not included in the neighborhood improvements require asphalt maintenance due to existing pavement is in bad condition. This project supports the following KIO's, to ensure well maintained infrastructure; to maintain public areas and right of ways The work for this location consists of furnishing all labor, machinery, tools, means of transportation, supplies, equipment, materials, and services necessary for the construction work on the proposed milling & resurfacing of 75 street between Harding and Collins Avenues. The work to be performed includes, but is not limited to: Milling and Resurfacing approximately 1,400 square yards of road, pavement markings, traffic control and all ancillary and miscellaneous work for a complete project. PROJECT AREA # 3: 77th Street. Background: Two blocks of the 77th Street not included in the neighborhood improvements require asphalt maintenance due to existing pavement is in bad condition. This project supports the following KIO's, to ensure well maintained infrastructure; to maintain public areas and right of ways The work specified for this location consists of furnishing all labor, machinery, tools, means of transportation, supplies, equipment, materials, services necessary for the construction work on the Proposed Milling & Resurfacing of 77 Street between Dickens Avenue and Byron Avenue. The work to be performed includes, but is not limited to: Milling and resurfacing approximately 1,325 square yards of road, pavement markings, traffic control and all ancillary and miscellaneous work for a complete project. BID NO:2014-230-YG CITYOF MIAMI BEACH M,AM 1 BEACH DUE DATE:AUGUST 26,2014 10 PROJECT AREA # 4: Vicinity of 4541 North Bay Road. The section of North Bay Road in the area of 4541 North Bay Road had been observed to be flooded during rainfall events. There had also been complaints several times from residents in this area concerning this same condition. Following these, drainage improvements in this section have been proposed to address this issue. The work for this location consists of furnishing all labor, machinery, tools, means of transportation, supplies, equipment, materials, services necessary for the construction work along North Bay Road, between 4501 North Bay Road and 4555 North Bay Road. The work under this Project includes, but is not limited to: installation of 100LF of 15" diameter A2000 PVC pipe, five (5) 48" diameter catch basin structure, one (1) 48" diameter manhole structure, one (1) 60" X 48" manhole structure, one (1) 32" X 32" catch basin structure, and replace one (1) existing manhole cover with USF 4105 Frame & 6224 Grate. The work also includes restoration, milling and resurfacing, swale reclamation, roadway reconstruction, driveway restoration, pavement markings, traffic control and miscellaneous work for a complete project in accordance with plans, specifications and contract documents. PROJECT AREA # 5: Dade Boulevard and North Lincoln Lane. The original Dade Blvd shared-path project was completed in late 2013 and provides access for pedestrians and bicyclists from the Venetian Islands, eastward towards the beach. Dade Blvd Phase II will complete the remaining work for this shared-path, including the landscaping, signage, pavement markings, and some hardscape improvements. Also included in this package is the N Lincoln Lane sidewalk Improvements project, due to its similar scope of work and close proximity. Completion of this project will provide improved pedestrian-access to the businesses located here via the new sidewalk, and also more organized flow of traffic through the corridor. The project consists of furnishing & installing landscaping adjacent to the Dade Blvd shared-path from Alton Rd to Convention Center Dr. Proposed signage & pavement markings are also to be installed along this route from the 17 St bridge to Washington Ave, as well as various hardscape-related works along the path, including a section of new permeable concrete. Additionally, the project consists of installing a new sidewalk, curb & gutter, signage, pavement markings, and utility adjustments along N Lincoln Ln, near the intersection with Meridian Ct. 3. Abbreviations and Symbols: The abbreviations used throughout the Contract Documents are defined hereinafter in the Technical Specifications. The symbols used in the Plans are defined therein. 4. Examination of Contract Documents and Site: It is the responsibility of each Bidder before submitting a Bid, to: 6.1 Examine the Contract Documents thoroughly. 6.2 Visit the site or structure to become familiar with conditions that may affect costs, progress, performance or furnishing of the Work. 6.3 Take into account federal, state and local (City and Miami-Dade County) laws, regulations, permits, and ordinances that may affect costs, progress, performance, furnishing of the Work, or award. 6.4 Study and carefully correlate Bidder's observations with the Contract Documents. BID NO:2014-230-YG CITYOF MIAMI BEACH !/IM(BEACH DUE DATE:AUGUST 26,2014 11 6.5 Carefully review the Contract Documents and notify Consultant of all conflicts, errors or discrepancies in the Contract Documents of which Bidder knows or reasonably should have known. The submission of a Bid shall constitute an incontrovertible representation by Bidder that Bidder has complied with the above requirements and that without exception, the Bid is premised upon performing and furnishing the Work required by the Contract Documents and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 5. Location of Work: This Scope of Work shall be completed at the following Locations: 26t`' Street-Flamingo Place Drainage Improvements 1 r��,/°"'^" ; $ r• c.,,...1 L.A x i�.`r ,X I fig i• 'fir 7 F "`-,_...` �. �S1 I. ,,, i' Ii ,'(¢qi€� ti -, i ►, t c . k )E !€4i( f €r..^..._1 f '"ail (EEC 'J 1 .Fr x`` e 1 ftk ;e j?<' z3? yr t ?l"^. q -F^�'tom_ €i {j: t 3'!_ 1 / x �. �."x 6rd,r 1 tf1 r �f•�`f e rttF3`�" (� �i`-,.".'i; 1 31t!_€ it{ f /'g ,1' /4,--3 r`..,,,7` ./ I i s i i F a3 i I F d €r 1 1€ Lf €1€t i `' {rrf f?r/,g6..".':,C.,,,�z`rf�k �x i 1 t''�'"_i L.a�_,!, 3€fl ?, !,,, ! PROJECT LOCATION �.P !S � € �„3 €r "w,•"^�..1 !'/ r i �'€ if [€Ex €33 r e j!! -��_. t f I {r ,,, Ark f, kii:3„\ ",''':;;;,D.',.,..*-4 '''i1 ----i.R .1'i ---)"Off r---1. .\ '-,,.. 7'+'['( 4 A\,,. -;.,yam s_._....__. -m. �+ {3 € "i€-._S t'-."4 ,/''° . ' k \ l' 4 .- - , 3 t; L-4 1-4-1 ,- €E rA ! ?ia ! jl !` it ? !i< (€ jE : Ii r 9� '€` x 11 Ff tiro .;.: :..c,.. � 3 YS !1, j'Y , 3,tea! ,.,.` :'` ,, , • y p€3..._ri ..} fj -�- _. _ #s € , , iI !f 1 �--�-, € i� e -..:f (,., F E 1, i : 3 i ,yid Til, . o ' - !€-- ,- ,/, -7'1 L °€L._-�}'3 E '� .,•,e''�. S},_.,,,# _Ti l, 1 _'- ° r F 4 ?^i f ir.'J f f /i l/`—.."J.f *t f 4.r i it.„._.,,,,,,_„:eta 3� ! �i f .'- -.-'' ` 7 'r 3�1 I fir` r i 3 i P f "~,.. ` ,'`,..._.,,,,L,,...:-. 1. -3 °� i tM %r', !i,'! $ 1 s 1 i'i i f 1 E€. .e - t ;3r �'•_" 4.E ', Mfrs t y .t( 'e} I ,o..._,-1 ?,.--...z ,t....,� r' _ f" 3 (, 1 t G € y E 7 i" :V,t 3 ff' 3 ' .,°o fib' e r lE 1 'r€ (n� f !-"..`€L a_ `r C "+'. ` � €(- .1{ r 4 4.," �< r^_.---... a -R...._,_ E i :1 ,-. *� ,,i,,,,,f j�€ ' €r m',�,`Ira'" _ st: 1 ^r'r .41,0,,,,' .� r •3 V..—....0 <.-., -,—._AJ t.. ai€ ! i� 3 e,+ 3 r".r;;,-'? „� {.3l ''?",,,,,,/ f , j n ......... .......a t ......_....._"` f , t`i Y 3�( „*, ,,r' r-r--,..':,1 a`�w -3i_ f f r}. BID NO:2014-230-YG CITYOF MIAMI BEACH M ilk MIBEACH DUE DATE:AUGUST 26,2014 12 . 75th Street PROJECT LOCATION ... z / . /)/(‘'. 7 /27 11 I Li[rj #,../.. : K1 SIP.,.I 1 >,,a- / \\,, f--1(5, 51,Lit-L) --1 1 // 2„ „..,,,,, , , LH , H 7 ,, . 4, -.:4-.:.;" . i,,, .,,,.,i tt,t, icr 4 -.1. k ,3: , I, __ ,___„„„.,.. 7g- Tr_ I i / / ,,././1 1 ,,..A '.--t-..'---' ' .,..... 4.- u... / -----J •',f; ,-.5. n / , 4 ,,...,r, :-.,.._ ,..... ,.. 4.....,... ,, :.;... •, ..„ ,,,,,,„ 7,,::______ IT] I It, i [ ;,., 1 .. ! . .._ ,..,..„ i ,.... . ,............„,...„ , . , 0 , . . ,... , ,.„... 110 . , ST' E z ., _L.: : ,, ,,,, , ..., ,.....-„.. , , -,,,„„ r.-- ,--i , 0 , . ,..., , -..„, „...,,,..) .•7,..,• . : '.--1 1 / W 1 ..i'....7 , 1 '4-:-. 3 '-'s 1 A ' hi 1 ,,,,, ,.-l' i t 1 ,,: ,..,,,,,,, ' '- _ ....:— --- _____— _ i V \ 4 4 14 : ;-------------_—_____ .". , If?, 'i, ] I ,..<744,ani4i,:',-4-F. .7-'/A, \,',.. ''''–\%. \ \\\:‘', ,..----j; \''''‘-'-', .\ ---•\\ \ \ , . ii ,N. ;1 ''', ) '"' - .::j .INSI. _ 11 --ji_------__.....,---- 1 r ----\\'‘,:'• —\\----I's<,. , „.... ---j- ,----, r 1 1 –1 iL '';,:-. \ 1 0 1 f f , i 1 i ,,,,--31 _ \ ... r,,34`,E.•:\\,..._ \ \''''...A\-----\ El C:PL- - ---H • -ri _,--- ..---- r---- , , -I– "------'•7---',„ ‘ ,,, ,,,.. , i----- , 1 , i 1. , , i BID NO:2014-230-YG CITYOF MIAMI BEACH !MIA/MI BEACH DUE DATE:AUGUST 26,2014 13 1 1 77th Street ___ P.5 OJECT LOCATION F i I' F, Ax 7 1. S • zn , s:, I a , qF 1 t j 3 T E RA• ,/ r�/ /' .�Kg, =• 3 4 £ 1 �• 1 j t .,,�J - Al 7 { 3, I 3 } $'1 L,3 (t f 1 } r 1:1.: -",: i F ,� S1 .ate a ,, ,-. �.__ 1 1 _... _...__. ' . i ! I .7 . i 1 . `,,,: <,.. _I '`af ate- I ..q���� 4 ,. }• 0, �x8 1 k `'w .�°o i D' ..< � �..._..- -,.fir^ � --....� ��. J _�4 ,' � k _. ' y �— 9w '1 III 3 f fix . , 1 ..3 1 }; { } { N. L.... i . 3 1 § _ 1 M I 7 E m i •L'.°- ) '7\ 7-' if I el I ,,f ., ,J ,, ::: 1 , ,\ k„, •-4:"I:' , '77; i-i ¢ -.:e1 ,' f;€ .t. ie . a t 5 _.. y ...., 3I.1 y A 7 r a� } e, -< `^.—,.:<�<:.::x,,:.µ,.M i }€ _r,.,..,s m.. -....,.,, i s i ) { �'w i K i1 • I • , x :... € q a -' ,t �' # z i E r 11 3 # w.1 1 I f BID NO:2014-230-YG CITYOF MIAMI BEACH 'i=3M1BEACH DUE DATE:AUGUST 26,2014 14 Vicinity of 4541 North Bay Road: _.......„. \ i PROJECT LOCATION ........; , -...___‘ , -•-_. -____ ,, ,.. 3,. if.. 3 , , • .. 1 1 i : . "'. , • ', (,;., i 1 >1 i , i i € , ,>, .: . • : J , \i\•1! 15-2'; \ 1 i: i CH \\ . --•• • , i ; ,i ,, 1. i• , i . , , - • :RA BOWER i i y = -, .,•-t ; 31TO ;• ., ‹.."2 i ? i , i i •' ' • ;•,,,- ,' ' ' i , • GOR A .•,/ ,:), ,, i — . A': ••, -.J ,,' ,,........- / /: --,1-,'" :,:•,:•;- 1 ; , / ‘' •';•.• , • Oa IN / i DRN ' j ,■ ON / ‘,..,',,, / ,,---,....,i,/ / , , • ,, , , ' , ,RALES 1 , : i• , i „, 1 ' '„,i , _ , : ; , :., ,,...J4••• z4 i • . , .., . •-•-•%._:, / • , (----••-.. 4',' i , i I ! ; .'. .• .• PENTER, RE. ALTI ,=,------ . ---. % ,„,_ — = • = SRCK P E , , . :, :c-••...,, .,•=, : : ,, 41 = • • , :;=, , : = ,..:, ===,=,•,- „: = i ;.-.v , i .-,,,,,,,,y,,,,, ., =,, : = ! •-::: , , , i ! • , i 1 : I ',-;7;• j 1 LOCATION MAP BID NO:2014-230-YG CITYOF MIAMI BEACH tvA I AM 1 BEAC H DUE DATE:AUGUST 26,2014 15 • Dade Boulevard and North Lincoln Lane PROJECT LOCATION - .. . . . -..(.\(,-.i,...'1_--,..-.1,•_1,-.i-r.._n..H.4.r,.. ,1-7B.:..- -d•t-.i-..-•H--,7-.•7 7;-sT1..-,-, -_-)-.\. . 1 ,r_,5. '.XY__.:.14-_.--1-j4-.--•----- ,::_:1 i.7••i•,o;•/....1..2,n.,.. .„j.)',,,>- &J_-,---r-e-.,..,t.4,.,,,„-,,?”,,,,),./,...."1„,//12 ....1• ..., en I 4) . I iA 0=Ccl.ELPD . t 01'.' .. • ,7.-.1 , 1/41s7— ) "V 1 ,,,---7- , I 1 /II . , „..........,.............,„.... . . . ,.. -.. • ,. •• - . - i Is/ II .1 / _.,..0.---<;,..„...„.•-"..'.. ''''''`- ''- 1. '-,1' 2/.., .• 1 4-----' ''----3. • • .A.NC, 4-- ( V: ' •.I...!. . .•' . - /- . ' il- 1 ,-1`-' -3-..f.'-' ii - i r-- ' ). : .... / / ..,,,,,. 7 #/.• • .,.,.,' L. .• / ' : •--.1/ . .itti-13 -. .-,pr /2 . .-, • *. . • -- • ••-• oodtx.f. .,,,,,,,, .72.-... .E:1:7 -s`1,,---,11,17/ •SOf ... . ...,..,,,-,14.,,,,,,•.'::--:.,,:'..):i.T.,...->/--\\, ..goiee '"S";:i':''2:"'I r-77-7,7(..., ic-- ..,....----, , „:„. 77. v.. • ''''( , ')\- ' ao.,,,s ill. ::1;''.:•4.kiit.!, 41.''~-/-.. ,••• . "C 4,, ,,,,..,,, :, •. • . . Ai, _ , x,c. pri ri tlz,,,,,,‘,,,..,, !A- . ,A4,L) ,4 '• ,..,-- ,,?9-0 ,s.p....,..,n,AtiTii.„ . i . .. .-s . ,,,,,, .•-,:1,..'....1,.: L1.1.,,1,I,HiE•..--;_i.1-7Eli•0 l:,',a,(r.i.,4-.,.,:...;.c=;.-..• .L-.7•t__.• . --. Lu L. L " \ E71 '...I\ t,i = WIr- ,, •- 4_, 1 r --- ..I WI —,:// l'-'''L.:-. T --1,7 ,.:11-• :':„( ' ..--::.,.,._ , ,,Lii ,T. . . / 1 I '. 0 El I 1 ..' , 1 j NW 1 i • . - / .1 1 11 / i 77: 07. . . :t .4 . • •7..,. -' E'.........7. .'- "' l' 11 ,,,,4.[ I I I 1 iz, 11 fl fl Q D 1 \ PILAF', .• ■ L-r. \. 1 I''T 'I : 7 '431 , ..,. 11=71 linr9..V.Y. f i '\ 1 I I did ED 1 ......1111jfil It. i --- -- Fr.r.,':-.1. ' _ __—_.:_.[1-di 11' 1/17' .±._,-.... ..:L'. ,,.1i— LW _ __ .\ : . L.., 1:. PITRFHT . .1 •1:—= ---H. , La - 1 In - • ,..,„. . . 1-1 nn .Ej,m477ip/iTh-7,-_- 11 I.L-1- - .___21.1.,„ _il 1111 iti. ,ILI i I In ) i 1 rim El TT nn nn nn nn FIETlin....43,-1:7),±...i)/ i • . . BID NO:2014-230-YG CITYOF MIAMI BEACH MIAMI BEACH DUE DATE:AUGUST 26,2014 16 • . Dade Boulevard and North Lincoln Lane - JEFFERSON AVE. & 19 ST. TREE REPLACEMENT F.'6..3:: ! f jf I( j 1 .{ F V/ Yp f ijk P°1..,.j 1 L');,-;" Pal3 f7 in f 1E Y-c,lt a.� �4��f �'4�3{ R: r .---y'-y, `f•s,,,iii-a._3i.,y...._. �,. .• ^PROJECT LOCATIO ,1 „ a , , „ � 1 f $,,x,,,, ! �1 „,,g ado,.s f lr x g-y� , , k i lc, r 5,. ii , l$ [[ ,:,.%,%' ei S. j VA eN„ i i rF �1 r. $ L vny.' t 'jam r r ' 1- -- =w mm at 1 r"' l€ <f.,, ,r),,,,,4;;fir , —ra 4 : x, Sp a `! ,4£ -z i x L ,- 9t fi f i ,N r t 't o ire --4,,,,:=7,4:::...{ 't ( or f a„ �f � y . t�+.�. ,, ", ,',..../..,,-q,' cx� A wa,'f 1 !J+5:',',,.,. ! ,.s !Fin--,,:,:,y .bid ?,, fad, ; ' ai . r- 11 T1 ,� !U 1. r4 [ r. — •. � �''''-,,.._..+mss* „'` s,74,1i —s, )1,--:-,!] � , iris z 3 ` lf�`gSS56 L..6 �1 A.,L w l i t ;I i ❑� E 1 ,11'n?4' 7 al i 1,',-, fI 9 ':444,..„_ „00±:' \\''',:,1[11IlrilV,./,`,:pg i BID NO:2014-230-YG CITYOF MIAMI BEACH Atkiki\AIBEACH DUE DATE:AUGUST 26,2014 17 6. Pre-Bid Interpretations: Only questions answered by written Addenda will be binding and may supersede terms noted in this ITB. Oral and other interpretations or clarifications will be without legal effect. All questions about the meaning or intent of the Contract Documents are to be directed to the City's Procurement Director in writing. Interpretations or clarifications considered necessary by the City's Procurement Director in response to such questions will be issued by City by means of Addenda mailed or delivered to all parties recorded by the City's Procurement Director as having received the Bidding Documents. Written questions should be received no less than ten (10) calendar days prior to the date of the opening of Bids. There shall be no obligation on the part of City or the City's Procurement Director to respond to questions received less than ten (10) calendar days prior to bid opening. 7. Printed Form of Bid: All bids must be made upon the blank Bid/Tender Form included herein and must give the price in strict accordance with the instructions thereon. The bid must be signed and acknowledged by the Bidder in accordance with the directions on the bid form. 8. ® Bid Guaranty: This bid shall be accompanied by either an original bid bond executed by a surety company meeting the qualifications for surety companies as specified in Section 0500, General Conditions, or by cash, money order, certified check, cashier's check, Bid Guaranty Form, Unconditional Letter of Credit (Form 00410), treasurer's check or bank draft of any national or state bank (United States), in the amount of 5% of the bid amount, payable to City of Miami Beach, Florida. A PERSONAL CHECK OR A COMPANY CHECK OF A BIDDER SHALL NOT BE DEEMED A VALID BID SECURITY. Security of the successful Bidder shall be forfeited to the City of Miami Beach as liquidated damages, not as a penalty, for the cost and expense incurred should said Bidder fail to execute the Contract, provide the required Performance Bond, Payment Bond and Certificate(s) of Insurance, within fifteen (15) calendar days after notification of the award of the Contract, or failure to comply with any other requirements set forth herein. Bid Securities of the unsuccessful Bidders will be returned after award of the Bid by the Mayor and City Commission. 9. ❑ Prevailing Wage Rates: City of Miami Beach Ordinance No, 94-2960 provides that in all non-federally funded construction contracts in excess of one million dollars to which the City of Miami Beach is a party, the rate of wages and fringe benefits, or cash equivalent, for all laborers, mechanics and apprentices employed by any contractor or subcontractor on the work covered by the contract, shall not be less than the prevailing rate of wages and fringe benefit payments or cash equivalence for similar skills or classifications of work, as established by the Federal Register, in the City of Miami Beach, Florida. The provisions of this Ordinance shall not apply to the following projects: a. water, except water treatment facilities and lift stations; b. sewer, except sewage treatment facilities and lift stations; c. storm drainage; d. road construction, except bridges or structures requiring pilings; and e. beautification projects, which may include resurfacing new curbs, gutters, pavers, sidewalks, landscaping, new lighting, bus shelters, bus benches and signage. 10. Acceptance or Rejection of Bids: The City reserves the right to reject any or all bids prior to award. Reasonable efforts will be made to either award the Contract or reject all bids within one-hundred twenty (120) calendar days after bid opening date. A Bidder may not BID NO:2014-230-YG CITYOF MIAMI BEACH i,A AA BEACH DUE DATE:AUGUST 26,2014 18 withdraw its bid unilaterally nor change the Contract Price before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may withdraw its bid after the expiration of one hundred twenty (120) calendar days from the date of bid opening by delivering written notice of withdrawal to the Department of Procurement Management prior to award of the Bid by the Mayor and City Commission. 1. Method of Award: The City Commission shall award the contract to the lowest and best bidder(s)*. The "lowest and best bidder" shall be defined as the lowest, responsive, and responsible bidder. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides that the City may consider the following: a. The ability, capacity and skill of the bidder to perform the Contract. b. Whether the bidder can perform the Contract within the time specified, without delay or interference. c. The character, integrity, reputation, judgment, experience and efficiency of the bidder. d. The quality of performance of previous contracts. e. The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. * Following the review of bids and application of vendor preferences, the lowest responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the ITB will be recommended for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best interest of the City, to the City Manager for his consideration. After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City, which may include award to multiple bidders to expedite project completion. 2. Multiple Awards: The City may award this contract on by project area, a combination of project areas, or in its entirety, whichever is in the best interest of the City. 3. Contract Price: The Contract Price is to include the furnishing of all labor, materials, equipment including 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. The cost of any item(s) of Work not covered by a specific Contract unit price or lump sum price shall be included in the Contract unit price or lump sum price to which the item(s) is most applicable. 4. Postponement of Date for Presenting and Opening Bids: The City reserves the right to postpone the date for receipt and opening of bids and will make a reasonable effort to give at least five (5) calendar days written notice of any such postponement to all prospective Bidders. 5. Protested Solicitation Award: Protests concerning the bid specifications, requirements, and/or terms; or protests after the bid opening date in accordance with City Code Section 2- 371, which establishes procedures for protested bids and proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2-371 shall be barred. BID NO:2014-230-YG CITYOF MIAMI BEACH tV\IIVAI BEACH DUE DATE:AUGUST 26,2014 19 6. Miami Beach-Based Vendors: Pursuant to City of Miami Beach Ordinance No. 2011-3747, a preference will be given to a responsive and responsible Miami Beach-based vendor, who is within five percent (5%) of the lowest and best bidder, an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more Miami Beach-based vendors constitute the lowest bid for a competitively bid purchase, and such bids are responsive and otherwise equal with respect to quality and service, then the award shall be made to the Miami Beach-based vendor having the greatest number of its employees that are Miami Beach residents. Whenever, two or more Miami Beach-based vendors have the same number of its employees that are Miami Beach residents, then the award shall be made to the Miami Beach- based vendor who is certified by Miami-Dade County as a Minority or Women Business Enterprise. 7. Veteran Business Enterprises: Pursuant to City of Miami Beach Ordinance No. 2011- 3748, the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB or oral or written request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. 8. Equal Benefits Ordinance: Bidders are advised that this Bid and any contract awarded pursuant to this procurement process shall be subject to the applicable provisions of Ordinance No. 2005-3494, entitled "Requirement for City Contractors to Provide Equal Benefits for Domestic Partners (the "Ordinance")." The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. Bidders shall complete and return, with their bid, the "Declaration: Non-discrimination in Contracts and Benefits" form contained herein. The City shall not enter into any contract unless the Bidder certifies that such firm does not discriminate in the provision of Benefits between employees with Domestic Partners and employees with spouses and/or between the Domestic Partners and spouses of such employees. Contractors may also comply with the Ordinance by providing an employee with the Cash Equivalent of such Benefit or Benefits, if the City Manager or his/her designee determines that the successful Bidder/Contractor shall complete and return the "Reasonable Measures Application" contained herein, and the Cash Equivalent proposed. It is important to note that a Bidder is considered in compliance if bidder provides benefits neither to employees' spouses nor to employees' Domestic Partners. Bidders will find Attachment A-6 in Appendix A of this Solicitation which consists of an FAQ Section and Required Forms for Bid Submittal. BID NO:2014-230-YG CITYOF MIAMI BEACH M A BEACH DUE DATE:AUGUST 26,2014 20 9. City Manager's Review: After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. 10. City Commission Authority: The City Commission shall consider the City Manager's recommendation(s) and, may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids received. The selection or approval by the City Commission shall not constitute a binding contract between the City and the selected or approved bidder(s). A binding contract will exist upon the completion as determined by the Administration, the City Attorney's Office form approving the contract or contracts, and the Mayor and City Clerk or their respective designees signing the contract(s) after the selected or approved bidder(s) has (or have) done so. Only the executed contract(s)will be binding on the contracting parties. 11. CITY OF MIAMI BEACH LICENSES, PERMITS AND FEES: Each license, permit or fee a Contractor will have to pay the City before or during construction or the percentage method or unit method of all licenses, permits and fees REQUIRED BY THE CITY AND PAYABLE TO THE CITY by virtue of this construction as part of the Contract is as follows: The City of Miami Beach will require occupational licenses for Contractors as well as sub-contractors. Licenses, permits and fees which may be required by Miami-Dade County, the State of Florida, or other governmental entities are not included in the above list, but are listed as attached (next page) and included as an allowance in the bid. Occupational licenses from City of Miami Beach firms will be required to be submitted within fifteen (15) days of notification of intent to award. Occupational licenses will be required pursuant to Chapter 205.065 Florida Statutes. NOTE: a) If the Contractor is a State of Florida Certified Contractor the following will be required: 1) Copy of State Contractors Certification 2) Place of Business Occupational License 3) Liability and Property Damage Insurance Certificate made to City of Miami Beach 4) Workers compensation or the exemption b) If a Dade County Licensed Contractor: 1) Dade Certificate of Competency in the Discipline Licensed 2) Municipal Contractors Occupational License 3) Liability and Property damage Insurance Certificate made to City of Miami Beach 4) Workers Compensation or the exemption NOTE: PLEASE PROVIDE COPIES OF ALL YOUR LICENSES AND CORPORATE CERTIFICATES WITH YOUR BID SUBMITTAL. BID NO: 2014-230-YG CITYOF MIAMI BEACH AA M!. EA H v, DUE DATE:AUGUST 26,2014 21 12. PERMITS: The CONTRACTOR shall obtain and pay for any permits that may be required for execution of the work. I. MIAMI DADE DEPARTMENT OF ENVIRONMENTAL RESOURCES MANAGEMENT (DERM) H. FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (FDEP) III. FLORIDA DEPARTMENT OF TRANSPORTATION IV. MIAMI-DADE TRAFFIC ENGINEERING DEPARTMENT V. MIAMI-DADE WATER AND SEWER DEPARTMENT (WASD) VI. FLORIDA POWER AND LIGHT (FPL) VII.CITY OF MIAMI BEACH • Public Works Right-of Way Permit VIII. SOUTH FLORIDA WATER MANAGEMENT DISTRICT (SFWMD) The successful contractor shall be responsible for extending the Class V permit expiration date as needed. The successful contractor shall be responsible for obtaining a Right of Way Permit from the City of Miami Beach Public Works Department. The successful contractor shall be responsible for obtaining a dewatering permit from the appropriate agencies if necessary. Balance of Page Intentionally Left Blank BID NO:2014-230-YG CITYOF MIAMI BEACH MIAMI I A°4,I EACH DUE DATE:AUGUST 26,2014 22 0300 MINIMUM QUALIFICATIONS AND REQUIREMENTS Each Bidder shall satisfy each of the following requirements cited below. Failure to do so will result in the bid submittals being deemed non-responsive. In order to be considered for award, bidder must provide evidence of the following minimum requirements: 1. Licensing Requirements: Bidders shall be State certified and licensed General Contractors to be considered for award. 2. Previous Experience: Bidders shall submit at least three (3) individual references exemplifying their experience* in projects for projects similar in scope and volume to the work detailed within the Contract Documents. References must be projects completed or in progress within the last five (5) years. For all references submitted, Bidders shall submit at a minimum the following information: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. By submitting a bid, the bidder authorizes City Administration to contact the firm's stated references for the purposes of evaluation for this Project. Any information obtained from the references will not be disclosed to the Bidder. *Experience shall include but is not limited to: experience in drainage and roadway construction, milling and resurfacing, and construction experience in an urban environment. 3. Bidder must have the capability to provide a performance and payment bond for the project. The City reserves the right to require performance and payment bonds from the successful bidder. Bidders shall submit a Letter of Intent from an A-rated Financial Class V Surety Company to bond the project. 4. Financial Stability and Strength: The Bidder must be able to demonstrate a good record of performance and have sufficient financial resources to ensure that they can satisfactorily provide the goods and/or services required herein. In determining a Bidder's responsibility and ability to perform the Contract, City has the right to investigate and request information concerning the financial condition, experience record, personnel, equipment, facilities, principal business location and organization of the Bidder, the Bidder's record with environmental regulations, and the claims/litigation history of the Bidder. The City reserves the right to consider third-party information (e.g., Dun & Bradstreet's Supplier Reports or similar) in determination of capacity. Bidders may be required to submit financial statements for each of their last two complete fiscal years within ten (10) calendar days, upon written request. Such statements should include, at a minimum, balance sheets (statements of financial position) and statements of profit and loss (statement of net income). When the bid submittal is from a joint venture, each bidder involved in the joint venture must submit financial statements as indicated above. DO NOT include Financial Statements with your bid submittal. The City reserves the right to consider third-party information (e.g., Dun & Bradstreet's Supplier Reports or similar) in determination of capacity. BID NO:2014-230-YG CITYOF MIAMI BEACH MI BEACH DUE DATE:AUGUST 26,2014 23 Any Bidder who, at the time of bid 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. The Successful Bidder shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the Procurement Contact named herein UPON REQUEST by City Administration. All SQR Reports shall be submitted no later than three (3) days from the date of request by City Administration. The cost of the preparation of the D&B report shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11696 5. The qualified bidder shall hold all required current certified licenses in order to provide the scope of work as set forth in the bid documents. Copies of all license(s) shall be submitted with bid submittal or within three (3) calendar days upon request from the Contracting Officer. List jurisdictions and categories in which the bidder is legally qualified to do business and indicate registration or license numbers, if applicable. Balance of Page Intentionally Left Blank BID NO:2014-230-YG CITYOF MIAMI BEACH v\A !BEACH DUE DATE:AUGUST 26,2014 24 0400. BID SUBMITTAL REQUIREMENTS Bids shall be submitted in a sealed, opaque packaging. One original in a three ring binder and two (2) bound copies, as well as one (1) copy in digital format (CD or USB drive), of the complete Bid must be received by the indicated deadline. LATE BIDS SHALL NOT BE ACCEPTED FOR ANY REASON, NATURAL OR OTHERWISE. The original and all copies must be submitted to the Department of Procurement Management in a sealed envelope or container stating on the outside, the Bidder's name, address, telephone number, ITB number, title, and due date. Bid packages must contain the following documents, each fully completed, and signed as required in the order dictated below. Bid packages which do not include all required documentation, or are not submitted in the required format, or do not have the appropriate signatures on each document, may be deemed non-responsive. The City reserves the right to request any documentation omitted, with exception of the Bid Price form (Appendix A, Attachment A-1) and Bid Bond (if applicable). Bid Submittals received with no Bid Price or Bid Bond (if applicable) shall be deemed non-responsive. Bidder must submit any omitted documentation within three (3) calendar days upon request from the City, or the bid may be deemed non-responsive. Non-responsive bid packages will receive no further consideration. BID SUBMISSION FORMAT: Tab A. IDENTIFICATION PAGE AND TABLE OF CONTENTS Bidder shall provide a Cover Page including the following information: • Name of Bidder. (Note: if joint venture, specify) • Address of submitting Bidder. (Note:joint venture, specify) • E-mail address for the appropriate contact person at the submitting company. • Phone number and facsimile number of submitting Bidder. • Federal Tax Identification Number for submitting Bidder. • Declaration regarding company organization, whether as Corporation, Partnership, or other. (Note:joint venture, specify) • Signature of an officer or other individual of the submitting Bidder who has the authority to bind said Bidder. • Printed name of the authorized signing officer or other individual. • Title of the authorized signing officer. • Date of signature. • Table of Contents. Tab B. EXPERIENCE AND KEY PERSONNEL It is a requirement of the bid that the Bidder staff the project with competent individuals and qualified supervisory personnel. To that end, the Bidder shall provide the following information: • Bidder (Business Entity) shall demonstrate the Contractor Team's (i.e., General Contractor, sub-contractors, and key personnel) ability to execute the type of work described within the Contract Documents of this Invitation to Bid. • Bidders shall provide evidence of experience, as required herein in Section 0300 Minimum Qualifications and Requirements. BID NO:2014-230-YG CITYOF MIAMI BEACH NA:IAM BEACH DUE DATE:AUGUST 26,2014 25 • An organizational chart listing the proposed key personnel, their qualifications and their roles in the project, resumes which shall include educational background, work experience, employment history, and any other pertinent information. Where applicable, Bidder team members shall also submit current and valid certifications and/or licenses for their individual scope of supervision. At a minimum, the bidder shall include the following proposed project team members: • Construction Project Manager • Construction Superintendent • Site Foreman and/or Estimator • A staffing plan that clearly illustrates the key elements of the proposed organizational structure. The staffing plan should indicate the availability of the personnel proposed to work on the Project. The staffing plan should also indicate the name of the individual who will serve as the primary contact with City. Bidder shall clearly detail the role of all sub-contractors proposed for the Project. • If applicable, Bidders shall also submit a letter stating your company's Bonding Capacity from an A-rated Financial Class V Surety Company. Tab C. BID PRICE Bidders are required to submit their bid price lump sum using the Bid Proposal Form found in Appendix A, Attachment A-1. Bidders shall also include all attachments from Appendix A in Tab C. FINANCIAL STATEMENTS i. D&B Suppler Evaluation Report. Upon the request of City Administration after a Bid has been submitted, the lowest and best Bidder shall pay D&B to send the Supplier Qualifier Report(SQR)to the prospective Bidder and the Department through electronic means. The cost of the preparation of the D&B report shall be the responsibility of the prospective Bidder. The prospective Bidder shall request the report from D&B at the following website: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11696 BIDDERS SHOULD NOT INCLUDE SQR REPORTS WITH THEIR BID SUBMITTALS. Financial Capacity shall only be evaluated for the lowest and best bidder to determine the responsibility of that contractor. Bidders shall submit SQR Reports electronically directly to the Procurement Contact listed herein upon request. ii. In addition to the D&B information, the City may require that proposers submit financial statements for each of their last two complete fiscal years within ten (10) calendar days, upon written request. Such statements should include, as a minimum, balance sheets (statements of financial position) and statements of profit and loss (statement of net income). When the submittal is from a co-venture, each Proposers involved in the co- venture must submit financial statements as indicated above. iii. Proposers shall provide proof of bonding capacity suitable for the scope of work. BID NO:2014-230-YG CITYOF MIAMI BEACH M AAR!BEA H DUE DATE:AUGUST 26,2014 26 0500. GENERAL TERMS AND CONDITIONS: 1. Personnel Requirements: Superintendent must have at least approximately five (5) years of experience in projects of similar design, scope, size and complexity. The Project Manager must have at least approximately five (5) years of experience in projects of similar design, scope, size and complexity. 2. Project Manual: 2.1. The Project Manual includes any general or special Contract conditions or specifications attached hereto. 2.2. The Project Manual, along with all documents that make up and constitute the Contract Documents, shall be followed in strict accordance as to work, performance, material, and dimensions except when Consultant may authorize, in writing, an exception. 2.3. Dimensions given in figures are to hold preference over scaled measurements from the drawings; however, all discrepancies shall be resolved by Consultant. Contractor shall not proceed when in doubt as to any dimension or measurement, but shall seek clarification from Consultant. 2.4. Contractor shall be furnished three (3) copies, free of charge, of the Project Manual; two of which shall be preserved and always kept accessible to Consultant and Consultant's authorized representatives. Additional copies of the Project Manual may be obtained from City at the cost of reproduction. 3. Intention of City: It is the intent of City to describe in the Contract Documents a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents and in accordance with all codes and regulations governing construction of the Project. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied by Contractor whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. 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. 4. Preliminary Matters: 4.1. Within five (5) calendar days prior to the pre-construction meeting described in Section 3.2, Contractor shall submit to Consultant for Consultant's review and acceptance: 4.1.1 A project "Base Line" schedule, one (1) copy on a CD and One (1) hard copy (activities arranged in "waterfall"), in the indicated form for Final review and approval: BID NO:2014-230-YG CITYOF MIAMI BEACH =Mil M 1 B EAC H DUE DATE:AUGUST 26,2014 27 1 () Bar Chart () Modified CPM (*) CPM (X) Computerized CPM using the latest edition Primavera P6 software (CPM shall be interpreted to be generally as outlined in the Association of General Contractors (AGC) publication, "The Use of CPM in Construction.") CONTRACTOR shall provide a preliminary man loaded, logic based "Base Line" Project schedule using "Early Start" and "Early Finish" dates for each activity. The Contractor shall include, in addition to normal work activity input, input that encompasses all submittal approvals, delivery durations for important materials and/or equipment, and Logic relationships of activities including physical and site restraints. This input shall be precedence based CPM scheduling using the most recent version of Primavera P6 software. CONTRACTOR shall provide PROGRAM MANAGER with a copy of the software. The preliminary Base Line project schedule when submitted shall have attached a run of the programs generated error report that states no errors and be acceptable to CONSULTANT. Monthly, CONTRACTOR shall submit with each progress application an update of the Project Schedule with an error report stating no errors (that does not revise the base line schedule), showing the progress for the month. CONTRCTOR SHALL SUBMIT ONE HARD COPY AND ONE ELECTRONIC COPY. In addition to the Progress Schedule CONTRACTOR shall include a narrative report of the months' progress, an explanation of any delays and or additions/deletions to activities. It is strongly recommended that CONTRACTOR hire a seasoned professional, in the use of Primavera P6, to develop and update the Primavera P6 project schedule. CONTRACTOR agrees to attend weekly progress meetings and provide an updated (3) week look ahead schedule for review and discussion and monthly be prepared to discuss any: 1) Proposed changes to the Base Line schedule logic; 2) Explain and provide a narrative for reasons why logic changes should be made; 3) Update to individual subcontractor activities; and 4) Integration of changes into the schedule. The Project Schedule shall be the basis of the CONTRACTOR'S work and shall be complied with in all respects. BID NO:2014-230-YG CITYOF MIAMI BEACH r4y`j 3\A 1 BEACH DUE DATE:AUGUST 26,2014 28 If CONTRACTOR'S Work becomes more than (30) days behind schedule CONTRACTOR shall be required to submit a "Make-Up" schedule to PROGRAM MANAGER for review and acceptance that demonstrates "Catch Up" within thirty (3) days. CONTRACTOR shall provide, at CONTRACTOR'S cost, the necessary additional labor and or equipment necessary to make-up the lost time. Failure to provide a "Make-Up" schedule or vigorously follow the "Make-Up" schedule shall be reason to default CONTRACTOR. 4.1.2 After award but prior to the submission of the final progress schedule, CONSULTANT, Contract Administrator and CONTRACTOR shall meet with all utility owners and secure from them a schedule of utility relocation, provided, however, neither CONSULTANT nor CITY shall be responsible for the nonperformance by the utility owners. 4.1.3 A preliminary schedule of Shop Drawing submissions; and 4.1.4 In a lump sum contract or in a contract which includes lump sum bid items of Work, a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of work which will be confirmed in writing by Contractor at the time of submission. © Such prices shall be broken down to show labor, equipment, materials and overhead and profit. 4.1.5 After award but prior to the submission of the progress schedule, Consultant, Contract Administrator and Contractor shall meet with all utility owners and secure from them a schedule of utility relocation, provided, however, neither Consultant nor City shall be responsible for the nonperformance by the utility owners. 4.2. At a time specified by Consultant but before Contractor starts the work at the Project site, a conference attended by Contractor, Consultant and others as deemed appropriate by Contract Administrator will be held to discuss the schedules to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. 4.3. Within thirty-five (35) days from the Project Initiation Date set forth in the Notice to Proceed, a conference attended by Contractor, Consultant and others, as appropriate, will be held to finalize the schedules submitted. Within forty-five (45) days after the Project Initiation Date set forth in Notice to Proceed No. 1, the Contractor shall revise the original schedule submittal to address all review comments from the CPM review conference and resubmit for Consultant review. The finalized progress schedule will be accepted by Consultant only as providing an orderly progression of the Work to completion within the Contract Time, but such acceptance shall not constitute acceptance by City or Consultant of the BID NO:2014-230-YG CITYOF MIAMI BEACH tvA t` AM!BEACH DUE DATE:AUGUST 26,2014 29 means or methods of construction or of the sequencing or scheduling of the Work, and such acceptance will neither impose on Consultant or City responsibility for the progress or scheduling of the Work nor relieve Contractor from full responsibility therefore. The finalized schedule of Shop Drawing submissions must be acceptable to Consultant as providing a workable arrangement for processing the submissions. The finalized schedule of values must be acceptable to Consultant as to form and substance. 5. Performance Bond and Payment Bond: Within fifteen (15) calendar days of being notified of the award, Contractor shall furnish a Performance Bond and a Payment Bond containing all the provisions of the Performance Bond and Payment Bond attached hereto as forms 00710 and 00720. 5.1. Each Bond shall be in the amount of one hundred percent (100%) of the Contract Price guaranteeing to City the completion and performance of the work covered in such Contract as well as full payment of all suppliers, laborers, or subcontractors employed pursuant to this Project. Each Bond shall be with a surety company which is qualified pursuant to Article 5. 5.2. Each Bond shall continue in effect for one year after Final Completion and acceptance of the work with liability equal to one hundred percent (100%) of the Contract sum, or an additional bond shall be conditioned that Contractor will, upon notification by City, correct any defective or faulty work or materials which appear within one year after Final Completion of the Contract. 5.3. Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, as may be amended from time to time, Contractor shall ensure that the bond(s) referenced above shall be recorded in the public records of Miami-Dade County and provide City with evidence of such recording. 5.4. Alternate Form of Security: In lieu of a Performance Bond and a Payment Bond, Contractor may furnish alternate forms of security which may be in the form of cash, money order, certified check, cashier's check or unconditional letter of credit in the form attached hereto as Form 00735. Such alternate forms of security shall be subject to the prior approval of City and for same purpose and shall be subject to the same conditions as those applicable above and shall be held by City for one year after completion and acceptance of the Work. 6. Qualification of Surety 6.1. Bid Bonds, Performance Bonds and Payment Bonds over Five Hundred Thousand Dollars ($500,000.00): 6.1.1. Each bond must be executed by a surety company of recognized standing, authorized to do business in the State of Florida as surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. BID NO:2014-230-YG CITYOF MIAMI BEACH If r l BEACH DUE DATE:AUGUST 26,2014 30 6.1.2. The surety company 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 company 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 company shall provide City with evidence satisfactory to City, that such excess risk has been protected in an acceptable manner. 6.1.3. The City will accept a surety bond from a company with a rating of B+ or better for bonds up to $2 million, provided, however, that if any surety company appears on the watch list that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the City shall review and either accept or reject the surety company based on the financial information available to the City. A surety company that is rejected by the City may be substituted by the Bidder or proposer with a surety company acceptable to the City, only if the bid amount does not increase. The following sets forth, in general, the acceptable parameters for bonds: Policy- Financial holder's Size Amount of Bond Ratings Category 500,001 to 1,000,000 B+ Class I 1,000,001 to 2,000,000 B+ Class I I 2,000,001 to 5,000,000 A Class III 5,000,001 to 10,000,000 A Class IV 10,000,001 to 25,000,000 A Class V 25,000,001 to 50,000,000 A Class VI 50,000,001 or more A Class VII 6.2. For projects of $500,000.00 or less, City may accept a Bid Bond, Performance Bond and Payment Bond from a surety company which has twice the minimum surplus and capital required by the Florida Insurance Code at the time the invitation to bid is issued, if the surety company is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid certificate of authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code, as may be amended from time to time. The Certificate and Affidavit so certifying (Form 00722) should be submitted with the Bid Bond and also with the Performance Bond and Payment Bond. 6.3. More stringent requirements of any grantor agency are set forth within the Supplemental Conditions. If there are no more stringent requirements, the provisions of this section shall apply. 7. Indemnification BID NO:2014-230-YG CITYOF MIAMI BEACH 1 MA1 BEACH DUE DATE:AUGUST 26,2014 31 7.1 Contractor shall indemnify and hold harmless City, its officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Agreement. Except as specifically provided herein, this Agreement does not require Contractor to indemnify City, its employees, officers, directors, or agents from any liability, damage, loss, claim, action, or proceeding. These indemnifications shall survive the term of this Agreement. In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory to City. 7.2 The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description covered by Section 6.1 above which may be brought against City whether performed by Contractor , or persons employed or utilized by Contractor. 8. Insurance Requirements: 8.1 The Bidder shall furnish to the Department of Procurement, City of Miami Beach, 1700 Convention Center Drive, 3rd Floor, Miami, Florida 33139, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440. B. Commercial General Liability Insurance on a comprehensive basis, including Personal Injury Liability, Products/Completed Operations, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. City of Miami Beach must be shown as an additional insured with respect to this coverage. C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. D. Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10% of the limit of liability. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: BID NO:2014-230-YG CITYOF MIAMI BEACH MIAMI BEACH DUE DATE:AUGUST 26,2014 32 The company must be rated no less than "B" 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, subject to the approval of the City Risk Management Division. Or The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do Business in Florida" issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days in advance notice to the certificate holder. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE, 3RD FLOOR MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. 9. Labor and Materials: 9.1. 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. 9.2. Contractor shall at all times enforce strict discipline and good order among its employees and subcontractors at the Project site and shall not employ on the Project any unfit person or anyone not skilled in the work to which they are assigned. 10. Royalties and Patents: All fees, royalties, and claims for any invention, or pretended inventions, or patent of any article, material, arrangement, appliance, or method that may be used upon or in any manner be connected with the construction of the Work or appurtenances, are hereby included in the prices stipulated in this Contract for said work. 11. Weather: Extensions to the Contract Time for delays caused by the effects of inclement weather shall be submitted as a request for a change in the Contract Time pursuant to Article 40. These time extensions are justified only when rains or other inclement weather conditions or related adverse soil conditions prevent Contractor from productively BID NO:2014-230-YG CITYOF MIAMI BEACH MIAMI BEACH DUE DATE:AUGUST 26,2014 33 performing controlling items of work identified on the accepted schedule or updates resulting in: (1) Contractor being unable to work at least fifty percent (50%) of the normal workday on controlling items of work identified on the accepted schedule or updates due to adverse weather conditions; or (2) Contractor must make major repairs to the Work damaged by weather. Providing the damage was not attributable to a failure to perform or neglect by Contractor, and providing that Contractor was unable to work at least fifty percent (50%) of the normal workday on controlling items of work identified on the accepted schedule or updates. 12. Permits, Licenses and Impact Fees: 12.1. Except as otherwise provided within the Supplemental Conditions, all permits and licenses required by federal, state or local laws, rules and regulations necessary for the prosecution of the Work undertaken by Contractor pursuant to this Contract shall be secured and paid for by Contractor. It is Contractor's responsibility to have and maintain appropriate Certificate(s) of Competency, valid for the Work to be performed and valid for the jurisdiction in which the Work is to be performed for all persons working on the Project for whom a Certificate of Competency is required. 12.2. Impact fees levied by the City and/or Miami-Dade County shall be paid by Contractor. Contractor shall be reimbursed only for the actual amount of the impact fee levied by the municipality as evidenced by an invoice or other acceptable documentation issued by the municipality. Reimbursement to Contractor in no event shall include profit or overhead of Contractor. 13. Resolution of Disputes: 13.1 To prevent all disputes and litigation, it is agreed by the parties hereto that Consultant shall decide all questions, claims, difficulties and disputes of whatever nature which may arise relative to the technical interpretation of the Contract Documents and fulfillment of this Contract as to the character, quality, amount and value of any work done and materials furnished, or proposed to be done or furnished under or, by reason of, the Contract Documents and Consultant's estimates and decisions upon all claims, questions, difficulties and disputes shall be final and binding to the extent provided in Section 12.2. Any claim, question, difficulty or dispute which cannot be resolved by mutual agreement of City and Contractor shall be submitted to Consultant in writing within twenty-one (21) calendar days. Unless a different period of time is set forth herein, Consultant shall notify City and Contractor in writing of Consultant's decision within twenty- one (21) calendar days from the date of the submission of the claim, question, difficulty or dispute, unless Consultant requires additional time to gather information or allow the parties to provide additional information. All non- technical administrative disputes shall be determined by the Contract Administrator pursuant to the time periods provided herein. During the pendency of any dispute and after a determination thereof, Contractor, Consultant and City shall act in good faith to mitigate any potential damages including utilization of construction schedule changes and alternate means of construction. BID NO:2014-230-YG CITYOF MIAMI BEACH tV\A#pA1 BEACH DUE DATE:AUGUST 26,2014 34 13.2 In the event the determination of a dispute under this Article is unacceptable to either party hereto, the party objecting to the determination must notify the other party in writing within ten (10) days of receipt of the written determination. The notice must state the basis of the objection and must be accompanied by a statement that any Contract Price adjustment claimed is the entire adjustment to which the objecting party has reason to believe it is entitled to as a result of the determination. Within sixty (60) days after Final Completion of the Work, the parties shall participate in mediation to address all objections to any determinations hereunder and to attempt to prevent litigation. The mediator shall be mutually agreed upon by the parties. Should any objection not be resolved in mediation, the parties retain all their legal rights and remedies provided under State law. A party objecting to a determination specifically waives all of its rights provided hereunder, including its rights and remedies under State law, if said party fails to comply in strict accordance with the requirements of this Article. 14. Inspection of Work: 14.1. Consultant and City shall at all times have access to the Work, and Contractor shall provide proper facilities for such access and for inspecting, measuring and testing. 14.1.1. Should the Contract Documents, Consultant's instructions, any laws, ordinances, or any public authority require any of the Work to be specially tested or approved, Contractor shall give Consultant 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 Consultant, it must, if required by Consultant, be uncovered for examination and properly restored at Contractor's expense. 14.1.2. Reexamination of any of the Work may be ordered by Consultant with prior written approval by the Contract Administrator, and if so ordered, the Work must be uncovered by Contractor. If such Work is found to be in accordance with the Contract Documents, City shall pay the cost of reexamination and replacement by means of a Change Order. If such Work is not in accordance with the Contract Documents, Contractor shall pay such cost. 14.2. Inspectors shall have no authority to permit deviations from, or to relax any of the provisions of, the Contract Documents or to delay the Contract by failure to inspect the materials and work with reasonable promptness without the written permission or instruction of Consultant. 14.3. The payment of any compensation, whatever may be its character or form, or the giving of any gratuity or the granting of any favor by Contractor to any inspector, directly or indirectly, is strictly prohibited, and any such act on the part of Contractor will constitute a breach of this Contract. 15. Superintendence and Supervision: BID NO:2014-230-YG CITYOF MIAMI BEACH I B EAC H DUE DATE:AUGUST 26,2014 35 15.1. The orders of City are to be given through Consultant, 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 Consultant. The superintendent shall not be changed except with the written consent of Consultant, unless the superintendent proves to be unsatisfactory to Contractor and ceases to be in its employ. The superintendent shall represent Contractor and all directions given to the superintendent shall be as binding as if given to Contractor and will be confirmed in writing by Consultant upon the written request of Contractor. Contractor shall give efficient supervision to the Work, using its best skill and attention. 15.2. Daily, Contractor's superintendent shall record, at a minimum, the following information in a bound log: the day; date; weather conditions and how any weather condition affected progress of the Work; time of commencement of work for the day; the work being performed; materials, labor, personnel, equipment and subcontractors at the Project site; visitors to the Project site, including representatives of Consultant; regulatory representatives; any special or unusual conditions or occurrences encountered; and the time of termination of work for the day. All information shall be recorded in the daily log in ink. The daily log shall be kept on the Project site and shall be available at all times for inspection and copying by City and Consultant. 15.3. The Contract Administrator, Contractor and Consultant shall meet at least weekly or as determined by the Contract Administrator, during the course of the Work to review and agree upon the work performed to date and to establish the controlling items of work for the next two weeks. The Consultant shall publish, keep, and distribute minutes and any comments thereto of each such meeting. 15.4. If Contractor, in the course of prosecuting the Work, finds any discrepancy between the Contract Documents and the physical conditions of the locality, or any errors, omissions, or discrepancies in the Project Manual, it shall be Contractor's duty to immediately inform Consultant, in writing, and Consultant will promptly review the same. Any work done after such discovery, until authorized, will be done at Contractor's sole risk. 15.5. 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. 16. City's Right to Terminate Contract: 16.1. If Contractor fails to begin the Work within fifteen (15) calendar days after the Project Initiation Date, or fails to perform the Work with sufficient workers and equipment or with sufficient materials to insure the prompt completion of the Work, or shall perform the Work unsuitably, or cause it to be rejected as defective and unsuitable, or shall discontinue the prosecution of the Work pursuant to the accepted schedule or if Contractor shall fail to perform any material term set forth in the Contract Documents or if Contractor shall become BID NO: 2014-230-YG CITYOF MIAMI BEACH Mlf'„;:�;i BEACH DUE DATE:AUGUST 26,2014 36 insolvent or be declared bankrupt, or commit any act of bankruptcy or insolvency, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall not carry on the Work in an acceptable manner, Contract Administrator may give notice in writing to Contractor and its Surety of such delay, neglect or default, specifying the same. If Contractor , within a period of five (5) calendar days after such notice, shall not proceed in accordance therewith, then City may upon written certificate from Consultant of the fact of such delay, neglect or default and Contractor's failure to comply with such notice, terminate the services of Contractor , exclude Contractor from the Project site and take the prosecution of the Work out of the hands of Contractor , and appropriate or use any or all materials and equipment on the Project site as may be suitable and acceptable. In such case, Contractor shall not be entitled to receive any further payment until the Project is completed. In addition City may enter into an agreement for the completion of the Project according to the terms and provisions of the Contract Documents, or use such other methods as in City's sole opinion shall be required for the completion of the Project according to the terms and provisions of the Contract Documents, or use such other methods as in City's sole opinion shall be required for the completion of the Project in an acceptable manner. All damages, costs and charges incurred by City, together with the costs of completing the Project, shall be deducted from any monies due or which may become due to Contractor. In case the damages and expenses so incurred by City shall exceed the unpaid balance, then Contractor shall be liable and shall pay to City the amount of said excess. 16.2. If after notice of termination of Contractor's right to proceed, it is determined for any reason that Contractor was not in default, the rights and obligations of City and Contractor shall be the same as if the notice of termination had been issued pursuant to the Termination for Convenience clause as set forth in Section 15.3 below. 16.3. This Contract may be terminated for convenience in writing by City upon ten (10) days written notice to Contractor (delivered by certified mail, return receipt requested) of intent to terminate and the date on which such termination becomes effective. In such case, Contractor shall be paid for all work executed and expenses incurred prior to termination in addition to termination settlement costs reasonably incurred by Contractor relating to commitments which had become firm prior to the termination. Payment shall include reasonable profit for work/services satisfactorily performed. No payment shall be made for profit for work/services which have not been performed. 16.4. Upon receipt of Notice of Termination pursuant to Sections 15.1 or 15.3 above, Contractor shall promptly discontinue all affected work unless the Notice of Termination directs otherwise and deliver or otherwise make available to City all data, drawings, specifications, reports, estimates, summaries and such other information as may have been required by the Contract Documents whether completed or in process. 17. Contractor's Right to Stop Work or Terminate Contract: Should Consultant fail to review and approve or state in writing reasons for non-approval of any Application for Payment within twenty (20) days after it is presented, or if City fails BID NO:2014-230-YG CITYOF MIAMI BEACH MIAMI`I BEACH DUE DATE:AUGUST 26,2014 37 either to pay Contractor within thirty (30) days after presentation by Consultant of any sum certified by Consultant, or to notify Contractor and Consultant in writing of any objection to the Application for Payment, then Contractor may, give written notice to City and Consultant of such delay, neglect or default, specifying the same. If City or Consultant (where applicable), within a period of ten (10) calendar days after such notice shall not remedy the delay, neglect, or default upon which the notice is based, then Contractor may stop work or terminate this Contract and recover from City payment for all work executed and reasonable expenses sustained therein plus reasonable termination expenses. Any objection made by City to an Application for Payment shall be submitted to Consultant in accordance with the provisions of Article 12 hereof. 18. Assignment: Neither party hereto shall assign the Contract or any subcontract in whole or in part without the written consent of the other, nor shall Contractor assign any monies due or to become due to it hereunder, without the previous written consent of the Mayor and City Commission. 19. Rights of Various Interests: Whenever work being done by City's forces or by other contractors is contiguous to or within the limits of work covered by this Contract, the respective rights of the various interests involved shall be established by the Contract Administrator to secure the completion of the various portions of the work in general harmony. 20. Differing Site Conditions: In the event that during the course of the Work Contractor encounters subsurface or concealed conditions at the Project site which differ materially from those shown on 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, 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 City and Consultant in writing of the existence of the aforesaid conditions. Consultant and 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 Consultant, the conditions do materially so differ and cause an increase or decrease in Contractor's cost of, or the time required for, the performance of any part of the Work, whether or not charged as a result of the conditions, Consultant shall recommend an equitable adjustment to the Contract Price, or the Contract Time, or both. If City and Contractor cannot agree on an adjustment in the Contract Price or Contract Time, the adjustment shall be referred to Consultant for determination in accordance with the provisions of Article 12. Should Consultant determine that the conditions of the Project site are not so materially different to justify a change in the terms of the Contract, Consultant shall so notify City 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 under this provision shall be allowed unless Contractor has given written notice in strict accordance BID NO:2014-230-YG CITYOF MIAMI BEACH ,,r",; ¢�; BEACH DUE DATE:AUGUST 26,2014 38 • with the provisions of this Article. No request for an equitable adjustment or change to the Contract Price or Contract Time for differing site conditions shall be allowed if made after the date certified by Consultant as the date of substantial completion. 21. Plans and Working Drawings: City, through Consultant, shall have the right to modify the details of the plans and specifications, to supplement the plans and specifications with additional plans, drawings or additional information as the Work proceeds, all of which shall be considered as part of the Project Manual. In case of disagreement between the written and graphic portions of the Project Manual, the written portion shall govern. 22. 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 Consultant, and shall notify Consultant of all errors, omissions and discrepancies found therein within three (3) calendar days of discovery. Contractor will not be allowed to take advantage of any error, omission or discrepancy, as full instructions will be furnished by Consultant. Contractor shall not be liable for damages resulting from errors, omissions or discrepancies in the Contract Documents unless Contractor recognized such error, omission or discrepancy and knowingly failed to report it to Consultant. 23. Contractor's Responsibility for Damages and Accidents: 23.1. Contractor shall accept full responsibility for the Work against all loss or damage of whatsoever nature sustained until final acceptance by City, and shall promptly repair any damage done from any cause whatsoever, except as provided in Article 29. 23.2. Contractor shall be responsible for all materials, equipment and supplies pertaining to the Project. In the event any such materials, equipment and supplies are lost, stolen, damaged or destroyed prior to final acceptance by City, Contractor shall replace same without cost to City, except as provided in Article 29. 24. Warranty: Contractor warrants to City that all materials and equipment furnished under this Contract 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. All work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. If required by Consultant, Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. This warranty is not limited by the provisions of Article 25 herein. 25. Supplementary Drawinqs: 25.1. When, in the opinion of Consultant, it becomes necessary to explain the Work to be done more fully, or to illustrate the Work further, or to show any changes which may be required, supplementary drawings, with specifications pertaining thereto, will be prepared by Consultant. 25.2. The supplementary drawings shall be binding upon Contractor with the same force as the Project Manual. Where such supplementary drawings require either BID NO:2014-230-YG CITYOF MIAMI BEACH MiANA l BEACH DUE DATE:AUGUST 26,2014 39 less or more than the original quantities of work, appropriate adjustments shall be made by Change Order. 26. Defective Work: 26.1. Consultant shall have the authority to reject or disapprove work which Consultant finds to be defective. If required by Consultant, Contractor shall promptly either correct all defective work or remove such defective work and replace it with nondefective work. Contractor shall bear all direct, indirect and consequential costs of such removal or corrections including cost of testing laboratories and personnel. 26.2. Should Contractor fail or refuse to remove or correct any defective work or to make any necessary repairs in accordance with the requirements of the Contract Documents within the time indicated in writing by Consultant, City shall have the authority to cause the defective work to be removed or corrected, or make such repairs as may be necessary at Contractor's expense. Any expense incurred by City in making such removals, corrections or repairs, shall be paid for out of any monies due or which may become due to Contractor , or may be charged against the Performance Bond. In the event of failure of Contractor to make all necessary repairs promptly and fully, City may declare Contractor in default. 26.3. 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 Documents, any of the Work is found to be defective or not in accordance with the Contract Documents, Contractor , after receipt of written notice from City, shall promptly correct such defective or nonconforming Work within the time specified by City without cost to City, to do so. Nothing contained herein shall be construed to establish a period of limitation with respect to any other obligation which Contractor might have under the Contract Documents including but not limited to, Article 23 hereof and any claim regarding latent defects. 26.4. 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. 27. Taxes Contractor shall pay all applicable sales, consumer, use and other taxes required by law. Contractor is responsible for reviewing the pertinent state statutes involving state taxes and complying with all requirements. 28. Subcontracts: 28.1. Contractor shall not employ any subcontractor against whom City or Consultant may have a reasonable objection. Contractor shall not be required to employ any subcontractor against whom Contractor has a reasonable objection. 28.2. Contractor shall be fully responsible for all acts and omissions of its subcontractors and of persons directly or indirectly employed by its subcontractors and of persons for whose acts any of them may be liable to the same extent that Contractor is responsible for the acts and omissions of persons BID NO:2014-230-YG CITYOF MIAMI BEACH = Ml WA! DUE DATE:AUGUST 26,2014 40 directly employed by it. Nothing in the Contract Documents shall create any contractual relationship between any subcontractor and City or any obligation on the part of City to pay or to see the payment of any monies due any subcontractor. City or Consultant may furnish to any subcontractor evidence of amounts paid to Contractor on account of specific work performed. 28.3 Contractor agrees to bind specifically every subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of City. 28.4. Contractor shall perform the Work with its own organization, amounting to not less than 70% percent of the Contract Price. 29. Separate Contracts: 29.1. City reserves the right to let other contracts in connection with this Project. Contractor shall afford other persons reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate this Work with theirs. 29.2. 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 Consultant any defects in such work that render it unsuitable for such proper execution and results. Contractor's failure to so inspect and report shall constitute an acceptance of the other person's work as fit and proper for the reception of Contractor's Work, except as to defects which may develop in other contractor's work after the execution of Contractor's. 29.3. Contractor shall conduct its operations and take all reasonable steps to coordinate the prosecution of the Work so as to create no interference or impact on 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. 29.4. To insure the proper execution of subsequent work, Contractor shall inspect the work already in place and shall at once report to Consultant any discrepancy between the executed work and the requirements of the Contract Documents. 30. Use of Completed Portions: 30.1. 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 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 recommended by Consultant and approved by City. 30.2. In the event City takes possession of any completed or partially completed portions of the Project, the following shall occur: BID NO:2014-230-YG CITYOF MIAMI BEACH f lAM1 BEACH DUE DATE:AUGUST 26,2014 41 30.2.1. City shall give notice to Contractor in writing at least thirty (30) calendar days prior to City's intended occupancy of a designated area. 30.2.2. Contractor shall complete to the point of Substantial Completion the designated area and request inspection and issuance of a Certificate of Substantial Completion in the form attached hereto as 00925 from Consultant. 30.2.3. Upon Consultant's issuance of a Certificate of Substantial Completion, City will assume full responsibility for maintenance, utilities, subsequent damages of City and public, adjustment of insurance coverage's and start of warranty for the occupied area. 30.2.4. Contractor shall complete all items noted on the Certificate of Substantial Completion within the time specified by Consultant on the Certificate of Substantial Completion, as soon as possible 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, Consultant shall issue a Final Certificate of Payment relative to the occupied area. 30.2.5. 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. 31. Lands for Work: 31.1. 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 or the use of Contractor. 31.2. 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. 32. Legal Restrictions and Traffic Provisions: Contractor shall conform to and obey all applicable laws, regulations, or ordinances with regard to labor employed, hours of work and Contractor's general operations. Contractor shall conduct its operations so as.not to close any thoroughfare, nor interfere in any way with traffic on railway, highways, or water, without the prior written consent of the proper authorities. 33. Location and Damage to Existing Facilities, Equipment or Utilities: BID NO:2014-230-YG CITYOF MIAMI BEACH P I MA I BEACH DUE DATE:AUGUST 26,2014 42 33.1. As far as possible, all existing utility lines in the Project area have been 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 identify and locate 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. 33.2. The Contractor shall notify each utility company involved at least ten (10) 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. 33.3. 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. 33.4. 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. 34. Value Engineering: Contractor may request substitution of materials, articles, pieces of equipment or any changes that reduce the Contract Price by making such request to Consultant in writing. Consultant will be the sole judge of acceptability, and no substitute will be ordered, installed, used or initiated without Consultant's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. However, any substitution accepted by Consultant shall not result in any increase in the Contract Price or Contract Time. By making a request for substitution, Contractor agrees to pay directly to Consultant all Consultant's fees and charges related to Consultant's review of the request for substitution, whether or not the request for substitution is accepted by Consultant. Any substitution submitted by Contractor must meet the form, fit, function and life cycle criteria of the item proposed to be replaced and there must be a net dollar savings including Consultant review fees and charges. If a substitution is approved, the net dollar savings shall be shared equally between Contractor and City and shall be processed as a deductive Change Order. City may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute approved after award of the Contract. BID NO:2014-230-YG CITYOF MIAMI BEACH MIAMI BEACH DUE DATE:AUGUST 26,2014 43 35. Continuing the Work: Contractor shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with City, including disputes or disagreements concerning a request for a Change Order, a request for a change in the Contract Price or Contract Time. The Work shall not be delayed or postponed pending resolution of any disputes or disagreements. 36. Changes in the Work or Terms of Contract Documents: 36.1. Without invalidating the Contract 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 as may be considered necessary or desirable to complete fully and acceptably the proposed construction in a satisfactory manner. Any extra or additional work within the scope of this Project must be accomplished by means of appropriate Field Orders and Supplemental Instructions or Change Orders. 36.2. Any changes to the terms of the Contract Documents must be contained in a written document, executed by the parties hereto, with the same formality and of equal dignity prior to the initiation of any work reflecting such change. This section shall not prohibit the issuance of Change Orders executed only by City as hereinafter provided. 37. Field Orders and Supplemental Instructions: 37.1. The Contract Administrator, through Consultant, shall have the right to approve and issue Field Orders setting forth written interpretations of the intent of the Contract Documents and ordering minor changes in Work execution, providing the Field Order involves no change in the Contract Price or the Contract Time. 37.2. Consultant shall have the right to approve and issue Supplemental Instructions setting forth written orders, instructions, or interpretations concerning the Contract Documents or its performance, provided such Supplemental Instructions involve no change in the Contract Price or the Contract Time. 38. Change Orders: 38.1. 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. 38.2. All changes to construction contracts which exceed the Commission-approved contingency must be approved in advance in accordance with the value of the Change Order or the calculated value of the time extension. All Change Orders with a value of $25,000 or more shall be approved in advance by the Mayor and City Commission. All Change Orders with a value of less than $25,000 shall be approved in advance by the City Manager or his designee. 38.3. In the event satisfactory adjustment cannot be reached for any item requiring a change in the Contract Price or Contract Time, and a Change Order has not been issued, City reserves the right at its sole option to either terminate the Contract as it applies to the items in question and make such arrangements as may be deemed necessary to complete the disputed work; or submit the matter BID NO:2014-230-YG CITYOF MIAMI BEACH NAIA,MIBEACH DUE DATE:AUGUST 26,2014 44 in dispute to Consultant as set forth in Article 12 hereof. During the pendency of the dispute, and upon receipt of a Change Order approved by City, Contractor shall promptly proceed with the change in the Work involved and advise the Consultant and Contract Administrator in writing within seven (7) calendar days of Contractor's agreement or disagreement with the method, if any, provided in the Change Order for determining the proposed adjustment in the Contract Price or Contract Time. 38.4. On approval of any Contract change increasing the Contract Price, Contractor shall ensure that the performance bond and payment bond are increased so that each reflects the total Contract Price as increased. 38.5. Under circumstances determined necessary by City, Change Orders may be issued unilaterally by City. 39. Value of Change Order Work: 39.1. The value of any work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: 39.1.1. Where the work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of items involved. 39.1.2. By mutual acceptance of a lump sum which Contractor and City acknowledge contains a component for overhead and profit. 39.1.3. On the basis of the "cost of work," determined as provided in Sections 38.2 and 38.3, plus a Contractor's fee for overhead and profit which is determined as provided in Section 38.4. 39.2. 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 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 Section 38.3. 39.2.1. Payroll costs for employees in the direct employ of Contractor in the performance of the work described in the Change Order under schedules of job classifications agreed upon by City and Contractor. Payroll costs for employees not employed full time on the work covered by the Change Order 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 BID NO:2014-230-YG CITYOF MIAMI BEACH tv1.1AMI BEACH DUE DATE:AUGUST 26,2014 45 regular working hours, on Sunday or legal holidays, shall be included in the above to the extent authorized by City. 39.2.2. 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. 39.2.3. Payments made by Contractor to Subcontractors for work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from Subcontractors acceptable to Contractor and shall deliver such bids to City who will then determine, with the advice of Consultant, which bids will be accepted. If the Subcontract provides that 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. 39.2.4. Cost of special consultants, including, but not limited to, engineers, architects, testing laboratories, and surveyors employed for services specifically related to the performance of the work described in the Change Order. 39.2.5. Supplemental costs including the following: 39.2.5.1. 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. 39.2.5.2. 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 cost less market value of such items used but not consumed which remains the property of Contractor . BID NO:2014-230-YG CITYOF MIAMI BEACH f LAM 1 BE CH DUE DATE:AUGUST 26,2014 46 39.2.5.3. Sales, use, or similar taxes related to the work, and for which Contractor is liable, imposed by any governmental authority. 39.2.5.4. Deposits lost for causes other than Contractor's negligence; royalty payments and fees for permits and licenses. 39.2.5.5. The cost of utilities, fuel and sanitary facilities at the site. 39.2.5.6. 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. 39.2.5.7. Cost of premiums for additional bonds and insurance required because of changes in the work. 39.3. The term "cost of the work" shall not include any of the following: 39.3.1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, 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. 39.3.2. Expenses of Contractor's principal and branch offices other than Contractor's office at the site. 39.3.3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the work and charges against Contractor for delinquent payments. 39.3.4. 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. 39.3.5. 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. 39.3.6. Other overhead or general expense costs of any kind and the cost of any item not specifically and expressly included in Section 38.2. BID NO:2014-230-YG CITYOF MIAMI BEACH MIAMI E H DUE DATE:AUGUST 26,2014 47 39.4. Contractor's fee allowed to Contractor for overhead and profit shall be determined as follows: 39.4.1.A mutually acceptable fixed fee or if none can be agreed upon, 39.4.2.A fee based on the following percentages of the various portions of the cost of the work: 39.4.2.1. For costs incurred under Sections 38.2.1 and 38.2.2, Contractor's fee shall not exceed ten percent (10%). 39.4.2.2. For costs incurred under Section 38.2.3, Contractor's fee shall not exceed seven and one half percent (7.5%); and if a subcontract is on the basis of cost of the work plus a fee, the maximum allowable to the Subcontractor as a fee for overhead and profit shall not exceed ten percent(10%); and 39.4.2.3. No fee shall be payable on the basis of costs itemized under Sections 38.2.4 and 38.2.5, (except Section 38.2.5.3), and Section 38.3. 39.5. 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. 39.6. Whenever the cost of any work is to be determined pursuant to Sections 38.2 and 38.3, Contractor will submit in a form acceptable to Consultant an itemized cost breakdown together with the supporting data. 39.7. Where the quantity of any item of the Work that is covered by a unit price is increased or decreased by more than twenty percent (20%) from the quantity of such work indicated in the Contract Documents, an appropriate Change Order shall be issued to adjust the unit price, if warranted. 39.8. Whenever a change in the Work is to be based on mutual acceptance of a lump sum, whether the amount is an addition, credit or no change-in-cost, Contractor shall submit an initial cost estimate acceptable to Consultant and Contract Administrator. 39.8.1. Breakdown shall list the quantities and unit prices for materials, labor, equipment and other items of cost. 39.8.2. Whenever a change involves Contractor and one or more Subcontractors and the change is an increase in the Contract Price, overhead and profit percentage for Contractor and each Subcontractor shall be itemized separately. BID NO:2014-230-YG CITYOF MIAMI BEACH MIAMI BEACH DUE DATE:AUGUST 26,2014 48 39.9. Each Change Order must state within the body of the Change Order whether it is based upon unit price, negotiated lump sum, or"cost of the work." 40. Notification and Claim for Change of Contract Time or Contract Price: 40.1. Any claim for a change in the Contract Time or Contract Price shall be made by written notice by Contractor to the Contract Administrator and to Consultant within five (5) 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 Consultant allows an additional period of time to ascertain more accurate data in support of the claim and such notice shall be accompanied by Contractor's written notarized statement that the adjustment claimed is the entire adjustment to which the Contractor has reason to believe it is entitled as a result of the occurrence of said event. All claims for changes in the Contract Time or Contract Price shall be determined by Consultant in accordance with Article 12 hereof, if City and Contractor cannot otherwise agree. IT IS EXPRESSLY AND SPECIFICALLY AGREED THAT ANY AND ALL CLAIMS FOR CHANGES TO THE CONTRACT TIME OR CONTRACT PRICE SHALL BE WAIVED IF NOT SUBMITTED IN STRICT ACCORDANCE WITH THE REQUIREMENTS OF THIS SECTION. 40.2. 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 Section 39.1. 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. 41. No Damages for Delay: No claim for damages or any claim, other than for an extension of time, shall be made or asserted against City by reason of any delays except as provided herein. Contractor shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by Contractor for actual delays due solely to fraud, bad faith or active interference on the part of City or its Consultant. Otherwise, Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay, in accordance with and to the extent specifically provided above. 42. Excusable Delay; Compensable; Non-Compensable: 42.1 Excusable Delay. Delay which extends the completion of the Work and which is caused by circumstances beyond the control of Contractor or its subcontractors, suppliers or vendors is Excusable Delay. BID NO:2014-230-YG CITYOF MIAMI BEACH ,Mi AM(BCH DUE DATE:AUGUST 26,2014 49 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 39 hereof. Failure of Contractor to comply with Article 39 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. Excusable Delay may be compensable or non-compensable: (a) Compensable Excusable Delay. Excusable Delay is compensable when (i) the delay extends the Contract Time, (ii) is caused by circumstances beyond the control of the Contractor or its subcontractors, suppliers or vendors, and (iii) is caused solely by fraud, bad faith or active interference on the part of City or its agents. In no event shall Contractor be compensated for interim delays which do not extend the Contract Time. Contractor shall be entitled to direct and indirect costs for Compensable Excusable Delay. Direct costs recoverable by Contractor shall be limited to the actual additional costs allowed pursuant to Article 38 hereof. City and Contractor recognize and agree that the amount of Contractor's precise actual indirect costs for delay in the performance and completion of the Work is impossible to determine as of the date of execution of the Contract Documents, and that proof of the precise amount will be difficult. Therefore, indirect costs recoverable by the Contractor shall be liquidated on a daily basis for each day the Contract Time is delayed due to a Compensable Excusable Delay. These liquidated indirect costs shall be paid to compensate Contractor for all indirect costs caused by a Compensable Excusable Delay and shall include, but not be limited to, all profit on indirect costs, home office overhead, acceleration, loss of earnings, loss of productivity, loss of bonding capacity, loss of opportunity and all other indirect costs incurred by Contractor. The amount of liquidated indirect costs recoverable shall be one hundred dollars ($100) per day for each calendar day the Contract is delayed due to a Compensable Excusable Delay. (b) Non-Compensable Excusable Delay. When 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 further compensation for the delay. 43. Substantial Completion: When Contractor considers that the Work, or a portion thereof designated by City pursuant to Article 29 hereof, has reached Substantial Completion, Contractor shall so notify City and Consultant in writing. Consultant and City shall then promptly inspect the Work. When Consultant, on the basis of such an inspection, determines that the Work BID NO:2014-230-YG CITYOF MIAMI BEACH '' irVAI BEACH DUE DATE:AUGUST 26,2014 50 or designated portion thereof is substantially complete, it will then prepare a Certificate of Substantial Completion in the form attached hereto as Form 00925 which shall establish the Date of Substantial Completion; shall state the responsibilities of City and Contractor for security, maintenance, heat, utilities, damage to the Work, 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 Substantial Completion of the Work or designated portion thereof unless otherwise provided in the Certificate of Substantial Completion. The Certificate of Substantial Completion shall be submitted to City through the Contract Administrator and Contractor for their written acceptance of the responsibilities assigned to them in such Certificate. 44. No Interest: Any monies not paid by City when claimed to be due to Contractor under this Agreement, including, but not limited to, any and all claims for contract damages of any type, shall not be subject to interest including, but not limited to prejudgment interest. However, the provisions of City's prompt payment ordinance, as such relates to timeliness of payment, and the provisions of Section 218.74(4), Florida Statutes (1989) as such relates to the payment of interest, shall apply to valid and proper invoices. 45. Shop Drawings: 45.1. Contractor shall submit Shop Drawings as required by the Technical Specifications. The purpose of the Shop Drawings is to show the suitability, efficiency, technique of manufacture, installation requirements, details of the item and evidence of its compliance or noncompliance with the Contract Documents. 45.2. Within thirty (20) calendar days after the Project Initiation Date specified in the Notice to Proceed, Contractor shall submit to Consultant a complete list of preliminary data on items for which Shop Drawings are to be submitted and shall identify the critical items. Approval of this list by Consultant shall in no way relieve 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. 45.3. After the approval of the list of items required in Section 44.2 above, Contractor shall promptly request Shop Drawings from the various manufacturers, fabricators, and suppliers. Contractor shall include all shop drawings and other submittals in its certification. 45.4. Contractor shall thoroughly review and check the Shop Drawings and each and every copy shall show this approval thereon. 45.5. If the Shop Drawings show or indicate departures from the Contract requirements, Contractor shall make specific mention thereof in its letter of BID NO:2014-230-YG CITYOF MIAMI BEACH } r'I BEACH DUE DATE:AUGUST 26,2014 51 transmittal. Failure to point out such departures shall not relieve Contractor from its responsibility to comply with the Contract Documents. 45.6. Consultant shall review and approve Shop Drawings within seven (7) calendar days from the date received, unless said Drawings are rejected by Consultant for material reasons. Consultant's approval of Shop Drawings will be general and shall not relieve Contractor of responsibility for the accuracy of such 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 Drawings. No work called for by Shop Drawings shall be performed until the said Drawings have been approved by Consultant. Approval shall not relieve Contractor from responsibility for errors or omissions of any sort on the Shop Drawings. 45.7. 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 Consultant along with its comments as to compliance, noncompliance, or features requiring special attention. 45.8. 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. 45.9. Contractor shall submit the number of copies required by Consultant. Resubmissions of Shop Drawings shall be made in the same quantity until final approval is obtained. 45.10. Contractor shall keep one set of Shop Drawings marked with Consultant's approval at the job site at all times. 46. Field Layout of the Work and Record Drawings: 46.1. 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, handholes, fittings and the like and shall prepare record or "as-built" drawings of the same which are sealed by a Professional Surveyor. Contractor shall deliver these records in good order to Consultant as the Work is completed. 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 Consultant prior to, and as a condition of, final payment. 46.2. Contractor shall maintain in a safe place at the Project site one record copy of all Drawings, Plans, Specifications, Addenda, written amendments, Change Orders, Field Orders and written interpretations and clarifications in good order and annotated to show all changes made during construction. These record documents together with all approved samples and a counterpart of all approved Shop Drawings shall be available at all times to Consultant for reference. Upon BID NO:2014-230-YG CITYOF MIAMI BEACH M AMI BEAC H DUE DATE:AUGUST 26,2014 52 Final Completion of the Project and prior to Final Payment, these record documents, samples and Shop Drawings shall be delivered to the Contract Administrator. 46.3. 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 Consultant. 47. Safety and Protection: 47.1. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Project. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 47.1.1. All employees on the work site and other persons who may be affected thereby; 47.1.2. All the work and all materials or equipment to be incorporated therein, whether in storage on or off the Project site; and 47.1.3. Other property at the Project site 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. 47.2. Contractor shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and utilities when prosecution of the work may affect them. All damage, injury or loss to any property referred to in Sections 46.1.2 and 46.1.3 above, 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 Consultant has issued a notice to City and Contractor that the Work is acceptable except as otherwise provided in Article 29 hereof. 47.3. Contractor shall designate a responsible member of its organization at the Work site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to City. 48. © Final Bill of Materials: Contractor shall be required to submit to City and Consultant a final bill of materials with unit costs for each bid item for supply of materials in place. This shall be an itemized list of all materials with a unit cost for each material and the total shall agree with unit costs established for each Contract item. A Final Certificate for Payment cannot be issued by Consultant until Contractor submits the final bill of materials and Consultant verifies the accuracy of the units of Work. 49. Payment by City for Tests: BID NO:2014-230-YG CITYOF MIAMI BEACH rv";;AWI BEACH DUE DATE:AUGUST 26,2014 53 Except when otherwise specified in the Contract Documents, the expense of all tests requested by Consultant shall be borne by City and performed by a testing firm chosen by Consultant. For road construction projects the procedure for making tests required by Consultant will be in conformance with the most recent edition of the State of Florida, Department of Transportation Standard Specifications for Road and Bridge Construction. The cost of any required test which Contractor fails shall be paid for by Contractor. 50. Protect Sign: Any requirements for a project sign shall be paid by the Contractor as specified by City Guidelines'. 51. Hurricane Precautions: 51.1. During such periods of time as are designated by the United States Weather Bureau as being a hurricane warning or alert, 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 or Consultant has given notice of same. 51.2. Compliance with any specific hurricane warning or alert precautions will not constitute additional work. 51.3. Additional work relating to hurricane warning or alert at the Project site will be addressed by a Change Order in accordance with Section 37, General Conditions. 51.4. 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 noncompensable, excusable delay, and shall not give rise to a claim for compensable delay. 52. Cleaning Up; City's Right to Clean Up: Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish caused by its operations. At the completion of the 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 Consultant shall determine to be just. 53. Removal of Equipment: In case of termination of this Contract before completion for any cause whatever, Contractor, if notified to do so by City, shall promptly remove any part or all of Contractor's equipment and supplies from the property of City, failing which City shall have the right to remove such equipment and supplies at the expense of Contractor. 54. Nondiscrimination, Equal Employment Opportunity, and Americans with Disabilities Act: Contractor shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this BID NO:2014-230-YG CITYOF MIAMI BEACH i\A AAA IBEACH DUE DATE:AUGUST 26,2014 54 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 this Agreement shall be made without regard to or consideration of race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used as a basis for service delivery. Contractor shall not engage in or commit any discriminatory practice in violation of City of Miami Beach Ordinance No 92.2824 in performing any services pursuant to this Agreement. 55. Project 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 the Project and to any claim for additional compensation made by Contractor. 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 three (3) years following Final Completion of the Project. During the Project and the three (3) year period following Final Completion of the Project, Contractor shall provide City access to its books and records upon seventy-two (72) hours written notice. 56. Performance Evaluations: An interim performance evaluation of the successful Contractor may be submitted by the Contract Administrator during construction of the Project. A final performance evaluation shall be submitted when the Request for Final Payment to the construction contractor is forwarded for approval. In either situation, the completed evaluation(s) shall be forwarded to the City's Procurement Director who shall provide a copy to the successful Contractor. Said evaluation(s) may be used by the City as a factor in considering the responsibility of the successful Contractor for future bids with the City. 57. 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 this bid must be accompanied by a Material Safety Data Sheet (MSDS) which may be obtained from the manufacturer. The MSDS must include the following information: b. The chemical name and the common name of the toxic substance. c. The hazards or other risks in the use of the toxic substance, including: BID NO:2014-230-YG CITYOF MIAMI BEACH MIAMI BEACH DUE DATE:AUGUST 26,2014 55 i. The potential for fire, explosion, corrosion, and reaction; ii. 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 toxic substance; and iii. The primary routes of entry and symptoms of overexposure. d. The proper precautions, handling practices, necessary personal protective equipment, and other safety precautions in the use of or exposure to the toxic substances, including appropriate emergency treatment in case of overexposure. e. The emergency procedure for spills, fire, disposal, and first aid. f. A description in lay terms of the known specific potential health risks posed by the toxic substance intended to alert any person reading this information. g. 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. 58. Environmental Regulations: The City reserves the right to consider a Bidder's history of citations and/or violations of environmental regulations in investigating a Bidder's responsibility, and further reserves the right to declare a Bidder not responsible if the history of violations warrant such determination in the opinion of the City. Bidder shall submit with its Bid, a complete history of all citations and/or violations, notices and dispositions thereof. The nonsubmission of any such documentation shall be deemed to be an affirmation by the Bidder that there are no citations or violations. Bidder shall notify the City immediately of notice of any citation or violation which Bidder may receive after the Bid opening date and during the time of performance of any contract awarded to it. 59. "Or Equal" Clause: Whenever a material, article or piece of equipment is identified in the Contract Documents including plans and specifications by reference to manufacturers' or vendors' names, trade names, catalog numbers, or otherwise, City, through Consultant, will have made its best efforts to name at least three (3) such references. Any such reference is intended merely to establish a standard; and, unless it is followed by the words "no substitution is permitted" because of form, fit, function and quality, any material, article, or equipment of other manufacturers and vendors which will perform or serve the requirements of the general design will be considered equally acceptable provided the materials, article or equipment so proposed is, in the sole opinion of Consultant, equal in substance, quality and function. ANY REQUESTS FOR SUBSTITUTION MUST BE MADE TO THE CITY'S PROCUREMENT DIRECTOR, WHO SHALL FORWARD SAME TO CONSULTANT. BID NO:2014-230-YG CITYOF MIAMI BEACH AA iAMIBEACH DUE DATE:AUGUST 26,2014 56 APPENDIX A Price Form, Bid Tender Form, & Supplements ATTACHMENT A-1: ITB Price Form & Unit Price Breakdown form See appendixes Al A, Al B, Al C, Al D &Al E attached ATTACHMENT A-2: Bid Tender Form ATTACHMENT A-3: Supplement to Bid Tender Form: Contractor Qualification Statement ATTACHMENT A-4: Supplement to Bid Tender Form: Non-Collusion Certificate ATTACHMENT A-5: Supplement to Bid Tender Form: Drug Free Workplace Certification ATTACHMENT A-6: Supplement to Bid Tender Form: Equal Benefits Ordinance ATTACHMENT A-7:, Supplement to Bid Tender Form: Trench Safety Act ATTACHMENT A-8: Supplement to Bid Tender Form: Recycled Content Information MIAMIBEACH BID NO:2014-230-YG CITYOF MIAMI BEACH MI AM!BEACH DUE DATE:AUGUST 26,2014 57 A-2 BID TENDER FORM Submitted: Date City of Miami Beach, Florida 1700 Convention Center Drive Miami Beach, Florida 33139 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 all other required information with the bid; and that this bid is submitted voluntarily and willingly. The Bidder agrees, if this bid is accepted, to contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project entitled: INVITATION TO BID (ITB) No. 2014-230-YG ROADWAY IMPROVEMENT BUNDLE 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, provided in the ITB Price Form in Section 00408 and to furnish the required Certificate(s) of Insurance. In the event of arithmetical errors between the division totals and the total base bid in the ITB Price Form, the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid, the written total base bid shall govern. In absence of totals submitted for any division cost, the City shall interpret as no bid for the division, which may disqualify bidder. A-2 Acknowledgment is hereby made of the following addenda (identified by number) received since issuance of this Solicitation: � � Q�.r .gym. QQ �a.e_ �` Amendment 1 Amendment 6 Amendment 2 Amendment 7 Amendment 3 Amendment 8 Amendment 4 Amendment 9 Amendment 5 Amendment 10 Attached is a Bid Bond ❑, Cash ❑, Money Order ❑, Unconditional Letter of Credit ❑, Treasurer's Check ❑, Bank Draft ❑, Cashier's Check ❑, or: Certified Check ❑ No. Bank of for the sum of Dollars ($ ). The Bidder shall acknowledge this bid by signing and completing the spaces provided below. Name of Bidder: Address Line 1: Address Line 2: Telephone Number: E-mail Address: Social Security Number: OR Federal I.D. Number: Dun & Bradstreet No.: If a partnership, names and addresses of partners: (Sign below if not incorporated) WITNESSES: (Type or Print Name of Bidder) (Signature) BID NO:2014-230-YG CITYOF MIAMI BEACH M1A M 1:BEACH DUE DATE:AUGUST 26,2014 59 (Type or Print Name Signed Above) A-2 (Sign below if incorporated) ATTEST: (Type or Print Name of Corporation) Secretary (Signature and Title) (CORPORATE SEAL) (Type or Print Name Signed Above) Incorporated under the laws of the State of: BID NO:2014-230-YG CITYOF MIAMI BEACH MIf y#A 1 BEACH DUE DATE:AUGUST 26,2014 60 A-3 SUPPLEMENT TO BID/TENDER FORM: CONTRACTOR QUALIFICATION STATEMENT THIS COMPLETED FORM SHOULD BE SUBMITTED WITH THE BID; HOWEVER, ANY ADDITIONAL INFORMATION NOT INCLUDED IN THE SUBMITTED FORM AS DETERMINED IN THE SOLE DISCRETION OF THE CITY, SHALL BE SUBMITTED WITHIN SEVEN (7) CALENDAR DAYS OF THE CITYS REQUEST. The undersigned authorized representative of the Bidder certifies the truth and accuracy of all statements and the answers contained herein. 1. Please list all Licenses, Certifications, and/or Registrations your organization may possess. Please also indicate the number of years your organization has been in possession of these licenses, certifications, and/or registrations. License/Certification#/Registration# #Years 2. Attach a list of the Key Personnel, the intended role for this Project, and resumes for each individual. 3. What business are you in? 4. Please indicate the last project of similar scope and volume that your organization has completed and its completion date. 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6. List owner names, addresses and telephone numbers, and surety and project names, for all projects for which you have performed work, where your surety has intervened to assist in completion of the project, whether or not a claim was made. 7. References & Past Performance. Bidder shall submit at least three (3) references for whom the proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: Proposer shall submit a minimum of three (3) references, including the following information: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4)Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. 8. Attach a list including the following information concerning all contracts in progress as of the date of submission of this bid. (In case of co-venture, list the information for all co-venturers): BID NO:2014-230-YG CITYOF MIAMI BEACH ; IMA,l B EAC H DUE DATE:AUGUST 26,2014 61 A-3 a. Name of Project b. Owner and Point of Contact(Minimum of Phone Number& E-mail Address) c. Original Contract Value d. Current Contract Value e. Projected Date of Completion per Contract f. Percent (%) Completion to Date of Bid Submittal 9. Has a representative of the Bidder completely inspected the proposed project and does the Bidder have a complete plan for its performance? ❑ Yes ❑No 10. State the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business and the address of the place of business. (If a corporation, state the name of the president and secretary. If a partnership, state the names of all partners. If a trade name, state the names of the individuals who do business under the trade name). Additional Sheets may be attached as necessary. A. The correct name of the Bidder is: B. The business is a: ❑ Sole Proprietorship ❑ Partnership ❑ Corporation C. The address of principal place of business is: D. The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: Sew E. List all organizations which were predecessors to Bidder or in which the principals or officers of the Bidder were principals or officers. BID NO:2014-230-YG CITYOF MIAMI BEACH MIAMI BEA DUE DATE:AUGUST 26,2014 62 A-3 F. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Bidder, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description the disposition of each such petition. G. List and describe all successful Performance or Payment Bond claims made to your surety(ies) during the last five (5) years. The list and descriptions should include claims against the bond of the Bidder and its predecessor organization(s). H. List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Bidder or its predecessor organization(s) during the last five (5) years. The list shall include all case names; case, arbitration or hearing identification numbers; the name of the project over which the dispute arose; a description of the subject matter of the dispute; and the final outcome of the claim. I. List and describe all criminal proceedings or hearings concerning business related offenses in which the Bidder, its principals or officers or predecessor organization(s) were defendants. BID NO:2014-230-YG CITYOF MIAMI BEACH OM\1BEAC DUE DATE:AUGUST 26,2014 63 A-3 J. Has the Bidder, its principals, officers or predecessor organization(s) been debarred or suspended from bidding by any government during the last five (5) years? If yes, please provide details. K. Under what conditions does the Bidder request Change Orders? L. Provide the names of all individuals or entities (including your sub-consultants) with a controlling financial interest and the percentage of ownership. The term "controlling financial interest" shall mean the ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any corporation or a direct or indirect interest of 10% or more in a firm. The term "firm" shall mean any corporation, partnership, business trust or any legal entity other than a natural person. 11. Individuals or entities (including our sub-consultants) with a controlling financial interest: have have not contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Please provide the name(s) and date(s) of said contributions and to whom said contribution was made: BID NO:2014-230-YG CITYOF MIAMI BEACH , \I M1 BEACH DUE DATE:AUGUST 26,2014 64 12. Has the Corporation, Officers of the Corporation, Principal Stockholders, Principals of the Partnership or Owner of Sole Proprietorship ever been indicted, debarred, disqualified or suspended from performing work for the Federal Government or any State or Local Government or subdivision or agency thereof? El Yes 11]No 13.Are any indictments, debarments, disqualifications, or suspensions referenced on the previous page current? El Yes ❑No If the answer to either number 12 or 13 is yes, attach a written detailed explanation. 14. Is the business entity a Miami Beach based Vendor? ❑Yes ❑No If Yes, please submit a copy of a Business Tax Receipt issued by the City of Miami Beach, or documentation to demonstrate that the headquarters is in the City of Miami Beach, or documentation which proves that goods and/or contractual services are being produced or performed, as appropriate, in the City of Miami Beach pursuant to City Code. 15. Is the business entity owned by a certified service-disabled veteran, and or a small business owned and controlled by veterans, as defined on Section 502 of the Veteran Benefit Health, and Information Technology Act of 2006, and cited in the Database of Veteran-owned Business? ❑Yes No BID NO:2014-230-YG CITYOF MIAMI BEACH MI"EMI BEACH DUE DATE:AUGUST 26,2014 65 A-3 CONTRACTOR QUALIFICATION STATEMENT VALIDATION: The undersigned certifies that the information provided in this questionnaire is correct and accurate. IF PARTNERSHIP: Signature Print Name of Firm Print Name Address Title: IF CORPORATION: Signature Print Name of Corporation Print Name Address Title: WITNESS: Signature Print Name Title: (CORPORATE SEAL) Attest: Secretary BID NO:2014-230-YG CITYOF MIAMI BEACH A4JAMIBEAC DUE DATE:AUGUST 26,2014 66 A-4 SUPPLEMENT TO BID/TENDER FORM: NON-COLLUSION CERTIFICATE THIS FORM MUST BE SUBMITTED PRIOR TO AWARD FOR BIDDER TO BE DEEMED RESPONSIBLE. Submitted this day of , 20_. The undersigned, as Bidder, declares that the only persons interested in this Bid are named herein; that no other person has any interest in this Bid or in the Contract to which this Bid pertains; that this Bid is made without connection or arrangement with any other person; and that this Bid is in every respect fair and made in good faith, without collusion or fraud. The Bidder agrees if this Bid is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the Bidder and the City of Miami Beach, Florida, for the performance of all requirements to which the Bid pertains. The Bidder states that this Bid is based upon the documents identified by the following number: Bid No. 2014-230-SR. SIGNATURE PRINTED NAME TITLE (IF CORPORATION) BID NO:2014-230-YG CITYOF MIAMI BEACH M!AM1 BEACH DUE DATE:AUGUST 26,2014 67 A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION The undersigned Bidder hereby certified 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 offeror'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); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction; (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs(1)through (6). BID NO:2014-230-YG CITYOF MIAMI BEACH AA I"M BEAC DUE DATE:AUGUST 26,2014 68 A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION (Bidder Signature) (Print Vendor Name) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20 , by as (name of person whose signature is being notarized) (title) of (name of corporation/company) known to me to be the person described herein, or who produced as identification, and who did/did not take an oath. NOTARY PUBLIC: (Signature) (Print Name) My commission expires: BID NO:2014-230-YG CITYOF MIAMI BEACH M AMI BEACH DUE DATE:AUGUST 26,2014 69 A-6 SUPPLEMENT TO BID TENDER FORM: EQUAL BENEFITS ORDINANCE SUMMARY The foregoing analysis provides a summary of the major points of the proposed Ordinance: 1) What is the intent of the Ordinance? The proposed Ordinance will require certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive bids, to provide "Equal Benefits" to their employees with Domestic Partners, as they provide to employees with spouses. 2) How are "Equal Benefits" defined and what kind of "Benefits" does the Ordinance cover? "Equal Benefits" means that contractors doing business with the City who are covered by the Ordinance shall be required to provide the same type of benefits that they offer to employees and their spouses, to employees with Domestic Partners. The type of "Benefits" defined by the Ordinance and which may be offered by a contractor include: sick leave, bereavement leave, family medical leave, and health benefits. The "Benefits" defined in the Ordinance are the same type of benefits that the City provides to Domestic Partners of City employees, pursuant to Section 62-128 of the City Code]. Notwithstanding the definition of "Benefits" in the Ordinance, to comply with the Ordinance a Contractor is not required to provide all the above-described benefits. Contractors are only required to offer the same type of Benefits they offer to their employees with spouses, to employees with Domestic Partners. Additionally, a Contractor who offers no benefits to employees or their spouses, would not be required to offer any benefits to employees with Domestic Partners (and would still be in compliance with the Ordinance).] 3) Who is considered a "Domestic Partner" under the Ordinance? A "Domestic Partner" shall mean any two (2) adults of the same or different sex who have registered as domestic partners with a government body pursuant to state or local law authorizing such registration, or with an internal registry maintained by the employer of at least one of the domestic partners. 4) What type of Contracts and/or which Contractors are covered by the Ordinance? The Ordinance only applies to the following: • Competitively bid City contracts (bids, RFP's, RFQ's, RFLI's, etc.), • Contracts valued at over$100,000, • Contractors who maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks in either the current or the preceding calendar year, • Contractors covered by the Ordinance are only required to comply as to employees who: 1) either work within the City limits of the City of Miami Beach; or 2) the contractor's employees located in the United States, but outside of the City limits, only if those employees are directly performing work on the City contract (covered by the Ordinance). 5) In what cases does the Ordinance not apply? The provisions of the Ordinance do not apply where: BID NO 2014-230-YG CITYOF MIAMI BEACH ' i 31`;,;.BEACH DUE DATE:AUGUST 26,2014 70 A-6 • The City contract has been has been entered into prior to the effective date of the Ordinance (including renewal terms contained in such contracts); • The City contract is not competitively bid; • The City contract is valued at less than $100,000; • The contractor has less than 51 employees; • The contractor does not provide Benefits either to employees' spouses or to employees' Domestic Partners; • The contractor is a religious organization, association, society or any nonprofit charitable or educational institution or organization operated, supervised or controlled by or in conjunction with a religious organization, association or society; • The contractor is another government entity. The following City contracts are not covered by the Ordinance: • Contracts for sale or lease of City property; • Development Agreements; • Contracts/grants for CDBG, HOME, SHIP, and Surtax funds administered by the City's Office of Community Development; • Cultural Arts Council grants; • Contracts for professional NE, landscape NE, or survey and mapping services procured pursuant to Chapter 287.055, Florida Statutes ("The Consultants Competitive Negotiation Act"; • Contracts for the procurement of life, health, accident, hospitalization, legal expense, annuity insurance, or any and all other kinds of insurance for the officers and employees of the City and their dependents, from a group insurance plan. The Ordinance provides, upon written recommendation of the City Manager, that the City Commission may, by 5/7ths vote, waive application of the Ordinance for the following: • Emergency contracts; • Contracts where only one bid response is received; • Contracts where more than one bid response is received, but none of the bidders can comply with the requirements of the Ordinance. The City's ability to apply the Ordinance may also be preempted in instances where the Ordinance impacts health, retirement, or pension program which fall within the jurisdiction of the Employee Retirement Income Security Act (ERISA), and may under certain circumstances be held invalid under Federal preemption. 6) How is the Ordinance enforced by the City? • City contracts that are covered by the Ordinance shall notify potential bidders/proposers of the Ordinance and its requirements in the ITB documents; • At the time of entering into the contract with the City, the proposed City contractor shall certify to the City that it intends to provide Equal Benefits, along with the description of its employee benefits plan, which needs to be delivered to the Procurement Director prior to entering into the contract; • The City has the ongoing right to investigate/audit contracts for compliance with the provisions of the Ordinance; • The contractor is required to post notice to its employees at its place of business that it provides Equal Benefits. BID NO:2014-230-YG CITYOF MIAMI BEACH i AMI BEACH DUE DATE:AUGUST 26,2014 71 A-6 7) Is there another way for a Contractor who does not provide Equal Benefits to comply with the Ordinance? If a contractor covered by the Ordinance has made a reasonable yet unsuccessful effort to provide Equal Benefits, it can still comply with the Ordinance by providing an employee with the "Cash Equivalent" of the similar benefit(s) offered to the contractor's employees and their spouses. 8) What are the penalties for non-compliance? Failure of a contractor to comply with the requirements of the Ordinance may result in the following: • Breach/default under the contract; • Termination of the contract; • Monies due under the contract may be retained by the City until compliance is achieved; • Debarment of contractors from City work, as prescribed by the City Code. Balance of Page Intentionally Left Blank BID NO:2014-230-YG CITYOF MIAMI BEACH MIAMI MI EACH DUE DATE:AUGUST 26,2014 72 A-6 MIAMIBEACH DECLARATI..... ...... AND BENEFITS Section 1.Vendor Information Name of Company: Name of Company Contact Person: Phone Number: Fax Number: E-mail: Vendor Number(if known): Federal ID or Social Security Number: Approximate Number of Employees in the U.S.: _ (If 50 or less,skip to Section 4,date and sign) Are any of your employees covered by a collective bargaining agreement or union trust fund? Yes No Union name(s): Section 2.Compliance Questions Question 1. Nondiscrimination-Protected Classes A. Does your company agree to not discriminate against your employees, applicants for employment, employees of the City, or members of the public on the basis of the fact or perception of a person's membership in the categories listed below? Please note: a "YES" answer means your company agrees it will not discriminate; a "NO" answer means your company refuses to agree that it will not discriminate. Please answer yes or no to each category. ['Race _Yes_No ❑Sex _Yes_No ❑Color _Yes_No ❑Sexual Orientation _Yes_No ❑Creed _Yes_No ['Gender Identity(transgender status) _Yes_No ['Religion _Yes_No ['Domestic partner status _Yes_No ❑National origin _Yes_No ❑Marital status _Yes_No ['Ancestry _Yes_No LI Disability —Yes— No ['Age _Yes_No ❑AIDS/HIV status _Yes_No ['Height _Yes_No ❑Weight _Yes_No B. Does your company agree to insert a similar nondiscrimination provision in any subcontract you enter into for the performance of a substantial portion of the contract you have with the City? Please note:you must answer this question,even if you do not intend to enter into any subcontracts. Yes No BID NO:2014-230-YG CITYOF MIAMI BEACH t viiAMI BEAC H DUE DATE:AUGUST 26,2014 73 A-6 Question 2. Nondiscrimination-Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive bids, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides Firm Provides Firm does not for Employees for Employees Provide Benefit with Spouses with Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at: www.miamibeachfl.qov/procurement/ BID NO:2014-230-YG CITYOF MIAMI BEACH MIAMI IAMIBE H DUE DATE:AUGUST 26,2014 74 A-6 Section 3.Required Documentation YOU MUST SUBMIT SUPPORTING DOCUMENTATION to verify each benefit marked in Question 2C. Without proper documentation, your company cannot be certified as complying with the City's Equal Benefits Requirement for Domestic Partner Ordinance. For example, to document medical insurance submit a statement from your insurance provider or a copy of the eligibility section of your plan document; to document leave programs, submit a copy of your company's employee handbook. If documentation for a particular benefit does not exist,attach an explanation. Have you submitted supporting documentation for each benefit offered? _Yes_No Section 4.Executing the Document I declare under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Executed this day of ,in the year ,at Signature Mailing Address Name of Signatory City, State,Zip Code Title BID NO:2014-230-YG CITYOF MIAMI BEACH M Mil BEACH DUE DATE:AUGUST 26,2014 75 A-6 } MIAMIBEACH cH KtA,UNAULt MtA'UKtb AI'F'LIC:A I IUN Declaration: Nondiscrimination in Contracts and Benefits Submit this form and supporting .documentation to the City's Department of Procurement Management ONLY IF you: A. Have taken all reasonable measures to end discrimination in benefits; B. Are unable to do so; and C. Intend to offer a cash equivalent to employees for whom equal benefits are not available. You must submit the following information with this form: 2. The names, contact persons and telephone numbers of benefits providers contacted for the purpose of acquiring nondiscriminatory benefits; 3. The dates on which such benefits providers were contacted; 4. Copies of any written response(s)you received from such benefits providers, and if written responses are unavailable, summaries of oral responses; and 5. Any other information you feel is relevant to documenting your inability to end discrimination in benefits, including, but not limited to, reference to federal or state laws which preclude the ending of discrimination in benefits. I declare (or certify) under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Name of Company(please print) Mailing Address of Company Signature City, State,Zip Name of Signatory(please print) Telephone Number Title Date BID NO:2014-230-YG CITYOF MIAMI BEACH MIAMI , ACH DUE DATE:AUGUST 26,2014 76 A-6 Definition of Terms A. Reasonable Measures The City of Miami Beach will determine whether a City Contractor has taken all reasonable measures provided by the City Contractor that demonstrates that it is not possible for the City Contractor to end discrimination in benefits. A determination that it is not possible for the City Contractor to end discrimination in benefits shall be based upon a consideration of such factors as: 1. The number of benefits providers identified and contacted, in writing, by the City Contractor, and written documentation from these providers that they will not provide equal benefits; 2. The existence of benefits providers willing to offer equal benefits to the City Contractor; and 3. The existence of federal or state laws which preclude the City Contractor from ending discrimination in benefits. B. Cash Equivalent "Cash Equivalent" means the amount of money paid to an employee with a Domestic Partner (or spouse, if applicable) in lieu of providing Benefits to the employees' Domestic partner (or spouse, if applicable). The Cash Equivalent is equal to the employer's direct expense of providing Benefits to an employee for his or her spouse. Cash Equivalent. The cash equivalent of the following benefits apply: A. For bereavement leave, cash payment for the number of days that would be allowed as paid time off for death of a spouse. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. B. For health benefits, the cost to the Contractor of the Contractor's share of the single monthly premiums that are being paid for the domestic partner employee, to be paid on a regular basis while the domestic partner employee maintains the such insurance in force for himself or herself. C. For family medical leave, cash payments for the number of days that would be allowed as time off for an employee to care for a spouse that has a serious health condition. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. BID NO:2014-230-YG CITYOF MIAMI BEACH M A B E A C H DUE DATE:AUGUST 26,2014 77 A-6 MIAMI r Declaration: Nondiscrimination in Contracts and Benefits This form, and supporting documentation, must be submitted to the Department of Procurement Management by entities seeking to contract with the City of Miami Beach that wish to delay ending their discrimination in benefits pursuant to the Rules of Procedure, as set out below. Fill out all sections that apply. Attach additional sheets as necessary. A. Open Enrollment Ending discrimination in benefits may be delayed until the first effective date after the first open enrollment process following the date the contract with the City begins, provided that the City Contractor submits to the Department of Procurement Management evidence that reasonable efforts are being undertaken to end discrimination in benefits. This delay may not exceed two years from the date the contract with the City is entered into, and only applies to benefits for which an open enrollment process is applicable. Date next benefits plan year begins: Date nondiscriminatory benefits will be available: Reason for Delay: Description of efforts being undertaken to end discrimination in benefits: BID NO:2014-230-YG CITYOF MIAMI BEACH AA I t' I BEACH DUE DATE:AUGUST 26,2014 78 B. Administrative Actions and Request for Extension 6 Ending discrimination in benefits may be delayed to allow administrative steps to be taken to incorporate nondiscriminatory benefits into the City Contractor's infrastructure. The time allotted for these administrative steps shall apply only to those benefits for which administrative steps are necessary and may not exceed three months. An extension of this time may be granted at the discretion of the Procurement Director, upon the written request of the City Contractor. Administrative steps may include, but are not limited to, such actions as computer systems modifications, personnel policy revisions, and the development and distribution of employee communications. Description of administrative steps and dates to be achieved: If requesting extension beyond three months, please explain basis: C. Collective Bargaining Agreements (CBA) Ending discrimination in benefits may be delayed until the expiration of a City Contractor's Current collective bargaining agreement(s)where all of the following conditions have been met: 1. The provision of benefits is governed by one or more collective bargaining agreement(s); 2. The City Contractor takes all reasonable measures to end discrimination in benefits either by requesting that the Unions involved agree to reopen the agreements in order for the City Contractor to take whatever steps necessary to end discrimination in benefits or by ending discrimination in benefits without reopening the collective bargaining agreements; and 3. In the event that the City Contractor cannot end discrimination in benefits despite taking all reasonable measures to do so, the City Contractor provides a cash equivalent to eligible employees for whom benefits are not available. Unless otherwise authorized in writing by the Procurement Director, this cash equivalent payment must begin at the time the Unions refuse to allow the collective bargaining agreements to be reopened, or in any case no longer than three (3) months from the date the contract with the City is entered into. For a delay to be granted under this provision, written proof must be submitted with this form that: • The benefits for which the delay is requested are governed by a collective bargaining agreement; • All reasonable measures have been taken to end discrimination in benefits (see Section C.2, above); and • A cash equivalent payment will be provided to eligible employees for whom benefits are not available. BID NO:2014-230-YG CITYOF MIAMI BEACH MJAAA{BEACH DUE DATE:AUGUST 26,2014 79 A-6 I declare (or certify) under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Name of Company(please print) Mailing Address of Company Signature City, State,Zip Name of Signatory(please print) Telephone Number Title Date BID NO:2014-230-YG CITYOF MIAMI BEACH !;J \A° BEACH DUE DATE:AUGUST 26,2014 80 A-7 SUPPLEMENT TO BID/TENDER FORM: TRENCH SAFETY ACT IF APPLICABLE, THIS FORM MUST BE SUBMITTED WITH BID FOR BID TO BE DEEMED RESPONSIVE. (SEE SECTION 00407) On October 1, 1990 House Bill 3181, known as the Trench Safety Act became law. This incorporates the Occupational Safety & Health Administration (OSHA) revised excavation safety standards, citation 29 CFR.S.1926.650, as Florida's own standards. The Bidder, by virtue of the signature below, affirms that the Bidder is aware of this 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 identified the costs and methods summarized below: Quantity Unit Description Unit Price Price Extended Method Total $ Name of Bidder Authorized Signature of Bidder BID NO:2014-230-YG CITYOF MIAMI BEACH ; v\Ai BEACH DUE DATE:AUGUST 26,2014 81 A-7 CONSIDERATION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $25.00 ® Cost for compliance to all Federal and State requirements of the Trench Safety Act* [NOTE: If the box above is checked, the Bidder must fill out the foregoing Trench Safety Act Form (Attachment A-7) in order to be considered responsive.] BID NO:2014-230-YG CITYOF MIAMI BEACH MIAMI BEAC H DUE DATE:AUGUST 26,2014 82 A-8 RECYCLED CONTENT INFORMATION In support of the Florida Waste Management Law, Bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The City is particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, etc.); and the percentage of recycled material contained in the product. The City also requests information regarding any known or potential material content in the product that may be extracted and recycled after the product has served its intended purpose. BID NO:2014-230-YG CITYOF MIAMI BEACH MIAM I BEACH DUE DATE:AUGUST 26,2014 83 APPENDIX B List of Plans and Specifications tv\IAMIBEACH BID NO:2014-230-YG CITYOF MIAMI BEACH ';V; BEACH DUE DATE:AUGUST 26,2014 84 B LIST OF PLANS&SPECIFICATIONS CONTRACT DOCUMENTS AS DEVELOPED BY CITY OF MIAMI BEACH PUBLIC WORKS DEPARTMENT Sheet Line No./ Revision/Date Title/Description Spec. No. PROJECT AREA#1:26th Street-Flamingo Place Drainage Improvements. W. 26th STREET 1 G-01 0/ 11-05-2013 COVER SHEET& INDEX OF DRAWINGS 2 G-02 0/11-05-2013 GENERAL NOTES 3 EC-01 0/11-05-2013 EXISTING CONDITIONS 4 EC-02 0/11-05-2013 EXISTING CONDITIONS 5 DM-01 0/11-05-2013 DEMOLITION PLAN 6 DM-02 0/11-05-2013 DEMOLITION PLAN 7 PM-01 0/ 11-05-2013 PAVEMENT MARKINGS&GEOMETRY PLAN 8 PM-02 0/ 11-05-2013 PAVEMENT MARKINGS&GEOMETRY PLAN 9 PM-03 0/11-05-2013 PAVEMENT MARKINGS&SIGNAGE DETAILS 10 PG&D-01 0/11-05-2013 PAVING, GRADING, & DRAINAGE PLAN 11 PG&D-02 0/11-05-2013 PAVING, GRADING, & DRAINAGE PLAN 12 PG&D-03 0/11-05-2013 PAVING DETAIL SHEET 13 SW-01 0/11-05-2013 STORM SEWER PLAN & PROFILE 14 SW-02 0/11-05-2013 STORM SEWER PLAN & PROFILE 15 SW-03 0/ 11-05-2013 STORM SEWER PROFILES C& D 16 SW-04 0/11-05-2013 STORM SEWER DETAILS 17 SW-05 0/ 11-05-2013 STORM SEWER DETAILS 18 ESC-01 0/11-05-2013 EROSION &SEDIMENT CONTROL NOTES 19 ESC-02 0/11-05-2013 EROSION &SEDIMENT CONTROL DETAILS FLAMINGO PLACE 1 G-00 0/MAY 2014 COVER SHEET& INDEX OF DRAWINGS 2 G-01 0/MAY 2014 GENERAL NOTES 3 EC-01 0/MAY 2014 EXISTING CONDITION PLAN 4 DM-01 0/MAY 2014 DEMOLITION PLAN 5 PM-01 0/MAY 2014 PAVEMENT MARKING PLAN 6 PM-02 0/MAY 2014 PAVEMENT MARKING DETAILS 7 PG&D-01 0/MAY 2014 PAVING &GRADING PLAN 8 SW-01 0/MAY 2014 PROPOSED DRAINAGE PLAN 9 SW-02 0/MAY 2014 DRAINAGE PROFILES 10 SW-03 0/MAY 2014 DRAINAGE DETAILS 11 SW-04 0/MAY 2014 DRAINAGE DETAILS 12 ESC-01 0/MAY 2014 EROSION &SEDIMEN CONTROL NOTES& DETAILS BID NO:2014-230-YG CITYOF MIAMI BEACH MIAMI BEA H DUE DATE:AUGUST 26,2014 85 B PROJECT AREA#2:75th Street 1 G-01 0/ 11-2013 COVER SHEET& INDEX OF DRAWINGS 2 G-02 0/11-2013 GENERAL NOTES 3 G-03 0/ 11-2013 ENGINEER'S NOTES AND ABBREVIATIONS 4 G-04 0/11-2013 KEY MAP 5 EC-01 0/11-2013 EXISTING CONDITIONS PLAN 6 DM-01 0/11-2013 DEMOLITION PLAN 7 PG-01 0/ 11-2013 TYPICAL SECTIONS 8 PG-02 0/ 11-2013 PAVING AND GRADING PLAN 9 PM-01 0/11-2013 PAVEMENT MARKING AND SIGNAGE PLAN 10 ESC-01 0/11-2013 EROSION AND SEDIMENT CONTROL NOTES 11 ESC-02 0/11-2013 EROSION AND SEDIMENT CONTROL DETAILS PROJECT AREA#3:77th Street 1 G-01 0/11-2013 COVER SHEET& INDEX OF DRAWINGS 2 G-02 0/11-2013 GENERAL NOTES 3 G-03 0/11-2013 GENERAL NOTES AND ABBREVIATIONS 4 G-04 0/ 11-2013 KEY SHEET 5-6 ECO2- 0/ 11-2013 EXISTING CONDITIONS PLANS EC03 7 8 DM02- 0/11-2013 DEMOLITION PLANS DM03 9 PG-01 0/11-2013 TYPICAL SECTIONS 10- PG02- 0/11-2013 PAVING AND GRADING PLANS 11 PG03 12- PM01- 0/11-2013 PAVEMENT MARKING AND SIGNAGE PLANS 13 PM02 14 ESC-01 0/ 11-2013 EROSION AND SEDIMENT CONTROL NOTES 15 ESC-02 0/11-2013 EROSION AND SEDIMENT CONTROL DETAILS PROJECT AREA#4:Vicinity of 4541 North Bay Road 1 G-00 0/07-23-2013 COVER SHEET& INDEX OF DRAWINGS 2 G-01 0/07-23-2013 GENERAL NOTES 3 EC-01 0/07-23-2013 EXISTING CONDITIONS 4 EC-02 0/07-23-2013 EXISTING CONDITIONS 5 PG&D-01 0/07-23-2013 PAVING PLAN 6 PG&D-02 0/07-23-2013 PAVING PLAN 7 SW-01 0/07-23-2013 STORM SEWER PLAN & PROFILE 8 SW-02 0/07-23-2013 STORM SEWER PLAN & PROFILE 9 SW-03 0/07-23-2013 STORM SEWER DETAILS 10 SW-04 0/07-23-2013 STORM SEWER DETAILS 11 ESC-01 0/07-23-2013 EROSION &SEDIMENT CONTROL NOTES 12 ESC-02 0/07-23-2013 EROSION &SEDIMENT CONTROL DETAILS BID NO:2014-230-YG CITYOF MIAMI BEACH MiAAA 1 BEACH DUE DATE:AUGUST 26,2014 86 B PROJECT AREA#5: Dade Boulevard and North Lincoln Lane Dade Boulevard Landscaping 1 G-01 0/01-16-2014 COVER SHEET& INDEX OF DRAWINGS 2 G-02 0/01-16-2014 GENERAL NOTES AND ABBREVIATIONS 3 G-03 0/01-16-2014 KEY MAP 4- LA-01 TO 0/01-16-2014 LANDSCAPE PLANS 15 LA-12 16 LA-13 0/01-16-2014 LANDSCAPE DETAILS 17- LA-14 TO 0/01-16-2014 LANDSCAPE NOTES 18 LA-15 19 ESC-1 0/01-16-2014 EROSION CONTROL NOTES 20 ESC-2 0/01-16-2014 EROSION CONTROL DETAILS JEFFERSON AVE.& 19 ST.TREE REPLACEMENT 1 G-01 0/08-12-2013 COVER SHEET& INDEX OF DRAWINGS 2 G-02 0/08-12-2013 GENERAL NOTES 3 EC-01 0/08-12-2013 EXISTING CONDITIONS 4 LA-01 0/08-12-2013 LANDSCAPING PLAN 5 LA-02 0/08-12-2013 LANDSCAPING DETAILS 6 LA-03 0/08-12-2013 LANDSCAPING NOTES&SPECIFICATIONS 7 LA-04 0/08-12-2013 LANDSCAPING NOTES&SPECIFICATIONS DADE BOULEVARD SEAWAL PROJECT IRRIGATION WATER SERVICES 1 C-1 0/05-11-2012 COVER SHEET 2 C-2 0/05-11-2012 PLAN VIEWS 3 C-3 0/05-11-2012 NOTES&SPECS DADE BOULEVARD SEAWAL PROJECT IRRIGATION WATER SERVICES 1 G-00 0/03-13-2014 COVER SHEET& INDEX OF DRAWINGS 2 G-01 0/03-13-2014 GENERAL NOTES 3 G-02 0/03-13-2014 KEY MAP 4 EC-01 0/03-13-2014 EXISTING CONDITIONS 5 EC-02 0/03-13-2014 EXISTING CONDITIONS 6 DEM-01 0/03-13-2014 DEMOLITION PLAN 7 SW-01 0/03-13-2014 STORM WATER IMPROVEMENT PLAN 8 PM-01 0/03-13-2014 PAVEMENT MARKINGS PLAN 9 PM-02 0/03-13-2014 PAVEMENT MARKINGS PLAN 10 PG-01 0/03-13-2014 PAVING AND GRADING PLAN 11 PG-02 0/03-13-2014 PAVING AND GRADING DETAILS 12 ESC-01 0/03-13-2014 EROSION AND SEDIMENT CONTROL NOTES 13 ESC-02 0/03-13-2014 EROSION AND SEDIMENT CONTROL DETAILS BID NO:2014-230-YG CITYOF MIAMI BEACH M1 N,AI BEACH DUE DATE:AUGUST 26,2014 87 APPENDIX C Required Forms for Bid Submittal (Note: Attachments below only apply if the adjacent box is checked) ❑ ATTACHMENT C-1: Bid Guaranty Form; Unconditional Letter Of Credit ❑ ATTACHMENT C-2: Statement Of Compliance: Prevailing Wage Rate Ordinance ❑ ATTACHMENT C-3: Statement Of Compliance: Davis Bacon Wages MIAMIBEACH BID NO:2014-230-YG CITYOF MIAMI BEACH �Fi='`�°}r'`;[:'>E C DUE DATE:AUGUST 26,2014 88 C-1 ❑ BID GUARANTY FORM UNCONDITIONAL LETTER OF CREDIT Date of Issue Issuing Bank's No. Beneficiary: Applicant: City of Miami Beach Amount: 1700 Convention Center Drive in United States Funds Miami Beach, Florida 33139 Expiring: Date Bid/Contract Number We hereby authorize you to draw on (Bank, Issuer name) at by order of and for the account (branch address) of (contractor, applicant, customer) up to an aggregate amount, in United States Funds, of available by your drafts at sight, accompanied by: A signed statement from the City Manager of the City of Miami Beach, or his authorized representative, that the drawing is due to default in performance of obligations on the part of agreed upon by and (contractor, applicant, customer) between City of Miami Beach, Florida and (contractor, applicant, customer) pursuant to the Bid/Contract No. _ for (name of project) Drafts must be drawn and negotiated not later than (expiration date) Drafts must bear the clause: "Drawn under Letter of Credit No. of dated (Bank name) This Letter of Credit sets forth in full terms of our undertaking, and such undertaking shall not in any way be modified, amended, 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. BID NO:2014-230-YG CITYOF MIAMI BEACH ;; if ;°AIBEA H DUE DATE:AUGUST 26,2014 89 C-1 We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under and in compliance with the terms of this Letter of Credit that such drafts will be duly honored upon presentation to the drawee. The execution of the Contract and the submission of the required Performance and Payment Guaranty and Insurance Certificate by the shall be a release of all obligations. (contractor, applicant, customer) This Letter of 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 la-+w should arise, Florida law shall prevail. Authorized Signature BID NO:2014-230-YG CITYOF MIAMI BEACH MIAMI BEACH DUE DATE:AUGUST 26,2014 90 C-2 ❑ STATEMENT OF COMPLIANCE: PREVAILING WAGE RATE ORDINANCE NO. 94-2960 No. Contract No. Project Title The undersigned CONTRACTOR hereby swears under penalty of perjury that, during the period covered by the application for payment to which this statement is attached, all mechanics, laborers, and apprentices, employed or working on the site of the Project, have been paid at wage rates, and that the wage rates of payments, contributions, or costs for fringe benefits have not been less than those required by City of Miami Beach Ordinance No. 94-2960 and the applicable conditions of the Contract. Dated , 20 (Contractor) By: (Signature) By: (Print Name and Title) STATE OF ) SS COUNTY OF ) The foregoing instrument was acknowledged before me this day of , 20_, by who is personally known to me or who has produced _ as identification and who did/did not take an oath. WITNESS my hand and official seal, this day of , 20_. (NOTARY SEAL) (Signature of person taking acknowledgment) (Name of officer taking acknowledgment) (typed, printed or stamped) (Title or rank) (Serial number, if any) My commission expires: BID NO:2014-230-YG CITYOF MIAMI BEACH MIAMI A}R=nf I , ACH DUE DATE:AUGUST 26,2014 91 C-3 ❑ STATEMENT OF COMPLIANCE: DAVIS BACON ACT No. Contract No. Project Title The undersigned Contractor hereby swears under penalty of perjury that, during the period covered by the application for payment to which this statement is attached, all mechanics, laborers, and apprentices, employed or working on the site of the Project, have been paid at wage rates, and that the wage rates of payments, contributions, or costs for fringe benefits have not been less than those required by the Davis Bacon Act and the applicable conditions of the Contract. Dated , 20 Contractor By: (Signature) By: (Print Name and Title) STATE OF ) ) SS COUNTY OF ) The foregoing instrument was acknowledged before me this day of , 20_, by who is personally known to me or who has produced as identification and who did/did not take an oath. WITNESS my hand and official seal, this day of , 20_. (NOTARY SEAL) (Signature of person taking acknowledgment) (Name of officer taking acknowledgment) (typed, printed or stamped) (Title or rank) (Serial number, if any) My commission expires: BID NO:2014-230-YG CITYOF MIAMI BEACH IAMIBEACH DUE DATE:AUGUST 26,2014 92 APPENDIX Required Forms (Post-Award) ATTACHMENT D-1: Form of Performance Bond ATTACHMENT D-2: Form of Payment Bond ATTACHMENT D-3: Certificate of Corporate Principle ATTACHMENT D-4: Performance and Payment Guaranty Form: Unconditional Letter of Credit ATTACHMENT D-5: Certificate of Substantial Completion ATTACHMENT D-6: Final Certificate of Payment ATTACHMENT D-7: Form of Final Receipt MIAMI BID NO:2014-230-YG CITYOF MIAMI BEACH MIAMI BEACH DUE DATE:AUGUST 26,2014 93 D-1 FORM OF PERFORMANCE BOND BY THIS BOND, We , as Principal, hereinafter called Contractor , and , as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: , 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. Whenever Contractor shall be, and declared by City to be, in default under the Contract, City having performed City obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 3.1. Complete the Project in accordance with the terms and conditions of the Contract Documents; or 3.2. 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 BID NO:2014-230-YG CITYOF MIAMI BEACH °V,,'\MI.BEAC H DUE DATE:AUGUST 26,2014 94 D-1 FORM OF PERFORMANCE BOND (Continued) 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, 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.: BID NO:2014-230-YG CITYOF MIAMI BEACH A1A M 1 BEACH DUE DATE:AUGUST 26,2014 95 D-2 FORM OF PAYMENT BOND BY THIS BOND, We as Principal, hereinafter called Contractor , and , as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: , awarded the day of , 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains because of default by Contractor under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 255.05(1) for all labor, materials and supplies used directly or indirectly by Contractor in the performance of the Contract; THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS: 2.1. A claimant, except a laborer, who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within forty-five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish to Contractor a notice that he intends to look to the bond for protection. 2.2. A claimant who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to Contractor and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. 2.3. No action for the labor, materials, or supplies may be instituted against Contractor or the Surety unless the notices stated under the preceding conditions (2.1) and (2.2) have been given. 2.4. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. BID NO:2014-230-YG CITYOF MIAMI BEACH AAA J BEACH DUE DATE:AUGUST 26,2014 96 D-2 The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect the Surety's obligation under this Bond. Signed and sealed this day of , 20 . Contractor ATTEST: (Name of Corporation) By: (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.: BID NO:2014-230-YG CITYOF MIAMI BEACH M AMI BEACH DUE DATE:AUGUST 26,2014 97 D-3 CERTIFICATE AS TO CORPORATE PRINCIPAL I, , certify that I am the Secretary of the corporation named as Principal in the foregoing Performance and Payment Bond (Performance Bond and Payment Bond); that , who signed the Bond(s) on behalf of the Principal, was then of said corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond(s) was (were) duly signed, sealed and attested to on behalf of said corporation by authority of its governing body. (SEAL) Secretary (on behalf of) Corporation STATE OF FLORIDA ) SS COUNTY OF MIAMI-DADE ) Before me, a Notary Public duly commissioned, qualified and acting personally, appeared to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Performance and Payment Bond (Performance Bond and Payment Bond) on behalf of Contractor named therein in favor of City. Subscribed and Sworn to before me this day of 20 My commission expires: Notary Public, State of Florida at Large Bonded by BID NO:2014-230-YG CITYOF MIAMI BEACH _ :e AI BEACH DUE DATE:AUGUST 26,2014 98 D4 PERFORMANCE AND PAYMENT GUARANTY FORM UNCONDITIONAL LETTER OF CREDIT: Date of Issue Issuing Bank's No. Beneficiary: Applicant: City of Miami Beach Amount: 1700 Convention Center Drive in United States Funds Miami Beach, Florida 33139 Expiry: (Date) Bid/Contract Number We hereby authorize you to draw on (Bank, Issuer name) at by order (branch address) of and for the account of (contractor, applicant, customer) up to an aggregate amount, in United States Funds, of available by your drafts at sight, accompanied by: 1. A signed statement from the City Manager or his authorized designee, that the drawing is due to default in performance of certain obligations on the part (contractor, applicant, customer) agreed upon by and between the City of Miami Beach, Florida and (contractor), pursuant to the (applicant, customer) Bid/Contract No. for (name of project) and Section 255.05, Florida Statutes. Drafts must be drawn and negotiated not later than , (expiration date) 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 Beach with written notice of our intent to terminate the credit herein extended, which notice must be provided at least thirty (30) days prior to the expiration date of the original term hereof or any renewed one (1) year term. Notification to the City that this Letter of Credit will expire prior to performance of the contractor's obligations will be deemed a default. This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not in any way be modified, or amplified by reference to any documents, instrument, or agreement BID NO:2014-230-YG CITYOF MIAMI BEACHH.{ \.MI BEACH DUE DATE:AUGUST 26,2014 99 D-4 referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by reference any document, instrument, or agreement. We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under and in compliance with the terms of this credit that such drafts will be duly honored upon presentation to the drawee. Obligations under this Letter of Credit shall be released one (1) year after the Final Completion of the Project by the (contractor, applicant, customer) This Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or country and Florida law should arise, Florida law shall prevail. Authorized Signature BID NO:2014-230-YG CITYOF MIAMI BEACH MI �. i BEACH DUE DATE:AUGUST 26,2014 100 D-5 CERTIFICATE OF SUBSTANTIAL COMPLETION: PROJECT: Consultant: (name, address) BID/CONTRACT NUMBER: TO (City): Contractor : CONTRACT FOR: NOTICE TO PROCEED DATE: DATE OF ISSUANCE: PROJECT OR DESIGNATED PORTION SHALL INCLUDE: The Work performed under this Contract has been reviewed and found to be substantially complete and all documents required to be submitted by Contractor under the Contract Documents have been received and accepted. The Date of Substantial Completion of the Project or portion thereof designated above is hereby established as which is also the date of commencement of applicable warranties required by the Contract Documents, except as stated below. DEFINITION OF DATE OF SUBSTANTIAL COMPLETION The Date of Substantial Completion of the Work or portion thereof designated by City is the date certified by Consultant when all conditions and requirements of permits and regulatory agencies have been satisfied and the Work, is sufficiently complete in accordance with the Contract Documents, so the Project is available for beneficial occupancy by City. A Certificate of Occupancy must be issued for Substantial Completion to be achieved, however, the issuance of a Certificate of Occupancy or the date thereof are not to be determinative of the achievement or date of Substantial Completion. A list of items to be completed or corrected, prepared by Consultant and approved by City, is attached hereto. The failure to include any items on such list does not alter the responsibility of Contractor to complete all work in accordance with the Contract Documents. The date of commencement of warranties for items on the attached list will be the date of final payment unless otherwise agreed in writing. BID NO: 2014-230-YG CITYOF MIAMI BEACH IAIV\1 BE CH DUE DATE:AUGUST 26,2014 101 D-5 Consultant BY DATE In accordance with Section 2.2 of the Contract, Contractor will complete or correct the work on the list of items attached hereto within from the above Date of Substantial Completion. Consultant BY DATE City, through the Contract Administrator, accepts the Work or portion thereof designated by City as substantially complete and will assume full possession thereof at (time) on (date). City of Miami Beach, Florida By Contract Administrator Date The responsibilities of City and Contractor for security, maintenance, heat, utilities, damage to the work and insurance shall be as follows: BID NO:2014-230-YG CITYOF MIAMI BEACH MIAMI BEACH DUE DATE:AUGUST 26,2014 102 D-6 FINAL CERTIFICATE OF PAYMENT: PROJECT: Consultant: (name, address) BID/CONTRACT NUMBER: TO (City): Contractor: CONTRACT FOR: NOTICE TO PROCEED DATE: DATE OF ISSUANCE: All conditions or requirements of any permits or regulatory agencies have been satisfied. The documents required by Section 5.2 of the Contract, and the final bill of materials, if required, have been received and accepted. The Work required by the Contract Documents has been reviewed and the undersigned certifies that the Work, including minor corrective work, has been completed in accordance with the provision of the Contract Documents and is accepted under the terms and conditions thereof. Consultant BY DATE City, through the Contract Administrator, accepts the work as fully complete and will assume full possession thereof at (time) (date) City of Miami Beach, Florida _ By Contract Administrator Date BID NO:2014-230-YG CITYOF MIAMI BEACH MIAMI BEAC DUE DATE:AUGUST 26,2014 103 D-7 FORM OF FINAL RECEIPT: [The following form will be used to show receipt of final payment for this Contract.] FINAL RECEIPT FOR CONTRACT NO. Received this day of_ , 20 , from City of Miami Beach, Florida, the sum of Dollars ($ ) as full and final payment to Contractor for all work and materials for the Project described as: This sum includes full and final payment for all extra work and material and all incidentals. Contractor hereby indemnifies and releases City from all liens and claims whatsoever arising out of the Contract and Project. Contractor hereby certifies that all persons doing work upon or furnishing materials or supplies for the Project have been paid in full. In lieu of this certification regarding payment for work, materials and supplies, Contractor may submit a consent of surety to final payment in a form satisfactory to City. Contractor further certifies that all taxes imposed by Chapter 212, Florida Statutes (Sales and Use Tax Act), as amended, have been paid and discharged. [If incorporated sign below.] Contractor ATTEST: (Name of Corporation) By: (Secretary) (Signature) (Corporate Seal) (Print Name and Title) day of , 20 [If not incorporated sign below.] Contractor WITNESSES: (Name of Firm) By: (Signature) (Print Name and Title) day of , 20 BID NO:2014-230-YG CITYOF MIAMI BEACH MIAMI PSI BEACH DUE DATE:AUGUST 26,2014 104 AppENDix E Sample Contract r7 MIAMIBEACH _; i.'�;� 1 BEACH BID NO:2014-230-YG CITYOF MIAMI BEACH ;�,v,£, DUE DATE:AUGUST 26,2014 105 SAMPLE CONTRACT: NOTE: This Sample Contract is for informational purposes only. The contents of the contract may change based on the best interests of the City. CONTRACT THIS IS A CONTRACT, by and between the City of Miami Beach, a political subdivision of the State of Florida, hereinafter referred to as City, and hereinafter referred to as Contractor. W I T N E S S E T H, that Contractor and City, for the considerations hereinafter named, agree as follows: ARTICLE 1 SCOPE OF WORK Contractor hereby agrees to furnish all of the labor, materials, equipment services and incidentals necessary to perform all of the work described in the Contract Documents and related thereto for the Project. ARTICLE 2 CONTRACT TIME 2.1 Contractor shall be instructed to commence the Work by written instructions in the form of a Standing Order issued by the City's Procurement Director and a Notice to Proceed issued by the Contract Administrator. Two (2) Notices to Proceed will be issued for this Contract. Contractor shall commence scheduling activities, permit applications and other preconstruction work within five (5) calendar days after the Project Initiation Date, which shall be the same as the date of the first Notice to Proceed. The first Notice to Proceed and Purchase Order will not be issued until Contractor's submission to City of all required documents (including but limited to: Payment and Performance Bonds, and Insurance Certificate) and after execution of the Contract by both parties. 2.1.1. The receipt of all necessary permits by Contractor and acceptance of the full progress schedule in accordance with technical specifications section, submittal schedule and schedule of values is a condition precedent to the issuance of a second Notice to Proceed to mobilize on the Project site and commence with physical construction of the work. The Contractor shall submit all necessary documents required by this provision within twenty-one (21) calendar days of the issuance of the first Notice to Proceed. 2.2 Time is of the essence throughout this Contract. This project shall be substantially completed within thirty (30) calendar days from the issuance of the second Notice to Proceed, and completed and ready for final payment in accordance with Article 5 within thirty (30) calendar days from the date certified by Consultant as the date of Substantial Completion. BID NO:2014-230-YG CITYOF MIAMI BEACH MIAMI BEACH DUE DATE:AUGUST 26,2014 106 2.3 Upon failure of Contractor to substantially complete the Contract within the specified period of time, plus approved time extensions, Contractor shall pay to City the sum of one hundred dollars ($100.00) for each calendar day after the time specified in Section 2.2 above, plus any approved time extensions, for Substantial Completion. After Substantial Completion should Contractor fail to complete the remaining work within the time specified in Section 2.2 above, plus approved time extensions thereof, for completion and readiness for final payment, Contractor shall pay to City the sum of one hundred dollars ($100.00) for each calendar day after the time specified in Section 2.2 above, plus any approved extensions, for completion and readiness for final payment. These amounts are not penalties but are liquidated damages to City for its inability to obtain full beneficial occupancy and/or use of the Project. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay, and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete the Contract on time. The above-stated liquidated damages shall apply separately to each portion of the Project for which a time for completion is given. 2.4 City is authorized to deduct liquidated damages from monies due to Contractor for the Work under this Contract or as much thereof as City may, in its sole discretion, deem just and reasonable. 2.5 Contractor shall be responsible for reimbursing City, in addition to liquidated damages, for all costs incurred by Consultant in administering the construction of the Project beyond the completion date specified above, plus approved time extensions. Consultant construction administration costs shall be pursuant to the contract between City and Consultant, a copy of which is available upon request of the Contract Administrator. All such costs shall be deducted from the monies due Contractor for performance of Work under this Contract by means of unilateral credit change orders issued by City as costs are incurred by Consultant and agreed to by City. ARTICLE 3 THE CONTRACT SUM [ ] This is a Unit Price Contract:* 3.1 City shall pay to Contractor the amounts determined for the total number of each of the units of work completed at the unit price stated in the schedule of prices bid. The number of units contained in this schedule is an estimate only, and final payment shall be made for the actual number of units incorporated in or made necessary by the Work covered by the Contract Documents. 3.2 Payment shall be made at the unit prices applicable to each integral part of the Work. These prices shall be full compensation for all costs, including overhead and profit, associated with completion of all the Work in full conformity with the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not covered by BID NO:2014-230-YG CITYOF MIAMI BEACH NA.LAM I BEACH DUE DATE:AUGUST 26,2014 107 a definite Contract unit price shall be included in the Contract unit price or lump sum price to which the item is most applicable. [X] This is a Lump Sum Contract:* 3.1 City shall pay to Contractor for the performance of the Work described in the Contract Documents, the total price stated as awarded. 3.2 Payment shall be at the lump sum price stated in the Contract. This price shall be full compensation for all costs, including overhead and profit, associated with completion of all the work in full conformity with the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not covered by a definite Contract lump sum should be included in the lump sum price to which the item is most applicable. *Note: Some projects include both unit prices and lump sums in which case both sections shall apply to the Work identified for each type of Contract. ARTICLE 4 PROGRESS PAYMENTS 4.1 Contractor may make Application for Payment for work completed during the Project at intervals of not more than once a month. Contractor's application shall show a complete breakdown of the Project components, the quantities completed and the amount due, together with such supporting evidence as may be required by Consultant. Contractor shall include, but same shall be limited to, at Consultant's discretion, with each Application for Payment, an updated progress schedule acceptable to Consultant as required by the Contract Documents and a release of liens and consent of surety relative to the work which is the subject of the Application. Each Application for Payment shall be submitted in triplicate to Consultant for approval. City shall make payment to Contractor within thirty (30) days after approval by Consultant of Contractor's Application for Payment and submission of an acceptable updated progress schedule. 4.2 Ten percent (10%) of all monies earned by Contractor shall be retained by City until Final Completion and acceptance by City in accordance with Article 5 hereof, except that after ninety percent (90%) of the Work has been completed, the Contract Administrator may reduce the retainage to five percent (5%) of all monies previously earned and all monies earned thereafter. Any reduction in retainage shall be in the sole discretion of the Contract Administrator, shall be recommended by Consultant and Contractor shall have no entitlement to a reduction. Any interest earned on retainage shall accrue to the benefit of City. All requests for retainage reduction shall be in writing in a separate stand alone document. 4.3 City may withhold, in whole or in part, payment to such extent as may be necessary to protect itself from loss on account of: 4.3.1 Defective work not remedied. 4.3.2 Claims filed or reasonable evidence indicating probable filing of claims by other parties against Contractor or City because of Contractor's performance. BID NO:2014-230-YG CITYOF MIAMI BEACH MIAMI BEACH DUE DATE:AUGUST 26,2014 108 4.3.3 Failure of Contractor to make payments properly to Subcontractors or for material or labor. 4.3.4 Damage to another contractor not remedied. 4.3.5 Liquidated damages and costs incurred by Consultant for extended construction administration. 4.3.6 Failure of Contractor to provide any and all documents required by the Contract Documents. When the above grounds are removed or resolved satisfactory to the Contract Administrator, payment shall be made in whole or in part. ARTICLE 5 ACCEPTANCE AND FINAL PAYMENT 5.1 Upon receipt of written notice from Contractor that the Work is ready for final inspection and acceptance, Consultant shall, within ten (10) calendar days, make an inspection thereof. If Consultant and Contract Administrator find the Work acceptable, the requisite documents have been submitted and the requirements of the Contract Documents fully satisfied, and all conditions of the permits and regulatory agencies have been met, a Final Certificate of Payment (Form 00926) shall be issued by Consultant, over its signature, stating that the requirements of the Contract Documents have been performed and the Work is ready for acceptance under the terms and conditions thereof. 5.2 Before issuance of the Final Certificate for Payment, Contractor shall deliver to Consultant a complete release of all liens arising out of this Contract, 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; and the final bill of materials, if required, and invoice. 5.3 If, after the Work has been substantially completed, full completion thereof is materially delayed through no fault of Contractor , and Consultant so certifies, City shall, upon certificate of Consultant, and without terminating the Contract, 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. 5.4 Final payment shall be made only after the City Manager or his designee has reviewed a written evaluation of the performance of Contractor prepared by the Contract Administrator, and approved the final payment. 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 General Conditions and identified by Contractor as unsettled at the time of the application for final payment. BID NO:2014-230-YG CITYOF MIAMI BEACH MI AM 1 B EAC H DUE DATE:AUGUST 26,2014 109 ARTICLE 6 MISCELLANEOUS 6.1 This Contract is part of, and incorporated in, the Contract Documents as defined herein. Accordingly, all of the documents incorporated by the Contract Documents shall govern this Project. 6.2 Where there is a conflict between any provision set forth within the Contract Documents and a more stringent state or federal provision which is applicable to this Project, the more stringent state or federal provision shall prevail. 9 P P 6.3 Public Entity Crimes In accordance with the Public Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not submit bids on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the City, and may not transact any business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Contractor shall result in cancellation of the City purchase and may result in Contractor debarment. 6.4 Independent Contractor Contractor is an independent contractor under this Contract. Services provided by Contractor pursuant to this Contract shall be subject to the supervision of Contractor. In providing such services, neither Contractor nor its agents shall act as officers, employees, or agents of the City. This Contract shall not constitute or make the parties a partnership or joint venture. 6.5 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. 6.6 Notices Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand- BID NO:2014-230-YG CITYOF MIAMI BEACH MIAMI`"MI H DUE DATE:AUGUST 26,2014 110 delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For City: Department of Procurement Management 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Alex Denis, Procurement Director With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: 6.7 Assignment and Performance Neither this Contract nor any interest herein shall be assigned, transferred, or encumbered by either party. In addition, Contractor shall not subcontract any portion of the work required by this Contract except as authorized by Section 27 of the General Conditions. Contractor represents that all persons delivering the services required by this Contract have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently perform the duties, obligations, and services set forth in the Scope of Work and to provide and perform such services to City's satisfaction for the agreed compensation. Contractor shall perform its duties, obligations, and services under this Contract in a skillful and respectable manner. The quality of Contractor's performance and all interim and final product(s) provided to or on behalf of City shall be comparable to the best local and national standards. 6.8 Materiality and Waiver of Breach City and Contractor agree that each requirement, duty, and obligation set forth in these Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. City's failure to enforce any provision of this Contract shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. BID NO:2014-230-YG CITYOF MIAMI BEACH MiAMI BEACH DUE DATE:AUGUST 26,2014 111 6.9 Severance In the event a portion of this Contract is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. 6.10 Applicable Law and Venue This Contract shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Contract, Contractor and City hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Project. Contractor shall specifically bind all subcontractors to the provisions of this Contract. 6.11 Amendments No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the Board and Contractor. 6.12 Prior Agreements This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Contract that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless set forth in writing in accordance with Section 6.11 above. BID NO:2014-230-YG CITYOF MIAMI BEACH MlAJM\l BEACH DUE DATE:AUGUST 26,2014 112 IN WITNESS WHEREOF, the parties have set their hands and seals the day and year first above written. ATTEST: THE CITY OF MIAMI BEACH City Clerk Mayor BID NO:2014-230-YG CITYOF MIAMI BEACH fv\j AM;_BEAC H DUE DATE:AUGUST 26,2014 113 City of Miami Beach - ITB 2014-230-YG APPENDIX AlA PROJECT AREA##1:Unit Price Breakdown W 26 Street-Flarrtingo Place Drainage Improvements This Excel document has been formatted to show two decimal places on the form. Bidders are requested to provide unit prices with no more than two decimal places. Should the Bidder provide more than two decimals on the unit price,the City will round the number to the nearest hundredth,this is two decimal places to arrive at the total. The TOTAL BASE BID AMOUNT includes the total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment,supervision, mobilization,demobilization,overhead and profit,insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents. Bidders must fully complete the Schedule of Prices Bid Form to include unit pricing and totals. The cost of any item(s)of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s)is most applicable. The General Conditions include certain"Allowance"Items that have been delineated below.The Contract Unit Price for these allowance items shall be used only upon the City's discretion,as needed.In the event that the item of work is not conducted or only a portion of the estimated allowance is used,the Bidder understands that the balance of the cost shall be returned to the City. IN THE EVENT OF ARITHMETICAL ERRORS,THE BIDDER AGREES THAT THESE ERRORS ARE ERRORS WHICH MAY BE CORRECTED BY THE CITY.GIVE BOTH UNIT PRICE AND EXTENDED TOTAL.PRICES MUST BE STATED IN UNITS OF QUANTITY SPECIFIED IN THE BIDDING SPECIFICATIONS.BIDDER AGREES THAT ANY UNIT PRICE LISTED IN THE BID IS TO BE MULTIPLIED BY THE STATED QUANTITY REQUIREMENTS IN ORDER TO ARRIVE AT THE TOTAL.IN CASE OF DISCREPANCY IN COMPUTING THE AMOUNT OF THE BID,THE UNIT PRICE SHALL GOVERN. THE CITY WILL NOT ACCEPT ANY REVISION TO THIS UNIT PRICE FORM,DIVISIONS,LINE ITEMS,ADD ALTERNATES,OR GRAND TOTAL BID,AFTER THE DEADLINE FOR RECEIPT OF BIDS. IN ABSENCE OF ANY TOTALS SUBMITTED,THE CITY SHALL INTERPRET AS ZERO. PROJECT: PROJECT AREA It 1:W 26 STREET-FLAMINGO PLACE DRAINAGE IMPROVEMENTS COMPANY NAME: Summary Division 1-General Conditions $ Division 2-Sitework $ Division 3-Landscaping $ Total Base Bid:$ Bidder's Affirmation: Written Total: Company: Address: Telephone: Email: Signature: Title/Printed Name: ITB 2014-230-YG-APPENDIX AlA Page 1 of 3 1 City of Miami Beach - IrB 2014- 3 -APPENDIX AlA� ,PROJECTAREA#li Unit Pnce Breakdown W 26 Street-Flamingo Place Drainage improvements y 8117 -. 01V. ITEMVM N3 " O PB " :: ; '' Division 1-General Conditions 1 BONDS AND INSURANCE 1 LS $ $ 2 MOBILIZATION 1 LS $ $ 3 GENERAL CONDITIONS 1 LS $ $ 4 SURVEY AND LAYOUT SITE CONTROLS 1 LS $ $ 5 INDEMNIFICATION 1 LS $ 25.00 $25.00 • 6 MAINTENANCE OF TRAFFIC 1 LS $ $ 7 ALLOWANCE:PERMIT FEES 1 LS $ 1,000,00 $1,000.00 8 ALLOWANCE:Soils testing-Proctor Compaction 6"standard 1 IS $ 500.00 $500.00 mold Division 1.-General Conditions Total:;$ Division 2-Sitework _ Stormwater 9 #57 Stone Aggregate Fill(#4 to 1") 555 TON $ $ Over 12"wide,Excavation for trenching by machine in loose 10 Rock(trench for storm pipe demo) 450 CY $ $ 11 Over 12"wide,Excavation for trenching by machine in loose $ $ Rock(trench for new storm pipe) 423 CY 12 Over 12"wide,Excavation for trenching by machine in loose $ $ Rock(catch basin/man hole-demo) 58 CY Over 12"wide,Excavation for trenching by machine in loose 13 Rock(catch basin man hole-new) 156 CY $ $ 14 Backfill by machine for#57 Stone aggregate fill 755 CY $ $ .} 15 Compaction by machine for#57 Stone aggregate fill 755 CV $ $ ' 16 Load material by machine for#57 Stone aggregate fill 984 CY $ $ Bulk Excavation by Hydraulic Excavator,Front End Loader,Back 17 hoe in loose Rock(8"base demo) 489 CY $ $ Relocating on-site excavated material from bulk excavation 18 $ $ over 100'to 300'(8"base demo) 611 CY Loading excavated material for Removal from Bulk Excavation 19 $ $ (8"base demo) 611 CY 20 SHEETING AND DEWATERING 1 LS $ $ Existing Drainage Utilities REMOVE AND DISPOSE EXISTING 3'Diameter,6'Deep Pre-cast 21 Manhole,8"thick 3 EA $ $ REMOVE AND DISPOSE EXISTING 3'Diameter,8"thick Pre-cast I 22 Manhole Top Slab 3 EA $ $ 23 REMOVE AND DISPOSE EXISTING DRAINAGE PIPE 623 LF $ $ 24 Demo Storm Drainage Inlet 4 EA $ $ ' 25 Demo 24"Diameter Cast Iron Catch Basin Frame&Grate 3 EA $ $ 26 Demo 25"x35"Cast Iron Catch Basin Frame&Grate 1 EA $ $ 27 25"x35"Cast Iron Catch Basin Frame&Grate 3 EA $ $ Drainage Structures-furnish and installed costs inclusive,but not limited to,pavement removal,base removal,all ancillary excavation,backfill,repair and maintain water services,plus any and all ancillary costs associated with such installation,including • overhead and profit,with exclusion of MOT and construction sequencing requirements/restrictions which are to be addressed under a separate unit price heading as noted on this tabulation. 28 3'x3'STORM DRAINAGE INLET 3 EA $ .$ 29 41x4'STORM DRAINAGE INLET 3 EA $ $ 30 CURB INLET,4 FEET DIAMETER 5 EA $ $ 31 6 IN REINFORCED CONCRETE SLAB 491 SF $ $ 32 4'Diameter X 6'Deep,Precast Manhole,8"Thick 2 EA $ $ 33 7'Diameter X 6'Deep,Precast Manhole,8"Thick 2 EA $ $ 34 4'Diameter X 6'Deep,Precast Manhole,8"Thick 1 EA $ $ 35 7'Diameter X 6'Deep,Precast Manhole,8"Thick 1 EA $ Is 36 Demo 3'Diameter,8'thick Pre-cast Manhole.Top Slab 3 EA $ $ 37 4'Diameter,8"thick Pre-cast Manhole Top Slab 2 EA $ $ 38 7'Diameter,8"thick Pre-cast Manhole Top Slab 2 EA $ $ 39 12"Pipe to Manhole Connector,Rubber,Flexible 2 EA $ $ 40 15"Pipe to Manhole Connector,Rubber,Flexible 8 EA $ $ 41 18"Pipe to Manhole Connector,Rubber,Flexible 19 EA $ $ 42 24"Pipe to Manhole Connector,Rubber,Flexible 4 EA $ $ - 43 FURNISH AND INSTALL USF 385 Ring&OD Manhole Cover 4 EA $ $ (TB 2014-230-YG-APPENDIX AlA Page 2 of 3 - - ' — — �*� ' . `'� ' �]�������*�� ����� ~J�P . . -`'� . ,PitOJECT AREA#1:Unit rice Breakdown W 26 Street-.Fiarnhngo Place Drainage fmprDvements FURNISH AND INSTALL aFsoe�ame&*oo °n Hinged 44 $ $ o17o Grate for Curb m Gutter Inlet 8 EA 45 POLLUTION RETARDANT BAFFLE(SKIMMER)for 18'pipe 1 EA $ $ Drainage Outfalls 46 8'High Turbidity Curtain 25 LF $ $ w u $ emm LINING uuwoorwLL PIPE(CURED/w PLACE PIPE-opm 205 LF 4m .$ $ FURNISH AND INSTALL/w LINE cHEC m w CHECK VALVE 1 EA . 49 INSTALL MANATEE GRATE 1 EA $ $ . Drainage Piping-furnish and install costs inclusive,but not limited to,pavement removal,base removal,all ancillary excavation, backfill,geotextile fabrics,gaskets,couplings,repair and maintain water services,plus any and all ancillary costs associated with such installation,including overhead and profit,with exclusion of MOT and construction sequencing requirements/restrictions which are to be addressed under a separate unit price heading as noted on this tabulation. 50 15-/mAz00o PIPE CULVERT WITH FITTINGS so LF $ $ 51 1n/mAz00n PIPE CULVERT WITH FITTINGS 300 LF $ .$ 52 z4-/wAz00u PIPE CULVERT WITH FITTINGS 431 LF $ $ 53 _»mwAzuuo PIPE CULVERT WITH FITTINGS 63 LF $ .$ xmwcuusm CONCRETE PIPE REINFORCED wn*ouT s* $ $ GASKETS 39 LF . �' mv�mv2mm�wv^��b»�ax$ Division u'sumwom(Street,caneImprovements) Streetscape Improvements-furnish and install all requisite materials,inclusive,but not limited to,forming,all ancillary excavation, dewatering and backfill,repairing and maintaining water services,adjusting manhole frames,inlet frames,valve covers,lids,and other utility covers,plus any and all ancillary costs associated with such installation,including overhead and profit,with exclusion K of MOT and construction sequencing requirements/restrictions which are to be addressed under a separate unit price heading as noted on this tabulation. . Demolition 55 EROSION AND SEDIMENTATION CONTROL 1 LS $ $ 56 REMOVE AND DISPOSE ASPHALT PAVEMENT 3,437 SY $ $ 57 REMOVE AND DISPOSE CONCRETE SIDEWALK 286 s, $ $ 58 REMOVE AND DISPOSE CONCRETE CURB 373 LF $ $ se REMOVE AND DISPOSE CONCRETE CURB&GUTTER 412 LF $ $ Roadway ROADWAY RECONSTRUCTION(Shaping And Compacting 12" 60 suuuaseImvort,p/acm,m^muc^mvaouonoru^o'umemck S $ LBnxwur Surface Course sxU 3/37 SY Sidewalks ' 61 '*/mcasm=n|eceSidewalk 1.213 SF $ $ 62 o/w Cast/n Place Concrete Sidewalk Wu Fiber 1,427 SF � � With ' . 63 ADA RAMPS 6 EA $ `$ 64 TACTILE WARNING SURFACE 6 EA $ $ Curb and Gutte 65 $ � CMB,New,Reinforced Straight 1a�z�co==�c"�mm"o. 155 LF om�wm*xwn��e n�m�u��z'^co�e�c�um 66 $ $ Gutter 851 LF Misc.-Signage and Pavement Markings(Itemize by Type) 67 REMOVE AND REINSTALL EXISTING SIGN 8 EA $ $ 68 FURNISH&INSTALL 6"SINGLE THERMOPLASTIC(SOLID) 94 LF 5 $ m FURNISH&INSTALL 6"DOUBLE THERMOPLASTIC(SOUD) 207 LF $ $ 70 FURNISH m INSTALL o^SINGLE THERMOPLASTIC(souo) 64 LF $ $ ` | 71 FURNISH&INSTALL 12'THERMOPLASTIC(SOLID) 520 LF $ /$ 72 FURNISH&INSTALLI8"THERMOPLASTIC(SOLID) 148 LF $ $ 73 FURNISH&INSTALL 24"THERMOPLASTIC(STOP BARS) 138 LF s .$ 74 FURNISH&INSTALL TURN LANE ARROWTHERMOPLASTIC 1 EA $ $ �s � $ FURNISH&/msnu�xsp�o�spwv Mswrmmmoo(npM) 20 EA � �'l����- ���������''���.� n` /��'.� ��' ������� ��� ^ � ��^�p��p�vmnem�oub��|$ ._ | � �,�^^�/!� - � � ' omw�^o~��w"�n*�|'$ �, ` Division a'Landscape Landscaping 76 St.Augustine Flortam Sod,Installed on level ground *,68 SF $ $ ' 77 RE-ROUTE WATER SERVICE 1 EA $ $ .� - n�siom3-Landscape Total:$ ` nazoz*'2sovs-APPENDIX AlA Page 3 of 3 City of Miami Beach - ITB 2014-230-YG -APPENDIX A1B >. I Unit Price Breakdown;Form 75 Street This Excel document has been formatted to show two decimal places on the form. Bidders are requested to provide unit prices with no more than two decimal places. Should the Bidder provide more than two decimals on the unit price,the City will round the number to the nearest hundredth,this is two decimal places to arrive at the total. The TOTAL BASE BID AMOUNT includes the total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment,supervision, mobilization,demobilization,overhead and profit,insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents. Bidders must fully complete the Schedule of Prices Bid Form to include unit pricing and totals.The cost of any item(s)of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s)is most applicable. The General Conditions include certain"Allowance"items that have been delineated below.The Contract Unit Price for these allowance items shall be used only upon the City's discretion,as needed.In the event that the Item of work is not conducted or only a portion of the estimated allowance is used,the Bidder understands that the balance of the cost shall be returned to the City. IN THE EVENT OF ARITHMETICAL ERRORS,THE BIDDER AGREES THAT THESE ERRORS ARE ERRORS WHICH MAY BE CORRECTED BY THE CITY.GIVE BOTH UNIT PRICE AND EXTENDED TOTAL.PRICES MUST BE STATED IN UNITS OF QUANTITY SPECIFIED IN THE BIDDING SPECIFICATIONS.BIDDER AGREES THAT ANY UNIT PRICE LISTED IN THE BID IS TO BE MULTIPLIED BY THE STATED QUANTITY REQUIREMENTS IN ORDER TO ARRIVE AT THE TOTAL.IN CASE OF DISCREPANCY IN COMPUTING THE AMOUNT OF THE BID,THE UNIT PRICE SHALL GOVERN. THE CITY WILL NOT ACCEPT ANY REVISION TO THIS UNIT PRICE FORM,DIVISIONS,LINE ITEMS,ADD ALTERNATES,OR GRAND TOTAL BID,AFTER THE DEADLINE FOR RECEIPT OF BIDS. IN ABSENCE OF ANY TOTALS SUBMITTED,THE CITY SHALL INTERPRET AS ZERO. PROJECT: ITB-RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENT PROGRAM—75 STREET COMPANY NAME: Summary Division 1-General Conditions $ Division 2-Sitework $ Total Base Bid:$ Bidder's Affirmation: Written Total: Company: Address: Telephone: Email: Signature: Title/Printed Name: ITB 2014-230-YG-APPENDIX A1B Page 1 of 2 i4 tr fi z':>: s. i -:3� i._'. "5 7s x.- ate."' x L;: a4 a��2`?a^ .�f .g F. `! 4 i£'e;g Vk ':.aa'e s•q;s'y gg t 2 `'`� �>^'n-3 i '`,3 a � � °>.s 3• �- �„� � x -.afi � a'c,r � •aF � �.>` �.°�' :�3�g a�x�?'a rut>;Z"�aS�>,' t z, i t.ami .each 3 2001 230 G -'APPENDI � a f vY wris. e`"�,a< i�u”,.:<:.,�-' �E.4>:t >„�:E'-; .i,>�[�. dV.. �3 � 3�� kel" � � ay , `p x n`n A s` ••a /x "i a 'X>. „-,:a;Rm z' i''g`s F Y� kz'� o'm' u`xt £" IDDE S 3t„ " "..3 2 � ? L -r ,. "t Sz - .. 3 3 :Y a 4 - ; 2 iIJ r Ei i7 ,f4 UNIT i° ICE f onTOTAL at., Division 1-General Conditions 1 BONDS AND INSURANCE 1 LS $ 2 MOBIUZATION 1 LS $ ;$ 3 GENERAL CONDITIONS 1 LS $ $ 4 SURVEY AND LAYOUT SITE CONTROLS 1 LS $ $ 5 INDEMNIFICATION 1 LS $ 25Aa;_ $25.00 6 MAINTENANCE OF TRAFFIC 1 LS $ $ 7 ALLOWANCE:PERMIT FEES 1 LS $ 00 00 $500.00 ^>s 4 ti..a aca Z.§' -. 3 5 .:'. '' "� "L*' � °` S•i',.m ,�"�. -Fa 0. .. c,�,'` j Division 2-Sitework(Streetscape Improvements) Streetscape Improvements-furnish and install all requisite materials,inclusive,but not limited to,forming,all ancillary excavation, dewatering and backfill,repairing and maintaining water services,adjusting manhole frames,inlet frames,valve covers,lids,and other utility covers,plus any and all ancillary costs associated with such installation,including overhead and profit,with exclusion of MOT and construction sequencing requirements/restrictions which are to be addressed under a separate unit price heading as noted on this tabulation. Demolition 8 EROSION AND SEDIMENTATION CONTROL 1 LS $: $ 9 MILLING OF EXISTING PAVEMENT(1-IN AVG.DEPTH) 1,390 SY $ $ Roa way 10 TYPE SP-9.S ASPHALTIC CONCRETE PAVEMENT(1-IN LIFT) ' 1,3901 SY $ $ Misc.-Signage and Pavement Markings(Itemize by Type) 11 FURNISH&INSTALL 6"TRAFFIC PAINT 260 LF $ $ 12 FURNISH&INSTALL 8"TRAFFIC PAINT 24 LF $ $ 13 FURNISH&INSTALL 12"-TRAFFIC PAINT 95 LF $ $ 14 FURNISH&INSTALL 6"THERMOPLASTIC 560 LF $. s $ 15 FURNISH&INSTALL 24"THERMOPLASTIC(STOP BARS) 22 LF $ $ 16 FURNISH&INSTALL REFLECTIVE PAVEMENT MARKERS(RPM) 14 EA $ $ x!� x Division 2(Str tstape Improvements) ubt tal$r�':_ Division 2 ^Site orkTotal$ 7 lS 3 a R r, w„ ,.x. M PM , g ngi a Tot Base Sid ITB 2014-230-YG-APPENDIX A1B Page 2 of 2 City of Miami Beach - ITB 2014-230-YG -APPENDIX A1C Unit Price Breakdown Form-77 Street This Excel document has been formatted to show two decimal places on the form. Bidders are requested to provide unit prices with no more than two decimal places. Should the Bidder provide more than two decimals on the unit price,the City will round the number to the nearest hundredth,this Is two decimal places to arrive at the total. The TOTAL BASE BID AMOUNT Includes the total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment,supervision, mobilization,demobilization,overhead and profit,insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents. The cost of any item(s)of work not covered by a specific contract unit price shall be included in the contract unit price to which the Item(s)is most applicable. The General Conditions include certain"Allowance"items that have been delineated below.The Contract Unit Price for these allowance items shall be used only upon the City's discretion,as needed.In the event that the item of work is not conducted or only a portion of the estimated allowance is used,the Bidder understands that the balance of the cost shall be returned to the City. IN THE EVENT OF ARITHMETICAL ERRORS,THE BIDDER AGREES THAT THESE ERRORS ARE ERRORS WHICH MAY BE CORRECTED BY THE CITY.GIVE BOTH UNIT PRICE AND EXTENDED TOTAL.PRICES MUST BE STATED IN UNITS OF QUANTITY SPECIFIED IN THE BIDDING SPECIFICATIONS.BIDDER AGREES THAT ANY UNIT PRICE LISTED IN THE BID IS TO BE MULTIPLIED BY THE STATED QUANTITY REQUIREMENTS IN ORDER TO ARRIVE AT THE TOTAL.IN CASE OF DISCREPANCY IN COMPUTING THE AMOUNT OF THE BID,THE UNIT PRICE SHALL GOVERN. THE CITY WILL NOT ACCEPT ANY REVISION TO THIS UNIT PRICE FORM,DIVISIONS,LINE ITEMS,ADD ALTERNATES,OR GRAND TOTAL BID,AFTER THE DEADLINE FOR RECEIPT OF BIDS. IN ABSENCE OF ANY TOTALS SUBMITTED,THE CITY SHALL INTERPRET AS ZERO. PROJECT: ITB-RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENT PROGRAM—77 STREET COMPANY NAME: Summary Division 1-General Conditions $ Division 2-Sitework $ Total Base Bid:$ Bidder's Affirmation: Written Total: Company: Address: Telephone: Email: Signature: Title/Printed Name: ITB 2014-230-YG-APPENDIX 1C Page 1 of 2 c F d a h� Y. HC;, Z -i---. �Y 3 �"'� M,�».� >x�,�:,.r`EV< Vie. >�3 x�xs.« �-'�s«�;��Aiii`� "ysxs :�rrs,5'Y o 4,>? Fla-_ ---"s •��.L�� ! ^x y��.,hk-�,�x � �� 't4 sx -.cv�,. s � �'yS Y �+ .�� �s :�d�s ��L �' :C- a y , I i t each, � T ' 01 230-YG PPENDIY -A i.n t t ,r ,r o� a,...4.,. 4 •.��N ..��': n.:.,., • �.vt •_�\�. .� sic_.�.� ,Y.,f.'. '.�E.- .T?;i.SS.a+� � ,a • ,a: - .c,.... ::�.Y.�,:�..,zr.��i..g.: ,���'.sr�iz,<. �s a "> .. - -. 024044;00041: �:�3 # :�� r �'� � r<'�'x � t � s ����- �:we;t �x��,�h�e 11 4 >k r�C���€ -,; IV. ,ta:a.r '4. DE CR PT N i h.:1 e'a �& F « }�y�yt `•N, u $f ,a� # Wk �'' -:c:.a�c' ,;.31£x -:�,_",4. � d . l r .z�Y R3"F, ,4�", ,a,."fr4F,_u.. : QVNITI k"tt M x_ j(lj �,,,.. � ,.mot .,, ,�,. �' Division 1-General Conditions 1 BONDS AND INSURANCE 1 LS $ $ 2 MOBILIZATION 1 LS $ $ 3 GENERAL CONDITIONS 1 LS S. $ 4 SURVEY AND LAYOUT SITE CONTROLS 1 LS $ $ 5 INDEMNIFICATION 1 LS $ 25('C) $25.00 6 MAINTENANCE OF TRAFFIC 1 LS $ $ 7 ALLOWANCE:PERMIT FEES 1 LS $ 504}:Uo $500.00 .ie- "i x Y _ i' S. C x '"�'f" F >k, zf"'S' •.i i..a'.Y :::` \�;:-e" y.,.>e a R- ¢ c,a a �x ; �.- 131�►ision 1 Genera(C.o0figins'Tsskal -` c.,sz:�� s4i y .. ., .. �. ,L h`r 1. rF�3 , >° <yi+,. .,v.. ".i, tv � • > .. _,_,��-v x• a,.,.»r> �r. - ,r.r.., -...e �^ �"''>'�,� ,�,��-...,.�� F «,«-.K,�aw ,�` �, .,�,.,..,�:-.�< .��>. �F' � �t, ,M � „�..x.�,�,..". >.:, �'�,- „so-z�.>x�... Division 2-Sitework(Streetscape Improvements) Streetscape Improvements-furnish and install all requisite materials,inclusive,but not limited to,forming,all ancillary excavation, dewatering and backfill,repairing and maintaining water services,adjusting manhole frames,inlet frames,valve covers,lids,and other utility covers,plus any and all ancillary costs associated with such installation,including overhead and profit,with exclusion of MOT and construction sequencing requirements/restrictions which are to be addressed under a separate unit price heading as noted on this tabulation. Demolition 8 EROSION AND SEDIMENTATION CONTROL 1 LS $ • $ 9 MILLING OF EXISTING PAVEMENT(1-IN AVG.DEPTH) 1,325 SY $ $ Roadway 10 !TYPE SP-9.5 ASPHALTIC CONCRETE PAVEMENT(1-IN LIFT) 1 1,3251 SY S' $ Misc.-Signage and Pavement Markings(Itemize by Type). 11 FURNISH&INSTALL 6"TRAFFIC PAINT 95 LF 5 ,;; $ 12 FURNISH&INSTALL 6"THERMOPLASTIC 1,050 LF S ' $ 13 FURNISH&INSTALL 24"THERMOPLASTIC(STOP BARS) 10 LF S $ 14 FURNISH&INSTALL REFLECTIVE PAVEMENT MARKERS(RPM) 6 EA "$ $ .-B 'F.t.t . 's x:_: .d., 'F xd.a .Division 2(Streetscape Improvements)Sasbtot l K�. d t>tir 3``1 c n Division 2 k Sitework`Total$ r>,,_ r s £,.:<y °,\>,.,,E ,,,gn.s .n .S f „ <. ,,..,,.,.,,_v...._ „r.,.:"'.N r.,,..ti« Ttst"dl B ,$ ) ITB 2014-230-YG-APPENDIX.1C Page 2 of 2 City of M Eamt Beach -11`x` 14 23 3 G APPENDIX AID Unit.Prica Breakd+ v rti Portia-4541 Noah By Road This Excel document has been formatted to show two decimal places on the form. Bidders are requested to provide unit prices with no more than two decimal places. Should the Bidder provide more than two decimals on the unit price,the City will round the number to the nearest hundredth,this is two decimal places to arrive at the total. The TOTAL BASE BID AMOUNT includes the total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment,supervision, mobilization,demobilization,overhead and profit,insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents. Bidders must fully complete the Schedule of Prices Bid Form to include unit pricing and totals. The cost of any item(s)of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s)is most applicable. The General Conditions include certain"Allowance"items that have been delineated below.The Contract Unit Price for these allowance items shall be used only upon the City's discretion,as needed.In the event that the item of work is not conducted or only a portion of the estimated allowance is used,the Bidder understands that the balance of the cost shall be returned to the City. li IN THE EVENT OF ARITHMETICAL ERRORS,THE BIDDER AGREES THAT THESE ERRORS ARE ERRORS WHICH MAY BE CORRECTED BY THE CITY.GIVE BOTH UNIT PRICE AND EXTENDED TOTAL.PRICES MUST BE STATED IN UNITS OF QUANTITY SPECIFIED IN THE BIDDING SPECIFICATIONS.BIDDER AGREES THAT ANY UNIT PRICE LISTED IN THE BID IS TO BE MULTIPLIED BY THE STATED QUANTITY REQUIREMENTS IN ORDER TO ARRIVE AT THE TOTAL.IN CASE OF DISCREPANCY IN COMPUTING THE AMOUNT OF THE BID,THE UNIT PRICE SHALL GOVERN. THE CITY WILL NOT ACCEPT ANY REVISION TO THIS UNIT PRICE FORM,DIVISIONS,LINE ITEMS,ADD ALTERNATES,OR GRAND TOTAL BID,AFTER THE DEADLINE FOR RECEIPT OF BIDS. IN ABSENCE OF ANY TOTALS SUBMITTED,THE CITY SHALL INTERPRET AS ZERO. PROJECT: ITB 2014-230-YG-DRAINAGE IMPROVEMENT IN THE VICINITY OF 4541 NORTH BAY RD. COMPANY NAME: Summary Division 1-General Conditions $ Division 2-Sitework $ Division 3-Landscaping $ t Base Bid:€i:$ Bidder's Affirmation: Written Total: Company: Address: Telephone: Email: Signature: { Title/Printed Name: 3 4 3 r s i IT6 2014-230-YG-APPENDIX A1D Page 1 of 2 ..................................................................._.......................................................................................................................... City of Miami Beach B 2014 Y I -A1D! Ett rt �Bra c#� n Form—4.541 Tort nr ; yy; qy� �y gg I E y DES PTFD14 R 1j UNIT PRICE TOTAL Division 1-General Conditions 1 BONDS AND INSURANCE 1 LS $ $ 2 MOBILIZATION 1 LS $ 3 GENERAL CONDITIONS 1 LS $ $ I 4 SURVEY AND LAYOUT SITE CONTROLS 1 LS $ $ 5 INDEMNIFICATION 1 LS $ 25-00 $ 25.06 6 MAINTENANCE OF TRAFFIC 1 LS $. $ d sT x .,.. :S. D�vsSan'1 Genet aCon iit3(ort 'offal.$i � °` Division 2-Sitework Stormwater 7 TEMPORARY ASPHALT 70 SY $ $ TYPE B STABILIZATION(LBR 40:12-IN THICK)(USING EXISTING • 8 BASEROCK) 70 SY $ $ 9 LIMEROCK BASE(12-IN COURSE PRIMED) 70 SY $ $ 10 REMOVE AND DISPOSE UNSUITABLE MATERIAL 100 CY $ $ 11 FURNISH ANS INSTALL SUITABLE BACKFILL MATERIAL 60 CY $ $ 12 SHEETING AND DEWATERING 1 LS 5 $ Existing Drainage Utilities 13 'CONNECT TO EXISTING DRAINAGE PIPE ( 4 EA $ $ Drainage Structures-furnish and installed costs inclusive,but not limited to,pavement removal,base removal,all ancillary excavation,backfill,repair and maintain water services,plus any and all ancillary costs associated with such installation,including overhead and profit,with exclusion of MOT and construction sequencing requirements/restrictions which are to be addressed under a separate unit price heading as noted on this tabulation. 14 INLET(TYPE"C"48"DIA) 3 EA $ $ 15 INLET(TYPE"C"32"X 32"SQUARE) 2 EA $ $ 16 MANHOLE(TYPE"C"48"DIA) 1 EA $ $ 17 MANHOLE(48"X 60"SQUARE) 1 EA 5 $ 18 MANHOLE-USE'4105 FRAME&6224 GRATE 1 EA $ $ 19 POLLUTION RETARDANT BAFFLES 3 EA $ $ Drainage Outfalls 20 'INSTALL MANATEE GRATES 11 EA $ $ Drainage Piping-furnish and install costs inclusive,but not limited to,pavement removal,base removal,all ancillary excavation, backfill,geotextite fabrics,gaskets,couplings,repair and maintain water services,plus any and all ancillary costs associated with such installation,including overhead and profit,with exclusion of MOT and construction sequencing requirements/restrictions which are to be addressed under a separate unit price heading as noted on this tabulation. 21 115-IN A2000 PVC PIPE CULVERT WITH FITTINGS I 1001 LF ($ $ • Division 2(Stormwater Subtotal.$ :'. Division 2-Sitework(Streetscape Improvements) 3-creetscape improvements-rurnisn cum mstan an requisite mater rau,incusive,out nut mmnteu IQ,loaning,air anunary excavation, dewatering and backfill,repairing and maintaining water services,adjusting manhole frames,inlet frames,valve covers,lids,and other utility covers,plus any and all ancillary costs associated with such installation,including overhead and profit,with exclusion of MOT and construction sequencing requirements/restrictions which are to be addressed under a separate unit price heading as noted nn+his t,F.,.la+inn Demolition 22 EROSION AND SEDIMENTATION CONTROL 1 L5 $ 23 CLEAR AND GRADE RIGHT OF WAY AREA 275 SY 5 $ 24 REMOVE AND DISPOSE ASPHALT PAVEMENT 70 SY $ $ 25 MILLING OF EXISTING PAVEMENT(1-IN AVG.DEPTH) 850 SY $ $ 26 TYPE S-III ASPHALTIC CONCRETE PAVEMENT(1-IN LIFT) 850 SY $ Roadway 27 TYPE S-III ASPHALTIC CONCRETE PAVEMENT(2-IN,2 LIFTS) 70 SY $ $ REMOVE A PORTION OF EXISTING DRIVEWAY AND RECONSTRUCT 28 BRICK/PAVERS ON SAND 130 SY $ $ 29 MILL AND RESURFACE EXISTING DRIVEWAY 1"ASPHALT 20 SY $ $ ( Misc.-Signage and Pavement Markings(Itemize by Type) FURNISH&INSTALL 6"DASHED THERMOPLASTIC YELLOW LANE 30 LINES 3001 LF $ $ Division 2(Streetscape Improvements)Subto l$ .t r Division2.Site tvorl. btai a>•x ,. Division 3-Landscape Landscaping 31 'SWALE RECLAMATION/SODDING 1 2751 SY $ $ giiilsion 3-Landscape Ttatal 3: , Total Base id $ ITB 2014-230-YG-APPENDIX AID Page 2 of 2 i cif'Miami Beach= ITB 2014.230-YG APPENDIX-A1E , .110,Price Breakdowri;'For 45.41"North bay Road { This Excel document has been formatted to show two decimal places on the form. Bidders are requested to provide unit prices with no more than two decimal places. Should the Bidder provide more than two decimals on the unit price,the City will round the number to the nearest hundredth,this is two decimal places to arrive at the total. The TOTAL BASE BID AMOUNT includes the total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment,supervision, mobilization,demobilization,overhead and profit,insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents. Bidders must fully complete the Schedule of Prices Bid Form to include unit pricing and totals. The cost of any item(s)of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s)is most applicable. The General Conditions include certain"Allowance"items that have been delineated below.The Contract Unit Price for these allowance items shall be used only upon the City's discretion,as needed.In the event that the item of work is not conducted or only a portion of the estimated allowance is used,the Bidder understands that the balance of the cost shall be returned to the City. IN THE EVENT OF ARITHMETICAL ERRORS,THE BIDDER AGREES THAT THESE ERRORS ARE ERRORS WHICH MAY BE CORRECTED BY THE CITY.BOTH UNIT PRICE AND EXTENDED TOTAL.PRICES MUST BE STATED IN UNITS OF QUANTITY SPECIFIED IN THE BIDDING SPECIFICATIONS.BIDDER AGREES THAT ANY UNIT PRICE LISTED IN THE BID IS TO BE MULTIPLIED BY THE STATED QUANTITY REQUIREMENTS IN ORDER TO ARRIVE AT THE TOTAL.IN CASE OF DISCREPANCY IN COMPUTING THE AMOUNT OF THE BID,THE UNIT PRICE SHALL GOVERN. THE CITY WILL NOT ACCEPT ANY REVISION TO THIS UNIT PRICE FORM,DIVISIONS,LINE ITEMS,ADD ALTERNATES,OR GRAND TOTAL BID,AFTER THE DEADLINE FOR RECEIPT OF BIDS. IN ABSENCE OF ANY TOTALS SUBMITTED,THE CITY SHALL INTERPRET AS ZERO. IN THE EVENT OF A DISCREPANCY BETWEEN THE PRICE BID IN FIGURES AND THE PRICE BID IN WORDS,THE PRICE IN WORDS SHALL GOVERN. PROJECT: ITB-DADE BOULEVARD PHASE II&N LINCOLN LANE SIDEWALK IMPROVEMENTS COMPANY NAME: Summary Section 1-General Conditions $ Section 2-Dade Blvd Landscaping $ Section 3-Dade Blvd Pavements Markings&Signage $ Section 4-N Lincoln Lane sidewalk improvements $ Subtotal Base Bid.:$ . � ," � CdWT1NGENCY(10%)= ` Total Base.Bid':$ Bidder's Affirmation: Written Total: Company: Address: Telephone: Email: Signature: Title/Printed Name: t i s € ) ) 30 ITB 2014-230-YG-APPENDIX A1E Page 1 of 4 .E if City City,of Miami Beach- ITS 2014-230-VG - A PENDIX AlE; .it Price Breakdown Form 4541 North Bay Road DIV, ITEM NO DESCRIPTION I E1 SID QUANTITY UNIT UNIT PRICE I TOTAL Section 1-General Conditions :1 1 BONDS AND INSURANCE 1 L5 $ $ 2 SURVEY AND LAYOUT SITE CONTROLS 1 LS $ $ 3 INDEMNIFICATION 1 LS $ 25.00 $ 25.00 4 MOBILIZATION 1 LS $ $ 5 ALLOWANCE:PERMIT FEES 1 LS $ 10,000.00 $ 10,000.00 Section 1 -General Conditions$ Section 2-Dade Blvd Landscaping 6 F&I WAX MYRTLE(MYRICA cerifera);15'-17'O.A.;8'MIN. 7 EA $ $ C.T.;F.G. 7 F&I CRAPE MYRTLE(LAGERSTROEMIA x'natchez');12'- 6 EA $ $ 14'O.A.; 8'MIN.C.T.;F.G. 8 F&I SHORT LEAF FIG(FICUS citrifolia);45 GAL.;8'MIN.C.T. 1 EA $ $ 9 F&I BLACK IRONWOOD(KRUGIODENDRON ferreum);45 2 EA $ $ GAL;12'-14'O.A. 10 F&I ORANGE GEIGER(CORDIA sebestena);45 GAL.;8' S EA $ $ MIN.C.T. 11 F&I GREEN BUTTONWOOD(CONOCARPUS erectus);25 2 EA $ $ GAL.;12'O.A. 12 F&I BLOLLY(GUAPIRA discolor);25 GAL.;11'-14'O.A.; 2 EA $ $ STANDARD 13 F&I JAMAICA DOGWOOD(PISCIDIA piscipula);25 GAL.;12' 1 EA $ $ O.A.;STANDARD 'E F&I SABAL PALM(SABAL palmetto);STAGGERED;10'-18' 14 28 EA $ $ C.T.; 5'O.C.,BOOTED F&I WILD TAMARIND(LYSILOMA latisiliqua);2-112"-3" 15 CAL.;8'MIN.C.T.;B&B 3 EA $ $ F&I PIGEON PLUM(COCCOLOBA diversifolia);14 B.B.;8' 16 MIN.C.T.;STANDARD 1- EA $ .$ 17 F&I BLACK TORCH(ERITHALIS frutcosa); 25 GAL.;FULL 3 LA $ $ TO GROUND 18 F&I JAMAICAN CAPER(CAPPARIS cynophallophora); 25 6 EA $ $ ' GAL.;FULL TO GROUND F&I SILVER BUTTONWOOD(CONOCARPUS erectus var. 19 1 EA $ $ sericeus);15 GAL.;8'MIN.C.T. 20 F&I SPANISH STOPPER(EUGENIA foetida); 15 GAL.;FULL 20 EA $ $ TO GROUND 21 F&I CREEPING FIG(FICUS pumila);1 GAL.;18"O.C. 687 EA $ $ 22 F&I FICUS REPENS SUNNY(FICUS repens);1 GAL.;18" 670 EA $ $ • O.C. 23 F&I VARIEGATED LIRIOPE(LIRIOPE muscari);3 GAL.;24" 30 EA $ $ O.C. 24 F&I GREEN ISLAND FICUS(FICUS micriocarpa);3 GAL.; 137 EA $ $ 24"O.C. F&I SEASIDE OXEYE(BORRICHIA arborescens);3 GAL.; 25 87 EA $ $ 30"O.C. 26 F&I LANTANA I(LANTANA involucrata);3 GAL.;24"O.C. 90 EA $ $ 27 F&I BAHAMA COFFEE(FICUS microcarpa);3 GAL.;24"O.C. 37 EA $ $ 28 F I BOSTON FERN(NEPHROLEPIS exaltata); 3 GAL.;24" 44 EA $ $ 29 F&I FIRECRACKER PLANT(BOUVARDIA ternifolia);3 GAL.; 45 EA $ $ 30"O.C. F&I ORANGE GEIGER(CORDIA sebestena);25 GAL.,10'- 30 12'Q.A.;1.5"-2"CALIPER,INCLUDING IRRIGATION BY 1 EA $ $ TRUCK UNTIL PLANTING ESTABLISHED F&I PIGEON PLUM(COCCOLOBA diversifolia);25 GAL.,10'- 31 12'O.A.;1.5"-2"CALIPER,INCLUDING IRRIGATION BY 1 EA $ $ TRUCK UNTIL PLANTING ESTABLISHED 32 F&I ST.AUGUSTINE GRASS(STENOTAPHRUM 788 SF $ $ ' secundatum) 33 F&I MULCH 70 CY $ $ 34 F&I 20"x2"TAPPING SADDLE,INCLUDING EXCAVATION& 2 EA $ $ RESTORATION F&I 8"x2"TAPPING SADDLE,INCLUDING EXCAVATION& 35 1 EA $ $ RESTORATION !TB 2014-230-YG-APPENDIX AlE Page 2 of 4 ;r ` City of Miami Beach - !TB 2014-230-VG -APPENDIX Ai. Unit Price Breakdown Form-4541 North Bay Road 36 JACK&BORE 2"POLY TUBING(TYP.),INCLUDING 300 LF $ $ RESTORATION IN KIND { 37 F&I 2"BACKFLOW PREVENTERS 3 EA $ $ 38 F&I 2"WATER METERS,INCLUDING METER BOX& 3 EA $ $ FITTINGS 39 F&I IRRIGATION SYSTEM,AS PER CITY SPECS I - LS $ $ Section 2-Dade Blvd Landscaping$ Section 3-Dade Blvd.Pavement Markings&Signage 40 F&I SIGN R1-1 (BIKE SIZE) 2 EA $ $ 41 RELOCATE EXISTING SIGN R1-2 1 EA $ $ 42 RELOCATE EXISTING SIGN R10-17a 1 EA $ $ 43 F&I SIGN R3-17 2 EA $ $ 44 F&I SIGN R10-15 1 EA $ $ 45 RELOCATE EXISTING SIGN R10-15 1 EA $ $ 46 F&I SIGN W16-9P 5 EA $ $ 47 F&I SIGN W5-4a 4 EA $ $ 48 F&I SIGN W11-15 2 EA $ $ 49 F&I SIGN W1-1 1 EA $ $ 50 F&I SIGN R9-6 3 EA $ $ 51. F&I SIGN D11-1 6 EA $ $ 52 F&I SIGN D11-1 a 3 EA $ $ 53 F&I SIGN D11-2 1 EA $ $ 54 F&I SIGN M6-1 _ 8 EA $ $ 55 F&I SIGN M6-6 1 EA $ $ 1 56 F&I SIGN W11-1 4 EA $ $ 57 F&I SIGN W16-7P 2 EA $ $ 58 F&I SIGN M6-2 1 EA $ $ 59 RELOCATE EXISTING WAYFINDING SIGN 1 EA $ $ 60 REMOVE EXISTING SIGNS 3 EA $ $ 61 REMOVE EXISTING STRIPING,AS PER PLANS 1 LS $ $ 62 WHITE THERMOPLASTIC BICYCLE LANE SYMBOL 3 EA $ $ PAVEMENT MARKING 10'x11'BIKE BOX WITH INCLUDED PLAN SYMBOLS,WITH 63 25'x4'BIKE BOX EXTENSION LANE,AS PER SPECS OR 1 LS $ $ EQUAL _ 64 WHITE THERMOPLASTIC ARROW PAVEMENT MARKING 10 EA $ $ 65 6"THERMOPLASTIC YELLOW PAVEMENT MARKING 1,380 LF $ $ 66 6"THERMOPLASTIC WHITE PAVEMENT MARKING 345 LF $ $ 67 12"THERMOPLASTIC WHITE PAVEMENT MARKING 570 LF $ $ 68 18"THERMOPLASTIC YELLOW PAVEMENT MARKING 8 LF $ $ 69 18"THERMOPLASTIC WHITE PAVEMENT MARKING 40 LF $ $ 70 24"THERMOPLASTIC WHITE PAVEMENT MARKING 240 LF $ $ 71 "BUS ONLY"&"WAIT HERE"THERMOPLASTIC WHITE 1 $ $ PAVEMENT MARKINGS(WASHINGTON AVE) 72 REMOVE EXISTING ASPHALT 1,250 SY $ $ 73 DEMOLISH EXISTING CONCRETE 15 SY 5 $ 74 DEMOLISH EXISTING 6"CURB 80 LF $ $ 75 DEMOLISH EXISTING CURB&GUTTER 295 LF $ $ 76 PERMEABLE CONCRETE,8"THICK.INCLUDING BASE(57 1,250 SY $ $ STONE)&GEOTEXTILE AS PER DETAIL , 77 ADA RAMPS 7 EA $ $ 78 6"TYPE D CURB 130 LF $ \_$ 79 6"FLUSH CURB 15 IS $ $ 80 2'TYPE F CURB&GUTTER,INCLUDING ADJACENT 60 LF $ $ PAVEMENT RESTORATION 2'TYPE F CURB&GUTTER,WITH CMB RED COLORING, 81 INCLUDING ADJACENT PAVEMENT RESTORATION 165 LF $ $ 2'VALLEY GUTTER,INCLUDING ADJACENT PAVEMENT 40 LF $ $ 82 RESTORATION , 2'VALLEY GUTTER,WITH CMB RED COLORING, 83 35 LF $ $ INCLUDING ADJACENT PAVEMENT RESTORATION 84 RELOCATE PEDESTRIAN SIGNAL 1 EA $ $ 85 4"CONCRETE SIDEWALK 35 SY $ $ 86 6"CONCRETE SIDEWALK 15 SY $ $ IT8 2014-230-YG-APPENDIX AlE Page 3 of 4 I 3 .� .fix. :.,� � :n Y'^ �,g�r � • g• r B s" ���;� ;' x 3y� gu._`_,.�,�y,A' �,�s4,�4:t^ ssya�,zY s 7 r.r tam $ - C t .• i i Beach 6f 01 230-'i"G,�,- AP F I A F 'S� rye�"Y'.;., 41 RELOCATE JERUSALEM STONE WALL(EAST SIDE OF 87 MERIDIAN AVE,AS PER PLAN),INCLUDING ELECTRICAL 1 LS •$ $ &FOUNDATION REWORK EXISTING BASE UNDER JERUSALEM STONE 88 (MERIDIAN AVE). REMOVE AND REUSE JERUSALEM 110 SY $ $ STONE AS PER PLAN ak 3,;Dade BIvcI Pavement IVfarfritt `&5§8na Section 4-Lincoln Lane Sidewalk improvements 89 ASPHALT PAVEMENT MILLING(2"AVG.) 545 SY $ $ 90 EXISTING CONCRETE DEMOLITION 21 SY $, $ 91 REMOVE EXISTING INLET&BACKFILL 1 EA $ $ 92 REMOVE EXISTING 8"STORM PIPE&SEAL EXISTING 1 EA $ $ MANHOLE CONNECTION 93 EXISTING UTILITY ADJUSTMENT(AS NEEDED,AS PER 1 $ $ PLAN) I 94 F&I USF 4134 FRAME&6001 GRATE 1 EA $ $ 95 F&1 USF 4621 FRAME&6296 GRATE 1 EA .$ - 96 6"CONCRETE SIDEWALK 65 SY $ $ 97 4"CONCRETE SIDEWALK 67 SY $ $ 98 PRIME COAT 385 SY $ $ 99 TACK COAT 385 SY $ 100 2"ASPHALT 385 SY $ $ 101 24"CURB&GUTTER 115 LF $ $ 102 24"VALLEY GUTTER 120 LF $ $ } 103 ADA RAMPS 4 EA :$ • $ 104 RELOCATE'NO PARKING'SIGN 1 EA $ 105 F&I SIGN R1-1 1 EA $ $ 106 F&I SIGN R6-1L 1 EA $ $ 107 F&I SIGN R8-3gP 5 EA $ • $ 108 6"THERMOPLASTIC WHITE PAVEMENT MARKING 885 LF $ $ 109 6"THERMOPLASTIC DOUBLE YELLOW PAVEMENT 50 LF $ $ MARKING 110 12"THERMOPLASTIC WHITE PAVEMENT MARKING 55 LF ..$, $ 111 18"THERMOPLASTIC WHITE PAVEMENT MARKING 160 LF ..S 1 $ 112 24"THERMOPLASTIC WHITE PAVEMENT MARKING 16 LF $ $ • • ct n 4 Lincoln Lane sidewalk imlt€oate cents$ Se io 2 VF; CONTINGENCY(.io cam... ' [[jf !TB 2014-230-YG-APPENDIX A1E Page 4 of 4 ATTACHMENT C Bidder's Response to the ITB BID NO: 2014-230-YG CITYOF MIAMI BEACH MIAPA BEACH DUE DATE: AUGUST 26, 2014 11 Table of Contents Tab A. IDENTIFICATION PAGE AND TABLE OF CONTENTS > Name of Bidder. (Note: if co venture, specify) > Address of submitting Bidder. (Note: if co-venture, specify > E-mail address for the appropriate contact person at the submitting company: • Phone number and facsimile number of submitting Bidder.. > Federal Tax Identification.Number for submitting Bidder. Declaration regarding company organization, whether as.Corporation, Partnership, or other. (Note: if co venture, specify) > Signature of an officer or other individual of the submitting Bidder who has the authority to bind said Bidder. > Printed name of the authorized signing officer or other individual. > Title of the authorized signing officer. > Date of signature. Tab B. EXPERIENCE AND KEY PERSONNEL • Contractor Team's (i.e., General Contractor., sub-contractors, and key personnel) > Bidders shall provide evidence of experience, as required herein in Section 0300 Minimum Qualifications and Requirements. • Organizational Chart& Resumes.for: Construction Project Manager Construction Superintendent Site Foreman and/or Estimator • Staffing Plan Tab C. BID PRICE • Bidders are required to submit their bid price lump sum using the Bid Proposal Form found in Appendix A, Attachment A-1. Tab D. FINANCIAL S TATEMENTS • D&B Suppler Evaluation Report. • Bid Bond ��..era,,,. ww..�e�,.:...,...�......:o..« .»...............,,.,...,......,.,..,.,.,...,.a,-.«........n....,o, ,.......,,,.,.......,..., .,..,,.,,....,,..,.......,.,.,..,.............,,.....-..._.,._,...,,.......-..,..-,.,,.W,_..�.,.....,.,.._............ ......._.._.....,..._...,......._ -t is tt Bidder's Name Southern Underground Industries, Inc. Address 3453 NW 44 Street,Suite 205, Oakland Park, FL 33309 E-mail Address JuanB @Southernui,corn Phone/Fax Phone:.954 650-4699 FEIN 26-2521235 Declaration of Company Organization Southern Underground Under round Industries is an S-Corporation as of May 2008 Signature of Authorized Agent !11111k► Printed n me of Authorized Agent Juan Barreneche Title of Authorized Agent Vice President/ Secretary Date of Signature 9/16/14` } 3 Contractor's Team Ability Narrative Southern Underground Industries is dedicated to providing quality work at a fair price for South Florida municipalities. We pride ourselves in our dedication to completing projects on time and under budget.We understand that the key to a successful project is open communications with the owner so that there is a clear understanding of what is expecting on both sides. In Miami Beach,we understand the importance that the City places on minimizing impacts to the residents/businesses and we will make sure these stakeholders are satisfied as much as possible. Staffing Plan Due to how important this project is to the City of Miami Beach, our President, Belseri "Benny" Comerford will be onsite daily and will act as Superintendant. We plan on utilizing a medium size crew consisting of two operators,two pipelayers, a hillman, and laborers as needed. Our equipment will consist of a mid-sized excavator(50,000 Ib), a 3-yard loader, a combination backhoe, and a broom tractor to perform the work with minimal impact to the surrounding communities. We have vactor trucks and erosion control equipment ready to be mobilized to ensure that the surrounding environment is protected. Our personnel are accustomed to high water tables and utilizing all necessary shoring in these conditions. We look forward to working with the City of Miami Beach to ensure the success of this critical project. Organizational Chart Juan Barreneche, P.E. Belseri Comerford (Project Manager) (Superintendant) Jose Cacique (Foreman) 1i €E: Previous Experience meeting: Drainage pipe 18 inches and larger 0 High water table conditions ® In past 10 years Project#1 Midway Pump Station Completion Date: Feb, 2011 Value: $2.9 Million Client: Miami-Dade Public Works, 111.NW 1st Street, Suite 1510, Miami, FL 3 Contact: Luis Valdo Engineer: C3TS Description: installation of stormwater structures and pipe from 18"to 42" in a high water table. Installed double 36" HDPE casing pipe via directional drill under 826. Work required that canal be diked &bypassed with 4-36" pipes for a subaqueous crossing. Town of Surfside Utility Upgrade Project Project#2: Completion Date: 2013 Value: $2.0 Million Client: Town of Surfside, E 9293 Harding Avenue Surfside, FL 33154 Engineer: Calvin-Giordano Description: Project included water, sewer, and drainage improvements. Work included installation of a stormwater pump station and connecting 24, piping. These improvements were installed in high water table conditions. Project#3: Lantana Drainage Improvements Completion Date: 2011 Value: $740,000 Client: Town of Lantana 510 W Pine Street Lantana, FL 33462 Engineer: Kieth & Schnars, Frank Vilar Description: I ri tion: Project included construction of 2 stormwater pump stations including dthe 1 connecting piping up to 36".diameter. This project was also comp a high water table. Project#4: South Pointe Development Site Work Completion Date: 2013-2014 Value: $50,000 Client: Related Group/Holland Pump Contact: Chris James, 954-483-8621 Des p cri tion: Project within Miami Beach that consisted of installing a dewaterin enable system &well connection piping, 8 to 24 in a high water table to; the construction of the building foundation. is is References: Contact: Maurice Hynes Agency/Company: Intercounty Engineering, Inc. _. 3 Contact: 954-325-7202.. Email: mhynes @intercoutyengineering.com =: Contact: Indar Iiilarahaj. Agency/Company City of Lauderhill Contact: 954-391-2810 Email. indarmaharajC lauderhill-fl.gov I Contact: Henry Glause Agency/Company: Mock Roos &Associates Contact: 561-683-3113 Email henryglauseCamockroos:corn Contact: Gary Bal Agency/Company: Siteworks of Florida (Former GM of Farrachi). Contact: 561-235-9575 3 Email gory.siteworksinc(gnail:com Contact: Kenny Smith Agency/Company: City of Ft. Lauderdale Contact: 954-607-0008 Email: N/A i I JUAN RARRENECHE, P.E. Project Manager/Estimator ' HIGHLIGHTS Mr. Barreneche has over 11 years' experience in civil engineering, construction Licensed Professional Civil management and cost estimating in the field of underground utility construction. Engineer in the State of As Senior Project Manager and Estimator his experience developed around Florida, PE#67662 projects involving the installation of water mains, drainage improvements, and sanitary sewer construction. He has obtained further specialization in , Certified Underground neighborhood improvement projects, design-build projects, directional drilling, Utility,and Excavation PCCP, box culvert construction, pump stations, treatment plants and sewer force Contractor, CUC1224698 mains for various publicly bid projects for municipalities throughout South Florida. I As a Civil Engineer, he has combined technical knowledge and design thought 11 years experience in processes with underground construction experience, thereby ensuring the underground construction, success of design-build partnerships and broadening the capabilities of his specializing in Design- company. Build and HDD. f j KEY PROJECTS: 9 years of Estimating David Mancini &Sons-July 2011 -July 2014 experience on over 100 Biscayne Point Neighborhood Improvement publicly bid underground Project, City of Miami Beach,FL. and roadway construction Project Manager for this $17.7 million projects. neighborhood improvement project. The 01,t; EXPERIENCE project began as a standard straight bid unit ° - Vice President price contract ($10.9M)and was converted in July 2014 President to Present to a design-build project by the City after a 1, Southern Underground series of deficiencies with design were =x t , M •1 '� '.,w . A -. Industries, Inc. exposed and corrected by DMSI thereby N'4 .., - adding value to the neighborhood. Project consist of water and °' j� y - Senior Project Manager improvements �� _, � July 2011 to July 2014 stormwater improvements, including pump `£ _. + . David Mancini&Sons, Inc. stations, and above ground improvements to - Y lighting, sidewalks,curb gutter, and roadway. Project Manager Sunset Islands? &2 Neighborhood Imp. June 2010 to July 2011 Construction. Project, City of Miami Beach,FL. _,. -, ? - Project Manager for this $5.2 million ., �- ,a. Project Manager/Estimator neighborhood improvement project. The � - f i=.=px '' g °' ,t, I Feb. 2005 to June 2010 project includes water and stormwater .. �_ improvements, including the renovation of us„;-::---- - "' Ric-Man International. stormwater outfalls and the installation of ,' . , * " Associate Engineer valley gutters with full roadway ` ;_ 1 ,. - - \".. May 2003 to Feb. 2005- recanstruction in a high-end exclusive �� u -$- ��.��; ;-n `° Chen&Associates community. Major challenges to this unit - -1 "�' price contract were extensive conflicts with O existing utilities and a high water table. University E DUCDCATIA1I of Florida Project is ongoing. Bachelor in Science in GlobeTec Construction-June 2010-July 2011 __-^ Civil Engineering, McKinley Street Interceptor Project { =' May 2003 City of Hollywood, FL. Project Manager for this $11.5 million gravity sewer '`- _, . , - Belen Jesuit Preparatory ry investigations High School, 1997 project. Preiimina investi ations and utility �, � that the 7,460 LF ,,,. .- - fi ,„ relocations were critical to ensuring of 66" PCCP gravity sewer could be installed without 0,q , ' - .7 ^. TRAINING delay. The project includes two 96" steel casings e""j" . - ,�-` Proficient in Use of: �: � PROGEN-JOC, installations under FDOT and FEC Railroad via sand- .i it Primavera, OC Excel, shield tunnel. Varying soil and groundwater .s Primavera, MS E conditions proved to be the major challenges of this project. KEY PROJECTS(continued): { Belcher Road 48"Water Main Replacement L. Pinellas County,FL. , ' , Project Manager for this $7.5 million water main replacement project. The , ►,►Y _¢ :� 1 project included installation of 15,000 LF of 42 DIP and 12116 DIP parallel , { trench. The project includes a jack and bore installation 3 �, high line in the same tr P 1 j �� '` � �°'�� - i;. / . ZE of a 60" steel casings under FDOT roadway. Dividing work and MOT into 5 `..-,,y�� �� phases and working within 10 ft of existing deteriorating 48" PCCP water ' -- _. y - 'CIL* main proved to be the greatest challenges of this project. y Ric-Marc International-February 2005—June 2010 Nautilus Right-Of-Way Infrastructure Improvement Design-Build Project, ', e_ City of Miami Beach, FL. y" Project Manager for this $35 million design/build project. Proposed Z ' i'� W, a improvements included storm water gravity and injection well systems, water ° , � r_ j distribution mains, sidewalks, street lighting, landscaping, milling and ' a:i resurfacing. Close coordination with the Civil Engineering team member ensured that construction coincided with design production and permit i ( acquisition.A major component of the Project consisted of the installation of 6 : drainage pump stations in this residential neighborhood. - y w `" Furnish & Install 20"HDPE Along Rickenbacker Intracoastal Waterway Bridge, Miami-Dade Water and Sewer Dept., FL. 1 '''',/.:4 Estimator and Project Manager for this $1.7 million design/build project. i �� . Oversaw and reviewed directional drill design and was present to witness all •`" .. ' aspects of this 4000 LF directional drill across Biscayne Bay. Worked ~•g s''' closely with permitting agencies to accommodate drilling path and methods. Several challenges during this difficult bore proved to be excellent learning ' f -,- ,' opportunities and made the success of this bore most rewarding. Project c 4,". , also included the pipe removal from beneath the Old Bay Bridge. ` --- Replacement of 48"Force Main Design-Build Project, , Broward County,FL. Estimator and Project Manager for this $4.4 million design/build project. , E'Et Included over 5,000' of replacement of existing 48" PCCP in DOT ROW• , 1 relocated and replaced with 48" Ductile iron Pipe in Broward County --_ t SIV .. ROW. Met aggressive 8 month schedule including design, permits and construction by working closely with Civil Engineering Subcontractor -^` -� (Chen and Associates). Performed constructability reviews and assisted A. r � ` -' ,°` with permit acquisition. Project included a 48"subaqueous crossing. y NE 6th Avenue Drainage Improvements, City of Oakland Park, FL. Estimator and Project Manager for this $3.4 million project which 2,630 feet of 4x6 box culvert. Original l�� `' included the installation of ulvert to be installed vertically which would x a design called for the box c * ,..,,,,..,—,L",, �' 'fi have resulted in major utility support and massive de-watering.added an 8 " with the Engineer to modify to a horizontal alignment , • _v,,,,. , water main as a design-build change order. .... �. .l, ,,,,,,, it,. Miami River Crossing,30"Water Main via Directional Drill, Miami-Dade Water and Sewer Department,FL. Managed this converted design-build project which included installation ' � ` of 1,000 linear feet of 30" water main which was redesigned from a proposed open cut across the River to be installed via horizontal d '' " ;, directional drill, thus eliminating impact to the waterway and park. Personally drafted the proposed directional drill design path and assisted * 'z_, max" with field operations. Project included associated connections to existing or p digiaL water main and removal of existing 20"water main from the Miami River. ` University of Florida TREC Water and Sewer Improvements, Homestead,FL. Estimator and Project Manager for this gravity sewer system project " `' ' a _ which included the installation and connection of a package sewer ,it �," . treatment plant. Approximately 1500 linear feet of gravity sewer, lift . ; .. station, treatment plant, drain field, and water main were installed with N i. _,. minimal impact to research operations. Completion of the project .. ° �° -; r included abandonment of existing septic tanks to satisfy DERM . . requirements. 12"Force Main Replacement Design-Build, y 4 City of North Bay Village,FL Project Manager for this time-sensitive force main replacement. ;; Damaged section of force main was replaced with new HDPE forcemain k `'a = -rr- . 1 _ -.installed via Horizontal Directional Drill and connected underwater to -- '- , existing force main in Biscayne Bay. Personally drafted the proposed 't directional drill design path and was involved with field operations - including underwater inspections. k Turnpike and Sunrise Boulevard Crossings, _ City of Plantation,FL �' `" '�--+ Estimator and Project Manager for this Design-Build Utility Relocation "_ � - �_ �; Project. Three horizontal directional bores were designed in-house to a ::;� , Fw f relocate a sewer force main and a water main across the Florida Turnpike to accommodate impeding widening project. Project also ,' .- - ly included the design and construction of a 20-inch diameter aerial canal II .-a crossing for the force main relocation. As a result of our timely design, -= permitting, and construction, the City was able to complete the - relocations without delaying the Turnpike project. - .,',, §� �$ ,.-` , ,, 24"Water Main Installation Project, •. City of Wellington, FL 6,000 linear feet of l ~" Project Manager for the Installation of approximately 6, -' *, 24-inch diameter PVC water main. The project included two major utility '". .b crossings and a connection to the City's water treatment plant. °' �: 4,.._ °a- ' Additional duties included preparing and implementing extensive --_._ � . Maintenance of Traffic plans, and assisting with daily field operations. • •b or— - -r- ost.",",,, , , REFERENCES AVAILABLE UPON REQUEST RESUME OF BELSERI COMERFO 2008 -PRESENT SOUTHERN UNDERGROUND INDUSTRIES,INC. PRESIDENT With over 30 years experience in Underground Construction,Mr. Comerford has worked in all aspects of the Utility Industry. As a licensed Contractor he specializes in Sanitary Sewers, Water Main, Force Mains, Storm Drainage,Road Construction,Pump Stations, Directional Drilling and Infrastructure Lining.. 2006 -2008 INTERCOIJNTY ENGINEERING,INC. SUPERINTENDANT/ESTIMATOR Prepared estimates for various types of municipal work. Supervised installation of pump stations and all facets of underground utility work. 2004-2006 RIC=MAN INTERNATIONAL,INC. MAIN LINE FOREMAN Supervise main line crew during construction of water Mains, sanitary sewers,and drainage installation, Furthermore,responsible for overseeing well-point Installation as well as cleaning structures and pipe lines. 2004-2003 ASTALDI CONSTRUCTION FOREMAN Supervise crew during construction of sanitary Sewers and drainage installation. 2002-2003 TELCON,INC FOREMAN Supervised crew during construction of sanitary sewers,&water main installation,for FPL Transmission Mainline. 2002— 1994 MINORITY CONTRACTOR County School Minority contractor for Broward County,Broward ty Board,Lennar Homes&Puite Homes.Installing Water Drainage & Sewer Mains with Projects of$25,000 to$700,000. 1993>- 1991 TELCON &LANZO CONSTRUCTION FOREMAN/OPERATOR Supervise crew during construction of sanitary Sewers and drainage installation €� 1991-1986 ROCCO FERRERA& Co. OPERATOR Price Form, Bid Tend r Form, a £ Supplements ATTACHMENT A-1: ITB Price Form & Unit Price Breakdown form See appendixes Al A, Al B, Al C, Al D &-Al E attached ATTACHMENT A-2: Bid Tender Form ATTACHMENT A-3: Supplement to Bid Tender Form Contractor Qualification Statement ATTACHMENT A-4: Supplement to Bid Tender Form: Non-Collusion Certificate ATTACHMENT A-5 Supplement to Bid Tender Form Drug Free Workplace Certification ATTACHMENT A-6: Supplement to Bid Tender Form:Equal Benefits Ordinance ATTACHMENT A-7: Supplement to Bid Tender Form: Trench Safety Act. ATTACHMENT A-8: Supplement to Bid Tender Form: Recycled Content Information MIAMIBEACH } BID NO:2014-230-YG CITYOF MIAMI BEACH iA M„1,1 BEACH 57 DUE DATE:AUGUST 26,2014 -2 BID TENDER FORM Submitted: 9!16114 Date City of Miami.Beach, Florida 1700 Convention Center Drive Miami Beach, Florida:33139 The undersigned, as Bidder, hereby .declares that the only persons interested in this bid as rinci are named herein and that no person other than herein mentioned has any interest in.this bid r in the Contract to be entered into; p P al that this bid is made without connection with any other - per , or P son firm parties making a bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. r further declares that it has examined the site of the Work and informed itself fully of all The Bidde 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 all other required information with the bid; and that this.bid is submitted voluntarily and willingly. The Bid der agrees, if this bid is accepted, to contract with the City, a political subdivision of the g State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary sa materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered byte Contract Documents for the Project entitled:. INVITATION TO BID (ITB) No. 2014-230-YG ROADWAY IMPROVEMENT BUNDLE 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- is alternates, if any provided in the ITB Price Form in Section 00408 and to furnish the required Certificate(s)of Insurance. In the event of arithmetical errors between the division totals and the total base bid in the ITB Price Form the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid, the written total base bid shall govern. In absence of totals submitted for any division cost, the City shall interpret as no bid for the division, which may disqualify bidder. i i E ®2 ing g addenda (identified by number) received si ce Acknowledgment is hereby made of the following ( issuance of this Solicitation: rirri ---e a Atirjr4;10 litiV7gairiAtrnArkeir,,,,i 4-Sa,-- 1-114,-4-44,000itt*-7"7: ilte-,''',!,44,4134, -U-',4-$144z-..--..,v,,liwieirmv,,Af',,li.1:0'. ;-,,,:,,,.:11,o:11,#, -..".4.10.4, :,- 46- Amendment 1. 8/19/14 Amendment 6 Amendment 2 8/22/14 Amendment 7 Amendment.3 9/3/1.4 Amendment 8 Amendment 4 9/10/14 Amendment 9 Amendment 5 Amendment 10 Attached is a Bid Bond ❑, Cash ❑, Money Order ❑, Unconditional Letter of Credit 0, Treasurer's Check ❑ Bank Draft ❑, Cashier's Check ► , or Letter from Surety as required , Certified Check❑ No. for the sum of Bank of Dollars ($ ). The Bidder shall acknowledge this bid by signing and completing the spaces provided below. Name of Bidder: Southern Underground. Industries, Inc. Address Line 1: 3453 NW 44 Street, Suite 205, Oakland Park, FL 33309 Line 2: . Telephone Number: 954-650-4699 . E-mail Address: juanb@southernui.com Social Security Number: OR Federal 26-.25212 35 Dun & Bradstreet No 018292810 t If a partnership, names and addresses of partners (Sign below if not incorporated,) WITNESSES: (Type or Print Name of Bidder) (Signature) nature) CITYOF MIAMI BEACH sI;`;f d:I ' I-I BID NO:201�-230:YG 59 DUE DATE:AUGUST 26,2014 (Type or Print Name Signed Above) (Sign below if incorporated) Southern Underground industries, Inc. ATTES T. (Type or Print Name of Corporation) Secretary - ° (Vice President). *Urge.° (Signature and Title) Juan Barreneche (Type or Print Name Signed Above) Incorporated under the laws of the State of Florida CITYOF MIAMI BEACH MIAMI MI BE CH BID N0::2014-230-YG 60 DUE DATE:AUGUST 26,2014 • SUPPLEMENT TO BID/TENDER FORM: CONTRACTOR QUALIFICATION STATEMENT COMPLETED -FORM SHOULD BE SUSMITTED� WITH THE E1(3, HOWEVER, ANY THIS ADDITIONAL INFORMATION NOT INCLUDED IN THE SUBMITTED O KITH�sEVMI (D IN THE SOLE DISCRETION OF THE CITY, SHALL BE SUBMITTED CALENDAR DAYS OF THE CITYS REQUEST. The undersigned authorized representative of the Bidder certifies the truth and accuracy of all statements and the answers contained.herein. 1. Please list all Licenses, Certifications, and/or Registrations your organization may possess. Please also indicate the number of years your organization has been in possession of these licenses, certifications, and/or registrations. License/Certification#/Registration# #Years CUC1224635 -• 6 2. Attach a list Key t of the Ke Personnel, the intended role for this Project, and resumes for each : individual. Project Manager: Juan Barreneche, P.E., Superintendant:.Belseri Comerford 3. What business are you in? Underground Utility Contractor ' to the last project of sirrmilar scope and volume that your organization has 4. Please indicate P completed and its completion date. High-Tide Mitigation Project, City of Miami Beach, $1.5M, 60% complete Pump Station #8, Town of Davie, $1.511 , completed May 2013 5. Have you ever failed to complete any work awarded to you'? If so, where and why'? No. 6. List owner names ames addresses and telephone numbers, and surety and project names, for all , projects for which you have performed work, where your surety has intervened to assist in completion of the project,whether or not a claim was made. N/A references for whom 7. References & Past Performance. Bidder shall submit at least three (3) rwerk referenced in the proposer has completed work similar in size and nature as the solicitation. SUBMITTAL TAL REQUIREMENT: Proposer shall submit a min.imum of three (3). references,including the following information: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4)Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. including the following information concerning all contracts in progress as of the 8. Attach a list.in g date of submission of this bid. (In case of co-venture, list,the information for all co-venturers): NO:201.4-230:YG BID CITYOF MIAMI BEACH MIAMI BEACH 61 DUE DATE:AUGUST 26,2014 a. Name of Project b. Owner and Point of Contact(Minimum of Phone Number& E-mail Address) c. Original Contract Value d. Current Contract.Value e. Projected Date of Completion per Contract f. Percent(%)Completion to Date of Bid Subm ittal S. Has a representative of the Bidder completely inspected the proposed project and does the Bidder have a complete plan for its performance? a) Yes 0 No 10.State the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business and the address of the place of business. (If a corporation, state p the name of the president and secretary. If a partnership, state the names of all partners. If a trade name,: state the names of the individuals who do business under the trade name). Additional Sheets may be attached as necessary. A. The correct name of the.Bidder is: 4{ Southern Underground Industries, Inc. B. The business is a:. ❑ Sole.Proprietorship 0 Partnership XI Corporation C. The address of principal place of business is 3453 NW 44 Street, Suite 205, Oakland Park, FL 33309 D. The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: c �; �L'4'.`°a� �'>• arm"'<n,Gw..,�:, .aE...w'.r,.. .. Belseri Comerford President/Treasurer Juan Barreneche Vice President!Secretary E. List all organizations which were predecessors to Bidder or in which the principals or officers of the Bidder were principals or officers. BID No:�014�-230 YG CITYOF MIAMI BEACH i� ?EXVII H - 62 DUE DATE:AUGUST 26 2014 None F. List and describe all bankruptcy ll bankru tc petitions (voluntary or involuntary)which have been filed by or against the Bidder, its parent or subsidiaries or predecessor organizations during the past five (5)years. Include in the description the disposition of each such petition. None 'be all successful '.Performance or Payment Bond claims made to your describe G. List and claims surety(ies) during the last five (5) years. The list and descripios should include c aim against the bond of the Bidder.and its predecessor organization(s)._ None H. List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Bidder or its predecessor organization(s) during the last five (5) years. The e list ame shall include all case names; case, arbitration or hearing identification numbers; • the project over which the dispute arose; a description of the subject matter of the dispute; and the final outcome of the claim. ' None { Fi! List and describe all criminal proceedings or hearings concerning business related 1: offenses in which the Bidder, its principals or officers or predecessor organization(s)were defendants. BID NO:2014-230-YG CITYOF MIAMI MIAMI BEACH DUE DATE:AUGUST 26,2014 63 A-3 i None Ei is J. Has the Bidder, its principals, officers or predecessor organization(s) been debarred or suspended from bidding by any government during the last five (5) years? If yes, please provide details. No } } K. Under what conditions does the Bidder request Change Orders? Additional Scope Unforeseen Conditions L. Provide the names of all individuals or entities (including your sub-consultants) with a controlling financial interest and the percentage of ownership. The term controlling financial interest" shall mean the ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any corporation or a direct or indirect interest of 10% or more in a firm. The term `°firm" shall mean any corporation, partnership, business trust or any legal entity other than a natural person. Belseri.Comerford.- 50% Juan Barreneche - 50% 11. Individuals or entities (including our sub-consultants) with a controlling financial interest:. have X have not contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Please provide the name(s) and date(s) of said contributions and to whom said contribution was made: BID NO:201 -230=YG CITYOF MIAMI BEACH t. 4i AM € E H DUE DATE:AUGUST 26,2014 64 12. Has the Corporation, Officers of the Corporation,. Principal Stockholders, Principals of the Partnership or Owner of Sole Proprietorship ever been indicted, debarred, disqualified or suspended from performing work for the Federal Government or any State or Local Government or subdivision or agency thereof? Oyes P. No 13.Are any indictments, debarments, disqualifications, or suspensions referenced on the previous page current? ❑Yes K4 No If the answer to either number 12 or 13 is yes; attach a written detailed explanation. 14. Is the business entity a Miami Beach based Vendor? ❑Yes (X No If Yes, please submit a copy of a Business Tax Receipt.issued by the City of Miami Beach, or documentation to demonstrate that the headquarters is in the City of Miami Beach, or documentation which proves that goods and/or contractual services are being produced or performed, as appropriate, in the City of Miami Beach pursuant to City Code. 15. Is the business entity owned by a certified service-disabled veteran, and or a small business owned and controlled by veterans, as defined on Section 502 of the Veteran Benefit Health,. and Information Technology Act of 2008, and cited in the Database of Veteran-owned Business? DYes ►1 No BID NO.2014-230-YG CITYOF MIAMI BEACH MIAMI BEACH DUE DATE:AUGUST 26,2014 65 1 A3 1 CONTRACTOR QUALIFICATION STATEMENT VALIDATION: The undersigned certifies that the information provided in this questionnaire is correct and accurate.. IF PARTNERSHIP: Signature Print Name of Firm Print Name Address Title: IF CORPORATION. Southern Underground Industries, Inc. Sign:ture Print Name of Corporation Juan Barreneche 3453 NW 44 Street, Suite 205, Oakland Park, FL 33309 Print Name Address Title Vice President WITNESS: Signature Print Name Title: (CORPORATE SEAL) Attest: e----- Secretary BID NO 2014-230-YG CITYOF MIAMI BEACH tV\i AMI BEACH DUE DATE:AUGUST 26,2014 66 = 4z SUPPLEMENT TO.BID/TENDER FORM: NON-COLLUSION CERTIFICATE THIS FORM MUST BE SUBMITTED PRIOR TO AWARD FOR BIDDER TO BE. DEEMED RESPONSIBLE. • 1 Submitted this 16th' day of September , 20 14 The undersigned, as Bidder declares that the only persons interested in this Bid are named i , herein; id n; that. no other person has any interest in this Bid or in the Contract.to wp anis Bat pertains; that this Bid is made without connection or arrangement with any other pe ho every this Bid is in eve respect fair and made in good faith,without collusion or fraud. this Bid is accepted, to execute an appropriate City of Miami.Beach document The Bidder agrees if tht p for the purpose purp pose of establishing a formal contractual relationship between the Bidder an the City of Miami.Beach, Florida, for the performance of all requirements to which the Bid pertains. The Bidder states that this Bid is based upon the documents identified by the following number: Bid No 2014-230-SR. SIGNAT A RE Juan Barreneche PRINTED NAME Vice President/ Secretary TITLE OF CORPORATION) BID NO:2014-230 VG GlT1foF MIAMI BEACH. xl AAA 1i-i 67 DUE DATE:AUGUST 26,2014 1 f: A-5 SUPPLEMENT TO.BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION The undersigned Bidder hereby certified 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 con trolled substance is prohibited in the offerors workplace, and specifying the actions that will be taken against employees for violations of such prohibition; E (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 t` (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Giving all employees engaged in performance of the Contract a. copy of the statement required by subparagraph.(1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as.a condition of employment on a covered.Contract, the employee shall: (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a.criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction; O 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 g abuse violation:occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs(1)through.(6): BID NO 2014-230-VG CITYOF MIAMI BEACH " i ' 1 BEACH DUE DATE:.AUGUST 26 2014 68 A® SUPPLEMENT TO BID/TENDER FORM:, DRUG FREE WORKPLACE CERTIFICATION (Biddy Signature) Southern Underground Industries, inc. (Print Vendor Name) STATE OF Florida COUNTY OF Miami-Dade The foregoing instrument was acknowledged before me this 16th day of September 20 , by Juan Barreneche as (name of person whose signature is being notarized) Vice President (title) of Southern Underground Industries, I,nc. (name of corporation/company) known to me to be the person described herein, or who produced License as identification, and who did/did not take an oath. NOTARY paitii:LIC: "47 • IBRAHIM GRCIC $ Wary Public- of Florida r` C - own.Expires May 13,2017 (Signature) commission#FF 017766 ; e = Taro*National Notary Assn 63-LIZ1(..--- (Print Name) . (3/(A My commission expires NO:2014-230-YG CITYOF MIAMI BEACH i\tki MAI BEACH DUE DATE:AUGUST 26,2014 69 { A-6 I SUPPLEMENT TO BID TENDER FORM: EQUAL BENEFITS ORDINANCE SUMMARY The foregoing analysis provides a summary of the major points of the proposed Ordinance: 1) What is the intent of the Ordinance? The proposed Ordinance will require certain contractors doing business with the City of Miami Be ach, who are awarded a contract pursuant to competitive bids, to provide"Equal Benefits" to their employees with Domestic Partners, as they provide to employees with spouses. 2) How are "Equal Benefits" defined and what kind of "Benefits" does the Ordinance cover? "Equal Benefits" means that contractors doing business with the. City who are covered by the Ordinance shall be required to provide the same type of benefits that they offer to employees and their spouses,to employees with Domestic Partners. The type of"Benefits" defined by the Ordinance and which may be offered by a contractor include: sick leave, bereavement leave,family medical leave, and health benefits. The "Benefits" defined in the Ordinance are the same type of benefits that the City provides to Domestic Partners of City employees, pursuant to Section 62-128 of the City Code]. Notwithstanding the definition of"Benefits" in the Ordinance, to comply with the Ordinance a Contractor is not required to provide all the above-described benefits. Contractors are only required to offer the same type of Benefits they offer to their employees with spouses,. to employees with Domestic Partners. Additionally, a Contractor who offers no benefits to employees or their spouses, would not be required to offer any benefits to employees with Domestic Partners (and would still be in compliance with the Ordinance.).] 3) Who is considered a"Domestic Partner"under the Ordinance? A "Domestic Partner" shall mean any two (2) adults of the same or different sex who have registered as domestic partners with a government body pursuant to state or local law authorizing such registration, or with an internal registry maintained by the employer of at least one of the domestic partners. 4) What type of Contracts and/or which Contractors are covered by the Ordinance? The Ordinance only applies to the following: • Competitively bid City contracts (bids,.RFP's; RFQ's, RFLI's, etc.), • Contracts valued at over$100,000, • Contractors who maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks in either the current or the preceding calendar year • Contractors covered by the Ordinance are only required to comply as to employees who: 1) either work within the City limits of the City of Miami Beach; or 2) the contractors employees located in the United States, but outside of the City limits, only if those employees are directly performing work on the City contract (covered by the Ordinance). 5) In what cases does the Ordinance not apply? The provisions of the Ordinance do not apply where:, BID NO:2014-230-YG CITYOF MIAMI BEACH M A J i BEACH DUE DATE:AUGUST 26,2014 70 A® 1 • The City contract has been has been entered into prior to the effective date of the Ordinance (including renewal terms contained in such contracts);. f[ • The City contract is not competitively bid a The City contract is valued at less than $100,000 • The contractor has less than 51.employees; • The contractor does not provide Benefits either to employees' spouses or to employees' Domestic Partners; • The contractor is 'a religious organization, association, society or any nonprofit charitable or educational institution or organization operated, .supervised or controlled by or in conjunction with a religious organization, association or society; ® The contractor is another government entity. The following City contracts are not covered by the Ordinance: • Contracts for sale or lease of City property; • Development Agreements;. • Contracts/grants for CDBG, HOME, SHIP, and Surtax funds administered by the City's Office of Community Development; • Cultural.Arts Council grants; • Contracts for professional NE, landscape NE, or survey and mapping services procured pursuant to Chapter 287.055, Florida. Statutes (The Consultants Competitive Negotiation Act" • Contracts for the procurement of life, health, accident, hospitalization; legal expense, annuity insurance, or any and all other kinds of insurance for the officers and employees of the City and their dependents, from a group:insurance plan. The Ordinance provides, upon written recommendation of the City Manager, that the City Commission may, by 5/7ths vote,waive application of the Ordinance for the following: • Emergency contracts; • Contracts where only one bid response is received; o Contracts where more than one bid response is received, but none of the bidders can comply with the requirements of the Ordinance. The City's ability to apply the Ordinance may also be preempted in instances where the Ordinance impacts health, retirement, or pension program which fall within the jurisdiction of the Employee Retirement Income Security Act (ERISA), and may under certain circumstances be held invalid under Federal preemption. 6) How is the Ordinance enforced by the City? • City contracts that are covered by the Ordinance shall notify potential bidders/proposers of the Ordinance and its requirements in the ITB documents;. • At the time of entering into the contract with the City, the proposed City contractor shall certify to the City that it intends to provide Equal Benefits, along with the description of its employee benefits plan, which needs to be delivered to the Procurement Director prior to entering into the contract; o The.City has the ongoing right to investiigate/audit contracts for compliance with the provisions of the Ordinance • The contractor is required to post notice to its employees at its place of business that it provides Equal Benefits. BID NO 2014-230-YG CITYOF MIAMI BEACH fish€MAI BEACH DUE DATE::AUGUST 26,2014 71 7) Is there another way for a Contractor who does not provide Equal Benefits to comply with the Ordinance? If a contractor covered by the Ordinance has made a reasonable yet unsuccessful effort to provide Equal Benefits, it can still comply with the Ordinance by providing an employee with the "Cash Equivalent of the similar benefit(s) offered to the contractor's employees and their spouses. 8) What are the penalties for non-compliance? t 3 Failure of a contractor to comply with the requirements of the Ordinance may result in the following: • Breach/default under the contract; • Termination of the contract; • Monies due under the contract may be retained by the City until compliance is achieved; is Debarment of contractors from City work, as prescribed by the City Code. Balance of Page Intentionally Left Blank is BID NO 2014-230-YG CITYOF MIAMI BEACH M'. : I BEACH DUE DATE:AUGUST 26,2014 72 Y MIAM1BEACH DECg ®fig0 ✓ e 0 11 v01,1 100,0 vv0 an01000 1,0 a-a.I svea sav vv_eo a aaa-w.a.as AND D BENEFITS Section 1.Vendor Information Name of Company Southern Underground Industries, Inc. i Name of Company Contact Person: Juan Barreneche Phone Number 954-650-4699 Fax Number:. N/A E-mail: juanbasouthernui.corn Vendor Number(if known): 050260 Federal ID or'Social Security Number: 26-2521235 Approximate Number of Employees in the U.S.: 10.... (If 50 or less,skip to Section 4,date and sign) Are any of your employees covered by a collective bargaining agreement or union trust.fund? Yes X No Union name(s): Section 2.Compliance.Questions Question 1.Nondiscrimination-Protected Classes A. 'Does your company agree to not discriminate against your employees,, applicants for employment, employees of the City, or members of the public on the basis of the fact or perception of a person's membership in the categories listed below? Please note: a "YES"answer means your company agrees it will not discriminate; a"NO"answer means your company refuses to agree that it will not discriminate. Please answer yes or no to each , category. ]Race XYes_No XSex XYes_`No agColor i'es_No [Sexual Orientation XYes_No (NCreed )(Yes_No Mender Identity(transgender status) XYes_No rgi Religion XYes_No Comestic artner status XYes_No P IX1National origin )(Yes__No [Marital status XYes_No JjAncestry XYes_No [Disability XYes 1Age XYes_No (AAMDS/HIV status XYes_No Wei ht XYes_No ]Height XYes_No [ 9 B. Does your company agree to insert a.similar nondiscrimination provision in any subcontract you enter into for the performance of a substantial portion of the contract you have with the City? Please note:you must answer this question,even if you do not intend to enter into any subcontracts. XYes_No BID NO 2014-230-YG CITYOF MIAMI BEACH t t4, 1 AC s DUE DATE:AUGUST 26,:2014. 73, } . Question 2.Nondiscrimination-Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive bids, to provide ''Equal Benefits to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES .X NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners*or to domestic partners of employees? YES X NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note:some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides Firm Provides Firm does not for Employees for Employees. , Provide Benefit with Spouses with Domestic Partners Health X. Sick Leave X Family Medical Leave X Bereavement Leave. X If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed. Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable. Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at:. www.miamibeachfl.gov/procurement/ is BID Not 2014-230-YG CITYOF MIAMI BEACH MI Aj��{BEACH DUE DATE:AUGUST 26,2014 74 Section 3.Required Documentation YOU MUST SUBMIT SUPPORTING DOCUMENTATION to verify each benefit marked in Question 2C.Without proper documentation, your company cannot be certified as complying with the City's Equal Benefits Requirement for Domestic Partner Ordinance. For example,to document medical insurance submit a statement_from your insurance provider or a copy of the eligibility section of your plan document; to document leave programs, submit a copy of your company's employee handbook. If documentation for a particular benefit does not exist,attach an explanation. Have you submitted supporting documentation for each benefit offered? YesX No No benefits offered for employees yet. Section 4.Executing the Document. When we do, we will offer to spouses and domestic partners.. I declare under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Executed this 16th. day of September,in the year 2014 ,at '4' 3 Fc 3453 NW 44 Street, Suite 205 Signa re: Mailing Address Juan Barreneche Oakland:Park, FL 33309 Name of Signatory City,State,Zip Code Vice President Title BID NO:2014-230-YG CITYOF MIAMI BEACH MI AM BEACH DUE DATE:AUGUST 26,2014 75 t -A* MAM1BEACH KtA5U1dAtiLt MMItAAUKt3 AreLIL;AI'UN Declaration:Nondiscrimination in Contracts and Benefits is Submit this form and supporting documentation to the City's Department of Procurement Management ONLY IF you: ,' A. Have taken all reasonable measures to end discrimination in benefits; B. Are unable to do so;and C. Intend to offer a cash equivalent to employees for whom equal benefits are not available. is You must submit the following information with this form: 2. The names, contact persons and telephone numbers of benefits providers contacted for the purpose of acquiring nondiscriminatory benefits; 3. The dates on which such benefits providers were contacted; 4. Copies of any written response(s)you received from such benefits providers,and if written responses are unavailable, summaries of oral responses;and 5. Any other information you feel is relevant to documenting your inability to end discrimination in benefits, including, but not limited to reference to federal or state laws which preclude the ending , of discrimination in benefits. I declare(or certify) under penalty of perjury under the laws of.the State of Florida that the foregoing is true and correct,and that I am authorized to bind this entity contractually. Southern Underground Industries, inc. 3453 NW 44 Street, Suite 205, Name of Company(please print) Mailing Address of.Company _ .. --s- Oakland Park, FL 33309 Sign ture City,State,Zip° Juan Barreneche 954-650-4699 Name of Signatory(please print) Telephone Number 3 Vice President 9/16/14 Title Date i BID NO 2014-230-YG CITYOF MIAMI BEACH MiAMIBEACH DUE DATE:AUGUST 26,2014 76 { Definition of Terms A. Reasonable Measures The City of Miami Beach will determine whether a City Contractor has taken all reasonable measures provided by the City Contractor that demonstrates that it is not possible for the City Contractor to end discrimination in benefits.A determination that it is not possible for the City Contractor to end discrimination in benefits shall be based upon a consideration of such factors as: 9.. The number of benefits providers identified and contacted, in writing, by the City.Contractor, and }I written documentation from these providers that they will not provide equal benefits; 1 2. The existence of benefits providers willing to offer equal benefits to the City Contractor;and 3. The existence of federal or state laws which preclude the City Contractor from ending discrimination in benefits. B.Cash Equivalent "Cash Equivalent" means the amount of money paid to an employee with a Domestic Partner(or spouse, if •applicable) in lieu of providing Benefits to the employees' Domestic partner (or spouse, if applicable). The ' Cash Equivalent is equal to the employer's direct expense of providing Benefits to an employee for his or her spouse. Cash Equivalent.The cash equivalent of the following benefits apply A. For bereavement leave, cash payment for the number of days that would be allowed as paid time off for death of a spouse.Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. B. For health benefits, the cost to the Contractor of the Contractor's share of the single monthly premiums that are being paid for the domestic partner employee,to be paid on a regular basis while. the domestic partner employee maintains the such insurance in force for himself or herself. C. For family medical leave, cash payments for the number of days that would be allowed as time off for an employee to care for a spouse that has a serious health condition. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. BID NO:2014-230-YG CITYOF MIAMI BEACH WWI WI BEACH ' 77 DUE DATE:AUGUST 26,2014 A-.o • - AAIAMIBEACH .. ....� •• tel: Declaration: Nondiscrimination in Contracts and Benefits This form, and supporting documentation, must be submitted to the Department of Procurement Management by entities seeking to contract with the City of Miami Beach that wish to delay ending their discrimination in benefits pursuant to the Rules of Procedure, as set out below. Fill out all sections that apply. Attach additional sheets as necessary. A. Open Enrollment Ending discrimination in benefits may be delayed until the first effective date after the first open enrollment process following the date the contract with the City begins, provided that the City Contractor submits to the Department of Procurement Management evidence that reasonable efforts are being undertaken to end discrimination in benefits. This delay may not exceed two years from the date the contract with the City is entered into, and only applies to benefits for which an open enrollment process is applicable. PP. Date next benefits plan year begins: N/A Date nondiscriminatory benefits will be available: N/A Reason for Delay: Cost of Health Benefits. Will be offered once required by Obamacare. We are also anticipating offering 401 K benefits to our employees in the coming months. Employees would be eligible to enroll after 1 year of employment. Description of efforts being undertaken to end discrimination in benefits: There is no discrimination in benefits. We just don't offer any yet. Once they are offered, there will be no discrimination in offering them to our employees, their spouses, and domestic partners. BID NO:2014-230-YG . CITYOF MIAMI BEACH IAMiBEACH DUE DATE:AUGUST 26,2014 78 - i B. Administrative Actions and Request for Extension Ending discrimination in benefits may be delayed to allow administrative steps to be taken to incorporate nondiscriminatory, benefits into the.City.Contractor's infrastructure. The time allotted for these administrative steps shall apply only to those benefits for which administrative steps are necessary and may not exceed three months. An extension of this time may be granted at the discretion of the Procurement Director, upon the written request of the City Contractor. Administrative steps may include, but are not limited to such actions as computer systems modifications, personnel policy revisions,and the development and distribution. of employee communications. Description of administrative steps and dates to be achieved: See above If requesting extension beyond three months, please explain basis: See above. C. Collective Bargaining Agreements(CBA) Ending discrimination in benefits may be delayed until the expiration of a City Contractor's Current collective bargaining agreement(s)where all of the following conditions have been met: 1. The provision of benefits is governed by one or more collective bargaining agreement(s); either b 2. The City Contractor takes all reasonable measures to end discrimination in benefits e by requesting that the Unions involved agree to reopen the agreements in order for the City Contractor to take whatever steps necessary to end discrimination in benefits or by ending discrimination in benefits without reopening,the collective bargaining agreements;and 3. In the event that the City Contractor cannot end discrimination in benefits despite taking all reasonable measures to do so, the City Contractor provides a cash equivalent to eligible employees for whom benefits are not available. Unless otherwise authorized in writing by the Procurement Director, this cash equivalent payment must begin at the time the Unions refuse to allow the collective bargaining agreements to be reopened, or in any case no longer than three (3) months from the date the contract with the City is entered into. For a delay to be granted under this provision,written proof must be submitted with this form that: • The benefits for which the delay is requested are governed by a collective bargaining agreement; o All reasonable measures have been taken to end discrimination in benefits(see Section C.2, above); and ® A cash equivalent payment will be provided to eligible employees for whom benefits are not available. A tIII BEACH ! IAMi BEAC I BID NO:2014-230-YG CITYOF MIAMI DUE DATE:AUGUST 26,2014 I declare(or certify) under penalty of perjury under the laws of the State of Florida that.the foregoing is true and correct,and that I am authorized to bind this entity contractually. Southern Underground Industries, Inc. 3453 NW 44 Street, Suite 205, Name of Compa (please print) Mailing Address of Company P � Oakland Park, FL 33309 Signat e City,State,Zip Juan Barreneche 954-650-46.99. Telephone hone.Number Name of Signatory(please print) p Vice President 9/16/14 Title Date i BID NO:2014-230-YG CITYOF MIAMI BEACH Mi AM_BEACH 80 DUE DATE:AUGUST 26,2014 E? A4 { SUPPLEMENT TO BID/TENDER FORM: 3 TRENCH SAFETY ACT IF APPLICABLE, THIS FORM MUST BE SUBMITTED WITH BVD FOR BID TO BE DEEMED RESPONSIVE. (SEE.SECTION 00407) On October 1, 1990. House Bill 3181, known as the Trench Safety Act became law. This incorporates the Occupational Safety & Health Administration (OSHA) revised excavation safety standards, citation 29 CFR.S.1926.650, as Florida's own standards. The .Bidder, by virtue of the signature below, affirms that the Bidder is aware of this 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. 1; 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. is The Bidder further identified the costs and methods summarized below: Quantity Unit. Description Unit Price Price Extended Method Sloped Banks LS 1. $3000 $3000 Excavation Steel Plates LS 1 $2000 $2000 Total $ $5000 Southern Underground Industries, Inc. Name of Bidder , r Authorize.; Signature of Bidder BID NO:2014-23�YG CITYOF MIAMI BEACH WW1`` 1 BEACH DUE DATE:AUGUST 26,2014 81 A.07 { CONSIDERATION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $2 .00 p Cost for compliance to all Federal and State requirements of the Trench Safety Act* $5000.00 [NOTE: If the box above is Checked, the Bidder must fill out the foregoing Trench Safety Act Form (Attachment A-7) in order to be considered responsive.] is 1i 1 1 1 CITYOF MIAMI BEACH AMA BEACH BID NO 204-230-1�G 82 DUE DATE:AUGUST:26,2014 - A-8 RECYCLED CONTENT INFORMATION In support of the Florida Waste Management Law, Bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The City is particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, etc.); and the percentage of recycled material contained in the product. The City also requests information regarding any known or potential material content in the product that may be extracted and recycled after the product has served its intended purpose. Percentage _ of Recycled Material Used Content N/A BID NO:2014-230-YG CITYOF MIAMI BEACH DUE DATE:AUGUST 26,2014 83 :: NIELSON, HOOTER & COMPANY, INC. .x3 August 20,2014 3 (� City of Miami Beach,FL Department of Procurement Management 1600 Convention Center Drive Miami Beach,FL 33139 RE: Southern underground Industries,Inc, Roadway Improvements Various Project Areas-ITH No 2014-230-YG 0 Gentlemen: This is to advise you that our office provides- suretyship for Southern_ Underground Industries,Inc. Their Surety is Capitol Indemnity Corporation which carries an L M.Best Rating of A (Excellent) - Class VIII and is listed in the Department of the Treasury's Federal Register. Based upon normal and standard underwriting criteria at the time of request,we should be in a position to provide Performance and Payment Bon ds for Southern Underground Industries, Inc. in the amount of $1;500,000 for single projects and a total bonding capacity of$3,000,000. It must be understood, however, that we reserve the right to review all contractual documents prior to final commitmentto issue any bonds. Southern.Underground Industries, Inc. is an excellent Contractor and we hold them in r f high regard. We feel extremely confident in them and encourage you to offer them an opportunity to execute any upcoming projects. This letter is not an assumption of liability, nor is it a bid or performance and payment bond. It is issued only as a bonding reference requested by our respected client.. Lt Sincere S A.Burton. Resident Agent ter, { 8000 Governors Square Boulevard Suite 101 mi Lakes,FL 33016 P:305.722.2663 F:305.558:9650 -3,1c5 is if City of Miami Beach-ITS 2014-230-YG-APPENDIX AlA(REVISED) PROJECT AREA it 1:Unit Price Breakdown W 26 Street Drainage improvements This Excel document has been formatted to show two decimal places on the form.Bidders are requested to provide unit prices with no more than two decimal places.Should the Bidder provide more than two decimals on the unit price,the City will round the number to the nearest hundredth,this is two decimal places to arrive at the total. f "OTAL BASE BID AMOUNT includes the total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment,supervision,mobilization, abiliization,overhead and profit,insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents. Bidders must fully complete the Schedule of Prices Bid Form to include unit pricing and totals.The cost of any item(s)of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s)is most applicable. The General Conditions include certain"Allowance"items that have been delineated below.The Contract Unit Price for these allowance items shall be used only upon the City's discretion,as needed.In the event that the item of work Is not conducted or only a portion of the estimated allowance is used,the Bidder understands that the balance of the cost shall be returned to the City. IN THE EVENT OF ARITHMETICAL ERRORS,THE BiDDER AGREES THAT THESE ERRORS ARE ERRORS WHICH MAY BE CORRECTED BY THE CITY.GIVE BOTH UNiT PRICE AND EXTENDED TOTAL.PRICES MUST BE STATED IN UNITS OF QUANTITY SPECIFIED IN THE BIDDING SPECIFICATIONS.BIDDER AGREES THAT ANY UNIT PRICE LISTED IN THE BID IS TO BE MULTIPLIED BY THE STATED QUANTITY REQUIREMENTS IN ORDER TO ARRIVE AT THE TOTAL.IN CASE OF DISCREPANCY IN COMPUTING THE AMOUNT OF THE BID,THE UNIT PRICE SHALL GOVERN. THE CITY WILL NOT ACCEPT ANY REVISION TO THIS UNIT PRICE FORM,DIVISIONS,LINE ITEMS,ADD ALTERNATES,OR GRAND TOTAL BID,AFTER THE DEADLINE FOR RECEIPT OF BIDS. IN ABSENCE OF ANY TOTALS SUBMITTED,THE CITY SHALL INTERPRET AS ZERO. PROJECT: PROJECT AREA#1:W 26 STREET DRAINAGE IMPROVEMENTS COMPANY NAME: Southern Underground Industries,Inc Summary Division 1-General Conditions $33,725.00 Division 2-Sitework $372,534.50 Division 3-Landscaping $4,140.06 Total Base Bid: $410,399.50 Bidder's Affirmation: Written Total: • iNtit —1440 .Q 7f tJ 77+E tA-4 r -4-C 4-4-146t0 4-'1-) t J1 "7.2-ord.( A.44) l'Frj C<ei-s Company: Southern Underground Industries,Inc. Address: 3453 NW 44 Street,Suite 205,Oakland Park,FL 33309 Telephone: 954-650-4699 Email: juanb@southernui.com ,......,,,____;Z2_,......._ Signature: Title/Printed Name:Vice President DIV. ITEM NO. DESCRIPTION BIDDERS QUANTITY j UNIT I UNIT PRICE I TOTAL Division 1-General Conditions 1 BONDS AND INSURANCE 1 LS $ 11,000.00 $11,000.00 2 MOBILIZATION 1 L5 $ 12,000.00 $12,000.00 3 GENERAL CONDITIONS 1 L5 $ 4,600.00 $4,600.00 4 SURVEY AND LAYOUT SiTE CONTROLS 1 LS $ 2,300.00 $2,300.00 5 INDEMNIFICATION 1 L5 $ 25.00 $25.00 6 MAINTENANCE OF TRAFFIC 1 L5 $ 2,300.00 $2,300.00 7 ALLOWANCE:PERMIT FEES 1 L5 $ 1,000.00 $1,000.00 • 8 ALLOWANCE:Soils testing-Proctor Compaction 6"standard mold 1 LS $ 500.00 $500.00 • Division 1-General Conditions Total_ $33,725.00 • Division 2-Sitework Stormwater 9 #57 Stone Aggregate Fill(#4 to 1") 555 TON $ 19.00 $10,545.00 • • Over 12"wide,Excavation for trenching by machine in loose Rock(trench for storm pipe • 10 $ 9.80 $4,410.00 demo) 450 CY • Over 12"wide,Excavation for trenching by machine in loose Rock(trench for new storm 11 $ 23.00 $3,588.00 pipe) 156 CY Over 12"wide,Excavation for trenching by machine in loose Rock(catch basin/man hole- 12 demo) 58 CY $ 9.80 5568.40 Over 12"wide,Excavation for trenching by machine in loose Rock(catch basin man hole- 13 new) 123 CY $ 23.00 $2,829.00 14 Backfill by machine for#57 Stone aggregate fill 508 CY $ 2.00 $1,016.00 15 Compaction by machine for 457 Stone aggregate fill 508 CY _$ 2.70 $1,371.60 iTB 2014-230-YG-APPENDIX AlA(REVISED) 1 OF 3 It BIDDERS - - DIV: ITEM NO, DESCRIPTION QUANTITY UNIT . UNIT PRICE TOTAL 16 Load material by machine for 057 Stone aggregate fill 984 CY $ 3.00 $2,952.00 Bulk Excavation by Hydraulic Excavator,Front End Loader,Back hoe in loose Rock(8"base 17 demo) 489 CY $ 4-20 $2,051.70 Relocating on-site excavated material from bulk excavation over 100'to 300'(8"base 18 demo) 611 CY $ 2.70 51,649.70 19 loading excavated material for Removal from Bulk Excavation(8"base demo) 611 CY S 3.50 $2,138.50 20 SHEETING AND DEWATERING 1 LS $ 1,500.00 $1,500.00 Existing Drainage Utilities 21 REMOVE AND DISPOSE EXISTING 3'Diameter,6'Deep Pre-cast Manhole,8"thick 3 EA $ 1,200.00 $3,600.00 22 REMOVE AND DISPOSE EXISTING 3'Diameter,8"thick Pre-cast Manhole Top Slab 3 EA $ 610.00 $1,830.00 23 REMOVE AND DISPOSE EXISTING DRAINAGE PIPE 623 LF $ 14.00 $8,722.00 24 Demo Storm Drainage Inlet 4 EA $ 620.00 $2,480.00 25 Demo 24"Diameter Cast Iron Catch Basin Frame&Grate 3 EA $ 240.00 $720.00 26 Demo 25"x35"Cast Iron Catch Basin Frame&Grate 1 EA $ 240.00 $240.00 27 25"x35"Cast Iron Catch Basin Frame&Grate 1 EA S 640.00 $640.00 Drainage Structures-furnish and installed costs inclusive,but not limited to,pavement removal,base removal,all ancillary excavation,backfill,repair and maintain water services,plus any and all ancillary costs associated with such installation,including overhead and profit,with exclusion of MOT and construction sequencing requirements/restrictions which are to be addressed under a separate unit price heading as noted on this tabulation. 28 3'x3'STORM DRAINAGE INLET 3 EA $ 3,700.00 $11,100.00 29 CURB INLET,4 FEET DIAMETER 5 EA $ 4,400.00 $22,000.00 30 6 IN REINFORCED CONCRETE SLAB 491 SF S 12-00 $5,892.00 31 4'Diameter X 6'Deep,Precast Manhole,8"Thick 1 EA $ 4,900.00 $4,900.00 32 4'Diameter X 6'Deep,Precast Manhole,8"Thick 1 EA S 4,900.00 $4,900.00 33 7'Diameter X 6'Deep,Precast.Manhole,8"Thick 1 EA $ 9,600.00 $9,600.00 34 Demo 3'Diameter,8"thick Pre-cast Manhole Top Slab 3 EA $ 500.00 $1,500.00 35 18"Pipe to Manhole Connector,Rubber,Flexible 7 EA $ 62.00 $434.00 36 24"Pipe to Manhole Connector,Rubber,Flexible 4 EA $ 93.00 $372.00 FURNISH AND INSTALL USF 5129 Frame&Hood with Hinged 6176 Grate for Curb&Gutter 37 Inlet 8 EA $ 1,300.00 $10,400.00 38 POLLUTION RETARDANT BAFFLE(SKIMMER) 1 EA $ 550.00 $550.00 Drainage Outfalls 39 8'High Turbidity Curtain 25 LF $ 55.00 51,375.00 40 6mm LINING 18-IN OUTFALL PIPE(CURED IN PLACE PIPE-CIPP) 205 LF $ 180.00 $36,900.00 41 FURNISH AND INSTALL IN LINE CHECK VALVE 1 EA $ 7,900.00 $7,900.00 42 INSTALL MANATEE GRATE 1 EA $ 1,700.00 $1,700.00 Drainage Piping-furnish and install costs Inclusive,but not limited to,pavement removal,base removal,all ancillary excavation,backfill,geotextile fabrics,gaskets,couplings,repair and maintain water services,plus any and all ancillary costs associated with such installation,including overhead and profit,with exclusion of MOT and construction sequencing requirements/restrictions which are to be addressed under a separate unit price heading as noted on this tabulation. 43 15-IN A2000 PIPE CULVERT WITH FITTINGS 50 LF $ 40.00 $2,000.00 44 24-IN A2000 PIPE CULVERT WITH FITTINGS 431 LF $ 46.00 $19,826.00 45 30-IN A2000 PIPE CULVERT WITH FITTINGS 63 LF $ 82.00 $5,166.00 • 46 18-IN CLASS III CONCRETE PIPE REINFORCED WITHOUT GASKETS 39 LF $ 69.00 $2,691.00 Division 2(Stormwater)Subtotal: $202,057.90 Division 2-Sitework(Streetscape Improvements) Streetscape Improvements-furnish and install all requisite materials,inclusive,but not limited to,forming,all ancillary excavation,dewatering and backfill,repairing and maintaining water services,adjusting manhole frames,inlet frames,valve covers,lids,and other utility covers,plus any and all ancillary costs associated with such installation,including overhead and profit,with exclusion of MOT and construction sequencing requirements/ restrictions which are to be addressed under a separate unit price heading as noted on this tabulation. Demolition 47 EROSION AND SEDIMENTATION CONTROL 1 LS $ 690.00 $690.00 48 REMOVE AND DISPOSE ASPHALT PAVEMENT 2,187 SY $ 7.70 $16,839.90 49 REMOVE AND DISPOSE CONCRETE SIDEWALK 286 SY $ 17.00 54,862.00 50 REMOVE AND DISPOSE CONCRETE CURB 373 IS $ 5.80 $2,163.40 51 _REMOVE AND DISPOSE CONCRETE CURB&GUTTER 412 LF $ 7.10 52,92520 Roadway ROADWAY RECONSTRUCTION(Shaping And Compacting 12"Subbase,Import,Placment 52 And Compaction Of 8"Of Limerock LBR 100,2"Surface Course S-Ill) 2,187 SY $ 3600 $78,732 00 Sidewalks 53 4 IN Cast-in-place Sidewalk 1,213 SF $ 6.30 57,641.90 54 6 IN Cast In Place Concrete Sidewalk With Fiber Mesh 1,427 SF $ 11.00 515,697.00 55 ADA RAMPS 6 EA $ 1,700.00 $10,200.00 56 TACTILE WARNING SURFACE 6 EA $ 390.00 $2,340.00 • Curb and Gutter 57 CMB,New,Reinforced Straight 12"x24"Concrete Curb&Gutter 155 LF $ 27.00 $4,185.00 58 CMB,New,Reinforced Radiused 12"x24"Concrete Curb&Gutter 851 IF $ 23.00 $19,573.00 Misc.-Signage and Pavement Markings(Itemize by Type) 59 REMOVE AND REINSTALL EXISTING SIGN 6 EA $ 120.00 $720.00 60 FURNISH&INSTALL 6"SINGLE THERMOPLASTIC(SOLID) 94 IF $ 1.80 $169.20 61 FURNISH&INSTALL 6"DOUBLE THERMOPLASTIC(SOLID) 167 LF $ 1.80 5300.60 62 FURNISH&INSTALL 8"SINGLE THERMOPLASTIC(SOLID) 64 LF S 2.40 $153.60 ITB 2014-230-YG-APPENDIX AlA(REVISED) 2 OF 3 i 1 BIDDERS OW. , ITEM HO. DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 63 FURNISH&INSTALL 12"THERMOPLASTIC(SOLID) 390 IF $, 3.6t): $1,404.00 64 FURNISH&INSTALL 18"THERMOPLASTIC(SOLID} 148 IF $ 5.90 $873.20 65 FURNISH&INSTALL 24"THERMOPLASTIC(STOP BARS) 114 lF $ MO $809.40 66 FURNISH&INSTALL TURN LANE ARROWTHERMOPLASTIC 1 EA $ 150.00 $150.00 67 FURNISH&INSTALL REFLECTIVE PAVEMENT MARKERS(RPM) 8 EA $ �5.90 $47.20 Division 2(Streetscape Improvements)Subtotal $170,476.60 Division 2-Smirk Total $372,534.50 Division 3-Landscape Landscaping 68 St.Augustine Flortam Sod,Installed on level ground 4,680 SF $ ' . 0.50 $2,340.00 69 ,RE-ROUTE WATER SERVICE 1 EA 5 :, 1,800.00 $1,800.00 Division 3-Landscape Total: $4,140.00 Total Base Bid: $410,399.50 i i 1 a 1i pF i 1 1 ITB 2014-230-YG-APPENDIX AlA(REVISED) 3 OF 3 1 City of Miami Beach - ITB 2014-230-YG -APPENDIX A1B PROJECT AREA#2:Unit Price Breakdown Form-75 Street This Excel document has been formatted to show two decimal places on the form. Bidders are requested to provide unit prices with no more than two decimal places. Should the Bidder provide more than two decimals on the unit price,the City will round the number to the nearest hundredth,this is two decimal places to arrive at the total. { The TOTAL BASE BID AMOUNT includes the total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment,supervision, mobilization,demobilization,overhead and profit,insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents. Bidders must fully complete the Schedule of Prices Bid Form to include unit pricing and totals.The cost of any item(s)of work not covered by a specific contract unit price shall be induded In the contract unit price to which the item(s)is most applicable. The General Conditions include certain"Allowance"items that have been delineated below.The Contract Unit Price for these allowance items shall be used only upon the City's discretion,as needed.In the event that the item of work is not conducted or only a portion of the estimated allowance is used,the Bidder understands that the balance of the cost shall be returned to the City. IN THE EVENT OF ARITHMETICAL ERRORS,THE BIDDER AGREES THAT THESE ERRORS ARE ERRORS WHICH MAY BE CORRECTED BY THE CITY.GIVE BOTH UNIT PRICE AND EXTENDED TOTAL.PRICES MUST BE STATED IN UNITS OF QUANTITY SPECIFIED IN THE BIDDING SPECIFICATIONS.BIDDER AGREES THAT ANY UNIT PRICE LISTED IN THE BID IS TO BE MULTIPLIED BY THE STATED QUANTITY REQUIREMENTS IN ORDER TO ARRIVE AT THE TOTAL.IN CASE OF DISCREPANCY IN COMPUTING THE AMOUNT OF THE BID,THE UNIT PRICE SHALL GOVERN.THE CITY WILL NOT ACCEPT ANY REVISION TO THIS UNIT PRICE FORM,DIVISIONS,LINE ITEMS,ADD ALTERNATES,OR GRAND TOTAL BID,AFTER THE DEADLINE FOR RECEIPT OF BIDS. IN ABSENCE OF ANY TOTALS SUBMITTED,THE CITY SHALL INTERPRET AS ZERO. PROJECT: PROJECT AREA#2:75TH STREET COMPANY NAME: Southern Underground Industries,Inc. Summary Division 1-General Conditions $6,035.00 Division 2-Sitework $32,270.20 Total Base Bid: $38,305.20 Bidder's Affirmation: Written Total: - (t4/" ! a-c - .61• A/"0 Larife Company: Southern Underground Industries,Inc. Address: 3453 NW 44 Street,Suite 205,Oakland Park,FL 33309 Telephone: 954-650-4699 Email: juanb@southemui.com Signature: c- Title/Printed Name:Vice President ITS 2014-230-YG-APPENDIX A1B Page 1 of 2 City of Miami Beach- ITB 2014-230-YG-APPENDIX AIB PROJECT AREA#2:Unit Price.Breakdown Form-75 Street DIV. ITEM NO. DESCRIPTION BIDDERS QUANTITY I tow i UNIT PRICE I TOTAL Division 1-General Conditions 1 BONDS AND INSURANCE 1 LS $ 1,100.00 $1,100.00 2 MOBILIZATION I LS $ 1,800.00 $1,800.00 3 GENERAL CONDITIONS 1 LS $ 580.00 $580.00 4 SURVEY AND LAYOUT SITE CONTROLS 1 LS $ 230.00 $230.00 5 INDEMNIFICATION 1 LS $ 25.00 $25.00 6 MAINTENANCE OF TRAFFIC 1 LS $ 1,800.00 $1,800.00 _ 7 ALLOWANCE:PERMIT FEES 1 LS $ 500.00 $500.00 Division 1-General Conditions Total.:_ $6,035.00 Division 2-Sitework(Streetscape Improvements) Streetscape Improvements-furnish and install all requisite materials,inclusive,but not limited to,forming,all ancillary excavation, dewatering and backfill,repairing and maintaining water services,adjusting manhole frames,inlet frames,valve covers,lids,and other utility covers,plus any and all ancillary costs associated with such installation,including overhead and profit,with exclusion of MOT and construction sequencing requirements/restrictions which are to be addressed under a separate unit price heading as noted on this tabulation. Demolition 8 EROSION AND SEDIMENTATION CONTROL 1 LS $ 350.00 $350.00 9 MILLING OF EXISTING PAVEMENT(1-IN AVG.DEPTH) 1,390 SY $ 12.00 $16,680.00 Roadway 10 ITYPE SP-9.5 ASPHALTIC CONCRETE PAVEMENT(1-IN LIFT) I 1,3901 SY $ 9.90 $13,761.00 Misc.-Signage and Pavement Markings(Itemize by Type) 11 FURNISH&INSTALL 6"TRAFFIC PAINT 260 LF $ 0.40 $104.00 12 FURNISH&INSTALL 8"TRAFFIC PAINT 24 LF $ 0.60 $14.40 13 FURNISH&INSTALL 12"TRAFFIC PAINT 95 LF $ 1.20 $114.00 14 FURNISH&INSTALL 6"THERMOPLASTIC 560 IF $ 1.80 $1,008.00 15 FURNISH&INSTALL 24"THERMOPLASTIC(STOP BARS) 22 IF $ 7.10 $156.20 16 FURNISH&INSTALL REFLECTIVE PAVEMENT MARKERS(RPM) 14 EA $ 5.90 $82.60 Division 2-Sitework Total $33270.20 Total Base Bid: $38,305.20 ITB 2014-230-YG-APPENDIX A18 Page 2 of 2 City of Miami Beach- ITB 2014-230-YG -APPENDIX A1C PROJECT AREA#3:Unit Price Breakdown Form 77 Street This Excel document has been formatted to show two decimal places on the form. Bidders are requested to provide unit prices with no more than two decimal places.Should the Bidder provide more than two decimals on the unit price,the City will round the number to the nearest hundredth,this is two decimal places to arrive at the total. rhe TOTAL BASE BID AMOUNT includes the total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment,supervision, mobilization,demobilization,overhead and profit,insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents. The cost of any item(s)of work not covered by a specific contract unit price shall be included In the contract unit price to which the item(s)is most applicable. The General Conditions include certain"Allowance"items that have been delineated below.The Contract Unit Price for these allowance items shall be used only upon the City's discretion,as needed.In the event that the item of work is not conducted or only a portion of the estimated allowance is used,the Bidder understands that the balance of the cost shall be returned to the City. IN THE EVENT OF ARITHMETICAL ERRORS,THE BIDDER AGREES THAT THESE ERRORS ARE ERRORS WHICH MAY BE CORRECTED BY THE CITY.GIVE BOTH UNIT PRICE AND EXTENDED TOTAL.PRICES MUST BE STATED IN UNITS OF QUANTITY SPECIFIED IN THE BIDDING SPECIFICATIONS.BIDDER AGREES THAT ANY UNIT PRICE USTED IN THE BID IS TO BE MULTIPLIED BY THE STATED QUANTITY REQUIREMENTS IN ORDER TO ARRIVE AT THE TOTAL.IN CASE OF DISCREPANCY IN COMPUTING THE AMOUNT OF THE BID,THE UNIT PRICE SHALL GOVERN.THE CITY WILL NOT ACCEPT ANY REVISION TO THIS UNIT PRICE FORM,DIVISIONS,LINE ITEMS,ADD ALTERNATES,OR GRAND TOTAL BID,AFTER THE DEADLINE FOR RECEIPT OF BIDS. IN ABSENCE OF ANY TOTALS SUBMITTED,THE CITY SHALL INTERPRET AS ZERO. PROJECT: PROJECT AREA#3:77th STREET COMPANY NAME: Southern Underground Industries,Inc. Summary Division 1-General Conditions $6,135.00 Division 2-Sitework $31,401.90 Total Base Bid: $37,536.90 Bidder's Affirmation: Written Total: -p-h -JfJ Fn / _I-40,N Vati..41 ' - —51 x AND 16//60 nt,...rw1. Company: Southern Underground industries,Inc. Address: 3453 NW 44 Street,Suite 205,Oakland Park,FL 33309 Telephone: 954-650-4699 Email: Juanb@southernui.com Signature: Title/Printed Name:Vice President ITB 2014-230-YG-APPENDIX A1C Page 1 of 2 , City of Miami Beach- ITB 2014-230-YG-APPENDIX A1C PROJECT AREA#3:.Unit Price Breakdown Form-77 Street BIDDERS DIV• ITEMNcl. .DESCRIPTION QUANTITY . UNIT UNIT PRICE TOTAL a I Division 1-General Conditions 1 BONDS AND INSURANCE 1 LS $ 1,200.00 $1,200.00 2 MOBILIZATION 1 LS $ 1,800.00 $1,800.00 3 GENERAL CONDITIONS 1 LS $ 580.00 $580.00 4 SURVEY AND LAYOUT SITE CONTROLS 1 LS $ 230.00 $230.00 5 INDEMNIFICATION 1 LS $ 25.00 $25.00 6 MAINTENANCE OF TRAFFIC 1 LS $ 1,800.00 $1,800.00 7 _ALLOWANCE:PERMIT FEES 1 LS $ 500.00 $500.00 Division 1-General Conditions Total:, $6,135.00 Division 2-Sitework(Streetscape Improvements) . Streetscape Improvements-furnish and install all requisite materials,inclusive,but not limited to,forming,all ancillary excavation, • dewatering and backfill,repairing and maintaining water services,adjusting manhole frames,inlet frames,valve covers,lids,and other utility covers,plus any and all ancillary costs associated with such installation,including overhead and profit,with exclusion of • • MOT and construction sequencing requirements/restrictions which are to be addressed under a separate unit price heading as noted on this tabulation. Demolition 8 EROSION AND SEDIMENTATION CONTROL 1 LS $ 350.00 $350.00 9 MILLING OF EXISTING PAVEMENT(1-IN AVG.DEPTH) 1,325 SY $ 12.00 $15,900.00 Roadway 10 'TYPE SP-9.5 ASPHALTIC CONCRETE PAVEMENT(1-IN LIFT) I 1,3251 SY $ 9.90 $13,117.50 Misc.-Signage and Pavement Markings(Itemize by Type) 11 FURNISH&INSTALL 6"TRAFFIC PAINT 95 LF $ 0.40 $38.00 12 FURNISH&INSTALL 6"THERMOPLASTIC 1,050 IF $ 1.80 $1,890.00 13 FURNISH&INSTALL 24"THERMOPLASTIC(STOP BARS) 10 IF $ 7.10 $71.00 14 FURNISH&INSTALL REFLECTIVE PAVEMENT MARKERS(RPM) 6 EA $ 5_90 $35.40 Division 2-S-itewark Total $31,401.90 Total Base Bid: $37,536.90 • • • • • • • • • • ITB 2014-230-YG-APPENDIX A1C Page 2 of 2 • City of Miami Beach - ITB 2014-230-YG -APPENDIX AID PROJECT AREA#4:Unit Price Breakdown Form-4541 North Bay Road This Excel document has been formatted to show two decimal places on the form. Bidders are requested to provide unit prices with no more than two decimal places. Should the Bidder provide more than two decimals on the unit price,the City will round the number to the nearest hundredth,this is two decimal places to arrive at the total. The TOTAL BASE BID AMOUNT includes the total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment,supervision, mobilization,demobilization,overhead and profit,insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents. Bidders must fully complete the Schedule of Prices Bid Form to include unit pricing and totals.The cost of any Item(s)of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s)is most applicable. The General Conditions include certain"Allowance"items that have been delineated below.The Contract Unit Price for these allowance items shall be used only upon the City's discretion,as needed.In the event that the item of work Is not conducted or only a portion of the estimated allowance is used,the Bidder { understands that the balance of the cost shall be returned to the City. IN THE EVENT OF ARITHMETICAL ERRORS,THE BIDDER AGREES THAT THESE ERRORS ARE ERRORS WHICH MAY BE CORRECTED BY THE CITY.GIVE BOTH UNIT PRICE AND EXTENDED TOTAL PRICES MUST BE STATED IN UNITS OF QUANTITY SPECIFIED IN THE BIDDING SPECIFICATIONS.BIDDER AGREES THAT ANY UNIT PRICE LISTED IN THE BID IS TO BE MULTIPLIED BY THE STATED QUANTITY REQUIREMENTS IN ORDER TO ARRIVE AT THE TOTAL IN CASE OF DISCREPANCY IN COMPUTING THE AMOUNT OF THE BID,THE UNIT PRICE SHALL GOVERN. THE CITY WILL NOT ACCEPT ANY REVISION TO THIS UNIT PRICE FORM,DIVISIONS,LINE ITEMS,ADD ALTERNATES,OR GRAND TOTAL BID,AFTER THE DEADLINE FOR RECEIPT OF BIDS. IN ABSENCE OF ANY TOTALS SUBMITTED,THE CITY SHALL INTERPRET AS ZERO. PROJECT: PROJECT AREA g 4:VICINITY OF 4541 NORTH BAY RD. COMPANY NAME: Southern Underground Industries,Inc. Summary Division 1-General Conditions $14,325.00 Division 2-Sitework $102,322.00 Division 3-Landscaping $2,365.00 Total Base Bid: $119,012.00 Bidder's Affirmation: Written Total: C3r.',e t2 "'11=0..#4-reb "1j T C�/lCEo 3ev..+i'a Company: Southern Underground Industries,Inc. Address: 3453 NW 44 Street,Suite 205,Oakland Park,FL 33309 Telephone: 954-650-4699 Email: juanb @southemul.com • signature: Title/Printed Name:Vice President !TB 2014-230-YG-APPENDIX AID Page 1 of 2 i i i , City of Miami Beach- fTB 2014-230-YG-APPENDIX AID PROJECT AREA it 4:Unit Price Breakdown Form.-4541 North Bay Road BIDDERS DIV. ITEM NO DESCRIPTION . . . QUANTITY 1 UNIT I UNIT PRICE 1 TOTAL Division 1-General Conditions 1 BONDS AND INSURANCE 1 L5 $ 3,500.00 $3,500.00 2 MOBIUZATION 1 LS $ 3,300.00. $3,300.00 3 GENERAL CONDITIONS 1 LS $ 2,300.00 $2,300.00 1 4 SURVEY AND LAYOUT SITE CONTROLS 1 LS $ 2,300.00 $2,300.00 5 INDEMNIFICATION 1 LS $ 25.00 $25.00 6 MAINTENANCE OF TRAFFIC 1 LS $ 2,900.00 $2,900.00 Division 1-General Conditions Total: $14,325.00 Division 2-Sitework Stormwater 7 TEMPORARY ASPHALT 70 SY $ 59.00 $4,130.00 8 TYPE B STABILIZATION(LBR 40:12-IN THICK)(USING EXISTING $ 2.10 $147.00 BASEROCK) 70 SY 9 LIMEROCK BASE(12-IN COURSE PRIMED) 70 SY $ 23.00 $1,610.00 10 REMOVE AND DISPOSE UNSUITABLE MATERIAL 100 CY $ 42.00 $4,200.00 11 FURNISH ANS INSTALL SUITABLE BACKFILL MATERIAL 60 CY $ 12.00 $720.00 12 SHEETING AND DEWATERING 1 LS $ 1,500.00 $1,500.00 Existing Drainage Utilities 13 'CONNECT TO EXISTING DRAINAGE PIPE 1 41 EA $ 820.00 $3,280.00 Drainage Structures-furnish and installed costs inclusive,but not limited to,pavement removal,base removal,all ancillary excavation,backfill,repair and maintain water services,plus any and all ancillary costs associated with such installation,including overhead and profit,with exclusion of MOT and construction sequencing requirements/restrictions which are to be addressed under { a separate unit price heading as noted on this tabulation. 14 INLET(TYPE"C"48"DIA) 3 EA $ 3,400.00 $10,200.00 15 INLET(TYPE"C"32"X 32"SQUARE) 2 EA $ 3,600.00 $7,200.00 16 MANHOLE(TYPE"C"48"DIA) 1 EA $ 4,400.00 $4,400.00 17 MANHOLE(48"X 60"SQUARE) 1 EA $ 6,700.00 $6,700.00 18 MANHOLE-USF 4105 FRAME&6224 GRATE 1 EA $ 3,700.00 $3,700.00 19 POLLUTION RETARDANT BAFFLES 3 EA $ 490.00 $1,470.00 Drainage Outfalls 20 'INSTALL MANATEE GRATES 1 11 EA $ 1,700.00 $1,700.00 Drainage Piping-furnish and install costs inclusive,but not limited to,pavement removal,base removal,all ancillary excavation, backfill,geotextile fabrics,gaskets,couplings,repair and maintain water services,plus any and all ancillary costs associated with such installation,including overhead and profit,with exclusion of MOT and construction sequencing requirements/restrictions which are to be addressed under a separate unit price heading as noted on this tabulation. 21 115-IN A2000 PVC PIPE CULVERT WITH FITTINGS 1 1001 LF 1$ 180.00 $18,000.00 Division 2(Stormwater)Subtotal: $68,957.00 Division 2-Sitework(Streetscape Improvements) Streetscape Improvements-furnish and install all requisite materials,inclusive,but not limited to,forming,all ancillary excavation, dewatering and backfill,repairing and maintaining water services,adjusting manhole frames,inlet frames,valve covers,lids,and other utility covers,plus any and all ancillary costs associated with such installation,including overhead and profit,with exclusion of MOT and construction sequencing requirements/restrictions which are to be addressed under a separate unit price heading as noted on this tabulation. Demolition 22 EROSION AND SEDIMENTATION CONTROL 1 LS $ 560.00 $560.00 23 CLEAR AND GRADE RIGHT OF WAY AREA 275 SY $ 4.60 $1,265.00 24 REMOVE AND DISPOSE ASPHALT PAVEMENT 70 SY $ 11.00 $770.00 25 MILLING OF EXISTING PAVEMENT(1-IN AVG.DEPTH) 850 SY $ 12.00 $10,200.00 26 TYPE S-Ill ASPHALTIC CONCRETE PAVEMENT(1-IN LIFT) 850 SY $ 10.00 $8,500.00 Roadway 27 TYPE S III ASPHALTIC CONCRETE PAVEMENT(2-IN,2 LIFTS) 70 SY $ 30.40 $2,100.00 REMOVE A PORTION OF EXISTING DRIVEWAY AND RECONSTRUCT • 28 BRICK/PAVERS ON SAND 130 SY $ 54, 0 $7'020'00 29 MILL AND RESURFACE EXISTING DRIVEWAY 1"ASPHALT 20 SY $ 59.00 $1,180.00 Misc.-Signage and Pavement Markings(Itemize by Type) FURNISH&INSTALL 6"DASHED THERMOPLASTIC YELLOW LANE 30 LINES 300 LF $ 590 $1,770.00 Division 2(Streetscape Improvements)Subtotal $33,365.00 Division 2-Sitework Total $102,322.00 Division 3-landscape Landscaping 31 ISWALE RECLAMATION/SODDING 1 2751 SY $ 8.60 $2,365.00 Division 3-Landscape Total: $2,36.5.00 Total Base Bid: $119,012.00 ITB 2014-230-YG-APPENDIX AID Page 2 of 2 1 City of Miami Beach-IT&2014-230-YG-APPENDIX AlE(REVISED) PROJECT AREA#5:Unit Price Breakdown Form-Dade Boulevard and North Lincoln Lane This Excel document has been formatted to show two decimal places on the form.Bidders are requested to provide unit prices with no more than two decimal places.Should the Bidder provide more than two decimals on the unit price,the City will round the number to the nearest hundredth,this is two decimal places to arrive at the total. )TAL BASE BID AMOUNT includes the total cost for the work specified in this bid,consisting of furnishing all materials,labor,equipment,supervision,mobilization,demobilization, overhead and profit,insurance,permits,and taxes to complete the work to the full intent as shown or indicated in the contract documents. Bidders must fully complete the Schedule of Prices Bid Form to include unit pricing and totals.The cost of any item(s)of work not covered by a specific contract unit price shall be induded in the contract unit price to which the item(s)is most applicable. The General Conditions include certain°Allowance°items that have been delineated below.The Contract Unit Price for these allowance items shall be used only upon the City's discretion, as needed.In the event that the item of work is not conducted or only a portion of the estimated allowance is used,the Bidder understands that the balance of the cost shall be returned to the City. IN THE EVENT OF ARITHMETICAL ERRORS,THE BIDDER AGREES THAT THESE ERRORS ARE ERRORS WHICH MAY BE CORRECTED BY THE CITY.BOTH UNIT PRICE AND EXTENDED TOTAL PRICES MUST BE STATED IN UNITS OF QUANTITY SPECIFIED IN THE BIDDING SPECIFICATIONS.BIDDER AGREES THAT ANY UNIT PRICE USTED IN THE BID IS TO BE MULTIPUED BY THE STATED QUANTITY REQUIREMENTS IN ORDER TO ARRIVE AT THE TOTAL IN CASE OF DISCREPANCY IN COMPUTING THE AMOUNT OF THE BID,THE UNIT PRICE SHALL GOVERN.THE CITY WILL NOT ACCEPT ANY REVISION TO THIS UNIT PRICE FORM,DIVISIONS,UNE ITEMS,ADD ALTERNATES,OR GRAND TOTAL BID,AFTER THE DEADUNE FOR RECEIPT OF BIDS. IN ABSENCE OF ANY TOTALS SUBMITTED,THE CITY SHALL INTERPRET AS ZERO. IN THE EVENT OF A DISCREPANCY BETWEEN THE PRICE BID IN FIGURES AND THE PRICE BID IN WORDS,THE PRICE IN WORDS SHALL GOVERN. PROJECT: PROJECT AREA#5:DADE BOULEVARD PHASE II&N LINCOLN LANE SIDEWALK IMPROVEMENTS COMPANY NAME: Southern Underground Industries,Inc Summary Section 1-General Conditions $121,825.00 Section 2-Dade Blvd Landscaping $296,266.00 Section 3-Dade Blvd Pavements Markings&Signage $208,449.20 Section 4-N Lincoln Lane sidewalk improvements $60,496.60 Subtotal Base Bid: $687,036.80 CONTINGENCY 110996): 68703.68 Total Base Bid:, $755,740.48 Bidder's Affirmation: Written Total: Sef t4I M.tdp 1�!i -'5 lei '71-6r ►.g , I.e.ALerJ "4.....r0"44.3 Am) #- r R 3 `-r-j—„Ee4'14r 7 Company: Southern Underground Industries,Inc. Address: 3453 NW 44 Street,Suite 205,Oakland Park,FL 33309 Telephone: 954-650-4699 Email: juanb @southernui.com Signature: -.or Title/Printed Name:Vice President BIDDERS DIV. ITEM NO. DESCRIPTION QUANTITY I UNIT I UNIT PRICE I TOTAL Section 1-General Conditions 1 BONDS AND INSURANCE 1 LS $ 22,000.00 $22,000.00 2 SURVEY AND LAYOUT SITE CONTROLS 1 LS $ 5,800.00 $5,800.00 3 INDEMNIFICATION 1 15 $ 25.00 $25.00 4 MOBIUZATION 1 LS $ 34,000.00 $34,000.00 5 ALLOWANCE:PERMIT FEES 1 IS $ 10,000.00 $10,000.00 6 ALLOWANCE:LIGHTS REPLACEMENT(1NCANDESCENTLIGHTS) 1 LS $ 50,000.00 $50,000.00 Section 1-General Conditions $121,825.00 Section 2-Dade Blvd Landscaping 7 F&I WAX MYRTLE(MYRICA cerifera);15'-17'OA.;8'MIN.C.T.;F.G. 7 EA $ 700.00 $4,900.00 8 F&I CRAPE MYRTLE(LAGERSTROEMIA x'natchez');12'-14'OA.; 6 EA $ 380.00 $2,280.00 8'MIN.C.T.;F.G. 9 F&I SHORT LEAF FIG(FICUS cittifolia);45 GAL.;8'MIN.C.T. 1 EA $ 610.00 $610.00 10 F&I BLACK IRONWOOD(KRUGIODENDRON ferreum);45 GAL;12'-14'O.A. 2 EA $ 700.00 $1,400.00 11 F&I ORANGE GEIGER(CORDIA sebestena);45 GAL.;8'MIN.C.T. S EA $ 470.00 $2,350.00 12 F&I GREEN BUTTONWOOD(CONOCARPUS erectus);25 GAL.;12'O.A. 2 EA $ 430.00 $860.00 13 F&I BLOLLY(GUAPIRA discolor);25 GAL.;11'-14'O.A.;STANDARD 2 EA $ 590.00 $1,180.00 14 1 EA $ 470,00 $470.00 F&I JAMAICA DOGWOOD(PISCIDIA piscipula);25 GAL.;12'O.A.;STANDARD II F&I SABAL PALM(SABAL palmetto);STAGGERED;10'-18'C.T.; 15 5'O.C.,BOOTED 28 EA $ 220.00 $6,160.00 16 3 EA $ 380.00 $1,140.00 F&1 WILD TAMARIND(LYSILOMA latisiliqua);2-112”-3"CAL.;8'MIN.C.T.;B&B 17 F&I PIGEON PLUM(COCCOLOBA diversifolia);14 B.B.;8'MIN.C.T.;STANDARD 12 EA $ 470.00 $5,640.00 18 F&I BLACK TORCH(ERITHALIS frutcasa);25 GAL.;FULL TO GROUND 3 EA $ 350.00 51,050.00 j1 .::._:-,.r..:.,:- - — ,--..x..a,...r.:..,Y.x.._.......,,..w... ....,... ...`......,.....,.....,_.,...,. -- ... _ F BIDDERS DIV. ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 19 &1 JAMAICAN CAPER(CAPPARIS cynophallophora);25 GAL.;FULL TO 6 EA $ 340.00 $2,040.00 GROUND _ 20 F&I SILVER BUTTONWOOD(CONOCARPUS erectus var.sericeus);15 GAL.;8' 1 S 230 $zso MIN.C.T. _ 21 F&I SPANISH STOPPER(EUGENIA foetida);15 GAL.;FULL TO GROUND 20 EA $ ilo.00 $2,200.00 22 F&I CREEPING FIG(FICUS pumila);1 GAL.;18°O.C. 687 EA $ 9.50 $6,526.50 23 F&I FICUS REPENS SUNNY(FICUS repens);1 GAL;18"O.C. 670 EA $ 9.50 $6,365.00 24 F&I VARIEGATED LIRIOPE(LIRIOPE muscari);3 GAL.;24"O.C. 30 EA $ 9.50 5285.00 25 F&I GREEN ISLAND FICUS(FICUS micriocarpa);3 GAL.;24"O.C. 137 EA S 9.50 $1,301.50 26 F&I SEASIDE OXEYE(BORRICHIA arborescens);3 GAL.;30°O.C. 87 EA $ 12.00 51,044.00 27 F&1 LANTANA I(LANTANA involuctata);3 GAL.;24°O.C. 90 I EA $ 11.00 $990.00 28 F&I BAHAMA COFFEE(FICUS microcarpa);3 GAL;24"O.C. 37 EA 5 11.00 $407.00 29 F&I BOSTON FERN(NEPHROLEPIS exaltata);3 GAL.;24"O.C. 44 EA $ 9.50 $418.00 30 F&I FIRECRACKER PLANT(BOUVARDIA temifolia);3 GAL;30"O.C. 45 EA 5 11.00 5495.00 31 F&I ORANGE GEIGER(CORDIA sebesfena);25 GAL.,10'-12'O.A.;1.5"-2. i EA $ 1.500.00 $1,500.00 CALIPER,INCLUDING IRRIGATION BY TRUCK UNTIL PLANTING ESTABLISHED 32 F&I PIGEON PLUM(COCCOLOBA diversifolia);25 GAL.,10'-12'O.A.;1.5"-2" 1 EA 5 1,500.00 $1,500.00 CALIPER,INCLUDING IRRIGATION BY TRUCK UNTIL PLANTING ESTABLISHED 33 F&I ST.AUGUSTINE GRASS(STENOTAPHRUM secundatum) 788 SF $ 0.50 5394.00 34 F&I MULCH 70 CY $ 41.00 $2,870.00 35 PM 20'x2'TAPPING SADDLE,INCLUDING EXCAVATION&RESTORATION 2 EA 5 4,400.00 $8,800.00 36 F&I 8'x2"TAPPING SADDLE,INCLUDING EXCAVATION&RESTORATION 1 EA $ 3,800.00 $3,800.00 37 JACK&BORE 2"POLY TUBING(TYP.),INCLUDING RESTORATION IN KIND 300 IF 5 24.00 57,200.00 38 F&I 2"BACKFLOW PREVENTERS 3 EA $ 1,200.00 $3,600.00 39 F&I 2"WATER METERS,INCLUDING METER BOX&FITTINGS 3 EA $ 1,400.00 $4,200.00 40 F&I IRRIGATION SYSTEM,AS PER CITY SPECS 1 LS $ 57,000.00 $57,000.00 41 REMOVE EXISTING BOLLARD LIGHTS(TOWER) 29 EA $ 160.00 $4,640.00 42 INSTALL SILVA CELLS(ONE STACK) 4,272 SF $ 35.00 $149,520.00 ■ 43 INSTALL ROOT BARRIER(DEPTH 18 INCHES) 50 IF $ 18.00 $900.00 Section 2-Dade Blvd Landscaping $296,266.00 Section 3-Dade Blvd.Pavement Markings&Signage 44 F&I SIGN R1-1(BIKE SIZE) 2 EA $ 710.00 $1,420.00 45 RELOCATE EXISTING SIGN R1-2 1 EA $ 120.00 $120.00 46 RELOCATE EXISTING SIGN R10-17a 1 EA $ 120.00 $120.00 47 F&I SIGN 83-17 2 EA $ 260.00 $520.00 48 F&I SIGN 810-15 1 EA $ 260.00 5260.00 49 RELOCATE EXISTING SIGN 810-15 1 EA $ 120.00 $120.00 50 F&I SIGN W16-9P S EA $ 260.00 $1,300.00 51 F&I SIGN W5-4a 4 EA $ 710.00 $2,840.00 52 F&I SIGN W11-15 2 EA $ 710.00 $1,420.00 53 F&I SIGN W1-1 1 EA 5 710.00 $710.00 54 F&I SIGN R9-6 3 EA $ 260.00 $780.00 55 F&I SIGN D11-1 6 EA $ 260.00 $1,560.00 56 F&I SIGN D11-1a 3 EA $ 260.00 S780.00 57 F&I SIGN D11-2 1 EA $ 260.00 $260.00 • 58 F&I SIGN M6-1 8 EA $ 260.00 $2,080.00 59 F&I SIGN M6-6 1 EA $ 260.00 $260.00 60 F&I SIGN W11-1 4 EA $ 780.00 $3,120.00 61 F&I SIGN W16-7P 2 EA $ 260.00 5520.00 62 F&I SIGN M6-2 1 EA $ 260.00 $260.00 63 RELOCATE EXISTING WAYFINDING SIGN 1 EA $ 120.00 $120.00 64 REMOVE EXISTING SIGNS 3 EA $ 59.00 5177.00 65 REMOVE EXISTING STRIPING,AS PER PLANS 1 L5 $ 1,200.00 $1,200.00 66 WHITE THERMOPLASTIC BICYCLE LANE SYMBOL PAVEMENT MARKING 3 EA $ 590.00 $1,770.00 67 10'x11'BIKE BOX WITH INCLUDED PLAN SYMBOLS,WITH 25'x4'BIKE BOX 1 is $ 3,9 00 $3,900.00 EXTENSION LANE,AS PER SPECS OR EQUAL � 68 WHITE THERMOPLASTIC ARROW PAVEMENT MARKING 10 EA $ 150.00 51,500.00 69 6°THERMOPLASTIC YELLOW PAVEMENT MARKING 1,380 IF $ 2.10 $2,898.00 70 6'THERMOPLASTIC WHITE PAVEMENT MARKING 345 IF $ 2.10 5724.50 71 12"THERMOPLASTIC WHITE PAVEMENT MARKING 570 LF $ 3.60 $2,052.00 72 18°THERMOPLASTIC YELLOW PAVEMENT MARKING 8 IF $ 5.90 $47.20 73 18°THERMOPLASTIC WHITE PAVEMENT MARKING 40 IF $ 5.90 $236.00 74 24'THERMOPLASTIC WHITE PAVEMENT MARKING 240 IF $ 7.10 $1,704.00 75 "BUS ONLY"&"WAIT HERE'THERMOPLASTIC WHITE PAVEMENT MARKINGS 1 IS $ 590.00 $590.00 (WASHINGTON AVE) 76 REMOVE EXISTING ASPHALT 1,250 SY $ 1800 $22,500.00 77 DEMOLISH EXISTING CONCRETE 15 Sy $ 40.00 $600.00 78 DEMOLISH EXISTING 6"CURB 80 IF $ 4.50 5360.00 79 DEMOLISH EXISTING CURB&GUTTER 295 _ s0 LF $ 5.90 $1,740.50 PERMEABLE CONCRETE,8"THICK,INCLUDING BASE(57 STONE)& 1,250 SY $ 64.00 $80,000.00 GEOTEXTILE AS PER DETAIL 81 ADA RAMPS 7 EA 1$ 1,700.00_ $11,900.00 ■ DIV. ITEM NO. DESCRIPTION BIDDERS QUANTITY UNIT UNIT PRICE TOTAL 82 6"TYPE D CURB 130 IF $ 14.00 $1,820.00 83 6"FLUSH CURB 15 IF $ 14.00 $210.00 2'TYPE F CURB&GUTTER,INCLUDING ADJACENT PAVEMENT 60 IF $ 38.00 $2,280.00 RESTORATION 85 2'TYPE F CURB&GUTTER,WITH CMB RED COLORING,INCLUDING 165 IF $ 55.00 $9,075.00 I _ ADJACENT PAVEMENT RESTORATION 86 '2'VALLEY GUTTER,INCLUDING ADJACENT PAVEMENT RESTORATION 40 IF $ 42.00 $1,680.00 87 2'VALLEY GUTTER,WITH CMB RED COLORING,INCLUDING ADJACENT 35 IF $ 71.00 $2,485.00 PAVEMENT RESTORATION 88 RELOCATE PEDESTRIAN SIGNAL 1 EA $ 1,200.00 $1,200.00 89 4'CONCRETE SIDEWALK 35 SY $ 76.00 $2,660.00 90 6°CONCRETE SIDEWALK 15 SY $ 130.00 $1,950.00 RELOCATE JERUSALEM STONE WALL(EAST SIDE OF MERIDIAN AVE,AS 91 PER PLAN),INCLUDING ELECTRICAL&FOUNDATION 1 t5 $ 28000.00 $28,000.00 92 REWORK EXISTING BASE UNDER JERUSALEM STONE(MERIDIAN AVE). 110 SY $ 42.00 $4,620.00 REMOVE AND REUSE JERUSALEM STONE AS PER PLAN Section 3-Dade Blvd Pavement Markings&Signage $208,449.20, Section 4-Lincoln Lane Sidewalk Improvements 93 ASPHALT PAVEMENT MILLING(2°AVG.) 545 SY $ 12.00 $6,540.00 94 EXISTING CONCRETE DEMOLITION 21 SY $ 59.00 $1,239.00 95 REMOVE EXISTING INLET&BACKFILL 1 EA $ 1,600.00 $1,600.00 96 CONNECTION 1 EA $ 3,100.00 $3,100.00 97 EXISTING UTILITY ADJUSTMENT(AS NEEDED,AS PER PLAN) 1 LS $ 1,500.00 $1,500.00 98 F&I USF 4134 FRAME&6001 GRATE 1 EA $ 1,700.00 $1,700.00 99 F&I USF 4621 FRAME&6296 GRATE 1 EA $ 1,500.00 $1,500.00 100 6"CONCRETE SIDEWALK 65 SY $ 150.00 $9,750.00 101 4"CONCRETE SIDEWALK 67 SY $ 71.00 $4,757.00 102 PRIME COAT 385 SY $ 0.60 $231.00 103 TACK COAT 385 SY $ 0.60 $231.00 104 2"ASPHALT 385 SY $ 25.00 59,625.00 105 24°CURB&GUTTER 115 IF $ 25.00 $2,875.00 106 24"VALLEY GUTTER 120 IF $ 29.00 $3,480.00 107 ADA RAMPS 4 EA $ 1,700.00 $6,800.00 108 RELOCATE'NO PARKING'SIGN 1 EA $ 120.00 $120.00 109 F&I SIGN R1-1 1 EA $ 590.00 $590.00 I 110 F&I SIGN R6-1L 1 EA $ 320.00 $320.00 111 F&I SIGN R8-3gP 5 EA $ 320.00 $1,600.00 112 6'THERMOPLASTIC WHITE PAVEMENT MARKING 885 IF $ 1.80 $1,593.00 113 6'THERMOPLASTIC DOUBLE YELLOW PAVEMENT MARKING 50 IF $ 1.80 590.00 114 12'THERMOPLASTIC WHITE PAVEMENT MARKING 55 IF $ 3.60 $198.00 115 18'THERMOPLASTIC WHITE PAVEMENT MARKING 160 LF $ 5.90 $944.00 116 24"THERMOPLASTIC WHITE PAVEMENT MARKING _ 16 LF $ 7.10 $113.60 Section 4-Lincoln Lane sidewalk improvements $60,496.60 SUBTOTAL BASE BID $687,036.80 CONTINGENCY(10%) $68,703.68 TOTAL BASE BID $755,740.48 i • 1 ii2er SOUTHERN UNDERGROUND R , INDUSTRIES PROJECT REFERENCES Project Name: City-Wide High Tide Mitigation Project . Owner Name: City of Miami Beach Public Works Department. Owner Address: 1700 Convention Center Drive Miami Beach, FL 33139 Contact Name: Bruce Mowry, P.E., City Engineer Contact Phone#: 305-673-7080 Contact Email: BruceMowry @miamibeachfl.gov Project Value: $1,538,000 Project Completion: 85% Complete(Anticipated for December 2014). Project Description: Project Included Installation of 11 large drainage structures over existing outfall piping and the installation of ninety(90) inline backflow prevention valves on the City's stormwater outfalls throughout the City to reduce the effects of tidal flooding. Project also included the installation of 400 LF of 42"RCP Drainage Piping. Project Name: W 43 Street Water Main (as sub to Envirowaste) Owner Name: City of Miami Beach Public Works Department. Owner Address: 1700 Convention Center Drive Miami Beach, FL 33139 Contact Name: Jose Rivas, P.E., Project Manager Contact Phone#: 305-673-7080 Contact Email: JoseRivas@miamibeachfl.gov Project Value: $100,000 Project Completion: July 2014 Project Description: Project Included Relocation of 200 LF of 8"DIP Water Main on W 43 Street. Project Included roadway restoration in an urban environment. Project Name: Valve Replacement Project 2013 Owner Name: City of Lauderhill Owner Address: 5581 W. Oakland Park Blvd. Lauderhill, FL 33313 Contact Name: Osmando Silangil, Project Manager Contact Phone#: (954) 714-1521 Contact Email: osi1angil @luderhill-fl.gov Project Value: $300,000 Project Completion: 2014, ongoing Project Description: Installation of 19 isolation gate valves (6"to 24") on the City's water main and sewer force main. Page 1 of 3 SOUTHERN tr.t,lo.qzt UNDERGROUND' INDUSTRIES PROJECT REFERENCES (CONT.) Project Name: 30-Inch Sanitary Sewer Repair on Harding Ave Owner Name: City of Hollywood Owner Address: 1621 N. 14th Ave Hollywood, FL 33022 Contact Name: Jitendra Patel, P.E., Assistant Director Contact Phone#: 954-967-4455 Contact Email: JPATEL @hollywoodfl.org Project Value: $150,000 Project Completion: 2014, ongoing (sub to Envirowaste) Project Description: Removal and Replacement of a 30-Inch Sanitary Sewer Main, approximate 14 foot cut, including roadway restoration. Project Name: Reclaimed Water Main—Area 11 A Owner Name: City of Delray Beach, FL Owner Address: 434 S Swinton Avenue Delray Beach, FL 33444 Contact Name: Steve Dellaquila Contact Phone#: 561-504-0321 Contact Email: Dellaquila@mydelraybeach.com Project Value: $800,000 Project Completion: 2009 Project Description: Installation of 18"Reclaimed Water main via open cut and directional drill in downtown Delray Beach. Project included roadway restoration in an urban environment. Project Name: Reclaimed Water Main—Area 11B Owner Name: City of Delray Beach, FL Owner Address: 434 S Swinton Avenue Delray Beach, FL 33444 Contact Name: Steve Dellaquila Contact Phone#: 561-504-0321 Contact Email: Dellaquila@mydelraybeach.com Project Value: $1,200,000 Project Completion: 2011 Project Description: Installation of over 8,000 LF of 4", 6", 10"Reclaimed Water Mains and RWM Services throughout residential neighborhoods. Project included roadway restoration in an urban environment. Page 2 of 3 SOUTHERN I UNDERGROUND INDUSTRIES PROJECT REFERENCES (CONT.) Project Name: Midway Pump Station Owner Name: Miami-Dade County Public Works, FL Owner Address: 111 NW 1St Street, Suite 1510, Miami, FL 33425 Contact Name: Luis Baldo Contact Phone#: (305)282-0281 Contact Email: baldo @miamidade.gov Project Value: $2,900,000 Project Completion: 2011 Project Description: Installation of stormwater structures and pipe from 18" to 42" in a high water table. Installed double 36" HOPE casing pipe via directional drill under 826 Expressway. Work required that canal be diked &bypassed with 4-36"pipes for a subaqueous crossing. Project Name: Boynton Beach Lift Stations Owner Name: City of Boynton Beach, FL Owner Address: 100 E Boynton Beach Blvd, Boynton Beach, FL 33425 Contact Name: Maurice Hynes Contact Phone#: 954-972-0042 Contact Email: mahynes @IntercountyEngineering.com Project Value: $800,000 Project Completion: 2009 Project Description: Installation of(5) new lift stations in various locations in Boynton Beach. Page 3 of 3 ATTACHMENT D Insurance BID NO: 2014-230-YG CITYOF MIAMI BEACH MIAMI BEACH DUE DATE: AUGUST 26,2014 12 APPENDIX A-1 : Form of Performance Bond CITYOF MIAMI BEACH BID NO: 2014-230-YG 13 DUE DATE: AUGUST 26,2014 A-1 FORM OF PERFORMANCE BOND BY THIS BOND, We as Principal, hereinafter called Contractor , and as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: 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 ade arf a , the Contract being p of this Bond by reference, at the times and in the manner prescribed in the Contract; and ng 2. Pays City all losses, liquidated damages, expenses, costs and attorney's fees ncludine appellate proceedings, that City sustains as a result of default by Contractor Contract; and 3. Performs the guarantee of all work and materials furnished under the Contract time specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL FORCE AND EFFECT. Whenever Contractor shall be, and declared by City to be, in default under the Contract, City having performed City obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 3.1. Complete the Project in accordance with the terms and conditions of the Contract Documents; or 3.2. 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 BID NO: 2014-230-YG CITYOF MIAMI BEACH MIAMI BEACH 14 DUE DATE: AUGUST 26,2014 A-1 FORM OF PERFORMANCE BOND, (Continued) or Contracts of completion arranged under this Contract Price; but not exceeding,paragraph) sufficient funds to pay the cost of completion less the balance of th including other costs and damages for which the Surety may be liable;balance of nder, the amount set forth in the first paragraph hereof. The term e Contract Price," as used in this paragraph, shall mean the total amount ay bile by City to Contractor under the Contract and any amendments thereto, amount properly paid by City to Contractor. Nog right of action shall accrue on this bond to or for the use of any person or corporation other than City named herein. y The Suret hereby waives notice of and agrees that any changes in or under h w tnt the Documents and compliance or noncompliance with any formalities connected 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.: CITYOF MIAMI BEACH 'ti'�'�'�`�"`"BEACH NO: 2014-230-YG DUE DATE: AUGUST 26, 2014 15 • APPENDIX A-2: Form of Payment Bond CITYOF MIAMI BEACH ��;^`I;`���,M,BEACH BID NO: 2014-230-YG DUE DATE: AUGUST 26, 2014 16 A-2 FORM OF PAYMENT BOND as Principal, BY THIS BOND, We hereinafter called Contractor , and , as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and nd Suret bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS Contractor has by written agreement entered into a Contract, Bid/Contract , No.: , awarded the day of 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and P 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: costs and attorney's fees including 1. Pays City all losses, liquidated damages,usta sustains bepausesof default by Contractor under the appellate proceedings, that City Contract; and 2. Promp y P tl makes payments to all claimants as defined by Florida Statute 255.05(1) foe all labor ,materials and supplies used directly or indirectly by Contractor in the performance the Contract; THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE,WISE, IT ITLOWIN SHALL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, CONDITIONS: 2.1. A claimant, except a laborer, who is not in privity with Contractor and who s(45) received payment for its labor, materials, or supplies shall, within forty-five 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 performance 2 supplies shall, within ninety (90) days after for its labor, materials, or supp of the labor or after complete delivery of the materials or supp lies, 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. Any 2.4. An action under this Bond must be instituted in accordance with the Notie and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. CITYOF MIAMI BEACH MI AM BEACH NO: 2014-230-YG 17 DUE DATE: AUGUST 26,2014 A-2 The Surety hereby waives notice of and agrees that any changes in or under the Co w tnt the Documents and compliance or noncompliance with any formalities connected Contract or the changes does not affect the Surety's obligation under this Bond. Signed and sealed this day of 20 Contractor ATTEST: (Name of Corporation) By: (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.: CITYOF MIAMI BEACH %MAI BEACH BID NO: 2014-230-YG 18 DUE DATE: AUGUST 26,2014 APPENDIX A-3: Certificate of Corporate Principle CITYOF MIAMI BEACH MI r���i`'BE AC BID NO: 2014-230-YG DUE DATE: AUGUST 26, 2014 19 A-3 CERTIFICATE AS TO CORPORATE PRINCIPAL I , certify that I am the Secretary of the corporation named as Principal in the foregoing Performance and Payment Bond (Performance Bond and Payment Bond); that , who signed the Bond(s) on behalf of the Principal, was then of said corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond(s) was (were) duly signed, sealed and attested to on behalf of said corporation by authority of its governing body. (SEAL) Secretary (on behalf of) Corporation STATE OF FLORIDA ) SS COUNTY OF MIAMI-DADE ) Before me, a Notary Public duly commissioned, qualified and acting personally, appeared to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Performance and Payment Bond (Performance Bond and Payment Bond) on behalf of Contractor named therein in favor of City. Subscribed and Sworn to before me this day of 20 My commission expires: Notary Public, State of Florida at Large Bonded by BID NO: 2014-230-YG CITYOF MIAMI BEACH MIAMI BEACH 20 DUE DATE: AUGUST 26,2014 APPENDIX A-4: Performance and Payment Guaranty Form: Unconditional Letter of Credit CITYOF MIAMI BEACH V\1 f'`T\A BEACH BID NO: 2014-230-YG 21 DUE DATE: AUGUST 26, 2014 A-4 PERFORMANCE AND PAYMENT GUARANTY FORM UNCONDITIONAL LETTER OF CREDIT: Date of Issue Issuing Bank's No. Beneficiary: Applicant: City of Miami Beach Amount: 1700 Convention Center Drive in United States Funds Miami Beach, Florida 33139 Expiry: (Date) Bid/Contract Number We hereby authorize you to draw on (Bank, Issuer name) by order at (branch address) of and for the account of (contractor, app licant, customer) up to an aggregate amount, in United States Funds, of available by your drafts at sight, accompanied by: 1 9 A signed statement from the City Manager or his authorized designee, that the drawing is due to default in performance of certain obligations nd between on the the City of Miami Beach, (contractor, applicant, customer) agreed upon by a Florida and (contractor), pursuant to the (applicant, customer) Bid/Contract No. for (name of project) and Section 255.05, Florida Statutes. Drafts must be drawn and negotiated not later than (expiration date) 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 ate each unless ss we provide the City of Miami Beach with written notice of our dintent io° to the expiration date of the extended, which notice must be provided at leastr thirty term. Notification to the City that this Letter of original term hereof or any renewed one (1) year 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 h ll not in any way be modified, or amplified by reference to any documents, instrument, or agreement CITYOF MIAMI BEACH '��'lMA BEACH BID NO: 2014-230-YG 22 DUE DATE: AUGUST 26, 2014 A-4 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, or agreement. g 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, app licant, customer) subject to the "Uniform Customs and Practice for Documentary Credits," International law.This Credit is � Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions Credits of Florida la law a conflict between the Uniform Customs and Practice for the law oftanother state or country and should arise, Florida law shall prevail. If a conflict between Florida law should arise, Florida law shall prevail. Authorized Signature CITYOF MIAMI BEACH ;y�,�r��7f,1 BEACH BID NO: 2014-230-YG 23 DUE DATE: AUGUST 26,2014 APPENDIX A-5: Certificate of Substantial Completion BID NO: 2014-230-YG CITYOF MIAMI BEACH tV\I AP\A BEACH 24 DUE DATE: AUGUST 26, 2014 A-5 CERTIFICATE OF SUBSTANTIAL COMPLETION: PROJECT: Consultant: (name, address) BID/CONTRACT NUMBER: TO (City): Contractor : CONTRACT FOR: NOTICE TO PROCEED DATE: DATE OF ISSUANCE: PROJECT OR DESIGNATED PORTION SHALL INCLUDE: The p e p Work performed under this Contract has been reviewed and found to be substantially t complete and all documents required to be submitted by Contractor under the Con Documents have been received and accepted. The Date of Substantial Completion of the Project or portion thereof designated above is hereby established as required b the Contract which is also the date of commencement of applicable warranties q uired Y Documents, except as stated below. DEFINITION OF DATE OF SUBSTANTIAL COMPLETION The Date of Substantial Completion of the Work or portion thereof designated by City is the date certified by Consultant when all conditions and requirements of permits and regulatory gencies have been satisfied and the Work, is sufficiently ttly complete in accordance with the Contract Documents, ca Project is available for beneficial occupancy by City. A Certificate of Occupancy must be issued for Subs Completion to be achieved, however, the issuance of a Certificate of Occupancy or the date thereof are not to determinative of the achievement or date of Substantial Completion. A list of items to be completed or corrected, prepared by Consultant and approved by City, is attached hereto. The failure to include any items on such list does not alter the p Y res onsibilit of Contractor to complete all work in accordance with the Contract Documents. The date of commencement of warranties for items on the attached list will be the date of final payment unless otherwise agreed in writing. BID NO: 2014-230-YG CITYOF MIAMI BEACH AMi BEACH 25 DUE DATE: AUGUST 26,2014 A-5 Consultant BY DATE In accordance with Section 2.2 of the Contract, Contractor will complete or correct the work on the list of items attached hereto within above from the Date of Substantial Completion. Consultant BY DATE City, through the Contract Administrator, accepts the Work or portion thereof designated City substantially complete and will assume full possession thereof at by y as (time) on (date). City of Miami Beach, Florida By Contract Administrator Date The responsibilities of City and Contractor for security, maintenance, heat, utilities, damage to the work and insurance shall be as follows: BID NO: 2014-230-YG CITYOF MIAMI BEACH MIAMI BEACH DUE DATE: AUGUST 26,2014 26 I i APPENDIX A-6: Final Certificate of Payment BID NO: 2014-230-YG CITYOF MIAMI BEACH MAIM;BEACH DUE DATE: AUGUST 26, 2014 27 A-6 FINAL CERTIFICATE OF PAYMENT: PROJECT: Consultant: (name, address) BID/CONTRACT NUMBER: TO (City): Contractor: CONTRACT FOR: NOTICE TO PROCEED DATE: DATE OF ISSUANCE: All conditions or requirements of any permits or regulatory agencies have been satisfied. The documents required by Section 5.2 of the Contract, and the final bill of materials, if required,uired have been received and accepted. The Work required by the Contract Documents has been reviewed and the undersigned certifies that the Work, including min minor corrective work, has been completed in accordance with the provision of the Contract Documents and is accepted under the terms and conditions thereof. Consultant BY DATE g City, through the Contract Administrator, accepts the work as fully complete and will assume full possession thereof at (time) ) (date) City of Miami Beach, Florida y By Contract Administrator Date BID NO:2014-230-YG CITYOF MIAMI BEACH MI WI BEACH DUE DATE: AUGUST 26,2014 28 APPENDIX A-7: Form of Final Receipt CITYOF MIAMI BEACH A 'SAM'BEACH BID NO: 2014-230-YG 29 DUE DATE: AUGUST 26,2014 A-7 FORM OF FINAL RECEIPT: [The following form will be used to show receipt of final payment for this Contract.] FINAL RECEIPT FOR CONTRACT NO. Received this day of , 20 , from City of Miami Beach, Florida, the sum of Dollars ($ ) as full and final payment to Contractor for all work and materials for the Project described as: This sum includes full and final payment for all extra work and material and all incidentals. Contractor hereby indemnifies and releases City from all liens and claims whatsoever • arising out of the Contract and Project. Contractor hereby certifies that all persons doing work upon or furnishing materials nt for supplies for the Project have been paid in full. In lieu of this certification regarding r payment n a form work, materials and supplies, Contractor may submit a consent of surety p Y satisfactory to City. Contractor further certifies that all taxes imposed by Chapter 212, Florida Statutes (Sales and Use Tax Act), as amended, have been paid and discharged. [If incorporated sign below.] Contractor ATTEST: (Name of Corporation) By: (Secretary) (Signature) (Corporate Seal) (Print Name and Title) day of , 20 [If not incorporated sign below.] Contractor WITNESSES: (Name of Firm) By: (Signature) (Print Name and Title) day of , 20 CITYOF MIAMI BEACH MIAMI BEACH NO: 2014-230-YG 30 DUE DATE: AUGUST 26, 2014 C NIELSON, HOOVER & COMPANY, INC. PUBLIC WORKS BOND IN COMPLIANCE WITH FLORIDA STATUTES 255.05(1)(a) uJ BOND NO.: ERCA5215o0007 U z CONTRACTOR NAME: Southern Underground Industries,Inc. u_ u_ CONTRACTOR ADDRESS 3453 NW 44 Street, #205,Fort Lauderdale,FL 33309 CONTRACTOR PHONE NO.: (954)650-4699 2 SURETY COMPANY: Endurance American Insurance Company v7 SURETY ADDRESS: 333 Westchester Avenue,White Plains,NY 10604 SURETY PHONE NO.: (914)468-8000 OWNER NAME: City of Miami Beach,FL OWNER ADDRESS: 1700 Convention Center Drive,Miami Beach,FL 33139 rit OWNER PHONE NO.: (305)673-7490 OBLIGEE NAME: Same as above (If contracting entity is different from the owner,the contracting public entity) p OBLIGEE ADDRESS: Same as above OBLIGEE PHONE NO.: Same as above CONTRACT NO.: (If applicable)ITB No.2014-230-YG uJ PROJECT NAME: Roadway Improvements Various Project Areas u_ PROJECT LOCATION: Miami Beach,FL w LEGAL DESCRIPTION: Various STREET ADDRESS: Various in 2 DESCRIPTION OF WORK: Roadway Improvements FRONT PAGE All other bond page(s)are deemed subsequent to this page regardless of any page number(s)that may be preprinted thereon. • 8000 Governors Square Boulevard Suite 101 Miami Lakes,FL 33016 P:305.722.2663 F:305.558.9650 www.nielsonbonds.com BOND NO. ERCA521500007 D-1 FORM OF PERFORMANCE BOND BY THIS BOND, We SOUTHERN UNDERGROUND INDUSTRIES,INC., as Principal, hereinafter called Contractor , and ENDURANCE REINSURANCE CORP.OF , as Surety, are bound to AMhx1LA the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of Six Hundred-Five Thousand Two Hundred Fifty-Three and 60/100 Dollars ($ 605,253.60 for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: ITB No.2014-230-YG , awarded the 19 day of November , 20 14 , 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 ROADWAY IMPROVEMENTS VARIOUS PROJECT AREAS , 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. Whenever Contractor shall be, and declared by City to be, in default under the Contract, City having performed City obligations thereunder, the Surety may promptly remedy the default, or shall promptly: • 3.1. Complete the Project in accordance with the terms and conditions of the Contract Documents; or 3.2. 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 BID NO:2014-230-YG CITYOF MIAMI BEACH DUE DATE:AUGUST 26,2014 94 D-1 FORM OF PERFORMANCE BOND (Continued) 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, 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. December 14 Signed and sealed this 19 day of , 20 WITNESSES: SOUTHERN UNDERGROUND INDUSTRIES,INC. (Name of Corporation) Secretary g®u n d ' By: �' Si nature (CORPORATES Q 51b®��9or`� A+� g sEA ea gyp' (Print Name and Title) 1 2008. IN THE PRESENC 1 * 9 INSURANCE COMPANY: �:�_ ENDURAN LEI EIpIjSURt�;1rIGE"CP'0>° NIERICA Y: 1,P—ozypm... Agent and Attorney-in-Fact �harles J.Nielson Nielson,Hoover&Company,8000 Governor Address: Square Blvd #101 Miam t! se,PI. 33016 (City/State/Zip Code) Telephone No.: 305-722-2663 BID NO:2014-230-YG CITYOF MIAMI BEACH DUE DATE:AUGUST 26,2014 95 BOND NO.ERCA52I500007 D-2 FORM OF PAYMENT BOND BY THIS BOND, We SOUTHERN UNDERGROUND INDUSTRIES,INC. as Principal, ENDURANCE REINSURANCE CORP.OF hereinafter called Contractor , and A1+4PRrrA , as Surety, are bound to tl e City of. Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of Six undre -Five housan Two un red F' hree and 60/100 Dollars ($605,253.60 ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: ITB No.2014-230-YG awarded the 19 day of November , 20 14 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains because of default by Contractor under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 255.05(1) for all labor, materials and supplies used directly or indirectly by Contractor in the performance of the Contract; THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS: 2.1. A claimant, except a laborer, who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within forty-five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish to Contractor a notice that he intends to look to the bond for protection. 2.2. A claimant who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to Contractor and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. 2.3. No action for the labor, materials, or supplies may be instituted against Contractor or the Surety unless the notices stated under the preceding conditions (2.1) and (2.2) have been given. 2.4. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. BID NO: 2014-230-YG CITYOF MIAMI BEACH DUE DATE:AUGUST 26,2014 96 D-2 The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect the Surety's obligation under this Bond. December Signed and sealed this 19 day of , 20 14 Contractor SOUTHERN UNDERGROUND INDUSTRIES,INC. ATTEST: (Name o oration) By: (Secretary) (Signature) Lg. I..4 -E it-Aco -Q , SI Orr,,„t- (Corporate Seal) (Print Name and Title) 19 day of December 20 14 IN THE PRESENCE OF: INSURANCE COMPANY: ENUURANCE )NSURANCE CORP.OF AM11tICA ( id, itR ]y� << I ip .& Agent 4nd At rney-in-Fact Curies J.Nielson 8000 Governor Square Blvd.,#101, Address: (Street) Miami Lakes,FL, 33016 (City/State/Zip Code) 305-722-2663 Telephone No.: 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. BID NO:2014-230-YG CITYOF MIAMI BEACH t., :'.'. BE AC} DUE DATE:AUGUST 26,2014 97 ENDURANCE REINSURANCE CORPORATION OF AMERICA ERCA521500007 POWER OF ATTORNEY 7(t o'W of Men 6y these tPresent, that ENDURANCE REINSURANCE CORPORATION OF AMERICA,a Delaware corporation(the°Corporation°),with offices at 4 Manhattanville Road,3rd Floor,Purchase,NY 10577,Purchase,New York 10604,has made,constituted and appointed and by these presents,does make,constitute and appoint IAN A.NIPPER,DAVID RUSSELL HOOVER,JOSEPH PENICHET NIELSON,CHARLES DAVID NIELSON,CHARLES JACKSON NIELSON, SHAWN ALAN BURTON its true and lawful Attomey(s)-in-fact,at MIAMI LAKES in the State of FL and each of them to have full power to act without the other or others,to make,execute and deliver on its behalf,as surely or co-surety;bonds and undertakings given for any and all purposes also to execute and deliver on its behalf as aforesaid renewals, extensions,agreements,waivers,consents or stipulations relating to such bonds or undertakings provided,however,that no single bond or undertaking so made,executed and delivered shall obl te;theGo lotion for any portion of the penal sum thereof in excess of the sum of SEVEN MILLION FIVE HUNDRED THOUSAND Dollars $7,5OO,0 . c , • _ duly by Y() upon P fully signed by Such by*III!u + ura'�i r is T' d• s,when dul executed b said attome s-m-fact,shall be binding u n the Cor oration as full and to the same extent as if si ned b the Pks f-f ltrporation r -fs.4 6sate seal attested by its Corporate Secretary. Thi$,}',.lntment is made under and by au[hri, of certain resolutions adopted by the Board of Directors of the Corporation by unanimous whiten consent on the9th of January,2014, a co,'•f which appneffeider the hda ttr'ientilled'Certificate'. This.''wer of Attorn:•'>.,',t 4.and sealed?hy�acsimile under and by authority of the following resolution adopted by the Board of Directors of the Corporation by unanimous written co .: ,.n January 9!v2 ' ,said resolitras not since been revoked,amended or repealed: RESc •D,i.o. ranting pow r'e` tf �-pursuant to certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on January 9,2014, the sigtFp of sWi� "ifiCets,�iidythe seal of the Corporation may be affixed to any such power of attorney or any certificate relating thereto by facsimile,and any such power of rdr certificate beandg,s`oh facsimile signature or seal shaft be valid and binding upon the Corporation in the future with respect to any bond or undertaking to which it is attached'f j�`044, , h155u rr„Q,; rn,ent'` , This Power of Attorney shall expire and all authority hereunder shall terminate without notice at midnight(Standard Timer where said attomey(s)-in-fact is authorized to act.) September 28,2015 IN WITNESS WHEREOF,the Corporation has caused these presents to be duly signed and its corporate seal to be hereunto affixed and attested this 29th day of September,2014 at Purchase,New York. (Corporate Seal) ENDURANCE REINSURANCE CORPORATION OF AMERICA ATTEST it... By MARIANNE L.WILBERT,SENIOR VICE PRESIDENT SHARON L.SIMS,SENIOR VICE PRESIDENT STATE OF NEW YORK ss:Purchase COUNTY OF WESTCHESTE,IR__,, • On the 29th oy of Septemter;20141 eforeme personally came SHARON L.SIMS,SENIOR VICE PRESIDENTIo me known,who being by me duly sworn,did depose and say that (s)he resides in'S CH PLA1NS,,..f fE t(ERSEY that(s)he is a SENIOR VICE PRESIDENT of ENDURANCE REINSURANCE CORPORATION OF AMERICA,the Corporation - describgd in arid which executed the atiove I istrument;that(s)he knows the seal of said Corporation;that the seal affixed to said instrument is such corporate seal;that it was so affixedrby;d'rde!of the Board of'Rirectors pf•sald Corporation,and that(s)he signed his(her)name thereto by like order. (Notarial Sealy - ,o- ',- ...c:....... ."?..,--',___ I'''''''Z'- y' Anie Licari,Notary Public-My Commission Expires 10/29/2015 CERTIFICATE STATE OF:NE,W YOFK'", .•t•-:_..:.;-:1 ss Purchase COUNTY OF W 51 1ESTEFt- ' . 1,CHRISTOPHER DONgLAN'1fie PRESIDENT of ENDURANCE REINSURANCE CORPORATION OF AMERICA,a Delaware Corporation(the"Corporation"),hereby certify: 1.That the original power of attorney of which the foregoing is a copy was duly executed on behalf of the Corporation and has not since been revoked,amended or modified;that the undersigned has compared the foregoing copy thereof with the original power of attorney,and that the same is a true and correct copy of the original power of attorney and of the whole thereof; 2. The following are resolutions which were adopted by the Board of Directors of the Corporation by unanimous written consent on January 9,2014 and said resolutions have nct since been revoked,amended or modified: 'RESOLVED,that each of the individuals named below is authorized to make,execute,seal and deliver for and on behalf of the Corporation any and all bonds,undertakings or obligations in surety or co-surety with others: lld'ir.srlrli:,:i, CHRISTOPHER DONELAN,SHARON L.SIMS,MARIANNE L.WILBERT And be It furpeeicl r�''•,, RES0.1( 1"al'=; ;�: rah vitiu af+led above is authorized to appoint attorneys-in-fact for the purpose of making,executing,sealing and delivering bonds,undertakings or obliga,..e.Wes,r y.r co-sure d-: A1�alf of the Corporation.° 3. 4. ndersned further certifies at thee resolutions are true and correct copies of the resolutions as so recorded and of the whole thereof IN. I SS WHE c� �, hereunto sew hand and affixed the corporate seal this 19 day of December ,2014 (Corale Seal) (...L"IltilL- " r*.4)L---- 'r '`� '' �`; CHRISTOPHER DONELAN,PRESIDENT r`1",rii„rF784r11AHl��s�C`jt Mryrepralclions are wid MIAMI-DADE COUNTY CLERK OF COURT RECORDS DEPARTMENT 22 N.W. 1ST STREET MIAMI, FL 33128 DATE:12/23/2014 +� TIME:03:14:59 PM RECEIPT:4173673 YUSBEL GONZALEZ REF: 954-650-4699 ITEM -01 AGR 03:14:59 PM FILE:20140878834 BK/PG:029441/2934 RECORDING FEE 52.50 COPIES 6.00 CERTIFICATION 2.00 POSTAGE FEE 0.50 Sub. Total 61.00 AMOUNT DUE: $61.00 CREDIT CARD: $61.00 TOTAL PAID; $61.00 AMEX N xxxx-2003 JUAN J BARRENECHE REC BY:LORETTA DEPUTY CLERK COUNTY RECORDER 22FLOOR 1ST 1 ST I3005- 28 679-10 8 3 Merchant ID: 8021888584 Term ID: 0031940008021888584002 Sale XXX XXxx2043 Ate Entry liethad: S iPed lotal; 15:14;42 1?/23/14 Agar Code;547538 Inv I. 004412 APPrvd, Online Customer Copy TWO(YAU! I I1I111 Ifl l It11111111111111111 11111 11111111 CF 2014-HR08"7 34- OR Bk 29441 F'ss 2934 -- 2939; (6vss) RECORDED 12/23/2014 15:14:59 HARVEY RUV'IHp CLERK OF COURT MIAMI-LADE COUNTY, FLORIDA DOCUMENT CO ER PAGE • For those doc orients riot prcvidirsa the required • space of the first page,this cover page describing the • docurneR1 n suffice sufficierit detail to [Yd.-OA its transference to anger om Rt can be attache(J. An additional recording foe for Ns page alas be remit. • • • • • . qtriorgage,D d:O- e Uet,Etc..) • Gwen By Sa Rr! Cr+,TER6flo wvv Jv-J 7t1 (tr ,9 maws or ) • To __. _ _ • , Property Description(If AppElcabie) • • • • • As more fuDy de-svibed in above desgi document • Fed.69526 R uire of dL'Wtrarriertrt affecting re-a:pfowty • .•. (Reierant exce of e) 1- •c instrument nt b f whith tile to rear property or any interest therein is conveyed,ed k assigned, er rnbereuor or Qthen se disposed of sill be recofded by the GierK of the Circkgt Court u€dess: ® r c UNfy0 0 0.C.J A 3-inch by -irion space at the lop rig+it-jand =Ter on tht €r t page and a i( by. u u►' inch spat at-the top right-hand comer on each subseou r" -page are resefvod for e- by the' ;i,uP Clerk •','.it`.IN GOD WE YuaSi cyr *1bF • BOND NO. ERCA521500007 D®1 FORM OF PERFORMANCE BOND BY THIS BOND, We SOUTHERN UNDERGROUND INDUSTRIES,INC., as Principal, hereinafter called Contractor , and ENDURANCE REINSURANCE CORP.OF , as Surety, are bound to AM1x1LA the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of Six Hundred-Five Thousand Two Hundred • Fifty-Three and 60/100 Dollars ($ 605,253.60 ) 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.2014-230-YG 19 November 14 No.: , 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 ROADWAY IMPROVEMENTS VARIOUS PROJECT AREAS , 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. Whenever Contractor shall be, and declared by City to be, in default under the Contract, City having performed City obl i gat i ons thereunder, the Sure ty ma y promptly remedy the default, or shall promptly: • 3.1. Complete the Project in accordance with the terms and conditions of the Contract Documents;Do , or • 3.2. 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 BID NO 2014-230-YG CITYOF MIAMI BEACH �J 0 `.,:"-. .! € ,��'j-- DUE DATE:AUGUST 26,2014 :`' Alq Mt GOD W6 ta' 1 s t D®1 FORM OF PERFORMANCE BOND (Continued) 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, 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. 19 December 14 Signed and sealed this day of , 20 WITNESSES: SOUTHERN UNDERGROUND INDUSTRIES,INC. (Name of Corporation) Secretary �e By: Official N (Signature) (CORPORATE SEAL AL ifb 2008 Pi sr (Print Name and Title) IN THE PRESENCE OF.: INSURANCE COMPANY: - ENDURANCE REINSURANCE CORP.OF AMERICA 'r - fir o1:• - By: _ - -r` V B A ent and Attorne -in-Fact Charles J.Nielson Nielson,Hoover&Company,8000 Governor Address: Square Blvd,t#101 Miami La1 s PL 33016 (City/State/Zip Code) Telephone No.: 305-722-2663 • COU! , BID NO:2014-230-YG CITYOF MIAMI BEACH :$ c`Er X06 s.° BEACH DUE DATE:AUGUST 26,2014 95 -9= , tun �y�•ft7g Q 4) @1 GOO VIB"ii5144,9 BOND NO.ERCA521500007 D-2 FORM OF PAYMENT BOND BY THIS BOND, We SOUTHERN UNDERGROUND INDUSTRIES,INC. as Principal, ENDURANCE REINSURANCE CORP.OF hereinafter called Contractor , and AMERICA , as Surety, are bound to the Ciity of Miarrmi B?acts, Fl. ridsa. as Obligee, hereinafter called City, in the amount of Six undre Five housan Two un red F -TI ree and 60/100 Dollars ($605,253.60 ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: ITB No.2014-230-YG, awarded the 19 day of November , 20 14 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains because of default by Contractor under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 255.05(1) for all labor, materials and supplies used directly or indirectly by Contractor in the performance of the Contract; THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS: 2.1. A claimant, except a laborer, who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within forty-five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish to Contractor a notice that he intends to look to the bond for protection. 2.2. A claimant who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to Contractor and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. 2.3. No action for the labor, materials, or supplies may be instituted against Contractor or the Surety unless the notices stated under the preceding conditions (2.1) and (2.2) have been given. 2.4. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. - - CITY OF MIAMI �' CLERK�IT0 ti,:_ ; BID NO 2014 230 YG O AMI BEACH a •• . 'LE t� h• DUE DATE AUGUST 26,2014 96 o •! :Pst \;17 IN GCD WI TGUST.9 ofCO 04 D-2 The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect the Surety's obligation under this Bond. Signed and sealed this 19 day of December 20 14 Contractor SOUTHERN UNDERGROUND INDUSTRIES,INC. ATTEST: f (Name of Corporation) Nr Gi b' �--`t i .r, By: ' (Secretary) (Signature) iounat��� nor. 'Pa c i C. ,,. 44=zI .� PtLs-s; r,� 'i`" (Corporate Seal „�� (Print Name and Title) ��� 19 day Of December 20 14 G 200B IN THE PRESENT= f. _ --";34,', INSURANCE COMPANY: 00 ENDURAICE�REINSURANCE CORP.OF AMERICA lilt I i al` Agent and Attorney-in-Fact �� \ g Y -� E Charles J.Nielson 8000 Governor Square Blvd.,#101, Address: (Street) Miami Lakes,FL 33016 (City/State/Zip Code) 305-722-2663 Telephone No.: . • The provisions and li itations 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. • $ cIERa 0 SID RIO:2014-230-YG CITYOF MIAMI BEACH .^:: �,`. :,,,\,;',.;‘," BEACH DUE DATE:AUGUST 26,2014 97 is !,'•t.--'z ' V ',.;'9.4, 01 GOD WE ili a1 F OBOE CC V" P ENDURANCE REINSURANCE CORPORATION OF AMERICA O. ERCA521500007 • N POWER OF ATTORNEY L 7(iww alrJKen 6y these Present, that ENDURANCE REINSURANCE CORPORATION OF AMERICA,a Delaware corporation(the°Corporation°),with offices at 4 II Manhattanville Road,3rd Floor,Purchase,NY 10577,Purchase,New York 10604,has made,constituted and appointed and by these presents,does make,constitute and appoint IAN A.NIPPER,DAVID RUSSELL HOOVER,JOSEPH PENICHET NIELSON,CHARLES DAVID NIELSON,CHARLES JACKSON NIELSON, 7.1 SHAWN ALAN BURTON its true and lawful Attorney(s)-In-fact,at MIAMI LAKES in the State of FL and each of them to have full power to act without the other or others,to make,execute and deliver on its behalf,as surety or co-surety;bonds and undertakings given for any and all purposes,also to execute and deliver on its behalf as aforesaid renewals, NtLi extensions,agreements.waivers,consents or stipulations relating to such bonds or undertakings provided,however,that no single bond or undertaking so made,executed and ON. delivered shall obli titllaeCo,.p/ation for any portion of the'penal sum thereof in excess of the sum of SEVEN MILLION FIVE HUNDRED THOUSAND Dollars( o, tO $7,500,00P �r '4:4 i`err. Such b d9.nd' s o es,when duly executed by said attorneys)-in-fact,shall be binding upon the Corporation as fully and to the same extent as if signed by u" the P�nf ftorporation uililb d `gate seal attested by its Corporate Secretary. 121 s,, Thre7.la.ointment is made under and by authoijrof certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on the 9th of January,2014, a c .f which app a vguunder the he gentitied°Certificate". . This• er of Attorne ,111.%and sealed'I facsimile under and by authority of the following resolution adopted by the Board of Directors of the Corporation by unanimous written cont- ,on January d'•7,said resoltiti Ills not since been revoked,amended or repealed RESO.i .i c h .ranting pow ` Pati°' y pursuant to certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on January 9,2014, the sigila t •f dig;,,' ,, d.,.ii rd the seal of the Corporation may be affixed to any such power of attorney or any certificate relating thereto by facsimile,and any such power of�'a�1 rdr'eerti i tale bearirl tstfch facsimile signature or seal shall be valid and binding upon the Corporation in the future with respect to any bond or undertaking to which it is attached.•O4r,ruh ,x+9' .f ,vI it��lYS7.6i This Power of Attomey shall expire and all authority hereunder shall terminate without notice at midnight(Standard Timer where said attomey(s)-in-fact is authorized to act) . September 28,2015 IN WITNESS WHEREOF,the Corporation has caused these presents to be duly signed and its corporate seal to be hereunto affixed and attested this 29th day of September,2014 at Purchase,New York. (Corporate Sean ENDURANCE REINSURANCE CORPORATION OF AMERICA . ATTEST I, - f ) By ° MARIANNE L.WILBERT,SENIOR VICE PRESIDENT SHARON L.SIMS,SENIOR VICE PRESIDENT STATE OF NEW YORK ss:Purchase COUNTY OF WESTCHESTE , } 4" On the 29th-q.of "P`tem69, 20 4,em'reme personally came SHARON L.SIMS,SENIOR VICE PRESIDENTto me known,who being by me duly sworn,did depose and say that (s)he resides ita'S,06.-CIFIAAINS;;i k ERSEY that(s)he is a SENIOR VICE PRESIDENT of ENDURANCE REINSURANCE CORPORATION OF AMERICA,the Corporation describe in aJ1. hitch executed the above,nstatmenI that(s)he knows the seal of said Corporation;that the seal affixed to said instrument is such corporate seal;that it was so affixeirby4r,dergq the Board'Of D-irectors.pf•ga1d Corporation,and that(s)he signed his(her)name thereto by like order, (Note ial Seal),,' "•t 1I 5 --...... -,..,.- ,..------ :.c.. .--K,."--".....:._ r o a ...t`r �a- "°'; .o ="� ».. Anie Licari,Notary Public -My Commission Expires 10/29/2015 •{�F w i ��r1 ri: w` `-� ` CERTIFICATE 3 � Y.e � J� a:. STATE OF4�IEW YOR 4 ' O si Purchase • COUNTY OFIIVESZt1.1ESTER' _-:'r I,CHRISTOPHER DOtdEL`Ai4 lhe`PRESIDENT of ENDURANCE REINSURANCE CORPORATION OF AMERICA,a Delaware Corporation(the'Corporation°),hereby certify: 1. That the original power of attorney of which the foregoing is a copy was duly executed on behalf of the Corporation and has not since been revoked amended or modified;that the • undersigned has compared the foregoing copy thereof with the original power of attorney,and that the same is a true and correct copy of the original power of attorney and of the whole thereof; 2.The following are resolutions which were adopted by the Board of Directors of the Corporation by unanimous written consent on January 9,2014 and said resolutions have not since been revoked,amended or modified: "RESOLVED,that each of the individuals named below is authorized to make,execute,seal and deliver for and on behalf of the Corporation any and all bonds,undertakings or obligations in surety or co-surety with others: - ,sa4It4 i+r1'J:,„, CHRISTOPHER DONELAN,SHARON L.SIMS,MARIANNE L.WILBERT And be itfurl�ei CEC0i-°" . RESOI1( at''' n vitl hued above is authorized to appoint attorneys-in-fact for the purpose of making,executing,sealing and delivering bonds,undertakings or obligal ottia'ir o tare AO n etjalf of the Corporation." 3.ihir nders°igned further certifies at ttie�ve resolutions are true and correct copies of the resolutions as so recorded and of the whole thereof IN a ESS WHEY,hereunto setaii hand and affixed the corporate seal this 19 day of December 2014 (Coors ate Seal) a • CiIPASAYL '' '''''"7""L"'" I' •f/ ;...,e' i r'•'4' =' CHRISTOPHER DONELAN,PRESIDENT ��� STATE"`��° Et/PITONS. ''tr�,rrraair+kj5' ORIDA,COUNTY OF DADE HEREBY CERTIFY that fhrs is a fro g,N�COUA►Py q,nal Bled,n this oJfrce o SAY of the Q . day f UJ�� CLERK Y Q�, rNESS my ha OffiCral Seal. • ti�•4V ::::,14.1, . 4;11111J::111:'1..1. '1',1i'AA'RVEY •U IN.CLE.fK ,1 ' aq• ! it and` . n• Duds 4 aoo viE;east 6 1.47i777A It.'ll:.' 'r.... . '14°''.. 4 COUO. ' . COMMISSION ITEM SUMMARY Condensed Title: REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (ITB) 2014-230-YG ROADWAY IMPROVEMENTS VARIOUS PROJECT AREAS. Key Intended Outcome Supported: Enhance Beauty And Vibrancy Of Urban And Residential Neighborhoods; Focusing On Cleanliness, Historic Assets, In Select Neighborhoods And Redevelopment Areas Supporting Data (Surveys, Environmental Scan, etc.): N/A Item Summary/Recommendation: Various roadway improvements are needed throughout different areas of the City as follows:26th Street-Flamingo Place Drainage Improvements; (#1) 75th Street; (#2) 77th Street; (#3)Vicinity of (#4) 4541 North Bay Road; (#5)Dade Boulevard and North Lincoln Lane. To seek a qualified contractor to complete the desired scope, ITB No.2014-230-YG,was issued on July 23, 2014. Notices were sent to three hundred forty-two (342)firms with forty(40) prospective bidders downloading the solicitation. The ITB resulted in the receipt of two (2) responses on September 16,2014:from Southern Underground Industries, Inc.,and Team Contracting, Inc.The bid tabulation is attached. Southern Underground Industries, Inc., has been deemed the lowest responsive and responsible bidder(s) meeting all terms, conditions, and specifications of the ITB. The City Manager has considered the bids received, pursuant to ITB 2014-230-YG, and recommends that the Mayor and City Commission of the City of Miami Beach, Florida,approve the award of a contract to Southern Underground, Inc.,the lowest responsive, responsible bidder to the ITB; and further authorize the Mayor and City Clerk to execute the contracts for Items 1,2, 3&4. It is further recommended that the Mayor and City Commission authorize the City Manager to execute the contract(and negotiate any changes to scope as may necessary)for Item 5,after the Land Use Committee further reviews this work under this Item by February 2015. The reason for the recommended action on item 5(Dade Boulevard Landscape Project)is due to the recommendation of the Land Use Committee on November 5th that the Dade Blvd landscaping project be brought back to that Committee in January. RECOMMENDATION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the City Manager's recommendation pertaining to the bids received, pursuant to ITB 2014-230-YG, for Roadway Improvements to Various Project Areas. Advisory Board Recommendation: I N/A Financial Information: Source of Amount Account ' Funds: 1 $410,399.50 429-2738-069357 and 187-2740-069357 2 $38,305.20 187-2509-069357 and 187-2740-069357 3 $37,536.90 187-2740-069357 4 $119,012.00 429-2205-069357 Total $605,253.60 Financial Impact Summary: City Clerk's Office Legislative Tracking: Alex Denis, Director Ext#6641 Sign-Offs: De artment Dir or Assistant ,4'� T ager • City s= •ger JINN : AD EC MT y/A JL T:IAGEN 120141November\Procurement\TB-2014-230-4:•,improvements Various Project Areas-- mary.doc G MIAMIBEACH AGENDA ITEM CaC' DATE //--/rly 73 r AC=° CERTIFICATE OF LIABILITY INSURANCE . DATE(MM/DD/YYYY) ��- 12/22/14 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 i REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must 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 CONTACT FL FIRST INS&TAX SERVICE Florida 1st Insurance&Tax Svc. I , PHONE (954)942-7888 iac,No): (954)942-6699 1503 S.Cypress Rd. E-MAIL SS: CHSTORE2 @aol.com Pompano Beach,FL 33060 INSURER(S)AFFORDING COVERAGE NAIC# Phone (954)942-7888 __ Fax (954)942-6699 INSURER A: END AMERICAN SPEC INS CO i 212-6216 INSURED INSURER B: PROGRESIVE 10956985 SOUTHERN UNDERGROUND INDUSTRIES INC INSURER C: ABSOLUTE INS ;U56012-5 3453 NW 44 Street#205 INSURER D: ACENDANT INS CO 1 WC3012094 I FORT LAUDERDALE,FL 33309- (954)275-8336 INSURER E: INSURER F: I 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 REDUCED BY PAID CLAIMS. ADDL'SUBR' POLICY EFF POLICY EXP 'LTR TYPE OF INSURANCE _ INSR I WVD POLICY NUMBER (MM/DD/YYYY)I(MMIDD/YYYY)_ LIMITS GENERAL LIABILITY ; EACH OCCURRENCE $ 1,000,000.00 DAMAGE TO RENTED i 11,000,000.00 J COMMERCIAL GENERAL LIABILITY ' PREMISES(Ea occurrence) S ❑ L, CLAIMS-MADE 'N' OCCUR 212_6216 MED EXP(Any one person) i $ 5,000.00 A Y 08/06/2014 08/06/2015 PERSONAL&ADV INJURY I S 1,000,000.00 GENERAL AGGREGATE ! S 2,000,000.00 j .1 GENII AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG I S 2,000,000.00 ' ❑ POLICY ❑ PRO- � LOC - 5 -- �ECJ-- - --' - COMBINED SINGLE LIMIT • AUTOMOBILE LIABILITY . (Ea accident) 5 1,000,000.00 • ANY AUTO BODILY INJURY(Per person) S B ❑ AUTOS NED ❑ SCHEDULED Y 0956985 08/06/2014 08/06/2015 BODILY INJURY(Per accident' S ! NON-OWNED . PROPERTY DAMAGE 15 HIRED AUTOS CA AUTOS , (Per accident) I -' -- S . ❑ UMBRELLA LIAB 0 OCCUR EACH OCCURRENCE 5 2,000,000.00 C ❑ EXCESS LIAB US6012-5 •08/06/2014 08/06/2015 AGGREGATE $ 2,000,000.00 ❑CLAIMS-MADE : Y D DED ❑ RETENTIONS S i WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N ❑TORY LIMITS ❑ER ANY PROPRIETOR/PARTNER/EXECUTIVE WC3O12094- E.L.EACH ACCIDENT S 100,000.00 D OFFICER/MEMBER EXCLUDED? N/A 08/06/2014 ;08/06/2015 E.L.DISEASE-EA EMPLOYEE S 100,000.00 (Mandatory in NH) If yes,describe under E.L.DISEASE-POLICY LIMIT; S 100,000.00 DESCRIPTION OF OPERATIONS below I DESCRIPTION OF OPERATIONS/LOCATIONS!VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) att=g_p ADDITIONAL INSURED: CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE MIAMI BEACH FL 33139 � � PROJECT"RAODWAY IMPROVEMENTS VARIOUS PROJECTS AREAS Vri PROJECT#: ITB No.2014-230-YG CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITY OF MIAMI BEACH THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. RISK MANAGEMENT 1700 CONVENTION CENTER DRIVE AUTHORIZED REPRESENTATIVE • MIAMI BEACH FL 33139 RICHARD FASANO ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05)QF The ACORD name and logo are registered marks of ACORD 7.1 Contractor shall indemnify and hold harmless City, its officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Agreement. Except as specifically provided herein, this Agreement does not require Contractor to indemnify City, its employees, officers, directors, or agents from any liability, damage, loss, claim, action, or proceeding. These indemnifications shall survive the term of this Agreement. In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory to City. 7.2 The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description covered by Section 6.1 above which may be brought against City whether performed by Contractor , or persons employed or utilized by Contractor. 8. Insurance Requirements: 8.1 The Bidder shall furnish to the Department of Procurement, City of Miami Beach, 1700 Convention Center Drive, 3rd Floor, Miami, Florida 33139, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440. B. Commercial General Liability Insurance on a comprehensive basis, including. Personal Injury Liability, Products/Completed Operations, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. City of Miami Beach must be shown as an additional insured with respect to this coverage. C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. D. Profession. ••:'' • - - -• - in an amount not less than $1,000,000 e,with the deductible per claim, if any, no • - - 10% of the limit of liability. 4 °d i' II insurance policies required above shall be issued by companies authorized to 4 1 do business under the laws of the State of Florida, with the following ‘1A4,1) qualifications: BID NO:2014-230-YG CITYOF MIAMI BEACH Mi MI BEACH DUE DATE:AUGUST 26,2014 32 The company must be rated no less than "B" 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, subject to the approval of the City Risk Management Division. Or The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do Business in Florida" issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days in advance notice to the certificate holder. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE, 3RD FLOOR MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. 9. Labor and Materials: 9.1. 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. 9.2. Contractor shall at all times enforce strict discipline and good order among its employees and subcontractors at the Project site and shall not employ on the Project any unfit person or anyone not skilled in the work to which they are assigned. 10. Royalties and Patents: All fees, royalties, and claims for any invention, or pretended inventions, or patent of any article, material, arrangement, appliance, or method that may be used upon or in any manner be connected with the construction of the Work or appurtenances, are hereby included in the prices stipulated in this Contract for said work. 11. Weather: Extensions to the Contract Time for delays caused by the effects of inclement weather shall be submitted as a request for a change in the Contract Time pursuant to Article 40. These time extensions are justified only when rains or other inclement weather conditions or related adverse soil conditions prevent Contractor from productively BID NO:2014-230-YG CITYOF MIAMI BEACH MIAM;IBEAH DUE DATE:AUGUST 26,2014 33