5(j
C)
)
THE CITY OF PLEASANT LIVING
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
To:
FROM:
DATE:
SUBJECT:
The Honorable Mayor & Members of the City Commission
Steven Alexander, City Manager
September 1, 2015 Agenda Item No.: 5
A Resolution authorizing the City Manager to negotiate and enter into a contract with
Coramarca Corp. for the construction of the SW 78th Street Roadway and Drainage
Improvements.
BACKGROUND: This project is identified in the CIP Plan as SW 78 Street & SW 63 Avenue Drainage and
Roadway Reconstruction within the Adopted Budget.
AMOUNT:
The road is deteriorating in many sections of SW 78th Street and SW 63'd Avenue. To
improve the road conditions and to help deter future pavement damage, drainage
improvements are proposed to alleviate ponding issues, preventing further pavement
deterioration.
The roadway improvements include new sidewalk, milling and resurfacing. The drainage
improvements will include improved swale areas, the installation of new catch basins
and an exfiltration trench system to collect storm runoff and provide water quality and
quantity.
Location:
• SW 78th Street
a West of SW 63'd Avenue towards the South Miami Dog Park,
a East of SW 63'd Avenue along SW 78th Street, for approximately 50 LF
• SW 63'd Avenue, from SW 78 th Street, North to the FDOT right of way on US 1
The City received five bids in response to a solicitation. Pursuant to review, it was
determined that Coramarca Corp. is the most responsive and responsible bidder for this
proposal. Beloware the proposals received:
Contractor Bid Price
Coramarca Corp. $85,322.45
Maggolc Inc. $88,634.00
HG Construction Development & Invest. $103,770.00
Florida Construction & Engineering $117,521.94
RP Utility & Excavation Corp $123,484.00
A contingency amount of $12,800 will be included over the proposal amount to address
for unknown factors that may arise during the work.
Amount not to exceed $98,122.45
ACCOUNT: The expenditure shall be charged $11,360 to Storm Water Drain Trust Fund account
number 111-1730-541-6490, and charged $86,762.45 People's Transportation Plan Tax
Fund account number 124-1730-541-6490, which have balances of $133,426 and
$1,570,313 respectively, before this request was made.
ATTACHMENTS: . Resolution
Bid Opening Report
Coramarca Corp. Bid
Contract
RFP & Exhibits
C)
C)
\.J
1
()
':f
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22) ~
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
)
RESOLUTION NO.: _____ _
A Resolution authorizing the City Manager to negotiate and enter into a contract with
Coramarca Corp. for the construction of the SW 78th Street Roadway and Drainage
Improvements.
WHEREAS, the Mayor and City Commission wish to provide roadway and drainage
improvements to SW 78 th Street, and
WHEREAS, pursuant to a competitive selection process in accordance with the City Charter, it
was determined that Coramarca Corp. submitted a bid in the amount of $85,323.45 that was the most
comprehensive and cost effective in its construction approach; and
WHEREAS, the City desires to provide a contingency of $12,800 over the bid amount for
unknown factors that may arise during the work; and
WHEREAS, the total expenditure, including the contingency amount, is not to exceed
$98,122.45; and
WHEREAS, the Mayor and City Commission desire to authorize the City Manager to negotiate
and enter into a contract with Coramarca Corp. for the construction of the SW 78 th Street Roadway
and Drainage Improvements for a total amount not to exceed $98,122.45
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF
SOUTH MIAMI, FLORIDA THAT:
Section 1: The City Manager is authorized to negotiate the price, terms and conditions and to
execute a contract with Coramarca Corp. for SW 78 th Street Roadway and Drainage Improvements for
an amount not to exceed $85,322.45 and he is authorized to expend up to $12,800 for unforeseen
conditions. A copy of the approved form of contract is attached and the City Manager may negotiate a
lower price and more advantageous terms and conditions if approved by the City Attorney.
Section 2: The expenditure shall be charged $11,360 to the Storm Water Drain Trust Fund
account number 111-1730-541-6490, which has a balance of $133,426 and charged $86,762.45 to the
People's Transportation Plan Tax Fund account number 124-1730-541-6490, which has a balance of
$1,570,313, before this request was made.
Section 3: If any section clause, sentence, or phrase of this resolution is for any reason held
invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity
ofthe remaining portions of this resolution.
44 Section 4. This resolution shall take effect immediately upon adoption.
45 0 46 PASSED AND ADOPTED this day of .2015.
47
48
49 ATTEST: APPROVED:
50
51
52 CITY CLERK MAYOR
53
54 READ AND APPROVED AS TO FORM COMMISSION VOTE:
55 LANGUAGE, LEGALITY AND EXECUTION Mayor Stoddard
56 THEREOF Vice Mayor Harris
57 Commissioner Welsh
58 Commissioner Liebman
59 Commissioner Edmond
60 CITY ATTORNEY
61
o
! ) ,--
n
(J
()
'.,--
BID OPENING REPORT
Bids were opened on: Friday_ August 14, 2015 after: 11 :OOam
For: RFP # PW 2015·19 Citywide Draimige Improvement Projects
COMPANIES THAT SUBMITTED PROPOSALS--AMOUNT--
SW78 ST & TWIN LAKES
S3AV AREA 1 AREA 2
1. CORAMARCA CORP .................................... t'il51~;;';;)_'iS $./,5 7, /p~.4\l Jk I &'l,lDSS. eX>
2. FLORIDA CONSTRUCTION & ENGINEERING .... d.'ll,SJI. Cf4 1115;;),,5\4 .:;W 4115',115'.0/
3. HG CONSTRUCTION DEVELOPMENT & INVEST. d; I D'? .-no· Of,) tlnVOII.OD IlQlCZ I fdit. dJ
4. MAGGOLC INC ............................................ Ji,.~~ I "'34 . 01:) Jl/Y5 ,Y40. 00 .III bd,ic30. ()()
5. RP UTILITY & EXCAVATION CORP ..................... 1I.1:l3,4~4.(j) tL.~, ()lI3.14 ~~41,:t<tJ.5b
THE ABOVE BIDS HAVE NOT BEEN CHECKED.
THE BIDS ARE SUBJEcr TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY REVIEWED.
witness:.-----.!R~;'.bc~~-l<·~~)L.:;.,. . .LA:=J7-~Jcs .. __
Print Name Signature
Proposal Submittal CheckiistForm
Citywide Drainage Improvement Projects
RFP#PW-20IS-19
This checklist indicates the forms and documents required to be submitted for this solicitation and to be presented
by the deadline set for within the solicitation. Fulfillment of all solicitation requirements listed is mandatory for
consideration of response to the solicitation. Additional documents may be required and, if so, they will be
identified in an addendum to this Solicitation. The response shall include the fallowing items:
X
X
X
X
X
X
X
X
X
X
X
X
X
X
Atta~hrTlents and Other Documents described be!ow C' , nec.< to be Completed
IF i'1ARKED WiTH AN "X": Completed.
Schedule of Values EXHIBIT I. Attachment A & C ,,/
Indemnification and Insurance Documents EXHIBIT 2 /
Bid Form EXHIBIT 4 /
Respondents Cost & Technical Proposal, EXHIBIT 5 ./'
Signed Contract Documents (AlI-including General Conditions ./ and Supplementary Conditions if attached) EXHIBIT 6; 7 & 8
Performance and Payment Bonds (As a Condition Award. Not / reqUired with SubmittaL) EXHIBIT 9 & 10
Respondents Qualification Statement ./
List of Proposed Subcontractors and Principal Suppliers V"
Non-Collusion Affidavit v"'"
Public Entity Crimes and Conflicts of Interest /
Drug Free Workplace ./"
Acknowledgement of Conformance with OSHA Standards ./
Affidavit Concerning Federal & State Vendor Listings
.,/
Related Party Transaction Verification Form ./'
Presentation Team Declaration/Affidavit of Representation
l,/""
Submit this checklist along with your proposal indicating the completion and submission of each required forms
and/or documents.
END OF SECTION
II
()
()
C)
)
I.
II.
EXHIBIT #1
Scope of Services & Schedule of Values/Summary of Quantities
Attachment A:
Project: ~'!'l.78Street".$W63Averiiie
Scope of Work:
Scope of work involves performing road, drainage and sidewalk improvements within
the City of South Miami. Work shall comply with applicable standards, including but not
limited to the FDOT and the Miami Dade County Public Works standards. Work
covered under this contract shall also include and is not limited to main.tenance of
traffic, drainage, sidewalk, milling, clearing and grubbing, asphalt placement. and striping.
The construction is to be performed per specifications and the construction documents
of SW 78'" Street Roadway and Drainage Improvements, prepared by T.Y. Lin
International/H) Ross. This includes, but is not limited to, the furnishing of all labor,
material. tools. equipment. machinery. disposal of all materials. superintendence and
services necessary for the completion of the construction of the project.
The awarded vendor must obtain any permits required. The City will waive all City
permit fees. Permits that may be required by other agencies will be the responsibility of
the awarded vendor. including applicable fees.
Work activity is limited to the hours from 7:00 a.m. through 6:00 p.m .• on weekdays
from Monday through Friday.
Site Locations:
I. SW 78th Street
a. West of SW 63'd Avenue towards the South Miami Dog Park.
b. East of SW 63,d Avenue along SW 78th Streetfor approximately 50 LF
2. SW 63"" Avenue, from SW 78'" Street. North to the limit Clf the FDOTright of
way on US I.
III. Plans and Specifications:
Plans prepared by T.Y. Lin International, titled "EXHIBIT I, Attachment B -"SW 78 th
Street Roadway and Drainage Improvements" are a part of this RFP by way of
reference.
IV. Project Duration & Liquidated Damages:
The current estimate to complete construction of the project is 60 calendar days
substantial completion. Thermoplastic paint shall be installed 30 calendar days after
substantial completion. 90 total calendar days to final completion from issuance
of Notice to Proceed.
32
liquidated Damages shall be paid by the Contractor at the rate of $1,500,00 dollars
per day, plus any monies paid by the Owner to the Consultant, if any, for additional
engineering and inspection services, if any, associated with such delay. ()
V. Project Funding:
This project is funded through City Funds.
VI. Schedule of Values:
Respondents shall complete and submit with their proposal, the attached Schedule of
Values. .
VII. Warranty:
If equipment is being provided, the standard manufacturer's warranty information must
be provided in writing for all equipment being proposed. including Installation by an
authorized dealer before final payment is made.
NOTE: Respondents shall quote both Projects; Refer to .£x'hlbit 5,
"Respondents Cost & Technical Proposal." -"S»' 78 Street & 63 Av:enue," and
"Twin Lakes," in accordance with Exhibit I "Scope of Services;" Attachment
A, B, C, D. The City, at its discretion, may award both prOjfilcts toa single
contractor or, each project to separate contractors.
A Performance and Payment Bond is required for the full amount of the project
END OF SECTION
33
C)
)
n
C)
:"J '. -
EXHIBIT #1
Attachment A:
"Schedule of Values"
Project -SW 78 Street & SW 63 Avenue
Respondents Shall Complete and Submit With Their Proposal
34
sW7:S'Streef-
Schedule of Values
ITEM PAY ITEM PAY ITEM DESCRIPTION UNIT PLAN UNIT PRICE COST NUMBER QUANTITY
1 101-1 Mobilization LS 1 $ 1,459.33 $ 1,459.33
2 102-1 Maintenance of Traffic LS 1 $ -1,459.33 $ 1,459.33
3 110-1-1 Clearing and Grubbing LS 1 $ 5.837.32 $ 5,837.32
4 210-2 Umerock-New Material for Reworking Base (8") SY 35 $ 18.00 $ 630.00
5 285·711 Optionaf Base Group 11 (12" Umerock LBR 100, for spot reconstruction) SY 584 $ 18.00 $ 10.512.00
6 327-70-1 Milling Existing Asphalt Pavement (1" Average) . SY 1,148 $ 5.00 $ 5,740.00
7 337-7-40 Asph Cone Friction Course Traffic B (Fe-9.5) (1.5" resurfacing 2" reconstruction) TN 159 $ 136.00 $ 21,624_00
8 425-5 Manhole Adjust EA 3 $ 350.00 $ 1,050.00
9 425-6 Valve Adjust EA 7 $ 250.00 $ 1,750.00
10 522-1 Sidewalk Concrete, 4" Thick SY 128 $ 30.00 $ 3,840.00
11 522-2 Sidewalk Concrete, 6" Thick (and concrete driveway) SY 70 $ 35.00 $ 2,450.00
12 700~1M11 Single Post Sign, F&I, Less Than 12SF AS 2 $ 350,00 $ 700,00
13 700M1-12 Single Post. Sign, F&I, 12-20 SF AS 1 $ 600.00 $ 600.00
" 700-1~60 Single Posl Sign, Remove AS 3 $ 40.00 $ 120.00
15 706-3 Reflective Pavement Markers (YfY) EA 15 $ 4.87 $ 73.05
16 711M1-611M1 Thermoplastic, Std -Other Surfaces, White, Solid, 6" NM 0.106 $ 6,178.00 $ 654.87
17 711-1-621-1 ThermoplastiC. Std ~ Other Surfaces, Yellow, Solid, 6" NM 0.056 $ 6,178.00 S 345.97
18 711-1-112-3 Thermoplastic, White, Solid, 12" LF 111 S 2.02 $ 224.22
19 711 ~1-112-5 Thennoplastic, White, Solid, 24" LF 30 $ 4.16 $ 124.80
20 430-175M118 Pipe Culvert, Optional Material, Round Shape 18" SleD LF 33 $ 80.00 $ 2,640.00
21 443~70-4 French Drain, 24" HOPE LF 54 $ 130.00 $ 7,020.00
22 425-2-61 Manhole Type P-8 <10' EA 1 $ 4,100.00 $ 4,100.00
23 425-1521 Catch Basin Type C EA 2 $ 3,100,00 $ 6,200.00
2' 570-1-2 Performance Turf, Sod (includes regraded swale area, filter fabric, 314" gravel, & sand soil mjx) SY 314 $ 5.10 $ 1,601.40
25 Off Duty Police Officer ,.. HR 80 $ 45,00 $ 3,600.00
TOTAL $ .. ·8~,356:2~
·The off-duty Police officer hours item is an estimate, Selected contractor will be required to apply for a right of way permit. during which P(llj(~ win evaluate the MOT plan and assess if an off-dut-I police officer will be required. If the contractor befives
that more than 80 hours are required for this project, the contractor shan adujst the quantities and tolal cost for this ilem in the proposal. II the number of hours required is less Ulan [he proposed number of hours, the difference shaD be Crediled to the
City,
/~---
L
35
(~(
I ' ~ ()
L o CJ
SW 78 Street -
Schedule of Values -Parking Area
The City will desire to have, as a separate item, the proposal to stripe three parking spaces, as depicted in the sketch below
ITEM PAY ITEM PAY ITEM DESCRIPTION PLAN
NUMBER UNIT QUANTITY UNIT PRICE COST
711-1-142-1 Thermoplastic. Standard, Blue, Solid, 6" LF 57 $ 11,40 $ 649.80
711-1-611-1 Thermoplastic, Std -Other Surfaces, White, Solid, 6" NM 0.0220 $ 6.1/8.00 $ 135.92
711-16131 Thermoplastic, White, Skip, 6" (214) GM 0.0100 $ 1,544.00 $ 15.44
542·70 Bumper Guards, Concrete) Wheel Stop EA 3 $ 55.00 $ 165.00
I TOTAL $ • :966.:16
36
.
SW 78 Street·
Schedule of Values ~ Parking Area
The City will desire to halfe, as a separate item, the proposal to stripe three parking spaces, as depicted in the sketch below.
PAY ITEM
711·1·142·1
711-1-611-1
711·16131
542·70
I
1
I
PAY ITEM DESCRIPTION UNIT SKETCH UNIT PRICE QUANTITY
Thermoplastic, Standard Blue, Solid, 6"
Thermoplastic, Std -Other Surfaces, White Solid. 6~
Thermoolastic, White, S~ip, 6" 214).
Bumper Guards Concrete Wheel S10p
d
J~I
"0:
+13.55
17.5' L
+2039
~ 17.9' L
LF
NM
GM
EA
57
0,022
0.01
3
II
It
TOTAL
+43,18 +56.58 , +7131
• \ 18,9' L ft,1'2' L ~JO.7' L ·f-r-fl __ -.-, -_ .. ---...---/.
j ! I'! I I ~: ~ ,1 '
1 I \ ,,;! i : !,.-L !r-~' '~ ; (fd ,.<~ r~n' jl-l __ ..... _¥il......;.::;:.f.::-.:.;.;.:::-J.:h_· -" Le-"''1 .. :J8r~::-.:~.~t;~'-'lfj· ,-10;'1
, ~ > ,t'.-:' ~ l-.,!'-Vt f). of,
~.~ ... • -> : • " *' , ,
~ , .~. ~ ; . ,t . . . -, .. ,~...... "~\6" '~W,
1/ ' (~7--~.'.:"N -3~."~'" .----;'0;.:.'" "
" f
I "
/
DOG 6"
PARK
"' ;; ,I ~'f "-+5839 ~ '-:::.d4 0.3'1iL
" ~?" '---6f"'" t.,"~'\/ '" ":~\~:';, \ ,c:;;::::::-:-r' ~:-____ 1:~
" (~~ ~\, Y<'.:'~; ~ , .. :f.·?i'·~' . ' < ! I f<'", ')C' [ .,,,-,,63 .. ,"",,-, ' ::v-p ';'./'"
l
,A '~~ , I~"'· 9 '-... ,:~"" <.,; """"6"""-WO""+
/ '.... /! '0#. '%r.-'«" ... '.'"7 ',; 6" ihlf{''''\') l'',. n
c
., ,,\ "".,~·t'.'''~' y;_ !) '~:~t::fF='"""'" +37.01 J;f)~12:,~~'lf(t<'I.';~':; ""'~ . ;' l~ "" ;:, 7 J' ,,' ,,'~> ... :).~t rt ~,«,,,,.,,""}" ,t
»y" "" '0 ." .•• , C",. .~. , 'f'~ " ,,; ",':.fs:..~j1:::":-!
, .,
r----,
I'....J
I "
"--J
COST
!)
'~
o
EXHIBIT #1
Scope of Services & Schedule of Values/Summary of Quantities
Attachment C: Project -Twin Lakes
I. Scope of Work:
Scope of work involves drainage improvements within the City of South Miami. Work
shall comply with applicable standards. including but not limited to the FOOT and the
Miami Dade County Public Works standards. Work covered under th's contract shall
also include and is not limited to maintenance of traffic. drainage. milling. clearing and
grubbing. and asphalt placement.
The construction is to be performed per specifications and the construction documents
of Twin Lakes Drainage Improvements. prepared by Civil Works. This includes. but is not
limited to. the furnishing of all labor. material. tools. equipment. machinery. disposal of
all materials. superintendence and services necessary for the completion of the
construction of the project.
The City will include additional resurfacing beyond what is in the plans in the
intersection of SW 63'" Avenue and SW 64th Court
The awarded vendor must obtain any permits required. The City will waive all City
permit fees. Permits that may be required by other agencies will be the responsibility of
the awarded vendor. including applicable fees.
Work activity is limited to the hours from 7:00 a.m. through 6:00p.m .• on weekdays
from Monday through Friday.
II. Site Locations:
There are two separate project areas to be considered and quoted separately as'
described below:
Area I
Area 2
• SW 62"' Terrace and SW 63rd Terrace. fromSW 64'" Court to SW 63'"
Court
• SW 64'" Court and SW 63" Court, from SW 62nd Terrace to SW 64'" Street
• SW 63" Avenue and SW 62,d Place. from SW 62" Terrace to SW 64'" Street
• SW 62" Terrace. from SW 63" Avenue to SW 62" Court
• SW 63" Terrace. from SW 62" Place to SW 62" Court
• SW 62 nd Court, from SW 62"" Terrace to SW 63" Terrace.
50
III. Plans and Specifications
Plans prepared by Civil Works Inc. titled "Twin Lakes Drainage Improvements" Exhibit I, n
Attachment D, are a part of this RFP by way of reference.
IV. Project Duration & Liquidated Damages
The current estimate to complete construction of the project is 60 calendar days
substantial completion for each work area. Thermoplastic paint shall be installed 30
calendar days after substantial completion. 90 total calendar days to final
completion from issuance of Notice to Proceed. liquidated Damages .shall be
,
paid by the Contractor at the rate of $2,000.00 dollars per day, plus any monies paid
by the Owner to the Consultant, if any, for additional engineering and inspection
services, if any, associated with such delay.
V. Project Funding:
This project is funded through City Funds.
VI. Schedule of Values:
Respondents shall complete and submit with their proposal, the attached Schedule of
Values.
VII. Warranty:
If equipment is being provided, the standard manufacturer's warranty information must
be provided in writing for all equipment being proposed, including installationby.an
authorized dealer before final payment is made.
NOTE: Respondents shall quote both Projects; Refer to· Exhibit 5,
"Respondents Cost & Technical Proposal .... "SW'78 $treet-&,6lAvenue,"and
"Twin Lakes." in accordance with Exhibit I "Scopeo(ServiCes,"Attachment
A, B,C, D. The City, at its discretion, may award both projects to a single
contractor or, each project to separate contractors.
A Performance and Payment Bond is required for the full amount of the project
END OF SECTION
51
C)
n
C)
\ .. )
EXHIBIT #1
Attachment C:
"Schedule of Values"
Project -Twin Lakes
Respondents Shall Complete and Submit With Their Proposal
52
Item Description Unit C-5 C-6
Manhole EA 1 1
Inlet EA 0 0
18" '" Exfiltration Trench LF 33 0
18" '" Solid Pipe LF 0 40
15" '" Solid Pipe LF a 0
12" Solid Cone. Pipe LF 10 10
Concrete Collars EA 2 2
Milling (1 inch ave.) SY 406 113
Resurfacing Type S-I (1 in) TN 22.3 6.2
Asphalt Apron 1 inch' TN 0.2 0.0
Driveway Restoration (Asphalt) TN a 0
Off-Duty Police Officer" HR
Base Rework (10% of M&R) SY
---_._---_.
Contractor to verify the pay item notes in the plans, Sheet C-4.
Twin Lakes Drainage
Schedule of Values
Area 1
C-7 C-8 C-9 C-10
0 0 1 1
2 2 0 0
0 0 142 143
166 132 125 126
a a 0 a
0 0 0 0
0 a 0 0
310 89 284 276
17.1 4.9 -,-15.6 15.2
0.8 0.5 0.0 0.0
a 1.05 0 0
'Line item 339-1 Asphalt Apron shall include the cost for asphalt and limerock base.
C-11 C-12 C-13 Quantity Unti Price Total
1 1 0 6 $3,696.00 $22,176.00
0 0 0 4 $3,416.00 $13,664.00
0 0 0 318 $134.40 $42,739.20
29 34 0 652 $67.20 $43,814.40
0 0 a 0 $0.00 $0.00
10 10 0 40 $84.00 $3,360.00
2 2 0 8 $39.20 $313.60
81 117 0 1676 $5.60 $9,385.60
4.5 6,4 0.0 92 $156.80 $14,425.60
0.0 0.0 0.0 1 $190.40 $190.40
0 0 0 1 $190.40 $190040
80 $45.00 $3,600.00
168 $22.40 $3,763.20
Total: $157,622.40
*'The off-duty Police officer hours item is an estimate. Selected contractor will be required to apply for a right of way permit, during Which Police will
evaluate the MOT plan and assess if an off-duty police officer will be required. If the contractor belives that more than 80 hours are required for this
project, the contractor shall adujst the quantities and total cost for this item in the proposal. If the number of hours required is less than the proposed
number of hours, the difference shall be credited to the City.
i--
I
'----""
53
I'
'-----') ()
;-
I
~ o
Full intersection of SW 64th Ct andSW 63rd Tr to be milled and resurfaced as shown below.
Sheet C-5 shows partial restoration limits. Full extents of restoration is shown in sketch below.
The additional quantities are summarized as follows: J Milling area = 273 SY
Resurfacing Type S-1 (1") = 15 tons
~
"-G' ;1
(,j t)
\ .. '"
4
S.W. 63rd TERRACE
F.F.E_~"lJ.W} ..; 'C.,~" ff"E_'r;(J' ~
-:,,«,1) ~<!;..'}> I r,}'! ~-I.--'.;fV(j::' ,,_~_,~" .s.-.!>'''f[,:t-'..~~:·>
,., ., "" E ,~~ ....... ?'-, -~n_V' " .A h~,.. ~ , -L + ~~::--;."----'rI"' i';""~-_
c1'"' ~'<i ,~,,>; . .;t ,l'~ ~, .... 5 '!f(,(;~-,X~'~r {j'!.'
SOD I ",s'fj ~.'§~ '-;,OD ~ . .J . ~~} . --~, -,;?~,,_ -~ ,. .---.,. . , 7 ',H"'D(-'-~ ~"fiJ ~ "" c-:;:.:I~ ... t._~._ 'II ~~r-w •• -w; __ .. .J_ .. 'If -->#Z--A$Oo'!;¥,L+..,--· ~,~ wA:;":>..,.AL.w ,.:.......:'.~" ":'.L: VI ~i£,'YI"' a --w " ~ ;'A;PW -----, _" ;---~,* --:J ----~fJ"'<t;r-----:'J.----,-------.,;<----
.~
;0. -!I'
+.
,,[, .' '.'. " '1 ,.
~~;:~~:;~::~~::'-:~: ~ .f:" CD C, ! ·v ~. r> . ",iii '" '-,;;"l" ._-"" "y,,( I~,...-r--j ____ -~~'}~ 0; I /,'iPHt..L T
._' . I ~'Y \ ." """. -...J::.L--...,0: ",."",~ r.~ E -':0.0::' ,;:: ,,)'"
~ F,E.""~9.9~
I ~ Denotes restoratior area as shown in Sheet C-5
"
:J
Item Description Unit C-14
Manhole EA 0
Inlet EA 2
18" 0 Exfiltration Trench 'LF 0
18" 0 Solid Pipe LF 148
15" 111 Solid Pipe LF 0
12" Solid Cone. Pipe LF 0
Concrete Collars EA 0
Milling (1 inch ave.) SY 562
Resurfacing Type S-I (1 in) TN 30.9
Asphalt Apron 1 inch' TN 0.4
Driveway Restoration (Asphalt) TN 0.61
Remove Drainage Structure EA 0
Off-Duty Police Officer" HR
Base Rework (10% of M&R) SY
C-15
1
0
0
37
5
0
1
1026
56.4
0.0
a
1
Twin Lakes Drainage
Schedule of Values
Area 2
C-16 C-17 C-18 C-19
0 0 1 0
0 2 0 0
0 0 33 0
0 34 0 0
0 0 0 0
0 10 10 0
0 2 2 0
0 388 718 0
0.0 21.3 39.5 0.0
0.0 0.8 0.0 0.0
a 0 0 0
0 1 0 a
Contractor to verify the pay item notes in the plans, Sheet C-4.
'Line item 339-1 Asphalt Apron shall include the cost for asphalt and limerock base.
C-20 C-21 C-22 Quantity Unti Price Total
0 2 0 4 $3,696.00 $14,784.00
1 1 2 8 $3,416.00 $27,328.00
0 92 163 288 $134.40 $38,707.20
40 179 69 507 $67.20 $34.070.40
0 0 0 5 $61.60 $308.00
0 0 0 20 $84.00 $1,680.00
0 0 0 5 $39.20 $196.00
461 475 235 3865 $5.60 $21.644.00
25.4 26.1 12.9 213 $156.80 $33,398.40
0.5 0.4 0.5 3 $190.40 $571.20
a a 0 1 $190.40 $190.40
0 0 0 2 $1,254.40 $2,508.80
80 $45.00 $3,600.00
387 $22.40 $8,668.80
Total: $187,655.20
"The off-duty Police officer hours item is an estimate. Selected contractor will be required to apply for a right of way permit, during which Police will
evaluate the MOT plan and assess if an off-duty police officer will be required. If the contractor belives that more than 80 hours are required for this
project, the contractor shall adujst the quantities and total cost for this item in the proposal. If the number of hours required is less than the proposed
number of hours, the difference shall be credited to the City.
L
55
i"--\
, I
~ :J
o 1.01
A.
EXHIBIT 2
Insurance & IndemnificationRequirements
Insurance
Without limiting its liability. the contractor. consultant or consulting firm (hereinafter referred to as
"FIRM" with regard to Insurance and Indemnification requirements) shall be required to procure and
maintain at its own expense during the life of the Contract. insurance of the types and in the minimum
amounts stated below as will protect the FIRM. from claims which may arise out of or result from the
contract or the performance of the contract with the City of South Miami. whether such claim is against
the FIRM or any sub-contractor. or by anyone directly or indirectly employed by any of them or by
anyone for whose acts any of them may be liable.
B. No insurance required by the CITY shall be issued or written by a surplus lines carrier unless authorized
in writing by the CITY and such authorization shall be at the CITY's sole and absolute. discretion. The
FIRM shall purchase insurance from and shall maintain the insurance with a company or companies
lawfully authorized to sell insurance in the State of Florida. on forms approved by the State of Florida. as
will protect the FIRM. at a minimum. from all claims as set forth below which may ariSe out of or result
from the FIRM's operations under the Contract and for which the FIRM may be legally liable. whether
such operations be by the FIRM or by a Subcontractor or by anyone directly or indirectly employed by
any of them. or by anyone for whose acts any of them may be liable: (a) claims underworkers'
compensation. disability benefit and other similar employee benefit acts which are applicable to the Work
to be performed; (b) claims for damages because of bodily injury. occupational sickness or disease. or
death of the FIRM's employees; (c) claims for damages because of bodily injury, sickness or disease, or
death of any person other than the FIRM's employees; (d) claims for damages insured by usual personal
injury liability coverage; (e) claims for damages, other than.to the Work itself, because of injury to or
destruction of tangible property, including loss of use resulting therefrom; (f) claims for damages because
of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of a
motor vehicle; (g) claims for bodily injury or property damage arising OUt of completed operations; and
(h) claims involving contractlJalliability insurance applicable to the FIRM's obligations under the Contract.
1.02 Firm's Insurance Generally The FIRM shall provide and maintain in force and effect u.ntil all the Work to
be performed under this Contract has been completed and accepted by CITY (or for su<hduration as is otherwise
specified hereinafter). the insurance coverage written on Florida approved forms and as s.et forth below:
1.03 Workers' Compensation Insurance at the statutory amount as to all employees in compliance with· the
"Workers' .Compensation Law" of the State of Florida including Chapter 440, Florida Statutes, as p~esently written
or hereafter amended, and all applicable federal laws. In addition, the policy (ies) mustinclude:.Einployers'Uability
at the statutory coverage amount. The FIRM shall further insure that all of its Subcontractors maintain appropriate
levels of Worker's Compensation Insurance.
1.04 Commercial Comprehensive General Uability insurance with broad form .endorsement. as well as
automobile liability, completed operations and products liability. contractual liability, severabilit}'of·interest with
cross liabilityprovision,and personal injury and property damage liability with limits of $1,000;000 combined single
limit per occurrence and ·$2.000.000 aggregate. including:
• Personal Injury: $1.000,000;
• Medical Insurance: $5,0,00 per person;
• Property Damage: $500,0,00 each occurrence:
1.05 Umbrella Commercial Comprehensive General liabilitY insurance shall be written on a Florida approved
form with the same coverage as the primary insurance policy but in the amount of $1,0,0,0,000 per claim and
$2.000,000 Annual Aggregate. Coverage must be afforded on a form no more restrictive than the latest edition ·of
the Comprehensive General L"bllity policy, without restrictive endorsements. as filed by the Insurance ServiceS
Office, and must include:
(a) Premises and Operation
(b) Independent Contractors
(c) Products andlor Completed Operations Hazard
(d) Explosion. Collapse and Underground Hazard Coverage
85
(e) Broad Form Property Damage
(!) Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless
andlor indemnification agreement.
(g) Personal Injury Coverage with Employee and Contractual Exclusions removed, with minimum .limits of
coverage equal to those required for Bodily Injury Liability and Property Damage Liability.
1.06 Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000.00) plus an
additional One Million Dollar ($1,000,000.00) umbrella per occurrence combined Single limit for Bodily Injury
Liability and Property Damage Liability. Umbrella coverage must be afforded on a form no more restrictive than
the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by with the
state of Florida, and must include:
. (a) Owned Vehicles.
(b) Hired and Non-Owned Vehicles
(c) Employers' Non-Ownership
1.07 SUBCONTRACIS' The FIRM agrees that if any part of the Work under the Contract is sublet, the
subcontract shall contain the same insurance provision as Set forth in section 5.1 above and 5.4 below and
substituting the word Subcontractor for the word FIRM and substituting the word FIRM for CITY where
applicable.
1.08 Rre and Extended Coverage Insurance (Builders' Risk). IF APPI,ICA8LE:
A In the event that this contract involves the construction of a structure, the CONTRACTOR shall
maintain, with an Insurance Company or Insurance Companies acceptable to the CITY, "Broad" formlAli
Risk Insurance on buildings and structures, including Vandalism & Malicious Mischief coverage, whlle in the
course of construction. including foundations, additions, attachm~nts and all permanentJixtures belonging
to and constituting a part of said buildings or structures. The policy or policies shall also cover
machinery, if the cost of machinery is included in the Contract, or if the machinery is located in a building
that is being renovated by reason of this contract. The amount of Insurance must, at all times, beat least
equal to the replacement and actual cash value of the insured property. The policy shall be in the name of
the CITY and the CONTRACTOR, as their interest may appear, and shall als9 cover the interests ofall
Subcontractors performing Work.
B. Ali of the provisions set forth in Section 5.4 herein below shall apply to this coverage unless it would be
clearly not applicable.
1.09 Miscellaneous:
A. If any notice of cancellation of insurance or change in coverage is issued by the insuran~e_ company or
should any insurance have an expiration date that will occur during the period of this contract, the FIRM
shall be responsible for securing other acceptable insurance prior to such cancellation. chang~1 Or.
expiration so as to provide continuous coverage as specified in this section and·so as to l'i1aintain
coverage during the life of this Contract;
B. Alldeductibles must be declared by the FIRM and must be approved by the CITY. At the option of the
CITY, either the FIRM shall eliminate or reduce such deductible, or the FIRM shall procure a Bond, in a
form satisfactory to the CITY covering the same.
C. The policies shall contain waiver of subrogation against CITY where applicable, shall expressly provide
that sucn policy or policies are primary over any other collectible insurance that CITY may have. The
CITY reserves the right at any time to request a copy of the required policies for review. All. policies
shall contain a "severability of interest" or "cross liability" dause without obligation for premium
payment of the CITY as well as contractual liability provision covering the Contractors duty to indemnify
the City as provided in this Agreement.
D. Before starting the Work, the FIRM shall deliver to the CITY and CONSULTANT certificates of such
insurance, acteptable to the CITY, as well as the insurance binder, if one is issued, the insurance policy,
including the declaration page and all applicable endorsements and provide the name, address and
telephone number of the insurance agent or broker through whom the policy w~s Obtained. The insurer
shall be rated AVII or better per AM. Best's Key Rating Guide, latest·edltion and authoriZed to issue·
insurance in the State of Florida. All insurance policies must be written on forms approved by the State
of Florida and they must remain in full force and effect for tneduration of the contract period With the
CITY. The FIRM may be required by the CITY, at its sale discretion, to provide a "certifiedcqpY"·of the
Policy (as defined in Article I of this document) which shall include the declaration page and all required
endorsements. In addition. the FIRM shall deliver, at the time of delivery of the insurance certificate, the
following endorsements:
(I) a policy provision or an endorsement with substantially similar provisions as follows:
86
o
()
(j
(J
E.
"The City of South Miami is an additional insured. The insurer shall pay all sums that the City of
South Miami becomes legally obligated to pay as damages because of 'bodily injury", 'property
damage' , or "personal and advertising injury" and it will provide to the City all of the coverage
that is typically provided under the standard Florida approved forms for commercial general
liability coverage A and coverage B":
(2) a policy provision or an endorsement with substantially similar provisions as follows:
"This policy shall not be cancelled (including cancellation for non'payment of premium).
terminated or materially modified without first giving the City of South Miami ten (10) days
advanced written notice of the intent to materially modify the policy or to cancel or terminate
the policy for any reason. The notification shall be delivered to the City by certified mail. with
proof of delivery to the City."
If the FIRM is providing professional services, such as would be provided by an architect, engineer,
attorney, or accountant, to name a few, then in such event and -in addition to the above requirements.
the FIRM shall also provide Professional liability Insurance on a Florida approved form in the amouneof
$1,000.000 with deductible per claim if any. not to exceed 5% of the limit of liability providing for all
sums which the FIRM shall become legally obligated to pay as damages for claims arising out of the
services or work performed by the FIRM Its agents, representatives, Sub Contractors or assigns, or by
any person employed or retained by him in connection with this Agreement. This insurance shall be
maintained for four years after completion of the construction and acceptance of any -Project covered by
this Agreement. However. the FIRM may purchase Specific Project Professional Liability Insurance. in the
amount and under the terms specified above. which is also acceptable. No insurance shall be issued by a
surplus lines carrier unless authorized in writing by the city at the city's sale. absolute and unfettered
discretion.
Indemnification Requirement
A. The Contractor accepts and voluntarily incurs all risks of any injuries, damages. or harm which might
arise during the work or event that is occurring on the CITY's property due to the negligence or other fault of the
Contractor or anyone acting through 01' on behalf of the Contractor,
B. The Contractor shall indemnify. defend. save and hold CITY, its officers, affiliates. employees.
successors and aSSigns. harmless from any and all damages, claims. liability. losses. claims, demands. suits. fines.
judgments or cost and expenses, including reasonable attorney's fees. paralegal fees and investigative costs
incidental there to and incurred prior to. during or following any litigation. mediation. arbitration and at all
appellate levels. which may be suffered by. or accrued against, charged to or recoverable from the City of South
Miami, its officers, affiliates, employees. successors and assigns. by reason of any causes of actions or claim of any
kind or nature, including claims for injury to. or death of any person or persons and for the loss or damage to any
property arising out of a negligent error. omission. misconduct, or any gross negligence. intentional act or harmful
conduct of the Contractor, its contractor/subcontractor or any of their officers, directors, agents. representatives.
employees, or assigns. or anyone acting through or on behalf of any of them, ·arising out of this Agreement,
incident to it, or resulting from the performance or non-performance oithe Contractor's obligations under this
AGREEMENT.
C. The Contractor shall pay all claims. losses and expenses of any kind or nature whatsoever. in
connection therewith. including the expense or loss of the CITY and/or its affected officers, affiliates. employees.
successors and assigns. including their attorney's fees, in the defense of any action in law or eqUity brought against
them and arising from the negligent error. omission, or act of the Contractor. its Sub,Contractor or any of their
agents, representatives. employees. or assigns, and/or arising out of. or incident to, this Agreement,' or incident to
or resulting from the performance or non-performance of the Contractor's obligations under this AGREEMENT.
D. The Contractor agrees and recognizes that neither the CITY nor its officers. affiliates. employees,
successors and assigns shall be held liable or responsible for any claims. including the costs and expenses of
defending such claims which may result from or arise out of actions or omissions of the Contractor. its
contractor/subcontractor or any of their agents. representatives. employees. or assigns. or anyone acting through
or on behalf of the them. and arising out of or concerning the work or event that is occurring on the CITY's
property. In reviewing. approving or rejecting any submissions or acts of the Contractor. CITY in no way assumes
or shares responsibility or liability for the acts or omissions of the Contractor. its contractor/subcontractor or any
of their agents. representatives. employees. or assigns. or anyone acting through or on behalf of them.
87
E. The Contractor has the duty to provide a defense with an attorney or law firm approved by the City
of South Miami, which approval will not be unreasonably withheld.
F. However, as to design professional contracts, and pursuant to Section 725.08 (I). Florida Statutes.
none of the provisions set forth herein above that are in co.nflict with this subparagraph shan apply and this
subparagraph shan set forth the sole responsibility of the design professional concerning indemnification. Thus,
the design professional's obligations as to the City and its agencies, as well as to its officers and employees, is to
indemnify and hold them harmless from liabilities, damages. losses, and costs, including, but not limited to.
reasonable attorneys' fees. to the extent caused by the negligence, recklessness. or intentionally wrongful
conduct of the design professional and other persons employed or utilized by the design professional in the
performance of the contract.
END OF SeCTION
88
()
C)
)
C)
: )
'-.. -
EXHIBIT 4
Citywide Drainage Improvement Projects
RFP #PW·2015·19
THIS PROPOSAL IS SUBMITTED TO:
Steven Alexander
City Manager
City of South Miami
6130 Sunset Drive
South Miami. FL 33143
CONSTRUCTION
BID FORM
I. If this Proposal is accepted. the undersigned Respondent agrees to enter into a Contract with the City of
South Miami in the form included in this Solicitation Package and to perform and furnish all work as
specified or indicated in this Solicitation. including as set forth in Exhibit I (Scope of Services) for the
Proposed Price as set forth below, within the Contract Time and in accordance with the other terms and
conditions of the Soli.citation Package.
2. Respondent accepts all of the terms and conditions of the Solicitation and Instructions to Respondents.
including without limitation those dealing with the disposition of Proposal/Bid Bond. if required. This
Proposal will remain subject to acceptance for 180 calendar days after the day of the Proposal Opening.
The Respondent, by signing and submitting this proposal. agrees to all of the terms and conditions of the
form of contract that is a part of the Solicitation package with appropriate changes to conform to the
information contained in this Bid Form. Respondent agrees to sign and submit the Bonds, if required by
this Solicitation, required insurance documents. and other documents required by the Solicitation,
including the Contract if not already submitted. within ten (10) calendar days after the date of the City's
Notice of Award.
3. In submitting this Proposal. Respondent represents that:
a. Respondent has examined copies of all the Solicitation Documents and of the following Addenda, if any
(receipt of all which is hereby acknowledged.)
Addendum No. # 1 and No. # 2 Dated: July 29/2015 and August 5 12015
b. Respondent has familiarized himself with the nature and extent of the Contract Documents. the proposed
work, site. locality. and all local conditions and laws and regulations that in any manner may affect cost.
progress. performance or furnishing of the Work.
c. Subsurface conditions: If applicable to this Solicitation, the Respondent represents that:
i. Respondent has studied carefully all reportS and drawings. if applicable. of subsurface conditions and
drawings of physical conditions.
ii. Respondent has obtained and carefully studied (or assumes responsibility for obtaining and carefully
studying) all such examinations, investigations. explorations, tests and studies in addition to or to
supplement those referred to in this paragraph which pertain to the subsurface or physical conditions
at the site or otherwise may affect the cost, progress. performance, or the furnishing of the Work at
the Contract Price, within the Contract Time and in accordance with the other terms and conditions
of the Contract Documents. The Respondent hereby acknowledges that no additional examinations.
investigations, explorations. tests, reports or similar information or data are, or will. be required by
Respondent for any reason in connection with the Proposal. The failure of the RespondeQt to request
a pre·bid marking of the construction site by any or all utility companies shall create an irrefutable
presumption that the Respondent's bid. or proposal price. has taken into consideration all possible
underground conditions and Respondent, if awarded the contract. shall not be entitled to a change
order for any such condition discovered thereafter.
iii. Respondent has correlated the results of all such observations. examinations. investigations.
explorations. tests. reports and studies with the terms and conditions of the Contract Documents.
91
iv. Respondent has reviewed and checked all information and data shown or indicated in the Solicitation
Package or in the Contract Documents with respect to existing Underground Facilities or conditions
at or contiguous to the site and assumes responsibility for the accurate location of all Underground
Facilities and conditions that may affect the Work. No additional examinations, investigations,
explorations. tests) reports or similar information or data in respect to any Underground Facilities or
conditions are, or will be, required by Respondent in order to perform and furnish the Work at the
Contract Price, within the Contract Time and in accordance with the other terms and conditions of
the Contract Documents unless the Proposal specifically states that the contract price is subject to
adjustment for future discovery of underground facilities andlor conditions that affect the cost of the
Work and unless the respondent makes a written request to the City for additional information
prior to submitting the bid or proposal as required in subsection ii above.
d. Respondent has given the City written notice of all conflicts, errors Dr discrepancies that it has
discovered in the Contract Documents and. if any conflicts, errors or discrepancies have been found
and notice given, the Respondent represenes, by submitting its proposal to the City, that the
Respondent has received sufficient notice of the resolution thereof from the City, that such resolution
is acceptable to Respondent and that the Respondent waives any claim regarding the conflicts, errors or
discrepancies.
e. This Proposal is genuine and not made in the interest of or on behalf of any undisclosed person, firm or
corporation and is not submitted pursuant to any agreement or rules of any group, association.
organization, or corporation; Respondent has not directly or indirectly induced or solicited any other
Respondent to submit a false or sham Proposal; Respondent has not solicited or induced any person,
firm or corporation to refrain from responding; and Respondent has not sought by collusion or
otherwise to obtain for itself any advantage over any other Respondent or over the CITY.
4. Respondent understands and agrees that the Contract Price is the amount that it needs to furnish and
install all of the Work complete and in place. The Schedule of Values, if required, is provided for the
purpose of Proposal Evaluation and when initiated by the CITY. it shall form the basis for calculating the
pricing of change orders. The Contract Price shall not be adjusted in any way so as to result in a
deviation from the Schedule of Values, except to the extent that the CITY changes the Scope of the
Work after the Contract Date. As such, the Respondent shall furnish all labor, materials, equipment,
tools, superintendence and services necessary to provide a complete, in place, Project for the Proposal
Price. If this SoliCitation requires the completion of a Cost and Technical Proposal, as may be set forch in
in an exhibit to this Solicitation, such proposal must be attached to this Bid Form and will take
the place of the Lump Sum Price, otherwise, the Contract Price for the completed work is
as follows:
LUMP SUM BASE PRICE: Attach Exhibit 5. "Cost and Technical Proposal"
Alternates: #1 $ 85,322.45 #2 $ 345,277.60
A fee breakdown for each task included in the lump sum contract price, if applicable. must be provided.
Failure to provide this information shall render the proposal non-responsive.
5. The ENTIRE WORK shall be completed, in full, within 90 calendar days from the commencement date
set forth in the NOTICE TO PROCEED. Failure to complete the entire work during the described time
period shall result in the assessment of liquidated damages as may be set forth in the Contract.
6. Insert the following information for future communication with you concerning this Proposal:
RESPONDENT: CORAMARCA CORP
Address: 20431 SW 1st Street. Pembroke Pines. FL 33029
Telephone: (954) 608 8413
Facsimile: (754) 263 2868
Contact Person Andres Ramirez
92
n
C)
)
n
(J
7. The terms used in this Proposal which are defined in the Contract shall have the same meaning as is
assigned to them in the Contract Documents, unless specifically defined in this Solicitation Package.
8. If a cost & technical proposal is required by the Solicitation, Respondent hereby certifies that all of the
facts and responses to the questions posed in the cost & technical proposal, if such an exhibit is made
a part of the Solicitation. are true and correct and are hereby adopted as part of this Bid Form, and are
made a part of this proposal. by reference.
9. By submitting this proposal, I, on behalf of the business that I represent, hereby agree to the terms of the
form of contract contained in the Solicitation package and I agree to be bound by those terms, with any
appropriate blank boxes, if any, checked and any blank lines filled in with the appropriate information
contained in the Solicitation Documents and this Proposal. or such information that the City and I have
agreed upon in the course of contract negotiations and which have been confirmed by the City in writin~
including e-mail confirmadon, if any. I hereby certify under penalty of perjury that I am the lawful
representative of the business entity referenced in this Bid Form and that I have authority to bid that
entity.
SUBMITTED THIS _1",,4 __ DAY OF _A""u9""u_Sl _________ 20~.
PROPOSAL SUBMITTED BY:
CORAMARCA CORP
Company
Andres Ramirez
Name of Pe Authodzed to Submit Proposal
-1
Signatur
Presldenl
Title
(954) 608 8413
Telephone Number
(754) 263 2868
Fax Number
ramirez.andres1@coramarcacorp.com
Email Address
END OF SECTION
93
EXHIBIT 5
RESPONDENTS COST &. TECHNICAL PROPOSAL
Citywide Drainage Improvement Projects
RFP #PW.2015·19
Respondents shall quote both Projects -"SW 78 Street &. 63 Avenue," and Twin
Lakes. The City, at its discretion, may award both projects to a single contractor
or, each project to separate contractors.
LUMP SUM BASE PRICE FOR EACH PROJECT IS IN ACCORDANCE WITH
EXHIBIT I "SCOPE OF SERVICES; ATTACHMENT A, B, C, &. D:
.SW78 Street &63 Avenue"
TWIN LAKES
AREA I
AREA 2
$ 157,622.40
$ 187,655.20
SUBMITTED THIS _'_4 __ DAY OF -'A.:::u"'gU=S::..I ________ 20~.
PROPOSAL SUBMITTED BY:
CORAMARCA CORP
Company
Andres Ramirez
Name of Pers n Authorized to Submit Proposal
-1'1
Signature
President
Title
(954) 6088413
Telephone Number
(754) 263 2868
Fax Number
ramirez.andres 1@coramarcacorp.com
Email Address
END OF SECTION
94
o
(.~)
\-
:J
n
C)
)
EXHIBIT 6
CONSTRUCTION CONTRACT
Citywide Drainage Improvement Projects
RFP #PW.2015·19
THIS CONTRACT was made and entered into on this day of , 20 __ ' by
and between CORAMARCA CORP (hereafter referred to as
"Contractor"), and the City of South Miami (hereafter referred to as "Owner"), through its City Manager (hereafter
referred to as "Ciry").
WITNESETH:
That, the Contractor, for the consideration hereinafter fully set out. hereby agrees with the Owner 'as follows:
I, The Contractor shall furnish all labor, materials, equipment. machinery, tools, apparatus, transportation
and any other items necessary to perform all of the work shown on and described in the Contract
Documents and shall do everything required by this Contract and the other Contract Documents
hereinafter referred to as the Work.
2, The Contract Documents' shall include this Contract, General Conditions to the Contract. if any, the
drawings. plans. specifications and project manual. if any. any supplementary or special conditions, other
documents referring to this contract and signed by the parties. the solicitation documents ("hereinafter
referred to as '''Bid Documents") and any documents to which those documents refer which are used by
the Owner as well as any attachments or exhibits that are made a part of any of the documents described
herein.
3, The Contractor shall commence the Work to be performed under this Contract on a date to be specified
in a Notice to Proceed and shall complete all Work hereunder within the length of time set forth in the
Contract Documents.
4, The Owner hereby agrees to pay to the Contractor for the faithful performance of this Contract, subject
to additions and deductions as provided in the Contract Documents and any properly approved, written
change orders. in lawful money of the United States, the amount of: (S~1l Dollar Amount
hel"e) Four hundred thirty Thousand, six hundred and five cents Dollars ($430,600 .01 __ 5 _), lump Sum ("Contract
Price"),
5, The expenses of performing Work after regular working hours, and on Sunday and legal holidays shall be
included in the Contract Price. The City may demand, at any point in time, that any part. or all. of the
Work be performed after regular working hours. In such event, the Respondent shall have no right to
additional compensation for such work. However, nothing contained herein shall authorize work on days
and during hours that are otherwise prohibited by ordinance unless specifically authorized or instructed in
writing by the City.
6, If the Work is expected to reqUire more than one month, the Owner shall make monthly partial payments
to the Contractor on the basis of a duly certified and approved schedule of values for the Work performed
during each calendar month by the Contractor, less the retainage (all as provided for in the Contract
Documents), which is to be withheld by the Owner until completion and acceptance of the complete
project in accordance with this Contract and the other Contract Documents and until such Work has
been accepted by the City,
7, Upon submission by the Contractor of evidence satisfactory to the Owner that all labor, material, and
other costs incurred by the Contractor in connection with the construction of the Work have been paid in "
full, and after compliance with the terms for payment provided for in the Contract Documents, nnal
payment on account of this Contract shall be made within Sixty (60) calendar days after the completion by
the Contractor of all Work covered by this Contract and the acceptance of such Work by the Owner,
8. The Work shall be completed in 90 calendar d'IYs. In the event that the Contractor shall fail to
complete the Work within the time limit stipulated in the Contract Documents, or the extended time limit
agreed upon, in accordance with the procedure as more particularly set forth in the Contract Documents,
liquidated damages shall be paid by the Contractor at the rate of, in accordance with *Exhibit I, "Scope
of Services, $...!.,dollars per day, plus any monies paid by the Owner to the Consultant, if any, for
additional engineering and inspection services, if any, associated with such delay.
9S
9. It is further mutually agreed between the parties hereto that if a Payment andlor Performance Bond
("Bond") is required and if, at any time after the execution of this Contract and the Bond for its faithful
performance and payment. the City shall deem the Surety or Sureties upon such bond(s) to be
unsatisfactory, or if, for any reason such bond ceases to be adequate to cover the performance of the
Work or payment to subcontractors and suppliers, the Contractor shall, at its expense within five (5)
business days after the receipt of notice from the City so to do, furnish an additional bond or bonds in
such form and amount and with such Surety or Sureties as shall be satisfactory to the City. In such event,
no further payment to the Contractor shall be deemed to be due under this Contract until such new or
additional security for the faithful performance of the Work is furnished in the manner and in the form
satisfactory to the City.
10. No additional Work or extras shall be done unless the same is duly authorized in writing, and in advance of
the work, by appropriate action by the City and in accordance with the Contract Documents.
I I. The date that this contract was "made and entered into" and its effective date is the date that the contract is
the signed by the City or, if the contract is required to be approved by resolution of the City Commission, then
the Effective Date is the date of the resolution approving the Contract whichever is the later date.
IN WITNESS WHEREOF, the parties hereto have executed this Contract on the day and date set forth
next to their name below and may be signed in one or more counterparts. each of which shall. without proof or
accounting for the other counterpart. be deemed an original Contract.
CONTRACTOR: .c,ORAMARCA CORP
Signature: (7 -! '-1
Print Signatory's Name; -"'A!J!nd",r",e5 .. '!SR",amllllJir~"z,-________ _
Title of Signatory: _P"r"'e"'si"de"'n"'t ___________ _
ATTESTED:
Signature: __________ _
Maria Menendez
City Clerk
Read and Approved as to Form, Language.
Legality, and Execution Thereof:
Signature: -::::--;-________ _
City Attorney
96
OWNER: CITY OF SOUTH MIAMI
Signature:
Steven Alexander
City Manager
o
C)
n
( )
)
ARTICLE I -DEFINITIONS
EXHIBIT 7
CONSTRUCTION CONTRACT
GENERAL CONDITIONS
Citywide Drainage Improvement Projects
RFP #PW-20IS-19
Whenever used in these General Conditions or in the other Contract Documents. the following terms shall have
the meaning indicated. These definitions shall always apply when the section of the Contract specifically refers to
this Article for the purpose of interpreting a word or group of words in that sectio.nof the Contract Document.
However. when the section of the Contract, where the word to be defined is used. does not specifically refers to
this Article to define the word or group of words. the definitions contained in this Article shan not apply unless
the word or group of words. in the context of it or their use in the Contract Document in questiOn. islare
ambiguous and open for interpretation. In addition. these definitions shall also not apply to interpret terms in a
specific provision of a Contract Document if that specific provision contains a·definition of these terms:
Addenda: Written or graphic documents issued prior to the Bid Opening which modify or interpret the· Contract
DocumentS. Drawings and Specifications. by addition. deletions. clarifications or correction.
Application for Payment: A form approved by the CONSULTANT. if any. or the City Manager which is to be used
by the CONTRACTOR in requesting progress payments.
Bid: The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices and other
terms for the Work to be performed.
~ Any person. firm or corporation submitting a response to the Owner's solicitation for proposals or bids
for Work.
Bid Documents: The solicitation for bids or proposals and all documents that make up the soUcitation including
the. instructions. form of documents and affidavits.
Bond,. . Bid bond. performance and payment bonds and other instruments of security. furnished by the
CONTRACTOR and its surety in accordance with the Contract Documents and in accordance with the laws of
the State of Florida. .
Change Order: A written order to the CONTRACTOR signed by the City M.nager authorizing .naddition.
deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time issued after
execution of the Contract.
Work Order Proposals: Written proposals from the CONTRACTOR in response to orders or request for work
based on the Scope of the Work provided by the City to the CONTRACTOR. The proposal includes line item
pricing. where there are multiple locations. and the timeframe for completing the work
CITY: The City Manager for the City of South Miami. 6130 Sunset Drive. South Miami,FL 33143. unless the
conteXt wherein the word is used. should more appropriately mean the City of South Miami.
Construction Observer: An authorized representative of the CONSULTANT. if any. orotherwise a
representat"'e of the City assigned to observe the Work performed and materials furnished by the
CONTRACTOR. The CONTRACTOR shall be notified in writing of the identity of thrs representative.~
Contljlct Documents" The Contract Documents shall include the Contract between the Owner and the
Contractor. other documents listed in the Contract and modifications issued after execlition of the Contract as
well as all Bid Documents including but not limited to the solicitation forBid. CONTRACTOR'S Bid. the Bonds.
Insurance endorsements. Insurance Certificates and policies. the Notice of Award. tneNotice to PrOc<;ed.the
General Conditions. Special Conditions. if any. any Supplementary Conditions. the Technical Specifications,
Drawings. including any incorporated speCifications. addenda to the drawings issued prior to execution Of the
Contract, Change Orders. Construction Change Directives and any written order for a··minor change in the
Work. and written modifications to any of the Contract Documents.
Contract Price: The total moneys payable to the CONTRACTOR pursuant to the terms of the Contract
Documents.
Contract Time: The number of calendar days stated in the Contract for the completion of the Work
Contracting Officer: . The individual who is authorized to sign the contract documents on behalf of the OWNER.
CONTRACTOR: The person. firm or corporation with whom the OWNER has executed the Contract:.
CONSUL TA,NT: The person identified as the CONSULTANT in the Supplementary Conditions or. if none. then
CITY's designated representative as identified in the Supplementary Conditions.
97
Day: A period of twenty-four hours measured from the beginning of the day at 12:01 a.m. and it shall be presumed
to be a calendar day unless specifically designated as a business day.
~: The number of twenty-four (24) hour periods following the event to which the word "days" refers
commencing at 12:0 I a.m. at the start of the next day. Therefore, in computing any period of time prescribed or
allowed by the Contract Documents, the day of the act, event or default from which the designated period of time
begins to run shall not be included. The last day of the period so computed shall be included unless it is a
Saturday, Sunday or legal holiday. in which event the period shall run until the end of the next business day that is
not a Saturday. Sunday or legal holiday.
Defective Work: Work that is unsatisfactory, faulty. or deficient in that it does not. conform to the Contract
Documents, or does not meet the requirements of any applicable inspection, reference standard. test, or approval
referred to.in the Contract Documents. or has been damaged prior to the CONSULTANT'S recommendation of
final payment (unless responsibility forthe protection thereof has been delegated to the Owner); substitutions that
are not properly approved and authorized. any deficiency in the Work. materials and equipment; materials and
equipment furnished under the Contract that are not good quality and new unless otherwise required or
permitted by the Contract Documents.
DrawinJ;S: The drawings which show the character and Scope of the Work to be performed and which have been
prepared or approved by the CONSULTANT. or if none, then by an architect or engineer hired by the City and
are referred to in -the Contract Documents.
Field Order; A written order issued by the CONSULTANT which clarifies or interprets the Contract Documents
in accordance with Paragraph 9.3 or orders minor changes in the Work in accordance with paragraph 10.2.
Modification: (a) A written amendment of the Contract Documents signed by both parties. (b) a Change Order
signed by both parties. (c) a written clarification or interpretation if issued by the CONSULTANT in accordance
with paragraph 9.3 or (d) a written order for minor change or alteration in the Work Issued by the
CONSULTANT pursuant to Paragraph 10.2. A modification may only be issued after execution of the Contract, it
must be in writing and signed by the party against whom the modification is sought to be enforced.
Non-conforming Work means work that does not conform to the Contract Documents and includes work that is
unsatisfactory, faulty. or deficient or that does not meet the requirements of any applicable inspection, reference
standard. test, or that does not meet any approval required by, or referred to in. the Contract Documents, or
work that has been damaged prior to CONSULTANT's recommendation of final payment (unless responsibility for
the protection thereof has been assumed in writing by CITY).
Notice of Award; The written notice by CITY to the apparent successful Bidder .stating that upon compliance with
the conditions precedent to be fulfilled by it within the time specified, CITY will execute and deliver the Contract
to him.
Notice to Proceed: A written notice given by CITY to CONTRACTOR (With copy to CONSULTANT) fixing the
date on which the Contract Time shall commence to run and on which CONTRACTOR shall start to perform its
obligations under the Contract Documents.
Person: An individual or legal entity.
~ The entire construction operation being performed as delineated in the Contract Documents.
Policy: The term "policy" as used in the Contract Documents shall mean the insurance binder, if it is issued. the
declaration page of the policy and the body of the policy, Including all endotsements.
RFP: Request for Proposal.
Scope of Services.. This phrase refers to the scope of the services or work to be performed and it has .the same
meaning as Scope of the Work unless the context in which the phase is used clearly means otherwise.
Shop DraWings: All drawings, diagrams. illustrations. brochures. schedules and other data which are prepared by
the CONTRACTOR. a Subcontractor. manufacturer, supplier, or distributor. and which illustrate the equipment,
material or some portion of the work and as required by the Contract Documents.
Samples: Physical examples which illustrate materials, equipment or workmanship and establish standards bywhich
the Work will be judged.
Specifications: Those portions of the Contract Documents consisting of written technical descriptions of
materials. equipment, construction systems. standards and workmanship as applied to the Work.
Subcontractor: An indiVidual, firm or corporation having a direct contract With. CONTRACTOR or with any
other Subcontractor for the performance of a part of the Work at the construction site.
Substantial Completion: The dace, as certified by the CONSULTANT. when the constructionofthe Project or a
certified part thereof is sufficiently completed, in accordance with the Contract Documents, so that the ProjeCt, or
a substantial part, can be utilized for the purposes for which it was intended without restriction or. limitation .to
any degree, other than for the repair of minor "punch list' items; or 'of there be no 'such certification. the date
when final payment is due in accordance with paragraph 14.9. However. in no event shall the project or portion
98
n
.,J
(j
o
thereof, be deemed to be substantially completed until a certificate of occupancy or certificate of .use is lawfully
issued by tbe applicable governmental agency. A certificate of Substantial Completion, Issued by the
CONSULTANT, sha.ll be null and void if it is based on false, misleading or inaccurate information. from any source,
or when it would not have been issue but for the consideration of Work that is thereafter found to be defective to
a degree greater than chat which would normally to be considered by the City to be minor "punch list" work.
Supplier: Any person or organization who supplies materials or equipment for the Work. including the fabrication
of an item, but who does not perform labor at the site of che Work.
~ The individual or entity who is ah obligor on a Bond and who is bound with the CONTRACTOR for the
full and faithful performance of the Contract and for the payment of all labor. services and materials used on the
project.
Work: Any and all obligations, duties and responsibilities necessary for the successful performance and completion
of the Contract.
Notjce: The term "Notice" as used herein shall mean and Include all written notices, demands. instructions,
claims, approvals and disapprovals required to obtain compliance with Contract reqUirements. Written notice
shall be deemed to have been duly served if detivered in person to the individual or toamember of the firm orto
an officer of the corporation for whom it is intended, or to an authorized representative of such individual, firm, or
corporation, or if delivered at or sent by registered mail to che last known business .address. Unless otherwise
stated in writing, any notice to or demand upon the OWNER under this Contract shall be delivered to the City
Manager and the CONSULTANT.
ARTICLE 2 -PRELIMINARY MATTERS
Award:
2.1 The CITY reserves the right to reject any and all Bids, at its sole discretion. Bids shall be awarded
by che CITY to the lowest responsive and responsible Bidder. No Notice of Award shan be. given until the
CITY has concluded its investigation. as it deems necessary, to establish,to thesatisfact;c," ofcheCITY,
which Bidder is che most responSive and responsible of all tneBidders to complete cheWork Within the
time prescribed and in accordance with the Contract Dqcuments; The CITY reserves the right to ,reject
the Bid of any Bidder who is not believed to be, in che sole discretion and satisfaction of the Citx.to be
sufficiently responsible, qualified and financial able to perform the work. In analyzinga,Bid, the CITY may
also take into consideration alternate and unit prices, if requested by the. Bid forms; If the COntract is
awarded, the CITY shall issue the Notice of Award and give the successful Bidder a Contract for
execution within ninety (90) day after opening of Bids.
Execution of Contract:
2.2 At least four counterparts of the Contract, the Performance and Payment Bond, the Certificates of
Insurance, the Binder of Insurance if issued, the Insurance Declaration Pageifnot Included In che Policy of
Insurance, the Poli.cy of Insurance required by the Contract Documents, th.e written notic<;>of designated
supervisor or superintendent as provided in Section 6.1 of the GeneraiConditions and such other
Documents as required by the Contract Documents shall be executed· and delivered by CONTRACTOR
to the CITY wichin ten (10) calendar days of receipt of the Notice of Award. A Contract Document that
reqUires the Signature of a party may be executed in counterparts s,,,,patately by each of the parties and •. in
such event, each counterpart separately executed shall, without proof Qr accounting for the other
counterpart be deemed an original Contract Document.
Forfeiture Qf Bjd SecuritylPerformance and Payment Bond. if any are l1!<l~ir'ed by the~plicabl!, REP;
2.3 Within ten (10) calendar days qf being notified of the Award. CONTRACTORshall,fW-hish a·Performance
Bond and a Payment Bond containing all the provisions qfthe l'eriormanceBond.and P .. ymentBond
attached.
2.3.1 Each Bond shall be in the amount of one hundred percent (I 00%) of the Contract Price
guaranteeing to OWNER the completion and performance of the.Work covered in such Contract
as well as full payment of all suppliers. material man, laborers,qr SubcontractOr emplqyed
pursuant to chis Project. Each Bond shall be with a Suretx company whose qualifications meet the
requirements of Sections 2.3.4. 2.3.5, and 2.3.6.
2.3.2 Each Bond shall continue in effect for five year after final completion and acceptance of the Work
with the liability equal to one hundred percent (100%) of the Contract Slim.
99
2.3.3 Pursuant to the requirements of Section 255.05( I), Florida Statutes, 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.
2.3,4 Each Bond must be executed by a surety company authorized to do business in the State of Florida
as a surety, having a resident agent in the State of Florida and having been in business with a record
of successful continuous operation for a least five (5) years.
2.35 The surety company shall hold a current certificate of authority as acceptable surety on federal
bonds in accordance with the United States Department of Treasury Circular 570, current
revisions.
2.3.6 The CITY shall only be required to accept a surety bond from a company with a rating A. VII or
better.
2.3.7 Failure of the successful Bidder to execute and deliver the Contract, and deliver the reqUired
bonds and Insurance documents shall be cause for the CITY to annul the Notice of Award .and
declare the Bid and any security therefore forfeited.
Contractor's Pre-Start Representation:
2.4 CONTRACTOR represents that it has familiarized itself with, and assumes full responsibility for having
familiarized itself with the nature and extent of the Contract Documents, Work, locality, and with all local
conditions and federal, state and local laws, ordinance, rules and regulations that may in any manner affect
performance ofthe Work, and represents that it has correlated its study and observations with the
requirements of the Contract Documents. CONTRACTOR also represents that it has studied all surveys
and investigations, reports of subsurface and latent physical conditions referred to in the speCifications
and made such additional surveys and investigations as it deems necessary for the performance of the
Work reflected in the Contract Documents and that he has correlated the.results of all such data with
the requirements of the Contract Documents.
Commencement of Contract Time:
2.5 The Contract Time shall commence to run on the date stated in the Notice to Proceed.
Starting [he Project:
2.6 CONTRACTOR shall start to perform its obligations under the Contract Documents on the date the
Contract Time commences to run. No Work shall be done at the site (as defined in Atticlel). prior to
the date on which the Contract Time commences to run, except with the written consentofthe.CITY.
Before Starting Construction:
2.7 Before undertaking each part of the Work, CONTRACTOR shall carefully study and compar.e the
Contract Documents and check and verify pertinent figures shown thereon and all applic.I>lefield
measurements and conditions. It shall at once report in writing to CONSULTANT .any conflict, error, or
discrepancy which it may discover. Neither the OWNER nor the CONSULTANT shall be liable for any
harm, damage or loss suffered by CONTRACTOR as a result of its failure to dIscover any c.onfiict,error,
or discrepancy in the Drawings or Specifications nor shall the.CONTRACTOR beelltitle to any
compensation for any harm, damage or loss suffered by theCONTRACTORdue to any conflict, error,
or discrepancy in the Contract Documents.
Schedule of Completion:
2.8 Within Five (5) business days after delivery of the Notice to Proceed by CIiY to CONTRACTOR,
CONTRACTOR shall submit to CONSULTANT for approval, an estimated construction schedule
indicating the scarting and completion dates of the various stages of the Work. and .a preliminary schedule
of Shop Drawing submissions. The'CONSUL TANT shall .pprove thissehedule or require .revisions
thereto within seven (7) calendar days of its submittal. If there is more than 'One'CONTRACTOR
involved in the Project, the responsibility for coordinating .the Work of·all CONTRACTOR~shan·be
provided in the Special Conditions.
2.9 Within flve (5) business days after delivery of the executed Contract by CITY t'O CONTRACTOR,. but
before starting the Work at the site, a pre-construction conference shall be held to review. the above
schedules, to establish procedures for handling Shop Drawings and other submissions. anc;Hor. processing
Applications for Payment, and to establish a working understanding between the parties as to the Project,
100
o
(j
)
n
C)
Present at the conference will be the CITY'S representative. CONSULTANT. Resident Project
Representatives. CONTRACTOR and its Superintendent.
Qualifications of Subcontractors. Materiill men and'Suppliers:
2.10 Within five (5) business days after bid opening. the apparent lowest responsive and responsible Bidder
shall submit to the CITY and the CONSULTANT for acceptance a list of the names of Subcontractors
and such other persons and organizations (including those who are to. furnish principal items of materials
or eqUipment) proposed for those portions of the Work as to which the identity of Subcontractors and
other persons and organizations must be submitted as specified in'the Contract Documents: Within
thirty (30) calendar days after receiving the list. the CONSULTANT will notify the CONTRACTOR in
writing if either the CITY or the CONSULTANT has reasonable objection to any Subcontractor. person.
or organization on such list. The failure of the CITY or the CONSULTANT to make objection to any
Subcontractor. person. or organization on the list within thirty (30) calendar days of the receipt shall
constitute an acceptance of such Subcontractor, person or organization. Acceptance of any such
Subcontractor, person or organization shall not constitute a waiver of any right of the CITY or the
CONSULTANT to reject defective Work, material or equipment, or any Work. material or equipment
not in conformance with the requirements of the Contract Documents.
2.11 If. prior to the Notice of Award, the CITY or the CONSULTANT has reasonable objection to any
Subcontractor. person or organization listed. the apparent low Bidder may. prior to Notice of Award.
submit an acceptable substitute without an increase in its bid price.
2.12 The apparent silence of the Contract Documents as to any detail. or the apparent omission from them of
a detailed description "oncerning any Work to be done and materials to be furnished. shall be regarded as
meaning that only best practices are to prevail and only materials and workmanship of the best quality are
to be used in the performance of the Work.
ARTICLE 3-CORRELATION. INTERPRETATION AND INTENT OF CONTRACT DOCUMENTS
3.1 It is the intent of the Specifications and Drawings to describe a complete Project to be constructed in
accordance with the Contract Documents. The Contract Documents comprise the entire Contract
between the OWNER and the CONTRACTOR. They may be alteredonl)' by a modification as defined in
Article I.
3.2 The Contract Documents are complementary; what is called for by one is as binding as if c~lIed for by all
the documents. If CONTRACTOR finds a conflict. elTor or discrepancy in the Contract Documents. it
shall. before proceeding with the Work affected thereby. immediately call it to the CONSULTANT's
attention in writing. The various Contract Documents are complementary; in-case of (:()inflict. error or
discrepancy. the more stringent interpretation and requirement that shall provide the maximum benefit to
the Owner shall apply
3.3 The words ufurnish" and "furnish and install", "install", a.nd "prOVide" or words with similar meaning shall
be interpreted. unless otherwise specifically stated. to mean "furnish and install complete in place and
ready for service".
3.4 Miscellaneous items and accessories which are not specifically mentioned. but which are essential to
produce a complete and properly operating installation. or usable structure. providing the indicated
functions. shall be furnished and installed without change in the Contract Price. Such miscellaneous items
and accessories shall be of the same quality standards. including material. style. finish. strength. class.
weight and other applicable characteristics. as specified for the major component of which the
miscellaneous item or accessory is an essential part. andshalll;>eapproved by the CONSULTANT before
installation. The above requirement is not intended to include major components not covered by or
Inferable from the DraWings and Specifications.
3.5 The Work of all trades under this Contract shall be coordinated by the CONTRACTOR in such a
manner as obtain the best workmanship possible for the entire ProjeCt. and all components of the Work
shall be installed or erected in accordance with the best practices of the particular trade.
3.6 The CONTRACTOR shall be responSible for making the construction of habitable structures under this
Contract rain proof. and for making eqUipment and utility installations properly perform the'specified
function. If the CONTRACTOR is prevented from complying with this prOvision due to the Drawings or
Specifications, the CONTRACTOR shall immediately notify the CONSULTANT in writing of such
limitations before proceeding with construction in the area where the problem exists.
3.7 Manufacturer's literature. when referenced, shall be dated and numbered and is intended to establish the
minimum requirements acceptable .. Whenever reference is given to codes. or standard specifications or
101
other data published by regulating agencies or accepted organizations, including but not limited to
National Electrical Code. applicable State BUilding Code. Florida Building Code. Federal Specifications.
ASTM Specifications. various institute specifications. and the like, it shall be understood that such
reference is to the latest edition including addenda in effect on the date of the Bid.
3.8 Brand names where used in the technical specifications. are intended to denote the standard or quality
required for the particular material or product. The term "equal" or "equivalent". when used in
connection with brand names. shall be interpreted to mean a material or product that is similar and equal
in type. quality. size. capacity. composition. firiish. color and .other applicable characteristics to the material
or product specified by trade name. and that 'is suitable for the same use capable of performing the same
function. In the opinion of the CONSULTANT. as the material or product so specified. Proposed
equivalent items must be approved by CONSULTANT before they are purchased or incorporated in the
Work. {When a brand name, catalog number. model number, or other identification. is used Without the
phrase "or equal". the CONTRACTOR shall use the brand, make and model specified).
3.9 Throughout this agreement the male pronoun may be substituted forlemale and neuter and vice Versa
and the singular words substituted for plural and plural words substituted for singular wherever
applicable.
3.10 Ali technical interpretations shall be made by the CONSULTANT as set forth in Section 9.3 below.
3.11 The CONTRACTOR shall advised the CONSULTANT. prior to performing any work involving a .conflict
in the Contract Documents and the CONSULTANT shall make the final decision as to which of the
documents shall take precedence. In the event that there is a conflict between or among the Contract
Documents. only the latest version shall apply and the latest version .of the Contract Documents. The
CONSULTANT shall use the following list of Contract Documents as a guide. These. documentsaro set
forth below in the order of their precedence so that all the documents listed above a given document
should have precedence over all the documents listed below it.
(a) Change Orders
(b) Amendments/addenda to Contract
(c) Supplementary Conditions, If any
(d) Contract with all Exhibits thereto
(e) General Conditions
(I) Written or figured dimensions
(g) Scaled dimensions
(h) Drawings of a larger scale
(i) Drawings of a smaller scale
OJ Drawings and. Specifications are to be considered complementary to each other
ARTICLE 4 -AVAILABILITY OF LANDS SUBSURFACE CONPITIONS REFERENCE POINTS
Availability of lands:
4.1 The OWNER shall furnish. as indicated in the Contract Documents. the lands upon which the Work is to
be done. rights-of-way for access thereto. and such other lands which are designed for. the use of the
CONTRACTOR. Easements for permanent structures or permanent changes in existing'iacilities.will be
obtained an~ paid for by the OWNER. unless otherwise specified in the Contract Documents. Other
access to such lands or rights-of-way for the CONTRACTOR'S convenience shall be the responsibility of
the CONTRACTOR.
The CONTRACTOR shall provide for all additional lands and acceSS thereto that may berequifed for
temporary constructionfacHities or storage of material and equipment.
4.2 The CITY will. upon request, furnish to the Bidders. copies of all available boundary surveys and
subsurface tests at no cost.
Subsurface'Conditions:
4.3 The CONTRACTOR acknowledges that he has investigated prior to bidding and satisfied himself as to
the conditions affecting the Work, including but not limited to those bearing upon transportation.
disposal. handling and storage of materials. availability of labor. water. electl-ic power, roads and
uncertainties. of weather. river stages, tides, water tables or similar physical conditions at the _ site, the
conformation and conditions of the ground. the character of equipment and facilities needed preliminary
to and during prosecution olthe Work. The CONTRACTOR further acknowledges that'he has satisfied
himself as to the character, quality and quantity of surface and subsurface materials Or obstacles to be
encountered insofar as this information is reasonably ascertainable from an inspection of the site,
102
C)
C)
(\,' \)
including all exploratory work done by the OWNER! CONSULTANT on the site or any contiguous site.
as well as from information presented by the Drawings and Specifications made part of this Contract, or
any other information made available to it prior to receipt of bids. Any failure by the CONTRACTOR to
acquaint itself with the available information shall not relieve it from responsibility for estimating properly
the difficulty or cost of successfully performing Work. The OWNER assumes no responsibility for any
conclusions or interpretations made by the CONTRACTOR on the basis of the information made
available by the OWNER! CONSULTANT.
Differing Site Conditions:
4.4 The CONTRACTOR shall within forty eight (48) hours of its discovery. and before such conditions are
disturbed. notify the CITY in writing, of:
4.4.1 Subsurface or latent physical conditions at the site differing materially from those indicated in the
Contract Documents. and
4.4.2 Unknown physical conditions at the site, of an unusual nature. differing materially from those
ordinarily encountered and generally inherent in Work of the character provided for in this
Contract. The CITY shall promptly investigate the conditions. and if it finds that such conditions
do materially differ to the extent as to cause an increase or decrease in the CONTRACTOR'S cost
of, or the time required for, performance of any part of the Work under this ContraCt, an
equitable adjustment shall be made and th,e Contract modified in writing accordingly.
4.5 No claim of the CONTRACTOR under this clause shall be allowed unless the CONTRACTOR has given
the notice required in 4.4 above; provided, however. the time, prescribed therefore may be extended by
the CITY. but only if done in writing signed by the City Manager or the CONSULTANT.
ARTICLE 5 -INSURANCE Contractor shall comply with the insurance requirements set forth in the RFP and
as set forth in the Supplementary Conditions to the Contract, if any. If both have insurance requirements and if
there is a conflict between the two. the insurance requirements in the Supplemental Condltions shall take
precedent. '
ARTICLE 6 -CONTRACTOR'S RESPONSIBILITIES
Supervision ·and SUl2erincendence:
6.1 The CONTRACTOR shall supervise and direct the Work. It shall be solely responsible for the means.
methods. techniques, sequences and procedures of construction. The CONTRACTOR shall employ and
maintain a qualified supervisor or superintendent (hereinafter referred to as "Supervisor" at the Work
site who shall be designated in writing by the CONTRACTOR. before the CONTRACTOR ,commences
the Work and within the time "equired by the Contract, as the CONTRACTOR'S representative at the
site. The Supervisor or so designated shall have full authority to act on behalf of the CONTRACTOR and
all communications given to the Supervisor shall be as bincfmg as if given to'the CONTRACTOR. The
Supervisor(s) shall be present at each site at all times as required to perform adequate supervisiOn and
coordination of the Work. (Copies of written communications given to the Supervisor shall be mailed to
the CONTRACTOR'S home office).
6.1.1 The CONTRACTOR shall keep one record copy of all Specifications, Drawing" Addenda.
Modifications and Shop Drawinga at the site at all times and iii good order and annotated to show
all changes made during the construction process. These shall be available to the CONSULTANT
and any CITY Representative at all reasonable times. A set of "As-Built" 'drawings. as well as the
original Specifications, Drawings. Addenda. Modifications and Shop Drawings with annotations,
shall be made available to the City at all times and it shall be delivered to the CITY upon
completion of the Project.
Labor, Materials and Equipment:
6.2 The CONTRACTOR shall provide competent, SUitably qualified personnel to layout the Work and
perform construction as required by the Contract Documents. It shall at all times maintain good
discipline and order at the site.
6.3 The CONTRACTOR shall furnish all materials. equipment, labor. transportation. construction equipment
and machinery. tools, appliances. fuel, power. light, heat, local telephone. water and sanitary facilities and
all other facilities and incidentals necessary for the execution, testing. initial operation and cample.don,of
the Work.
103
6.4 All materials and equipment shall be new. except as otherwise provided in the Contract Documents.
When special makes or grades of material which are normally packaged by the supplier or manufacturer
are specified or approved. such materials shall be delivered to the site in their original packages or
containers with seals unbroken and labels intact.
6.5 All materials and eqUipment shall be applied. installed. connected. erected. used. cleaned and conditioned
in accordance with the instructions of the applicable manufacturer, fabricator, or processors, ,except as
otherwise provided in the Contract Documents.
Work. Materials. Equipment. Products and Substitutjons:
6.6 Materials. equipment and products incorporated in the Work must be approved for use before being
purchased by the CONTRACTOR. The CONTRACTOR shall submit to the CONSULTANT a list of
proposed materials. equipment or products. together with such samples as may be necessary for them to
determine their acceptability and obtain their approval. within ninety (90) calendar days after award of
Contract unless otherwise stipulated in the Special Conditions. No request for payment for "or equal"
eqUipment will be approved until this list has been received and approved by the CONSULTANT.
6.6.1 Whenever a material. article or piece of equipment is identified on the Drawings or Specifications
by reference to brand name or catalog number. it shall be understood that this is referenced for
the purpose of defining the performance or other salient requirements and that other products of
. equal capacities. quality and function shall be considered.· The CONTRACTOR may recommend
the substitution of a material. artide. or piece of eqUipment of equal substance and function for
those referred to in the Contract Documents by reference to brand name or catalog .number. and
if. in the opinion of the CONSULTANT. such material. article. or piece of equipment is of equal
substance and function to that specified. the CONSULTANT may approve its substitution and use
by the CONTRACTOR. Incidental changes or extra component parts required to accommodate
the substitute will be made by the CONTRACTOR without a change in the Contract Price Or the
Contract Time.
6.6.2 No substitute shall be ordered or installed without the written approval of the CONSULTANT
who shall be the judge of quality.
6.6.3 Delay caused by obtaining approvals for substitute materials shall not be considered justifiable
grounds for an extension of construction time.
6.6.4 Should any Work or materials. eqUipment or products not conform to requirements of the
Drawings and Specifications or become damaged during the progress of the Work. such Work or
materials shall be removed and replaced. together with any Work disarranged by such alterations.
at any time before completion and acceptance of the Project. All such Work sh.1I be done at the
expense of the CONTRACTOR.
6.6.5 No materials or supplies for the Work shall be purchased by the CONTRACTOR 1,. any
Subcontractor subject to any chattel mortgsge or under a conditional sale or other agreement by
which an interest is retained by the Seller. The CONTRACTOR warrants that they have good
title to all materials .nd supplies used by them in the Work.
6.6.6 Non-conforming Work: The City of South Miami may withhold acceptance of. or reject items
which are foun~ upon examination. not to meet the specification requirements or conform to the
plans and drawings. Upon written notification of rejection.'lt<lmsshall be removed or uninstalled
within five (5) business days by the CONTRACTOR at his own expense and redelivered andlor
reinstalled .t his expense. Rejected goods left longer than thirty (30) ,,"endardays shall be
regarded as abandoned and the CITY sh.1l have the right to dispose of them as its own property
and the CONTRACTOR thereby waives any claim to the good or to compensation of any kind
for said goods. Rejection for non-conformance or failure to meet delivery .schedules may result in
the CONTRACTOR being found in default.
6.6.7 In case of def.ult by the CONTRACTOR. the City of South Miami may procure the articles or
services from other sources and hold the CONTRACTOR responsible for any excess cOSts
occasioned or incurred thereby.
6.6.8 The CITY reserves the right, in the event the CONTRACTOR cannot provide an item(s) or
service(s) in • timely manner as requested. to obtain the good andlor services from other sources
and deducting the cost from the Contract Price without violating the intent of the Contract.
Concernior Subcontractors:
104
\. )
()
()
() "--
6.7 The CONTRACTOR shall not employ any Subcontractor, against whom the CITY or the
CONSULTANT may have reasonable objection, nor will the CONTRACTOR be required to employ any
Subcontractor who has been accepted by the CITY and the CONSULTANT; unless the CONSULTANT
.determinesthatthereis good cause fordoing so.
6.8 The CONTRACTOR shall be fully responsible for all acts and omissions of its Subcontractors and of
persons and organizations directly or indirectly employed by it and of persons and organizations for
whose acts any of them may be liable to the same extent that they are responsible for the acts and
omissions of persons dlrecdy employed by them. Nothing in the Contract Documents shall create any
contractual relationship between OWNER or CONSULTANT and any Subcontractor or other person or
organization having a direct contract with CONTRACTOR, nor shall .it create. any obligation on the part
of OWNER or CONSULTANT to payor to see to payment of any persons due subcontractor or other
person or organization, except as may otherwise be required by law. CITY or CONSULTANT .may
furnish to any Subcontractor or other person or organization. to the extent practicable, evidence of
amounts paid to the CONTRACTOR on account of specified Work done in accordance with the
schedule values.
6.9 The divisions and sections of the Specifications and the identifications of any Drawings shall not control
the CONTRACTOR in dividing the Work among Subcontractors or delineating the Work performed by
any specific trade.
6.10 The CONTRACTOR agrees to bind specifically every Subcontractor to the applicable terms and
conditions of the Contract Documents for the benefit of the OWNER.
6.1 I All Work performed for the CONTRACTOR by a Subcontractor shall be pursuant to an appropriate
agreement between the CONTRACTOR and the Subcontractor.
6.12 The CONTRACTOR shall be responsible for the coordination of the trades, Subcontractors material and
men engaged upon their Work.
6.12.1 The CONTRACTOR shall cause appropriate provisions to be inserted in all subcontracts relative
to the Work to bind Subcontractors to the CONTRACTOR by the terms of these General
Conditions and other Contract Documents insofar as applicable to the Work of Subcontractors,
and give the CONTRACTOR the same power as regards to terminating any subcontract that the
OWNER may exercise over the CONTRACTOR under any provisions of the Contract
Documents.
6.12.2 The CITY or CONSULTANT will not undertake to settle any differences between the
CONTRACTOR and their Subcontractors or between Subcontractors.
6.12.3 If in the opinion of the CONSULTANT, any Subcontractor on the Project proves to be
incompetent or otherwise unsatisfactory, they shall be promptly ·replaced by the CONTRACTOR
if and when directed by the CONSULTANT in writing.
6.12A Discrimination: No action shall be taken by the any subcontractor with regard to the fulflUmentof the
terms of the subcontract, including the hiring and retention of employees for the performance of Work
that wo~ld discriminate against any person on the basis of race, color; creed, religion, national origin, sex,
age, sexual orientation, familial statUS or disability. This paragraph shall be made. part of the
subcontractor'$ contract with the Contractor.
Patent Fees and Royalties:
6.13 The CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use ohny
invention, design, process or device which is the subject of patent rights or copyrights held by others. He
shall indemnify and hold harmless the OWNER and the CONSULTANT and anyone directly or indirectly
employed by either of them from against all claims, damages, losses and expenses (including attorney's
fees) arising out of any infringement of such rights during or after the completi<m of the Work. and .shall
defend all such claims in connection with any alleged infringement of such rights. .
6.14 The CONTRACTOR shall be responsible for determi~ing the application of patent rights and royalties
materials, appliances, articles or systems prior to bidding. However, he shall not be responsible for suth
determination on systems which do not involve purchase by them of materials; appliances and artietes.
Permits!
6.15 The CONTRACTOR shall secure and pay for all construction permits and licenses and shall pay for all
governmental chargas and inspection fees necessary for the prosecution of the Work, which are
applicable at the time of his Bid. When such charges are normally made by the CITY and when so stated
in the Special Conditions, there will be no charges to the CONTRACTOR. The CITY shall assist the
10$
CONTRACTOR, when necessary, in obtaining such permits and licenses. The CONTRACTOR shall also
pay all public Utility charges.
ElegricalPower and Ligbting;
6.16 Electrical poWer. required during construction shall be provided by each prime CONTRACTOR as
required by it. This service shall be installed by a qualified electrical Contractor approved by the
CONSULTANT. Lighting shall be provided by the CONTRACTOR in all spaces at all times where
necessary for good and proper workmanship, for inspection or for safety. No temporary power shall be
used off temporary lighting lines without specific approval of the CONTRACTOR.
Laws and Reeulations:
6.17 The CONTRACTOR shall comply with all notices, laws, ordinances, rules and regulations applicable to
the Work. If the CONTRACTOR observes that theSpecific.tions or Drawings are at variance therewith,
it shall give the CONSULTANT prompt written notice thereof, and any necessary changes shall be
adjusted by an appropriate modification. If the CONTRACTOR performs any Work knowing it to be
contrary to such laws, ordinances. rules and regulations, and without such notice to the CONSULTANT,
it shall bear .11 cOSts arising there from; however, it shall not be its primary responsibility to make certain
that the Drawings and Specifications are in accordance with such laws, ordinances. rules and regulations.
Discrimination:
6.17 A No action shall be taken by the Contractor with regard to the fulfillment of the terms of the Contract,
including the hiring and retention of employees for the performance of Work that would discriminate
against any person on the basis of race, color. creed. religion. national origin. sex, ~. sexual orientation.
familial status or disability.
~
6.18 Cost of all applicable sales. consumer use. and other taXes for which the CONTRACTOR is liable under
the Contract shall be included in the Contract Price stated by the CONTRACTOR.
Safety and Protection:
6.19 The CONTRACTOR shall be responsible for initiating. maintaining and superv.ising all safety precautions
and programs in connection with the Work. They shall take all necessary precautions for the safety of.
and shall provide the necessary protection to prevent damage. injury or loss to:
6.19.1 All employees and other persons. who may be affected thereby.
6.19.2 All the Work and ail materials or equipment to be incorporated therein. whether in storage on or
off the site, and
6.19.3 Other property at the site or adjacent thereto. including trees. shrubs, lawns. walks, pavements.
_roadways. structures and utilities not designated for removal, relocation or replacerneht-in the
course of construction.
6.20 The CONTRACTOR shall designate a responsible member of their organization at the site whose duty
shall. be tlie prevention of accidents. This person shall be the CONTRACTOR'S Superintendent unless
otherwise designated in writing by the CONTRACTOR to the CITY.
Emergencies;
6.21 In emergencies affecting the safety of persons or the Work or property at the site or adjacent thereto,
the CONTRACTOR, without special instruction or authorization from the CONSULTANT or CITY, is
obligated to act, at his discretion. to prevent threatened damage, injury or loss; He shall give we
CONSULTANT prompt written notice of any significant changes in the Work or deviapons from the
Contract Documents caused thereby. If the CONTRACTOR believes that additional Work done by him
in an emergency which arose from causes beyond his control entitles him to an increase in the Contract
Price or an extension of the Contract Time. he may make a claim therefore as provided in Articles II and
12.
Shop Drawings and Samples:
6.22 After checking and verifying all field measurements, the CONTRACTOR shall submit to the
CONSULTANT for review. in accordance with the accepted· schedule of shop drawing submissions, six
(6) copies (or at the CONSULTANT option, one reproducible copy) ofal! Shop DrawingS, which shall
have been checked by and stamped with the approval of the CONTRACTOR; The Shop Drawings shall
106
o
()
J
()
()
)
be numbered and identified as the CONSULTANT may require. The data shown on the Shop Drawings
shall be complete with respect to dimensions. design criteria, materials of construction and the like to
enable the CONSULTANT to review the information without any unnecessary investigation.
6.23 The CONTRACTOR shall also submit to the CONSULTANT for review. with such promptness as to
quse no delay in Work. allSamplesrequired·by the Contract Documents.
All samples shall have been checked by and stamped with the approval of the CONTRACTOR. identifled
clearly as to material, manufacturer. any pertinent catalog numbers and the use for which intended.
6.24 At the time of each submission, the CONTRACTOR shall notify the CONSULTANT. in writing. of any
deviations between the Shop Drawings or samples and the requirements of the Contract Documents.
6.25 The CONSULTANT shall review with responsible promptness Shop Drawings and Samples,buthis
review shall be only for conformance with the design concept of the Project and for compliance with the
information given in the Contract Documents. The review of a separate item as such will not indicate
review of the assembly in which the items functions. The CONTRACTOR shall make any corrections
required by the CONSULTANT and shall return the required number of corrected copies of Shop
Drawings and resubmit new samples until the review is satisfactory to the CONSULTANT. The
CONTRACTOR shall notify the CONSULTANT. in writing. of any prior Shop Drawing or revisions to
Shop Drawings that are in conflict with each submission or re-submission. The CONTRACTOR'S stamp
olapproval on any Shop Drawings or sample shall constitute representation to the CITY and the
CONSULTANT that the CONTRACTOR has either determinedandlor verifled all quantities, dimension.
field construction criteria. materials. catalog numbers and similar data or they assume full responsibility
for doing so. and that they have reviewed or coordinated each Shop DraWing or sample with the
requirements of the Work and the Contract Documents.
6.26 No Work requiring a submittal of a Shop Drawing or sample shall be commenced until the submission has
been .reviewed and approved in writing by the CONSULTANT. A copy of each Shop Drawing and each
approved sample shall be kept in good order. in a book or binder. in chronological order or in such other
order required by the CONSULTANT in writing. by the CONTRACTOR at the site and shall be available
to the CONSULTANT.
6.27 The CONSULTANT's review of Shop Drawings or samples shall not relieve the CONTRACTOR from
his responsibilfty for any deviations from the reqUirements of the Contract Documents unless the
CONTRACTOR has informed the CONSULTANT. in writing. to each deViation at the time of
submission and the CONSULTANT has given written approval to the specific deviation. nor shall any
review by the CONSULTANT relieve the CONTRACTOR from responsibility for errors· or omissions in
the Shop Drawings or samples.
6.27A The CONTRACTOR shall be liable to the OWNER for any additional cost or delay that is caused by its
failure to notify the CONSULTANT of any of said deviations or conflicts between Shop Drawings or due
to errors in the Shop Drawings or samples.
Cleaning Up:
6.28 The CONTRACTOR shall clean up behind the Work as much as is reasonably possible as the Work
progresses. Upon completion of the Work. and before acceptance offinal payment for the'f'roject by the
OWNER, the CONTRACTOR shall remove all his surplus and discarded materials. excavated material
and rubbish as well as all other material and equipment that does not form a. part of tile Work. from the
property. roadways, sidewalks, parking areas. lawn and all adjacent property.. Inaddition.the
CONTRACTOR shall clean his portion of Work involved in any building under this Contract, so that no
further cleaning by the OWNER is necessary prior to its occupancy and he shall restore all property, both
public and private, which has been disturbed or damaged during the prosecution of the W6rksoas to
leave the whole Work and Work Site in a neat and presentable condition.
6.29 If the CONTRACTOR does not clean the Work site. the CITY may clean the Work Site of the materials·
referred to in paragraph 6.28 and charge the COst to the CONTRACTOR.
Public Convenience and Safety:
6.30 The CONTRACTOR shall. at alt times, conduct the Work in such a manner as to insure the least
practicable obstruction to public travel. The convenience of the general public and of the residents along
and adjacent to the area of Work shall be provided for ina satisfactory manner. consistent with the
operation and local conditions. "Street Closed" signs shall be placed Immediately adjacent to the Work, in
.a conspicuous position, at such locations as traffic demands. At any time that str~ets are reqLiired to' be
closed, the CONTRACTOR shall notify law enforcement agencies and in particular, the· City of South
107
Miami Police Departmen~ before the street is closed and again as soon as it is opened. Access to fire
hydrants and other fire extinguishing equipment shall be provided and maintained at all times.
Sanitary Provisions:
6.31 The CONTRACTOR shall provide on-site'office. and necessary toilet facilities. secluded from public
observation. for use of all personnel on the Work Site. whether or not in his employ. They shall be kept
in a clean and sanitary condition and shall comply with the requirements and regulations of the Public
Authorities having jurisdiction. They shall commit no public nuisance. Temporary field office and sanitary
facilides shall be removed upon completion of the Work and the premises shall be left clean.
Indemnification:
6.32 Contractor shall comply with the indemnification requirements set forth in theRFP and as set forth in the
Supplementary Condidons to the Contrac~if any. If both have indemnification requirements and if there
is a conflict between the two. the indemnificadon requirements in the Supplemental Conditions shall take
precedent.
6.33 In the event that any action or proceeding is brought against OWNER or CONSULTANT by reason of
any such claim or demand. CONTRACTOR. upon written nodce from CITY shall defend such action or
proceeding by counsel satisfactory to CITY. The indemnification provided above shall obligate
CONTRACTOR to defend at its own expense 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 descripdon that may be brought against
OWNER or CONSULTANT. excluding only those claims that allege that the injuries arose out of the
sole negligence of OWNER or CONSULTANT.
6.34 The obligations of the CONTRACTOR under paragraph 6.33 shall not extend to the liability of the
CONSULTANT. its agents or employees arising out of (a) the preparation or approval of maps; drawings.
opinions. reports. surveys. Change Orders. designs or specifications or (b) the giving of or the failure to
give directions or instructions by the CONSULTANT. its agents or employees provided such act or
omission is the primary cause of injury or damage.
6.34A All of the forgoingindemniflcatioli provisions shall survive the term of the Contract to which these
General Conditions are a part. Indemnification shall not exceed an amount equal to the total value of all
insurance coverage required by Section 5.1 of this document. Indemnification is limited to damages caused
in whole or in -part by any act. omission, or default of the Contractor, the Contractor's subcontractors.
subwsubcontractors, materialmen. or agents of any tier or their respective employees to the ex~ent caused-
by the n"egligence. recklessness. or intentional wrongful misconduct of the indemnifying party and persons
employed or utilized by the indemnifying party in the performance of the construction contract.
Responsibility for Connection to Existing Work:
6.35 It shall be the responsibility of the CONTRACTOR to connect its Work to each part of the existing
Work. existing building or structure or Work previously installed as required by the Drawings .and
Specifications to provide a complete installation.
6.36 Excavations. grading. fill. storm drainage. paving and any other .construction or installations in. rights-of-
ways of streets. highways. public carrier lines. utility lines. either aerial. surface or subsurface. etc .• shall be
done in accordance with requirements of the special conditions. The OWNER will be responsible for
obtaining all permits necessary for the Work described in this paragraph 6.36. Upon completion althe
Work. CONTRACTOR shall present to CONSULTANT certificates. in triplicate. from the proper
authorities. stating that the Work has been done in accordance with their requirements. .
6.36.1 The CITY will cooperate with the CONTRACTOR in obtaining action from any utilities or public
authorities involved in the above reqUirements.
6.36.2 The CONSULTANT shall be responsible for obtaining elevations of cwrbs ,lOd gutters.pavemen~
storm drainage structures. and other items which must be established by governmental
departments as soon as grading operations are begun on the site and. in any case. sufficiently early
in the construction period to prevent any adverse effect on the Project.
Cooperation with Goyernmental Departments; Public Utilities. Etc.:
6.37 The CONTRACTOR shall be responsible for making all necessary arrangements with governmental
departments. public utilities. public carriers. service companies and corporations (hereinafter referred to
as "third parties") owning or controlling roadways, railways, water. sewer, gas. electrical condUits.
telephone. and telegraph facilities such as pavements. tracks. piping. wires. cables. conduits; poles. guys.
108
)
n
C)
etc .• including incidental structures connected therewith. that are encountered in the Work in order that
such items are properly shored. supported and protected, that their location is identified and to obtain
authority from these third parties for relocation if the CONTRACTOR desires to relocate the item. The
CONTRACTOR .shall give all proper notices, shall comply with all requirements of such third parties in
the performance of his Work,shall permit entrance of such third parties on the Project in order that they
may perform their necessa"; work. and shall pay all charges and fees made by such third parties for their
work.
6.37, I The CONTRACTOR'S attention is called to the fact that there may be delays on the Project due
to work to be done by governmental departments. public utilities, and others in repairing or
moving poles, condUits, etc, The CONTRACTOR shall cooperate with the above parties In every
way possible, so that the construction can be completed in the least possible time,
6.37.2 The CONTRACTOR shall have made itself familiar with all codes, laws. ordinances. and
regulations which in any manner affect those engaged or employed in the Work, or materials and
equipment use in or upon the Work, or in any way affect the conduct of the Work, and no plea of
misunderstanding will be considered on account of damage or delay caused by his ignorance
thereof.
Use Premises:
6.38 CONTRACTOR shall confine its apparatus. storage of materials, and operations of its workmen to the
limits indicated by law. ordinances,. permits and directions of CONSULTANT and CITY, and shall not
unnecessarily encumber any part of the site or any areas off site.
6.38.1 CONTRACTOR shall not overload or permit any part of any structure to be loaded with such
weight as will endanger its safety. nor shall it subject any work to stresses or pressures that will
endanger it.
6,38.2 CONTRACTOR shall enforce the rules and regulation promulgated by the CONSULTANT and
OWNER as well as their Instructions with regard·to Signs, advertisements, fires and smoking.
6.38.3 CONTRACTOR shall arrange and cooperate with CITY In routing and parking of automobiles of
its employees, subcontractors and other personnel, as well as that olthe material delivery trucks
and other. vehicles that come to the Project site.
6.38.4 The City will designate specific areas on the site for storage. parking, etc. and the job site shall be
fenced to protect the job site and the general public.
6.38.5 The CONTRACTOR shall furnish, install and maintain adequate construction office facilities for all
workers employed by it or by its Subcontractors. Temporary offices shall be provided and
located where directed and approved by the CONSULTANT, All such facilities shall be furnished
in strict accordance with existing governing regulations, Field offices shaU·inciudetelephone
facilities.
Protection .of Existing PropertY Improvements:
6,38 Any existing surface or subsurface improvements, such as pavements, curbs, sidewalks, pipes or utilities,
footings, or structures (including portions thereof), trees and shrubbery, not indicated 00 the DraWings
or noted in the Specifications as being removed or altered shall be protected from damage during
construction of the Project. Any such improvements damaged during construction of the Project shall
be restored at the expense of the CONTRACTOR to a condition equal to that existing at the time of
award of Contract,
ARTICLE 7 • WORK BY OTHERS.
7.1 The CITY may perform additional Work related to the Project or may let other direct contracts therefor
which shall contain General Conditions similar to these. The CONTRACTOR shall afford the other
contractors who are parties to such direct contracts (or the OWNER, if it·is perfonningthe additional
Work itself), reasonable opportunity for the introduction and storage of materials and eqUipment and the
execution of Work, and shall properly connect and coordinate its Work with theirs.
7.2 If any part of the CONTRACTOR'S Work depends upon proper execution or results of the Work of any
other contractor or the OWNER. the CONTRACTOR shall prompdy report to the CONSULTANT in
writing any defects or deficiencies in such Work that render it unsuitable for the CONTRACTOR's
Work.
7.3 The CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make
its several parts come together properly and fit to receive or be received by such othetWork. The
CONTRACTOR shall not endanger any Work of others by cutting. excavating or otherwise altering their
109
Work and shall only cut or alter their Work with the written consent of the CONSULTANT and of the
other contractor whose work will be affected.
7.4 If the performance of additional Work by other contractors or the OWNER is not noted in the Contract
Documents prior to the execution of the Contract. written notice thereof shall be given to the
CONTRACTOR prior to starting any such additional Work. If the CONTRACTOR believes that the
performance of such additional Work by the OWNER or others will cause the CONTRACTOR
additional expense or entitles him to an extension of the Contract Time, he may make a claim therefore
as provided in Articles I I and 12.
7.5 Where practicable, the CONTRACTOR shall build around the work of other separate contractors or
shall leave chases, slots and holes as required to receive and to conceal within the general construction
Work the work of such other separate contractors as directed by them. Where such chases, slots, etc ..
are impracticable, the Work shall require specific approval of the CONSULTANT.
7.6 Necessary chases, slots. and holes not built or left by the CONTRACTOR shall be cut by the separate
contractor requiring such alterations after approval of the CONTRACTOR. The CONTRACTOR shall
do all patching and finishing of the work of other contractors where it is cut by them and such patching
and finishing shall be at the expense of CONTRACTOR
7.7 Cooperation is required in the use of site facilities and in the detailed execution of the Work. Each
contractor shall coordinate their operation with those of the other Contractors for the best interest of
the Work in order to prevent delay in the execution thereof.
7.8 Each of several contractors working on the Project Site shall keep themselves informed of the progress of
the work of other contractors. Should lack of progress or defective workmanship on the part of other
contractors interfere with the CONTRACTOR's operations, the CONTRACTOR shall notify the
CONSULTANT immediacely and in writing. Lackof such notice to the CONSULTANT shall be
construed as acceptance by the CONTRACTOR of the status of the work of other contractors as being
satisfactory for proper coordination of CONTRACTOR's own Work.
7.9 The cost of extra Work resulting from lack of notice, untimely notice, failure to respond to notice,
Defective Work or lack of coordination shall be the CONTRACTOR's cost.
7.10 The CITY reserves the right in the event the CONTRACTOR cannot provide an item(s) or service(s) in a
timely manner as requested, to obtain the good and/or services from other sources and deducting the
cost from the Contract Price without violating the intent of the Contract.
ARTICLE 8 -clrrs RESPONSIBILITIES.
8.1 The CITY will issue all communications to the CONTRACTOR through the CONSULTANT.
S.2 In cases of termination of employment of the CONSULTANT, the CITY will appoint a CONSULTANT
whose status under the Contract Documents shall be that of the former CONSULTANT.
8.3 The CITY shall promptly furnish the data required of them under the Contract Documents.
S,4 The CITY'S duties in respect to providing lands and easements are set forth in Paragraphs 4.1 and 4.2.
8.5 The CITY shall have the right to take possession of and use any completed or partially compleceq
portions of the Work. notwithstanding the fact that the time for completing the entire Work or any
portion thereof may not have expired; but such taking possession and use shall not be deemed an
acceptance of any Work not completed in accordance with the Contract Documents.
ARTICLE 9 -CONSULTANTS' STATUS DURING CONSTRUCTION.
City'S Representative:
9.1 The CONSULTANT shall be the CITY'S representative during the construction period. The ·duties and
responsibilities and the limitations of authority of the CONSULTANT as the CITY'S representative during
construction are set forth in Articles I through 16 of these General Conditions and shall not be extended
without written consent of the CITY and the CONSULTANT.
9.1.1. The CONSULTANT's decision, in matters relating to aesthetiCS, shall be flnal, if within the terms
of the Contract Documents.
9.1.2 Except as may be otherwise provided in this contract, all claims, counterclaims, disputes and other
matters in question between the CITY and the CONSULTANT arising out of Or relating to this
Contract or the breach thereof, shall be decided in a court of competent jurisdiction within the
State of Florida.
Visits to Site:
110
n
(J
J
n
(). ,
)
9.2 The CONSULTANT shall provide an inspector to make periodic visits to the site at each phase of
construction to observe the progress and quality of the executed Work and to det .. rmine if the Work is
proceeding in accordance with the Contract Documents. His efforts shall bediretted toward providing
assurance for the OWNER and all applicable regulatory agencies that construction is in compliance with
the Construction Documents and applicable laws. rules and regulations. On the basis of these on site·
observations as an experienced and qualified design professional. he shall keep the CITY informed of the
progress of the Work and shall guard the OWNER against defects and deficiencies in the Work of
CONTRACTOR.
Clarifications and Interpretations:
9.3 The CONSULTANT shall issue. with reasonable promptness, such written clarifications or interpretations
of the Contract Documents (in the form of Drawings or otherwise) as it may determine necessary. which
shall be consistent with. or reasonably inferable from, the over.1I intent of the Contract Documents. If
the CONTRACTOR seeks an incre.se in the Contract Price or extension of Contract Time based on a
.written clarification andlor interpretation it shall be required to submit a timely claim as provided in
Articles II and 12.
Measurement of Quantities:
9.4 All Work completed under th.e Contract shall be measured by the CONSULTANT according to the
United States Standard Measures. All linear surface measurements shall be made horizontally or vertically
as required by the item measured.
Reiectine Defe'ctjve Work:
9.5 The CONSULTANT shall h.ve authority to disapprove or reject Work that is "Defective Work" as
defined in Article I. It shall also have authority to require special inspection or .testing of the Work
including Work fabricated on or off site. installed or completed as provided. In the event that the
CONSULTANT requires testing of completed Work. the cost of such inspections andlor testing shall be
approved in writing by the CITY. All consequential COSt of such inspections and testing. including but not
limited to the cost of testing and inspection, the cost of repairing any ·of the Work. or tM work of others,
the cost to move furniture and equipment andlor the cost to provide alternative facilities untirthe repair
work can be completed, shall paid by the CONTRACTOR if the Work is found to be Defective.Work.
Shop Draw;ngs. Chan~ Orders and Payments·
9.6 In cOnnection with the CONSULTANT responsibility as to Shop Drawings and samples. see paragraphs
6.25 through 6.28. inclusive.
9.7 In connection with the CONSULTANT's responsibility for Change Orders see Articles 10, II, and 12.
9.8 In connection with the CONSULTANT responsibilities with respect to the Application for Payment, etc .•
see Article 14.
Decisions on Disagreements:
9.10 The CONSULTANT shall be the initial interpreter of the Construction Documents.
Limitations on Consultant's Responsibilities:
9.11 The CONSULTANT will not be responsible for the construction means. methods, techniques,sequences
or procedures, or the safety precautions and programs incident thereto.
9.12 The' CONSULTANT will not be responsible for the acts or omissions of the CONTRACTOR. or ·any
Subcontractors. or any of their agent, servants or employees. or any other person performing any of the
Work under or through them.
ARTICLE 10 • CHANGES IN THE WORK.
10.1 Without invalidating the Contract, the CITY may. at any time or from time to time. order additions.
deletions or revisions in or to the Work which shall only be authorized by a written Change Orders.
Upon receipt of a Change Order, the CONTRACTOR shall proceedwiththe Work involved. All such
Work shall be performed under the applicable conditions of the Contract Documents. If any authorized
written -Change Order causes an increase or decrease in the Contract -Price or an exten~ion or
shortening of the Contract Time, an equitable adjustment will be made as provided in Article II or
Article 12. A written Change Order signed by the CITY and the CONTRACTOR indicates their
III
agreement to the terms of the Change Order. All Change Orders shall be certified by the
CONSULTANT as to the appropriateness and value of the change in the Work as well as to any change
in the time to complete the Work under the circumstances. The failure to include a time. extension in ()
the Change Order or in the requesdor a change order shall result in a waiver of any extension of time
due to the change in the work as reflected in the Change Order.
10.2 The CONSULTANT may authorize minor changes or alterations in the Work not involving extra cost
and not inconsistent with the overall intent of the Contract Documents without the need for a formal
written Change Order provided the CONTRACTOR does not request additional time or additional
compensation. These may be accomplished by a written Field Order. If the CONTRACTOR believes
that any change or alteration authorized by the CONSULTANTs Field Order would entities the
CONTRACTOR to an increase in the Contract Price or extension of Contract Time, it must submit a
written notice of intent to demand a Change Order within twenty four (24) hours of the issuance of the
Field Order and submit a written proposal for Change Order within four (4) days thereafter, otherwise
the CONTRACTOR shall be deemed to have waived such claim.
1003 Additional Work performed by the CONTRACTOR without authorization 01 a written Change Order
shall not entitle it to an increase in the Contract Price or an exte.nsion of th.e Contract TIme, except in
the.case of an emergency as provided in paragraph 6.22 and except as provided in paragraph 10.2.
10.4 The CITY will execute appropriate Change Orders prepared by the CONSULTANT covering changes in
the Work, to be performed as provided in paragraph 4.4, and Work performed in an emergency as
provided in paragraph 6.22 and any other claim of the CONTRACTOR for a change in the Contract Time
or the Contract Price which is approved by the CONSULTANT.
10.5 It is the CONTRACTOR'S responsibility to notify its Surety of any changes affecting the general Scope of
the Work or change in the Contract Price or Contract Time and the amount olthe applicablei:>onds shall
be adjusted accordingly. The CONTRACTOR shall furnish proof of such an adiustmentto the CITY
before commencement of the Change Order Work. The Work shall be stopped until the
CONTRACTOR provides such proof of adjustment in the Bond amount and any suthdelay shall be
charged to the CONTRACTOR.
ARTICLE I 1-CHANG.E OF CONTRACT PRICE.
11.1 The Contract Price constitutes the total compensation payable to the CONTRACTOR for Performing
the Work. All duties, responsibilities and obligations assigned to or undertaken by the CONTRACTOR
shall be at its expense without changing the Contract Price.
11.2 The CITY may. at any time, without written notice to the sureties, by written order desigoated or
indicated to be a Change Order, make any change in the Work within the general scope of the Contrac~
including but not limited to changes to or in:
11.2.1 SpeCifications (including drawings and designs);
II 2.2 Method or manner of performance of the Work.
11.2.3 CITY-furnished facilities, equipmen~ materials, services, or site; or
11.2.4 Acceleration in the performance olthe Work.
11,3 Except as provided in this section, or sections referred to in this section, no order, statement, or conduct
of the CITY shall be treated as a Changa Order or eneitle the CONTRACTOR to an equitable
adjustment unless and until the change in the Work is specifically and expressly provided for in a written
Change Order. or as otherwise provided in another section of the Contract Documents.
I I .4 When a Change Order is issued by the CONSULTANT and signed. by the CITY or is.sued by the CITY in
writing, the CONTRACTOR shall perform the Work even ifthe CONTRACTOR doesnot.agreewith
the dollar amount of the. Change Order. If any Change Order causes an increase or decrease In the
CONTRACTOR'S cost of. or the time required for, the performance of any part of the WQrk under this
Contract. for which the CITY and the CONTRACTOR cannot reaCh • timely agreement, an equitable
adjustment based on the cost of the Work shall be made and the Contract mociifiedaccordingly ..
11.5 If the CONTRACTOR intends to assert a claim for an equitable adjustment or contest the eqUitable
adjustment made by the CONSULTANT, it shall, within ten (10) calendar days after receipt of aWritten
Change Order. submit to the CITY and CONSULTANT a written notice induqing.a statement se.tting
forth the general nature and monetary extent of such claim for equitable adjustment, time extenSion
requested and supporting data. In determining the cost of the Change Order, the costs shall. be. limited to
those listed in section 11.7 and 11.8.
11.6 No daim by the CONTRACTOR for an equitable adjustment hereunder shall be allowed if not submitted
in accordance with this section or if asserted after final payment under this Contract. .
112
()
)
C)
C)
11.7 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:
11.7.1 By negotiated lump sum.
11.7.2 On the basis of the reasonable cost and savings that results from the change'in the Work plus a
mutually agreed upon fee to the CONTRACTOR to coyer overhead and profit not to exceed
15%. If the CONTRACTOR disagrees with the CONSULTANTs determination of reasonable
costs. the CONTRACT shall provide a list of all costs together with backup documentation
11.8 The term cost of the Work means the sum of all direct extra costs necessarily incurred and paid by the
CONTRACTOR in the proper performance of 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 Miami-Dade
County and shall include only the following items:
11.8.1 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 shall be
apportioned on the basis of their time spent on the Work. Payroll costs shall be limited to:
salaries and wages, plus the costs of fringe benefits which shall include social security
contributions, unemployment, excise and payroll raxes, workers' compensation, health and
retirement benefits, sick leave, vacation and holiday pay applicable thereto. Such eOlployees shall
include superintendents and foremen at the site. The expenses of performing Work afterregolar
working hours, on Sunday or legal holidays shall be included in the above only if authorized by
CITY and provided it was not in any way, whether in whole or in part the result of the fault of the
CONTRACTOR due to negligence of the CONTRACTOR or those acting by or through him or
due in whole or in part to Defective Work of the CONTRACTOR.
11.8.2 Cost of all materials and equipment furnished and incorporated in the .Work,induding COSts of
transportation and storage. and manufacturers' field services required in connection therewith.
The CONTRACTOR shall notify the CITY of all cash discounts that are avail.bl.e.and offer the
CITY the opportunity to deposit funds with the CONTRACTOR for the paymentioritems that
offer a discount. Cash discounts shall accrue to CONTRACTOR unless theCONTRACTORfaiis
to timely notify the CITY of the discounts or if the OWNER deposits funds witil CONTRACTOR
with which to make payments in which cases the cash discounts shalf accrue to the OWNER .. All
trade discounts, rebates and refunds, and all returns from safe of surPlus materials and equIpment
shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be
obtained.
11.8.3 Payments made by CONTRACTOR to the Subcontractors for Work performed by
Subcontractors. If required by CITY, CONTRACTOR shall obtain competitive.bidsfrom
SubcontraCtors acceptable to him and shall deliver.such bids to CITY who wilLthendetermine,
with the advice of the CONSULTANT, which Bids will be accepted. No subcontract shall be a
cost plus contract unless approved in writing by the CITY. If a Subcontract provides that the
Subcontractor is to be paid on the basis of Cost of Work plus. fee, the cost of the Work shall be
determined in accordance this section 11.8 and in such case the word "Subcontractor" shall be
substituted for the word "CONTRACTOR".
11.8,4 Rentals of all construction equipment and machinery, except hand tools, 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 terms of said
rental agreements. The rental of any such eqUipment, machinery or parts shall cease when the
use thereof is no longer necessary for the Work.
11.8.5 Sales. use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed
by any governmental authority.
11.8.6 Payments and fees for permits and licenses. CostS for permits and licenses Olustbe shown as a
separate item.
11.8.7 The cost of utilities, fuel and sanitary facilities at the site.
11.8.8 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.
11.8.9 Cost of premiums for additional Bonds and insurance required solely because of changes· in the
Work, not to exceed two percent (2%) of the increase in the Cost ofthe Work.
11.9 The term Cost of the Work shall NOT include any of the following:
113
11.9.1 Payroll costs and other compensation of CONTRACTOR'S officers, executives, principals (of
partnership and sale proprietorships). general managers, engineers; architects; estimators., lawyers,
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 schedule referred to in Subparagraph 11.5.
11.9.2 Expenses of CONTRACTOR'S principal and branch offices other than its office at the site.
11.9.3 Any part of CONTRACTOR'S capital expenses, including interest on CONTRACTOR'S capital
employed for the Work and charges against CONTRACTOR for delinquent payments.
11.9.4 Cost of premiums for all bonds and for all insurance policies whether or not CONTRACTOR is
required by the Contract Documents to purchase and maintain the same (except as otherwise
provided in Subparagraph 11.8.9).
11.9.5 Costs due to the negligence of CONTRACTOR, any Subcontractor, 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.
11.9.6 Other overhead or general expense costs of any kind and the costs of any item not specifically
and expressly included in Paragraph 11.8.
11.10 The CONTRACTOR'S fee which shall be allowed to CONTRACTOR for its overhead and profit shall be
determined as follows:
11.10.1 A mutually acceptable firm fixed price: or if none can be agreed upon.
I 1.10.2 A mutually acceptable fixed percentage (not to exceed 15%).
11.11 The amount of credit to be allowed by CONTRACTOR to OWNER for any such change which rewlts in
a net decrease in cost will be the amount of the actual net decrease-in costs calcul~ted in ,the same
manner as provided in 11.8. When both additions and credits are involved in anyone change, the net
shall be computed to include overhead and profit, identified separately, for both additions and credit,
provided however, the CONTRACTOR shall not be entitled to claim lost profits for any Work not
performed.
ARTICLE .12 -TIME FOR COMPLETION. LIOUIDATED DAMAGES AND CHANGE OF THE
CONTRACT TIME.
12.1 Time is·ofthe essence to this contract and the date of beginning and the time for completion of the. Work
are essential conditions of the Contract. Therefore, the Work shall be commenced on-the date specified
in the Notice to Proceed and completed within the time specified for completion of the work.
12.2 The CONTRACTOR shall proceed with the Work at such rate of progress to ensure full completion
within the Contract Time. It is expressly understood and agreed, by and between the CONTRACTOR
and the OWN ER, that the Contract Time for the completion of the Work described herein is a
reasonable time, taking into consideration the average climatic and e~onomic conditions -and' other factors
prevailing in the locality of the Work. No extension of time shall be granted due conditions that the
Contractor knew of or should have known of before bidding on the project or due tcindement weather,
except as provided in section 12.7.
12.3 If the CONTRACTOR shall fail to complete the Work within the Contract Time, .or extension of time
granted by the CITY, then the CONTRACTOR shall pay to the OWNER the amount of liquidated
damages as specified in the Contract Documents for each calendar day after the scheduled date for
completion as adjusted by written Change Orders that extended the completion date.
12.3.1 These amounts are not penalties but are liquidated damages incurred by the OWNER for its
inability to obtain full 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 as a consequence of such delay, and both parties desiring to. obviate any
question or dispute concerning the amount of said damages and the cost and effect of the failure
of CO NTRAC TOR to complete the Contract on time. The above-stated liquidated damages shall
apply separateiyto each phase of the Project for which a time for completion;s given.
12.3.2 CITY is authorized to deduct the liqUidated damages from monies due to CONTRACTOR for the
Work under this Contract.
12.4 The Contract Time may only be changed by a written Change Order. Any claim for an extension in the
CONTRACT TIME shall be based on written notice delivered to the CITY andCON5ULTANiwithin
five (5) business days of the occurrence ofthe event giving rise to the claim and stating the general nature
of the claim including supporting data. All claims for adjustment in the Contract Time shall be evaluated
114
o
C)
C)
and recommended by.the CONSULTANT. with final approval by the CITY'S representative. Any change
in the Contract Time resulting from any such claim shall be incorporated ina written Chang~ Order.
12.5 All time limits stated in the Contract Documents are of the essence of the Contract.
12.6 No claim for delay shall be allowed because of failure to furnish Drawings before the expiration of
fourteen (14) calendar days after demand has been made in writing to the CONSULTANT for such
Drawings. Furthermore. there shall be no monetary compensation for such delay and the
CONTRACTOR's sale remedy shall be an extension of time for the period of delay.
12.7 Extensions to the Contract Time for delays caused by the effects of inclement weather shall not be
granted unless the weather was unusual for South Florida and could not have been anticipated. the
abnormal weather is documented by records from the national weather service and the abnormal
weather is documented to have had a substantial affected on the construction schedule.
12.8 No Damages for Delay:The CONTRACTOR agrees that he shall not have any claim for damages due to
delay unless the delay exceeds 6 months, whether individually or cumulatively, and then the damages shall
be limited to increased cost of materials that were unanticipated and that would not have been incurred
but for the delay. Other than as set forth above. the only remedy for any delay shall be limited't() an
extension of time as provided for in Section 12.4 which shall be the sale and exclusive remedy for such
resulting delay. Other than as set forth above, CONTRACTOR shall not be entitled to an increase In the
Contract Price or payment or compensation of any kind from OWNER for direct, indirect, consequential,
impact or other costs. expenses or damages. including but not limited to, costs of acceleration or
inefficiency. overhead or lost profits. ariSing because o'f 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.
12.9 The CONTRACTOR waives all claims that are not presented to the City in writing on or before the 21 st
day following the date of the event upon which the claim is based.
12.10 Dispute Resolution: If any dispute concerning a question of fact arises under the Contract, other than
termination for default or convenience, the CONTRACTOR and the city department responsible for the
administration of the Contract shall make a good faith effort to resolve the dispute. If the dispute cannot
be resolved by agreemen~ then the department with the advice of th.e City Attorney and the
CONSULTANT shall rule on the disputed issue and send a written copy of its decision to the
CONTRACTOR. CONTRACTOR shall comply with such decision and shall not delay tne project.
ARTICLE 13 -GUARANTEE
13.1 The CONTRACTOR shall guarantee and unconditionally warrant through either the manufacturer or the
CONTRACTOR directly, all materials and equipment furnished and Work performed for patent
Defective Work for a period of one (I) year/rom the date affinal Acceptance as indicated in the
CONSULTANT Letter of Recommendation of Acceptance or from th~ date when the defect was first
observable, whichever is later. The same guarantee and unconditional warranty shall be extend for five
(5) years from the date of Final Acceptance as indicated in the CONSULTANT Letter of
Recommendation of Acceptance for latent Defective Work. The CITY will give notice ofobserved
defects with reasonable promptness. In the event that the CONTRACTOR should fail to commence to
correct such Defective Work within ten (10) calendar days after having received written notice of the
defect, or should the CONTRACTOR commence the corrective work, but fall to prosecute the
corrective work continuously and diligently and in accordancewitb.the Contract Documents,applicable
law. rules and regulations. the CITY may declare an event of default, terminate the Contract ill whole or
in part and cause the Defective Work to be removed .or corrected and to complete the Work at the
CONTRACTOR's expense, and the CITY shall charge the CONTRACTOR the cost thereby incurred.
The Performance Bond shall remain in full force and effect through the guaranceeperiod.
13.2 The specific warranty periods listed in the Contract Documents, if different from the period of time listed
in Section I :3.1. shall take precedence over Section 13.1. .
13.3 CONTRACTOR shall act as agent, on a limited basis for the OWNER, at the CITY's option, solely for
the follow-up concerning warranty compliance for all items under manufacturer's WarrantY/Guarantee
and for the purpose of completing all forms for Warranty/Guarantee coverage under this Contract.
13.4 In case of default by the CONTRACTOR, the City of South Miami may procure the artides or services
from other sources and hold the CONTRACTOR responsible for any excess costs occasioned or
incurred thereby.
13.5 The CITY may withhold acceptance of, or reject items which are found upon examination, not to meet
the specification requirements. Upon written notification of rejection, items shall be removed Within five
115
(5) business days by the CONTRACTOR at his own expense and redelivered at his expense. Rejected
goods left longer than thirty (30) calendar days shall be regarded as abandoned and the City shall have the
right to dispose of them as its own property and the CONTRACTOR thereby wa\v~s any claim to the
good or to compensation of any kind. Rejection for Non,conforming Work or failure to meet delivery
schedules may result in the Contract being found in default.
ARTICLE 14. PAYMENTS AND COMPLETION.
Payments to Contractor
14.1 The Contractor shall not be entitled to any money for any work performed before the issuance of a
Notice to Proceed on the form described in the Contract Documents and the issuance by the City of a
"purchase order", or any other document, does not and shall not authorize the commencem~nt of the
Work. At least ten (10) calendar days before each progress payment falls due (but not more often than
once a month). the CONTRACTOR shall submit to the CONSULTANT a partial payment estimate .filled
out and signed by the CONTRACTOR covering the Work performed during the period covered by the
partial payment estimate and supported by such data as the CONSULTANT may reasonably reqUire. All
progress payment applications after the first progress payment shall be accompanied by partial releases of
lien executed by all persons, firms and corporations who have furnished labor, services or materials
incorporated into the work during the period of time for which the previous progress payment was made,
releasing such claims and lien rights, if any, of those persons. If payment is requested on the basis of
materials and equipment not incorporated in the Work but delivered and suitably stored at or near site,
the partial payment estimate shall also be accompanied by such supporting data, satisfactory to the CITY,
which establishes the OWNER'S title to the material and equipment as well as certificates of insurance
providing coverage for 100% of the value of said material and equipment covering the material and
eqUipment from all casualties as well as theft. vandalism, fire and flood. The CONTRACTOR shall replace
at its expense any stored materials paid for which are either damaged or stolen before installation. The
. CONSULTANT will within ten (10) calendar days after receipt of each partial payment estimate, either
certifying in writing its approval of payment and present the partial payment estimate to the OWNER, or
return the partial payment estimate to the CONTRACTOR, indicating In writing his reasons for refusing
to approve payment. In the latter case, the CONTRACTOR may make the necessary corrections and
resubmit the partial payment estimate. The OWNER, will within thirty (30) calendar days of presentation
to it of any approved partial payment estimate, pay the CONTRACTOR a progress payment on the bas.is
of the approved partial payment estimate. The OWNER shall retain ten (10%) percent of the amount of
each payment until Final Completion and Acceptance of all Work covered by the Contract Documents.
Any interest earned on the retalnage shall accrue to the benefit of the OWNER.
14.2 The CONTRACTOR, before it shall receive final payment, shall deliver to the ·CITY a Contractor's Final
Payment Affidavit as set forth in the Florida Construction Lien Statute as well as final releases of lien
executed by all persons who have performed or furnished labor, services or materials. directly or
indirectly, which was incorporated into the Work. If any person refuses to.provide such a release or
provides a conditional release, the CITY shall have the right to Issue a joint check made payable to the
CONTRACTOR and such person.
Contractor's Warranty of Title
14.3 The CONTRACTOR warrants and guarantees that title to all Work, materials and eqUipment covered by
an Application for Payment whether the Work, material or equipment is incorporated in. the Project or
not, shall have passed to the OWNER prior to the making of the Application for Payment, free and Clear
of all liens. claims, security interest and encumbrances (hereafter In .these General Conditions referred to
as "Liens"); and that no Work. materials or equipment, covered by an Application for Payment, willhave
been acquired by the CONTRACTOR or by any other person performing the Work at the site or
furnishing materials and eqUipment for the Project, under or pursuant to an agreement under which an
interest therein or encumbrance thereon is retained by the seller or otherwise imposed by the
CONTRACTOR or such other person.
ARRrovai of Payment
14.4 The CONSULTANT's approval of any payment requested in an Application for Payment shall constitute a
representation by him to the CITY, based on the CONSULTANT's. on site observations. of the Work in
progress as an experienced professional and on his review of the Application for Payment .and supporting
data, that the Work has progressed to the point indicated in the Application for Payment; that, to the
116
C)
)
(j
C)
best his knowledge. information and belief. the quality of the Work is in accordance with the Contract
Documents (subject to an evaluation of the Work asa funetioning Project upon substantial completion as
defined in Article I. to the results of any subsequent tests called for in the Contract Documents and any
qualifications stated in his approval); and that the CONTRACTOR is entitled to payment of the amount
apProved. However, by approving. any such payment the CONSULTANT shall not.ther.eby be deemed
to have. represented that he _made exhaustive' o~ continuous on·site 'obserr.atfons to check the quality or
the quantity of the Work, or that he has reviewed the means, methods. techniques. sequences and
procedures of construction or that he had made any examination to .ascertain how or for what p.urpose
the CONTRACTOR has used the moneys paid or to be paid to him on account ·of the Contract Price. or
that title to any Work. materials. or equipment has passed to the OWNER free and dear of anyUens.
14.5 The CONTRACTOR shall make the following certification on each request for payment:
"I hereby certify that the labor and materials listed on this request for payment have been .used in the
construction of this Work and that all materials induded in this request for payment and not yet
incorporated into the construction are now on the site or stored at an approved location, and payment
received from the last request for payment has been used to make payments to all his Subcontractors
and suppliers. except for the amounts listed below beside the names of the persons who performed work
or supplied materials",
In the event that the CONTRACTOR withholds payment from a Subcontractor or Supplier, the same
amount of money shall be withheld from the CONTRACTOR's payment until the issue is resolved by
written agreemeht between them and then a joint check shall be made payable to the person in question
and the CONTRACTOR in accordance with the settlement agreement, otherwise the money shall be
held by the OWNER until a judgment is entered in favor of the CONTRACTOR or the person. in which
case the money shall be paid according with said judgment, Nothing contained herein shall indicate an
intent to benefit any-third persons who are not signatories to· the ·Contract.
14.6 The CONSULTANT may refuse to approve the whole or any part of any payment if. in its opinion, it is
unable to make such representations to the OWNER as required this Section 14. It may also refuse to
approve any payment. or it may void any prior payment application certification because ofsubsequently
discovered evidence or the results of subsequent inspection or tests to such extent as may be necessary
in its opinion to protect the OWNER from loss because:
14.6.1 of Defective Work. or completed Work has been damaged requiring correction or replacement,
14.6.2 the Work for which payment is requested cannot be verified.
14.6.3 claims of Liens have been filed or received, or there is reasonable evidence indicating the probable
filing or receipt thereof,
14.6.4 the· Contract Price has been reduced because of modifications.
14.6.5 the CITY has correct Defective Work or completed the Work in accordance with Article 13.
14.6.6 'If unsatisfactory prosecution of the Work. including·failure to dean up as requiredby.par~graphs
6.29 and 6;30,
14.6.7 of perSistent failure to cooperate with other contractors on the Project and persistent ~ilure to
carry out the Work in accordance with the ContraetDocuments.
14.6.8 of liquidated damages payable by the CONTRACTOR, or
14.6.9 of any other violation of. orfailure to comply with provisio~s ofthe Contract Documents.
14.7 Prior to Final Acceptance the OWNER. with the approval of the CONSULTANT. may use any completed
or substantially completed portions of the Work provided such use does not interfere with the
CONTRACTOR's completion of the Work. Such use shall not constitute an acceptance of such portions
ofthe Work.
14.8 The CITY shall have the right to enter the premises for the purpose of doing Work not covered by the
Contract Documents. This provision shall not be construed as relieving the CONTRACTOR at the sole
responsibility forthe care and protection of the Work. or the restoration of any damaged Work except
such as may be caused by agents or employees of the OWNER.
14.9 Upon completion and acceptance ofthe Work the CONSULTANT shall issue a Certificate attached to
the Final Application for Payment that the Work has been accepted by it under the conditions oithe
Contract Documents. The entire balance found to be due the CONTRACTOR. including the retained
percentages. but except such sums as may be lawfully retained by the OWNER, shall be paid to the
CONTRACTOR within thirty (30) calendar days of completion and acceptance of the Work.
117
14.10 Upon The awarded CONTRACTOR will be strongly encouraged to register as an ePayables Vendor with
the Owner. The Bank of America ePayables Solution is an automated card payment process that shifts
accounts payable disbursements to corporate purchasing cards. ePayables, streamline the process of
making payments to your organization going forward, the City will provide the CONTRACTOR with a
credit card account. number to keep on file. This card has unique security features, with $0 of available
funds until an invoice is approved for payment. After an invoice h.as received proper and complete
approval, an electronic remittance advice will be sent via e-mail, or fax, which notifies the
CONTRACTOR that the funds have been transferred in to the account ·linked to the card for the amount
listed on the invoice andlor remittance email. Please refer to the ePayablesQuestions & Answers Form
contained in this RFP or contact the OWNER's Finance department at (30S) 663-6343 with any questions.
Acceptance of Final..Payment as 'Release
14.11 The Acceptance by the CONTRACTOR of Final Payment shall be and shall operate as a release to the
OWNER and a Waiver of all claims and all liability to the CONTRACTOR other than claims previously
flied and unresolved. The waiver shall include all things done or furnished in connection with the Work
and for every act and neglect of the OWNER and others relating to or arising out of this Work: Any
payment, however, final or otherwise, shall not release the CONTRACTOR or its sureties from any
obligations under the Contract Documents or the Performance Bond and Payment Bonds.
14.12 The CONSULTANT may void any certification of Substantial Completion or Final Completion of the
Work as may be necessary in his opinion to protect the OWNER from loss if he determines, because of
subsequently discovered evidence or the results of subsequent inspection or tests. that
14.12.1 the Work is defective, or that the completed Work has been damaged due to the fault of the
CONTRACTOR or any individual or entity operating under or through it requiring correction
or replacement to the extent that the project is no longer Substantially Completed, or in the
case affinal Completion certification. is no longer Finally Competed.
14.12.2 the Work necessary to be completed for the purpose of certifying the work as being
Substantially Completed or Finally Completed cannOt be verified,
14.12.3 claims or liens have been filed or received, or there is reasonable evidence indicating the
probable filing or receipt thereof that, if valid and paid, would.reducethe amount owing to the
CONTRACTOR BY 20% in the case of Substantial Completion and 5% in the case affinal
Completion.
14.12.4 there is Defective Work the value of which, if deducted from the contract price would reduce
the amount owing to the CONTRACTOR BY 20% in the case of Substantial Completion and 5%
in the case affinal Completion.
14.13 If the CONSULTANT de-certifies any portion of the Work that was certified ("Initial Certification") by
the CONSULTANT, the CONTRACTOR shall repay to the City of South Miami any money paid as.
result of said Initial Certification being issued which shall be paid only when the decertified work isre-
certilled.
ARTICLE .15 -SU$PENSIONOF WORK AND TERMINATION.
15.1 The CITY may, at any time and without cause, suspend the Work or any portion thereoffor a period of
not more than ninety (90) calendar days by notice in writing to the CONTRACTOR and the
CONSULTANT. which shall fix the date on which Work shall be resumed. The CONTRACTOR shall be
allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly
attributable to any suspension and if a claim is timely made and if it is allowed under the terms of Articles
I I or Article 12.
City May Terminate
15.2 If the CONTRACTOR is adjudged bankrupt or insolvent, or if he makes. a general assignment for the
benefit of its creditors, or if a trustee or receiver is appointed for the CONTRACTOR orlorany its
property, or if he files a petition to take advantage of any debtor's act. or to reorganize under bankruptcy
or similar laws, or if he repeatedly fails to supply sufficient skilled workmen or suitable materials or
equipment, or if he repeatedly fails to make prompt payments to Subcontractors or for labor, materials or
equipment or he disregards laws, ordinances, rules, regulations or orders of any public body having
jurisdiction, or if he disregards the authority of the CONSULTANT, or if he ocherwise violates any
provision of, the Contract Documents, then the CITY may, without prejudice to any ot~r right or
remedy and after giving the CONTRACTOR and the Surety seven (7) calendar days Written notice,
118
n
C)
)
()
C)
J
terminate the services of the CONTRACTOR and take possession of the Project and of all materials.
equipmen~ tools. construction equipment and machinery thereon owned by the CONTRACTOR, and
finish the Work by whatever method it may deem expedient. In such case the CONTRACTOR shall not
be entitled to receive any further payment until the Work is finished. If the unpaid balance of the
Contract Price exceeds the direct and indirect costs of completing the Proje~ including compensation
for .additional profeSSional services. such excess shall be paid to the CONTRACTOR. If such COsts
exceed such unpaid balance, the CONTRACTOR or the Surety on the Performance Bond shall pay the
difference to the OWNER. Such costs incurred by the OWNER shall be. determined by the
CONSULTANT and incorporated in a Change Order. .
If after termination of the CONTRACTOR under this Section. it is determined by a court of competent
jurisdiction for any reason that the CONTRACTOR was not in defaul~ the rights and obligations of the
OWNER and the CONTRACTOR shall be the same as if the termination had been issued pursuant to
Section 15.5
15.3 Where the CONTRACTOR'S services have been so terminated by the CITY said termination shall not
affect any rights of the OWNER against the CONTRACTOR then existing or which may thereafter
accrue. Any retention or payment of moneys by the OWNER due·the CONTRACTOR shall not release
the CONTRACTOR from liability.
15,4 Upon seven (7) calendar days written notice to the CONTRACTOR and the CONSULTANT, the CITY
may; without cause and without prejudice to any other right or remedy, elect to terminate the Contract
for the convenience of the OWNER. In such case, the CONTRACTOR shall be paid for all Work
executed and accepted by the CITY as of the date of the termination, minus any deduction for damage or
Defective Work. No payment shall be made for profit for Work which has not been performed.
15,4A The CITY reserves the right in the event the CONTRACTOR cannOt provide an item(s) or servlce(s) in a
timely manner as requested, to obtain the good andlor services from other sources and deducting the
cost from the Contract Price without violating the intent of the c.ontract.
Remoyal of Eqyipment
15.5 In the case of termination of this Contract before completion for any cause whatever. the
CONTRACTOR, if notified to do so by the CITY, shall promptly remove any part or all of its eqUipment
and supplies from the property of the OWNER. Should the CONTRACTOR not remove such
equipment and supplies, the CITY shall have the right to remove them at the expense of the
CONTRACTOR and the CONTRACTOR agrees that the OWNER shall not be liable for loss or damage
to such equipment or supplies. Equipment and supplies shall not be construed to include.such items for
which the CONTRACTOR has been paid in whole or in part.
Contractor .May Stop Work or Terminate
15.6 If. through no act or fault of the CONTRACTOR, the Work is suspended for a period 01 more than
ninety (90) calendar days by the CITY or by order of other public authority, or under an order ofcourt
or the CONSULTANT fails to act on any Application for Payment within thirty {30) calendar days after it
is submitted, or-the OWNER fails to pay the CONTRACTOR any sum approved by the CONSULTANT,
within thirty (30) calendar days of its approval. and presentation, then the CONTRACTOR may, upon
twenty (20) calendar days written notice to the ·ClTY and the CONSULTANT, terminate the Contract.
The CITY may remedy the delay or neglect within the twenty (20) calendar day time frame. Jf timely
remedied by the CITY the Contract shall not be considered terminated. In lieu of terminating the
Contrac~ if the CONSULTANT has failed to act on an Application for Payment or the OWNER has failed
to make any·payment as afore said, the CONTRACTOR may upon ten (I 0)· calendar days' ""tice to the
CITY and the CONSULTANT stop the Work until it has been paid all amounts then due.
Indemnification of Independent Consultant.
15.7 The CONTRACTOR and the CITY hereby acknowledges that if the CONSULTANT is an independent
contractor of the OWNER. the CONSULTANT may be reluccant to rule on any disputes concerning the
Contract Documents or on the performance of the CONTRACTOR or the .OWNER pursuant to the
terms of the Contract Documents. Therefore. the OWNER, at the CONSULTANT's request, agrees to
provide the CONSULTANT with a written indemnification and hold harmle.ss agreement tcindemnily
and hold the CONSULTANT harmless as to any decision in this regard. before the CONSULTANT makes
119
an interpretation, de-certifies a payment application, decertifies Substantial Completion, decertifies Final
Completion. certifies an event of default. or approves any action which requires the approval of the
CONSULTANT.
ARTICLE 16 ~ MISCELLANEous.
16.1 Whenever any provision of the Contract Documents requires the giving of written notice it shall be
deemed to have been validly given if delivered in person to the individual or to a member of the firm or
to an officer of the corporation for whom it is intended. or if delivered at or sent by registered or
certified mail. postage prepaid. to the last known business address.
'16.2 The Contract Documents shall remain the property of the OWNER. The CONTRACTOR and the
CONSULTANT shall ,have the right to keep one record set olthe Contract Documents upon completion
of the Project.
16.3 The duties and obligations imposed by these General Conditions. Special Conditions, and Supplementary
Conditions. if any. and the rights and remedies available hereunder. and. in particular but without
limitation. the warranties. guarantees and obligations imposed upon CONTRACTOR by the Contract
Documents and the rights and remedies available to the OWNER and CONSUL rANT thereunder. shall
be in addition to. and shall not be construed in any way as a limitation of. any rights and remedies available
by law. by special guarantee or by other provisions of the Contract Documents.
16.4 Should the OWNER or the CONTRACTOR suffer injury or damage to its person or property because of
any ,error, omission, or act of the other or of any of their employees or agents or others for whqse acts
they are legally liable. claim shall be made in writing to the other party within twenty one (21) calendar
days of the first observance of such injury or damage.
ARTICLE 17· WAIVER OF IURY TRIAL.
17.1 OWNER and CONTRACTOR knowingly. irrevocably voluntarily and intentionally waive any right either
may have to a trial by jury in State or Federal Court proceedings in respect to any,action. proceeding.
lawsuit or counterclaim arising out of the Contract Documents or the performance of the Work
thereunder.
ARTICLE 18. ATTORNEYS FEES IURISDICTION I VENUE I GOVERNING LAW. C'-')
18.1 The Contract shall be construed in accordance with and governed by the Jaw of the State of Florida. ", '
18.2 The parties submit to the jurisdiction of any court of competent jurisdiction in Florida regarding any claim
or action arising out of or relating to the Contract or Contract Documents. Venue of any action to
enforce the Contract shall be in Miami-Dade County. Florida.
18.3 Except as may be otherwise provided in the Contract Documents. all claims. counterclaims. disputes and
other matters in question between the OWNER and the CONTRACTOR arising out of or relating to
this Contract or the breach thereof. shall be decided in a COUrt of competent jurisdiction within the State
of Florida.
ARTICLE 19. PROIECT RECORDS.
19.1 The CITY shall have right to inspect and copy during regular business hours at OWNER'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. 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 followingfinal completion of the Project,
CONTRACTOR shall provide CITY access to its books and records upon ,five (5) business day's written
notice.
19.2 CONTRACTOR and all of its subcontractors are required to comply with the public records law
(s.119.070 I) while providing services on behalf of the OWNER and the CONTRACTOR. un~er such
conditions. shall incorporate this paragraph in all of its subcontracts for this Project. CONTRACTOR
and its subcontractors are specifically required to: <a) Keep and maintain public records that ordinarily
and necessarily would be required by the public agency in order to perform the service; (b) Provide the
public with access to public records on the same terms and conditions that the public agency would
provide the records and at a cost that' does not exceed the cost provided in this chapter or as otherwise
120
()
provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law; and (d) Meet all
requirements for retaining public records and transfer. at no cost. to the public agency all public records
in possession of the contractor upon termination of the COntract and destroy any duplicate public records
that are exempt or confidential and exempt from public records disclosure requirements. All records
stored electronically must be provided to the public agency in a format that is compatible with the
Information technology systems of the public agency.
19.3 If CONTRACCTOR or its subcontractor does not comply with a public records request. the CITY shall
have the right to enforce this contract provision by specific periormance and the person who violates this
proviSion shall be liable to OWNER for its costs of enforcing this provision. including attorney fees
incurred in all proceedings, whether administrative or ciVil court and in all appellate proceedings.
ARTICLE 20 -SEVERABILITY.
20.1 If any provision of the Contract or the application thereof to any person or situation shall to any extent.
be held invalid or unenforceable. the remainder of the Contract. and the application of such provisions to
persons or situations other than those as to which it shall have been held invalid or unenforceable shall
not be affected thereby. and shall continue in full force and effect, and be enforced to the fullest extent
permitted by law.
ARTICLE 21 -INDEPENDENT CONTRACTOR.
21.1 The CONTRACTOR is an independent CONTRACTOR under the Contract. Services provided by the
CONTRACTOR shall be by employees of the CONTRACTOR and subject to supervision by the
CONTRACTOR, and not as officers. employees. or agents of the OWNER. Personnel poliCies, tax
responsibilities. social security and health insurance. employ~e benefits, purchasing policies and other
similar administrative procedures, applicable to services rendered under the Contract shall be those of
the CONTRACTOR.
ARTICLE 22 -ASSIGNMENT.
22.1 The CONTRACTOR shall not transfel" or assign any of its rights or duties. obligations and responsibilities
arising under the terms, conditions and provisions of this Contract without prior written consent of the
City Manager. The CITY will not unreasonably withhold andlor delay its consent to the assignment of the
CONTRACTOR's rights. The CITY may. in its sole and absolute discretion, refuse to allow the
CONTRACTOR to assign its duties. obligations and responsibilities. In any event. the CITY shall not
consent to such assignment unless CONTRACTOR remains jointly and severally liable for any breach of
the Agreement by the assignee. the assignee meets all of the CITY's requirements to the CITY's sole
satisfaction and the assignee executes all of the Contract Documents that were required to be executed
by the CONTRACTOR
IN WITNESS WHEREOF. the parties hereto have executed the General Conditions to acknowledge their
inclusion as part of the Contract Documents on this.J:L day of Av'3'" ~ i . .20 IS".
CONTRACTOR, COPRAMARCA CORP
Signature: ( 7 ----...,1
Print Signatory's Name: _A_n_d_re_s_R_._m_ir_ez _________ _
Title of Signatory: __ ---'P..;.re..;.s"'id"e..;.n;..t _________ _
ATTESTED:
Signature: -:-,-.,...,~_-:-____ _
Maria Menendez
City Clerk
Read and Approved as to Form. Language.
Legality, and Execution Thereof:
Signature: --::::--;-_______ _
City Attorney
OWNER: CITY OF SOUTH MIAMI
Signature:
121
Steven Alexander
City Manager
EXHIBIT 8
Supplementary Conditions
Citywide Drainage Improvement Projects
RFP#PW·20IS·19
A. Consultant: In accordance with ARTICLE I of the General Conditions CONSULTANT is defined as the
person identified as the CONSULTANT in the Supplementary Conditions or if none. then CITY's
designated representative as identified in the Supplementary Conditions. The CONSULTANT's. jf any.
and the City's Designated Representative's name. address. telephone number and facsimile number are as
follows:
Consultant: T.Y. Lynn InternationaJ/HJ Ross
20 I Alhambra Circle, Suite 900
Coral Gables. FI 33 134
Phone: 305/567·1888
Fax: 305/567·1771
Civil Works, Inc.
8941 N.W. 17 Street, Suite 108
Doral. FI 33126
Phone: 305/5914323
B .. Termination or Substitution of Consultant: Nothing herein shall prevent the CITY from terminating the
services of the CONSULTANT or from substituting another "person" to act as the CONSULTANT.
C. Plans for Construction: The successful CONTRACTOR will be furnished one (I) sets of Contract
Documents without charge. Any additional copies required will be furnished to the CONTRACTOR at a
cost to the CONTRACTOR equal to the reproduction cost.
D. The Scope of Services. also referred to as the Work in the contract documents. is as set forth in the RFP
and in the attached EXHIBIT I and if there is a conflict the attached Exhibit shall take precedence.
()
E. Contractor shall comply with the insurance and indemnification requirements as set forth in the RFP and ,,\1 .. -.)'
in the attached EXHIBIT 2 and if there is a conflict the attached Exhibit shaJl take precedence.
F. The Work shall be completed in 90 calendar days unless a shorter time is set forth in the Contract and
in such event the Contract shall take precedent notwithstanding any provision in the General Conditions
to the Contract that may be to the contrary ..
IN WITNESS WHEREOF. the parties hereto have executed the Supplementary Conditions to
acknowledge their inclusion as part of the Contract on this ~ day of Av'}v"'1" . 20 l S",
CONTRACTOR: CORAMARCA CORP
Signature: l ~ """',/1
Print SignatOry's Name: _-'QI'::'mte"d_e:..:s_R"a_m __ J.:.:ez'-_______ _
Tide of Signatory: _-,-P",re",si",de,,-n,-I _________ _
ATTESTED:
Signature: __________ _
Maria Menendez
City Clerk
Read and Approved as to Form. Language.
Legality. and Execution Thereof:
Signature: -:::--:-_______ _
City Attorney
122
OWNER: CITY OF SOUTH MIAMI
Signature:
Steven Alexander
City Manager
\)
RESPONDENT QUALIFICATION STATEMENT
Citywide Drainage Improvement Projects
RFP #PW-201 5-19
The response to this questionnaire shall be utilized as part of the CITY'S overall Proposal Evaluation and
RESPONDENT selection.
a)
b)
I. Number of similar projects completed.
In the past 5 years 3
In the past 5 years On Schedule
In the past 10 years
Yes
3
In the past 10 years On Schedule Yes
2. List the last three (3) completed similar projects.
a)
b)
Project Name: (PSEN·14-04) Road Resurfacing and Turn Lane of Holly Lakes
Owner Name: City of Pembroke Pines. Public Services. EnVironmenta! Division.
Owner Address: 13975 Pembro!(e Road, Pembroke Pines. FL 33027
Owner Telephone: -,,(9~5~4),_4~3:::5~6:::5:..11:..... ___________ _
Original Contract Completion Time
(Days): 82 Days ---------------------------
Original Contract Completion Date: 05/15/2015 ---------------------------
Actual Final Contract Completion
Date: 07/31/2015 ---------------------------
Original Contract Price: $162,500.00
Actual Final Contract Price: $ 231,974.00
Project Name: Roadway and Parking Resurfacing
Owner Name: Dania 21 Investment, LLC ~~~~~------------
Owner Address: 8181 NW 36th Street, Suite 16A, Doral, FL 33166
Owner Telephone: (78602198424 ----------------------
Original Contract Completion Time
(Days): _9"'0'-'D"'a"'ys'--___________ _
Original Contract Completion Date: _~0::8/.'-15::/::20=_1'_4'___ ___________ __
Actual Final Contract Completion
Date:
Original Contract Price:
Actual Final Contract Price
12
07/31/2014
$ 280,000.00
$ 280,000.00
c) Project Name: Asphalt to Parking
Owner Name: Earthmoving and Concrete Import & Export Corp
Owner Address: 2020 w McNab, Suite 112. Fort Lauderdale, FL 33309
Owner Telephone: _(,-95.:..4.'-l.::.32_6_4_4_2.:..5 ___________ _
Original Contract Completion Time
(Days): 60 Days ---------------------------
Original Contract Completion Date: _:.09::./3:.0::./2=:0::.1.::.3 _____________ _
Actual Final Contract Completion
Date: 09/19/2013
Original Contract Price: $100,000.00
Actual Final Contract Price: $ 100,000.00
3. Current workload
Proje.ct Name Owner Name Telephone Number
Drainage Repair Cinnamon Place City of Pembroke Pines 9544356511
Valley Gutter
1401 Pasadena Lakes City Of Pembroke Pines 9544356511
Drainage Repair
1750 Cinnamon Place C!ty of Pembrol<e PInes 9544356511
Prequalified General Contractor Sheriff's of Broward County, FL 954831 8920
4. The following information shall be attached to the proposal.
a) RESPONDENT's home office organization chart.
b) RESPONDENT's proposed project organizational chart.
Contract Price
Purchase Order: $ 2,900.00
Purchase Order: $ 2,900.00
Purchase Order: $ 2,100.00
RLI # 14023MFW
$ 100.000.00
-
c) Resumes of proposed key pl'oject personnel, including on-site Superintendent.
5. List and describe any: NA
13
o
C)
)
(j
C)
a) Bankruptcy petitions flied by or against the Respondent or any predecessor organizations, /J t>.
b) Any arbitration o:r civil or criminal proceedings. or tv' A
Suspension of contracts or debarring from Bidding or Responding by any public agency brought
c) against the Respondent in the last five (5) years i-J'A
6. Government References:
List other Government Agencies or Quasi-government Agencies for which you have done business within
the past five (5) years.
Name of Agency: City of Pembroke Pines. Public Services. Environmental Division
Address: 13975 Pembroke Road, Pembroke Pines, FL 33027
Telephone No.: 9544356511
Contact Person: George Wrves
Type of Projecc Milling, Resurfacing, Curb, VaHey Gutter. Sidewalk, Drainage Repair, etc.
Name of Agency: Sheriffs of Broward County, Florida
Address: 2601 VV Broward Boulevard, Fort Lauderdale. FL 33312
Telephone No.: 954831 8920
Contact Person: AnneMarie Gumbs
Type of Project: Renovation, Alteration and Improvements of Jail and offices the Sheriffs
Name of Agency:
Address:
Telephone No.:
Contact Person:
Type of Project:
14
LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS
Citywide Drainage Improvement Projects
RFP#PW·20IS·19
Respondent shall list all proposed subcontractors. if subcontractors are allowed by the terms of this Solicitation to.
be used cn this prcject if they are awarded the Contract.
Classification of Work Subcontractor Name Address T eJephone, Fax &
Email
landscape USA Land Services, Inc 1101 SW 124 Way Office: 954 370 0544
Davie. FL 33325 gacgaj@yahoo,com
USA Land Services, Inc. 1101 SW 124 Way Office: 954 370 0544
Sodding and Turf Work
Davie. FL 33325 gacgaj@yahoo,com
Electrical
Irrigation
Ranger Construction 101 Sansbury's Way Office: 561 7939400
Paving Industries, Inc West Palm Beach, FL 33411 Fax: 561 7904332
dgiJftllan@rangerconstruction.co
Park Amenities
Graphics
Ranger Constructions 101 Sanbury's Way Office: 561 7939400
Utilities Fax:: 561 7904332
Industries, Inc. West Palm Beach, FL 33411 doilfillan@rangerconstruction.co
Florida City Engineering 20200 SW 280 Street S;el: 786 3.6.7_ 3516
Excavation Contractors, Inc. Homestead, FL 33031 Fax: 305 248 1428
fcec73@aol.coll1
Building
Structures
Plumbing
J & M Parking Lot 665 E 51 Street Office: 305 685 8992
Painting Maintenance, Inc. Hialeah, FL 33013 Fax: 305 685 2226
·moarkina!otmainCO>.beUsouth.net
Testing Labcratory
Soil Fumigator
Signs J & M Parking Lot 665 E Street Office: 305 685 8992
Maintenance, Inc. Hialeah, FL 33013 Fax: 305 685 2226
jmparklnglotmain@bel!south.net
Other:
ThiS hst shall be provided to the City of South Miami by the apparent lowest responSive and responSible Bidder
within five (5) business days after Bid Opening.
END OF SECTION
15
CJ
:, )
'-
o
• Home Office Organ izational Chart
(J • Proposed Project Organizational chart
• Resume of proposed key Project
/--
.'---"
GENERAL CONTRACTOR I CIVIL ENGINEERING
CORAMARA CORPisa family-owned civil engineering firm founded in 2012
certified as a small business and OSE.
Our area of expertise r& in providing engineering planning, urbanism, earthmoving,
asphalt, resurfaCing,slctewalk, curb anct gutter, drainage, design and construction
manag~meht services on municipal water and wastewater, seWer, and storm water
transmission systems
W~qfNrt~qhntc.J I1mGlPtodliictive c"pacity with the necessary· mtan~g~ment and
9trga~~~h~rt~m. .. . . . .
,~\
V
¥~II~Y;~4tt~,.·.Ti.ltttbane, •. Cu.rb
~embrQt(e Pin~sCH6n.YLa~eHn
'J
L
Excellence
/\
( \ \J
GENERAL CONTRACTOR I CIVil ENGINEERING
Core Values
Quality control guaranties a successful and accurate project. throughout the projects
life.
m~tW1
When you arede~lingwithanyof ourprofes~i9nals youinr~aUty are g~anng with our
$1'I~ir~t(;lam.ofpt9fe$Si()n~I$;)iJ,$~.lJ$~theYI1~vetW()rk~lOne, our instituted system. of
irl~l'il~ande~~l'Ialp(j!~r ~wa~loW()u.rPr()t.as$i()nat~ to beQr~tiV(;l Within the
tl!lJUl'ldart~ (:)fgQQdd.~ignprilJqti~s.with tesr;>edt to laWS, and standards Of quality.
m~~t irn~~rtliintt'l1~$I;1~ .ofsuccessWhettlertA~ are
eirJn~>ti'Q~JftuetlQn$i~, '" .
___ ~·"r· __ ···_' ___ " __ ·"
C)
'\ ( )
/-
I~
,~,
'0
GENERAL CONTRACTOR . I CMLENGINEERING
C)
Presld,nt : Andres Ramire;!: (50% Owner) ( Project Manager)
PROFESSIONAL SU.MMARY:
Civil Engineer.
28 years of experience. Construction company founder and owner for more than 20 years specialized in projects such as:
Buildings (SChools, Govemll1entfaciliiies. Hospitals and ReSidential). roadway improvements like curbs and gutters, milling and
resurfacing. signage and markings, drainage (Positive$ystems and Pl,lmping Systems as well as French Drains). Water Main
Distribution and Sewer Collection Systems and landscape Urbanisnls. Sidewalks, Sewages. Curbs and Gutter.
Supervisor and key individual. He Will be directly involved with this work.
Y1~.,"ldfllft:$ai'(draCh~!»n {50% owner) (CflC,152.2476) ,
~.r}tQuali~~mil;cimlm~r9a'eorp;PhySictll,.andHna~~al
GEf~eRAl CONTRACTOR 1 CIVil ENGINEERING
Secretary: Andrea Ramirez
PROfESSIONAL SUMMARY:
Ms, Ramirez prepares progress reports for performance tracking purposes; maintains records of changes and field notes. She is
responsible for preparing necessary corr~spOndence, daily inspection reports, and punch lists. Such tasks are performed to satisfy the
terms ofthe construction contract. Ms. Ramirez coordinates assigned activities with consultants, engineers, developers, contractors,
and outside agencies and was in charge of reviewing/evaluating bid$ and CQntractor billings.
/~ CJ I~
'--.J
C)
( .) "---
ANDRES RAMIREZ
20431 SW 1st STREET. PEMBROKE PINES, FL. '33G$
(954) 608 8413
PROFESSIONAL SUMMARY;
Civil Engineers. 28 years experience. Construction company OWller for 2~YIiI<1rsinW(lrl<$~ucIi liIS:
Buildings (Schools, Governmentfacilities, Hospitals andResi$ntial),roa~j.I:I'Ip(:~$;a$curbs
and gutters, milling andresuFfacing, signage and markings, dfai~!l,liItPoSitillfi~~{~'P,:\1l1'1Ping
Systems as well, as French Drains), Water Main Distributionands-ewer;CQII~~~$and
landscape Urbanisms, Sidewalks, Sewages, Curbs and Gutter. AblIltYt~aolil)(t~~,\l\i:al~jilt!;¢Ilmbing.
stooping and standing While assisting With and monitoring construction '
RELEVANT SKILLS
• Orgal'll.zell, efficiently, productive, independent, Work well u.'P~,~~,Cpnfront . --"" '-, -, ,,". ". ~'" -',-.:. -<, .. " ., -'.
challeng,es, Advise.
• Coordinate, and direct projects, making detailed plans to<~m~~:~'~liIcti~Ktlle
integration of tecn,nicalactivities. " ',.. ',.
• Perform admil1istrative flInctionssuch as reviewing andwritinQ~,,~,~~e$,
enforcing rule$ and making deciSions about thepUl'Ch3$em.~()fS~.' .", .. ,
• Prepare budgets, Pids and contracts, and direct negotiation()fr~rcth~"'~'
• Attending meetings with residents and solving compIalnts.~!f~~e~;'j~the
Commission., Review plan.s prepared by outside Consultants. ,. . '
• Domain Werd,' Excel, Power Poin.t
WORK HISTORY
Company:
CORAMARCA CORP
Location: 20431 SW 111 Street. Pembroke Pines. FL. 33029
Titles:
• President
Responsibilities & ,Duties: Owner, Project Managemenl, .coqr~;~~f._l_tia,nd
Executor ofClvil Works such 3$ Water Main Distribution,. ~?~.:'~if·:!.!~i'
Urbanisms, Sidewalks, Sewages,Curbs ~lnd Gutter, roadway,.~'~~i~i¢ingi
Pavement, signage and markings, Project: architectural,me~alAAk~~~~g~~m!!lIlqll'.
commercial, residential, remodeling. The contracts were '·l:>3$ed¢U,iIr!It'~_,~iiJ;',;~,;~urs,
Negotiation and discuss t$rms of Contract. " ".. ,. ,
ANORESRAIMREZ
20431 SW 1" STREET. PEMBROKE PlNES.FL. 33.~29
(954) 608 8413
Company:
CSt, CONCRETE STRUCTURES, INC,
Location: 9737 NW 41 Street, Suite 436. Miami, FL 33178
Titles: Foreman
Responsibilities & Duties: work coordination, supervision, pro~ur~.for~~·,ani1.~l!l'IlOly
precast concrete,Enforce (Codes, safety and work rules).
Company:
OCRASA, SNB, LLC
Location: .2020W McNABRd, Suite 112. Fort Lauderoaie,FL 3:3,309
Titles: Project Engineer
Responsibilities & Duties: Coordinator and direct projects,malWlgi<l~<liiptah!l.tb'~:~3nd
directing integration of technical activities, review and recom~d(ir~~,~j~ .. :~
estimate, Enforce (COdes, safety; work rules),
Company:
UNO, US NETWORKING DIRECT, Corp
Location: 8181NW 36 Street. Suite 16A. Doral. F 33166
Titles: PrOject Engineer
Responsibilities & Dillies: Supervise directing th:~P:ro=~~ct~ ... :s'i'~:=~~II~e=' ~,.~. =~: processing for thOse;) projects before all applicable
of architectural. mechaniCal, electrical and civil pr()jects .. Conb!l)rllif'b~~.·~~.
detail plans to accomplish goal and directing int~'9r:cjtjOlno1rte'ilt!ni~t$J:~ ~;.t~!li§1l~~·I~~~~)~r
approve contracts and cost estimate, Consult or n~lotiatewilht:l.ier~lilJi!~~~!fJl'~sL
Company:
CORAMAR, CA
Location: Zona Industrial Los Pinos Mz t8. Parcela3,Puert<:>.O~·i~r'i¥~.~.
Titles: President, CEO,. CFO, COO,
Responsibilities & Duties: Owner,' Coordinator. Supervisor,Ad~f,Pt:~~~o~:C~
Works such as Water Main Distribution. Sewer CoIIectiOi\Sy~,'i:~~~~~ii$il~~)~"
Sewages. Curbs and Gutter. roadway improvemE!nt$, millll)gan~.I~y.Qi1>lg+;t?~i1~i~Al:I
markings, Project: architectural, mechanical. electrical, civllanO:~qPllPc~)l'~.~~re
based on unit price. lump sum, man hours. Negotiation anddiS~~!!tlJ!!i':'~~~I'!lr~ • '.' . .
(j
C)
n -,--/
C)
ANDRES RAMIReZ
20431 SW 1" STREET.PEMBROKEP.lNt;S;FL3~~
(954)6088413
Company
CONSTRUCCIONESMURADAS, C.A
Location: Puerto Ordaz. Bolivar. Venezuela
Titles: Works Director
Responsibilities & Duties: Coordination. Supervision and AdrninistraljonofC(i)nl~i!cts:ciVilworks
(hydraulics.mechanicals. electrical. earthworks. and urbanisms).
Company:
CVG (Corporation Venezu.elan of Guayana).
Location: Puerto Ordaz. Bolivar. Venezuela
Titles: BudgetAnalyst
Responsibilities & Duties: FinanCial control and executionmPI$I!c;Wti!fks~
Company:
SOMOR.C.A.
Location: Puerto Ordaz. Bolivar. Venezuela
Titles: Works Director
Responsibilities & Duties: Coordination, Supervision an9,Ar.1~n~of, C~jWlIt:~ ,
(hydraulics, mechanicals, electrical. earthworks andUrbariisrns). ' '. .., ." ,., ,
eDUCATION
University: Polytechnic Institute of the National Ar~FOf,~s;(IUPFI\N" .
Location: Caracas Venezuela
Degree: Bachelol'sDegreein Science in Civil Engineering.
High School: Liceo Agustin Codazzl.
Location: Maraeay, Aragua. Venezuela
Graduated
NON COLLUSION AFFIDAVIT
STATE OF FLORIDA
COUNTY OF MIAMI-DADE
____ C_O_R_A_M_A_R_C_A_C_O_R_P ___________ being first duly sworn, deposes and states thac
(I) He!She/They islare the _:::-sa_n_d_ra_c_h_a_co,--n_---::-.:-,---; _________ -----
(Owner, Parcoer, Officer, Representative or Agent) of
(2)
(3)
(4)
(5)
__ C,--O_R-;-A-;:M_A_R_C_A-,C,.-O_R_P ____________ the Respondent that has submitted the
attached Proposal;
He/ShelThey islare fully informed concerning the preparation and contents of the attached Proposal
and of all pertinent circumstances concerning such Proposal;
Such Proposal is genuine and is not a collusive or sham Proposal;
Neither the said Respondent nor any of its officers, partners, owners, agents. representatives"
employees or parties in interest, including this affiant. 'have in any way colluded, conspired. connived
or agreed, directly or indirectly, with any other Respondent, firm, or person to submit a collusive or
sham Proposal in connection with the Work for which the attached Proposal has been submitted; or
to refrain from Bidding or proposing in connection with such Work; or have in any manner. directly
or indirectly, sought by agreement or collusion, or communication, or conference with any
Respondent, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any
other Respondent, or to fix any overhead, profit, or cost elements of the Proposal Price or the
Proposal Price of any other Respondent, or to secure through any coHusion, conspiracy, connivance,
or unlawful agreement any advantage against (Recipient), or any person interested in the proposed
Work;
The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any
collusion. conspiracy, connivance, or unlawful agreement on the part of the Respondent or any other
of its agents, representatives. owners, employees or parties of interest. including this affiant.
Signed, sealed and delivered in .the presence of:
q:L / \~9cy
Sandra Chacon. Vicepresident
Witness Print Name and Title
~ '3-h--o \ ~~
Date
ACKNOWLEDGEMENT
STATE OF FLORIDA )
)
COUNTY OF MIAMI-DADE )
On this the \ ~ day of J~:::~::::;~~-:-" 20 j \, before me, the undersigned Notary Public of the State
of Florida. personally appeared (Name( of indiVldual(s) who appeared before
16
o
C)
(j
()
notary) -San 01.0... C-ha(!On and whose name(s) islare Subscribed to the
within instrument, and helshelthey acknowledge that heIShelt~'Z ~.f?
WITNESS my hand and official seal. ~ _5 ~ ·
NOTARY PUBLIC:
SEAL OF OFFICE:
DENNIS AIIREU
Notary Public· Stat.¢ Florida
Commltsl •• iI FF 2~3448
My Climm. E.,I", May 20, 2018
_~NMlanalNcUy~.
17
Notary Public, State of Florida
~rll£ AbV..uA.
(Name of Notary Public: Print, Stamp or type as commissioned,)
__ . Personally known to me, or
/ Personal identification:
ErofLiQ:A ~vv ~ kc...e.r,-~
Type of Identification Produced
Did take an oath, or
X Did Not take an oath.
PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST
Pursuant to the provisions of Paragraph (2) (a) of Section 287.133. Florida State Statutes -"A person or affiliate
who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a
Proposal or bid on a Contract to provide any goods or services to a public entity, may not submit a Bid or
proposal for a Contract with a public entity for the construction of repair of a public building or public work, may
not submit bids or proposals on leases or real property to a public entity, may not be awarded to perform Work
as a RESPONDENT, Sub-contractor, supplier. Sub-consultant, or Consultant under a Contract with any public
entity, and may not transact business with any public entity in excess of the threshold amount Category Two of
Section 287.017, Florida Statutes, for thirty six (36) months from the date of being placed on the convicted vendor
list".
The award of any contract hereunder is subject to the provisions of Chapter I 12, Florida State Statutes.
Respondents must disclose with their Proposals, the name of any officer, director, partner, associate or agent who
is also an officer or employee of the City of South Miami or its agencies. .
SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a),
FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER
OFFICIAL AUTHORIZED TO ADMINISTER OATHS.
I. This sworn statement is submitted to CORAMARCA CORP
[print name of the public entity]
by Sandra Chacon. Vicepresident
[print Individual's name and title]
for ____ ~~C~i~~o~f~so~u~th~M~ia~m~i--~------------------------------------____________ __
[print name of entity submitting sworn statement]
whose business address is _2_0_4_3_1_S_W_1_st_S_t_re_e_t._p_e_m_b_ro_k_e_p_in_e_s._F_L_3_3~02_S ______________ __
and (if applicable) its Federal Employer Identification Number (FEIN) is 80-0785593 (If the
entity has no FEIN, include the Social Security Number of the individual signing this sworn statement:
------------------------------•• )
2. I understand that a "public entity crime" as defined in Paragraph 287.133 (I )(g), Florida Statutes,
means a violation of any state or federal law by a person with respect to and directly related to the
transaction of business with any public entity or with an agency Of political subdivision of any other state
or of the United States, including, but not limited to , any bid, proposal or contract for goods or services
to be provided to any public entity or an agenty or political subdivision of any other state or of the
United States and involYing antitrust, fraud, theft. bribery, collusion, racketeering, conspiracy, or material
misrepresentation.
3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133 (I) (b), Florida
Statutes, means a finding of guilt or a conviction of a public entity crime. with or without an adjudication
of guilt, in any federal or state trial court of record relating to charges brought by indictment or
information after July I. 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or
nolo contendere.
4. I understand that an "affiliate" as defined in Paragraph 287.133 (I) (a). Florida Statutes. means:
(a) A predecessor or successor of a person convicted of a public entity crime: or
(b) An entity under the control of any natural person who is active in the management of the entity
and who has been convicted of a public entity crime. The term "affiliate" includes those officers.
18
C)
C)
)
directors. executives, parcners, shareholders, employees, members, and agents who are active in
the management of an affiliate. The ownership by one person of shares constituting a controlling
interest in any person. or a pooling of equipment or income among persons when not for fair
market value under an arm's length agreement shall be a prima facie case that one person
controls another person. A person who knowingiy enters into a joint venture with a person
who has been convicted of a public entity crime in Florida during the preceding 36 months shall
be considered an affiliate.
5. understand that a "person" as defined in Paragraph 287.133 (I) (e), Florida Statutes. means any
natural person or entity organized under the laws of any state or of the United States with the legal
power to enter into a binding contract and which bids or proposal or applies to bid or proposal on
contracts for the provision of goods or services let by a public entity, or which otherwise transacts or
applies to transact business with a public entity. The term "person" includes those officers, direccol'S,
executives. partners. shareholders, employees. members, and agents who are active in management of an
entity.
6. Based on information and belief, the statement which I have marked below is true in relation to the
entity submitting this swam statement. [Indicate which statement applies.]
_X_'_ Neither the entity submitting this sworn statement,. nor any of its officers. directors, executives.
partners, shareholders, employees. members, or agents who are active in the management of the entity.
nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to
july I, 1989.
___ The entity submitting this sworn statement, or one or more of its officers, directors. executives.
partners, shareholders, employees. members, or agents who are active in the management of the entity.
or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to july
1,1989.
___ The entity submitting this sworn statement, or one or more of its officers, directors, executives.
partners. shareholders, employees. members, or agents who are active in the management of the entity.
or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent of july
I, 1989, However, there has been a subsequent proceeding before a Hearing Officer of the State of
Florida. Division of Administrative Hearings and the Final Order entered by the Hearing Officer
determined that it was not in the public interest to place the entity submitting this sworn statement on
the convicted vendor list. [attach a copy of the final order.]
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY
INDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND THAT THIS FORM IS VALID
THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM
REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE
THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIPA STATUTES, FOR CATEGORY TWO OF ANY
CHANGE IN THE INFORMATION CONTAINED IN THIS FORM.
'---==~= -~=-~:9 M d v cA' L -
:+h ~aturl'] ~....:::yvv-
Sworn to and subscribed before me this --,1,-3,,-__ day of ~.(' -r-,20§.
Personally known ___________ _
OR Produced identification1::4.lclJ u-::::. ~ !;-Iotary Public -State of Flo (f ~,
ho Il..AeJ-A 'B-< L~ lL~ My commission expires MCJA.Y U? 2.D Iq
(Type of identification) (Printed, typed or stamped commissioned
Form PUR 7068 (Rev.06111192) name of
~~"~"~O~EN~m~s~~~~
19
Notary PUblic· Stall p1 Florida
Commlllioft 1# FF 233448
My Cw. ExpIrH May
==t
DRUG FREE WORKPLACE
Whenever cwo or more Bids or Proposals which are equal with respect to price. quality and service are received
by the State or by any political subdivisions for the procurement of commodities or contractual services. a Bid or
Proposal received from a business that certifies that it has implemented a drug-free workplace program shall be
given preference in the award process. Established procedures for processing tie Bids or Proposals shall be
followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace
program. a business shall:
I) Publish a statement notifying employees that the unlawful manufacture. distribution. dispensing.
possession. or use of a co",rolled substance is prohibited in the workplace and specifying the
actions that shall be taken against employees fOl' violations of such prohibition,
2) Inform employees about the dangers of drug abuse in the workplace. the business' policy of
maintaining a drug-free workplace. any available drug counseling. rehabilitation. and employee
assistance programs. and the penalties that may be imposed upon employees for drug abuse
violations.
3) Give each employee engaged in providing the commodities or contractual services that are under
Bid a copy of the statement specified in Subsection (I),
4) In the Statement specified in Subsection (I). notify the employees. that, as a condition of working
of the commodities or contractual services that are under Bid, he employee shall abide by the
terms of the statement and shall notify the employee of any conviction of. or plea of guilty or
nolo contendere to. any violation of Chapter 893 or of any controlled substance law of the United
States or any state. for a violation occurring in the workplace no. later than -five (5) business days
after such conviction.
5) Impose a sanction on. or require the satisfacmry participation in a drug abuse assistance or
rehabilitation program. if such is available in the employee's community. by any employee who is
so convicted.
6) Make a good faith effort to continue to maintain a drug-free workplace through implementation
of this section.
As the person authorized to sign the stateme~t. I cel1:ify that this firm complies fully with the above requirements.
RESPONDENT's Signanll e. ~./~L1 ~
Print Name: Sandra Chacon
Date: 0811312015
20
n
C)
n
C)
)
ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS
TO THE CITY OF SOUTH MIAMI
We, CORAMARCA CORP ,(Name of CONTRACTOR), hereby acknowledge and agree that as
CONTRACTOR for the Citywide Drainage Improvement Projects project as specified have the sole responsibility
for compliance with all the requirements of the Federal Occupational Safety and Health Act of 1970, and all State
and local safety and health regulations, and agree to indemnify and hold harmless the City of South Miami and
T. Y. Lynn & Civil Works (Consultant) against any and all liability, claims, damages, losses and expenses they may
incur due 1:<) the failure of (Sub-contractor's names):
Ranger Construction Industries, Inc. Florida City Engineering Contractors, Inc. Usa Land Services. Inc
J & M Parking Lot Maintenance, Inc.
to comply with such act or regulation.
CONTRACTOR
CORAMARCA CORP
BY'
Name
Sandra Chacon
Title Vicepresident
21
AFFIDAVIT CONCERNING
FEDERAL AND STATE VENDOR LISTINGS
The person, or entity. who is responding to the City's solicitation, hereinafter referred to as "Respondent''s must
certify that the Respondent's name Does Not appear on the State of Florida, Department of Management Services,
"CONVICTED, SUSPENDED, DISCRIMINATORY FEDERAL EXCLUDED PARTIES and COMPLAINTS VENDOR
LISTINGS".
If the Respondent's name Does appear on one or all the "Listings" summarized below. Respondents must "Check
if Applies" next to the applicable "Listing." The "Listings" can be accessed through the following link to the Florida
Department of Management Services website:
http://www.dms.myf!orida.com/business operations/state purchasing/vendor information/convicted susp-
ended discriminatory comDlaints vendor lists
DECLARATION UNDER PENALTY OF PERJURY
I, Sandra Chacon (hereinafter referred to as the "Dedarant") state, under penalty of perjury,
that the following statements are true and correct:
(I) I represent the Respondent whose name is CORAMARCA CORP
(2) I have the following relationship with the Respondent President (Owner (if Respondent is a
sole proprietor). President (if Respondent is a corporation) Partner (if Respondent is a partnership), General
Partner (if Respondent is a Limited Partnership) Dr Managing Member>(if Respondent is a Limited Liability
Company).
(3) I have reviewed the Florida Department of Management Services website at the following URL address:
http://www.dms.myflorida.com/business_operations/state_purchasing/vendor _informationiconvicted_suspended_di
scriminatory _ complaints _vendor_lists
(4) I have entered an "x" or a check mark beside each listing/category set forth below if the Respondent's
name appears in the list found on the Florida Department of Management Services website for that category or
listing. If I did not enter a mark beside a listing/category it means that I am attesting to the fact that the
Respondent's name does not appear on the listing for that category in the Florida Department of Management
Services website as of the date of this affidavit,
Check if
Applicable
NA Convicted Vendor List
NA Suspended Vendor List
NA Discriminatory Vendor List
NA Federal Excluded Parties List
NA Vendor Complaint List
FURTHER DECLARANT SAYETH NOT.
Sandra Chacon
_---~~-"~me of Dec~rant) (. r
i;. .~ 'Ii cL, C\..(S::'-~
(Signature of Decla~t)
ACKNOWLEDGEMENT
STATE OF FLORIDA )
COUNTY OF MIAMI-DADE )
On this the 1.1~ Of&~· , 20 l ~. before me, the undersigned authority, personally
appeared S~ c:::::-t -'" who is personally know to me or who provided the
following identification f-t.,o·a ... Q,14 and who took an path or affirmed that that heJ@1ey executed the
foregoing Affidavit as the Dedarant.'':>'''!<-w.....;-" j,-,.tc.eC 7/ ~'"
WITNESS my hand and official seal. • r
NOTARY PUBLIC:
SEAL
Gl>. OE_.Al!lEU I' Notary PuIIIlc • Stall 01 Florid •
• ' '. Commtilion # FF 233448
~. My Comm. Expires M.~ 20, 2019
.. Bonded tJrou;1 NaIIonaI NotIfY Assn.
22
Notary Public, State of Florida
~()I£' AbrU/-'
(Name of Notary Public: Print,
Stamp or type as commissioned.)
(. ""'\ \_)
C)
" )
n
(J
J
RELATED PARTY TRANSACTION VERIFICATION FORM
Sandra Chacon • individually and on behalf of CORAMARCA CORP
("Firm")have Name of Representative CompanylVendorlEnt;ty read the City of South Miami ("City")'s Code of Ethics.
Section BA-I of the City's Code of Ordinances and I hereby certify, under penalty of perjury that to the best of my
knowledge, information and belief:
(I) neither I nor the Firm have any conflict of interest (as defined in section SA-I) with regard to the contract or
business that I, andlor the Firm. am(are) about to perform for, or to transact with. the
City. and
(2) neither I nor any employees. officers; directors of the Firm. nor anyone who has a financial interest greater
than 5% in the Firm, has any relative(s). as defined in section SA-I. who Is an employee of the City or who is(are)
an appointed or elected official of the City, or who is(are) a member of any public body created by the City
Commission. i.e .. a board or committee of the City. [while the ethics code still applies. if the person executing this
form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (2) shall be based
solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to
the relationship of employees or those who have a financial interest in the Firm.]; and
(3) neither I nor the Firm. nor anyone who has a financial interest greater than 5% in the Firm. nor any member of
those persons' immediate family (i.e., spouse, parents, children. brothers and sisters) has transacted or entered
into any contract{s) with the City or has a financial interest, direct or indIrect. in any business being transacted
with the city. or with any person or agency acting for the city. other than as follows:
NA
_(use (if necessary. use a separate sheet to supply additional information that will not fit on this line; however. you
must make reference. on the above line, to the additional sheet and the additional sheet must be signed under
oath). Twhile the ethics code still applies. if the person executing this form is doing so on behalf of a firm whose
stock is publicly traded. the statement in this section (3) shall be based solely on the signatory's personal
knowledge and helshe is not required to make an independent invesdgation as to the relationship of those who
have a flnan~ial interest in the Firm.]; and
(4) no elected andlor appointed official or employee of the City of South Miami. or any of their immediate family
members (i.e .. spouse. parents. children. brothers and sisters) has a financial interest, directly or indirectly. in the
contract between you and/or your Firm and the City other than the following individuals whose interest is set
forth follOWing their use a separate names:._-:-:N_Ac--:-,.-, ___ --,-_-.,----c::-_-:-:-:-_..,-___ _
(if necessary. use a separate sheet to supply additional information that will not fit on this line; however. you must
make reference. on the above line. to the additional sheet and the additional sheet must be signed under oath).
The names of all City employees and that of all elected andlor appointed city officials or board members. who
own. directly or indirectly. an interest of five percent (5%) or more of the total assets of capital stock in the firm
are as follows:
NA
(if necessary. use a separate sheet to supply additional information that will not fit on this line; however, you must
make reference. on the above line. to the additional sheet and the additional sheet must be signed under oath).
[while the ethics code still applies. if the person executing this form is doing so on behalf ola firm whose stock is
publicly traded. the statement in this section (4) shall be based solely on the signatory's personal knowledge and
helshe is not required to make an independent investigation as to the financial interest in the Firm of city
employees. appointed officials or the immediate family members of elected andlor appointed official or employee.]
(5) I and the Firm further agree not to use or attempt to use any knowledge. property or resource which may
come to us through our pOSition of trust, or through our performance of our duties under the terms of the
contract with the City. to secure a special privilege, benefit, or exemption for ourselves. or others. We agree that
we may not disclose or use information, not available to members of the general public, for our personal gain or
benefit or for the personal gain or benefit" of any other person or business entity, outside of the normal gain or
benefit anticipated through the performance of the contract.
(6) I and the Firm hereby acknowledge that we have not contracted or transacted any business with the City or
any person or agency acting for the City, and that we have not appeared in representation of any third party
23
before any board, commission or agency of the City within the past two years other than as
follows: NA (if
necessary, use a separate sheet to supply additional information chat will not fit on this line; however. you must
make reference. on the above line. to the additional sheet and the additional sheet must be signed under oath).
X:IPurchasinglVendor Registration\ 12.28.12 RELATED PARTY TRANSACTION VERIFICATION FORM [3J.docx
(7) Neither I nor any employees, officers, or directors of the Firm, nor any of their immediate family (i.e .. as a
spouse, son, daughter, parent, brother or sister) is relared by blood or marriage to: (i) any member of the City
Commission; (Ii) any city employee: or (iii) any member of any board or agency of the City other than as follows:
NA (if necessary, use a separate sheet to supply additional
information that will not fit on this line; however. you must make reference. on the above line. to the additional
sheet and the additional sheet must be signed under oath). [while the ethics code still applies. if the person
executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (7)
shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent
investigation as to the relationship by blood or marriage of employees, officers, or directors of the Firm, or of any
of their immediate family to any appointed or elected officials of the City, or to their immediate family members].
(8) No Other Firm, nor any officers or directors of that Other Firm or anyone who has a financial interest greater
than 5% in that Other Firm, nor any member of those persons' immediate family (i.e., spouse, parents, children,
brothers and Sisters) nor any of my immediate family members (hereinafter referred to as "Related Parties·') has
responded to a solicitation by the City in which I or the Firm that I represent or anyone who has a financial
interest greater than 5% in the Firm. or any member of those persons' immediate family (i.e. spouse, parents.
children. brothers and sisters) have also responded, other than the following:
~ ~
necessary. use a separate sheet to supply additional information that will not fit on this line; however. you must
make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath).
[while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is
publicly traded. the statement in this section (8) shall be based solely on the signatory's personal knowledge and
he/she is not required to make an independent investigation into the Other Firm, or the Firm he/she-represents. as
to their officers. directors or anyone having a financial interest in those Firms or any of their any member of those
persons' immediate family.]
(9) I and the Firm agree that we are obligated to supplement this Verification Form and inform the City of any
change in circumstances that would change our answers to this document. Specifically, after the opening of any
responses to a solicitation, I and the Firm have an obligation to supplement this Verification Form with the name of
all Related Parties who have also responded to the same solicitation and to disclose the relationship of those
parties to me and the Firm.
(IO) A violation of the City'S Ethics Code, the giving of any false information or the failure to supplement this
Verification Form, may subject me or the Firm to immediate termination of any agreement with the City. and the
imposition of the maximum fine and/or any penalties allowed by law. Additionally, violations may be considered by
and subject to action by the Miami-Dade County Commission on Ethics. Under penalty of perjury, I declare that I
have made a diligent effort to investigate the matters to which I am attesting hereinabove and that the statements
made hereinabove are true and correct to the best of my knowledge, information and belief.
SignaW:: 5~(Vd'-L-t~
Print Name & Title: Sandra Chacon. Vicepresident
Date: 08/1312015
24
(J
\J
n
C)
Ij
\-
Sec. 8~-1. -Conflict of interest and code of ethics ordinance.
Ca> Designation.
This section shall be designated and known as the "City of South Miami Conflict oOriterest and Code of Ethics
Ordinance." This section shall be applicable to all city personnel as defined below, and shall also constitute a
standard of ethical conduct and behavior for all autonomous personnel quasi-judicial personnel. advisory
personnel and departmental personnel. The provisions of this section shall be applied in a cumulative manner. By
way of example, and not as a limitation, subsections (c) and (d) may be applied to the same contract or transaction.
(b) Definitions. For the purposes of this section the following definitions shall be effective:
(I) The term "commission members" shall refer to the mayor and the members of the city commission.
(2) The term "autonomous personnel" shall refer to the members of autonomous authorities, boards and agencies,
such as the city community redevelopment agency and the health facilities authority.
(3) The term "quasi-judicial personner' shall refer to the members of the planning b"ard, the environmen.taLreview
and preservation board, the code enforcement board and such other individuals, boards and
agencies of the city as perform quasi-judicial functions.
(4) The term "advisory personnel" shall refer to the members of those city advisory boards and agencies whose
sole or primary responsibility is to recommend legislation or give advice to the city commission.
(5) The term "departmental personnel" shall refer to the city clerk, the city manager, department heads, the city
attorney, and all assistants to the city clerk, city manager and city attorney, however titled.
(6) The term "employees" shall refer to all other personnel employed by the City.
(7) The term "compensatiOn" shall refer to any money, gift, favor, thing of value or financial benefit conferred, or
to be conferred. in return for services rendered or to be rendered.
(8) The term "controlling financial interest" shall refer to ownership, directly or indirectly, of ten percent or more
of the outstanding capital stock in any corporation or a direct or indirect interest of ten percent or mor-e ,in a fi'rm.
partnership, or other business entity at the time of transacting business with the city. .
(9) The term "immediate. family" shall refer to the spouse, parents, children, brothers and sisters of the person
involved.
(10) The term "transact any business" shall refer to the purchase or sale by the city of specific goods or services
for consideration and to submitting a bid, a proposal In response to a SoliCitation, a ·statementof qqalifications in
response to a request by the city. or entering into contract negotiations for the provislon
on any goods or services, whichever first occurs.
(c) Prohibition on transacting busiriess with the city.
No person included in the terms defined in paragraphs (b)( I) through (6) and in paragraph (b)(9) shall.enter into
any contract or transact any business in which that person or a member of the immediate family has a financial
interest. direct or indirect with the City or any person or agency actinl:foqhe city. and any such contract,
agreement or business engagement entered in violation of this subsection shall render the transaction .oidable.
Willful violation of this subsection shall constitute malfeasance in office and shall affect forfeiture of office or
position. Nothing in this subsection shall prohibit or make illegal:
(I) The payment of taxes, special assessments or fees for services provided by the city government;
(2) The purchase of bonds. anticipatiOn notes or other securities that may be issued by the.clty through
underwriters or dire~ly from time to time.
Waiver of prohibition. The requirements of this subsection may be waived for a particular transaction only by four
affirmative votes of the city commission after public hearing upon finding that:
(I) An open-to-all sealed competitive proposal has been submitted by a city person as defined in paragraphs (b)(2),
(3) and (4);
(2) The proposal has been submitted by a person or firm offering services within the scope of the .practice of
architecture, professional engineering, or registered land surveying. as defined by thelaws.of the state and
pursuant to the provisions of the Consultants' Competitive Negotiation Act, and when .theproposal has. been
submitted by a city person defined in paragraphs (b)(2), (3) and (4); .
(3) The property or services to be involved in the proposed transaction are unique and the city cannot avail itself
of such property or services without entering a transaction which would violate this subsection but for waiver of
its requirements; and
(4) That the proposed transaction will be in the best interest of the city.
This subsection shall be applicable only to prospective transactions, and the city commission may in no case·ratify a
transaction entered in violation of this subsection.
Provisions cumulative This subsection shall be taken to be cumulative and shall not be construed to amend or repeal
any other law pertaining to the same subject matter.
25
(d) Further prohibition on transoctlngbusiness with the city.
No person included in the terms defined in paragraphs (b)(I) through (6) and in paragraph (b)(9)shaU enter into
any contract' or transact any business through a firm. corporation. partnership or business entity In which that
person or any member .of the immediate family has a controlling floancial.interest, direct or indirect, with the city
or any person or agency acting for the city. and any such contract, agreement or business engagement entered in
violation of this subsection shall render the transaction voidable. The remaining provislbns ofsubsecti9n (c) will
also be applicable to this subsection as though incorporated by recitation.
Additionally. no person included in the term defined in paragraph (b)(I) shall vote on or participate in any way in
any matter presented to the city commission if that person has any of the following relationships with any of the
persons or entities which would be or might be direcely or indirectly affected by any action of the city commission:
(I) Officer. director. partner. of counsel. consultant, employee. fiduciary or beneficiary; or
(2) Stockholder. bondholder. debtor. or creditor. if in any instance the transaction or matter would affect the
person defined in paragraph (b)(1 ) in a manner distinct from the manner in which it would affect the public
generally. Any person included in the term defined in paragraph (b)( I) who has any of thespecifled relationships
or who would or might, directly or indirectly. realize a profit by the action of the city cbmmlSsionshali not vote on
or participate in any way in the matter.
(E) Gifts.
(I )Deflnition. The term "gift" shall refer to the transfer of anything of economic value. whether in the form of
money. service. loan. travel. entertainment, hospitality. item or promise. or in any other form. without
adequate and lawful consideration.
(2)Exceptions. The provisions of paragraph (e)( I) shall not apply to:
a. Political contributions specifically authorized by state law;
b. Gifts from relatives or members of one's household. unless the person is a conduit on behalf of a third party to
the delivery of a gift that is prohibited under paragraph(3):
c. Awards for professiona.l or civic achievement;
d. Material such as books, reports, periodicals or pamphlets Which are solely informatiOnal or of an advertising
nature.
(3) Prohibitions. A person described in paragraphs (b)( I) through (6) shall neither solicit nor demand any gift.k is
also unlawful for any person or entity to offer. give or agree to give to any person included In the terms defined in
paragraphs (b)(I) through (6), or for any person included in the terms defined in paragraphs (b)(I) through (6) to
accept or agree to accept from another person or entity, any gift for or because ot.
a. An official pUblic action taken. or to be taken. or which could be taken. or an omission or failure to take a public
action;
b. A legal duty performed or to be performed, or which could be performed. or an omission or failure to perform
a legal duty:
c. A legal duty violated or to be violated. or which could be violated by any person included in the term defined in
paragraph (b)( I); or
d. Attendance or absence from a public meeting at which official action is to be taken.
(4) Disclosure, Any person included in the term defined in paragraphs (b)(l) through (6) shall disclose any gift, or
series of gifts from anyone person or entity, having a value In excess of $25.00. The disclosure shall be made by
filing a copy of the disclosure form required by chapter 112. Florida Statutes;for "local
officers" with the city clerk simultaneously with the filing of the form with the clerk of the county and with·the
Florida Secretary of State.
(f) Compulsory disclosure Ily employee. of firms dOingbusines. with the City.
Should any person included in the terms defined in paragraphs (b)(l) through (6) be employed by a corporaeion.
firm. partnership or business entity in which that person or the immediate .funily does not have a controlling
financial interest, and should the corporation. firm, partnership or business entity have substantial business
commitments to or from the city or .any city agency. or be subject to direct regulation by the city or a city agency.
then the person shall file a sworn statement disclosing such employment and interest with the'clerk of the city.
(g) Exploitation of official position prohibited.
No person included in the terms defined In paragraphs (b )(1) through (6) shall corruptly use or attempt to use an
official poSition to secure special privileges or exemptions for that person or others.
(h) Prohibition on use of Confidential Information.
No person included in the terms defined in paragraphs (b)(l) through (6) shall accept employment or engage in
any business or profeSSional activity which one might
reasonably expect would require or induce one to disclose confidential information acquired by reason of an
official position, nor shall that person in fact ever disclose confidential information garnered or gained through an
26
C)
)
o
C)
\ )
official position with the city. nor shaH that person ever use such information. -directly or indirectly., for p~rsonal
gain or benefit.
(i) Conflicting employment prohibited.
No person included in the terms defined in paragraphs (b)(l) through (6) shall accept other employment which
would impair independence of judgment in the performance of any public duties.
(j) Prohibition on outside employment.
(I) No person included in the terms defined in paragraphs (b)(6) shall receive any compensation for services as an
officer or employee of the City from any source other than the city. exceptas may be permitted as follows:
a. Generally prohibited. No full-time City employee shall accept outside .employment, either incidental, occasional or
otherwise, where city time, e_quipment or material is to be used or where such employment or any part-thereof is
to be performed on city time.
b. When permitted. A full-time city employee may accept incidental or occasional outside employment so lOng as
such employment"is not contrary. d~trimental or adverse to the interest of the city or any of its departments and
the approval required in subparagraph c. is obtained.
c. Approval of department head required. Any outside employment by any full-time city employee must first be
approved In writing by the employee's department head who shall maintain a complete record of such
employment.
d. Penalty. Any person convicted of violating any provision of this subsection shall be punished as provided in
section I-II of the Code of Miami-Dade County and. in addition shall be subject to dismissal by tbe appointing
authority. The city may also assess against a violator a fine not to exceed $500.00 and the costs of investigation
incurred by the city.
(2) All full-time city employees engaged in any outside employment for any person, firm, corporation or entity
other than the city, or any of its agencies or instrumentalities. shall file, under oath, an annual report indiCating the
source of the outside employment. the nature of the work being done and any. amount of money or other
consideration received by the employee from the outside employment. City employee reportS shall be filed with
the city clerk. The reports shall be available at a reasonable time and place for InspeCtion by the public. The city
manager may require monthly reports from Individual employees or groups of employees forgood'cause ..
(k) Prohibited investments.
No person included in the terms defined in paragraphs (b)( I) through (6) or a.member of the immediate family
shall have personal investments in any enterprise which will create a substantial conflict betWeen private interests
and the public interest.
(I) Certo;n appearances and payment prohibited.
(I) No person included in the terms defined in paragraphs (b)(I). (5) and (6) shall appear before any dty board Or
agency and make a presentation on behalf of a third person with respect to any matter. license, concract,
certificate, ruling. deCision, opinion. rate schedule. franchise. or other benefit sought by the third person. Nor shall
the person receive any compensation or gif~ directly or indirectiy, for services rendered to a third person, wh.o
has applied for or is seeking some benefit from the city or a city agency, in connection with the particular benefit
sought by the third person. Nor shall the person appear in any court or before any administrative .tribunal as
counselor lega! advisor to a party who seeks legal relief from the city or a city agency through the suit in question.
(2) No person included in the terms defined in paragraphs (b)(2). (3) and (4) shall appear before the city
commission or agency on which the person serves, either directly or through an associate. and "make a
presentation on behalf of a third person with respect to any matter, license, contraCt. certificate. rtiling.decision,
opinion. rate schedule, franchise. or other benefit sought by the third person. Nor snail such per.onreceive any
compensation or gift. directly or indirectly. for services rendered to a third party who has applied for or is seeking
some benefit from the city commission or agency on which the person serves in connection with the particUlar
benefit sought by the third party. Nor shall the person appear in any court or before anyadministratlvE> tribunal as
counselor legal advisor to a third party who seeks legal relief from the city commission or agency on which such
person serves through the suit in question.
(m) Actions prohibited when financlol interests Involved.
No person included in the terms defined in paragraphs (b) (I) through (6) shall. participate in any official action
directly or indirectly affecting a business in which that person or any member olthe immediate family has a
financial Interest. A financial interest is defined in this subsection to include, but not be limited to. any direct or
indirect interest in any Investment, equity. or debt.
(n) Acquiring financioi interests.
No person included in the terms defined in paragraphs (b)( I) through (6) shall acquire a fin.ncialinterest in a
projeCt. business entity or property at a time when the person believes or has reason to believe that the financial
27
interest may be directly affected by official actions or by official actions by the city ·orcity agency of which the
person is an official. officer or employee.
(0) Recommending professional services.
No person included in the terms defined in paragraphs (b)(I) through. (4) may recommend the services of any
lawyer or law firm. architect or architectural firm. public relations firm. or any other person or firm. professional
or otherwise. to assist in any transaction involving the city or any of its agencies •. provided that a recommendation
may properly be made when required to be made by the duties of
office and in advance at a public meeting attended by other city officials. officers or employees.
(p) Continll;ng application after city service.
(I) No person included in the terms defined in paragraphs (b)(I). (5) and (6) shall. for a period of two years after
his or her city service or employment has ceased. lobby any city official [as defined in paragraphs
(b)(I) through (6)J in connection with any judicial or other proceeding. application. Solicitation. RFQ. bid. request
for ruling or other determination, _contract, claim. ,controversy. charge, accusation, arrest or othe.r particular
subject matter in which the City or one of its agencies is a party or has any interest whatever. whetiher direct or
indire~t. Nothing contained in this subsection shall prohibit any individual from -submitting a routine administrative
request or application to a city department or agency during tihe two· year period after his or her service has
ceased.
(2) The provisions of the subsection shall not apply to persons who become employed by governmental entities.
50 I (c)(3) non.profit entities or educational institutions or entities. and who lobby on behalf of those entities in
their official. capacities.
(3) The provisions of this subse.ction shall apply to all persons described in paragraph (p)( I) whose City service or
employment ceased after the effective date of the ordinante from which this section derives.
(4) ND person described in paragraph (p)( I) whose city service or employment c",ased witihin twD years prior to
the effective date of this ordinance shall for a period .of two years after his or her service or employment enter
into a lobbying contract to lobby any city official in connection with any subject des<ribed In paragraph (p)( I) in
which the City Dr one of its agencies is a party or has any direct and substantiaUflteres~and in which he Dr she
participated directly or indirectly through decision. approval. disapproval. recommendation. the rendering of
advice, investigation, or otherwise, during his or her city service or emplbyment. A person participated "direall
where he or she was substantially involved in the particular subject matter through decisiDn.approvii. diSapproval.
recommendation, the rendering of advice, investigation, or otherwise~ during his-or her city servke or
employment. A person participated "indirectly" where he or she knowingly participated in any way in the particular
subject matter through deciSion. apprDval. disapproval. recDmmendation. the rendering of advice. investigation. or
otherwise. during his or her city service or employment. All persons covered by this paragraph shall execute an
affidavit on a form approved by the city attorney prior to lobbying any city official attesting that the
reqUirements of thissubsection do not predude the person from lobbying city .officials.
(5) Any person who violates tihis subsection shall be subject to tihe penalties provided in section 8A-2(p).
(q) City attorney to render opinion. on request.
Whenever any person included in the terms defined in paragraphs (b)(I) through (6) and paragraph (b)(9)is in
doubt as to tihe proper interpretation or application of this conflict of interest and .code.of ethiCS ordinanceior
whenever any person who renders services to tihe city is in doubt as to the applicability of the ordinance that
person. may submit to the city attorney a full written statement of the facts and questions. The city attorney shall
then render an .opinion to such person and shall publish these opinions without use of tihe name ofthe person
advised unless the 'Person permits the use of a name.
(Ord. No. 6-99·1680. § 2. 3·2·99)
Editor's note-Ord. No. 6·99·1680. § I. adopted 3-2·99. repealed §§ SA· I and 8A·2 in their entirety and replaced
them with new §§
SA·I and 8A·2. Former §§ SA· I and 8A·2 pertained to declaration .of policy and definitions. respectively; and
derived from Ord. No. 634. §§ I (IA·I). I (IA·2) adopted)an.lI. 1969.
END OF SECTION
28
C)
)
C)
PRESENTATION TEAM
DECLARATION/AFFIDVAIT OF REPRESENTATION
This affidavit is not required for compliance with the City's Solicitation; however, it may be used to avoid
the need to register members of your presentation team as lobbyists. Pursuant to City Ordinance 28-14-
2206 (c)(9), any person who appears as a representative for an individual or firm for an oral presentation
before a City certification, evaluation, selection, technical review or similar committee, shall list on an
affidavit provided by the City staff, all individuals who may make a presentation. The affidavit shall be
filed by staff with the Clerk's office at the time the committee's proposal is submitted to the City
Manager. For the purpose of this subsection only, the listed members of the presentation team, with
the exception of any person otherwise required to register as a lobbyist, shall not be required to pay any
registration fees. No person shall appear before any committee on behalf of an anyone unless he or she
has been listed as part of the firm's presentation team pursuant to this paragraph or unless he or she is
registered with the City Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees .
Pursuant to '92.525(2), Florida Statutes, the undersigned, Andres Ramirez
declaration under penalty of perjury:
• makes the following
Listed below are all individuals who may make a presentation on behalf of the entity that the affiant
represents. Please note; No person shall appear before any committee on qi!half of anyone unless he
or she has been listed as part of the firm'.s presentation team pursuant to ~his paragraph or unless he
or she is registered with the Clerk's office as a lobbyist and has paid all applicable lobbyist registration
fees.
Sandra Chacon Vice president
Andrea Ramirez Secretary
For the purpose of this Affidavit of Representation only, the listed members of the presentation team,
with the exception of any person otherwise required to register as a lobbyist, shall not be required to
pay any registration fees. The Affidavit of Representation shall be filed with the City Clerk's office at the
time the committee's proposal is submitted to the City as part of the procurement process.
Under penalties of perjury, I declare that I have read the .foregoing declaration and that the facts stated
in it are true and specifically that the persons listed above are the members of the presentation team of
the entity listed below
Executed this I?> dayof ~\A'd-IA <So of. . ,20 .
7
CORAMARCA CORP
Print Name and Title Print name of entity being represented
29
• I nvitation of Proposal or Solicitation Gover
Letter
(j
• I nstructions for Respondent C)
C)
(i1
South{'Miami
THf. CITY OF PLEASANT LIVING
CITY OF SOUTH MIAMI
Citywide Drainage Improvement Projects
RFP#PW-2015-19 .
Submittal Due Date: August 14, 20 I 5 at I I AM
Solicitation Cover Letter
The City of South Miami. Florida (hereinafter referred to as "CSM") through its chief executive officer (City
Manager) hereby solicits sealed proposals responsive to the City's request (hereinafter referred to as "Request
for Proposals" or "RFP"). All references in this Solicitation (also referred to as an "Invitation for Proposals" or
"Invitation to Bid") to "City" shall be a reference to the City Manager, or the manager's designee. for the City of
South Miami unless otherwise specifically defined.
The City is hereby requesting sealed proposals in response to this RFP #PW-20 15-19 "Citywide Drainage
Improvement Projects." The purpose of this Solicitation is to contract for the services necessary for the
completion of the project in accordance with the Scope of Services, (Exhibit I, Attachment. A; 8, C, & D J and
Respondents Cost and Technical Proposal, Exhibit 5, or the plans andlor specifications, if any, (Exhibit I;
Attachment 8 & DJ. described in this Solicitation (hereinafter referred to as "the Project" or "Project")
Interested persons who wish to respond to this Solicitation can obtain the complete Solicitation package at the
City Clerk's office Monday through Friday from 9:00 A.M. to 4:00 P.M. or by accessing the folloWing webpage:
http://www.southmiamifl.gov! which is the City of South Miami's web address for solicitation Information.
Proposals are subject to the Standard Terms and Conditions contained in the complete Solicitation Package,
including all documents listed in the Solicitation.
The Proposal Package shall consist of one (I) original unbound proposal, three (3) additional copies· and one (I)
digital (or comparable medium including Flash Drive. DVD or CD) copy all of which shall be delivered to the
Office of the City Clerk located at South Miami City Hall. 6130 Sunset Drive. South Miami, Florida 33143. The
entire Proposal Package shall be enclosed in a sealed envelope or container and shall ha.ve the following Envelope
Information clearly printed or written on the exterior of the envelope or container in which 'the··'Seal~d pr.oposal is
delivered: "Citywide Drainage Improvement Projects," RFP #PW-2015·19 and . the name of the
Respondent (person or entity responding to the Solicitation. Special envelopes such as those·.provided by UPS or
Federal Express will not be opened unless they contain the required Envelope Informadon on .the front or back of
the envelope. Sealed Proposals must be received by Office of the City Clerk, either by mail qr hand delivery, no
later than 11:00 A.M. local time on August 14,2015. Hand delivery must be made during normarbusiness
days and hours of the office of City Clerk.
A public opening will take place at II A.M. on the same date in the City Commission Chambers located at City
Hall, 6130 Sunset Drive, South Miami 33143. Any Proposal received after II A.M. local time on said date will not
be accepted under any circumstances. Any uncertainty regarding the time a Proposal is received will be resolved
against the person submitting the proposal and in favor of the Clerk's receipt stamp.
A Non-Mandatory Pre-Proposal Meeting will. be conducted at City Hall in theC.ommission
Chambers located at 6130 Sunset Drive, South Miami, FI33143 on, August 3, 2015 atI0:30.A;M. The
conference shall be held regardless of weather conditions. Proposals are subject to the term~,.co~ditions and
provisions ofthis·letter as well as to thos'e provisions, terms, conditions.·affidavi'ts and do'cuments:contained in this
Solicitation Package. The City reserves the right to award the Project to the person With the lowest, most
responsive. responsible Proposal, as determined by the City, subject to the right of the City, or the City
Commission, to reject any and .11 proposals. and the right of the City to waive any irregularity in the Proposals or
Solicitation procedure and subject also to the right of the City to award the Project, and execute a contract with a
Respondent or Respondents, other th.n to one who provided the lowest Proposal Price or, if the Scope of the
Work is divided into distinct subdivisions. to award each subdivision to a separate Respondent.
Maria M. Menendez. CMC
City Clerk, City of South Miami
SCOPE OF SERVICES and SCHEDULE OF VALUES
Citywide Drainage Improvement Projects
RFP#PW·20IS·19
The Scope of Services and the Schedule of Values, if any, are set forth in the attached EXHIBIT I
END OF SECTION
2
o
( )
o
C)
INSTRUCTIONS for RESPONDENT
Citywide Drainage Improvement Projects
RFP #PW·20IS·19
IT IS THE RESPONSIBILITY OF THE RESPONDENT TO THE SOLICITATION TO ENSURE THAT THE
RESPONSE TO THE SOLICITATION (HEREINAFTER ALSO REFERRED TO AS THE "PROPOSAL"
THROUGHOUT THE CONTRACT DOCUMENTS) REACHES THE CITY CLERK ON OR BEFORE THE
CLOSING HOUR AND DATE STATED ON THE SOLICITATION FORM.
I. Purpose of Solicitation. The City of South Miami is requesting proposals for the lowest and most responsive
price for the Project. The City reserves the right to award the contract to the Respondent whose proposal is
found to be in the best interests of the City.
2. Qualification of Proposing Firm. Response submittals to this Solicitation will be considered from firms
normally engaged in providing the s~rvices requested. The proposing firm must demonstrate adequate
experience. organization. offices, equipment and personnel to ensure prompt and efficient service to the City
of South Miami. The City reserves the right, before recommending any award, to inspect the offices and
organization or to take any other action necessary to determine ,ability to perform in accordance with the
speCifications, terms and conditions. The City of South Miami will determine whether the evidence of ability to
perform is satisfactory and reserves the right to reject all response submittals to this SoliCitation where
evidence submitted, or investigation and evaluation. indicates inability of a firm to perform. .
3. Deviations from Specificadons. The awarded firm shall clearly indicate. as applicable. all areas in which the
services proposed do not fully comply with the requirements of this Solicitation. The decision .as to whether
an item fully complies with the stated requirements rests solely with the City olSouth Miami.
4. Designated Contact. The awarded firm shall appoint a person to act as a primary contact with the City of
South Miami. This person or back-up shall be readily available during normal work hours by phone.em.iI. or in
person. and shall be knowledgeable of the terms of the comract.
5. Precedence of Conditions. The proposing firm. by virtue of submitting a response. agrees that City'S G.eneral
ProviSions, Terms and' Conditions herein will take precedence over any terms and conditions $ubmitted .with
the response. either appearing separately as an attachment or included within the Proposal. The Contract
Documents have been listed below in order of precedence. with the one having the most precedence being.·at
the top of the list and the remaining documents in descending order of precedence. This order of precedence
shall apply, unless clearly contrary to the specific terms of the Contract or General Conditions to the
Contract:
a) Addenda to Solicitation
b) Attachments/Exhibits to
c) Solicitation
d) Attachment/Exhibits to Supplementary Conditions
e) Supplementary Conditions to Contract, if any
f) Attachment/Exhibits to Contract
g) Contract
h) General Conditions to Contract, if any
i) Respondent's Proposal
6. Response Withdrawal. After Proposals are opened. corrections or modifications to Proposals are not
permitted. but the City may allow the proposing firm to withdraw an erroneous Proposal prior to the
confirmation ofthe proposal award by City CommiSSion. if all of the following is eStabHshed:
a) The proposing firm acted in good faith in submitting the response;
b) The error was not the result of gross negligence or willfuUnattention on the part of the firm;
c) The error was discovered and communicated to the City within twenty-four (24) hours (not
including Saturday. Sunday or a legal holiday) of opening the proposals received. along with a request
for permiSSion to withdraw the firm's Proposal; and
d) The firm submits an explanation in writing. signed under penalty of perjury, stating how the error
was made and delivers adequate documentation to the City to support the explanation and to· show
that the error was not the result of gross negligence or willful inattention nor made in bad faith.
7. The terms, provisions, conditions and definitions contained in. the Solicitation Cover Letter shall apply to these
instructions to Respondents and they are hereby adopted and made a part hereof by reference. If there is a
conflict between the Cover Letter and these instructions. or any other provision of this Solicitation. the
Cover Letter shall govern and take precedence over the conflicting provislon(s) in the Solicitation.
4
8. Any questions conceriling the Solicitation or any required need for clariflcationmust be made in writing, by 10
AM, August 6, 2015 to the attention of Steven P. Kulick at skulick@soutbmiamifl.sovorvia
facsimile at (305) 663·6346.
9. The issuance of a written addendum is the only official method whereby interpretation andlorclarific:ation of
information can be given. Interpretations or clarifications. considered necessary by the City in response to
such questions. shall be issued by a written addendum to the Solicitation Package (also known as ''Solicitation
Specifications" or "SoliCitation") by U.S. mail. e·mail or other delivery method convenient to the City and the
City will notify all prospective firms via the City'S website.
10. Verbal interpretations or clarifications shall be without legal effect. No plea by a Respondentof ignorance or
the need for additional information shall exempt a Respondent from submitting the Proposal on the required
date and time as set forth in the public notice.
II. Cone of Silence: You are hereby advised that this Request for Proposals is subject to tha"Cone of Silence."
in accordance with Miami·Dade County Ordinance Nos. 98106 and 99·1. Fromthe time of advertising until
the City Manager issues his recommendation. there is a prohibition on verbal communication with the City's
professional staff. including the City Manager and his staff. All written communication must comply With the
reqUirements of the Cone of Silence. The Cone of Silence does not apply to verbal communications at pre-
proposal conferences. verbal presentations before evaluation committees, contract diSCUSSions during any duly
noticed public meeting. public presentations made to the City ·Commission during any duly notice public
meeting. contract negotiations with the staff following the City Manager's written recommendation for the
award of the contract. or communications in writing at any time with any City employee. official or member of
the City Commission unless specifically prohibited. A copy of all written communications must be
contemporaneously flied with the City Manager and City Clerk. In addition, you are required to comply with
the City Manager's Administrative Order AO I-IS. If a copy is not attached. please request a copy from the
City'S Procurement'Division.
WITH REGARD TO THE COUNTY'S CONE OF 51LENCEEXCEPTION fOil WRITTEN
COMMUNICATION, PLEASE BE ADVISED THAT, NOTWITHSTANDI.NGTHEI!!tI~MI.
DADE COUNTY EXCEPTION FOR WRITTEN COMMUNICATI9J\iTHEt:qUNTY!.S
R.ULES,P·ROHIBITING VERBAL COMMUNICATION DURING'ANESTAA\J~EDCONE
OF SILENCE SHALL, WITH REGARD TO THIS SOLlCrrAl"'ON,A1.S0APPLYTO.ALL
WRITTEN COMMUNICATION UNLESS PROVIDED . OTHERWI5EBELOW.
THeREFORE, WHERE THE CITY OF SOUTH MAIMICONE OF SU;.ENCEPROI:IIBITs
COMMUNICATION, SUCH PROHIBITION SHALL APPLY TO BOTI:I VERBAL AND
WRITTEN COMMUNICATION. .
Notwithstanding the foregoing, the Cone of Silence shall not apply to ...
(I )Ouly noticed site visits to determine the competency of bidders regarding a particular bid
during the time period between the opening of bids and the time· that. the City Manager
makes his or her written recommendation;
(2) Any emergency procurement of goods or services pursuant to the Miami.Dade County
Administrative Order 3-2;
(3) Communications regarding a particular solicitation I><>tween any person and the
procurement agent or contracting ofl"t<:er responsible for administering the proc"rement
process for such solicitation, provided the commu.nication is limited' strictly to' matters .. of
process or procedure already contained in the correspondingsolicitation'docum~i1t;and
(4) Communications regarding a particular SQlicitation betweentheproeuremel1tllgent or
contracting officer, or their designated secretarial/ clerical staff.responsibleforadmil1i$tering
the procurement. process for such solicitation and a member of theselaction COmmittee
therefor, provided the communication is limited strictly to· matters of process or procedure
already contained in the corresponding solicitation document." . .
12. Violation of these provisions by any particular Respondent or proposer shall render any' recommendation for
the award of the contract or the contract awarded to said. Respondent or proposer voidable. ,and. in such
event, said Respondent or proposer shall not be considered for any Solidtation includin&, but not limiteclto
one that requests any of the following a proposal. qualifications. a letter of interest or a 'bid concerning any
contract for the provision of goods or services for a period of one year. Contact shall only be made through
regularly scheduled Commission meetings. or meetings scheduled through the Purchasing Division. which are
for the purposes of obtalning additional or clarifying information.
5
(j
C)
..J
n
)
13. Lobbying. All firms and their agents who intend to submit. or who submitted. bids or responses for this
Solicitation. are hereby placed on formal notice that neither City Commissioners. <;andidates for City
Commissioner or any employee of the City of South Miami ate to be lobbied either individually or Collectively
concerning this Solicitation. Contact shall only be made through regularly scheduled Commission meetings. or
meetings scheduled through the Purchasing Division, which are for the purposes of obtaining additional or
clarifying information.
14. Reservation of Right. The City anticipates awarding one contract for services as a result of this Solicitation
and the successful firm will be requested to enter into negotiations to produce a contract for-the P·roject.
The City. however. reserves the right, in.its sole discretion. to do any of the following:
a) to reject any and all submitted Responses and to further define or limit the scope ofthe award.
b) to waive minor irregularities in the responses or in the procedure required by the Solicitation
documents.
c) to request additional information from firms as deemed necessary.
d) to make an award without discussion or after limited negotiations. It is. therefore. important that all
the parts of the Request for Proposal be completed in all respects.
e) to negotiate modifications to the Proposal that it deems acceptable.
f) to terminate negotiations in the event the City deems progress towards a contract to be insufficient
and to proceed to negotiate with the Respondent who made the next· best Proposal. The City
reserves the right to proceed in this manner until it has negotiated a contract that is satisfactory to
the City.
g) To modify the Contract Documents. The terms of the ContractDocuments are general and not
necessarily specific to the Solicitation. It is therefore anticipated that the City may modify these
documents to fit the specific project or work in question and the Respondent, by making a Proposal.
agrees to such modifications and to be bound by such modified documents.
h) to cancel. in whole or part. any invitation for Proposals when it is in the best interest of the City.
i) to award the Project to the person with the lowest. most responsive. responsible Proposal, as
determined by the City.
j) to award the Project, and execute a contract with a Respondent or Respondents. other than to one
who provided the lowest Proposal Price.
k) if the Scope of the 'Work is divided into distinct subdivisions, to award each subdivision to a
separate Respondent.
I S. Contingent Fees Prohibited. The proposing firm. by submitting a proposal. warrants that it has not employed
or retained a company or person. other than a bona fide employee, contractor or subcontract-ar,.working i!1
its employ. to solicit or secure a contract with the City. and that it has not paid or agreed to pay any person.
company. corporation. individual or firm other than a bona fide employee; .contractor or sub-consultant,
working in its-employ. any fee, commission, percentage, gift or other consideration contingent upon or
resulting from the award or making of a contract with the City.
16. Public Entity Crimes. A person or affiliate of the Respondent who has been placed.on the convicted vendor
list pursuant to Chapter 287 following a conviction for a public entity crime may not submit a Propos.Jon a
contract to provide any goods or services. or a contract for construction or repair ofa public building. may
not submit proposals on leases of real property to or with the City of South Miami. may not be ';warded a
contract to perform work as a CONTRACTOR. sub-contractor. supplier. sub-consultant. or consultant under
a contract with the City of South Miami. and may not transact business with the City of South Miami for a
period of 36 months from the date of being placed on the convicted.vendorlist.
17. Respondents shall use the Proposal Form(s) furnished by the City. All erasures and corrections must havethe
initials of the Respondent's authorized representative in blue Ink at the location :of each and every erasure and
correction. Proposals shall be signed using blue ink; all quotations shalLbe .typewritten. or printed with blue
ink. All spaces shall be filled in with the requested information or the phrase "not applicable" "Or .. NA·.·. The
proposal shall be delivered on or before the date and time. and at the place and in such manner as set forth in
the SoliCitation Cover Letter. Failure to do so may cause the. Proposal to be rejected. Failure toiridude any of
the Proposal Forms may invalidate the Proposal. Respondent shall deliverto the City. as part cif its Proposal.
the following documents:
a) The Invitation for Proposal and Instructions to Respondents.
b) A copy of all issued addenda.
c) The completed Proposal Form fully executed.
d) Proposal/Bid Bond. (Bond or cashier's check). if required. attached to the Proposal Form.
6
e) Certificates of Competency as well as all applicable State. County and City licenses. held by
Respondent
f) Certificate of Insurance andlor Letter of Insurability.
18. Goods: If goods are to be provided pursuant to this Solicitation the following applies:
a) Brand Names: If a brand name, make, manufacturer's trade name. or vendor catalog number is
mentioned in this Solicitation, whether or not followed by the words "approved equal", it is for the
purpose of establishing a grade or quality of material only. Respondent may offer goods that are
equal to the goods described in this Solicitation with appropriate identification. samples andlor
specifications for such item(s). The City shall be the sole judge concerning the .meritsof items
proposed as equals.
b) Pricing: Prices should be stated in units of quantity specified in the Proposal Form. In case of a
discrepancy, the City reserves the right to make the final determination at the lowest net cost to the
City.
c) Mistake: In the event that unit prices are part of the Proposal and if tllere is a discrepancy between
the unit price(s) and the extended price(s), the unit prke(s) shall prevail and the extended prlce(s)
shall be adjusted to coincide. Respondents are responsible for checking their calculations. Failure to
do so shall be at the Respondent's risk, and errors shall not release the Respondentfrom hlslher or
its responsibility as noted herein,
d) Samples; Samples of items. when required, must be furnished by the Respondent free of charge to
the City. Each individual sample must be labeled with the Respondent's name and manufacturer's
brand name and delivered by it within ten (10) calendar days of the Proposal opening unless schedule
indicates a different time. If samples are requested subsequent to the Proposal opening, they shall be
deliveted Within ten (10) calendar days of the request. The City shall not be responsible for the
return of samples. .
e) Respondent warrants by signature on the Proposal Form that prices quoted therein are in conformity
with the latest Federal Price Guidelines.
f) Governmental Restrictions: In the event any governmental restrictions may be impo.sed .which would
necessItate alteration of the material quality, workmanship. or perfo:rmance or th_e: ·items offered on
this Proposal prior to their delivery. it shall be the responsibility of the successful Respond"ntto
notify the City at once. indicating in its letter the specific regulation which required_an alteration.
The City of South Miami reserves the right to accept any such .Iteration, including any price
adjustments occasioned thereby, or to cancel all or any portion of the Contract, at· the sole
discretion of the City and at no further expense to the City with thirty (30ldays advanced notice.
g) Respondent warrants that the prices. terms and conditions quoted in the Proposal shallb" firm for a
period of one hundred eighty (180) calendar days from the date of the Proposal opening unless
otherwise Stated in the Proposal Fo,'m. Incomplete, unresponsive. irresponsible, vague, or ambig"ous
responses to the Solicitation shall be cause for rejection, as determined by the City;
h) Safety Standards: The Respondent warrants that the product(s) to besuppUed to the City .conform
in all respects. to the standards set forth in the Occupational Safety ·and Health Act:(OSHA) and its
amendments. Proposals must be accompanied by a Materials Data Safety Sheet (M.S.D.S) when
applicable.
19. Liability, Licenses & Permits: The successful Respondent shall assume the full duty, obligp.tion.and expense. of
obtaining all necessary licenses. permits, and inspections required by this Solicitation'llnd as re.quiredhylaw.
The Respondent shall be liable for any damages or loss to the City occasioned by the negligence'ofthe
Respondent (or its p.gent or employees) or any person acting for or through the Respondent. ... Respondents
shall furnish a certified copy of all licenses. Certificates of Competency or <lther licensing ·requirement
necessary to practice their profession and applicable to the work to be· performe<;l as required by florida
Statutes, the Florida BUilding Code, Miami-Dade County Code or City of South· .Miami Code. These
documents shall be furnished to the City as part of the Proposal. Fai.lure to have .obtained the nquired
licenses and certifications or to furnish these documents shall be grounds for rejecting the Proposal and
forfeiture of the Proposal/Bid Bond. if required for this Project.
20. Respondent shall comply with the City's insurance requirements as set forth in the attached EXHIBIT 2,
prior to issuance of any Contract(s) or Award(s) If a recommendation for award of the conttact, or an award
of the contract is made before compliance with this provision, the failure to fully and satisfactorily comply with
the City's bonding, if required for this project. and insurance requirements as set forth herein shall authorize
the City to implement a rescission of the Proposal Award or rescission. of the recommendation fOt award of
7
(J
o
C)
contract without further City action. The Respondent, by submitting a Proposal, thereby agrees to hold the
City harmless and agrees to indemnify the City and covenants not to sue the City by virtue of such rescission.
21. Copyrights andlor Patent Rights: Respondent warrants that as to the manufacturing, producing or selling of
goods intended to be shipped or ordered by the Respondent pursuant to this Proposal, there has not been,
nor will there be, any infringement of copyrights or patent rights, The Respondent agrees to indemnify City
from any and all liability, loss or expense occasioned by any such violation or infringement. .
22. Execution of Contract: A response to this Solicitation shall not be responsive unless the Respondent signs the
form of contract that is a part of the Solicitation package. The Respondent to this Solicitation acknowledges
that by submitting a response or a proposal, Respondent agrees to the terms of the form contract and to the
terms of the general conditions to the contract. both of which are part of this Solicitation package. The
Respondent agrees that Respondent's signature on the Bid Form andlor the form of contract that is a part of
the Solicitation package andlor response to this Solicitation, grants to the City the authority, on the
Res'pendent's behalf, to inserted. into any blank spaces in the contract documents. information obtained from
the proposal and, at the City'S sale and absolute discretion, the City may treat the Respondent's signature on
any of those documents, as the Respondent's signature on the contract, after the appropriate information has
been inserted, as well as for any and all purposes, including the enforcement of all of the terms and conditions
of the contract.
23. Evaluation of Proposals: The City, at its sole discretion, reserves the right to inspect the facilitieS· of any or all
Respondents to determine its capability to meet the requirements of the Contract. In addition, the price,
"esponsibility and responsiveness of the Respondent, the finanCial. position, experience, staffing, equipment,
materials, references, and past history of service to the City andlor with other units of state, andlor local
governments in Florida, or comparable private entities, will be taken into consideration in the Award of the
Contract. .
24. Drug Free Workplace: Failure to provide proof of compliance with Florida Statute Section 287.087, as
amended, when requested shall be cause for rejection of the Proposal as determined by the City.
25. Public Entity Crimes: A person or affiliate who was placed on the Convicted Vendors List following a
conviction for a public entity crime may not submit a response -on a contract to provide' any services to a
public entity, may not submit Solicitatipn on leases of real property to a public entity, and may not transact
business with any public entity in excess of the threshold amount provided in Section 287.0 17, for·a p.eriod of
36 months from the date of being placed on the Convicted Vendors List.
26. Contingent Fees Prohibited: The proposing firm must warrant that it has not emp.loyed or retained a
company or person, other than a bona fide employee, contractor or subcontractor, working in its employ, to
solicit or secure a contract with the City, and that it has not paid or ~reed to pay any person, company,
corporation, individual or firm other than a bona fide employee, -contractor or sub·consultaht, working in its
employ, any fee, commission; percentage, gift or other consideration contingent upon or resulting from the
award or making of a contract with the City.
27. Hold Harmless: All Respondents shall hold the City, its officials and employ,,~s harmless and covenant not to
sue the City, its officials and employees in reference to its decisionsto reject. award, or not award· acontrac~
as applicable, unless the claim is based solely on allegations of fraud andlor collusion, The submission of a
proposal shall act as an agreement by the Respondent that the Proposal/Bid Bond, if required for this project.
shall not be released until and unless the Respondent waives any and all claims that the Respondent mayhave
against the City that arise out of this Solicitation process or until a judgment is entered in the Respondent's
favor in any suit filed which concerns this proposal process. In any such suit, the prevailing party shall recover
its attorney's fees, court costs as well as expenses associated, with the litigation. In the. eve!lt·that .. fees, court
costs and expenses associated with the litigation are awarded to the City, the Proposal/Bid Bond, if required
for this project. shall be applied to the payment of those costs and any balance shall be paid by the
Respondent.
28. Cancellation: Failure on the part of the Respondent to comply with the conditions, specifications,
reqUirements, and terms as determined by the City, shall be JUSt cause for cancellation of the Award or
termination of the contract,
29. Bonding Requirements: The Respondent, when submitting the Proposal, shall incl.ude a ProposallBid Bond, if
required for this project. in the amount of 5% of the total amount of the base Proposal on the Proposal/Bid
Bond Form included herein. A company or personal check shall not be deemed a.valid Proposal Security,
30. Performance and Payment Bond: The City of South Miami may require the successful Respondent to fumish a
Performance Bond and Payment Bond, each in the amount of 100% of the total Proposar Price, including
Alternates if any, naming the City of South Miami, and the entity that may be providing a source of funding for
the Work, as the obligee, as security for the faithful performance of the Contract and for the payment of all
8
persons or entities performing labor, services and/or furnishing materials in connection-herewith. The bonds
shall be with a surety company authorized to do business in the State of Florida.
30.1. Each Performance Bond shall be in the amount of one hundred percent (100%) of the Contract
Price guaranteeing to City the completion .nd performance of the Work covered in the Contract
Documents.
30.2. Each Performance Bond shall continue in effect for five ye.r after final completion and acceptance
of the Work with the liability equal to one hundred percent (100%) of the Contract Sum.
30.3. Each Payment bond shall guarantee the full payment of all suppliers. material man, laborers. or
subcontractor employed pursuant to this Project.
30.4. Each Bond shall be with a Surety company whose qualifications meet the requirements of
insurance companies as set forth in the insurance reqUirements of this solicitation.
30.5. Pursuant to the requirements of Section 255.05, Florid. Statutes, Respondent shall ensure that
the Bond(s) referenced.bove shall be recorded in the public records of Miami-Dade County and
provide CITY with evidence of such recording.
30.6. The surety company shall hold a current certificate of authority as acceptable surety on federal
bonds in accordance with the United States Department of Treasury Circular 570, current revisions.
31. Proposal Guarantee: Notwithstanding the fact that the Respondent, in submitting a proposal, agrees to the
termscontained in the form of contract that is part of this Solicitation package, the successful Respondent,
within ten (10) calendar days of Notice of Award by the City. shall deliver. to the City, the executed
Contract and other Contract Documents that provide for the Respondent's signature. and deliver to the
City the required insurance documentation as well as a Performance and Payment Bond if these bonds are
required. The Respondent who has the Contract awarded to it and who fails to execute the Contract and
furnish the required Bonds and Insurance Documents within the specified time shall. at the City's option,
forfeit the Proposal/Bid Bond/Security that accompanied the Proposal, and the ProposaIlBid··BondISecurity
shall be retained as liquidated damages by the City. It is agreed that if the City accepts payment from the
Proposal/Bid Bond, that this sum is • fair estimate olthe amount of damages the City.will sustain in case
the Respondent fails ta sign the Contract Documents or fails to furnish the required Bonds,tndolnsurance
documentation. If the City does not accept the Proposal/Bid Bond, the City may proceed to sue for breach
of contract if the Respondent fails to perform in accordance 'With the Contract Documents..ProposaI/Bid
Bond/Security deposited in the form of a cashier's check drawn on a local bank in good standing shall be
subject to the same requirements as a Proposal/Bid Bond.
32. Pre-proposal Conference Site Visits: If a Mandatory Pre-proposal conference is scheduled for this project, all
Respondents shall attend the conference and tour all areas referenced in the Solicitation Documents. It shall
be grounds for rejecting a Proposal from a Respondent who did not attend the mandatorypre"proposal
conference. No pleas of ignorance by the Respondent of conditions that e)<ist, or that may hereinafter exist,
as a SOlidtation result of failure to make the necessary examinations, or -investi~tions, ·or"'f3i1ure to oomplete
any part of the Solicitation Package. will be accepted' as basis for varying the requirementsor·tIleC;ontract
with the City of South Miami or the compensation of the Respondent. The Respondent,following receipt of a
survey of the property, if applicable, is bound by knowledge that can be seen or surmised ftoni·the survey and
will not be entitled to any change order due to any such condition. If the survey is pro.vided before the
proposal is submitted. the contract price shall include the Work neceSSitated :by those conditions. If the
survey is provided subsequent to the submission of the proposal. the Respondent shall have flvecalendar days
to notify the City of any additional costs required by such conditions and the City shall have tIler.ightto reject
the proposal and award the contract to the second most responsive. responsible bidder with the Jowest price
or to reject all bids.
33. Time of Completion: The time is of the essence with regard to the completion of the Work to be performed
under the Contract to be awarded. Delays and extensions of time maybe allowed only in accordance with
the provisions stated in the appropriate section of the Contract Documents, including the Proposal. form. No
change orders shall be allowed for delays caused by the City, other than for extensions of timeta complete
the Work.
34. Submittal' Requirements: All Proposals shall comply with the requirements set forth here.inand shall include a
fully completed Bid Form found on EXHIBIT 4 which is a part olthis Solicitation Package.
35. Cancellation of Bid Solicitation: The City reserves the right to cancel. in whole or part, any request for
proposal when it is in the best interest of the City.
36. Respondent shall not discriminate with regard to its hiring of employees or subcontractors or in its purchase
of materials or in any way in the performance of its contract. if one is awarded. -bas~d on race, color, religion,
national origin. sex, age, sexual orientation. disability, or familial status.
9
C)
\ .. )
o
()
\)
37. All respondents, at the time of bid opening. must have fulfilled" all prior obligations and commitments to the
City in order to have their bid considered. including all financial obligations. Prior to the acceptance ohny bid
proposal or quotation. the City's Finance Department shall certify that there are no outstandiligfines.monies.
fees. taxes. liens or other charges owed to the City by the Respondent, any of the Respondent's principal.
partners. members or stockholders (collectively referred to as "Respondent Debtors"). A bid. proposal or
quotation will not be accepted until all outstanding debts of all Respondent Debtors owed to the city are paid
in full. No bidder who is in default of any prior contract with the City may have their bid considered until the
default is cured to the satisfaction of the City Manager.
38. Bid Protest Procedure. See attached EXHIBIT 3.
39. Evaluation Criteria: If this project is to be evaluated by an Evaluation Committee. the evaluation criteria is
attached as N/A.
END OF SECTION
10
o
• Addendums
C)
n ~ South Miami
I !-II:. un 01' f'I.EI\SANi I.!VING
ADDENDUM No. #1
Project Name: Citywide Drainage Improvement Projects
RFPNO. PW·2015-19
Date: July 29, 2015
Sent: Fax/E-mail/webpage
This addendum submission is issued to clarify, supplement and/or modify the previously issued
Solicitation, and is hereby made part of the Documents. All requirements of the Documents
not modified herein shall remain in full force and effect as originally set forth. It shall be the
sole responsibility of the bidder to secure Addendums that may be issued fOra specific
solicitation.
c) Ouestion #1:
'--~
(,,)
Can you tell me if the plans for this project includes the installation of type II baffle "boxes?
Answer to Ouestion # 1 :
Both projects, SW 78'" Street and Twin Lakes Drainage, will use a Type II Skimmer (baffle)
according to FDOT Standard Index 241. "
Ouestion #2:
Is there a budget for this project?
Answer to Ouestion #2:
There is not a specific line item for the construction portion of the project in the City's
Adopted Budgetfor FY 2014 -2015, Capital Improvement ProgramS-Year Plan.
IT SHALL BE THE SOLE RESPONSIBILITY OF THE,"OOER"TO~URE
ADDENDUMS THAT MAY BE ISSUED FOR ASPECIFJCSOLICrtATlON.
Page lofl
THE 01Y OF PLEASANT UV1NG
ADDENDUM No. #2
Project Name: Citywide Drainage Improvement Projects
RFP NO. PW-2015-19
Date: . August 5, 2015
Sent: FaxlE-mail/webpage
This addendum submission is issued to clarify, supplement andlor modify the previously issued
Solicitation, and is hereby made part of the Documents. All requirements of the Documents
not· modified herein shall remain in full force and effect as originally set forth. Itshallbe.,the
sole responsibility of the bidder to secure Addendums that may be .issued fora specific
solicitation.
Cj
I. Page 54 ofthe RFP refers to additional quantities for milling and resurfacingJ)ut.those ( .... \ ..
quantities are not included with the Schedule of Values. Can you clarify? _)
RESPONSE:
The sketch shown on page 54 of the RFP is referring to additional quantities for milling
and resurfacing, depicted in the solid grey hatch. These quantities ,!re not included
withinthe schedule·of values posted within the RFP.
A revised Schedule of Values is included with AddendumNo. 2 and, is'! jl<!l't of this
RFP by way of this reference. The revised Schedule of Values includes the additional
quantities in the milling and resurfacing fine items for she:etC-5 .. andto clean up s.ome
line items for both Areas I and 2 that were repeated, with diffetenttyp~ of units.
2. Will the City accept alternates to the A-2000 pipe material specified!
RESPONSE:
Yes, the City will accept a HDPE pipe as an alternate mate.rial.
IT SHALLIlE THE SOLE RESPONSIIlIUTY OF THE IlJIlOEfHP SECURE
ADDENDUMS THAT MAYIlE ISSUE.D FOR A SPECJFICSOLlC'1'ATI()N.
Page 1 ofl
\ )
.~
Item Description Unit C-5
Manhole EA 1
Inlet EA 0
18" 111 Exfiltration Trench LF 33
18" I1ISolicl Pipe LF 0
15" Ii! Solid Pipe LF 0
12" Solid Conc. Pipe LF .10
Concrete Collars EA 2
Milling (1 inch ave.) $Y 406
Re$urfacing Type 5-1 (1 in) TN 22.3
Asphalt Apron 1 inch' TN 0.2
Driveway_ Restoration (A!>(lhalt) TN 0
Off-Duty Police Officer" HR
Base Rework (10% of M&R) SY
C-6
('
Twin LL~ Drainage
Schedule of Values
Area 1
C-7 C-8 C-9 C-10
1 0 0 1 . 1
0 2 2 0 0
0 0 0 142 143
40 166 132 125 126
0 0 0 0 0
10 0 0 0 0
2 0 0 0 0
113 310 89 284 276
6.2 17.1 4.9 15.6 15,2
0.0 0.8 0.5 0.0 0.0
0 0 1.05 0 0
Contractor to verify the pay item notes in the plans, Sheet C-4.
"Line item 339-1 Asphalt Apron shall include the cost for asphalt and limerock base.
()
C-11 C-12 C-13 Quantity Unti Price Total
1 1 0 6
0 0 0 4
0 0 0 318
29 34 0 652
0 0 0 0
10 10 0 40
2 2 0 8
81 117 0 1676
4.5 6.4 0.0 92
0.0 0.0 0.0 1
0 0 0 1
80 $45.00 $3,600.00
168
Total:
'*The off-duty Police officer hours item is an estimate. Selected contractor will be required to apply for a right of way permit, during
which Police will evaluate the MOT plan and assess itan off-duty police officer will be required. If the contractor belives that more than
80 hours are required for this project, theconlraclor shalf adujst the quantities and total cost for this item in the proposal. If the number
of hours required is less than the proposed number of hours, the difference shall be credited to the City ..
Item Description Unit C-14
Manhole EA 0
Inlet EA 2
18" ~ Exfiltration Trench LF 0
18" III Solid Pipe LF 148
15" ~ SQlid Pipe LF i 0
12" Sol.idConc. Pipe LF 0
Concrete Collars EA 0
Milling (1 inch ave.) SY 562
ResurfacingType S-l (1 in) TN 30.9
Asphalt Apron 1 inch* TN 0.4
Driveway Restoration (Asphalt) TN 0.61
Remove Drainage Structure EA 0
Off-Duty Police Officer" HR
Base Rework (10% of M&R) SY
Twin Lakes Drainage
Schedule of Values
Area 2
C-15 C-16 C-17 C-18
1 0 0 1
0 0 2 0
0 0 0 33
37 0 34 0
5 0 0 0
0 0 10 10.
1 0 2 :2
1026 0 388 718
56.4 0.0 21.3 39.5
0.0 0.0 0.8 0.0
0 0 0 0
1 0 1 0
Contractor to verify the pay item notes in the plans, Sheet C-4.
C-19
0
0
0
0
0
0
0
0
0.0
0.0
0
0
*Line item 339-1 AsphaH Apron shall include the cost for asphaH and limerock base.
C-20 C-21 C-22 Quantity Unti Price Total
0 2 0 4
1 1 2 8
0 92 163 288
40 179 69 507
0 0 0 5
0 0 0 20
0 0 0 5
461 475 235 3865
25.4 26.1 12.9 213
0.5 0.4 0.5 3
0 0 0 1
0 0 0 2
80 $45.00 $3,600.00
387
Total:
*'Theoff-duty Police officer hours item is an estimate; Selected contractor will be required to apply for a right of way permit, during
which Police will evaluate the MOT pian and assess if an off-cluty police officer will be required. If the contractor belives that more than
80 hours are reqUired for this project, the contractor shall adujst the quantities .and total cost for this item in the proposal. If the number
of hours required is less than the proposed number of hours, the difference shall be credited to the City.
~
('-,
U C)
C)
• License of Coramarca Corp
• License of Subcontractor
• Florida Department Of State Division of
Corporation Of Coramarca Corp.
C) • Broward County Local Business Tax.
• Local Business Tax.
( .) \-
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD
1940 NORTH MONROE STREET
(850) 487c1395
TALLAHASSEE FL 32399-0783
CHACON, SANDRA NAYIBE
CORAMARCA CORP
20431 SW 1ST STREET
PEMBROKE PINES FL 33029
Congratulations! With this license you become one of the nearly
one million Floridians licensed by the Department of Business and
Professional Regulation. Our professionals and businesses range
from architects to yacht brokers, from boxers to barbeque restaurants,
and they keep Florida's economy strong.
Every day we work to improve the way we do business in order to
serve you better. For information about our services, please log onto
www.myfloridalicense.com. There you can find more information
about our divisions and'the regulations that impact you, subscribe
to department newsJetteg; and learn more about the Departmenf~
initiatives. .
Our mission at the Departmen\ is: License Efficiently, Regulate Fair!y.
We constantly strive to serve you better so that you can serve your
customers. Thank you for doing business in Florida,
and congratulations on your new license!
DETACH HERE
RICK SCOTT. GOVERNOR
STATE OF FLORIDA
CERTIFIED GE,Nlii".BB,AL, ,C;;.O"N,TRAC!TOR CHACON, SANDt<l!i,Ni(\YlB'" ,,'
CORAMARCACQ1<I"
IS CERTIFIED under the prov.isions of Ch.489 FS.
E;:.;piration daIS' AUG 3t, 2016 L 140a05-JOIJ0317
KEN LAWSON, SECRETARY
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD
tHldMJi!liQHd;,
CGC1522476
The GENERAL CONTRACTOR
Named below IS CERTIFIED
Underthe provisions of Chapter 489 FS.
Expiration date, AUG 31, 2016
CHACON, SANDRA NAYIBE
CORAMARCA CORP
20431 SW 1 ST STREET
PEMBROKE PINES FL33029
ISSUED: 08/05/2014 DISPLAY AS REQUIRED BY LAW SEa # L 1408050000317
()
()
STATE OF FLORIDA
II DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
()
!
CONSTRUCTION INDUSTRY LICENSING BOARD
1940 NORTH MONRO!: STREET
TALLAHASSEE FL 32399-0783
SLADE, JAMES MICHAEl
RANGER CONSTRUCTION INDUSTRIES INC
149. SCARBOROUGH lER
WElliNGTON Fl33414
Congratulatlonsl With this license you beoomeoneoflhe nearly
one mUllon Floridians "censodby the Department ofBuslnass and
professional R$lIulaflon. Ou, professionals and businesses range
from arohltects to yaclIt brokers,Jrom boxers to barbeque restaurants,
and Ihay keep Florida's economy strong.
Every day weworkto Improve lIJaway we do business in order to
serve you betler. For.lnformajlonaboutouraervlces, pfeaselQg onto
www.myfID!idatlcense.ccm.'There I'0UlllUl find more Iriformation
abolrt our dlvllllOns-and ,the f\!guJatlone thel lmpa<ltyou, subscribe
to department newsletterunif/aSin,more about the Oepa!'tmenfs
initiatIVes.
'-) Our mission at the Department is: License Efflclenlly, Regulate Fairty.
'-' We constantly strive to serve you batter SO that you can serve your
customers. Thank you for doIngbusinaas In Florida,
and congralUlallonson your ilewlleensel
DETACH HERE
RICK SCOTT, GOVERNOR
" ... ~"",. ... "'.
)
'A~III:n' 0710"'01.& ntRPI AV AR RFQI1IRED BY LAW
.(850) 48743f:)1i
SEQ# LI40_1366
STATE OF FLORIDA
OEPARTMENrOF BUSINESS ANOPROFESSIONALREGlJLATION
CONSTRUCTION INDUSTRY LICENSING BOARD
1940 NORTH MONROE STREET
TALLAHASSEE FL 32399·0783
KRACUNAS, MICHAEL B
RANGERCQN$TRUCTION INDUSTRIES, INC.
9174 REE;D DRIVE
PALM BEACH GARDENS Fl33410
c.ongraIUlalio.nS! Wilhlhis license you. become one of the nearly
one mllnon Floridians licensed .by lIle Department 01 Business and
Professional. Regulati()n. O\l,professiollals and businesses range
from architacls 10 yach!brokers, fro!llbQxers 10 barbeque reslaurants,
and lheykeep FI()rjds'a eeon()my~trohg.
Every day we work lo!mprc)ve:.th.e Wfj.y we do b~iness in order to
serve ycrubeUer. For mfoJ1l1aUolHjboulourserv,cres, pie ... log onlo
www.myIl9ridailcen .... com.Thereyoucenfmdmore.infoimalion
aboul our divisionsaild Iheregllllj\lons.thal impact you, subscribe
to departmenl newsleltersandlearn more aboultheDepartmenl'.
initiatIVes,
Our mission atlhe Department is: License Effieie"fly, Rag"late Fairly.
We constanlly slrive.!o serveyoubeller so; Ihat you can serve your
cuslomers. Thank You for dOlng .business In FlOrida,
and congratulations on your new license!
DETACH}lERE
RICK seon, GOVERNOR
h," ..
ISSUED, 1010712014 DISPLAY AS REQUIREBBY VJN
(850) 4814395
,'.' ,
()
o
')
Detail by Entity Name
I
· florida profit Corporation
CORAMARCA CORP
I Filing Information
I Document Number
FEI/EIN Number
Date Filed
I Effective Oate
State
P12000005791
80-0785593
01117/2012
0111712012
FL
Status
Last Event
Event DateFIJed
Event EfhJctlveOate
ACTIVE
·AMiENQMENT
1112012014
NONE
Principal Addr.
1 SW 1 ST STREET
1~.-'E:ME3RC)KE PINES,FL33029
Changed: 05/13/2014
Mailing AddrfiS
20431 SW 1ST STREET
PEMBROKE PINES, FL 33029
Changed: 05/13/2014
RegisteredAgMttQnt& &Addren
RAMIREZ, ANDRES E
20431 SW 1 ST STREET
PEMBROKE P1NES.·FI..33029
Name Chang~:06J2012Q!14
I Address Changed:05/1312tl14
OfflcerfDirector.Qetan
Name & Address
P
RAMIREZ, ANDRES E
i 20431 SW 1ST STREET I PEMBROKE PINES, FL 33029
I TitleVP
CHACON.5ANDRAN
20431 SW 1ST STREET I PEMBROKE PINES.FL 33029
I Title S
I RAMIREZ. ANDREA L
1
20431 SW 1 5T STREET
I PEMBROKE PINES;FL 38029
!
Annual Reports
Report Year
1 2013
1
2014
2015
i
I DocumenUmftfH/I
Filed Date
0210112013
06120/2014
04129/2015
04/29/2015 ~ AN.NL:lALaE:poBI ..
I 11/20/2014-AmeJ;!dment
I 06/2012014 ANNUAL BeaRl
I . .. . I 05/13/2014 -Re9 i AgiW C oonge •
I Q210112Q13.;.. ANNUALREPOBT . I . ". . .' . .
I 01/1W012'" DQ_Ucergfit
View image in PDF fonm¢ I
VIew Image in PDF (annat"j
View image in PDF fannat ·':1
View image in PDF fannat "1
View image In PDF (annat "J
View image In PDFfonnlIt . '1
............. ~.----------. --.----.....,...---.:.-,.. ........ .....,...~~.,.,.....,..;..-;-.--I
Cooyrlqht (?\ <'.Imi Ptiy?(v $l(ilc.ies
State ~ f'iQnda, OepartNlti'nt of Stzjt~
o
()
o
115 S. Andrews Ave., Rm. A-100, Ft. Lauderdale, FL .33301-18911-954-831'4000
VALIDOCTOSER_1, 2015 THROOG:Kse~30;1016
DBA:
Business Name: CORAHARCA CORP . R-lpt#:~Jli~,&3~~~TRAC'1'OR
Business Type:
Owner Name: SANDRA NAYISE CHACON leGAL
Business Location: 20431 SW 1 51'
Elustl!~:~;Q.8 IOB/2 013
State/Couni}f/CedlR1lliJ:CGC152 24 7 6
Exe.l11Ption <:«Ill: PEMBROKE PINES
Business Phone:
Rooms 'Seals emplOy"". '"
2'
;, "'e~
,;,;,' '\
THIS RECEIPT MUST BE POSTED CONSPICUOUSLYIN.Y()UR.,PLA~:Of""SS f -, "., ,
THIS BECOMES A TAJ(RECEIPT
WHEN VALIDATED
Mailing Address:
C:ORa.tvmRCA CORP
20431 SW 1 ST
PENRROKE PINES, E'L·
. ~ _... . ..
33029
This tax is IeYiedforthe ~livni!!leOfdQin9bU.ln~I"S.i9~t~i'li:jI.,"l.yatld is
noncregulatory in .nature .. YOIt m.tiSlmee(i\Ueil!l11!Y.·!\1lllfl)r'fldU,nil:llia1i!Yplanning
and zoning requirements. Thls·Busi~ J:al!:I'!1'@ipl.mu.t:~J~d:WhEjn
the business is sold, business nt'mehas oo$JIgedoryOlr haMEOAi~i Jhl!
business location. This reoeipt does·notilldicata· th~flhi>-.bo.ine,ss:"Je9arorthat
it is in complianoe with StateorlOcalfawsarrdnegutations;' .
2015 .2016
Roo"""pt ;;(}lA-M...ottoG8779
Paid 08/04/2()15 27,00
• Certificate DBE of CoramarcaCorp
• Certificate SBE of Coramarca Corp
• Certificate SBE of Subcontractor
• Certificate FOOT of Subcontractor
)
FLORIDA
OFFICE OF ECONOMIC AND SMALL BUSINESS DEVELOPM.ENT
Governmental Center Annex
115 S. Andrews Avenue, Room A6SO • Fort Lauderdale, Flortda 33301
954-357-6400' FAX 954-357-5674 -TTY 954-357-5664
June 29, 2015
Mr. Andres Ramirez
CORAMARCACORP
20431 SW 1 st Street
Pembroke Pines,FL 33029
ANNIVERSARY DATE -Annually, on June 29th
Dear Mr. Ramirez:
/
Browaref County is pleased to announce thatCor:atnarca·Corp.baiS~n·c,edified aiS a
Disadvantaged Business Enterprise (DBE] in Florida, under a UnIfli!d.CelitificdonJilro,gram.
[UCPl in accordance with 49 CFR, PART 26. .
o
DBE certification .continues from your anniversary date, buIis .co!"ltirtg~nt14l»!l.g~papolp
renewing its eligibility annually through this office, OfflceofEQOnQJ'l'.Iic·:a~.,Si'lJ#:B,u$~l!s l/--)
Development (OES8D) •. OESBD will notify you in advanC$of·~urOQ;l~n:to •. prpVlde
continuing eligibility documents; however, to assure continl$d~tii:)'ni~Y~~\Xln$iQility;
Failure to continue youreligibiHty will result in immediateactiontod~~~m~.comaiS
aDBE. .
CoramarcaCorp will be . listed in Florida's BusineSsD~IY~canbe'~iliathe
intemet, at http://www3b.dot.state.fI.uslEgualOpoortu .. ~flElSStJi.r:ectQiy.
As long as Co.nilmar,eacorp is listed in the Florida Busine$,$:.p~clo~,jtiSpon~~ie'igible
to bidthrougllOUttheftlbiilll'ld9rthEl a$$lQnedNAIe'S.'·', .. ·0'l%" .. " ..
DBE Certification Is subject to actions by govemmental agencjeslmpactingtbedlsa~ntaged
status of CoTamarca Corp.
DBE certification is NOT a guarantee of work, butenabl~99r;amat'Ca99rptG:<C9~f(mand
perform, contract work on all USDOT Federal Aid (FAA, FTAan\\f:~A)J.'ll'Qj~,iII~Qfj(:laas
a DBE contractor, sub-contractor, consultant, SOb-consUlt8tit:ormaterila!' s\i!plp,lie~ •.. -
MarkO. 9ogen.eeam FUtT-Caie V,C. HoIne&8 ". ;
CJ
Re: Coramarca Corp June 19, 2015
If, at any time, there is a material change in Coramarca Corp, including"butnotlimlted, to, '
ownership, officers, directors, scope of work being performed, dallypperatiOJl$.affiliatiOoswlth
other businesses or individuals or physical location of Coram$l'Ca Corp,Y0i;lm,UstnotifyOESBD,
in writing, without delay. Notification should include supp,ortingcl~tiOl'l. Youwillreceive
acknowledgement and confirmation of continued eligibility. if appHcableafternotiflcation of
changes.
, Coramarca corp may compete for, and perform, work on all USDOTFederaiAicLprojects
throughout Florida, receiving DBE credit consistent with 49 CFR part 26 fOr work performed in'
the following areas:
NAiCS CODE: 236210 Industria. Building Constructi(ln
Please feel free to contact OESBD for any questions or concems pertaimngtoyour DeE
certification. Our telephone number is (954) 357-6400; ourfaxnumbetis(954)a57-5674.
Sincerely,
Sandy-Michael McDonald, If r (J Office of Economic and Small Business Development
2
I'
I
!
OFFICE SMAll BUSINESS DEVELOPMENT
GovemmentlllCenter Annex
115 S. AndIl!W8 Avenue, Room A680 • Fort Lauderdale, Florida 33301
954--357-6400 • FAX 964-357-5574. TTY 954-357-5664
April S, 2015
Mr. Andres Ramirez
CORAMARCACORP.
20431 SW 1st Street
Pembroke Pines, Florida 33029
Dear Mr. Ramirez:
The Browsl'd County Office of Economic and Sma" Business De~(OaSBD}lspl!ll1$edtQaYJal'd
your company certification as a County Business Enterprise anQ$maII·BUlJt:~·~nterPrise. Your
firm Is now eligible to participate in the OffIce of Economic and Small BusIness Delfelopment'pr()IJtamS,
Your CBE and SBE certification Is continuous, bUt is contingent upon your ;fll'lllverlf¥i~.anllually1ts
eligibility In each of the two programs. Each year, on the an~~ry of!hlrl'Hll!'tjl()uwe~aWatded
certification, -you must submit to the. OffIce of Economic and SmaHBulilne$$~ent.Pt\~;Net .
Worth WOrl<sneet, a copy of the. previous year's Business TaxflelumiCQplasottf:le~rtentPtofUSionai
licenses, and County and local business tax receipts. As a COUitesY.OEseDwlll~YQIl;lll;a\ilVaflge Of
your obligation to provide the continuing eligibility documents. .HGwaver,;the~Sibliityt(j:_ure
continued certIfiCation is yours. . . .
o
~tt;iX:!~;;;e~:t';';~r~r:;~~:~:i~\:30:~~~~=~~.over$3.SQf)·WiHlie,.~rtiSed,.t0 ()
vendorsvia~.Please l<eep both the Purchasing Division gthe OfficeofEconomlc8!'l!f'$mall
Business Deveiopmellt apprised of your current e-mail address ..
Your primary certfficatlongroup. is: Construction ServIce$. This' ~a,lso how)lOllr"~In~ 'dI,ectory
will read. You may access your firm's "sting by visiting the 0fIlee Of ECoi'lOrnicand Stnall.BI.\j;II'!9SS
DevelQPment Directory, located on the intemet at: . . . .
httP'llwww:brpwar!iQmlecsmc!eyJSma!lBusinessIPagesIDefaU'tJ!!!fIX.·Click;on"CJrtIfII;ldJFitmQlrectory".
Your firm maycompelefor,.and perform wolk on BrowardCountyprojel:tslnthefOll~g .. :
NAlCSCOOE: 2361.18,236220,237110,238990,238910
We look forward to working with you to achieve greater QPIiICll'Iun\tl&sforyourbiJ$l1\l8S$ tIill'O)Jg/l·.county
Office of Ecol'lOll1ic and Small Business Development
Cart Agency:sc,cBE SSE
ANNIVERSARY ~ATE: APRIL 8TH
March 06, 2015
Mr. Alexandre Maiins
FLORIDA CITY ENGINEERING CONTRACTORS,
INC.
20200 SW 280th St
Homestead, FL 33031-0000
Dear Mr. Martins:
CERT NO: 11800
Approval Date: 2128"12015 -SSE/CONS
expiratiOn Date: 212812018
Miami-Dade County Small Business Development (SBD), a division of the Intemal Services Department (ISO) has
completed the review of your application and attachments submitted for certifICation. Your firm is offibi<uly certified
as a Miami-Dade County Small Business EnterprISe Construction Services (SBEICONS.) in accordance.;v.ithsection
10-33.02 of the code of Miami-Dade County.
This (SBE/CONS) certification Is valid for three years provided that you submit a "Continuing Eligib~ity Affidavif' on
or before ywrannlv81Sary date of (FjlbruWV 29) for the first andsec:ond year of the threeyeilr period. The ilffidavit
must indicate any changes or no changes In your firm pertinent to yoUr C¢I'Iificatlon erlgibility. the'subplittalotiil
"Continuing Eligibility Affidavif' alinilaJly v.ith specific supporting documentsonorbeforeYOUf Annlvilrsa()i Date is
required to maintain the three year certification. You will be nCltified of this·.~ibiUty in adViinceoHhe
Anniversary Date. Failure to comply with the Said responsibilities may resuttin immediate action tQ decertifY the firm.
If at any time there is a material change in the firm including, but not limited
work being performed, daily operations, affiliation{s) with other businesses
must notify thiS office in v.n'iting within (30) daya Notification Should
receive timely instructions from this office .as to hOYol you should proceed,
Your company is certified in the categories as listed below affording you the opPortl;lllity to bid andpartlCipate on
contracts v.ith Small Business Enterprise measurea ..
Please note that the categories listed are very general and are used only to assist. our customers ~n l;e~rchillg.\he
directory for certified firmsto meet contract goals. You can find the firm's up'\C>"diiecertifJCatiorpr9file!,isv~1I as all
other certified firms on the Miami-Dade.County Internal Services Departrnen\.smaIlBusfne$SDelleJ~rnentCertified
Firms' Directory at the web.site http:/twww_miamidiide,govfbusjnesslbusiness-c~fu;aiion-!lt9fiin$;l!SR.
Thank you for your interest in doing business with Miami-Dade County.
CI dious T • 0 Section Chief
Sm ness Development Division
CATEGORIES!.{Vourftrm may bid Of pa~on contrac:t& only underthe&e categories)
237900 ·OTHER HEAVY AND eM!.. ENGWEERHG CONS'TRUClfON (SBE/CONS)
238110-POl,JRED ca.cRElE FOUNDA'OONANO'S'TROC1tlRE CClNlRAC"lORS (SBEJCONS)
C)
o
(J.
Mr. Alexandre Martins
FLORIDA ClTY ENGINEERING CONTRACTORS, INC.
Cart No: 11800
March 06, 2015
Paga2
Florida Department of Transportatiou
RICK SCOTT
(;OI'ERNOR
60S Suwannee Streel .
T"lIaha~see. FL 32399,0450
April 20, 2015
RANGER CONSTRUCTION INDUSTRIES, INC.
101 SANSBURY'S WAY
WEST PAL~j BEACH FL 33411
RE: CERTIFICATE OF QUALIFICATION
Dear Sir/Madam:
JUllIOXOUl
SI!cJ«e:l'AIW
The Department ,of 'fransportation has qualified. your company 'for the type of wo'rk indicated
below. Unless your company is notified otherwise, thi-s.Cert.Lf.icate of· Qualification will
expire 6/30/2'016. However, the new application is due .413'01,201;.6"
In aooordance with S.337.14 (1) F.S. your next w~i;th'~~·-(:.f~,ths
of the-endi.ng date o,t the applicant's audi ted annual " if -a:~i,i;_q~e'·,
the audited in-tarim. finanoial sta-temsnts. Section 337. p.r:oviq_e,s th~t,,'your
certificate will be valid for 18 months after your f~nancid'-1 .statement :.da .. te. Th;ls. ·.g:iV"GS
a two month period to allow you to bid on jobs as ·we proce'ss' yoU"!: new ap'plica~~on ·for
qualiffcation. To remain qualified wi th the Department·, a 'hew -Ci.ppl,i:ca:tioo· must·~be.sUb1Uttted
subsequent to any significant change i11 the financial Po.si.t.ion or the s:tructure .e'£" .·your
firm as described in Section 14-22~005(3', Florida Admirii.stra·t--i·ve Code.
your company's m.aximum oapacity rating has been establ'isbed .ba.-ad. on
X Audi.ted lteviewed finanoial s·tatem.ents. To acc'e;!S's ·it,. pl-ease .log into' the
C'Oi1tract.or prequarification Application System via. the .eol1·ow~"1~:9 lirik!
https ~ / /www-3.dot.stat.e. fl. tls/~ontractorpreQualificationl
Once logged in, select "View II for the most recently ,approved application, ano then.··click
the "Nanage" and "Application Summary" tabs,
FOOT APPROVED WORK CLASSES:
DEBRIS REMOVAL (EMERGENCY), DRAINAGE, FENCING, FLEXIBLE PAVING, GI\AbING,.GRi\S.$liNG, SIlEDIIiG
AND SODDING, GUARDRAIL, HOT PLANT-MIXED BITU!LCOURsES, INTERMEDIATE BRIDGES; /oJ1NqR
BRIDGES, PORTLIIND CEMENT CONCRETE ROADWAY PAVING,ROADWAYSrGN.i!NG
FOOT APPaoVED $PECIAliITY CLASSES OF WORK:
UNDERGROUND U1'ILITY AND RH RAP.
You may apply, in. w.riting, for a Revised Cert·ificate· Crf .Quei .. l;Lfi.c·a'ti9fl .at. any ··time pri.o-r
to the ~xpirati6h da·t~ of this certificate· acco.rding to 'S~C'tion 14-22·,OO:4L{·3}, 'Elt>.riaa
Adminis··t:rative Code. Please be advised if ce:.rtiiicatioo·. in add,t.t.i9,l·Hitl. clas$es' t;f·wO:iJ:.k. ·1.s
desired, documentation is needed to show that your company. .has: done .fnich wo·rk with 'Y61ir
own forces and equipment or that experience' was gained with--a-no.t:h:er cPnt";r.:a<::t.b't ahd tha·t
you have ·the neces'sary equipment for each additi.onal class of wot.k requ~sted.
JM:cj
Sincerely,
04~V,~A 1Jz,~~
(>L1-" Juani ta Moor.e, Mana-ge·r
Contracts Administration Office
www.dot.state;f1.l1S
o
C)
·tnsurances
l.c~~Rb" CERTIFICATE OF LIABILITY INSURANCE 18/i~(n';~)
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON tHE CERTIFICATE HO~OER, THIS
CeRTIFICATe ODES NOT AFFIRMATIVE~Y OR NeGATIVELY AMEND, EXTENO OR A~TER THE COVERAGE AFFORDtD BY THe POLICIES
BELOW. THIS CERTIFICATE OF INSURANce DOES NOT CONSTITUTE A CONTRACT BETWEEN THE l$$iJlNGINSURER(S), AUTflORlZED
REPRESENTATIVE OR AND THE HOLDER.
::~ • ___ :" If the .••• :. ~~,~: ~:=.,_ the pelicy(les) must be end_ .. ' ....... . s.bj .. t to
...... ~..-. '''''' I "'. "''". ""'''';,' ............. may require an endorsement A statement on this-certificate ·does not confer dgHts to' -the
holder in lieu of such
(~~.' .'
'\c'
PflODUCER
ADV~TAGE INSURANCE OF AMERICA
4520 NW 7th St
Miami, FL 33126
INSUReD CORP
20431 SW' 1 S.T
PEMBROKE PINES 33029
~(305)
INSURER A
INSURER. ,
INSURER C
"NSURER D'
I INSURER e
"NSURER F,
r f.irc:No\, (305 )"4g -'<;0;0;",
.. <::.olli
,c •. ,...... . .... ~.
.
-EXCESS LIAB 01. I ! $
i~~~ VI" ~+-:'-"~-!:
"'NY PROPR1ETORiPARTlERlEXECunve O ... U -E;L . $ :
OFFtCERIMEMBeR exCLUDEO? ... '.. •
in UHI E:L OISEASE,
i It,.,> " OF • "lowE.L.O'S!lASI!.O", I
DESCRIPTION-OF OPERATIONS I
CONCRETE CONSTRUCTION
(Attach ACORD 101, Additional Remarks Schedule, if more spac.e
CERTIFICATE HOLDER
CITY OF SOUTH MIAMI
6130 SUNSET DRIVE
MIAMI FL 33143
ACORD25 (201 Of 05)
CANCELLATION
SHOULD ANY OF THE ABOVE !)ESCRIBEP POllCJES BE CANCELLEPBeFORE
THE EXPIRATI>.. DATE,. tI<EREOF. iIIOTICE Will BE DELlVE.RED IN
ACCORDANCE .. T.HE>POliC'I PROVISIONS. .
(/{'.fJfM3
. ·f9&a'2\}111~ACORDCORPOAA"ION.AlI fights reJ\el'l!ed.
alACORD
,
.~, CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDNYVV)
;,::,:::.' no" ".n ..
THIS _".."'':' I ~~-'-"~ ~ ~IS AS A ~':' ".':'~~~, IIV".~~'::. Y ~~E_ .' NO. "~~~I';y~~~ :~'tIEyc" '.n" .~~ ~ THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE . . . . '.' . 'BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BEtwEEN THE '.' . AUTHORIZED
"" live OR "l>nn"''''1> AND THE CERTIFICATE HOLDER.
1\ ;.;;;~;.H: Ifthe '!San ADDll ,tne I must be, . " .. ~ -~ rights to ;~~ ;"c.rlaln may require an endorsement. A statement on this
, holder In lieu of such.
PRODUCER itn ••
SOUTH FL COMMERCIAL INSURANCE Ir~ .n •• 018-2543
15165 NW 77 AVENUE #1004 .
MIAMI LAKES FL 33014 NAle.
I.NSUR.R A. OHIO ,co,:r'URITY I."" :CO, 124082
INSURED II •• "OFO. ,
CORAMARCA CORP .
20431 SW 1 STREET
PEMBROKE PINES FL 33029 II •• " ••••
, .
THIS IS TO CERTIFY THATTHE > OF : LISTED BELOW IISSU~DTOTHE I . ~~::!~~¢!9~~ ~'-'~ 1M: POLlCY!:'.~~,'?I?
INDICATED N01WITHSTANDING.Af',IYRI'OI CONDITION§fp;N~;,;,;-,'TO.;"TOR=OT.8i~~_ri;-';';-1 N~i'-'l:E!" THIS £~~nf~?~;~ ~~6BE ISSUED ~~F SIJC:IPo~il~;~~~~;:i$~~~:~BE EEsEIMS .. ' ',~ -, n:l~Lr THE TERMS,
ITM. TYP., POLlCV NUMBER ". UMITS
r.oN •• AL IIA.'UTY ~ •
I J CLAIMS-MADE D OCCUR -~
' M.n EXP lA, '"'~, • -
_ "nV ,N.IlIOV • -
i r.:1:1' 1 IHIT APPLIES PER: I r-.".o .. • , ·DPRO-o LaC
I
'.OG , --POLICY JECT
OTH"., . •
k·" UA81UTY I I.' nnnnnn r'-I I ., 'I' v "" ,,,., I· i ANY AUTO
~ SCHEDULED I-f ~b~gtVNED f-=-AUTOS BAS (15) 56387471 1012912014 1012912015 180DILY I'
!~ ~ NON-OWNED I. ! HIRED AUTOS AUTOS
I I . l!
1-UMBRELLA UAB rl OC~UR ,",CH ncCIIRR"NCI' I.
EXCESS UAB I.
DEO I I J<
. L.
i ~~~EMPLOyeR" UABIUTY "0
I ~~fTIlT' i InH-
INIA E.Lem'" •
Ilf yes, d""ib~ ~~'!.'. E.L. OISEASE· I'A "MPI nm •
lb,'ow E.L I IICV..",," •
A PERSONAL INJURY PROTECT. BAS (15) 56387471 1012912014 $10,000.
A UNINSURED MOTORISTS COV, BAS (15) 56387471 1012912014 1012912015 $20,000.
DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101, Additional Remarks Sch&dule, ", .. , required)
PAiNTING CONTRACTOR
CERTIFICATE HOLDER CANCELLATION
.
CITY OF SOUTH MIAMI SHOULD ANY OF' THE ABOVE ".DESCRIBED. POLICieS BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
6130 SUNSET DRIVE ACCORDANCE WITH THE' POLICY PROVISIONS;
\J SOUTH MIAMI, FL 33143 AUTHORIZEOR'PRESENTATIVE '. ' ...... a ~uv>
I Fax: (305)666-4591
~yJl. C . "
@·1988-2014ACORDCORPORATION. All ~ghts reserved.
ACORD 25 (2014101) The ACORD name and logo are reglsteredmerks 01 ACORD
8/1812014
CONSTRUCT1OH .IHW8TRVEXSIPT1OH
1111& ",,11ift ... lhalllle Indhidual Hated boIoINhas tIIeoIad II! be eJemptln>m F1orid& WQrIcIIIS' COmpensa1lon law,
EI'fI!IC1'I\I!DA'I!!: lllWZ014 EXPIRATION DATE: 8113120111
PERSON: Ctw;ON SANDRA S
FBN: 80078569S
BlJSINEISS NMlEANDMIDRB\IS:
CORIOMARCACORP
20431 SW,1ST STREl!T
PEMElROKEPtNES Fl.
SCOPI!B 01''' •• OR 'IlWE:
LICENSED GENERAL
CONTRACTOR
33029
nFFATWATER
--CHIEF FINANCIAL OFFICER STATE OF FLORIDA
DEPARTMENT OF FINANCIAL SERVICES
DIVISION OF WORKERS' COMPENSA'I'ION
•• CERTIFICATE OF ELECTiON TO BE EXEMPT FROM FLORIDA WORKERS' COMPENSATION LAW ••
CONSTRUCTION INDUSTRY EXEMPTION
This certifies that the individual listed below has elected to be exempt from Florida Workers' Compensation law.
EFFECTIVE DATE: 5m2015
PERSON: RAMIREZ
FEIN: 800785593
BUSINESS NAME AND ADDRESS:
CORAMARCA CORP
20431 SW 1ST STREET
PEMBROKE PINES FL
SCOPES OF BUSINESS OR TRADE:
LICENSED GENERAL
CONTRACTOR
EXPIRATION DATE: 5/6/2017
ANDRES E
33029
Pursuant to Chapter 440.05(14). F.S" an officer of a corporation who elects exemption from this chapter by filing a certificate of election under !his-section
(
___ "~~y not recover benefits or compensation under thIS chapter. Pursuant 10 Chapter 440.05(12), F.S" Certificates of election to be exempt... apply only rin the scope of the business ortrade listed on the notice of election to be exempt, Pursuant to Chapter 440.05(13). F;S .• Notices of election to_be
__ .---",lempt and certfficates of election to be exempt shall be subject to revocation if, at any time after the fiUng of the notlce'or tt:le-issuance of the CE!rtificate,
the person named on the notice or certificate no longer meets the requirements of this sectiOn fOr Issuance of a certificate. The department sheil! revoke a
DFS-F2-DWC-2S2 CERTIFICATE OF ELECTION TO BE EXEMPT REVISED 08-13 QUESTIONS? (850)413~1609
THE CITY Of PLEASANT LIVING
CITY OF SOUTH MIAMI
SW 78 STREET ROADWAY AND
DRAINAGE IMPROVEMENT PROJECT
ApJACENT TO THE CITY'S NEW DOG PARK
PREPARED FOR:
CITY OF SOUTH MIAMI
MIAMI-DADE COUNTY, FLORIDA
PROJECT LOCATIONS
LOCATION MAP f2W0l PROJECT LOCATION
NOT TO SCALE
CITY COMMISSION:
MAYOR:
VICE-MAYOR:
COMMISSIONE RS:
CITY MANAGER:
CITY ATTORN EY:
CITY CLERK:
PUBLIC WORKS:
PREPARED BY:
PHILIP K. STODDARD
WALTER A. HARRIS
GABRIEL EDMOND
JOSH LIEBMAN
ROBERT (BOB) WELSH
STEVE ALEXANDER
THOMAS F. PEPE
MARIA M. MENENDEZ
RICARDO A. AYALA P.E.
T'Y'LlNINTERNATIONALIHJ ROSS
201 ALHAMBRA CIRCLE SUITE 900
CORAL GABLES. FLORIDA 33134
PHONE: (305) 567-1B88
FAX: (305) 567-1771
EB00002017
VICINITY MAP
NOT TO SCALE
INDEX OF SHEETS
SHEET DESCRIPTION NO.
1 COVER
2 GENERAL NOTE
3 DRAINAGE NOTES AND OUANTITIES
4 TYPICAL SECTION
5 DRAINAGE MAP
6 DETAILS
7 PAVING PLAN
8 DRAINAGE PLAN
9-10 GRADING PLAN AND PROFILE
11 SIGNING & PAVEMENT MARKING PLAN
12 MOT NOTES
100%
JULY
NOTE: THE SCALE OF THESE
CHANGED DUE TO
811 ~~~;~~~SL~E~~
BEi'ORE YO!] DIG ~0z "",r .. t.U',r, .. "·"h.r .... ,
www.callsunshine.com
I
2
3
4
GENERAL NOTES:
1. EXIST/NG TOPOGRAPHIC INFORMATION AND CENTERLINE GEOMETRY SHOWN ON PLANS WERE TAKEN FROM THE SURVEY PREPARED BY AVINO &
ASSOCIATES ENGINEERS, PLANNERS AND SURVEYORS. DATED OS/29/2015.
2. ALL PUBLIC LAND CORNERS AND MONUMENTS WITHIN THE LlMJTS OF (ONSTRUCnON ARE TO BE PROTECTED BY THE CONTRACTOR A5 FOLLOWS:
CORNERS AND MONUMENTS IN CONFLICT WITH THE WORK AND IN DANGER OF BEING DAMAGED, DESTROYED OR COVERED SHALL BE PROPERLY
REFERENCED BY A REGISTERED LAND SURVEYOR IN ACCORDANCE WITH THE MINIMUM TECHNICAL STANDARDS OF THE FLORIDA BOARD OF
PROFESSIONAL LAND SURVEYORS PRlGR TO BEGINNING WORK AT THAT SITE. THE CONTRACTOR SHALL RETAIN THE LAND SURVEYOR TO
REFERENCE, AND RESTORE UPON COMPLETION OF THE WORK, ALL SUCH CORNERS AND MONUMENTS AND SHALL FURNISH TO THE ENGINEER A
SIGNED AND SEALED COPY OF THE LAND SURVEYOR'S REFERENCE DRAWING. COST OF THIS WORK SHALL BE DEEMED INCIDENTAL TO THE
TOTAL PROJECT COST.
3. THE INFORMATION PROVIDED IN THESE DRAWINGS IS SOLELY TO ASSIST THE CONTRACTOR IN ASSESSING THE NATURE AND EXTENT OF
CONDITIONS WHICH WILL BE ENCOUNTERED DURING THE COURSE OF THE WORK. THE CONTRACTORS ARE orRECTEO, PRIOR TO BIDDING, TO
CONDUCT ALL INVESTIGATIONS DEEMED NECESSARY TO ARRIVE AT THEIR OWN CONCLUSION REGARDING THE ACTUAL CONDTT/ONS THAT WILL BE
ENCOUNTERED. AND UPON WHfCH BIOS WILL BE BASED.
4. PRIOR TO CONSTRUCTION THE CONTRACTOR SHALL VERIFY/CONFIRM ALL TOPOGRAPHICAL SURVEY, INCLUDING BUT NOT LIMITED TO PROPOSED
CENTER LINES AND RIGHT ~OF~WAY LINES AND SHILLL NOTIFY THE ENGINEER OF ANY DrSCREPANCTES ENCOUNTERED.
5, THE CONTRACTOR SHALL NOTIFY THE erTY OF SOUTH MIAMI PUBLIC WORKS DEPARTMENT AT LEAST 48 HOURS PRrOR TO COMMENCEMENT OF
CONST RueT ION.
6. ALL CONSTRUCTION AND MATERIALS SHALL CONFORM TO ALL LATEST APPLICABLE STANDARDS AND SPECIFICATIONS OF THE FLORIDA
DEPARTMENT OF TRANSPORTATION, UNLESS OTHERWISE NOTED.
7. THE CONTRACTOR SHALL BE RESPONSIBLE TO SATISFY ALL REOUIREMENTS OF ANY REGULATORY AGENCY PERMITS IN REGARDS TO
CONSTRUCTION ACTIVITIES AND RELATED CONDITIONS PRIOR TO THE START OF CONSTRUCTfON.
8. PRIOR TO THE COMMENCEMENT OF CONSTRUCTION THE CONTRACTOR SHALL PROVlDE SUITABLE EQUIPMENT AND METHODS FOR THE OfSPOSAL
OF STORM WATER FOR THE DURATION OF THE PROJECT. COST SHALL BE DEEMED INCIDENTAL TO THE TOTAL PROJECT COST. THE CONTRACTOR
SHALL DISPOSE OF ALL EXCESS EXCAVA1ED MATERIAL AND DEBRIS TO AN APPROVED SITE IN A LEGAL MANNER AT NO ADD/nONAL COST TO
THE CITY. STOCKPILING OF MATERIAL IN ROADWAY IS NOT ALLOWED.
9. THE CONTRACTOR'S ATTENTION IS DIRECTED TO THF. PROVISIONS OF THE TRENCH SAFETY ACT (FLORIDA STATUTES SECTION 553,60 ET. SEQ.)
AND STANDARDS (29 C.F.R. SECTION 1926.650, SUB~PART P) WHICH SHALL APPLY TO CONSTRUCTION, OPERATION, AND MAINTENANCE PURSUANT
TO THIS AGREEMENT. THE WORK DONE UNDER THIS PROJECT SHALL CONFORM TO THE CURRENT EDITION OF THE FLORIDA DEPARTMENT OF
TRANSPORTATION DESIGN STANDARDS AND THE CITY OF SOUTH /vITAMI PUBLIC WORKS DEPARTMENT. PAVEMENT RESTORATION: AS PER MIAMI-
DADE COUNTY PUBLIC WORKS DEPARTMENT, SECTION 40.
10. THE CONTRACTOR SHALL MAINTAIN ACCESS TO ALL ADJACENT PROPERTIES AT ALL TIMES UNLESS OTHERWISE APPROVED BY THE CITY.
11. THE CONTRACTOR SHALL NOT ENCROACH INTO PRIVATE PROPERTY WITH PERSONNEL, MATERIAL OR EQUIPMENT.
12. THE CONTRACTOR SHALL VERIFY, PHOTOGRAPH AND INVENTORY THE EXACT LOCATION OF ALL EXISTING TREES, STRUCTURES, PAVEMENT OR
OTHER FEATURES. ANY EXISTING STRUCTURE, PAVEMENT, TREE OR OTHER EXIST/NG FEATURE, WHICH 15 IN CONFLICT OR DAMAGED, EXPOSED
OR IN ANY WAY DrSTUR8fD BY CONSTRUCTION PERFORMED UNDER THIS CONTRACT, SHALL BE RESTORED PROMPTLY TO IT'S ORIG/NAL
CONDITION AT NO ADDITfONAL COST TO THE CITY, UNLESS IDENTIFIED BY A BID ITEM IN THE PROPOSAL.
13. THE CONTRACTOR SHALL NOT REMOVE OR RELOCAfE ANY TREES WITHOUT PRIOR APPROVAL FROM THE CITY. THE CONTRACTOR SHALL OBTAIN
ALL REQUIRED PERMITS FROM THE CITY OF SOUTH MiAMI PUBLIC WORKS DEPARTMENT PRIOR TO CONSTRUCTION. THE CONTRACTOR SHALL
PRUNE. ROOT PRUNE, AND SUPPORT ALL TREES THAT ARE ADJACENT TO TRENCH EXCAVATION. COST SHALL BE DEEMED INCIDENTAL TO THE
TOTAL PROJECT COST.
14. THE CONTRACTOR SHALL CONTACT THE ENGINEER IMMEDIATELY OF ANY CONFLICT ARISrNG DURING CONSTRUCTION FOR ANY IMPROVEMENTS
SHOVIN ON THESE DRAWINGS.
15, THE CONTRACTOR SHALL ENGAGE A FLORIDA REGISTERED LAND SURVEYOR TO PREPARE AND CERTIFY THE AS-BUILT RECORIJS OF ALL
IMPROVEMENTS.
16. ANY MAlL BOXES, WALLS, FENCES OR OTHER HOMEOWNER PROPERTY OR IMPROVEMENTS IN DIRECT CONFLICT WITH THE WORK BEING
PERFORMED SHALL BE TEMPORARILY RELOCATED AND REPLACED. THE CONrRACTOR SHALL COORDINATE WITH THE U.S. POSTAL SERVICE TO
PROVIDE UN-INTERRUPTED MAlL SERVICE TO ALL PROPERTIES AFFECTED BY CONSTRUCTION ACT/VITlES. COST OF SUCH WORK SHALL BE
DEEMED INCIDENTAL TO THE TOTAL PROJECT COST.
17. ALL CONSTRUCTION LAYOUT SHALL 8E THE RESPONSIBILITY OF THE CONTRACTOR.
18, GRADrNG CONSISTS OF ALL EXCAVATION, BACKFILL SHAPING AND SLOPING NECESSARY FOR THE CONSTRUCTION, PREPARATION AND COMPLETION
OF ALL SUB GRADES, SHOULDERS, SLOPES, INTERSECTIONS, PAVEMENT AND OTHER AREAS, ALL IN ACCORDANCE WITH THE LAYOUT AND GRADES
SHOWN IN THESE DRAWINGS.
19. THE CONTRACTOR SHALL REPLACE ALL PAVING, STABILIZING EARTH, DRIVEWAYS, SIDEWALKS, ETC. WfTH THE SAME TYPE OF MATERIAL
WAS REMOVED DURING CONSTRUCTION OR AS DIRECTED BY THE CITY. THE CONTRACTOR SHALL REPAIR OR RESTORE ALL IMPACTED
WITHIN THE LO·lITS OF CONSTRUCTION IN ACCORDANCE WITH APPLICABLE DETAfLS ON THE MISCELLANFOUS DETAILS SHEET.
PAVEMENT REPAIR SHALL BE ACCORDING TO THE MIAM/~DADE COUNTY PUBUC WORKS DEPARTMENT.
20. WHERE NEW PAVEMENT MATCHES EXISTING PAVEMENT, THE TfE-IN SHALL BE MADE IN A NEAT, STRAIGHT SAW CUT JOINT.
OATf-iOlj!2~'~"~5;::=== DRAWN. _ M. PUPO
DESIGNED; -7F'C;A~LO,,';:.50,-__ _
CHfCKfO; C. DIAZ
SCALf::
T'Y'LlN INTERNATIONAL
EBOOO00401
701 oIWAM8AA (/R[U • 5(1/1< 91]0
CORAL GAIJIES. FlOR/oA JJIJ4
PHONf (JlJ5) ~6/-1888 'f/lX (JOS) 567-"'1
21. BACKFILLING: AS PER MIAMI-DADE COUNTY PUBLIC WORKS DEPARTMENT, SECTfON 40.
SIGNING & PAVEMENT MARKING NOTES:
1. ALL SIGNING AND PAVEMENT MARKINGS INSTALLED AS PART OF THESE PLANS SHALL CONFORM TO THE CURRENT EDITION OF THE FEDERAL
HIGHWAY ADMINISTRATION (FHWA) MANUAL Of UNIFORM TRAFFIC CONTROL DEVICES FOR STREET AND HIGHWAYS. FLORIDA DEPARTMENT OF
TRANSPORTATfON DESIGN STANDARDS (2009) UNLESS OTHERWISE NOTED. ALL SIGN PANELS SHALL BE FABRICATED TO COMPLY WITH THE
MOST RECENT EDITION OF THE FEDERAL HIGHWAY AND ADMINISTRATION STANDARD HIGHWAY SIGNS.
2. MATCH EXISTING PAVEMENT MARKINGS AT THE BEGINNING AND THE END OF THE PROJECT AND AT ALL SIDE STREETS WITHOUT JOGS AND
OfFSETS.
3. SIGN ASSEMBLY LOCATIONS SHOWN ON PLANS WHICH ARE IN CONFLICT WITH LIGHTING, UTILITIES, DRIVEWAYS, WHEELCHAIR RAMPS, ETC., MAY
BE ADJUSTED SLIGHTLY AS DfRECTED BY THE ENGINEER. EXTREME LOCATION CHANGES MUST BE APPROVED BY THE CITY.
4. INCORRECTLY PLACED THERMOPLASTIC OR PAINT MARKINGS OVER SURFACE WILL BE REMOVED BY MILLING AND REPLACING THE SURFACE A
MINIMUM WIDTH OF 18 INCHES AT THE CONTRACTOR'S EXPENSE. THE ENGfNEER MAY APPROVE AN ALTERNATIVE METHOD IF IT CAN BE
DEMONSTRATED TO COMPLETELY REMOVE THE MARKINGS WITHOUT DAMAGING THE ASPHALT.
5. THE CONTRACTOR SHALL RELOCATE ALL EXfSTlNG POST-MOUNTED STREET NAME AND STOP SIGNS TO A VISIBLE AREA UNDISTURBED BY THE
CONSTRUCTION 50 AS TO MINfMIZE DAMAGE TO THE SIGNS DURING CONSTRUCT/ON. THE STREET NAME SHALL BE REATTACHED TO THE TOP OF
THE NEW STOP SIGNS ON MrNOR SIDE STREETS AT THE END OF CONSTRUCT/ON, THE NEW STOP SIGNS SHALL HAVE ADEQUATE LENGTH TO
ACCOMMODATE THE EXISTING STREET NAMES AT THE TOP. COST OF RELOCATION AND REATTACHMENT OF SAID SIGN SHALL BE PAID FOR
UNDER PAY ITEM 102-1, MAINTENANCE OF TRAFFIC.
6. THE CONTRACTOR SHALL SUBMIT A LIST OF THE EXISTING SIGNS TO THE PROJECT ENGINEER AT THE PRE-CONSTRUCTION CONFERENCE. ANY
LOST OR DAMAGED SIGNS DURING CONSTRUCTION SHALL BE REPLACED AT NO ADDITIONAL COST. COST OF MAINTAINING OF EXISTING SIGNS
BE INCLUDED IN ITEM 102-1, MAINTENANCE OF TRAFFIC.
UTILITIES NOTES:
1. PRE-TRENCHING IN THE ALIGNMENT AND GRADE OF PROPOSED PIPES STRUCTURES, FRENCH DRAINS, SLAB COVERED TRENCHES, CONDUIT
POLE FOUNDATIONS AND/OR SUB-GRADE SHALL BE PERFORMED SEVEN DAYS IN ADVANCE OF ITS CONSTRUCTION. THE CONTRACTOR
PROVIDE UNDERGROUND UTILITY OWNERS AND CITY OF SOUTH MIAMI PROJECT MANAGER A SEVEN DAYS ADVANCE NOTICE OF ANY cu,"",,,C
WITH PROPOSED CONSTRUCTfON. THIS NOTlFfCATlON SHALL PROVIDE SURVEY INFORMATION ABOUT EXISTfNG UTILITY ALIGNMENT, GRADE
AND POSSIBLE CONFLICTS. PAYMENT FOR PRE-TRENCHING, SURVEY AND BACKFILLING SHALL BE INCWDED IN THE COST OF THE RELATED
BID ITEM FOR THE WORK BEING DONE,
2. ALL NEW OR RELOCATED STORM SEWER THAT MUST CROSS. OR RUN PARALLEL, TO AN EXISTING MD-WASD WATER MAIN SHALL MEET ALL
APPLICABLE REQUIREMENTS SET FORTH IN F.A.C. RULE 62-555.314
3, UNDER NO CIRCUMSTANCES SHALL THE CONTRACTOR LEAVE EXCAVATED TRENCHES, OR PARTS OF SUCH, EXPOSED OR OPEN AT THE END OF
EACH WORKING DAY. WHEN THE CONTRACTOR IS NOT WORKING, ALL TRENCHES SHALL BE COVERED, FIRMLY SECURED AND MARKED
ACCORDINGLY FOR PEDESTRIAN TRAFFIC AT NO ADDITfONAL COST TO THE PROJECT.
4. ALL AVAILABLE UTILITY LOCATION INFORMATION IS DEPICTED, CONTRACTOR SHALL CONFIRM IT BEFORE CONSTRUCTfON BEGINS.
5. EXISTING UTILITIES SHALL BE MAINTAINED rN SERVICE DURING CONSTRUCTION UNLESS OTHERWrSE APPROVED BY THE UTfUTY OWNER. AL
EXISTfNG UTILITIES ARE TO REMAIN UNLESS OTHERWrSE NOTED.
6. THE CONTRACTOR SHALL CONTACT SUNSHINE AT J-BOO~432-4770 AT LEAST 48 HOURS PRrOR TO ANY EXCAVATfON TO COORDTNATE THE LOCATION
OF EXISTING UTILITIES. THE CONTRACTOR SHALL BE AWARE THAT NOT ALL UTILITIES SUBSCRIBE TO SUNSHINE.
7. THE LOCATION AND 51ZE OF EXISTING UTILITIES AND OTHER FEATURES SHOWN ON THESE DRAWINGS ARE APPROXIMATE, AND HAS BEEN
PREPARED FROM THE MOST RELIABLE INFORMATION AVAILABLE TO THE ENGINEER. OTHER UTlLfTrES MAY BE ENCOUNTERED DURING THE
CONSTRUCTION. THE CONTRACTOR SHALL FlEtD VERIFY AND LOCATE (UNE & GRADE) ALL EXISTING UTILITIES. THE CONTRACTOR SHALL
VERIFY ALL UTlLlTfES BY ELECTRONIC METHODS AND BY HAND EXCAVATION TN COORDINATION WITH ALL urruTY COMPANIES PRfOR TO
COMMENCING ANY CONSTRUCTION OPERATION. THIS WORK BY THE CONTRACTOR SHALL BE CONSIDERED INCIDENTAL TO THE CONTRACT AT NO
ADDITrONAl. COST TO THE CITY,
8. THE CONTRACTOR SHALL COORDINATE WITH UTILITY COMPANIES TO ARRANGE RELOCATION AND/OR TEMPORARY SUPPORT OF UTILITY FEATURES,
ETC. AS NECESSARY TO COMPLETE THE WORK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO VERTICALLY AND HORIZONTALLY PROTECT
ANY AND ALL EXISTING UTILITIES AND/OR STRUCTURES ON THIS PROJECT. ANY DAMAGE TO SUCH UTILITIES/STRUCTURES SHOWN OR NOT
SHOWN ON THE PLANS SHALL BE IMMEDIATELY REPAIRED TO THE UTILITY OWNER'S SATISFACTION AT NO ADDITIONAL COST TO THE CITY. THE
OWNER RESERVES THE RIGHT TO REMEDY SUCH DAMAGE BY ORDERrNG OUTSIDE PARTIES TO MAKE SUCH REPAIRS AT THE EXPENSE OF
CONTRACTOR.
9. THE CONTRACTOR 15 ADVISED THAT PROPERTIES ADJACENT TO THE PROJECT MAY HAVE ELECTRIC, TELEPHONE, GAS, WATER, AND/OR 'FWFRI~
LATERALS WHICH MAY NOT BE SHOWN ON THE PLANS. THE CONTRACTOR SHALL REQUEST THE LOCATION OF THESE SERVICES FROM "t
COMPANIES. THE ADDITIONAL COST OF EXCAVATING, INSTALLING. BACKFILL AND COMPACTfNG AROUND THESE SERVICES SHALL t:
.~~~l,im\t TO THE CONTRACT AT NO ADDITIONAL COST TO THE CrTY, ~
CO :,
V)
CITY OF SOUTH MIAMI
MIAMI-DADE COUNTY, FLORIDA
SW 78 STREET ROADWAY AND
DRAINAGE IMPROVEMENT PROJECT
GENERAL NOTE
SHEET NO.
2
* a a -
DRAINAGE NOTES:
/. ALL EXISTING AND COMPLETED DRAINAGE STRUCTURES SHALL 8E PROTECTED FROM CONSTRUCT/ON ACT/VITIES AND CONTAMINATION BY
SILT AND CONSTRUCTION DEBRIS. THE CONTRACTOR SHALL PLACE FILTER FABRIC BETWEEN FRAME AND INLET GRATE UNTIL
CONSTRUCT/ON OPERATfON5 ARE COMPLETED. ALL EXISTING AND COMPLETED DRAINAGE STRUCTURES SHALL BE FREE OF ALL SILL
CONSTRUCT/ON DEBRIS, AND OTHER FOREIGN MATERIAL PRTOR TO FINAL ACCEPTANCE AND FINAL PAYMENT, COST SHALL BE DEEMED
INCIDENTAL TO THE TOTAL PROJECT COST.
2. EXCAVATION FOR TRENCH ANO CURB: AS PER MIAMI-DADE COUNTY PUBLIC WORKS DEPARTMENT. SECTION 310.03
3. THERE SHALL BE NO MORE THAN THREE LATERAL DRAINAGE INSTALLATIONS WITHOUT BACKFILLING. BACKFILLING OF LATERAL DRAINAGE
SHALL NOT LAG MORE THAN 24 HOURS BEHIND THE START OF EXCAVATION.
4. FOR PROPOSED srORM SEWER STRUCTURES REFER TO THE FOOT DESfGN STANDARDS AT TIME OF ADVERTfSEMENT.
5. PROPOSED STORM SEWER PIPE SHALL BE HOPE OR APPROVED EQUAL. IF ALTERNATIVE PIPE MATERIALS ARE APPROVED FOR THIS
PROJECT, COMPLTANCE WITH FOOT ROAD AND BRIDGE CONSTRUCTION SPECIFICATION SECTIONS 948 AND 430 SHALL BE REQUIRED. THE
CONTRACTOR SHALL BE REQUIRED TO COMPLY WITH THE INSPECTION STANDARDS IN FOOT SECTION 430-41
6. ALL GRATES SHALL BE HINGED OR OTHERWISE SECURED TO AVOID THEFT.
QUANTITIES:
PAY ITEM PAY ITEM DESCRIPTION UNIT PLAN
QUANTITY
101-1 Mobilization LS 1
102-1 Maintenance of Traffic LS 1
110-1-1 Clearino and Grubbino LS 1
210-2 Limerock-New Material for Reworkino Base 18") SY 35
285-711 Optional Base Group 11 112" Limerock LBR 100, for soot reconstruction) SY 584
327-70-1 Milling Existing Asphalt Pavement (1" Averaqe) SY 1.148
337-7-40 Asph Conc Friction Course Traffic B (FC-9,5) 11.5" resurfacing 2" reconstruction) TN 159
425-5 Manhole Adjust EA 3
425-6 Valve Adjust EA 7
522-1 Sidewalk Concrete, 4" Thick SY 128
522-2 Sidewalk Concrete, 6" Thick (and concrete driveway) SY 70
700-1-11 Single Post Sign, F&I, Less Than 12 SF AS 2
700-1-12 Single Post Sign, F&I, 12-20 SF AS 1
700-1-60 Sinole Post Sian Remove AS 3
706-3 Reflective Pavement Markers (Y IY) EA 15
711-1-611-1 Thermoplastic Std -Other Surfaces White Solid 6" NM 0.106
711-1-621-1 Thermoplastic, Std -Other Surfaces, Yel/ow, Solid, 6" NM 0.056
711-1-112-3 Thermoplastic, White, Solid, 12" LF 111
711 -1-112-5 Thermoplastic, White, Solid, 24" LF 30
430-175-118 Pi De Culvert ODtional Material Round Shage 18" S/CD LF 33
443-70-4 French Drain 24" HOPE LF 54
425-2-61 Manhole Type P-8 <10' EA 1
425-1521 Catch Basin Tyve C EA 2
570-1-2 Performance Turf Sod (includes rearaded swale area) SY 314
II'JI1'~""'," ,.' . Seo J "~~-'~v' ·11(~. r'X" , ......... ,.. <?i"',
xl..' .,' \"MNS~ ~,;, ,.'. t:' ".
" ':(N.O, I )918 ~
ou or:
.• ~ \. SW 78 STREET ROADWAY AND SHEET No.
DATE DI!2411!> II DRAWN· M. PUPO T'Y-UN INTERNATIONAL CITY OF SOUTH MIAMI DRAINAGE IMPROVEMENT PROJECT I '.; -~?~':~ :::: '7\I~ 3 2 OFS/GNED: F, ALONSO (6000(10407
3 CHfCI(FfJ: C DIAZ .'01 AIIIAIo!GIM (IRClE • 5UlTE 900 MIAMI-DADE COUNTY, FLORIDA DRAINAGE NOTES AND QUANTITIES (ORAt (,I,81CS. flOA/DA JJIJ4
SCAlf· PHO~E /31)5/561·/888 • FAA. fJO~) I~J·"lI '''-"Y(I. ."
~'<~~A~,~" ",t'-. ". '" .. .,,, -".,
\
'~--50'------------------------------------I
R/W R/W
-------------25'-------------------25'~------
I
~. ",., "'''' "",",,' . ..j-,-----(8'-9')VARIE5 SOD/DRIVEWAY ------.,.. -----/0' lANE --.---+-j-~---10' LANE-------I-------16' SOD/DRIVEWAY/ GRAVEL -------. ..J
I
I
MILLING AND RESURFACING DESIGN:
PROPOSED MILLING AND RESURFACING (MIL 1.0" AVG AND RESURFACE WITH 1.5" OF
SUPfRPAVE SP 9.5 PER DOT STANDARDS) REFER TO PLANS FOR LIMITS.
EX/STING LIME ROCK BASE (8" MIN THICKNESS) TO REMAIN
EXISTING SUBGRADE TO REMAIN.
EXISTING SIDEWALK TO REMAIN UNLESS OTHERWISE NOTED ON THE PLANS.
DATE ~0/:.c12",'1",,15,,-__ _
DRAWN ..:;,.'C'.::;UP,;:-',,-__ _
Df SIGNED; _':,.;;";:;ON::;5:::0 ___ _
(HECKEl)" C DlAZ
SC1\IE'
T'Y'LlN INTERNATIONAL
(8000004(11
;()/ ~LH.o\1oI8RA CIRCI[ • StllrE 900
(OML Gft(ltES. HORIDA )1134
PHONE-DO;} ~67-1888 • FM. /JO~I ~6'-lnl
t
RECONSTRUCTION DESIGN:
CD o o
2" SUPER PAVE SF. 9.5 (REFER TO PLANS FOR LIMITS)
8" ROCK BASE
12" SUB BASE
CITY OF SOUTH MIAMI
=:;:;/.,/1 MIAMI·DADE COUNTY, FLORIDA
SW 78 STREET ROADWAY AND
DRAINAGE IMPROVEMENT PROJECT
TYPICAL SECTION
5/-1EET No.
4
I
1
/ /
//
--~f----'-+
/
/
/
/
/
/
/
/
I
I
I
I
I
I
j I
i]
DATF' 01/24/15
DRAWN 1>1. PUPO
DESIGNFD F. AlONSO
CHECKED.-COlA?
SCALI::.-
I
I
I
I
I
Ii I
"
AREA :33,310.2 SF
T'Y'LlN INTERNATIONAL
[000000407
201 ~tHA/oIBRA (lfiClt • 5Ullt 900
CORAl GAII!.~S. ftO~I!lA H/J4
PHONf. IJ05/567-/8&8 "fM (305) .5H-1711
/
7
/
/
I
I
I
I
I
~I
II
<l
I
I
I
I
I
I
, I
R/W
I '
1
I ,-
/
/
/
~
~
~
~
lJ.J
<::l
" ~<: " Ii, .t
S:~
V\
~
~
_1-
CITY OF SOUTH MIAMI
Il1''/0;/'11 MIAMI-DADE COUNTY, FLORIDA
SW 78 STREET ROADWAY AND
DRAINAGE IMPROVEMENT PROJECT
DRAINAGE MAP
SHEET No.
5
VARIES
SEE NOTE I
RIGHT-OF-WAY
LINE
'--_____ VAR1ES _______ "
r S'M1N
2,0%
, ,,'. ,: .': 1'·.· '. ~:; .. , '4 "':'I' .•.. ,f~,,\:,..':. ,.~ .... ( ... ",::, '" :,. ,. (
~COMPACTED 95%.-/
AASHTO T -99
NOTES:
1. SIDEWALK THICKNESS SHALL BE TYPlCALLY 4"
AND 6" AT DRIVEWAY APPROACHES
4"-6" THICK CONCRETE SIDEWALK
N.T.S.
OVERLAP l' MlN.-PLASTIC
FILTER FABRIC
1:1 OR STEEPER
NOTE
PLASTIC
FILTER
FABRlC
24"0 HOPE PlPE
MAY BE USED IN AREAS WHERE TRENCH
WALLS WILL NOT STAND VERTfCAL, OR
WHERE CAVE IN BELOW THE WATER
TABLE IS LIKELY TO OCCUR.
ALT. TRANSVERSAL SECTION
N.TS.
PERF, P/PE-
'SELECT
FILL ...........
EXIST. UTLITY
-PLASTiC
FILTER FABRIC
TRANSVERSAL SECTION
FOR EXISTING UTLITY CROSSING
ABOVE PIPE (SECTION A-A)
N,T.S,
-MACHT EXIST.
GRADE
EDGE OF
EXIST. PAVor,
ENGINEER'S NOTE:
SAW CUT
EXIST.
SURFACE
DO NOT UNDERCUT EXISTING BASE &
SUBBASE SUBGRADE WHEN
CONSTRUCTING NEW BASE & SUBBASE
TRANSITION OF NEW
ASPHALTIC PAVEMENT TO
PERFORATED PIPE JOINTS
ARE TO BE BANDED, NO GASKET. '''i''";;CT,,UT,;,ILlTY CROSSING :,:: A-A ANO NOTE 5
BASE & SUBBASE
NOTE
;; :i. '-SELECT
~ FILL" ' ~ ,.
b II.>: -.:
~~
P1P:f
-,.
PERF.
'-BALLAST
ROCK \
4 EXISTING ASPHALTIC PAVEMENT
N.T.S.
DRAINAGE STRUCTURE r---p
3/8" SAW CUT ~
JOINT 5EAL~ I~ S
CONCRETE
PAVEMENT OR
STRUCTURE
-ASPHALTIC
CONCRETE
PAVEMENT
-BACKER ROD
CONCRETE-ASPHALT JOINT DETAIL
N,T.S.
CONSTRUCT NEW
rliPAVEMENT
l------L--~ l r. OF ROADWAY. -TRENCH EXISTING t ~ -"-------;;-+-+0-____ PA7EMENT --;
--EXISTING PAVEMENT SHALL BE SAW CU;
ALONG A NEAT. STRAlGHT LINE ---------------
TACK COAT ALL
SURFACES &
EDGES
COMPACTED ""-n,,
PLAN
BASE
FOR BASE
RESTORATION
REFER TO
SPECIFICATIONS
"-"nn'nM ELEV.
E 2)
LONGITUDINAL SECTION
.>-. ./"
~-4'-(r'-~
TRANSVERSAL
SECTION
1. PLASTIC FILTER FABRIC (AT EA. SIDE, AND BOTTOM) SHALL BE USED IN SANDY
AREAS AS NOTED ON PLANS AND/OR AS DIRECTED BY THE ENGINEER.
LASTIC
F ILTER FABRIC
2, THE BOTTOM OF THE EXFILTRATlDN TRENCH SHALL BE AS SHOWN ON THE PLANS
UNLESS FIELD CONDITIONS WARRANT OTHERWISE AND AS APPROVED BY THE ENGINEER.
3. AFTER THE BALLAST ROCK HAS BEEN PLACED TO THE PROPER ELEVATION, IT SHALL BE
CAREFULLY WASHED DOWN WITH CLEAN WATER IN ORDER TO ALLOW INITIAL SETTLEMENT
THAT MAY OCCUR. IF IT DOES TAKE PLACE, ADDITIONAL BALLAST ROCK SHALL BE ADDED
TO RESTORE THE BALLAST ROCK TO THE PROPER ELEVATION. SO THAT THE EXFlLTRATION
TRENCH BE COMPLETED IN ACCORDANCE WITH THE DETAILS.
4. NO SLOTS OR PERFORATIONS ON THIS LENGTH OF PIPE (4' TYPICAL),
5, WHEN AN EXISTING UTLITY IS CROSSING BELOW THE TOP OF TRENCH ELEVATION, THE TOP
OF TRENCH SHALL BE MODIFIED TO FALL BELOW THE EXISTING UTLlTY'5 INVERT, ALLOWING
FOR THE EXISTING UTUTY TO REMAIN OUT OF THE TRENCH, (SEE SECTION A-A AT RIGHT)
TYPICAL EXFILTRATION TRENCH (FRENCH DRAIN) DETAIL
NT.S,
r EDGE OF
OF SWALE ARE~ _____ tT.;l_.f.-___ ~~~_EtNT
50/50 SAND
SOIL MIX
I f l-·-·----------~
~~~--~I' ---------.---
SWALE TRENCH DETAIL
N.T.S.
FILTER FABRIC
I. SWALE TRENCH SHALL BE CONSTRUCTED AS PER DETAIL FOR SWALE WIDTHS OF 10' MINIMUM. IF SWALE
VARIES IN WIDTH AND 15 LESS THAN 10'. THE SWALE TRENCH CAN BE TRANSITIONED AND REDUCED TO A
MINIMUM SWALf WIDTH OF 4'. WHEN THE WIDTH OF THE 5WALE 15 REDUCED. THE DIFFERENCE IN
ELEVATION FROM PROFILE GRADE LINE TO THE LOW POINT OF SWALE SHALL BE 3".
2. FIELD INSPECTION SHALL BE PERFORMED WHEN FILTER FABRIC 15 INSTALLED, GRAvEL LAYER IS IN PLACE
AND PRfOR TO BACKFILLING EXCAVATED AREA WITH FINAL SAND SOIL LAYER.
3. CONTRACTOR 15 RESPONSIBLE TO LOCATE AND PROTECT All EXISTING UTILITIES.
SW 78 STREET ROADWAY AND
DRAINAGE IMPROVEMENT PROJECT
DETAILS
SHEET No.
6
/
DOG PARK
I
/
MATCH LINE STA. 9+60
DATE
DRAWN:
DESIGNED;
CHECKED;
SCALf
01124/15
/.i, pUPO
F ALONSO
C DIAl
+43,28
Jg]f"T
5 o
I
J
T'Y'LlN INTERNATIONAL
[8(>01001)407
lOJ )\LfjAHBRA CIRCl( • ~UJrf .900
CORAL GloBUS. ftMIllA JJIJ4
PHOM: (JCJ51 567-J8~8 • fAX, IJQ~) 567· Ill/
----6'M.(--
R/W
+50.29
25.0' 1
° '0 5...-..-"""!".a.'!' ........ __ . __ -->--__ ,_ J
,~---,~
/
/
r
/
• j .'~ .
->. '-.
'-.-:{"~-'-'
.~-..
CITY OF SOUTH fVlIAfVlI
MIAMI-DADE COUNTY, FLORIDA
to·
'.
, ~-,
'L-_--10
~ ___ ='iZ' __
LEGEND
~ PROP. 4" SIDEWALK (5' FLAG)
IN@ PROP. 6" SIOEWAlK (5' FLAG)
c;] CONCRETE DRIVEWAY (5' FLAG)
c::;:::J PROP. 500 RESTORATION
,_ . ..:..:..-; PROP. SWALE REGRADED AREA
~ RECONSTRUCT/ON AREA
SW 78 STREET ROADWAY AND
DRAINAGE IfVlPROVEfVlENT PROJECT
PAVING PLAN
20
20 .=
/
DOG PARK
I
I
/
,/
MATCH LINE STA. 9+60 -
DATE ~i"~71~"&/~"~~~~~ DRAWN M. PUPO
OtSIGNFD. F. ALONSO
CHECKED C DIAZ
SCALE
I' a
I
I
CONST, 50 LF. OF 24" HOPE
EXFfLTRATlON TRENCH
.~.~ .... , . . . . . . . . . , ....... .
® J¥12 STA 7+"5'0.00 116.7'L 5T~ 7+50.00 7'",O"·R::------
CONST. CATCH BASIN TYPE C CONST. MANHOLE TYPE P-8,
RIM £LEV. 9,29' / W/BAFFLE TYPE I SKIMMER
INV • E. 3.8' ! (PER FOOT STANDARD 241)
BOTTOM ELEV:, 1.8' / RIM ELEV. 9.48
! INV . N. 3,8'
fNV • £. 4.65'
/
lNV. W 3,8'
BOTTOM ELEV. 1.8'
~R/W
. ,
i
~--"~--~Ij~~-~I,,~,---'''~----'''~·~~~'''~·-~~I'''--~.-'''~--~~';I~~~~'~~,
OUI. --OeL
SW63RO AVENUE
--OUI --QU, -... aUL -.-aUL --CUL --aUL" --OOL' .~ OU~ ~@:: '. . ..
'-' -" ---"--I \: R/VI" -~ --...;.;;.;.;....
CL--_ _ 10 .== 20
@' ---, 5TA 7+50.00,1
CONST. CATcH_. BASIN TYPE C
RIM ELEV. 9.31
INV . W. 4.65' "-
BOTTOM El.EV. 2.65'
/)
-"'.',
LEGEND
a 10 20
~... :::::::cs
1:;'::-"1 PROP. 4" SfDFWALK (5' FLAG)
!L£J PROP. 6" SIDEWALK (5' FLAG)
[_-~-~J CONCRETE DRIVEWAY (5' FLAG)
m:l PROP. SOD RESTORATION
i_~J PROP. SWALE REGRADED AREA
~ RECONSTRUCTION AREA
c::J MILLING & RESURFACING AREA
T'Y'UN INTERNATIONAL CITY OF SOUTH MIAMI
MIAMI-DADE COUNTY, FLORIDA
SW 78 STREET ROADWAY AND
DRAINAGE IMPROVEMENT PROJECT
SHEET NrJ,
8 £80000040'
201 /lU;AIIBRA Cillcrf • svrTf 9(10
CORAL GABll5. FLOIlIDA 31/34
PHOHt I]o~! ~61_1688 'IIU: flO,1 <;67-1'11 DRAINAGE PLAN
1
3 ,
"
13.0
12.0
11.0
10.0
g.O
8.0
7.0
/
"
5
, ,
9.54
" " 0;
----
'" 0 " '" '" '" " '\ <0 "' '" '" '" 0; 0;
DATE =i"~'§"~IJ~'~=== DRAWN; /01, PIIPO
DESIGNED; F ALONSO
CH~C Kt:O -"C . .:;D:;",,-' ___ _
seAl F
9.40
<0
" 0;
9.46
9.67
9'.77 ........ -,--
,
..:;.;----~---------------.-------------------
;
PLAN VIEW -SW 78 STREET
" 0 0
" '" <0
0; '" 0;
, , ,
o / 10 ~ ..
.'
, , ,
20
T'Y'LlN INTERNATIONAL CITY OF SOUTH MIAMI
=,/011 MIAMI-DADE COUNTY. FLORIDA
[ijOOil{)040T
,01 MflAAIJRA CIRClC • 5vln 900
(onAI GABI[S. fLOR/oA J11J4
"HONE {J05/567-1888 ·F~~. f305} 567_1111
] 0.5]
\
'" "' " co
0 c5
SW 78 STREET ROADWAY AND
DRAINAGE IMPROVEMENT PROJECT
GRADING PLAN AND PROFILE
<0
'" 0
13.0
12.0
] 1.0
]0.0
9.0
8.0
...
7.0 "
" "' c5
SHEET N(),
9
o 10 ~~-~ .. 20 PLAN VIEW -SW 78 STREET
.
" 14.0 __ 0' 1
"" g~
+ -;: -" . 1
" " "
13.0
<to. -... '" D
"'~ '" 12. 0 .. __ ." r--1
t ,.
'" ~
'"
a . . 1
-J)!i2%
-.• .. ---. f .--1 ---01----~=--~--\ 1 .. -;::-
PRO OSEo Ij' L -,. -.---:--._-. '" -
11.
10.
g.O
EX/ST NG Ij'.../
8,0 -_.----.--
7. a
9 5 10 00 10 25 10 50
'" ~ C> '" '" -~ ~ '" 2 ~ "-"' D -D C D D 2 -
PROFILE VIEW -SW 78 STREET
4.0
3.0
2.0
1.0
0.0
9.0
8.0
7.0
?T~&":;.", /.r-.'.,-. ....".-,-... -...,~ .. ;r---· ... -~-.... i ... <~ -.. ---'-"-('1":~ .--"";:-"~~""r-"",-.,--::;":-"""-",,,,,,,,,--
'W
,
~~~~~~:~:~~~:3;==;::~;~:~!:i~~~:~~:::'~~::~~~:~~:~~~~::=~~~~~~~~=4~!,=~:~,~,,~=~.~~~:~~'~~~~~'~fj~~~
",,-, ,
, .
, '
,H
\"i--~,
-~-----
"-~
" ~ D
PLAN VIEW -SW 63rd AVENUE o 10 20 ..... -.,-.,-_______ 3
"-:;;
PROFILE VIEW -SW 63rd AVENUE
I,
I
" "' 0;
SW 78 STREET ROADWAY AND
DRAINAGE IMPROVEMENT PROJECT
GRADING PLAN AND PROFILE
14.0
13,0
12.0
11.0
10,0
9.0
8.0
7.0
SHEET No.
10
* a a
il -L~. l._,_.~,
I •.•••.• "r'" r--' ... ',.... ..
I A. ... -..
I
/
/
/ DOG
PARK
C-'!2.:L'::::)
36"x36"x36"
C'WI4-1} -:>
36"x8"
C W14-1 ::::>
30"x30"
DOD 112
I 700 I 60
""
/
+20.39
17.9' L \
-.:.,....,,.-,f---,-
./
+70.45
10.6' L
'.-~
9+00 .
I
I
~
+50.3B
10.6' L
<i.
"-!>'II~---~:""-" ·--3~'!,--·-~-j:·~1 ------1 t;
j---SW 78TH STREET'" 1 6" WHITE __ .~-~
-·(,,:,..1 --'-'--'-~'.' ._-._-/-.t~';~~~l ~~\I 6" WHITE""'--------+~:~,5~ -".~:v ---,." +:Vj -"f--.---I ~
6" DOUBLE YELLOW WJrH '.., \\ ~
--1'-----
/
/
r
/
BID Y-Y RPM'S @ 20' O.c. ),
\ -'
MATCH LINE STA. 9+60 -\) 2\ +42.69 -)9.IT C W14-1 ::::>
30",3tr
700-/-1 I
~ ~.L-::::70=0='I=_6=O=~~R/: l _____ -;---,_-,-. --'--I--T-'~
,
6" DOUBLE YELLOW WfTH -6" WHITE
BID Y-Y RPM'S @ 20' O.c.
------1
. .-,.,.
1lllll1llllllUJ IWI Ullllillil
":.'." -
11+00
1
--------~.
DATF: ;"j"~'~!1~5 ;==== DRAWN _ M. PUPO
DESIGNED. 1-. AlONSO
C RI-2 ::::>
36"x36"x36"
700-1-11
700-1-60
T'Y'L1N INTERNATIONAL
fUOOU0{)40'
";.'.'--' -.,'.'.'---
50'-6" DOUBLE YELLOW WITH
BID Y-Y RPM'S @ 20' o,c.
----.. -r'
r ~~=~~~=,,-~~, . -"-"
/ .'
/ .
.,.-. ,,,,._-.--I2'.W/:fllrE----:;;.r·~l 12" WHfTE
~, +93.63
D:8L
24" WHITE
SW 78 STREET ROADWAY AND
DRAINAGE IMPROVEMENT PROJECT
o 10
~-
~ __ .. -_JP __ .
20 =
20
=os
SHEET No.
11
CHfUED C. DIAL
SCAlE:
10/ ALHA"~RA CIRca • SUITf 9~O
CORAl GI,IJl[S. FLORIDA HJJ4
P/iOU Im.s} 56J·!888 -fM (J05}5fil !III
CITY OF SOUTH MIAMI
MIAMI-DADE COUNTY. FLORIDA SIGNING & PAVEMENT MARKING PLAN
TRAFFIC CONTROL NOTES:
GENERAL NOTES:
1. THE TRAFFIC AND TRAVEL WAYS SHALL NOT BE ALTERED BY THE CONTRACTOR TO CREATE A WORK ZONE UNTIL ALL LABOR AND MATERIAL ARE
AVAILABLE FOR THE CONSTRUCTION IN THAT AREA.
2. REGULATORY SPEED ESTABLISHED WITHIN WORK ZONE TRAVEL WAYS SHALL 8E THE EXISTING POSTED SPEED (25MPH)
3. AS DETERMINED BY THE CONSTRUCTION PROJECT MANAGER, THE CONTRACTOR SHALL COVER WORK ZONE SIGNS WHEN CONDITIONS NO LONGER
WARRANT THEIR USE. COST OF COVERING AND UNCOVERING THE SIGNS SHALL BE PAID UNDER MAlNTENACE OF TRAFFIC PAY ITEM 101-01-00.
4. EACH EX/STING STREET NAME AND STOP SIGN AFFECTED BY CONSTRUCTfON SHALL BE RELOCATED AND MAINTAINED fN AN APPROPRfATE
LOCATION FOR THE DURATION OF THE PROJECT. WHEN NO LONGER AFFECTED BY CONSTRUCTION, THESE SIGNS SHALL BE RESTORED TO THEIR
ORIGINAL POSITION. COST OF TEMPORARILY RELOCATING AND RESTORING THE SIGNS SHALL BE PAID UNDER MAINTENACE OF TRAFFIC PAY ITEM
101-01-00.
5. CONTRACTOR SHALL BE RESPONSIBLE FOR THE [MMEDfATE REMOVAL OF STORM WATER FROM ROADWAYS UTILIZED FOR MAINTAINING TRAFFIC THRU
THE WORK ZONE IN A MANNER APPROVED BY THE CONSTRUCTION PROJECT MANAGER. COST FOR REMOVING THE WATER SHALL BE PAID UNDER
MAINTENACE OF TRAFFIC PAY ITEM 101-01-00
6. ALL WORK SHALL BE PERFORMED DURING DAYTIME ON WEEKDAYS FROM 8:00AM TO 6:00PM (NO INTERRUPT/ON OF TRAFFIC 15 PERMiTTED) AND
FROM 9:00AM TO 5:00PM ON SATURDAY,
7. CONTRACTOR SHALL NOTIFY LAW ENFORCEMENT AND FIRE PROTECTION SERVICES TWENTY-FOUR (24) HOURS IN ADVANCE OF ANY DETOURS, iN
ACCORDANCE WITH SECTION 336.07 OF FLORIDA STATUTES.
8. CONTRACTOR MUST PROVIDE FLASHER ARROW BOARD FOR ANY LANE THAT IS DIVERTED
9. SUITABLE ACCESS TO PRiVATE PROPERTY SHALL BE PROVIDED AT ALL TIMES,
11. CONTRACTOR SHALL DETOUR PEDESTRIAN TO THE OPPOSITE SIDEWALK DURING ANY SIDEWALK CONSTRUCTiON FOLLOWING FOOT STANDARDS 600
SERIES
DROP OFFS:
I. THE CONTRACTOR SHALL PROTECT THE WORK ZONE WITH DEVICES APPROVED BY THE CiTY OF SOUTH MIAMI PUBLIC WORKS WHEN DROP OFFS
EXCEED 3" ADJACENT TO TRAVEL WAYS.
WORK ZONE LIMITS:
1. PROPERTY ACCESS SHALL BE MAINTAINED AT ALL TlI';I£5,
PEDESTRIANS, BICYCLES, AND WHEELCHAIRS:
J. AT THE END OF EACH WORK DAY OR WHENEVER THE WORK ZONE BECOMES INACTIVE, ANY DROP OFF ADJACENT TO THE PEDESTRIAN,
B/CYCLE, AND WHEELCHAIR TRAVEL PATHS SHALL BE BACKFILLED FLUSH WITH THE SAID PATHS OR PROTECTED WITH BARRICADES, TEMPORARY
CONCRETE BARRIER WALL, OR APPROVED HANDRAIL COST OF BACKFILLING DROP OFF SHALL BE INCIDENTAL TO THE PROJECT AT NO ADDITIONAL
COST TO THE CONTRACT.
2. PEDESTRIAN, BICYCLE, AND WHEELCHAIR TRAFFIC SHALL BE MAINTAINED AND GUIDED USING APPROVED WARNING LIGHTS, SIGNING, AND
CHANNELIZATION DEViCES ON AT LEAST ONE SIDE OF THE PROJECT AT ALL TIMES TJ-IROUGHOUT THE PROJECT LIMITS. THE r"iWEL PATH SHALL
BE A MINIMUM OF 4 FEET WIDE WITH A SMOOTH SURFACE THAT IS NOT SLICK AND IT SHOULD BE RAMPED AS NECESSARY FOR CONTINUITY.
COST TO CONSTRUCT AND MAINTAIN THE TRAVEL PATH AS REQUIRED SHALL BE INC/DENTAL TO THE PROJECT AT NO ADDiTIONAL COST TO THE
CONTRACT,
DATE 0'1'''15 SW 78 STREET ROADWAY AND SHEET No.
12 """. ~"B'~U"~~~ T'Y'UN INTERNATIONAL CITY OF SOUTH MIAMI DRAINAGE IMPROVEMENT PROJECT l~~~~~~~~~~~~~~~~~~~~jD~E5~"~':ED~~F.~A~lD~N~5D~~~~~ ____ ~~~~~~~":~~"'~"i'iiii~~~~ __ ~~~~~~~~~~~~~~~~ CHFCKED; C. DIM 20Jo':::~~~~~~i~l~f~~,~:(/ji~J~OO ~j;\i.h:;;;::;::;.;'_"_/~_M_I_A_M_I_-_D __ A_D_E ___ C_O_U_N __ T_Y_'_F __ L_O_R_I_D_A....J7ii;;;;;';;;;;m'7Oj;m:m:rn!i'OiiM~O""TrnN'm0i\llT;;E:.Sr.;;;\ll1Il"'ii""r--mrn;wn:;~rr ________ ....I SCALE· PHONE r3051.~61·1888 'fAX: (30~1 %7·Jll1 ~
I
2
3
GENERAL NOTES:
I. EXISTING TOPOGRAPHIC INFORMATION AND CENTERLINE GEOMETRY SHOWN ON PLANS WERE TAKEN FROM THE SURVEY PREPARED BY AVINO &
ASSOCIATES ENGINEERS, PLANNERS AND SURVEYORS. DATED OS/29/2015.
2. ALL PUBLIC LAND CORNERS AND MONUMENTS WJTHIN THE LIMITS OF CONSTRUCTION ARE TO BE PROTECTED BY THE CONTRACTOR AS FOLLOWS:
CORNERS AND MONUMENTS IN CONFLICT WITH THE WORK AND IN DANGER OF BEING DAMAGED, DESTROYED OR COVERED SHALL BE PROPERLY
REFERENCED BY A REGISTERED LAND SURVEYOR IN ACCORDANCE WITH THE MINIMUM TECHNICAL STANDARDS OF THE FLORIDA BOARD OF
PROFESSIONAL LAND SURVEYORS PRIOR TO BEGfNNING WORK AT THAT SITE. THE CONTRACTOR SHALL RETAIN THE LAND SURVEYOR TO
REFERENCE, AND RESTORE UPON COMPLETION OF THE WORK, ALL SUCH CORNERS AND MONUMENTS AND SHALL FURNISH TO THE ENGINEER A
SIGNED AND SEALED COPY OF THE LAND SURVEYOR'S REFERENCE DRAWING. COST OF THIS WORK SHALL BE DEEMED INCIDENTAL TO THE
TOTAL PROJECT COST.
3. THE INFORMATION PROVIDED IN THESE DRAWINGS 15 SOLELY TO ASSIST THE CONTRACTOR IN ASSESSING THE NATURE AND EXTENT OF
CONDITIONS WHICH WILL 8E ENCOUNTERED DURING THE COURSE OF THE WORK. THE CONTRACTORS ARE DIRECTED, PRIOR TO 8IDDING, TO
CONDUCT ALL INVESTIGATIONS DEEMED NECESSARY TO ARRIVE AT THEIR OWN CONCLUSION REGARDING THE ACTUAL CONDITIONS THAT WILL 8E
ENCOUNTERED, AND UPON WHICH BIDS WILL BE BASED.
4. PRIOR TO CONSTRUCTION THE CONTRACTOR SHALL VERIFY/CONFIRM ALL TOPOGRAPHICAL SURVEY, INCLUDING BUT NOT LIMITED TO PROPOSED
CENTERLINES AND RIGHT-OF-WAY LINES AND SHALL NOTIFY THE ENGINEER OF ANY OfSCREPANCIES ENCOUNTERED.
5, THE CONTRACTOR SHALL NOTIFY THE CfTY OF SOUTH MIAMI PUBLIC WORKS DEPARTMENT AT LEAST 48 HOURS PRIOR TO COMMENCEMENT OF
CONSTRUCTION.
6, ALL CONSTRUCTION AND MATERIALS SHALL CONFORM TO ALL LATEST APPLICABLE STANDARDS AND SPECIFICATIONS OF THE FLORIDA
DEPARTMENT OF TRANSPORTATION, UNLESS OTHERWISE NOTED.
7. THE CONTRACTOR SHALL BE RESPONSIBLE TO SATISFY ALL REOUIREMENTS OF ANY REGULATORY AGENCY PERMITS IN REGARDS TO
CONSTRUCTION ACTIVITIES AND RELATED CONDITIONS PRIOR TO THE START OF CONSTRUCTION.
8. PRIOR TO THE COMMENCEMENT OF CONSTRUCTION THE CONTRACTOR SHALL PROVIDE SUITABLE EQUIPMENT AND METHODS FOR THE DISPOSAL
OF STORM WATER FOR THE DURATION OF THE PROJECT. COST SHALL BE DEEMED INCIDENTAL TO THE TOTAL PROJECT COST. THE CONTRACTOR
SHALL DISPOSE OF ALL EXCESS EXCAVAI ED MATERIAL AND DEBRIS TO AN APPROVED SITE IN A LEGAL MANNER AT NO ADDITIONAL COST TO
THE CITY. STOCKPILING OF MATERIAL IN ROADWAY IS NOT ALLOWED.
9. THE CONTRACTOR'S ATTENTION IS DIRECTED TO THE PROVISIONS OF THE TRENCH SAFETY ACT (FLORIDA STATUTES SECTION 553,60 ET. SEQ.)
AND STANDARDS (29 C.F.R. SECTION 1926.650, SUB-PART P) WHICH SHALL APPLY TO CONSTRUCTION, OPERATION, AND MAINTENANCE PURSUANT
TO THIS AGREEMENT. THE WORK DONE UNDER THIS PROJECT SHALL CONFORM TO THE CURRENT EDITION OF THE FLORIDA DEPARTMENT OF
TRANSPORTATION DESIGN STANDARDS AND THE CITY OF SOUTH MIAMI PUBLIC WORKS DEPARTMENT. PAVEMENT RESTORATION: AS PER MIAMI-
DADE COUNTY PUBLIC WORKS DEPARTMENT, SECTION 40.
10. THE CONTRACTOR SHALL MAINTAIN ACCESS TO ALL ADJACENT PROPERTIES AT ALL TlMES UNLESS OTHERWISE APPROVED BY THE CITY,
] 1. THE CONTRACTOR SHALL NOT ENCROACH INTO PRIVATE PROPERTY WITH PERSONNEL, MATERIAL OR EQUIPMENT.
12. THE CONTRACTOR SHALL VERIFY, PHOTOGRAPH AND INVENTORY THE EXACT LOCATlON OF ALL EXISTlNG TREES, STRUCTURES, PAVEMENT OR
OTHER FEATURES. ANY EXISTING STRUCTURE, PAVEMENT, TRFE OR OTHER EXISTING FEATURE, WHICH 15 IN CONFLICT OR DAMAGED, EXPOSED
OR IN ANY WAY DISTURBED BY CONSTRUCTION PERFORMED UNDER THIS CONTRACT, SHALL BE RESTORED PROMPTLY TO IT'S ORIGINAL
CONDITION I\T NO ADDITIONAL COST TO THE CITY, UNLESS IDENTIFIED BY A BID ITEM IN THE PROPOSAL.
13. THE CONTRACTOR SHALL NOT REMOVE OR RELOCAfE ANY TREES WITHOUT PRrOR APPROVAL FROM THE CITY. THE CONTRACTOR SHALL OBTAIN
ALL REQUIRED PERMITS FROM THE CITY OF SOUTH MIAMI PUBLIC WORKS DEPARTMENT PRIOR TO CONSTRUCTION. THE CONTRACTOR SHALL
PRUNE, ROOT PRUNE, AND SUPPORT ALL TREES THAT ARE ADJACENT TO TRENCH EXCAVATION. COST SHALL BE DEEMED INCIDENTAL TO THE
TOTAL PROJECT COST.
14. THE CONTRACTOR SHALL CONTACT THE ENGINEER IMMEDIATELY OF ANY CONFLICT ARISING DURING CONSTRUCTION FOR ANY IMPROVEMENTS
SHOWN ON THESE DRAWINGS.
15. THE CONTRACTOR SHALL ENGAGE A FLORIDA REGISTERED LAND SURVEYOR TO PREPARE AND CERTIFY THE AS-BUILT RECOHOS OF ALL
IMPROVEMENTS.
16. ANY MAlL BOXES, WALLS, FENCES OR OTHER HOMEOWNER PROPERTY OR IMPROVEMENTS IN DIRECT CONFLICT WITH THE WORK BEING
PERFORMED SHALL BE TEMPORARILY RELOCATED AND REPLACED. THE CONTRACTOR SHALL COORDINATE WITH THE U.S. POSTAL SERVlCE TO
PROVIDE UN-INTERRUPTED MAIL SERVICE TO ALL PROPERTfES AFFECTED BY CONSTRUCTION ACTIVITIES. COST OF SUCH WORK SHALL BE
DEEMED INCIDENTAL TO THE TOTAL PROJECT COST,
17. ALL CONSTRUCTION LAYOUT SHALL BE THE RESPONSIBlLlTY OF THE CONTRACTOR.
18, GRADING CONSISTS OF ALL EXCAVATION, BACKFILL, SHAPING AND SLOPING NECESSARY FOR THE CONSTRUCTION, PREPARATION AND COMPLETION
OF ALL SUB GRADES, SHOULDERS, SLOPES. lNTERSECTlONS, PAVEMENT AND OTHER AREAS, ALL IN ACCORDANCE WITH TH·E LAYOUT AND GRADES
SHOWN IN THESE DRAWINGS,
19, THE CONTRACTOR SHALL REPLACE ALL PAVING, STABILIZING EARTH, DRIVEWAYS, SIDEWALKS, ETC. WITH THE SAME TYPE OF MATERIAl.
WAS REMOVED DURING CONSTRUCTION OR AS DIRECTED BY THE CITY. THE CONTRACTOR SHALL REPAIR OR RESTORE ALL IMPACTED
WITHIN THE LIMITS OF CONSTRUCTION IN ACCORDANCE WITH APPLICABLE DETAILS ON THE MISCELLANEOUS DETAIl.S SHEET
PAVEMENT REPAIR SHALL BE ACCORDING TO THE MIAMI-DADE COUNTY PUBLIC WORKS DEPARTMENT.
20. WHERE NEW PAVEMENT MATCHES EXISTING PAVEMENT, THE TIE-IN SHALL BE MADE IN A NEAT, STRAIGHT SAW CUT JOINT.
OAT f "i0t' '§"~'~15:;:::=== DRAWN. _ /of, PUPQ
DESIGrlED: ....:,F.c.:A;""N~5"-O __ _
CHFCKfD C. D/IIZ
SCALl:.
T'Y'LlN INTERNATIONAL
E800000401
)01 AlllAM8RA CIRCLE' SUII[ !IIlO
[Q~4~ GMHfS. n~IlIDA JJIJ4
PI;Olif (J05) }61·188B .rA'-{jOSI S~7·llJl
21. BACKFILLING: AS PER MIAMI-DADE COUNTY PUBLIC WORKS DEPARTMENT, SECTION 40.
SIGNING & PAVEMENT MARKING NOTES:
1. ALL SIGNING AND PAVEMENT MARKINGS INSTALLED AS PART OF THESE PLANS SHALL CONFORM TO THE CURRENT EDIT/ON OF THE FEDERAL
HIGHWAY ADMINISTRATION (FHWA) MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES FOR STREET AND HIGHWAYS, FLORIDA DEPARTMENT OF
TRANSPORTATION DESIGN STANDARDS (2009) UNLESS OTHERWISE NOTED. ALL SIGN PANELS SHALL BE FABRICATED TO COMPLY WITH THE
MOST RECENT EDITION OF THE FEDERAL HIGHWAY AND ADMINISTRATION STANDARD HIGHWAY SIGNS.
2. MATCH EXISTING PAVEMENT MARKINGS AT THE BEGINNING AND THE END OF THE PROJECT AND AT ALL SIDE STREETS WITHOUT JOGS AND
OFFSEfS,
3, SIGN ASSEMBLY LOCATIONS SHOWN ON PLANS WHICH ARE IN CONFLICT WITH LIGHTING, UTILITIES, DRIVEWAYS, WHEELCHAIR RAMPS. ETC., MAY
BE ADJUSTED SLIGHTLY AS DIRECTED BY THE ENGINEER. EXTREME LOCATION CHANGES MUST BE APPROVED BY THE CITY.
4. INCORRECTLY PLACED THERMOPLASTIC OR PAINT MARKINGS OVER SURFACE WILL BE REMOVED BY MILLING AND REPLACING THE SURFACE A
MINIMUM WIDTH OF 18 INCHES AT THE CONTRACTOR'S EXPENSE. THE ENGINEER MAY APPROVE AN ALTERNATIVE METHOD IF IT CAN BE
DEMONSTRATED TO COMPLETELY REMOVE THE MARKINGS WITHOUT DAMAGING THE ASPHALT.
5, THE CONTRACTOR SHALL RELOCATE ALL EXISTING POST-MOUNTED STREET NAME AND STOP SIGNS TO A VISIBLE AREA UNDISTURBED BY THE
CONSTRUCnON SO AS TO MINIMIZE DAMAGE TO THE SIGNS DURING CONSTRUCTION. THE STREET NAME SHALL 8E REATTACHED TO THE TOP OF
THE NEW STOP SIGNS ON MINOR SIDE STREETS AT THE END OF CONSTRUCTION. THE NEW STOP SIGNS SHALL HAVE ADEQUATE LENGTH TO
ACCOMMODATE THE EXISTING STREET NAMES AT THE TOP. COST OF RELOCATION AND REATTACHMENT OF SAID SIGN SHALL BE PAID FOR
UNDER PAY ITEM 102-1, MAINTENANCE OF TRAFFIC.
6. THE CONTRACTOR SHALL SUBMIT A LIST OF THE EXISTING SIGNS TO THE PROJECT ENGINEER AT THE PRE-CONSTRUCTION CONFERENCE. ANY
LOST OR DAMAGED SIGNS DURING CONSTRUCTION SHALL BE REPLACED AT NO ADDITIONAL COST. COST OF MAINTAINING OF EXISTING SIGNS TO
BE INCLUDED IN ITEM 102-1, MAINTENANCE OF TRAFFIC.
UTILITIES NOTES:
1, PRE-TRENCHING IN THE ALIGNMENT AND GRADE OF PROPOSED PIPES STRUCTURES, FRENCH DRAINS, SLAB COVERED TRENCHES, CONDUIT,
POLE FOUNDATIONS AND/OR SUB-GRADE SHALL BE PERFORMED SEVEN DAYS IN ADVANCE OF ITS CONSTRUCTION. THE CONTRACTOR SHALL
PROVIDE UNDERGROUND UTILITY OWNERS AND CITY OF SOUTH MIAMI PROJECT MANAGER A SEVEN DAYS ADVANCE NOTICE OF ANY CONFLICT
WITH PROPOSED CONSTRUCTfON. THIS NOTfFICATfON SHALL PROVIDE SURVEY INFORMATION ABOUT EXISTING UTILITY ALIGNMENT, GRADE
AND POSSIBLE CONFLICTS. PAYMENT FOR PRE-TRENCHING, SURVEY AND BACKFILLING SHALL BE INCLUDED IN THE COST OF THE RELATED
BID ITEM FOR THE WORK BEING DONE,
2. ALL NEW OR RELOCATED STORM SEWER THAT MUST CROSS. OR RUN PARALLEL, TO AN EXISTING MO-WASD WATER MAIN SHALL MEET ALL
APPLICABLE REQUIREMENTS SET FORTH IN F,AC RULE 62-555.314
3. UNDER NO CIRCUMSTANCES SHALL THE CONTRACTOR LEAVE EXCAVATED TRENCHES, OR PARTS OF SUCH, EXPOSED OR OPEN AT THE END OF
EACH WORKING DAY. WHEN THE CONTRACTOR IS NOT WORKING. ALL TRENCHES SHALL 8E COVERED, FIRMLY SECURED AND MARKED
ACCORDINGLY FOR PEDESTRIAN TRAFFIC AT NO ADDITIONAL COST TO THE PROJECT.
4 ALL AVAILABLE UTILITY LOCATION INFORMATION /S DEPICTED, CONTRACTOR SHALL CONFIRM IT BEFORE CONSTRUCTION BEGINS.
5, fXISTfNG UTILITIES SHALL BE MAINTAINED IN SERVICE DURING CONSTRUCTION UNLESS OTHERWISE APPROVED BY THE UTILITY OWNER. AL
EXISTING UTILITIES ARE TO REMAIN UNLESS OTHERWISE NOTED.
6. THE CONTRACTOR SHALL CONTACT SUNSHINE AT 1-800-432-4770 AT LEAST 4B HOURS PRIOR TO ANY EXCAVATION TO COORDINATE THE LOCATION
OF EXISTING UTlLlTfES. THE CONTRACTOR SHALL BE AWARE THAT NOT ALL UTILITIES SUBSCRIBE TO SUNSHINE.
7, THE LOCATION AND SIZE OF EXISTING UTILITIES AND OTHER FEATURES SHOWN ON THESE DRAWINGS ARE APPROXIMATE, AND HAS
PREPARED FROM THE MOST RELIABLE INFORMATION AVAILABLE TO THE ENGINEER. OTHER UTILITIES MAY BE ENCOUNTERED DURING
CONSTRUCTION, THE CONTRACTOR SHALL FIELD VERIFY AND LOCATE (LINE & GRADE) ALL EXISTING UTILITIES. THE CONTRACTOR
VERIFY ALL UTILITIES BY ELECTRONIC METHODS AND BY HAND EXCAVATION IN COORDINATION WITH ALL UTILITY COMPANIES PRIOR
COMMENCING ANY CONSTRUCTION OPERATION, THIS WORK BY THE CONTRACTOR SHALL BE CONSIDERED INCIDENTAL TO THE CONTRACT AT
ADDITIONAL COST TO THE CITY,
8. THE CONTRACTOR SHALL COORDINATE WITH UTILITY COMPANIES TO ARRANGE RELOCATION AND/OR TEMPORARY SUPPORT OF UTILITY FEATURES,
ETC. AS NECESSARY TO COMPLETE THE WORK. IT SHALL 8E THE CONTRACTOR'S RESPONSlB1LlTY TO VERTICALLY AND HORIZONTALLY PROTECT
ANY AND ALL EX/STING UTILITIES AND/OR STRUCTURES ON THIS PROJECT. ANY DAMAGE TO SUCH UTILITIES/STRUCTURES SHOWN OR NOT
SHOWN ON THE PLANS SHALL BE IMMEDIATELY REPAIRED TO THE UTfUTY OWNER'S SATISFACTION AT NO ADDITIONAL COST TO THE CITY. THE
OWNER RESERVES THE RIGHT TO REMEDY SUCH DAMAGE BY ORDERING OUTSIDE PARTIES TO MAKE SUCH REPAIRS AT THE EXPENSE OF THE
CONTRACTOR.
9. THE CONTRACTOR 15 ADVISED THAT PROPERTIES ADJACENT TO THE PROJECT MAY HAVE ELECTRIC, TELEPHONE, GAS, WATER, AND/OR
LATERALS WHICH MAY NOT BE SHOWN ON THE PLANS. THE CONTRACTOR SHALL REQUEST THE LOCATION OF THESE SERVICES FROM
COMPANIES, THE ADDITlONAL COST OF EXCAVATING, INSTALLING, BACKFILL AND COMPACTING AROUND THESE SERVICES SHALL i/J'~Uill)'JAI TO THE CONTRACT AT NO ADDITIONAL COST TO THE CITY.
CITY OF SOUTH MIAMI
MIAMI-DADE COUNTY, FLORIDA
SW 78 STREET ROADWAY AND
DRAINAGE IMPROVEMENT PROJECT
GENERAL NOTE
5HEET No.
2