01.01.2015 Views

AGREEMENT between BROWARD COUNTY and Cummings ...

AGREEMENT between BROWARD COUNTY and Cummings ...

AGREEMENT between BROWARD COUNTY and Cummings ...

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

Exhibit 2<br />

Page 1 of 379<br />

<strong>AGREEMENT</strong><br />

<strong>between</strong><br />

<strong>BROWARD</strong> <strong>COUNTY</strong><br />

<strong>and</strong><br />

<strong>Cummings</strong>-Balfour Beatty, A Joint Venture<br />

for<br />

CONSTRUCTION MANAGER AT RISK SERVICES<br />

TERMINAL 4 GATE REPLACEMENT - WESTERN EXPANSION<br />

at the<br />

Fort Lauderdale-Hollywood International Airport<br />

IN <strong>BROWARD</strong> <strong>COUNTY</strong>, FLORIDA<br />

RLI # R0787918R1<br />

CM @ Risk Agreement R0787918R1


Exhibit 2<br />

Page 2 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

CONSTRUCTION <strong>AGREEMENT</strong><br />

Construction Manager at Risk Services Contractor<br />

______________________________________________________<br />

Broward County, Florida<br />

TABLE OF CONTENTS<br />

ARTICLE 1 – THE PROJECT AND PROJECT TEAM.................................................................. 6<br />

ARTICLE 2 - DEFINITIONS .......................................................................................................... 6<br />

ARTICLE 3 – THE WORK .......................................................................................................... 11<br />

3.5 SUPERINTENDENCE AND SUPERVISION: ...................................................... 13<br />

3.8 SUBMITTALS: ............................................................................................. 14<br />

ARTICLE 4 - PRIORITY OF PROVISIONS ................................................................................ 20<br />

ARTICLE 5 – CPM’S AUTHORITY ............................................................................................. 21<br />

ARTICLE 6 - TERM OF <strong>AGREEMENT</strong>/TIME FOR PERFORMANCE/LIQUIDATED DAMAGES<br />

............................................................................................................................ 22<br />

6.1 CONTRACT TIME ........................................................................................ 22<br />

6.3 SUBSTANTIAL COMPLETION DATE .............................................................. 24<br />

6.5 NOTIFICATION OF CHANGE OF CONTRACT TIME OR CONTRACT PRICE: ....... 26<br />

ARTICLE 7 - CHANGES IN THE WORK OR TERMS OF CONTRACT DOCUMENTS ............. 27<br />

7.2 FIELD ORDERS AND SUPPLEMENTAL INSTRUCTIONS: .................................. 27<br />

7.3 CONTRACT PRICE ELEMENT ADJUSTMENT MEMORANDA (CPEAM):............ 27<br />

7.4 CHANGE ORDERS: ..................................................................................... 28<br />

7.5 NO DAMAGES FOR DELAY .......................................................................... 29<br />

7.6 EXCUSABLE DELAY: COMPENSABLE & NON-COMPENSABLE: ....................... 30<br />

ARTICLE 8 - PAYMENTS AND COST OF THE WORK ............................................................. 31<br />

8.4.1 SUBCONTRACTOR COSTS .......................................................................... 32<br />

8.4.2 CONTRACTOR’S LABOR COSTS .............................................................. 32<br />

8.4.3 MATERIALS AND EQUIPMENT ...................................................................... 32<br />

8.4.4 MISCELLANEOUS COSTS ............................................................................ 32<br />

8.5 EXCLUSIONS TO COST OF THE WORK ......................................................... 34<br />

8.6 PROGRESS PAYMENTS .............................................................................. 35<br />

ARTICLE 9 – CONTRACT PRICE ELEMENTS ......................................................................... 39<br />

9.2 CONTRACTOR’S DIRECT CONSTRUCTION COST. ..................................... 39<br />

9.3 CONTRACTOR’S GENERAL CONDITIONS ................................................. 39<br />

9.4 CONTRACTOR’S MANAGEMENT SERVICES .............................................. 39<br />

9.5 CONTRACTOR’S FIXED FEE .................................................................... 40<br />

9.6 DOCUMENT COMPLETION CONTINGENCY ................................................... 40<br />

CM @ Risk Agreement R0787918R1 Page 1 of 85


Exhibit 2<br />

Page 3 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

9.7 CONTRACTOR’S CONSTRUCTION CONTINGENCY ..................................... 40<br />

9.10 CONTRACTOR’S EARLY CONSTRUCTION GENERAL CONDITIONS .............. 41<br />

9.11 <strong>COUNTY</strong>’S EARLY WORK CONTINGENCY .................................................. 41<br />

ARTICLE 10 - DISCOUNTS, REBATES AND REFUNDS .......................................................... 41<br />

ARTICLE 12 - INSURANCE ....................................................................................................... 43<br />

ARTICLE 13 - INDEMNIFICATION ............................................................................................. 52<br />

ARTICLE 14 - PERFORMANCE AND PAYMENT BOND AND QUALIFICATIONS OF SURETY<br />

............................................................................................................................ 53<br />

ARTICLE 15 - INDEPENDENT CONTRACTOR......................................................................... 55<br />

ARTICLE 16 - PROJECT RECORDS ......................................................................................... 55<br />

ARTICLE 17 - SURVEY .............................................................................................................. 56<br />

ARTICLE 18 - CONTRACTOR’S RESPONSIBILITY FOR THE WORK ..................................... 57<br />

ARTICLE 19 - OCCUPATIONAL HEALTH AND SAFETY.......................................................... 58<br />

ARTICLE 20 - PERMITS, LICENSES AND IMPACT FEES ....................................................... 61<br />

ARTICLE 21 - PERSONNEL ...................................................................................................... 62<br />

ARTICLE 22 - CONTRACTOR’S WARRANTIES ....................................................................... 62<br />

ARTICLE 23 - DEFECTIVE WORK ............................................................................................ 63<br />

ARTICLE 24 - SIGNAGE ............................................................................................................ 64<br />

ARTICLE 25 - PUBLIC ENTITY CRIMES ACT ........................................................................... 65<br />

ARTICLE 26 - OWNERSHIP OF CONTRACT DOCUMENTS ................................................... 65<br />

ARTICLE 27 - CONTRACTOR’S REPRESENTATIVE ............................................................... 65<br />

ARTICLE 28 - <strong>COUNTY</strong>’S RIGHT TO TERMINATE <strong>AGREEMENT</strong> ........................................... 66<br />

ARTICLE 29 - CONTRACTOR’S RIGHT TO STOP WORK OR TERMINATE <strong>AGREEMENT</strong> ... 67<br />

ARTICLE 30 - RESOLUTION OF DISPUTES ............................................................................ 68<br />

ARTICLE 31 - NOTICES ............................................................................................................. 69<br />

ARTICLE 32 - EEO AND CBE PROVISIONS ............................................................................. 70<br />

32.1 NONDISCRIMINATION, EQUAL EMPLOYMENT OPPORTUNITY, AND<br />

AMERICANS WITH DISABILITIES ACT ............................................................. 70<br />

ARTICLE 33 - HURRICANE AND DISASTER PREPAREDNESS ............................................. 76<br />

ARTICLE 34 - OTHER TERMS & CONDITIONS........................................................................ 77<br />

ARTICLE 35 – AIRPORT SECURITY ......................................................................................... 80<br />

CM @ Risk Agreement R0787918R1 Page 2 of 85


Exhibit 2<br />

Page 4 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

List of Exhibits, Forms & Attachments ........................................................................................ 80<br />

Exhibit 1:<br />

Exhibit 2:<br />

Exhibit 3:<br />

Exhibit 4:<br />

Exhibit 5:<br />

Exhibit 6:<br />

Exhibit 7:<br />

Exhibit 8:<br />

Exhibit 9:<br />

Exhibit 10:<br />

CONTRACTOR’s Direct Construction Cost .................................................. 1 Page<br />

CONTRACTOR’s General Conditions .......................................................... 1 Page<br />

CONTRACTOR’s Management Services .................................................... 1 Page<br />

Prevailing Wage Rate Determination ......................................................... 5 Pages<br />

List of Pricing Documents ........................................................................... 4 Pages<br />

OCIP Insurance Manual ........................................................................... 47 Pages<br />

OCIP Safety <strong>and</strong> Loss Prevention Manual ............................................... 60 Pages<br />

Division 1 Specifications ......................................................................... 146 Pages<br />

Security – Badging Requirements & Ramp Driving Privileges ................. 17 Pages<br />

Key Employees ............................................................................................ 1 Page<br />

Exhibit 11: Core Staff .............................................................................................. 1 Page<br />

Exhibit 12:<br />

Exhibit 13:<br />

Exhibit 14:<br />

Exhibit 15:<br />

Form 1:<br />

Form 2:<br />

Form 3:<br />

Form 4:<br />

Form 5:<br />

Form 6:<br />

Form 7:<br />

Form 8:<br />

Schedule of Subcontractors <strong>and</strong> Vendors .................................................. 2 Pages<br />

CONTRACTOR’s Early General Conditions ................................................. 1 Page<br />

Preconstruction General Conditions ........................................................... 6 Pages<br />

Contractor’s Preconstruction Management Services ................................. 3 Pages<br />

Statement of Compliance - Prevailing Wage Rate Ordinance ...................... 1 Page<br />

Certification of Substantial Completion....................................................... 2 Pages<br />

Form of Final Receipt ................................................................................. 2 Pages<br />

Form of Performance Bond ........................................................................ 3 Pages<br />

Form of Payment Bond .............................................................................. 3 Pages<br />

CBE Monthly Utilization Report .................................................................... 1 Page<br />

CBE Letter of Intent ...................................................................................... 1 Page<br />

Schedule of CBE Participation ................................................................... 1 Pages<br />

CM @ Risk Agreement R0787918R1 Page 3 of 85


Exhibit 2<br />

Page 5 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

Form 9:<br />

Form 10:<br />

Form 11:<br />

From 12:<br />

Final CBE Utilization Report ....................................................................... 1 Pages<br />

CBE Unavailability Report ............................................................................ 1 Page<br />

Weekly Time Sheet ...................................................................................... 1 Page<br />

Certification of Payments to Subcontractors & Vendors............................. 1 Pages<br />

(Remainder of this page intentionally left blank)<br />

CM @ Risk Agreement R0787918R1 Page 4 of 85


Exhibit 2<br />

Page 6 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

CONSTRUCTION <strong>AGREEMENT</strong><br />

Construction Manager at Risk Services Contractor<br />

______________________________________________________<br />

Broward County, Florida<br />

<strong>AGREEMENT</strong> made as of the ________day of ________________ , 20___.<br />

BY AND BETWEEN: Broward County, a political subdivision of State of Florida (<strong>COUNTY</strong>)<br />

<strong>and</strong> the Construction Manager at Risk (CONTRACTOR):<br />

<strong>Cummings</strong>-Balfour Beatty, A Joint Venture<br />

Federal Identification No. 65-0746297<br />

Project Summary<br />

The following summary (the Project Summary) identifies the construction project which is the<br />

subject of this Agreement, including certain financial terms <strong>and</strong> deadlines. All terms in this<br />

Project Summary are more fully defined or referenced in Article 2 of this Agreement.<br />

The Project is: Terminal Four (T-4) Gate Replacement –<br />

Western Expansion at the Fort Lauderdale-<br />

Hollywood International Airport<br />

Broward County, Florida<br />

The Contract Administrator is:<br />

The Program Manager is:<br />

Steven T. Wiesner, P.E.<br />

Director AEP<br />

Broward County Aviation Department<br />

100 Aviation Boulevard<br />

Fort Lauderdale, Florida 33315<br />

Jim Pantina<br />

Program Director<br />

DMJM Aviation, Inc.<br />

1170 Lee Wagner Boulevard<br />

Fort Lauderdale, Florida 33315<br />

CM @ Risk Agreement R0787918R1 Page 5 of 85


Exhibit 2<br />

Page 7 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

The Construction Project Manager is:<br />

The Consultant is:<br />

The Contract Time is:<br />

<strong>Cummings</strong>-Balfour Beatty, A Joint Venture<br />

3575 NW 53 rd Street<br />

Fort Lauderdale, Florida 33309<br />

Ian Nestler <strong>and</strong> Bernard Zyscovich<br />

Pierce Goodwin Alex<strong>and</strong>er <strong>and</strong> Lindville, Inc. <strong>and</strong><br />

Zyscovich, Inc. (a Joint Venture)<br />

791 Park of Commerce Boulevard<br />

Suite 400<br />

Boca Raton, Florida 33487<br />

TBD Calendar days to Substantial Completion<br />

TBD Calendar days to Final Completion<br />

ARTICLE 1 - THE PROJECT AND PROJECT TEAM<br />

1.1 CONTRACTOR hereby agrees to furnish all of the labor, materials, equipment services <strong>and</strong><br />

incidentals necessary to perform all of the work described in the Contract Documents<br />

Including drawings, specifications <strong>and</strong> addenda thereto for the Project known as the T4<br />

Gate Replacement – Western Expansion (Project Number: 3300), prepared by Pierce<br />

Goodwin Alex<strong>and</strong>er <strong>and</strong> Lindville, Inc. <strong>and</strong> Zyscovich, Inc. (a Joint Venture).<br />

1.1.1 Location of Work: The T-4 Gate Replacement - Western Expansion, which is<br />

located at 300 Terminal Drive, Fort Lauderdale, Florida 33315 in Broward County,<br />

Florida.<br />

1.2 The CONTRACTOR accepts the relationship of trust <strong>and</strong> confidence established <strong>between</strong> it<br />

<strong>and</strong> the <strong>COUNTY</strong> by this Agreement. CONTRACTOR covenants with the <strong>COUNTY</strong> to<br />

furnish its best skill <strong>and</strong> judgment <strong>and</strong> to cooperate with the other members of the Project<br />

Team in furthering the interests of the <strong>COUNTY</strong>.<br />

1.3 CONTRACTOR agrees to provide efficient business administration <strong>and</strong> superintendence,<br />

<strong>and</strong> to use its best efforts to complete the Project in the most expeditious <strong>and</strong> economical<br />

manner, consistent with the <strong>COUNTY</strong>’s interests.<br />

ARTICLE 2 - DEFINITIONS<br />

Whenever the following terms appear in the Contract Documents, the intent <strong>and</strong> meaning<br />

shall be interpreted as follows:<br />

2.1 Agreement: means this document, Articles 1 through Article 35, inclusive. Other terms <strong>and</strong><br />

conditions are included in the exhibits <strong>and</strong> documents that are expressly incorporated by<br />

reference.<br />

CM @ Risk Agreement R0787918R1 Page 6 of 85


Exhibit 2<br />

Page 8 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

2.2 Airport: The Fort Lauderdale-Hollywood International Airport, Broward County, Florida, as<br />

described in the Master Plan Update, including such additional property that may be<br />

acquired to implement development as described therein.<br />

2.3 Aviation Department (or BCAD): The Broward County Aviation Department, or any<br />

successor agency.<br />

2.4 Baseline Schedule: A project schedule accepted by the CA that is the st<strong>and</strong>ard by which<br />

Project performance is measured. The Baseline Schedule must include all contractual start<br />

<strong>and</strong> finish dates <strong>and</strong> critical interim milestones, <strong>and</strong> demonstrate how these dates are<br />

achieved through the sequencing of project activities, The Baseline Schedule requirements<br />

are further described in Division 1 Specifications or other contract provisions within the<br />

Contract Documents.<br />

2.5 Board: The Board of County Commissioners of Broward County, Florida, its successors <strong>and</strong><br />

assigns.<br />

2.6 Broward County Aviation Department Project Manager (BCAD PM): An employee of<br />

Broward County Aviation Department assigned to manage consultant <strong>and</strong> construction<br />

contracts, as a representative of the Contract Administrator (CA).<br />

2.7 Change Order: A written document, properly executed by the County, ordering a change in<br />

the Contract Price or Contract Time or a material change in the Work.<br />

2.8 Construction Project Manager (CPM): means a firm, joint venture, or entity selected by the<br />

<strong>COUNTY</strong> to perform construction management services as defined by the <strong>COUNTY</strong> <strong>and</strong> as<br />

an agent of the <strong>COUNTY</strong>. The CPM typically serves as the CONTRACTOR’s primary point<br />

of contact during the construction phase to the CA through the PMO.<br />

2.9 Consultant: Architect(s) or Engineer(s) under contract with <strong>COUNTY</strong> for the particular Work<br />

or Phase of the Project, providing professional design services for this Project.<br />

2.10 Contract Administrator (CA): means the Director of the Broward County Aviation<br />

Department, or designee, pursuant to written delegation by the Director of the Broward<br />

County Aviation Department, or some other employee expressly designated as Contract<br />

Administrator in writing by the County Administrator. In the administration of this Agreement,<br />

as contrasted with matters of policy, all parties may rely upon instruction or determination<br />

made by the Contract Administrator, provided, however, that such instruction <strong>and</strong><br />

determination do not change the Scope of Services or any of the express terms of the<br />

Contract Documents.<br />

2.11 Contract Documents: This Agreement <strong>and</strong> its exhibits, attachments <strong>and</strong> forms, drawings <strong>and</strong><br />

specifications, the Request For Letters of Interest <strong>and</strong> CONTRACTOR’s response thereto<br />

(as negotiated <strong>and</strong> accepted by the <strong>COUNTY</strong>), any amendments <strong>and</strong> Addenda to the<br />

Contract Documents, the record of the contract award by the Board of County<br />

Commissioners, the Performance Bond <strong>and</strong> Payment Bond, the Notice of Award, the<br />

Notice(s) to Proceed, the Purchase Order <strong>and</strong> all agreed upon modifications issued after<br />

execution of the Agreement are the documents which are collectively referred to as the<br />

CM @ Risk Agreement R0787918R1 Page 7 of 85


Exhibit 2<br />

Page 9 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

Contract Documents. A detailed enumeration of the applicable drawings <strong>and</strong> specifications<br />

are provided in Exhibit 5 to this Agreement.<br />

2.12 Contract Price: The amount established in the Agreement as the amount the <strong>COUNTY</strong> is<br />

obligated to pay for full <strong>and</strong> complete performance of the Work required by the Contract<br />

Documents.<br />

2.13 Contract Price Element Adjustment Memor<strong>and</strong>um (CPEAM): A document issued by CA to<br />

memorialize the reallocation of sums <strong>between</strong> contract price elements included within the<br />

Contract Price.<br />

2.14 Contract Time: The time <strong>between</strong> the Project Initiation Date specified in the Notice to<br />

Proceed after the GMP is established <strong>and</strong> authorizes the GMP work to begin <strong>and</strong> Final<br />

Completion, including any milestone dates thereof, established in the Agreement, as may be<br />

amended by Change Order.<br />

2.15 CONTRACTOR: The Managing General Contractor, Construction Manager-at-Risk (CM @<br />

Risk), <strong>Cummings</strong> Balfour Beatty, a joint venture.<br />

2.16 Controlling Items of Work: Activities shown on the Baseline Schedule identified with a<br />

milestone date.<br />

2.17 <strong>COUNTY</strong> or Owner: Broward County, Florida, the public body which is a party hereto <strong>and</strong> for<br />

which this Agreement is to be performed. In all respects hereunder, <strong>COUNTY</strong>’s performance<br />

is pursuant to <strong>COUNTY</strong>’s position as the owner of a construction project. In the event<br />

<strong>COUNTY</strong> exercises its authority as a governmental body, the exercise of such authority <strong>and</strong><br />

the enforcement of any rules, regulations, laws <strong>and</strong> ordinances shall be deemed to have<br />

occurred pursuant to <strong>COUNTY</strong>’s authority as a governmental body <strong>and</strong> shall not be<br />

attributable in any manner to <strong>COUNTY</strong> as a party to this Agreement.<br />

2.18 Critical Path: A sequence of Work activities shown in the Baseline Schedule, which<br />

establish the total duration of time for the construction of the Work, <strong>and</strong> if such activities<br />

were delayed or extended, would change the construction duration established in the<br />

accepted Baseline Schedule.<br />

2.19 Early Construction Work Activities: Work performed by the Contractor immediately following<br />

the issuance of the Notice To Proceed for early work <strong>and</strong> prior to the establishment of the<br />

Guaranteed Maximum Price. Such activities may include, but are not limited to select<br />

demolition, excavation, foundations, utility construction, <strong>and</strong> all permits necessary to perform<br />

Early Construction Work.<br />

2.20 Field Order or Supplemental Instruction: A written order which further describes details or<br />

provides interpretations necessary to complete the Work of the Contract Documents in<br />

accordance with Section 7.2 but which does not involve a change in the Contract Price or<br />

Contract Time.<br />

2.21 Final Completion: The date certified by CPM <strong>and</strong> Consultant in the Final Certificate of<br />

Payment, <strong>and</strong> as finally determined by Contract Administrator’s (CA’s) sole discretion, upon<br />

CM @ Risk Agreement R0787918R1 Page 8 of 85


Exhibit 2<br />

Page 10 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

which all conditions <strong>and</strong> requirements of any permits <strong>and</strong> regulatory agencies have been<br />

satisfied; any documents required by the Contract Documents have been received by CPM;<br />

any other documents required to be provided by CONTRACTOR have been received by<br />

CPM; <strong>and</strong> to the best of CPM’s <strong>and</strong> Consultant's knowledge, information <strong>and</strong> belief the Work<br />

defined herein has been fully completed in accordance with the terms <strong>and</strong> conditions of the<br />

Contract Documents.<br />

2.22 General Conditions: The provision of facilities or performance of work by the<br />

CONTRACTOR for items, which do not lend themselves readily to inclusion in one of the<br />

separate trade contracts. The General Conditions may include, but are not limited to, those<br />

items listed on Exhibit 2. Payment for the General Conditions will be as set forth in section<br />

9.1<strong>and</strong> included as part of the GMP.<br />

2.23 Guaranteed Maximum Price (GMP): The dollar amount negotiated by <strong>COUNTY</strong> <strong>and</strong> the<br />

CONTRACTOR as payment for the complete construction of the Project, which amount shall<br />

include, but not be limited to, all profit, overhead, on-site <strong>and</strong> off-site conditions (known <strong>and</strong><br />

unknown as set forth in Section 3.7), <strong>and</strong> administrative costs. The GMP is made up of the<br />

following contract price elements:<br />

CONTRACTOR's Direct Construction Cost<br />

CONTRACTOR’s General Conditions<br />

CONTRACTOR’s Management Services<br />

CONTRACTOR’s Fixed Fee<br />

Document Completion Contingency*<br />

CONTRACTOR’s Contingency<br />

CONTRACTOR’s Early Construction Work<br />

CONTRACTOR’S Early Construction General Conditions<br />

CONTRACTOR’s Pre-Construction Services<br />

<strong>COUNTY</strong>’s Contingency *<br />

<strong>COUNTY</strong>’s Early Work Contingency*<br />

*As authorized by the Contract Administrator<br />

The total maximum price potentially payable by <strong>COUNTY</strong> to CONTRACTOR shall be no<br />

more than the GMP.<br />

2.24 County Business Enterprise (CBE): A firm duly certified as a small county business<br />

enterprise by the <strong>COUNTY</strong> under criteria <strong>and</strong> eligibility requirements of the Broward County<br />

Business Opportunity Act of 2004 <strong>and</strong> the County Business Enterprise Act of 2009.<br />

2.25 Notice(s) to Proceed (NTP): One or more written notices from the Contractor Administrator<br />

to CONTRACTOR authorizing the commencement of Work, or some portion of Work as<br />

defined in the NTP.<br />

2.26 Owner Controlled Insurance Program (OCIP): A centralized insurance program under which<br />

the <strong>COUNTY</strong> procured specified insurance coverage on behalf of all contractors <strong>and</strong><br />

subcontractors performing work on various capital improvement projects, as described in<br />

Article 12, <strong>and</strong> in Exhibits 6 <strong>and</strong> 7 to this Agreement.<br />

CM @ Risk Agreement R0787918R1 Page 9 of 85


Exhibit 2<br />

Page 11 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

2.27 Plans or Drawings: The official graphic representations of the Project which are a part of the<br />

Contract Documents.<br />

2.28 Pricing Documents: The set of drawings <strong>and</strong> specifications upon which the GMP is<br />

negotiated as enumerated in Exhibit 5.<br />

2.29 Program Manager: The Program Management Office (PMO) is the professional organization<br />

the <strong>COUNTY</strong> has contracted to provide program management services to the Project, or<br />

such other entity designated by the <strong>COUNTY</strong>.<br />

2.30 Project: The construction of Terminal 4 Gate Replacement – Western Expansion (Project<br />

Number 3300) for <strong>COUNTY</strong> pursuant to those Contract Documents as enumerated in<br />

Exhibit (TBD)<br />

2.31 Project Initiation Date: The date upon which the Contract Time commences, as established<br />

in a Notice To Proceed.<br />

2.32 Project Manager: Employee of BCAD representing the CA on this project.<br />

2.33 Project Plan: A written description of the resources <strong>and</strong> equipment CONTRACTOR intends<br />

to use at the time of pricing, in coordination with the Baseline Schedule, to complete the<br />

Work. The plan will describe the staging of materials, placement of equipment, use of<br />

temporary utilities, <strong>and</strong> other factors necessary to allow <strong>COUNTY</strong> to maintain the Airport in<br />

operating condition.<br />

2.34 Subcontractor: A person, firm or corporation having a direct contract with CONTRACTOR<br />

including one who furnishes material worked to a special design according to the Contract<br />

Documents for this work, but does not include one who merely furnishes material not so<br />

worked.<br />

2.35 Substantial Completion: That date, as certified in writing by CPM <strong>and</strong> Consultant <strong>and</strong> as<br />

finally determined by Contract Administrator’s sole discretion, the Work, or a portion thereof,<br />

is at a level of completion in substantial compliance with the Contract Documents such that<br />

all conditions of permits <strong>and</strong> regulatory agencies have been satisfied <strong>and</strong> the <strong>COUNTY</strong> or its<br />

designee can enjoy use or occupancy <strong>and</strong> can use or operate it in all respects for its<br />

intended purpose. A Certificate of Occupancy (or a Temporary Certificate of Occupancy<br />

(TCO) or other alternate municipal/county authorization for limited or conditional occupancy<br />

acceptable to the Contract Administrator) must be issued for Substantial Completion to be<br />

achieved, however, the issuance of a Certificate of Occupancy or the date thereof are not to<br />

be determinative of the achievement or date of Substantial Completion.<br />

2.36 Surety: The company or individual which is bound by the performance bond <strong>and</strong> payment<br />

bond with <strong>and</strong> for CONTRACTOR, who is primarily liable, <strong>and</strong> which surety company or<br />

individual is responsible for CONTRACTOR's acceptable <strong>and</strong> timely performance <strong>and</strong><br />

completion of the work under the Agreement <strong>and</strong> for the payment of all debts pertaining<br />

thereto in accordance with Section 255.05, Florida Statutes.<br />

CM @ Risk Agreement R0787918R1 Page 10 of 85


Exhibit 2<br />

Page 12 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

2.37 Work: The totality of the obligations, including but not limited to administration, procurement,<br />

materials, equipment, labor, construction <strong>and</strong> other services necessary for the<br />

CONTRACTOR, or its agents, to fulfill the CONTRACTOR’s obligations under this<br />

Agreement.<br />

ARTICLE 3 – THE WORK<br />

3.1 The CONTRACTOR shall perform all of the Work required by the Contract Documents <strong>and</strong><br />

as generally described in Article 3.1.1, below, <strong>and</strong> which may be revised or added to from<br />

time to time to reflect clarifications, budget revisions, <strong>and</strong> approved changes.<br />

3.1.1 CONTRACTOR shall oversee the construction of the Terminal 4 Gate Replacement<br />

– Western Expansion (Project). The scope includes, but is not limited to, the<br />

following:<br />

repositioning/relocation of certain Concourse H gates;<br />

western expansion of Concourse H (specifically, construction of a minimum of<br />

three (3) new swing gates);<br />

a secure connector <strong>between</strong> Terminal 3 <strong>and</strong> Terminal 4 swing gates, including<br />

required modifications to Terminal 3 to accommodate the connection;<br />

a sterile corridor (bridge <strong>and</strong> vertical circulation core) from the western expansion<br />

to the existing Federal Inspections Services;<br />

new office space for BCAD (including an Operations Communication Center <strong>and</strong><br />

FLL Emergency Operations Center);<br />

Space development for an in-line baggage system; <strong>and</strong><br />

Covering the existing bag make-up area.<br />

3.1.2 The scope of work may include additions, modifications <strong>and</strong> renovations in Terminal<br />

4 to support the Gate Replacement <strong>and</strong> in Terminal 3 to support the secure<br />

connection. The Project requires close coordination with other projects that are not in<br />

the CONTRACTOR’s scope of services, including: terminal apron reconstruction,<br />

passenger pick-up <strong>and</strong> drop-off areas, expansion of the Explosives Detection<br />

Systems (EDS), <strong>and</strong> modifications to site utilities including the hydrant fueling<br />

system.<br />

3.1.3 <strong>COUNTY</strong> has indicated that a Project goal is to achieve basic certification under the<br />

U.S. Green Building Council’s (USGB) Leadership in Energy <strong>and</strong> Environmental<br />

Design (LEED®) green building-rating system.<br />

3.1.4 <strong>COUNTY</strong> underst<strong>and</strong>s that construction <strong>and</strong> renovating buildings in an<br />

environmentally responsible manner requires a great deal of planning <strong>and</strong><br />

innovation. LEED certification will require input <strong>and</strong> effort from <strong>COUNTY</strong>, Consultant,<br />

CPM, CONTRACTOR, <strong>and</strong> other parties associated with the Project that are not<br />

parties to this Agreement.<br />

CM @ Risk Agreement R0787918R1 Page 11 of 85


Exhibit 2<br />

Page 13 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

3.1.5 <strong>COUNTY</strong> underst<strong>and</strong>s that the Project will be subject to the LEED-certification<br />

process <strong>and</strong> procedures as determined by the USGBC. These procedures are<br />

outside the control of CONTRACTOR, may not be uniformly implemented <strong>and</strong> may<br />

be subject to change at any time.<br />

3.1.6 CONTRACTOR cannot guarantee LEED certification or the actual performance of<br />

the building based on CONTRACTOR’s efforts nor can it guarantee certain<br />

performance levels anticipated through the LEED-certification process.<br />

3.1.7 Notwithst<strong>and</strong>ing the preceding paragraphs, Consultant shall remain responsible for<br />

submitting complete <strong>and</strong> thorough documents <strong>and</strong> materials to the USGBC in a<br />

timely manner. While the LEED certification of the Project cannot be guaranteed, the<br />

CONTRACTOR shall carry out all of the responsibilities as the contractor on a LEED<br />

project for the <strong>COUNTY</strong> <strong>and</strong> will continue throughout the LEED certification process<br />

including commissioning for LEED purposes. Only decisions made by the <strong>COUNTY</strong><br />

that prevent the CONTRACTOR from obtaining LEED certification shall be grounds<br />

for not obtaining LEED certification of the Project.<br />

3.2 It is the intent of <strong>COUNTY</strong> to describe in the Contract Documents a functionally complete<br />

Project (or part thereof) to be constructed in accordance with the Contract Documents.<br />

Any Work, materials or equipment that may reasonably be inferred from the Contract<br />

Documents as being required to produce the intended result shall be supplied by<br />

CONTRACTOR, whether or not specifically called for by the Contract Documents. When<br />

words, which have a well-known technical or trade meaning are used to describe Work,<br />

materials or equipment, such words shall be interpreted in accordance with that meaning.<br />

Reference to st<strong>and</strong>ard specifications, manuals, or codes of any technical society,<br />

organization or association, or to the laws or regulations of any governmental authority,<br />

whether such reference be specific or by implication, shall mean the latest st<strong>and</strong>ard<br />

specification, manual, code or laws or regulations in effect at the time of permit issuance.<br />

<strong>COUNTY</strong> shall have no duties other than those duties <strong>and</strong> obligations expressly set forth<br />

within the Contract Documents.<br />

3.3 The CONTRACTOR agrees that the Work shall be performed in a good <strong>and</strong> professional<br />

manner, free from defects in materials <strong>and</strong> workmanship, <strong>and</strong> that all materials shall be new<br />

<strong>and</strong> approved by the Consultant <strong>and</strong> all workmanship shall be acceptable to the CPM,<br />

except as otherwise expressly provided for in the Contract Documents. The CONTRACTOR<br />

shall cause all materials <strong>and</strong> other parts of the Work to be readily available as <strong>and</strong> when<br />

required or needed for or in connection with the construction, furnishing <strong>and</strong> equipping of the<br />

improvements.<br />

3.4 The CONTRACTOR shall plan, record, <strong>and</strong> update, at least monthly through Final<br />

Completion, the construction Baseline Schedule of the Project compatible or convertible to<br />

Primavera P6. The progress schedule shall indicate the dates for the commencement <strong>and</strong><br />

completion of the various stages of construction <strong>and</strong> shall be updated as required by the<br />

Contract Documents. The Progress Schedule shall encompass all of the work of all trades<br />

necessary for the construction of the Project <strong>and</strong> shall be sufficiently complete <strong>and</strong><br />

comprehensive to enable progress to be monitored through the end of the warranty phase of<br />

the Project. The Progress Schedule shall incorporate sufficient time for important <strong>COUNTY</strong><br />

CM @ Risk Agreement R0787918R1 Page 12 of 85


Exhibit 2<br />

Page 14 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

milestone events <strong>and</strong> required coordination points as may have been established in the<br />

Project’s Preconstruction Phase.<br />

3.5 Superintendence <strong>and</strong> Supervision:<br />

3.5.1 All written orders of the CA are to be given to the CONTRACTOR through the CPM<br />

or PMO, which instructions are to be strictly <strong>and</strong> promptly followed by the<br />

Superintendent or Contractor’s Project Manager in every case. CONTRACTOR shall<br />

keep on the Project site during any progress of the Work, a competent full-time<br />

English speaking Superintendent <strong>and</strong> Project Manager <strong>and</strong> any necessary<br />

assistants, all satisfactory to the CA <strong>and</strong> CPM. The CONTRACTOR’s Project<br />

Manager shall not be changed except with the written consent of CA, unless the<br />

CONTRACTOR’s Project Manager proves to be unsatisfactory to CONTRACTOR<br />

<strong>and</strong> ceases to be in its employ. In which case, CONTRACTOR shall immediately<br />

notify CA upon the Project Manager’s dismissal in writing with identification of<br />

CONTRACTOR’s replacement Project Manager. The CONTRACTOR’s Project<br />

Manager shall represent CONTRACTOR <strong>and</strong> all direction given to the<br />

CONTRACTOR’s Project Manager shall be as binding as if given to CONTRACTOR<br />

<strong>and</strong> will be confirmed in writing by CPM.<br />

3.5.2 CONTRACTOR shall record daily, at a minimum, the following information in a<br />

bound document at a minimum, be responsible for a daily log recording: the day,<br />

date, weather conditions <strong>and</strong> how any weather condition affected the progress of the<br />

Work, time of commencement of work for the day, all work performed, materials,<br />

labor, personnel, equipment <strong>and</strong> Subcontractors at the Project site, visitors to the<br />

Project site including representatives of <strong>COUNTY</strong>, CPM, Consultant, regulatory<br />

authorities, any special or unusual conditions or occurrences encountered, delays<br />

incurred, <strong>and</strong> the time of termination of work for the day. All information shall be<br />

recorded in the daily log in ink <strong>and</strong> certified by the CONTRACTOR'S Project<br />

Manager daily. The daily log shall be kept on the Project site <strong>and</strong> shall be available<br />

at all times for inspection <strong>and</strong> copying by CA, CPM or Consultant. Copies of daily<br />

logs must be maintained electronically unless otherwise required by the CPM.<br />

Printed copies of such electronic logs shall be prepared <strong>and</strong> printed daily, kept on<br />

file, <strong>and</strong> shall be available to CA, CPM or Consultant at the Project site for<br />

inspection, printing <strong>and</strong> copying.<br />

3.5.3 The CONTRACTOR, PMO, CPM, Consultant <strong>and</strong> CA shall meet at least weekly or<br />

as determined by the CPM or CA during the course of the Work to review <strong>and</strong> agree<br />

upon the work performed to date <strong>and</strong> to review the Controlling Items of Work for the<br />

next two weeks. The CPM shall take, distribute <strong>and</strong> retain record copies of minutes<br />

<strong>and</strong> any comments thereto of each such meeting.<br />

3.5.4 CONTRACTOR shall supervise <strong>and</strong> direct the Work competently <strong>and</strong> efficiently,<br />

devoting such attention thereto <strong>and</strong> applying such skills <strong>and</strong> expertise as may be<br />

necessary to perform the Work in accordance with the Contract Documents.<br />

CONTRACTOR shall be solely responsible for the means, methods, techniques,<br />

sequences, procedures, safety of construction, <strong>and</strong> BCAD security compliance.<br />

CM @ Risk Agreement R0787918R1 Page 13 of 85


Exhibit 2<br />

Page 15 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

3.6 CONTRACTOR to Check Drawings, Specifications <strong>and</strong> Data: CONTRACTOR shall use due<br />

diligence to verify all dimensions, quantities <strong>and</strong> details shown on the drawings,<br />

specifications or other data received from PMO, CPM, CA <strong>and</strong> Consultant, <strong>and</strong> shall notify<br />

CPM <strong>and</strong> CA of all errors, omissions <strong>and</strong> discrepancies found therein within three (3)<br />

calendar days of discovery. CONTRACTOR will not be allowed to take advantage of any<br />

error, omission or discrepancy, as full instructions will be furnished by CPM.<br />

CONTRACTOR shall not be liable for damages resulting from errors, omissions or<br />

discrepancies in the Contract Documents unless CONTRACTOR recognized such error,<br />

omission or discrepancy <strong>and</strong> failed to report it to CPM <strong>and</strong> CA.<br />

3.7 Differing Site Conditions: In the event that during the course of the Work CONTRACTOR<br />

encounters an underground utility that was not shown on the Contract Documents, or<br />

subsurface or concealed conditions at the Project site which differ materially from those<br />

shown on the Contract Documents <strong>and</strong> from those ordinarily encountered <strong>and</strong> generally<br />

recognized as inherent in work of the character called for in the Contract Documents; or<br />

unknown physical conditions of the Project site, of an unusual nature, which differ materially<br />

from that ordinarily encountered <strong>and</strong> generally recognized as inherent in work of the<br />

character called for in the Contract Documents, CONTRACTOR, without further disturbing<br />

the conditions <strong>and</strong> before performing any work affected by such conditions, shall, no later<br />

than 9:00 AM the next business day after their discovery, notify the CPM in writing of the<br />

existence of the aforesaid conditions. PMO, CPM <strong>and</strong> CA shall, within two (2) calendar<br />

days after receipt of CONTRACTOR’s written notice, investigate the site conditions identified<br />

by CONTRACTOR. If, in the sole opinion of CA, the conditions do materially so differ <strong>and</strong><br />

cause an increase in the time required for, the performance of any part of the Work, PMO<br />

<strong>and</strong> CPM shall recommend an equitable adjustment to the Contract Time, Contract Price or<br />

its component Contract Price Elements, which is subject to approval by the CA or the Board<br />

pursuant to Article 7, herein. If CPM <strong>and</strong> CONTRACTOR cannot agree on an adjustment in<br />

the Contract Time, Contract Price or its component Contract Price Elements, the adjustment<br />

shall be determined in accordance with Article 30.<br />

No request by CONTRACTOR for an equitable adjustment or change to the Contract Time,<br />

Contract Price, or its component Contract Price Elements under this provision shall be<br />

allowed unless CONTRACTOR has given written notice in strict accordance with the<br />

provisions of this Article.<br />

No request for an equitable adjustment or change to the Contract Time for differing site<br />

conditions shall be allowed if made after the date certified by CPM as the date of Substantial<br />

Completion.<br />

3.8 Submittals:<br />

3.8.1 CONTRACTOR shall submit Submittals (including but not limited to shop drawings,<br />

product samples, product data, warranties, closeout submittals, reports <strong>and</strong><br />

photographs) as required by the Contract Documents. The Submittals serve as the<br />

CONTRACTOR’s coordination documents <strong>and</strong> demonstrate the suitability, efficiency,<br />

technique of manufacture, installation requirements, detailing <strong>and</strong> coordination of<br />

specified products, components, assemblies <strong>and</strong> systems, <strong>and</strong> evidence compliance<br />

or noncompliance with the Contract Documents. The CONTRACTOR’s Submittals<br />

are not part of the Contract Documents but are documents prepared <strong>and</strong> utilized by<br />

CM @ Risk Agreement R0787918R1 Page 14 of 85


Exhibit 2<br />

Page 16 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

the CONTRACTOR to coordinate the Work. Submittals shall not modify the scope,<br />

character or responsibility for the Work to be completed by CONTRACTOR <strong>and</strong> are<br />

documents utilized for coordinating, clarifying or refining the CONTRACTOR’s<br />

intended methods for achieving the Work.<br />

3.8.2 Within seven (7) calendar days of the date of the NTP that authorizes the<br />

commencement of early work, CONTRACTOR shall submit to CPM or PMO (with a<br />

copy to the CA) the first Submittal Schedule electronically using software that is<br />

convertible or compatible with Primavera P6, for Early Construction Work. The<br />

Submittal Schedule shall be a comprehensive list of items for which Submittals are to<br />

be submitted with identification of the critical items (either long lead or submittals for<br />

which immediate approval is necessary) <strong>and</strong> the sequence <strong>and</strong> timing of each<br />

required submittal. The CPM or the PMO shall review the first Submittal Schedule<br />

within seven (7) calendar days of submittal by CONTRACTOR. Approval of the first<br />

Submittal Schedule by CA shall in no way relieve CONTRACTOR from submitting<br />

complete Submittals as required by the Contract Documents <strong>and</strong> providing services,<br />

products, materials, equipment, systems <strong>and</strong> assemblies, fully in accordance with<br />

the Contract Documents.<br />

3.8.3 Within fourteen (14) calendar days of the date of the NTP that authorized work after<br />

the approval of the GMP, CONTRACTOR shall submit to CPM or PMO (with a copy<br />

to the CA) the Submittal Schedule electronically using software that is compatible or<br />

convertible with Primavera P6, for all remaining Construction Work. The second<br />

Submittal Schedule shall be a comprehensive list of items for which Submittals are to<br />

be submitted with identification of the critical items (either long lead or submittals for<br />

which immediate approval is necessary) <strong>and</strong> the sequence <strong>and</strong> timing of each<br />

required submittal. The CPM or PMO shall review the Submittal Schedule within<br />

seven (7) calendar days of submittal by CONTRACTOR. Approval of the Submittal<br />

Schedule by the CA shall in no way relieve the CONTRACTOR from submitting<br />

complete Submittals as required by the Contract Documents <strong>and</strong> providing services,<br />

products, materials, equipment, systems <strong>and</strong> assemblies, fully in accordance with<br />

the Contract Documents.<br />

3.8.4 After the approval of each Submittal Schedule, CONTRACTOR shall promptly<br />

request Submittals from the various manufacturers, fabricators, <strong>and</strong> suppliers as<br />

required.<br />

3.8.5 CONTRACTOR shall thoroughly review <strong>and</strong> check the Submittals <strong>and</strong> submit them<br />

to the CPM <strong>and</strong> Consultant in accordance with the requirements for such Submittals<br />

specified in Division 1 Specifications. Each Submittal <strong>and</strong> required copy thereof shall<br />

indicate the CONTRACTOR’s review <strong>and</strong> approval of that submittal in the form<br />

required by Division 1 Specifications.<br />

3.8.6 The CPM shall maintain the Submittal Log, which shall include, at a minimum, the<br />

date of each Submittal, the date of any re-submittal, the date of any approval or<br />

rejection, <strong>and</strong> the reason for any approval or rejection.<br />

3.8.7 If the Submittals indicate deviations or departures from the requirements of the<br />

Contract Documents, CONTRACTOR shall make specific mention thereof in its letter<br />

CM @ Risk Agreement R0787918R1 Page 15 of 85


Exhibit 2<br />

Page 17 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

of transmittal. Failure to point out such deviations or departures shall not relieve<br />

CONTRACTOR from its responsibility to comply with the Contract Documents.<br />

3.8.8 The Consultant shall have no duty to review partial or incomplete Submittals or<br />

Submittals that have not been approved by the CONTRACTOR.<br />

3.8.9 Provided such Submittals conform to the approved Submittal Schedule, Consultant<br />

shall process Submittals within fourteen (14) calendar days from the date received,<br />

unless said Submittals are rejected by Consultant for material reasons or the<br />

Submittals are of substantial building systems which require more time for thorough<br />

review. Submittals which require a longer review period shall be identified <strong>and</strong> a<br />

review period established for such Submittals by Consultant during the review <strong>and</strong><br />

approval of the Submittals Schedule. Consultant’s approval of Submittals will be<br />

general <strong>and</strong> shall not relieve CONTRACTOR of responsibility for the accuracy of<br />

such drawings, nor for the proper fitting <strong>and</strong> construction of the work, nor for the<br />

furnishing of materials or work required by the Contract Documents. No work for<br />

which Submittals are required shall be performed until said Submittals have been<br />

approved by Consultant. CONTRACTOR will be working at risk <strong>and</strong> at its sole liability<br />

if no prior approval of the Consultant has been obtained. No money from the<br />

CONTRACTOR’s Contingency shall be used to pay for Submittal deviations.<br />

Approval shall not relieve CONTRACTOR from responsibility for errors or omissions<br />

on the Submittals or for compliance with the requirements of the Contract<br />

Documents.<br />

3.8.10 No review or approval will be given to partial Submittals for items which interconnect,<br />

are interdependent, or both where necessary to properly evaluate the Submittal. It is<br />

CONTRACTOR’s responsibility to assemble the Submittals for all such<br />

interconnecting or interdependent items, check them <strong>and</strong> then make one submittal to<br />

Consultant along with its comments as to compliance, noncompliance, or features<br />

requiring special attention.<br />

3.8.11 Additional information provided by the CONTRACTOR on any Submittal shall be<br />

typewritten or lettered in ink.<br />

3.8.12 CONTRACTOR shall submit the number of copies required by the Contract<br />

Documents plus the number required by jurisdictional authorities (when Submittals<br />

are to be made to such authorities). Resubmissions of Submittals due to<br />

errors/omissions of CONTRACTOR shall be made in the same quantity until final<br />

approval is obtained from Consultant at the CONTRACTOR’s expense, including<br />

BCAD costs.<br />

3.8.13 CONTRACTOR shall keep one set of Consultant’s approved Submittals at the<br />

Project site at all times.<br />

3.9 Field Layout of the Work <strong>and</strong> Project Record Documents:<br />

3.9.1 The entire responsibility for establishing <strong>and</strong> maintaining line <strong>and</strong> grade in the field<br />

lies with CONTRACTOR which shall be based upon site boundary limits, horizontal<br />

<strong>and</strong> vertical control supplied by CA. CONTRACTOR shall maintain an accurate <strong>and</strong><br />

CM @ Risk Agreement R0787918R1 Page 16 of 85


Exhibit 2<br />

Page 18 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

precise record of the location <strong>and</strong> elevation of all pipe lines, conduits, structures,<br />

manholes, h<strong>and</strong>holes, fittings <strong>and</strong> other accessories/features <strong>and</strong> shall prepare a<br />

complete site survey sealed by a Florida registered Professional Surveyor which<br />

shall be submitted as a project record document prior to the time of requesting Final<br />

Payment. Final surveys shall be submitted in hardcopy <strong>and</strong> as an electronic media<br />

submittal prepared in accordance with requirements for electronic media submittals<br />

as specified elsewhere in the Contract Documents. The cost of all such field layout<br />

<strong>and</strong> recording work is included in the prices bid for the appropriate items.<br />

3.9.2 CONTRACTOR shall maintain in a safe place at the Project site one record copy of<br />

all drawings, plans, specifications, addenda, written amendments, Change Orders,<br />

Field Orders, Supplemental Instructions, Contract Price Element Adjustment<br />

Memor<strong>and</strong>a (CPEAM), Submittals <strong>and</strong> written interpretations <strong>and</strong> clarifications in<br />

good order <strong>and</strong> annotated to show all changes made during construction. Each of<br />

these documents shall be clearly marked by CONTRACTOR as “Project Record<br />

Documents”. These Project Record Documents together with all approved samples<br />

<strong>and</strong> a counterpart of all approved Submittals shall be available at all times to<br />

<strong>COUNTY</strong>, PMO, CPM <strong>and</strong> Consultant for reference. Contractor must maintain a<br />

backup for each Project Record Document using electronic means such as external<br />

disks, flash drives, or other forms of electronic media. Upon Final Completion of the<br />

Project <strong>and</strong> prior to Final Payment, these Project Record Documents, including<br />

Submittals <strong>and</strong> other Project Record Documents required elsewhere in the Contract<br />

Documents <strong>and</strong> specifications shall be delivered to the CPM for delivery to the CA.<br />

3.9.3 Prior to Substantial Completion, the CONTRACTOR shall deliver to CPM for delivery<br />

to the PMO <strong>and</strong> CA all equipment data, along with its recommended spare parts list,<br />

spare parts, maintenance manuals, manufacturer’s warranties <strong>and</strong> operations<br />

manuals as may be required within the Contract Documents for the <strong>COUNTY</strong>’s<br />

employees <strong>and</strong> agents to maintain <strong>and</strong> operate any equipment provided as part of<br />

the Work. Also prior to Substantial Completion, CONTRACTOR shall provide all<br />

necessary training to BCAD staff regarding the maintenance <strong>and</strong> operation of any<br />

equipment provided as part of the work. Refer to applicable Division 1 Specifications<br />

for more information.<br />

3.9.4 Prior to, <strong>and</strong> as a condition precedent to Final Payment, CONTRACTOR shall submit<br />

to CPM for delivery to CA, CONTRACTOR's as-built drawings in a form acceptable<br />

to the CA, updated BIM 3D model, software <strong>and</strong> hardware, <strong>and</strong> other project record<br />

documents acceptable to CA, <strong>and</strong> requested by CA.<br />

3.10 Inspection <strong>and</strong> Testing:<br />

3.10.1 PMO, CPM, Consultant <strong>and</strong> CA shall at all times have access to the Work, <strong>and</strong><br />

CONTRACTOR shall provide for use by the PMO, CPM, Consultant <strong>and</strong> CA the<br />

facilities described in the Division 1 Specifications for such access <strong>and</strong> for inspecting,<br />

measuring <strong>and</strong> testing.<br />

3.10.1.1 Should the Contract Documents, CPM’s or Consultant’s instructions, any<br />

laws, ordinances, or any public authority require any of the Work to be<br />

specially tested or approved, CONTRACTOR, shall provide <strong>and</strong> update<br />

CM @ Risk Agreement R0787918R1 Page 17 of 85


Exhibit 2<br />

Page 19 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

weekly for the PMO, CPM, Consultant <strong>and</strong> CA a two (2) week look-ahead<br />

schedule denoting all activity to be performed <strong>and</strong> highlighting those that<br />

need testing <strong>and</strong> approval. If the testing or approval is to be made by an<br />

authority other than <strong>COUNTY</strong>, CONTRACTOR shall provide notice no later<br />

than seven (7) calendar days prior to the date for such testing. Testing shall<br />

be made promptly, <strong>and</strong> where practicable, at the source of supply. If any of<br />

the Work which requires approval is covered up without approval or consent<br />

of CPM or Consultant, it must, if required by CPM or Consultant, be<br />

uncovered for examination <strong>and</strong> properly restored to the satisfaction of the<br />

CPM or Consultant at no additional cost to <strong>COUNTY</strong>.<br />

3.10.1.2 Reexamination of any of the Work may be ordered by PMO, CPM or<br />

Consultant with prior written approval by the CA, <strong>and</strong> if so ordered, the<br />

Work must be uncovered by CONTRACTOR. If such Work is found to be in<br />

accordance with the Contract Documents, <strong>COUNTY</strong> shall pay the cost of<br />

re-examination <strong>and</strong> replacement by means of an appropriate CPEAM or<br />

Change Order. If such Work is not in accordance with the Contract<br />

Documents, CONTRACTOR shall correct the nonconforming work at no<br />

additional cost to <strong>COUNTY</strong>.<br />

3.10.2 The payment of any compensation, whatever may be its character or form, or the<br />

giving of any gratuity or the granting of any favor by CONTRACTOR to any <strong>COUNTY</strong><br />

employee, PMO, CPM, Consultant, employees of municipal or other jurisdictional<br />

authorities, or their agents directly or indirectly, is strictly prohibited, <strong>and</strong> any such act<br />

on the part of the CONTRACTOR will constitute a breach of this Agreement.<br />

3.10.3 Payment by <strong>COUNTY</strong> for Tests:<br />

3.11 Taxes:<br />

3.10.3.1 Except when otherwise specified in the Contract Documents, the expense of<br />

all tests requested by CPM or required by the Contract Documents, except<br />

CONTRACTOR'S quality assurance/quality control tests, shall be borne by<br />

<strong>COUNTY</strong> <strong>and</strong> performed by a testing firm chosen by CA. The cost of any<br />

subsequent retesting, due to failure of the first test, <strong>and</strong> if the failure is at<br />

least partially the responsibility of the CONTRACTOR, shall be paid for by<br />

CONTRACTOR.<br />

3.10.3.2 Retesting required because of non-conformance to the requirements of the<br />

Contract Documents shall be performed by the same or an alternate testing<br />

firm on instructions <strong>and</strong> as selected by the CA. Payment for retesting will be<br />

charged to the CONTRACTOR by deducting inspection or testing charges<br />

from the GMP.<br />

3.11.1 CONTRACTOR shall pay all applicable sales, consumer, use <strong>and</strong> other taxes<br />

required by law. CONTRACTOR is responsible for reviewing the pertinent state<br />

statutes involving state taxes <strong>and</strong> complying with all requirements.<br />

CM @ Risk Agreement R0787918R1 Page 18 of 85


Exhibit 2<br />

Page 20 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

3.11.2 Taxes shall be a cost under Section 8.4.4.6. All such taxes that are required as<br />

of the time of Agreement execution shall be included in the GMP. Taxes for all<br />

work performed by Subcontractors shall be considered as Cost of Work <strong>and</strong><br />

included in the Lump Sum bid of each Subcontractor.<br />

3.12 Construction Manager at Risk Services:<br />

3.12.1 The services of the CONTRACTOR shall include those described or specified<br />

herein. The services described herein shall not be deemed to constitute a<br />

comprehensive specification having the effect of excluding services not<br />

specifically mentioned.<br />

3.12.2 Preconstruction Services: The CONTRACTOR shall perform, or review <strong>and</strong><br />

make recommendations to the Consultant, on the following as requested by the<br />

CA:<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

project requirements<br />

existing on-site <strong>and</strong> off-site development surveys<br />

perform cost estimates<br />

produce schedules<br />

provide gap analysis<br />

value engineering<br />

develop budgets<br />

constructability<br />

staging<br />

phasing<br />

developing a list of required permits for Early Construction Work as well as<br />

all subsequent Construction Work<br />

maintenance of airport operations<br />

maintenance of airport utilities<br />

maintenance of traffic<br />

<strong>and</strong> other preconstruction services as may be requested by the CA<br />

3.12.3 Early Investigative Work: The CONTRACTOR shall perform, or<br />

review <strong>and</strong> make recommendations to the Consultant, on the<br />

following as requested by the CA:<br />

<br />

<br />

<br />

<br />

Utility (Public <strong>and</strong> County owned) <strong>and</strong> existing building systems<br />

investigations<br />

Structural Investigations<br />

Identify existing site conditions<br />

<strong>and</strong> other investigative services as may be requested by the CA<br />

The CONTRACTOR shall prepare a schedule for each Phase of the Project<br />

as required to supplement a Baseline Schedule when requested by the<br />

CM @ Risk Agreement R0787918R1 Page 19 of 85


Exhibit 2<br />

Page 21 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

BCAD PM, CPM, or Consultant. As part of Preconstruction Services,<br />

CONTRACTOR shall issue bid documents to cover the scope of work of the<br />

Project in accordance with the Contract Documents, including, but not<br />

limited to Article 11. In conjunction with submission of any proposed GMP<br />

addendum <strong>and</strong> the final GMP to the <strong>COUNTY</strong>, CONTRACTOR shall,<br />

without assuming the duties of the Consultant, CPM or the PMO, warrant<br />

to the <strong>COUNTY</strong> that the Plans, Specifications <strong>and</strong> other Contract<br />

Documents are consistent, practical, feasible <strong>and</strong> constructible, <strong>and</strong> that the<br />

Project is constructible within the Contract Time as negotiated. In the event<br />

that comments from Broward County Code Services or Fire Marshal are not<br />

addressed after the second review, Contractor shall pay for any additional<br />

plan review fees when CONTRACTOR had at least partial responsibility for<br />

the plan review comments not being addressed or corrected.<br />

3.12.4 Construction Phase Services - CONTRACTOR shall fully comply with the<br />

requirements of this Agreement <strong>and</strong> all Contract Documents <strong>and</strong> ensure equal<br />

compliance by all subcontractors. As set forth in this Agreement,<br />

CONTRACTOR shall provide the staffing positions necessary to carry out the<br />

work <strong>and</strong> the commissioning of all specified project equipment, controls, <strong>and</strong><br />

systems in accordance with Division 1 Specifications <strong>and</strong> the Contract<br />

Documents. CONTRACTOR shall be responsible for all matters of the jobsite,<br />

worker safety, <strong>and</strong> BCAD security compliance. CONTRACTOR shall review all<br />

warranties, operation manuals <strong>and</strong> maintenance manuals for completeness,<br />

have them corrected if necessary, <strong>and</strong> transmit them to CPM.<br />

3.12.5 Post-Construction Phase Services - CONTRACTOR shall coordinate project<br />

close-out, including as-built drawings, commencement of operations <strong>and</strong><br />

transition to occupancy by the <strong>COUNTY</strong> <strong>and</strong> its tenants. CONTRACTOR shall<br />

cooperate fully with preparation of the Certificates of Substantial <strong>and</strong> Final<br />

Completion, complete remaining commissioning activities, if any, complete all<br />

punch-list items including submittal of as-built drawings, <strong>and</strong> report status of<br />

same to the PMO <strong>and</strong> CPM.<br />

3.12.6 Warranty Phase Services - In addition to CONTRACTOR’s duties under Articles<br />

22, CONTRACTOR’S WARRANTIES <strong>and</strong> 23, DEFECTIVE WORK,<br />

CONTRACTOR shall participate with <strong>COUNTY</strong> representatives in warranty<br />

inspections in the sixth (6th) <strong>and</strong> eleventh (11th) months after Substantial<br />

Completion, <strong>and</strong> shall be responsible for coordinating <strong>and</strong> scheduling all warranty<br />

<strong>and</strong> service work. Warranty Inspection reports will be prepared by the CPM <strong>and</strong><br />

distributed to all parties participating in the Warranty Phase inspections.<br />

ARTICLE 4 - PRIORITY OF PROVISIONS<br />

4.1 In case of conflicts <strong>between</strong> the provisions of this Agreement, any ancillary documents<br />

executed contemporaneously herewith or prior hereto, or any other of the Contract<br />

Documents, the provisions of this Agreement (including all Exhibits) shall prevail.<br />

CM @ Risk Agreement R0787918R1 Page 20 of 85


Exhibit 2<br />

Page 22 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

4.2 Anything shown on the drawings <strong>and</strong> not mentioned in the specifications or mentioned in the<br />

specifications <strong>and</strong> not shown on the drawings shall have the same effect as if shown or<br />

mentioned respectively in both. In the event of a conflict among the Contract Documents, the<br />

most stringent requirement, including but not limited to issues of quantities or cost of the Work,<br />

to the CONTRACTOR shall control.<br />

4.3 The organization of the Specifications into divisions <strong>and</strong> sections <strong>and</strong> the arrangement of<br />

drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or in<br />

establishing the extent of the Work to be performed by any trade. The organization of the<br />

Specifications <strong>and</strong> the arrangement of the drawings are for the convenience of the<br />

CONTRACTOR <strong>and</strong> is not intended to relieve the CONTRACTOR from its obligation to<br />

conduct a complete study of the Contract Documents for the purpose of directing <strong>and</strong><br />

coordinating the various Subcontractors <strong>and</strong> suppliers as to their respective responsibilities.<br />

4.4 The Contract Documents shall be interpreted so as to eliminate inconsistencies or conflicts,<br />

but in the event of any conflict, requirements for greater quantity or more expensive work<br />

shall govern.<br />

4.5 The CA must approve all deviations from the Contract Documents whether they are sought<br />

by the PMO, CPM, Consultant or the CONTRACTOR. The PMO, CPM or Consultant shall<br />

have no authority to order or approve any deviation from the Contract Documents, whether<br />

or not such deviation affects the Cost of the Work, or the date of Substantial Completion<br />

without written directive from CA.<br />

ARTICLE 5 – CPM’S AUTHORITY<br />

5.1 The CPM shall be the <strong>COUNTY</strong>’s representative on the Project; unless <strong>and</strong> until the CA<br />

notifies the CONTRACTOR in writing that some other person or entity shall be the<br />

<strong>COUNTY</strong>’s representative. The CPM shall recommend approvals of changes to the CA.<br />

5.2 The CPM will provide, under the direction of the PMO, overall technical <strong>and</strong> management<br />

services to assist the <strong>COUNTY</strong> in maintaining schedules, establishing budgets, controlling<br />

costs, <strong>and</strong> achieving quality for the Project.<br />

5.3 If at any time the CPM observes or becomes aware of any fault or defect in the Work or of<br />

any nonconformance with the Contract Documents, the CPM will promptly notify the PMO<br />

<strong>and</strong> CONTRACTOR in writing <strong>and</strong> will direct that all reasonable steps be taken to correct<br />

such fault, defect or nonconformance. The PMO <strong>and</strong> CPM shall have the authority to reject<br />

Work that does not in its opinion, or in the opinion of the CA, conform to the Contract<br />

Documents.<br />

5.4 The CPM shall monitor <strong>and</strong> ensure that overall quality, progress schedule, Cost of the Work,<br />

<strong>and</strong> GMP are adhered to.<br />

5.5 The PMO <strong>and</strong> the CPM do not have control over construction means, methods, techniques,<br />

sequences <strong>and</strong> procedures employed by CONTRACTOR in the performance of the Work,<br />

but shall be responsible for using its best efforts to review <strong>and</strong>, if unacceptable, notify the<br />

CM @ Risk Agreement R0787918R1 Page 21 of 85


Exhibit 2<br />

Page 23 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

CA when the requirements of the Contract Documents or Baseline Schedule are not being<br />

met by CONTRACTOR.<br />

5.6 The <strong>COUNTY</strong> will be assisted by PMO <strong>and</strong> CPM in the areas of on-site review of work in<br />

progress, review of pay requests submitted by the CONTRACTOR, assisting in the<br />

interpretation of the intent of the Contract Documents for the proper execution of the Work,<br />

<strong>and</strong> such other assistance as the <strong>COUNTY</strong> may request.<br />

ARTICLE 6 - TERM OF <strong>AGREEMENT</strong>/TIME FOR PERFORMANCE/LIQUIDATED DAMAGES<br />

6.1 Contract Time:<br />

6.1.1 CONTRACTOR shall be instructed to commence the Work by written instruction in<br />

the form of a Purchase Order issued by <strong>COUNTY</strong>’s Director of Purchasing <strong>and</strong> a<br />

NTP issued by the CA. Multiple NTP's will be issued during the project <strong>and</strong><br />

CONTRACTOR shall only proceed with work that has been authorized by issuance<br />

of a NTP by the CA. The first Notice to Proceed <strong>and</strong> Purchase Order will not be<br />

issued until CONTRACTOR’s submission to <strong>COUNTY</strong> of all required documents (i.e.<br />

bonds for early construction work <strong>and</strong> pre-construction, if applicable <strong>and</strong> insurance,<br />

both OCIP <strong>and</strong> non-OCIP) <strong>and</strong> after execution of the Agreement by both parties. No<br />

monetary compensation shall be awarded for delay(s) of any kind except as provided<br />

for herein. No time extensions for permitting process delays shall be granted for<br />

delays caused by actions, inactions or negligence of the CONTRACTOR.<br />

6.1.2 The receipt of all necessary permits by CONTRACTOR, is a condition precedent to<br />

the issuance of the NTP for the GMP work to mobilize on the Project site <strong>and</strong><br />

commence physical construction work. The Work to be performed pursuant to the<br />

NTP for the GMP work shall commence as of the Project Initiation Date specified in<br />

said NTP.<br />

6.1.3 CONTRACTOR shall provide CPM with a construction schedule, developed in accordance<br />

with Division 1 Specifications, indicating specific dates by which completed drawings <strong>and</strong><br />

permits must be received by CONTRACTOR to ensure the uninterrupted progress of the<br />

Work in order to complete the Project as scheduled. The CONTRACTOR shall revise the<br />

draft schedule as necessary, based on the CPM’s comments, so as to obtain acceptance<br />

by the CA.<br />

6.1.3.1 All schedules shall contain a list of subcontractors known at the time the<br />

schedule is submitted. Review <strong>and</strong> acceptance of the schedules does not<br />

constitute an approval of the schedule task relationships or task durations,<br />

or otherwise affect the CONTRACTOR’s sole responsibility for the schedule<br />

<strong>and</strong> means <strong>and</strong> methods of construction.<br />

6.1.3.2 All schedules must be accompanied by a detailed narrative which shall<br />

include but shall not limited to, explanations of phasing, access to the site,<br />

maintenance of security, temporary construction, protection during<br />

construction, commissioning of equipment <strong>and</strong> maintenance of traffic. The<br />

CM @ Risk Agreement R0787918R1 Page 22 of 85


Exhibit 2<br />

Page 24 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

narrative must also include production rates, discussion on the use of<br />

weekends <strong>and</strong> evenings to perform work <strong>and</strong> shift work, if proposed,<br />

required to install the Work. Review <strong>and</strong> acceptance of the narrative does<br />

not constitute an approval of the means <strong>and</strong> methods or otherwise affect<br />

the CONTRACTOR’s sole responsibility for the means <strong>and</strong> methods of<br />

construction.<br />

6.1.3.3 Once accepted by the CA, all schedules shall be updated monthly <strong>and</strong> be<br />

provided with the monthly report. All schedules shall be discussed at the<br />

weekly progress meetings to satisfy a two-week look-ahead schedule. The<br />

updated schedule shall be known as the progress schedule <strong>and</strong> shall show<br />

the status of all activities or show the content as otherwise required by CA.<br />

6.1.3.4 The CONTRACTOR is responsible for monitoring <strong>and</strong> maintaining schedule<br />

compliance, <strong>and</strong> as such, shall be responsible for reviewing <strong>and</strong> assessing<br />

the performance <strong>and</strong> progress of each SUBCONTRACTOR, at least<br />

monthly; establish a systemic procedure for gathering <strong>and</strong> analyzing<br />

construction data from SUBCONTRACTORs; incorporate the data into the<br />

monthly report in order to provide a summary of the Work to the CPM, PMO<br />

<strong>and</strong> CA. The monthly report must include the current Progress Schedule.<br />

6.1.3.5 Float in the schedule is for the benefit of both parties to the Contract.<br />

Suppression or consumption of float by extended activity duration, dummy<br />

activities, preferential sequencing or other techniques is not permitted.<br />

6.1.3.6 The CONTRACTOR shall provide rates of progress consistent with all<br />

accepted schedules. Whenever Critical Path Activities fall behind the<br />

planned schedule of construction, CONTRACTOR must notify the CPM <strong>and</strong><br />

CA <strong>and</strong> advise both of the recovery actions being taken by the<br />

CONTRACTOR to return the Work to the Baseline Schedule or to revise<br />

the sequence of activities to maintain the Substantial Completion date.<br />

6.1.4 Time is of the essence <strong>between</strong> the Notice to Proceed pertaining to the GMP work<br />

<strong>and</strong> the Substantial Completion date. The CONTRACTOR shall achieve Substantial<br />

Completion within «TBD » («TBD») calendar days from the Project Initiation Date<br />

specified in the Notice to Proceed authorizing the GMP work. The CONTRACTOR<br />

shall achieve Final Completion, <strong>and</strong> submit the final payment application in<br />

accordance with Article 8 within «TBD» («TBD») calendar days from the date<br />

certified by the CPM <strong>and</strong> the Consultant as the date of Substantial Completion.<br />

6.1.5 Upon failure of CONTRACTOR to achieve Substantial Completion of the Project<br />

within the specified period of time, plus approved time extensions, CONTRACTOR<br />

shall pay to <strong>COUNTY</strong> the sum of Ten Thous<strong>and</strong> Dollars ($10,000.00) for each<br />

calendar day after the time specified in Section 6.1.4 above. After Substantial<br />

Completion should CONTRACTOR fail to achieve Final Completion within the time<br />

specified in Section 6.1.4 above, plus approved time extensions, CONTRACTOR<br />

shall pay to <strong>COUNTY</strong> the sum of Five Thous<strong>and</strong> Dollars ($5,000.00) for each<br />

calendar day after the time specified in Section 6.1.4 above. After Substantial<br />

Completion, should the CONTRACTOR fail to submit “As-Built” drawings within 30<br />

CM @ Risk Agreement R0787918R1 Page 23 of 85


Exhibit 2<br />

Page 25 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

calendar days of the Substantial Completion date, CONTRACTOR shall pay the<br />

<strong>COUNTY</strong> the sum of five hundred dollars ($500.00) for each calendar day. These<br />

amounts are not penalties but are liquidated damages paid to <strong>COUNTY</strong> for its<br />

inability to obtain full beneficial occupancy of the Project. Liquidated damages are<br />

hereby fixed <strong>and</strong> agreed upon <strong>between</strong> the parties, recognizing the impossibility of<br />

precisely ascertaining the amount of damages that will be sustained by <strong>COUNTY</strong> as<br />

a consequence of such delay, <strong>and</strong> both parties desiring to obviate any questions of<br />

dispute concerning the amount of said damages <strong>and</strong> the cost <strong>and</strong> effect of the failure<br />

of CONTRACTOR to complete the Agreement on time.<br />

6.1.6 The CA is authorized to deduct liquidated damages from monies due to<br />

CONTRACTOR for the work under this Agreement or as much thereof as the CA<br />

may, at its sole option, deem just <strong>and</strong> reasonable.<br />

6.1.7 Extensions to the Contract Time for delays caused by the effects of extraordinary<br />

adverse weather shall be submitted as a request for change in Contract Time<br />

pursuant to Section 6.5. These time extensions are justified only when extraordinary<br />

adverse weather conditions or related adverse soil conditions prevent<br />

CONTRACTOR from productively performing critical path activities, identified on the<br />

accepted Baseline Schedule or updates, resulting in the CONTRACTOR being<br />

unable to work at least fifty (50%) of the normal workday on Critical Path activities for<br />

three or more consecutive days.<br />

6.2 The CA through the PMO <strong>and</strong> CPM may direct the CONTRACTOR to expedite the Work by<br />

whatever means the CONTRACTOR may use, including, without limitation, increasing<br />

staffing or working overtime to bring the Work back within the Baseline Schedule. If<br />

expediting the Work is required due to reasons within the control or responsibility of the<br />

CONTRACTOR, then the additional costs incurred shall be absorbed by the CONTRACTOR<br />

without issuing a CPEAM from the CONTRACTOR’s Contingency account. If the expediting<br />

of Work is required due to reasons outside the control or responsibility of the<br />

CONTRACTOR, then the additional costs incurred shall be the subject of an appropriate<br />

adjustment issued pursuant to Section 7.3 or Section 7.4, herein as applicable.<br />

6.3 Substantial Completion Date: When CONTRACTOR considers that the Work, or portion<br />

thereof designated by the CA pursuant to Section 6.4 herein, has reached Substantial<br />

Completion, CONTRACTOR shall so notify CA, PMO, CPM <strong>and</strong> Consultant in writing with a<br />

comprehensive list of items to be completed or corrected by CONTRACTOR. CPM <strong>and</strong><br />

Consultant shall then promptly in accordance with Division 1 Specifications make a<br />

preliminary inspection of the Work. When CPM, on the basis of the preliminary inspection,<br />

determines that the Work or designated portion thereof is substantially complete, PMO will<br />

notify the CA. CA shall then, with the PMO, CPM, Consultant <strong>and</strong> CONTRACTOR, perform<br />

the CA’s Substantial Completion Inspection. At the completion of the CA’s Substantial<br />

Completion Inspection, the CPM shall issue a Substantial Completion Inspection Report<br />

determining whether Substantial Completion has been achieved; such report shall include a<br />

Substantial Completion Punch List.<br />

6.3.1 When the CA’s Substantial Completion Inspection has determined that Substantial<br />

Completion of the Work, or a portion thereof, has been achieved, the CPM shall<br />

prepare a Certificate of Substantial Completion in the form attached hereto in the<br />

CM @ Risk Agreement R0787918R1 Page 24 of 85


Exhibit 2<br />

Page 26 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

Division 1 Specifications for execution by the Parties. The Certificate of Substantial<br />

Completion shall state: 1) the Date of Substantial Completion; 2) the responsibilities<br />

of <strong>COUNTY</strong> <strong>and</strong> CONTRACTOR for security, maintenance, utilities, damage to the<br />

Work; 3) indicate that Form 5 Notice of Work Completion (form located in the OCIP<br />

Insurance Manual attached hereto as Exhibit 6) has been sent to the Owner<br />

Controlled Insurance Program (OCIP) Administrator; <strong>and</strong> 4) list all work yet to be<br />

completed (Substantial Completion Punch List) to satisfy the requirements of the<br />

Contract Documents for Final Completion. CPM shall prepare <strong>and</strong> be responsible for<br />

obtaining signature of CONTRACTOR on the Certificate of Substantial Completion.<br />

PMO shall deliver the executed Certificate of Substantial Completion to the CA for<br />

CA's approval or rejection.<br />

6.3.2 The failure to include any items of corrective work on the Substantial Completion<br />

Punch List does not alter the responsibility of CONTRACTOR to complete all of the<br />

Work in accordance with the Contract Documents.<br />

6.3.3 Warranties required by the Contract Documents shall commence on the date of<br />

Substantial Completion of the Work or designated portion thereof unless otherwise<br />

provided in the Certificate of Substantial Completion.<br />

6.3.4 As-built drawings shall be submitted by CONTRACTOR to CPM within 30 calendar<br />

days of Substantial Completion or the CA may withhold payment of all pending <strong>and</strong><br />

future invoices until the as-built drawings are provided.<br />

6.4 Use of Completed Portions:<br />

6.4.1 <strong>COUNTY</strong> shall have the right at its sole option to take possession of <strong>and</strong> use any<br />

completed or partially completed portions of the Project. Such possession <strong>and</strong><br />

use shall not be deemed an acceptance of any of the Work not completed in<br />

accordance with the Contract Documents.<br />

6.4.2 In the event <strong>COUNTY</strong> takes possession of any completed or partially completed<br />

portions of the Project, the following shall occur:<br />

6.4.2.1 <strong>COUNTY</strong> shall give notice to CONTRACTOR in writing at least thirty (30)<br />

calendar days prior to <strong>COUNTY</strong>’s intended occupancy of a designated<br />

area;<br />

6.4.2.2 CONTRACTOR shall complete to the point of Substantial Completion the<br />

designated area <strong>and</strong> request inspection <strong>and</strong> issuance of a Certificate of<br />

Substantial Completion;<br />

6.4.2.3 Upon issuance of a Certificate of Substantial Completion, <strong>COUNTY</strong> will<br />

assume full responsibility for maintenance, utilities, subsequent damages<br />

of or by <strong>COUNTY</strong> <strong>and</strong> the public, <strong>and</strong> start of the warranty for the<br />

occupied area unless otherwise agreed in writing by the Parties hereto;<br />

6.4.2.4 Upon issuance of a Certificate of Substantial Completion,<br />

CONTRACTOR will assume full responsibility for maintaining utility<br />

CM @ Risk Agreement R0787918R1 Page 25 of 85


Exhibit 2<br />

Page 27 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

services for the area(s) occupied by <strong>COUNTY</strong> until all areas of the Work<br />

are accepted by <strong>COUNTY</strong> as substantially complete;<br />

6.4.2.5 CONTRACTOR shall complete all items noted on the Certificate of<br />

Substantial Completion Punchlist within the time specified in Section 6.1<br />

<strong>and</strong> request final inspection <strong>and</strong> Final Completion of the portion of the<br />

Project occupied. Payment for accepted portions of the Work shall be<br />

made in accordance with the procedure specified in Article 8; <strong>and</strong><br />

6.4.2.6 If <strong>COUNTY</strong> finds it necessary to occupy or use a portion or portions of<br />

the Work prior to Substantial Completion thereof, such occupancy or use<br />

shall not commence prior to a time mutually agreed upon by <strong>COUNTY</strong><br />

<strong>and</strong> CONTRACTOR. Insurance secured by CONTRACTOR on the<br />

unoccupied or unused portion or portions shall not be canceled or lapsed<br />

on account of such partial occupancy or use. CONTRACTOR shall advise<br />

the OCIP Administrator should this occur. Consent of CONTRACTOR to<br />

such occupancy or use shall not be unreasonably withheld.<br />

6.5 Notification of Change of Contract Time or Contract Price:<br />

6.5.1 Any claim for a change in the Contract Time or Contract Price shall be made by<br />

written notice delivered by CONTRACTOR to CPM with a copy to the PMO <strong>and</strong> the<br />

CA within five (5) calendar days of the commencement of the event giving rise to the<br />

claim <strong>and</strong> stating the general nature of the claim. Notice of the detailed nature <strong>and</strong><br />

specific elements of the claim shall be delivered within ten (10) calendar days after<br />

the date of the first written notice. Thereafter, within ten (10) calendar days of the<br />

termination of the event giving rise to the claim, notice of the extent of the claim with<br />

supporting data shall be delivered unless CPM allows an additional period of time to<br />

ascertain more accurate data in support of the claim. This information supporting the<br />

claim shall be accompanied by CONTRACTOR’s written notarized certification that<br />

the adjustment claimed is the entire adjustment to which the CONTRACTOR has<br />

reason to believe it is entitled as a result of the occurrence of said event. All claims<br />

for adjustment in the Contract Time or Contract Price shall be determined by PMO<br />

<strong>and</strong> CPM in accordance with Article 30, Resolution of Disputes, herein, if PMO, CPM<br />

<strong>and</strong> CONTRACTOR cannot otherwise agree. NO CLAIM FOR AN ADJUSTMENT<br />

IN THE CONTRACT TIME OR CONTRACT PRICE WILL BE VALID IF NOT<br />

SUBMITTED IN ACCORDANCE WITH THE REQUIREMENTS OF THIS SECTION.<br />

6.5.2 The Contract Time will be extended in an amount equal to time lost due to delays<br />

beyond the control of <strong>and</strong> through no fault or negligence of CONTRACTOR if a claim<br />

is made therefore as provided in Sections 6.5.1 <strong>and</strong> 7.6.1. Such delays shall include,<br />

but not be limited to, acts or neglect by any separate contractor employed by<br />

<strong>COUNTY</strong>, fires (not caused by CONTRACTOR), floods, labor disputes, epidemics,<br />

extraordinary adverse weather conditions or acts of God as authorized by CA.<br />

CM @ Risk Agreement R0787918R1 Page 26 of 85


Exhibit 2<br />

Page 28 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

ARTICLE 7 - CHANGES IN THE WORK OR TERMS OF CONTRACT DOCUMENTS<br />

7.1 Without invalidating the Agreement, <strong>COUNTY</strong> shall have the right <strong>and</strong> authority, to make<br />

such increases, decreases or other changes in the Work including, but not limited to, the<br />

character <strong>and</strong> quantity of the Work as may be considered necessary or desirable to<br />

complete fully <strong>and</strong> acceptably the proposed construction in a satisfactory manner. Any<br />

changes to the Work must be accomplished by means of appropriate 1) CPEAM’s or 2)<br />

Change Orders. Any sums moved <strong>between</strong> contract price elements included within the<br />

Contract Price must be accomplished by an appropriate CPEAM. In no event shall the<br />

Contract Price or Contract Time be modified except by appropriate Change Order or<br />

Amendment signed by the CA. Contract Documents <strong>and</strong> changes shall be binding on<br />

<strong>COUNTY</strong> only if signed by the appropriate <strong>COUNTY</strong> authority in accordance with <strong>COUNTY</strong><br />

regulations <strong>and</strong> policies.<br />

7.2 Field Orders <strong>and</strong> Supplemental Instructions:<br />

7.2.1 The CPM, in consultation with the BCAD PM, Consultant <strong>and</strong> PMO, shall have the<br />

right to issue Field Orders setting forth written interpretations of the intent of the<br />

Contract Documents <strong>and</strong> Work, provided that the Field Order involved results in no<br />

change in the Contract Price or Contract Time.<br />

7.2.2 The Consultant, in consultation with the BCAD PM, PMO <strong>and</strong> CPM, shall have the<br />

right to issue Supplemental Instructions setting forth written orders, instructions, or<br />

interpretations concerning the Contract Documents, provided such Supplemental<br />

Instructions involve no change in the Direct Construction Cost or Contract Time.<br />

7.3 Contract Price Element Adjustment Memor<strong>and</strong>a (CPEAM): The CA shall be authorized to<br />

issue a CPEAM which is agreed to by the CONTRACTOR <strong>and</strong> the CA to memorialize the<br />

reallocation of sums among the Contract Price elements within the Contract Price. In no<br />

event shall the Contract Price be modified except by appropriate Change Order. Agreement<br />

on any CPEAM shall constitute a final settlement on all items affected therein, including<br />

without limitation any adjustment in the Contract Price elements, subject to performance<br />

thereof <strong>and</strong> payment therefore pursuant to the terms of this Agreement <strong>and</strong> CPEAM. The<br />

cost of any work authorized by a CPEAM shall be determined in accordance with this<br />

Agreement, except that CONTRACTOR shall not be entitled to additional General<br />

Conditions unless contract time is extended by the CA or as approved by the CA.<br />

CONTRACTOR shall advise CPM in writing within seven (7) calendar days of receipt of a<br />

CPEAM of any <strong>and</strong> all objections or claims arising from the CPEAM or same shall be<br />

deemed waived. The following specific CPEAM’s are contemplated, but additional or<br />

different CPEAM’s may be issued, provided they do not result in a change to the Contract<br />

Price:<br />

7.3.1 When 85% of the CONTRACTOR’s Direct Construction Costs of the Project have<br />

been awarded, <strong>and</strong> if the sum of the subcontracts executed is less than the<br />

CONTRACTOR’s Direct Construction Cost for such work, then a CPEAM shall be<br />

issued transferring 50% of such surplus from the CONTRACTOR’s Contingency<br />

Account to <strong>COUNTY</strong>’s Contingency Account. If the sum of the subcontracts awarded<br />

CM @ Risk Agreement R0787918R1 Page 27 of 85


Exhibit 2<br />

Page 29 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

exceeds the CONTRACTOR’s Direct Construction Cost for such work, then the<br />

deficiency will be taken by CPEAM from the CONTRACTOR’s Contingency Account.<br />

7.3.2 During the progress of construction, the CONTRACTOR’s Contingency Account<br />

within the GMP may be decreased <strong>and</strong> the surplus transferred to the <strong>COUNTY</strong>’s<br />

Contingency Account by issuance of a CPEAM detailing the terms of the transfer <strong>and</strong><br />

documenting the mutual written consent of the CONTRACTOR <strong>and</strong> the CA, which<br />

consent shall not be unreasonably withheld.<br />

7.3.3 An adjustment of Contract Time may be issued by the CA consistent with Section 7.6<br />

<strong>and</strong> the CA’s authority with a Change Order for Excusable Delays <strong>and</strong> for issues<br />

involving the <strong>COUNTY</strong>'s Contingency Account as described below.<br />

7.4 Change Orders: If changes to subcontracted work affect the GMP, such changes shall be<br />

accomplished in accordance with this Section 7.4, Change Orders.<br />

7.4.1 Changes in the quantity or character of the Work within the scope of the Project<br />

which are not properly the subject of Field Orders or Supplemental Instructions,<br />

including changes resulting in changes in the Contract Price or the Contract Time,<br />

shall be authorized only by written Change Orders approved <strong>and</strong> issued in<br />

accordance with the provisions of the <strong>COUNTY</strong> Procurement Code, as amended<br />

from time to time or as approved by the Board.<br />

7.4.2 The CONTRACTOR’s fee on such changes shall be determined as follows:<br />

7.4.2.1 A mutually acceptable fixed fee not to exceed four percent (4%) of the net<br />

change to the Cost of the Work.<br />

7.4.2.2 Subcontractors’ percentage markup on Change Orders for overhead <strong>and</strong><br />

profit shall be reasonable, but in no event shall the aggregate of the<br />

Subcontractors’ overhead <strong>and</strong> profit markups exceed ten percent (10%) of<br />

the net change to the Subcontractors’ Cost of the Work. In the event<br />

Subcontractor is affiliated with the CONTRACTOR by common ownership or<br />

management, or is effectively controlled by the CONTRACTOR, no fee will be<br />

allowed on the Subcontractors’ costs. In the event there is more than one<br />

level of Subcontractor, such as second <strong>and</strong> third tier Subcontractors, the sum<br />

of all of the Subcontractors’ including any tiered Subcontractors’ percentage<br />

markups for overhead <strong>and</strong> profit shall not in the aggregate exceed twelve<br />

percent (12%) of the net change to the Subcontractors’ Cost of the Work.<br />

7.4.2.3 Whenever a change in Subcontractor work is to be based on mutual<br />

acceptance of a lump sum, whether the amount is an addition, credit or no<br />

change-in-cost, CONTRACTOR shall submit to the CPM an initial cost<br />

estimate obtained from the Subcontractor. The breakdown shall list the<br />

quantities <strong>and</strong> unit prices for materials, labor, equipment <strong>and</strong> other items of<br />

cost. Whenever a change involves more than one Subcontractor <strong>and</strong> the<br />

change is an increase in the GMP, overhead <strong>and</strong> profit percentage of each<br />

CM @ Risk Agreement R0787918R1 Page 28 of 85


Exhibit 2<br />

Page 30 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

Subcontractor <strong>and</strong> CONTRACTOR, if applicable, shall be itemized separately<br />

<strong>and</strong> shall be allowed as in 7.4.2.2.<br />

7.4.2.4 The amount of decrease in the GMP for any change that results in a net<br />

decrease in cost will be the amount of the actual net decrease plus four<br />

percent (4%) for fixed fees, of the net change. When both additions <strong>and</strong><br />

decreases are involved in any one change, the combined effect shall be<br />

figured on the basis of the net change in the Cost of the Work, if any.<br />

7.4.3 All changes to construction contracts must be approved in advance, in accordance<br />

with the County’s Procurement Code, unless otherwise provided by the Broward<br />

County Commission.<br />

7.4.4 CONTRACTOR shall not start work on any changes requiring an increase in the<br />

Contract Price or the Contract Time until a Change Order setting forth the<br />

adjustments is approved <strong>and</strong> issued by the <strong>COUNTY</strong>. Upon receipt of a Change<br />

Order, CONTRACTOR shall promptly proceed with the work set forth within the<br />

document.<br />

7.4.5 In the event satisfactory adjustment cannot be reached <strong>between</strong> the CPM,<br />

CONTRACTOR, PMO <strong>and</strong> Consultant for any item requiring a change in the<br />

Contract Price or Contract Time, <strong>and</strong> a Change Order has not been issued, the<br />

parties may submit the matter in dispute to the CA as set forth in Article 30 herein.<br />

During the pendency of the dispute, <strong>and</strong> upon receipt of a Change Order,<br />

CONTRACTOR shall promptly proceed with the change in the Work involved <strong>and</strong><br />

advise the PMO, CPM <strong>and</strong> CA in writing within seven (7) calendar days of<br />

CONTRACTOR’s agreement or disagreement with the method, if any, provided in<br />

the Change Order for determining the proposed adjustment in the Contract Price or<br />

Contract Time.<br />

7.4.6 On approval of any change increasing the Contract Price, CONTRACTOR shall<br />

ensure that the Performance Bond <strong>and</strong> Payment Bond are increased so that each<br />

reflects the total Contract Price as increased.<br />

7.4.7 To avoid delays to the Project <strong>and</strong> to mitigate damages to the parties, Change<br />

Orders or construction change directives may be issued unilaterally by <strong>COUNTY</strong> at<br />

its sole option.<br />

7.5 No Damages for Delay: No claim for damages or any claim, other than for an extension of<br />

time, shall be made or asserted against <strong>COUNTY</strong> by reason of any delays except as<br />

provided in Article 7.6.2. CONTRACTOR shall not be entitled to an increase in the Contract<br />

Price or payment or compensation of any kind from <strong>COUNTY</strong> for direct, indirect,<br />

consequential, impact or other costs, expenses or damages, including, but not limited to,<br />

costs of acceleration or inefficiency, arising because of delay, disruption, interference or<br />

hindrance from any cause whatsoever, whether such delay, disruption, interference or<br />

hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or<br />

unavoidable; provided, however, that this provision shall not preclude recovery of damages<br />

by CONTRACTOR for hindrances or delays due solely to fraud, bad faith or active<br />

interference on the part of <strong>COUNTY</strong> or its agents. Otherwise, CONTRACTOR shall be<br />

CM @ Risk Agreement R0787918R1 Page 29 of 85


Exhibit 2<br />

Page 31 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

entitled only to extensions of the Contract Time as the sole <strong>and</strong> exclusive remedy for such<br />

resulting delay, in accordance with <strong>and</strong> to the extent specifically provided above.<br />

7.6 Excusable Delay: Compensable & Non-Compensable:<br />

7.6.1 Excusable Delay: Delay which extends the completion of the Work <strong>and</strong> which is<br />

caused by circumstances beyond the control of CONTRACTOR or its<br />

Subcontractors, material persons, suppliers, or vendors are Excusable Delay.<br />

CONTRACTOR is entitled to a time extension of the Contract Time for each day the<br />

Work is delayed due to Excusable Delay. CONTRACTOR shall document its claim<br />

for any time extensions as provided in Section 6.5 herein.<br />

Failure of CONTRACTOR to comply with Section 6.5 herein as to any particular<br />

event of delay shall be deemed conclusively to constitute a waiver, ab<strong>and</strong>onment or<br />

relinquishment of any <strong>and</strong> all claims resulting from that particular event of delay.<br />

7.6.2 Excusable Delay may be compensable or non-compensable.<br />

7.6.2.1 Compensable Excusable Delay: Excusable Delay is only compensable when<br />

(i) the delay extends the Contract Time, <strong>and</strong> (ii) is due solely to fraud, bad<br />

faith or active interference on the part of <strong>COUNTY</strong> or its PMO, CPM or<br />

Consultant. In no event shall CONTRACTOR be compensated for interim or<br />

non-critical delays which do not extend the Contract Time.<br />

<strong>COUNTY</strong> <strong>and</strong> CONTRACTOR recognize <strong>and</strong> agree that the amount of<br />

CONTRACTOR’s precise actual costs for delay in the performance <strong>and</strong><br />

completion of the Work is impossible to determine as of the date of execution<br />

of the Contract Documents, <strong>and</strong> that proof of the precise amount will be<br />

difficult. Therefore, costs recoverable by the CONTRACTOR shall be<br />

liquidated on a daily basis for each day the Contract Time is delayed due to a<br />

Compensable Excusable Delay. These liquidated costs shall be paid to<br />

compensate CONTRACTOR for all indirect costs caused by a Compensable<br />

Excusable Delay <strong>and</strong> shall include, but not be limited to, Project overhead,<br />

acceleration, loss of earnings, loss of productivity, loss of bonding capacity,<br />

loss of opportunity <strong>and</strong> all other indirect costs recoverable shall be $1,500.00<br />

per day for each calendar day the Agreement is delayed due to a<br />

Compensable Excusable Delay.<br />

CONTRACTOR shall be entitled to direct, <strong>and</strong> indirect costs as provided<br />

above, for Compensable Excusable Delays. Direct costs recoverable by<br />

CONTRACTOR shall be limited to actual additional costs allowed pursuant to<br />

Section 8.4.<br />

7.6.2.2 Non-Compensable Excusable Delay: When Excusable Delay is caused by<br />

circumstances beyond the control of CONTRACTOR, its Subcontractors,<br />

material persons, suppliers <strong>and</strong> vendors, <strong>and</strong> is also caused by<br />

circumstances beyond the control of the <strong>COUNTY</strong>, PMO, CPM or Consultant,<br />

then CONTRACTOR shall be entitled to a time extension equal to the actual<br />

number of work days delayed on the critical path of the accepted schedule.<br />

CM @ Risk Agreement R0787918R1 Page 30 of 85


Exhibit 2<br />

Page 32 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

The CONTRACTOR’s General Conditions <strong>and</strong> CONTRACTOR’s<br />

Management Services costs associated with such time extension shall be<br />

considered Cost of the Work, but in no case shall CONTRACTOR be entitled<br />

to any increase in GMP nor any damages for the delay. Such costs may be<br />

compensated by a CPEAM transfer of <strong>COUNTY</strong>’s Contingency to the<br />

CONTRACTOR’s General Conditions or CONTRACTOR’s Management<br />

Services, fixed fee not included, at the CA’s sole discretion.<br />

ARTICLE 8 - PAYMENTS AND COST OF THE WORK<br />

8.1 When the Pricing Documents are complete, CONTRACTOR, PMO, CPM <strong>and</strong> CA shall<br />

convene a Contract Price meeting to negotiate the GMP. CONTRACTOR will thereafter<br />

submit to the CA a completed Exhibit 1, CONTRACTOR’s Direct Construction Cost,<br />

Schedule of Values, <strong>and</strong> any other revised elements within the GMP. Based upon such<br />

mutually agreed modifications, the CA will issue a CPEAM to reallocate amounts within the<br />

GMP; or, if a change to the GMP is required, the CA will initiate a Change Order through the<br />

CPM.<br />

8.2 In full consideration of the full <strong>and</strong> complete performance of the Work <strong>and</strong> all other<br />

obligations of the CONTRACTOR hereunder, the <strong>COUNTY</strong> shall pay to the CONTRACTOR<br />

a sum of money not to exceed the GMP. The GMP shall be as set forth in Article 9 as<br />

adjusted by any approved Change Orders. In the event that the CONTRACTOR’s<br />

expenditures for the Project exceeds the GMP, the CONTRACTOR shall pay such excess<br />

from its own funds, <strong>and</strong> the <strong>COUNTY</strong> shall not be required to pay any amount that exceeds<br />

the GMP; <strong>and</strong> the CONTRACTOR shall have no claim against the <strong>COUNTY</strong> on account<br />

thereof.<br />

8.3 After Final Completion <strong>and</strong> acceptance of the Work, CONTRACTOR, PMO, CPM <strong>and</strong> the<br />

CA shall determine any “savings” achieved during the progress of the Work.<br />

8.3.1 Prior to calculating the “savings,” the remaining amounts in the Document Completion<br />

Contingency shall be transferred to the <strong>COUNTY</strong>’s Contingency <strong>and</strong> shall not be used<br />

to determine “savings.”<br />

8.3.2 The “Savings” shall be determined by performing the following calculation:<br />

Add all unused amounts from the CONTRACTOR’s Direct Construction Cost,<br />

CONTRACTOR’s General Conditions, CONTRACTOR’s Management Services<br />

CONTRACTOR Fixed Fee, <strong>and</strong> CONTRACTOR'S Construction Contingency, <strong>and</strong><br />

divide in half. The CONTRACTOR will share in half <strong>and</strong> the <strong>COUNTY</strong> will share in<br />

half. The <strong>COUNTY</strong>’s half shall be placed into the <strong>COUNTY</strong>’s Contingency using the<br />

CPEAM. The CONTRACTOR may submit a complete <strong>and</strong> proper invoice for its half<br />

of the savings.<br />

8.4 The term “Cost of the Work” shall mean the sum of all direct costs necessarily <strong>and</strong><br />

reasonably incurred <strong>and</strong> paid by the CONTRACTOR in the performance of the Work.<br />

Such costs shall be at rates not higher than those customarily paid in the locality of the<br />

CM @ Risk Agreement R0787918R1 Page 31 of 85


Exhibit 2<br />

Page 33 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

Project except with the prior written consent of <strong>COUNTY</strong>. The Cost of the Work shall<br />

include only those items set forth in this Section 8.4 <strong>and</strong> shall not include any items<br />

listed in Section 8.5. Cost of the Work shall be determined as follows:<br />

8.4.1 Subcontractor Costs shall be:<br />

8.4.1.1 The CONTRACTOR’s Direct Construction Cost, as generally described on<br />

Exhibit 1, attached hereto, to be 100% performed by Subcontractors selected<br />

in accordance with Article 11, herein. Where the work is covered by unit prices<br />

contained in the Contract Documents or an applicable subcontract, the cost of<br />

the Work shall be determined by application of unit prices to the quantities of<br />

items involved.<br />

8.4.1.2 Where Subcontractor is owned by, or an affiliate of the CONTRACTOR or work<br />

is to be “self performed” by CONTRACTOR, no overhead <strong>and</strong> profit shall be<br />

allowed.<br />

8.4.1.3 If the subcontract provides that the Subcontractor is to be paid on the basis of<br />

Cost of the Work plus a fee, the Subcontractor’s Cost of the Work shall be<br />

determined in the same manner as CONTRACTOR’s Cost of the Work.<br />

8.4.2 CONTRACTOR’s Labor Costs: Payroll costs for employees in the direct employ of<br />

CONTRACTOR in the performance of the work described in the Contract Documents<br />

shall be limited to salaries plus labor burden as set forth in the schedule of job<br />

classifications agreed upon by <strong>COUNTY</strong> <strong>and</strong> CONTRACTOR in Exhibit 3<br />

(CONTRACTOR’s Management Services), <strong>and</strong> other non skilled labor costs which<br />

have the prior approval of the CA, subject to audit by <strong>COUNTY</strong>. Payroll costs for<br />

employees not employed full time on the work covered by the Agreement shall be<br />

apportioned on the basis of the time the employees spent on the work. Payroll costs<br />

shall be limited to salaries <strong>and</strong> wages plus the labor burden which includes social<br />

security contributions, unemployment, excise <strong>and</strong> payroll taxes, workers<br />

compensation, health insurance, sick leave, vacation, <strong>and</strong> holiday pay applicable<br />

thereto, only.<br />

8.4.3 Materials <strong>and</strong> Equipment: Cost of all necessary materials <strong>and</strong> equipment furnished<br />

<strong>and</strong> incorporated in the Work, including costs of transportation <strong>and</strong> storage thereof,<br />

<strong>and</strong> manufacturers’ field services required in connection therewith, adjusted in<br />

accordance with Article 10, Discounts, Rebates <strong>and</strong> Refunds; rentals of all<br />

construction equipment <strong>and</strong> machinery <strong>and</strong> the parts thereof, including all operating<br />

<strong>and</strong> maintenance costs, costs of transportation, loading, unloading, installation,<br />

dismantling <strong>and</strong> removal thereof, whether rented from CONTRACTOR or others. The<br />

rental of any such equipment, machinery or parts shall cease when the use thereof is<br />

no longer necessary for the Work.<br />

8.4.4 Miscellaneous costs:<br />

8.4.4.1 The cost, as documented by the CONTRACTOR’s detailed receipts, of<br />

telephone, telegrams, postage, photographs, blueprints, office supplies, first<br />

CM @ Risk Agreement R0787918R1 Page 32 of 85


Exhibit 2<br />

Page 34 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

aid supplies <strong>and</strong> related miscellaneous costs reasonably incurred in direct<br />

support of the Work at the Project.<br />

8.4.4.2 Premiums (net) on bonds <strong>and</strong> insurance coverages that the CONTRACTOR<br />

is obligated to secure <strong>and</strong> maintain under the terms of the Contract<br />

Documents <strong>and</strong> such other bonds as may be required, subject to the written<br />

approval of the <strong>COUNTY</strong>. Premiums paid as part of CONTRACTOR’s Cost<br />

shall be net of trade discounts, volume discounts, dividends <strong>and</strong> other<br />

adjustments. All insurance coverage's, excluding Owner Controlled Insurance<br />

Program (OCIP) costs <strong>and</strong> coverage's, <strong>and</strong> bonds shall be provided by<br />

companies acceptable to the <strong>COUNTY</strong>. Insurance through any affiliates of<br />

CONTRACTOR shall not be permitted without the <strong>COUNTY</strong>’s prior written<br />

approval.<br />

8.4.4.3 The cost of obtaining <strong>and</strong> using any utility services required for the Work that<br />

are not paid directly by <strong>COUNTY</strong>, including fuel <strong>and</strong> sanitary services at the<br />

Project site.<br />

8.4.4.4 The cost of removal of debris from the site. The Project site, lay-down<br />

locations, <strong>and</strong> staging sites will be kept clear of all debris on a daily basis. All<br />

subcontracts shall require Subcontractors to remove all debris daily created<br />

by their activities, <strong>and</strong> the CONTRACTOR shall exercise its best efforts to<br />

enforce such requirements or to effect the removal of the debris of the<br />

Subcontractors who fail in this regard. Provided, however, the<br />

CONTRACTOR shall not be required to remove debris created by the<br />

<strong>COUNTY</strong>’s separate contractors except pursuant to Change Order<br />

procedures set forth herein. CONTRACTOR shall ensure all laydown storage,<br />

staging, materials, <strong>and</strong> equipment shall be made safe <strong>and</strong> secure once<br />

BCAD Operations declares a Hurricane Warning, as directed by the CPM.<br />

8.4.4.5 The cost <strong>and</strong> expense actually sustained by the CONTRACTOR in<br />

connection with the Work, of protecting <strong>and</strong> repairing adjoining property, if<br />

required, except to the extent that any such cost or expense is:<br />

(a) the responsibility of the CONTRACTOR under Article 13, reimbursable by<br />

insurance under the County’s OCIP Program or the CONTRACTOR’s<br />

auto insurance coverage or otherwise;<br />

(b) due to the failure of the CONTRACTOR to comply with the requirements<br />

of the Contract Documents/County’s OCIP with respect to insurance; or,<br />

(c) due to the failure of any officer of the CONTRACTOR or of any of its<br />

representatives having supervision or direction of the Work to exercise<br />

good faith or the st<strong>and</strong>ard of care normally exercised in the conduct of the<br />

business of a general contractor experienced in the performance of work<br />

of the magnitude, complexity <strong>and</strong> type encompassed by the Contract<br />

Documents, in any of which events any such expenses shall not be<br />

included in CONTRACTOR’s costs.<br />

CM @ Risk Agreement R0787918R1 Page 33 of 85


Exhibit 2<br />

Page 35 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

8.4.4.6 Federal, state, municipal, sales, use <strong>and</strong> other taxes, as applicable to the<br />

Project, all with respect to services performed or materials furnished for the<br />

Work, it being understood that none of the foregoing includes federal, state or<br />

local income or franchise taxes.<br />

8.4.4.7 All reasonable costs <strong>and</strong> expenditures necessary for the operation of the<br />

Project job site office(s), including cost of field computer equipment <strong>and</strong><br />

software. The CA shall determine the reasonableness of these costs <strong>and</strong><br />

shall approve in writing prior to these costs being incurred.<br />

8.4.4.8 The proportion of necessary transportation, travel <strong>and</strong> subsistence expenses<br />

of CONTRACTOR’s employees, excluding travel time, incurred in discharge<br />

of duties connected with the Work except for local travel (within Broward,<br />

Miami-Dade, or Palm Beach Counties) to <strong>and</strong> from the site of the Work.<br />

8.4.4.9 Deposits lost for causes other than CONTRACTOR’s negligence; royalty<br />

payments <strong>and</strong> fees for permits <strong>and</strong> licenses.<br />

8.4.4.10 Cost of premiums for additional bonds required because of changes in the<br />

Work.<br />

8.4.4.11 Cost of special consultants, including, but not limited to, engineers, architects,<br />

testing laboratories, surveyors, employed for services specifically related to<br />

the Work.<br />

8.4.4.12 Any other expenses or charges incurred, with the prior written approval of the<br />

CA, in the performance of the Work.<br />

8.5 Exclusions to Cost of the Work: Overhead is defined as any <strong>and</strong> all other costs, not<br />

referenced in Section 8.4, of the CONTRACTOR <strong>and</strong> its operation which are not in direct<br />

support of the Project. The CONTRACTOR agrees to furnish <strong>and</strong> perform, as a part of<br />

the CONTRACTOR’s Fee <strong>and</strong> without reimbursement, said overhead items. The term<br />

“Cost of the Work” shall not include any of the following:<br />

8.5.1 Payroll costs <strong>and</strong> other compensation of CONTRACTOR’s officers, executives,<br />

principals (of partnership, parent company, <strong>and</strong> sole proprietorship), general<br />

managers, engineers, architects, estimators, lawyers, auditors, accountants,<br />

purchasing <strong>and</strong> contracting agents, expediters, timekeepers, clerks <strong>and</strong> other<br />

personnel employed by CONTRACTOR whether at the site or in its principal or a<br />

branch office for general administration that are not specifically included in the<br />

Management Services are to be considered administrative costs covered by<br />

CONTRACTOR’s labor burden <strong>and</strong> in accordance with section 8.4.2.<br />

8.5.2 Other than those expenses authorized by this Agreement, expenses of<br />

CONTRACTOR’s principal <strong>and</strong> branch offices.<br />

8.5.3 Any part of CONTRACTOR’s capital expenses, including interest on<br />

CONTRACTOR’s capital employed for the Work <strong>and</strong> charges against<br />

CONTRACTOR for delinquent payments.<br />

CM @ Risk Agreement R0787918R1 Page 34 of 85


Exhibit 2<br />

Page 36 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

8.5.4 Other overhead, general expense costs or charges of any kind <strong>and</strong> the cost of<br />

any item not specifically <strong>and</strong> expressly included in Section 8.4.<br />

8.5.5 Costs in excess of the GMP.<br />

8.5.6 Entertainment <strong>and</strong> meal expenses, car allowances (except for vehicle(s) required<br />

to carry out the work stationed on-site with advance approval by the CA) <strong>and</strong><br />

charges of a personal nature.<br />

8.5.7 Bonuses, profit-sharing or other special labor charges not included in Section<br />

8.4.2, herein.<br />

8.5.8 Any outside legal or accounting fees incurred without prior written approval from<br />

the County Attorney, which approval is at the sole discretion of the County<br />

Attorney.<br />

8.6 Progress Payments:<br />

8.6.1 CONTRACTOR may make Application for Payment for Work completed during<br />

the Project at intervals of not more than once a month. CONTRACTOR shall,<br />

where the Project involves CBE Subcontractors, make application for payment<br />

for work completed by such Subcontractors during the Project at monthly<br />

intervals <strong>and</strong> shall pay its Subcontractors within thirty (30) calendar days<br />

following receipt of payment from the <strong>COUNTY</strong> for such subcontracted work.<br />

CONTRACTOR’s application shall show a complete breakdown of the Project<br />

components, the percentages completed <strong>and</strong> the amount due in proportion to the<br />

percentage of the Work completed or, as to General Conditions, at cost or, at the<br />

CA’s option, as a Negotiated Lump Sum payable in proportion to the percentage<br />

of the Work completed.<br />

8.6.2 Each application shall be accompanied by such supporting evidence as may be<br />

reasonably required by CPM or CA. Nevertheless, CONTRACTOR shall submit<br />

with each Application for Payment:<br />

an updated progress schedule acceptable to PMO, CPM <strong>and</strong> CA, as<br />

required by the Contract Documents;<br />

a monthly report as required by the Contract Documents;<br />

a Certification of Payments to Subcontractors (Form 00924);<br />

a release of liens from the CONTRACTOR relative to the work which is the<br />

subject of the previous pay Application;<br />

<br />

<br />

a completed Statement of Compliance, Form 1, attached hereto;<br />

Form 00924 shall be accompanied by a copy of the notification sent to each<br />

Subcontractor listed in item 2 of the form, explaining the good cause why<br />

payment has not been made. One original <strong>and</strong> four copies of each<br />

Application for Payment shall be submitted to CPM for certification <strong>and</strong><br />

distribution to the PMO <strong>and</strong> CA. <strong>COUNTY</strong> shall make payment to<br />

CONTRACTOR within thirty (30) calendar days after receipt of<br />

CONTRACTOR’s complete <strong>and</strong> accurate Application for Payment, as<br />

determined by the CA, <strong>and</strong> submission of an acceptable updated progress<br />

CM @ Risk Agreement R0787918R1 Page 35 of 85


Exhibit 2<br />

Page 37 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

schedule. CA may request CONTRACTOR to submit additional information<br />

to support its Application for Payment;<br />

as applicable, a consent of the surety as to release of final payment or<br />

release of retainage; <strong>and</strong><br />

Time sheets for management services in a form acceptable to the CA.<br />

.<br />

8.6.3 Ten percent (10%) of all monies earned by CONTRACTOR shall be retained by<br />

<strong>COUNTY</strong> until 50% of the Work is completed <strong>and</strong> accepted by the CA, excluding<br />

General Conditions. After fifty percent (50%) of the Work has been completed,<br />

the CONTRACTOR may request <strong>and</strong> the CA shall reduce the retainage to five<br />

percent (5%) of all monies previously earned <strong>and</strong> all monies earned thereafter,<br />

except CONTRACTOR’s General Conditions, with consent <strong>and</strong> release of<br />

Surety. After ninety percent (90%) of the Work has been completed, the<br />

CONTRACTOR may request <strong>and</strong> the CA may reduce the retainage to two <strong>and</strong><br />

one-half percent (2-1/2%) of all monies previously earned <strong>and</strong> all monies earned<br />

thereafter, except CONTRACTOR’s General Conditions, with consent <strong>and</strong><br />

release of Surety. Nothing contained herein; however, requires the <strong>COUNTY</strong> to<br />

pay or release any amounts that are the subject of a good faith dispute, the<br />

subject of a claim brought pursuant to s. 255.05, Florida Statutes, or otherwise<br />

the subject of a claim or dem<strong>and</strong> by the <strong>COUNTY</strong> or CONTRACTOR.<br />

8.6.4 Subsequent to Final Completion <strong>and</strong> prior to Final Payment, CA may reduce<br />

retainage to a nominal amount at the sole discretion of the CA. Any reduction in<br />

retainage shall be in the sole discretion of the CA, shall be recommended by<br />

PMO <strong>and</strong> CPM <strong>and</strong> CONTRACTOR shall have no entitlement to a reduction. In<br />

addition, the CA may authorize release of retainage as to a particular<br />

Subcontractor or trade when the work of that Subcontractor or trade is<br />

satisfactorily completed. Any interest earned on retainage shall accrue solely to<br />

the benefit of <strong>COUNTY</strong>. CA may require consent of Surety prior to any release or<br />

reduction of retainage.<br />

8.6.5 <strong>COUNTY</strong> may withhold, in whole or in part, payment to such extent as may be<br />

necessary to protect itself from:<br />

8.6.5.1 Defective CONTRACTOR or Subcontractor Work not remedied.<br />

8.6.5.2 Claims filed or reasonable evidence indicating probable filing of claims by<br />

other parties against CONTRACTOR.<br />

8.6.5.3 Failure of CONTRACTOR to make payments properly to Subcontractors<br />

or for material or labor.<br />

8.6.5.4 Damage to another contractor not remedied.<br />

8.6.5.5 Liquidated damages <strong>and</strong> costs incurred by PMO, CPM, <strong>COUNTY</strong> or<br />

Consultant for extended construction administration.<br />

8.6.5.6 Failure of CONTRACTOR to provide any <strong>and</strong> all documents required to<br />

be provided to <strong>COUNTY</strong> by the terms of the Contract Documents.<br />

CM @ Risk Agreement R0787918R1 Page 36 of 85


Exhibit 2<br />

Page 38 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

8.6.5.7 <strong>COUNTY</strong> reasonably believes that the remaining contract value is<br />

insufficient to finish the Work.<br />

8.6.5.8 Overpayment made by the <strong>COUNTY</strong> as determined by audit of the<br />

CONTRACTOR’s records.<br />

8.6.6 The Schedule of Values, prepared in accordance with the terms of this<br />

Agreement, shall exp<strong>and</strong> <strong>and</strong> detail the items contained in this Agreement’s<br />

Exhibits 1 (Estimated CONTRACTOR’s Direct Construction Cost) <strong>and</strong> Exhibit 2<br />

(General Conditions) <strong>and</strong> shall include the cost of materials, the cost of labor, the<br />

cost of equipment <strong>and</strong> the cost of Subcontractor work separately for all the<br />

portions of the Work delineated. Each monthly Application for Payment shall be<br />

for a sum equal to: (i) that portion of the CONTRACTOR’s Direct Construction<br />

Cost equal to the percentage of the Work completed; plus (ii) an appropriate<br />

amount of the CONTRACTOR’s General Conditions actually expended; plus (iii)<br />

an appropriate amount of the CONTRACTOR’s Fee as related to the percentage<br />

of the Work completed. The determination of the percentage of the Work<br />

completed shall be made by the CPM; provided, however, prior to the date of the<br />

final request, <strong>and</strong> unless subject to reduction under Section 8.6.5, the aggregate<br />

of the CONTRACTOR’s Fee payments shall not exceed 97.5% percent of the<br />

CONTRACTOR’s Fee as stated in Section 8.3.<br />

The CONTRACTOR’s Direct Construction Cost shall be segregated <strong>and</strong> detailed<br />

in a manner satisfactory to the PMO, CPM <strong>and</strong> the CA, with sufficient supporting<br />

documentation <strong>and</strong> description of charges for the PMO, CPM <strong>and</strong> the CA to<br />

evaluate the charges. The Request for Payment shall indicate the percentage of<br />

completion of each portion of the Work, <strong>and</strong> the total Work, as of the end of the<br />

period covered by the Application for Payment. The Schedule of Values shall be<br />

used as one basis for reviewing the Request for Payment when such amounts<br />

are approved.<br />

8.7 If the CA <strong>and</strong> CPM, in their good faith judgment, determine that the portion of the GMP<br />

then remaining unpaid will not be sufficient to complete the Work in accordance with the<br />

Contract Documents, no additional payments will be due to the CONTRACTOR<br />

hereunder unless <strong>and</strong> until the CONTRACTOR, at its sole cost, performs a sufficient<br />

portion of the Work so that such portion of the GMP then remaining unpaid is determined<br />

by the CA, CPM <strong>and</strong> PMO to be sufficient to so complete the Work.<br />

8.8 The CPM <strong>and</strong> CA shall review each such Request for Payment <strong>and</strong> may make such<br />

exceptions as the CPM <strong>and</strong> the CA reasonably deem necessary or appropriate under<br />

the state of circumstances then existing. In no event shall the <strong>COUNTY</strong> be required to<br />

make payment for items of the CONTRACTOR’s Cost to which the CPM or the CA<br />

reasonably takes exception.<br />

8.9 CONTRACTOR shall remain solely liable for Subcontractor’s work <strong>and</strong> for any unpaid<br />

laborers, material suppliers or Subcontractors of Subcontractor in the event it is later<br />

discovered that said work is deficient or that any of said laborers, material suppliers or<br />

Subcontractors did not receive payments due them on the Project. <strong>COUNTY</strong> will not<br />

CM @ Risk Agreement R0787918R1 Page 37 of 85


Exhibit 2<br />

Page 39 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

pay for defective or negligent work even if the cost of correcting such Work falls within<br />

the Contract Price, unless otherwise provided for in the Agreement <strong>and</strong> CPM determines<br />

that the CONTRACTOR has diligently pursued the repair or replacement of all defective<br />

work of their Subcontractors <strong>and</strong> vendors at no cost to <strong>COUNTY</strong>, in accordance with<br />

Article 23 – Defective Work.<br />

8.10 Upon receipt of written notice from CONTRACTOR that the Work is ready for final<br />

inspection <strong>and</strong> acceptance, Consultant <strong>and</strong> CPM shall, within ten (10) calendar days,<br />

make an inspection thereof. If Consultant, CPM <strong>and</strong> CA find the Work acceptable, the<br />

required documents have been submitted <strong>and</strong> the requirements of the Contract<br />

Documents have been fully satisfied, <strong>and</strong> all conditions of the permits <strong>and</strong> regulatory<br />

agencies have been met, a Final Certificate of Payment, Form 2, shall be issued by CA<br />

upon recommendation from CPM <strong>and</strong> Consultant, stating the requirements of the<br />

Contract Documents have been performed <strong>and</strong> the Work is ready for acceptance.<br />

8.11 Within thirty (30) calendar days after Final Completion of the Work <strong>and</strong> acceptance<br />

thereof by the <strong>COUNTY</strong>, the CONTRACTOR shall submit a Final Request For Payment<br />

(Final Request) which shall set forth all amounts due <strong>and</strong> remaining unpaid to the<br />

CONTRACTOR (including the unpaid portion of the CONTRACTOR’s Fee). Upon<br />

approval of the Final Request for Payment, the CA will issue a Final Certification of<br />

Payment in the form attached hereto as Form 2. The CONTRACTOR shall deliver to the<br />

<strong>COUNTY</strong> the Form of Final Receipt, Form 3, as attached hereto.<br />

8.12 Before final payment, CONTRACTOR shall deliver to CPM a complete release of all<br />

liens arising out of this Agreement, or receipts in full in lieu thereof from all suppliers <strong>and</strong><br />

Subcontractors, consent for Final Payment of Surety, the final corrected as-built<br />

drawings, a completed <strong>and</strong> final CBE Utilization Report, Form 9, <strong>and</strong> final invoice.<br />

<strong>COUNTY</strong> may withhold final payment under the same circumstances as set forth in this<br />

Section 8.6 Progress Payments hereof.<br />

8.13 Except for the CONTRACTOR’s Fee, the CONTRACTOR shall use the sums paid to it<br />

pursuant to this Article 8 solely for the purpose of performance of the Work <strong>and</strong> the<br />

construction, furnishing <strong>and</strong> equipping of the Work in accordance with the Contract<br />

Documents <strong>and</strong> payment of bills incurred by the CONTRACTOR in performance of the<br />

Work.<br />

8.14 The CONTRACTOR shall promptly pay, in accordance with State Statute, all bills for<br />

labor <strong>and</strong> material performed <strong>and</strong> furnished by its Subcontractors, suppliers <strong>and</strong> material<br />

providers, in connection with the construction, furnishing <strong>and</strong> equipping of the Work <strong>and</strong><br />

the performance of the Work.<br />

8.15 If, after the Work has reached Substantial Completion, full completion thereof is<br />

materially delayed through no fault of CONTRACTOR, <strong>and</strong> CPM <strong>and</strong> PMO so certifies,<br />

<strong>COUNTY</strong> shall, upon certificate of CONSULTANT, <strong>and</strong> without terminating the<br />

Agreement, make payment of the balance due for that portion of the Work fully<br />

completed <strong>and</strong> accepted. Such payment shall be made under the terms <strong>and</strong> conditions<br />

governing final payment, except that it shall not constitute a waiver of claims.<br />

CM @ Risk Agreement R0787918R1 Page 38 of 85


Exhibit 2<br />

Page 40 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

8.16 Final payment shall be made only after the <strong>COUNTY</strong>’s Director of Purchasing has<br />

reviewed a written evaluation of the performance of the CONTRACTOR, prepared by<br />

CPM <strong>and</strong> approved by CA, <strong>and</strong> Director of Purchasing has approved the final payment.<br />

The acceptance of final payment shall constitute a waiver of all claims by<br />

CONTRACTOR, except those previously made in strict accordance with the provisions<br />

of the Agreement <strong>and</strong> identified by CONTRACTOR as unsettled at the time of the<br />

application for final payment.<br />

ARTICLE 9 – CONTRACT PRICE ELEMENTS<br />

9.1 The Contract Price elements are as follows:<br />

A. CONTRACTOR’s Direct Construction Cost (Exhibit 1) $ TBD<br />

B. CONTRACTOR’s General Conditions (Exhibit 2) $ TBD<br />

C. CONTRACTOR’s Management Services (Exhibit 3) $ TBD<br />

D. CONTRACTOR’s Fixed Fee, (not to exceed 4% of A+B+C+H+I+K)* ‡ $ 54,892<br />

E. Document Completion Contingency $ TBD<br />

F. CONTRACTOR’s Construction Contingency (Including Early Work) $ TBD<br />

G. <strong>COUNTY</strong>’s Construction Contingency $ TBD<br />

H. CONTRACTOR’s Early Construction Work $ TBD<br />

I. CONTRACTOR’s Early Construction General Conditions (Exhibit 13) $ TBD<br />

J. <strong>COUNTY</strong>’S Early Work Contingency $ 512,000<br />

K. CONTRACTOR’s Pre-Construction Services, including investigative work (MNTE)$ 1,372,298<br />

= Guaranteed Maximum Price (GMP) $ TBD<br />

*Excluding Subcontracted Management Services<br />

‡ Plus any fee on dollars paid from contingencies upon CA approval<br />

9.2 CONTRACTOR’s Direct Construction Cost: The costs negotiated <strong>between</strong> the <strong>COUNTY</strong><br />

<strong>and</strong> the CONTRACTOR for equipment, materials, labor, taxes <strong>and</strong> Subcontractors to<br />

complete the Work performed after the Early Construction Work is complete.<br />

9.3 CONTRACTOR’s General Conditions: The costs associated with the CONTRACTOR’s<br />

obligation to provide the following, but not limited to: Bonds, Insurance (other than<br />

OCIP), on-site offices including equipment <strong>and</strong> supplies used directly for the Work that is<br />

not provided by the <strong>COUNTY</strong>, sanitary devices, water, vehicles <strong>and</strong> communications<br />

devices not provided by <strong>COUNTY</strong> <strong>and</strong> other direct costs as substantiated by the<br />

CONTRACTOR, for construction work following completion <strong>and</strong> permitting of the<br />

Contract Documents.<br />

9.4 CONTRACTOR’s Management Services: The cost of professionals, superintendents,<br />

safety personel <strong>and</strong> administrators employed by the CONTRACTOR to manage the<br />

quality, costs, schedule, Subcontractors <strong>and</strong> scope of the Work in order to successfully<br />

complete the Project as specifically set forth in Exhibit 3. If Management Services are<br />

subcontracted, no mark-ups shall be applied for these Management Services by the<br />

CONTRACTOR.<br />

CM @ Risk Agreement R0787918R1 Page 39 of 85


Exhibit 2<br />

Page 41 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

9.5 CONTRACTOR’s Fixed Fee: The CONTRACTOR’s Fixed Fee is the stated amount to<br />

be paid to CONTRACTOR for the services rendered to <strong>COUNTY</strong> pursuant to Section<br />

9.1.D of this Agreement. The CONTRACTOR’s Fixed Fee shall not be increased by the<br />

distribution of the CONTRACTOR’s CONTINGENCY to other price elements within the<br />

GMP. The CA may consider increasing the Fixed Fee when the use of either the<br />

<strong>COUNTY</strong>’s Contingency or Document Completion Contingency increases the scope of<br />

the Work, through no fault of CONTRACTOR, for work unanticipated within the original<br />

GMP. All CA approved increases to the CONTRACTOR’s Fixed Fee shall be<br />

documented on the same Contract Price Element Adjustment Memor<strong>and</strong>um (CPEAM)<br />

prepared for the related transfer of <strong>COUNTY</strong>’s Contingency or Document Completion<br />

Contingency funds to the other price elements. Increases to the CONTRACTOR’s<br />

Fixed Fee shall be limited to 4%, as defined by Section 9.1.D.<br />

9.6 Document Completion Contingency: At the time of execution of this Agreement, the<br />

Contract Documents may not be complete. Therefore, it is understood that the sum<br />

shown in Section 9.1.E as the Document Completion Contingency is available to cover<br />

additional costs arising from building code interpretation disputes <strong>between</strong> the permitted<br />

set of drawings <strong>and</strong> Broward County Building Code Services or the Fire Marshal. At<br />

Final Completion of the Project, any remaining monies in the Document Completion<br />

Contingency shall vest in the <strong>COUNTY</strong>.<br />

9.7 CONTRACTOR’s Construction Contingency: An amount certain, set aside for the<br />

CONTRACTOR’s use against risks assumed in providing a GMP with uncertainties<br />

which are beyond the control of the CONTRACTOR. The contingency includes: bid<br />

results from vendors <strong>and</strong> suppliers due to changed market conditions, as measured<br />

against a relevant market index selected by the CA, <strong>and</strong> subject to the review <strong>and</strong><br />

approval of the CA, or other conditions which result in an increase in Direct Construction<br />

Cost through no fault of the CONTRACTOR. The CONTRACTOR will be required to<br />

furnish documentation, to the satisfaction of the CA, evidencing the expenditures<br />

charged to this Contingency as a precondition to release of any funds by the <strong>COUNTY</strong>.<br />

9.8 <strong>COUNTY</strong>’s Construction Contingency: These funds may be used to cover costs of<br />

additional elements of Work not included in the CONTRACTOR’s Construction Work,<br />

including but not limited to: <strong>COUNTY</strong> selected Subcontractors who are not the lowest<br />

responsive <strong>and</strong> responsible bidders for any portion of the work, <strong>COUNTY</strong> directed<br />

changes after permitting of the Work, differing site conditions, excusable delays as set<br />

forth in Section 7.6.2.2, post-hurricane Construction Directives, or errors <strong>and</strong> omissions<br />

in the Contract Documents. The CONTRACTOR shall not perform Work subject to the<br />

<strong>COUNTY</strong>’s Contingency Account without the Contract Administrator’s prior issuance of a<br />

CPEAM transferring such approved amounts to the CONTRACTOR’s Early Construction<br />

Work or other price element within the GMP.<br />

9.9 CONTRACTOR’s Early Construction Work: The costs negotiated <strong>between</strong> the <strong>COUNTY</strong><br />

<strong>and</strong> the CONTRACTOR for equipment, materials, labor, taxes <strong>and</strong> Subcontractors costs<br />

to complete certain portions of the Work which have been fully designed <strong>and</strong> permitted,<br />

prior to issuance of a building permit for GMP work.<br />

CM @ Risk Agreement R0787918R1 Page 40 of 85


Exhibit 2<br />

Page 42 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

9.10 CONTRACTOR’s Early Construction General Conditions: The costs associated with the<br />

CONTRACTOR’s obligation to provide the following, but not limited to: Bonds,<br />

Insurance, on-site offices, vehicles, communication devices, including equipment <strong>and</strong><br />

supplies used directly for the early construction Work not otherwise provided by<br />

<strong>COUNTY</strong>, sanitary devices, water, <strong>and</strong> other direct costs as substantiated by the<br />

CONTRACTOR, for construction work prior to full completion <strong>and</strong> permitting of the work<br />

to be performed after approval of the GMP.<br />

9.11 <strong>COUNTY</strong>’s Early Work Contingency: These funds may be used to cover costs of<br />

additional elements of Work not included in the CONTRACTOR’s Early Work, including<br />

but not limited to: Preconstruction Services or Early Investigative Work that was not<br />

contemplated, <strong>COUNTY</strong> directed changes after permitting of early Work,<br />

CONTRACTOR’s maintenance of utility services if the <strong>COUNTY</strong> occupies a portion of<br />

the Work earlier than scheduled, differing site conditions or errors <strong>and</strong> omissions in the<br />

Contract Documents. The CONTRACTOR shall not perform Work subject to the<br />

<strong>COUNTY</strong>’s Contingency Account without the Contract Administrator’s prior issuance of a<br />

CPEAM transferring such approved amounts to the CONTRACTOR’s Early Construction<br />

Work or other price element within the GMP.<br />

9.12 CONTRACTOR’s Preconstruction Services: The costs associated with the<br />

CONTRACTOR’s assistance to refine details of the Consultant’s design <strong>and</strong> completion<br />

of the Pricing Documents. Such assistance includes, but is not limited to: constructability<br />

review, estimating, scheduling, value engineering, design gap analysis, sequencing or<br />

phasing the work, preconstruction investigation services, <strong>and</strong> General Conditions per<br />

Exhibit 14 <strong>and</strong> Exhibit 15. The CONTRACTOR must provide a report in accordance with<br />

the requirements of Division 1 Specifications, of such assistance, identifying specific<br />

recommendations <strong>and</strong> sources thereof or reason therefore, provided to the satisfaction<br />

of the CA, as a precondition of receiving payments for the services.<br />

9.13 Contingency Accounts contain no fee, however a fee may be paid to the CONTRACTOR<br />

through the Contingency. Such fee will be paid at the CA’s discretion. When provided, a<br />

fee will be paid to the appropriate CONTRACTOR’s line item by a CPEAM.<br />

9.14 If an overage to any of the items shown in 9.1.A, 9.1. B, 9.1.C, 9.1.D, 9.1.E, 9.1.F, 9.1.G,<br />

9.1.H, or 9.1.I is due to CONTRACTOR’s negligence or subst<strong>and</strong>ard workmanship <strong>and</strong><br />

materials, no CPEAM will be issued <strong>and</strong> all overage costs will be absorbed by the<br />

CONTRACTOR.<br />

ARTICLE 10 - DISCOUNTS, REBATES AND REFUNDS<br />

All cash discounts obtained on payments made by the CONTRACTOR shall accrue to the<br />

<strong>COUNTY</strong> unless the CONTRACTOR actually advanced its own funds, prior to receipt of funds<br />

from <strong>COUNTY</strong>, to make the payment giving rise to the discount. When CONTRACTOR<br />

becomes aware that a cash discount may be available to <strong>COUNTY</strong>, CONTRACTOR shall, prior<br />

to advancing its own funds, notify CPM of such opportunity so <strong>COUNTY</strong> can make the required<br />

payment to achieve the discount for the <strong>COUNTY</strong>. CONTRACTOR shall only advance its own<br />

CM @ Risk Agreement R0787918R1 Page 41 of 85


Exhibit 2<br />

Page 43 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

funds if CA declines to make the early payment. All trade discounts, rebates <strong>and</strong> refunds,<br />

including those pertaining to all returns from sale of surplus materials <strong>and</strong> equipment shall<br />

accrue to <strong>COUNTY</strong>, <strong>and</strong> CONTRACTOR shall make provisions so that they may be obtained.<br />

ARTICLE 11 - SUBCONTRACTS AND PURCHASE ORDERS<br />

Unless waived in writing by the CA, the CONTRACTOR must obtain competitive pricing <strong>and</strong><br />

subcontract, in compliance with the requirements of this Article 11, for One Hundred Percent<br />

(100%) of the CONTRACTOR's Direct Construction Cost required under this Agreement.<br />

Subcontracts <strong>and</strong> purchase orders, involving amounts not in excess of Ten Thous<strong>and</strong> Dollars<br />

($10,000) may be awarded without the prior approval of the CA, except that all Early<br />

Investigation Work requires approval of the CA. All other subcontracts <strong>and</strong> purchase orders<br />

shall be awarded according to the following procedure:<br />

11.1 The CONTRACTOR shall prepare for CPM’s, PMO’s <strong>and</strong> CA’s review <strong>and</strong> approval a list<br />

of Subcontractors <strong>and</strong> suppliers for each bid who meet the CONTRACTOR’s schedule<br />

of minimum requirements. The CONTRACTOR shall obtain bids from a minimum of<br />

three (3) such Subcontractors for each subcontract, when available. Otherwise, the<br />

CONTRACTOR shall provide documentation to the satisfaction of the OESBD<br />

demonstrating the circumstances where a minimum of three (3) Subcontractors are not<br />

available.<br />

After receiving such bids, the CONTRACTOR shall analyze them <strong>and</strong> make<br />

recommendations to the CPM, PMO, <strong>and</strong> CA for awards. CONTRACTOR shall provide<br />

to the CPM, PMO, <strong>and</strong> CA a copy of each Subcontractor’s bid sheet or tabulation <strong>and</strong><br />

schedule of values including composition of payroll burdens <strong>and</strong>, when requested, any<br />

other documentation in its possession pertaining to such bids. When the CPM, PMO <strong>and</strong><br />

CA have approved the award of any such subcontract or purchase order, the<br />

CONTRACTOR shall contract solely in its own name <strong>and</strong> behalf, <strong>and</strong> not in the name or<br />

behalf of the <strong>COUNTY</strong>, with the specified Subcontractor or supplier.<br />

The CONTRACTOR’s subcontract form shall provide: that the Subcontractor shall<br />

perform its portion of the Work in accordance with all applicable provisions of this<br />

Agreement <strong>and</strong> the Contract Documents; that Subcontractor is bound to the<br />

CONTRACTOR to the same terms <strong>and</strong> conditions as the CONTRACTOR is bound to the<br />

<strong>COUNTY</strong>; <strong>and</strong> shall further provide that, in the event this Agreement is terminated for<br />

any reason, that the Subcontractor shall, at the <strong>COUNTY</strong>’s option, perform its<br />

subcontract for the <strong>COUNTY</strong>, or for a contractor designated by the <strong>COUNTY</strong>, without<br />

additional or increased cost, provided the Subcontractor is paid in accordance with its<br />

subcontract. The CONTRACTOR shall sign <strong>and</strong> cause each Subcontractor to sign an<br />

Assignment of Rights under Construction Subcontract. Nothing contained herein shall<br />

impose on the <strong>COUNTY</strong> an obligation to assume any subcontract or make any payment<br />

to any Subcontractor to perform pursuant to this Section 11.1, <strong>and</strong> nothing contained<br />

herein shall create any contractual relationship <strong>between</strong> the <strong>COUNTY</strong> <strong>and</strong> any<br />

Subcontractor.<br />

CM @ Risk Agreement R0787918R1 Page 42 of 85


Exhibit 2<br />

Page 44 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

Costs incurred by <strong>COUNTY</strong> or CONTRACTOR due to CONTRACTOR’s failure to<br />

incorporate the provisions of this Agreement into each Subcontractor’s Agreement shall<br />

be the CONTRACTOR’s responsibility, <strong>and</strong> at no additional costs to the <strong>COUNTY</strong>.<br />

11.2 If the <strong>COUNTY</strong>, or CA, as applicable, shall designate as the selected Subcontractor or<br />

supplier a bidder whose bid exceeds that of the bidder recommended by the<br />

CONTRACTOR, whose bid complies with the Contract Documents (the amount by which<br />

the bid of the selected Subcontractor exceeds the bid of the bidder recommended by the<br />

CONTRACTOR is referred to herein as the preferred Subcontractor cost differential),<br />

then the CA may designate that the preferred Subcontractor cost differential shall be<br />

charged against any surplus amounts within the County’s Contingency for Direct Cost or<br />

the GMP shall be increased by the amount of the preferred Subcontractor cost<br />

differential in accordance with the Change Order procedure in Article 7.<br />

11.3 All subcontracts shall contain a schedule of values <strong>and</strong> labor rates including burden,<br />

overhead <strong>and</strong> profit, any other feasible formula for use in the determination of the cost of<br />

changes in the Work.<br />

ARTICLE 12 - INSURANCE<br />

12.1 <strong>COUNTY</strong> Provided Insurance. <strong>COUNTY</strong> will provide an Owner Controlled Insurance<br />

Program (OCIP) for the Project. The OCIP will be administered by Aon Risk Services of<br />

Florida, Inc. The OCIP is more fully described in the insurance manual (Insurance<br />

Manual), Exhibit 6 <strong>and</strong> the OCIP Safety <strong>and</strong> Loss Prevention Manual (Safety Manual),<br />

Exhibit 7, for the Project. Parties performing labor or services at the Project site are<br />

eligible to enroll in the OCIP, unless they are Excluded Parties (as defined below). The<br />

OCIP will provide to Enrolled Parties (as defined below) Workers’ Compensation <strong>and</strong><br />

Employer’s Liability insurance, Commercial General Liability insurance, Excess Liability<br />

insurance, Builder’s Risk insurance <strong>and</strong> Pollution Liability insurance as summarily<br />

described below, in connection with the performance of the Work (OCIP Coverages).<br />

12.2 Enrolled Parties <strong>and</strong> Their Insurance Obligations. OCIP Coverages shall cover Enrolled<br />

Parties. Enrolled Parties are: the <strong>COUNTY</strong>, the OCIP Administrator, CONTRACTOR<br />

<strong>and</strong> eligible Subcontractors of all tiers that enroll in the OCIP, <strong>and</strong> such other persons or<br />

entities as CONTRACTOR may designate, in its sole discretion (each party insured<br />

under the OCIP is an “Enrolled Party.”) Enrolled Parties shall obtain <strong>and</strong> maintain, <strong>and</strong><br />

shall require each of its or their Subcontractors to obtain <strong>and</strong> maintain, the insurance<br />

coverage specified in Section 12.8, below, <strong>and</strong> in the Insurance Manual.<br />

12.3 Excluded Parties <strong>and</strong> Their Insurance Obligations. The OCIP Coverages do not cover<br />

the following “Excluded Parties”:<br />

(a) Hazardous materials remediation, removal or transport companies <strong>and</strong> their<br />

consultants;<br />

(b) Architects, surveyors, engineers, <strong>and</strong> soil testing engineers, <strong>and</strong> their<br />

consultants;<br />

(c) Vendors, suppliers, fabricators, material dealers, truckers, haulers, drivers <strong>and</strong><br />

others who merely transport, pick up, deliver, or carry materials, personnel, parts<br />

CM @ Risk Agreement R0787918R1 Page 43 of 85


Exhibit 2<br />

Page 45 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

(d)<br />

(e)<br />

or equipment, or any other items or persons delivering or hauling to or from the<br />

Project site only;<br />

CONTRACTOR <strong>and</strong> each of its or their respective Subcontractors of all tiers that<br />

do not perform any actual labor on the Project site; <strong>and</strong><br />

Any parties as may be excluded by <strong>COUNTY</strong> in its sole discretion, even if they<br />

are otherwise eligible.<br />

Excluded Parties <strong>and</strong> parties no longer enrolled in or covered by the OCIP shall obtain<br />

<strong>and</strong> maintain, <strong>and</strong> shall require each of its or their Subcontractors of all tiers to obtain<br />

<strong>and</strong> maintain, the insurance coverage specified in Section 12.8, below, <strong>and</strong> in the<br />

Insurance Manual for all on-site <strong>and</strong> off-site operations.<br />

12.4 OCIP Insurance Policies Establish the OCIP Coverages. The OCIP Coverages <strong>and</strong><br />

exclusions summarized in this Article 12 or in the Insurance Manual, attached hereto as<br />

Exhibit 6, are set forth in full in their respective insurance policies. The summary<br />

descriptions of the OCIP Coverages in this Article 12 or the Insurance Manual are not<br />

intended to be exhaustive, or to alter or amend any provision of the actual OCIP<br />

Coverages. In the event that any provision of this Article 12 or the Insurance Manual<br />

conflicts with the OCIP insurance policies, the provisions of the actual OCIP insurance<br />

policies shall govern.<br />

12.5 Summary of OCIP Coverages. OCIP Coverages shall apply only to those operations of<br />

each Enrolled Party performed at the Project site in connection with the Work, <strong>and</strong> only<br />

to Enrolled Parties that are eligible for the OCIP. OCIP coverages shall not apply to<br />

ineligible parties, even if they are erroneously enrolled in the OCIP. An Enrolled Party’s<br />

operations away from the Project site, including product manufacturing, assembling, or<br />

otherwise, shall only be covered if such off-site operations are identified <strong>and</strong> are<br />

dedicated solely to the Project. OCIP Coverages shall not cover off-site operations until<br />

receipt by CONTRACTOR or its Subcontractor of any tier of written acknowledgment of<br />

such coverage from the OCIP Administrator. The OCIP shall provide only the following<br />

insurance to eligible <strong>and</strong> Enrolled Parties:<br />

Summary Only – See the OCIP Manual for Detail<br />

12.5.1 Workers’ Compensation insurance at the Statutory Limit in compliance with the<br />

Workers Compensation Law of the State of Florida, <strong>and</strong> in compliance with all<br />

federal laws, including U.S. Longshoremen & Harbor Workers Act, <strong>and</strong> Jones Act<br />

coverage, where appropriate.<br />

This insurance is primary for all occurrences at the Project site<br />

12.5.2 Employer’s Liability Insurance with the following limits:<br />

Bodily Injury by Accident, each accident $1,000,000<br />

Bodily Injury by Disease, each employee $1,000,000<br />

Bodily Injury by Disease, policy limit $1,000,000<br />

This insurance is primary for all occurrences at the Project site.<br />

CM @ Risk Agreement R0787918R1 Page 44 of 85


Exhibit 2<br />

Page 46 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

12.5.3 Commercial General Liability Insurance provided on ISO Occurrence Form, or its<br />

equivalent, with the following limits:<br />

Each Occurrence Limit $2,000,000<br />

General Aggregate Limit for all Enrolled Parties $4,000,000<br />

Products & Completed Operations Aggregate<br />

For all Enrolled Parties $4,000,000<br />

Ten (10) Years Products & Completed Operations Extension<br />

This insurance is primary for all occurrences at the Project site.<br />

12.5.4 Excess Liability Insurance (over Employer’s Liability & General Liability), with the<br />

following limits:<br />

Combined Single Limit $200,000,000<br />

General Annual Aggregate for all Enrolled Parties $200,000,000<br />

Products & Completed Operations Aggregate<br />

For all Enrolled Parties $200,000,000<br />

Ten (10) Years Products & Completed Operations Extension<br />

12.5.5 <strong>COUNTY</strong> shall obtain <strong>and</strong> maintain Builder’s Risk insurance for the Project,<br />

providing coverage for all risks of direct physical loss or damage including flood,<br />

earthquake, <strong>and</strong> named windstorm, as more fully described in the original policy<br />

wording. CONTRACTOR, <strong>and</strong> all Subcontractors of every tier performing a<br />

portion of the Work on the Project shall be additional insureds under the<br />

Builder’s Risk insurance, as their respective interests appear. The Builder’s<br />

Risk insurance will provide for property in the course of construction, including<br />

offsite storage, transit, buildings, structures, fixtures, materials, foundations,<br />

machinery <strong>and</strong> equipment <strong>and</strong> cold testing, all as more fully described in the<br />

original policy wording. The Builder’s Risk insurance will provide a minimum limit<br />

of liability in the amount of the contract price for the amount of the Early Work<br />

<strong>and</strong> GMP to cover losses for physical damage <strong>and</strong> loss per project, subject to<br />

additional sub-limits as set forth in the original policy wording. CONTRACTOR<br />

shall be responsible for all deductibles under the Builder’s Risk insurance up to<br />

$25,000 per occurrence.<br />

12.5.6 <strong>COUNTY</strong> shall obtain <strong>and</strong> maintain Contractor's Pollution Liability (CPL)<br />

insurance, providing coverage for claims for bodily injury, property damage,<br />

clean-up costs, <strong>and</strong> related legal defense expense for pollution conditions that<br />

result from, or are disrupted by, the services rendered in performance of the<br />

contract by or on behalf of CONTRACTOR or any Subcontractor. Coverage will<br />

include extensions for transportation <strong>and</strong> disposal, will include full severability of<br />

interests, <strong>and</strong> will not be restricted by any time element limitations, mold,<br />

asbestos, or lead based paint exclusions. Coverage will apply to pollution<br />

conditions on, at, under, or migrating from the Project site. CONTRACTOR shall<br />

be responsible for all deductibles under the CPL, insurance up to $50,000 per<br />

occurrence. The CPL insurance shall have the following limits:<br />

Each Loss $200,000,000<br />

Aggregate $200,000,000<br />

CM @ Risk Agreement R0787918R1 Page 45 of 85


Exhibit 2<br />

Page 47 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

12.6 <strong>COUNTY</strong>’S Obligations. <strong>COUNTY</strong> shall pay the costs of premiums for the OCIP<br />

Coverages. <strong>COUNTY</strong> will receive or pay, as the case may be, all adjustments to such<br />

costs, whether by way of dividends, retroactive adjustments, return premiums, other<br />

moneys due, audits or otherwise. CONTRACTOR hereby assigns to <strong>COUNTY</strong> the right<br />

to receive all such adjustments, <strong>and</strong> shall require each of its Subcontractors of every tier<br />

to assign to <strong>COUNTY</strong> the right to receive all such adjustments. <strong>COUNTY</strong> assumes no<br />

obligation to provide insurance other than that specified in Section 12.5, <strong>and</strong> in the OCIP<br />

insurance policies. <strong>COUNTY</strong>’S furnishing of OCIP Coverage's shall in no way relieve or<br />

limit, or be construed to relieve or limit, CONTRACTOR or any of its Subcontractors of<br />

any responsibility, liability, or obligation imposed by the Contract Documents, the OCIP<br />

insurance policies, or by law, including, without limitation, any indemnification obligations<br />

which CONTRACTOR or any of its Subcontractors have to <strong>COUNTY</strong> thereunder.<br />

<strong>COUNTY</strong> reserves the right at its option, without obligation to do so, to furnish other<br />

insurance coverage of various types <strong>and</strong> limits provided that such coverage is not less<br />

than that specified in the Contract Documents.<br />

12.7 CONTRACTOR’S OCIP Obligations. CONTRACTOR shall:<br />

12.7.1 Incorporate the terms of Article 12 of this Contract, concerning the OCIP, into all<br />

subcontract agreements.<br />

12.7.2 Enroll in the OCIP within five (5) calendar days of execution of this Contract <strong>and</strong><br />

maintain enrollment in the OCIP for the duration of the Contract, <strong>and</strong> assure that<br />

each of CONTRACTOR’S eligible Subcontractors of every tier enroll in the<br />

OCIP, <strong>and</strong> maintain enrollment in the OCIP for the duration of their respective<br />

subcontract within five (5) calendar days of subcontracting <strong>and</strong> prior to the<br />

commencement of Work at the Project site.<br />

12.7.3 Comply with all of the administrative, safety, insurance, <strong>and</strong> other requirements<br />

outlined in this Article 12, the Insurance Manual, the Safety Manual, the OCIP<br />

insurance policies, or elsewhere in the Contract Documents.<br />

12.7.4 Provide to each of its Subcontractors of every tier a copy of the Insurance<br />

Manual, <strong>and</strong> ensure Subcontractor compliance with the provisions of the OCIP<br />

insurance policies, the Insurance Manual, this Article 12, <strong>and</strong> the Contract<br />

Documents. The failure of (a) <strong>COUNTY</strong> to include the Insurance Manual in the<br />

bid documents or (b) CONTRACTOR to provide to each of its eligible<br />

Subcontractors of every tier a copy of the same shall not relieve CONTRACTOR<br />

or any of its Subcontractors from any of the obligations contained therein.<br />

12.7.5 Acknowledge, <strong>and</strong> require all of its Subcontractors of every tier to acknowledge,<br />

in writing, that <strong>COUNTY</strong> <strong>and</strong> the OCIP Administrator are not agents, partners or<br />

guarantors of the insurance companies providing coverage under the OCIP<br />

(each such insurer, an “OCIP Insurer”), that neither <strong>COUNTY</strong> nor the OCIP<br />

Administrator are responsible for any claims or disputes <strong>between</strong> or among<br />

CONTRACTOR, its Subcontractors of any tier, <strong>and</strong> any OCIP Insurer(s), <strong>and</strong> that<br />

neither <strong>COUNTY</strong> nor OCIP Administrator guarantees the solvency or the<br />

availability of limits of any OCIP Insurer(s). Any type of insurance coverage or<br />

CM @ Risk Agreement R0787918R1 Page 46 of 85


Exhibit 2<br />

Page 48 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

limits of liability in addition to the OCIP Coverage's that CONTRACTOR or its<br />

Subcontractors of any tier require for its or their own protection, or that is<br />

required by applicable laws or regulations, shall be CONTRACTOR’S or its<br />

Subcontractors’ sole responsibility <strong>and</strong> expense, <strong>and</strong> shall not be billed to<br />

<strong>COUNTY</strong>.<br />

12.7.6 Cooperate fully with the OCIP Administrator <strong>and</strong> the OCIP Insurers, as<br />

applicable, in the administration of the OCIP.<br />

12.7.7 Provide, within five (5) calendar days of <strong>COUNTY</strong>’S or the OCIP Administrator’s<br />

request, all documents or information requested of CONTRACTOR or its<br />

Subcontractors relating to eligibility for, enrollment in, or administration of the<br />

OCIP. Such information may include, but may not be limited to, payroll records,<br />

certified copies of insurance coverage's, declaration pages of coverage's,<br />

certificates of insurance, underwriting data, prior loss history information, safety<br />

records or history, OSHA citations, construction cost estimates for this Project,<br />

including auditable records of the calculation of the bid or Contract Price or any<br />

subcontract amount, pricing for each cost included in the bid or Contract Price or<br />

any subcontract amount, or such other data or information as <strong>COUNTY</strong>, the<br />

OCIP Administrator, or OCIP Insurers may request in the administration of the<br />

OCIP, to verify that the Costs of OCIP Coverages were not included in the<br />

Contract Price or any subcontract amount, or as required by the Insurance<br />

Manual. All such records shall be maintained through the term of the Contract<br />

<strong>and</strong> for a period of one (1) year thereafter.<br />

12.7.8 Comply, <strong>and</strong> require all of its Subcontractors to comply with OCIP Administrator’s<br />

instructions for electronically or h<strong>and</strong> delivering the enrollment forms to the OCIP<br />

Administrator enrolling in the OCIP using “Aon Wrap” <strong>and</strong> for electronically<br />

reporting payroll using “AonWrap.”<br />

12.7.9 Pay to <strong>COUNTY</strong> a sum of up to $5,000 for each occurrence, including court<br />

costs, attorneys fees <strong>and</strong> costs of defense for bodily injury or property damage to<br />

the extent losses payable under the OCIP Commercial General Liability Policy<br />

are attributable to CONTRACTOR’S Work, acts, or omissions, the Work, acts, or<br />

omissions of any of CONTRACTOR’S Subcontractors, or the Work, acts or<br />

omissions of any other entity or party for whom CONTRACTOR or its<br />

Subcontractor may be responsible (General Liability Obligation). This General<br />

Liability Obligation shall remain uninsured by CONTRACTOR, <strong>and</strong> will not be<br />

covered by the OCIP Coverages.<br />

12.8 Additional Insurance Required From Enrolled Parties <strong>and</strong> Excluded Parties.<br />

CONTRACTOR shall obtain <strong>and</strong> maintain, <strong>and</strong> shall require each of its Subcontractors<br />

of all tiers to obtain <strong>and</strong> maintain, the insurance coverages specified in this Section 12.8<br />

in a form <strong>and</strong> from insurance companies reasonably acceptable to <strong>COUNTY</strong> unless an<br />

exception is approved by the CONTRACTOR <strong>and</strong> CA. However, in no case will the<br />

<strong>COUNTY</strong> reduce the $5,000,000.00 automobile liability requirement for airside<br />

operations. The insurance limits may be provided through a combination of primary <strong>and</strong><br />

excess policies, including the umbrella form of policy. Each policy required under this<br />

Section 12.8, except the Workers’ Compensation policy, shall name <strong>COUNTY</strong>,<br />

CM @ Risk Agreement R0787918R1 Page 47 of 85


Exhibit 2<br />

Page 49 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

CONSULTANT, the OCIP Administrator, their respective officers, agents <strong>and</strong><br />

employees, <strong>and</strong> any additional entities as <strong>COUNTY</strong> may request as additional insured’s.<br />

The additional insured endorsement shall state that the coverage provided to the<br />

additional insured’s is primary <strong>and</strong> non-contributory with respect to any other insurance<br />

available to the additional insured’s. CONTRACTOR shall provide certificates of<br />

insurance coverage to <strong>COUNTY</strong> or the OCIP Administrator as required by the Insurance<br />

Manual. Enrolled Parties are to provide evidence of Worker’s Compensation,<br />

Employer’s Liability, General Liability, <strong>and</strong> Excess Liability insurance, as set out below,<br />

for off-site activities, <strong>and</strong> evidence of Automobile Liability insurance for all activities, both<br />

on-site <strong>and</strong> off-site. Excluded Parties must provide evidence of all insurance set out<br />

below for both on-site <strong>and</strong> off-site activities.<br />

12.8.1 ENROLLED PARTIES AND EXCLUDED PARTIES, per Section 12.3 MUST<br />

PROVIDE AUTOMOBILE LIABILITY COVERAGE FOR ONSITE AND OFFSITE<br />

WORK<br />

St<strong>and</strong>ard Commercial Automobile Liability Insurance covering all owned, nonowned,<br />

<strong>and</strong> hired automobiles, trucks, <strong>and</strong> trailers with a combined single limit for<br />

NON AIRSIDE of not less than $1,000,000 for bodily injury, $1,000,000 for<br />

property damage, <strong>and</strong> with a $1,000,000 policy limit <strong>and</strong> for AIRSIDE not less<br />

than $5,000,000 for bodily injury, $5,000,000 for property damage <strong>and</strong> with a<br />

policy limit of $5,000,000.<br />

12.8.2 EXCLUDED PARTIES, per Section 12.3, MUST PROVIDE WORKER'S<br />

COMPENSATION FOR ONSITE AND OFFSITE WORK<br />

Workers’ Compensation insurance at the Statutory Limit in compliance with the<br />

Workers Compensation Law of the State of Florida, <strong>and</strong> in compliance with all<br />

federal laws, including U.S. Longshoremen & Harbor Workers Act, <strong>and</strong> Jones Act<br />

coverage, where appropriate, <strong>and</strong> Employer’s Liability insurance with limits of not<br />

less than $1,000,000 each accident, $1,000,000 each employee, <strong>and</strong> with a<br />

policy limit of $1,000,000.<br />

12.8.3 EXCLUDED PARTIES, per Section 12.3, MUST PROVIDE GENERAL<br />

LIABILITY FOR ONSITE AND OFFSITE WORK<br />

Commercial General Liability Insurance in a form providing coverage not less<br />

than the st<strong>and</strong>ard ISO Commercial General Liability insurance policy<br />

(Occurrence Form). The limits shall be:<br />

Enrolled Parties/Excluded Parties<br />

Each Occurrence $1,000,000/$2,000,000<br />

General Aggregate $2,000,000/$4,000,000<br />

Products/Completed Operations Aggregate $2,000,000/$4,000,000<br />

Personal/Advertising Injury Aggregate $1,000,000/$2,000,000<br />

Ten (10) Years Products/Completed Operations Extension<br />

CM @ Risk Agreement R0787918R1 Page 48 of 85


Exhibit 2<br />

Page 50 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

12.8.4 FOR APPLICABLE EXCLUDED PARTIES, per Section 12.3, MUST PROVIDE<br />

POLLUTION LIABILITY FOR ONSITE WORK<br />

Contractor’s Pollution Liability insurance for Excluded Parties, with the following<br />

minimum limits:<br />

Combined Single Limit per Occurrence $2,000,000<br />

General Annual Aggregate $2,000,000<br />

CONTRACTOR <strong>and</strong> CA will agree to actual amount of coverage which may<br />

exceed Two Million Dollars ($2,000,000) but in no case shall it be less than Two Million<br />

Dollars ($2,000,000).<br />

If transporting hazardous waste/materials from the Project site, an appropriate MCS-90<br />

Endorsement must be attached <strong>and</strong> supplied to <strong>COUNTY</strong> on a primary basis with limits<br />

of liability in the amount of $5,000,000.<br />

12.8.5 For all policies provided under this Section 12.8, if the initial insurance expires<br />

prior to the completion of the work, renewal certificates of insurance shall be<br />

furnished at least thirty (30) days prior to the date of their expiration.<br />

12.8.6 For all policies provided under this Section 12.8, the policy(ies) must be<br />

endorsed to provide <strong>COUNTY</strong> with at least thirty (30) calendar days notice of<br />

cancellation, restriction, or both.<br />

12.8.7 CONTRACTOR shall furnish to the <strong>COUNTY</strong>, or the OCIP Administrator,<br />

Certificates of Insurance or endorsements evidencing the insurance coverage<br />

specified above within fifteen (15) calendar days after notification of award of the<br />

Contract, in the form acceptable to <strong>COUNTY</strong>. The required Certificates of<br />

Insurance shall name the types of policies provided, refer specifically to this<br />

Contract, <strong>and</strong> state that such insurance is as required by this Contract. The<br />

failure to provide the Certificate of Insurance within fifteen (15) calendar days<br />

shall be the basis for the rescission of the awarding contract. The official title of<br />

the certificate holder is Broward County Board of County Commissioners. This<br />

official title shall be used in all insurance documentation.<br />

12.8.8 Right to revise or reject. Broward County's Risk Management Division reserves<br />

the right, but not the obligation, to review <strong>and</strong> revise any insurance requirements<br />

at the time of contract renewal or any amendments, not limited to deductibles,<br />

limits, coverages <strong>and</strong> endorsements based on insurance market conditions<br />

affecting the availability or affordability of coverage; or changes in the scope of<br />

work/specifications affecting the applicability of coverage.<br />

12.8.9 <strong>COUNTY</strong> is to be expressly included as an Additional Insured in the name of<br />

Broward County Board of County Commissioners with respect to general liability<br />

<strong>and</strong> excess liability coverages arising out of operations performed for <strong>COUNTY</strong><br />

by or on behalf of CONTRACTOR or acts or omissions of CONTRACTOR in<br />

CM @ Risk Agreement R0787918R1 Page 49 of 85


Exhibit 2<br />

Page 51 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

connection with general supervision of such operation. If CONTRACTOR uses<br />

a Subcontractor, then CONTRACTOR shall ensure that Subcontractor names<br />

<strong>COUNTY</strong> <strong>and</strong> CONSULTANT as an additional insured.<br />

12.8.10 CONTRACTOR’S failure to procure or maintain the insurance required by this<br />

Section 12.8 <strong>and</strong> to ensure that all of its Subcontractors of every tier maintain<br />

the required insurance during the entire term of their respective contracts shall<br />

constitute a material breach of this Contract pursuant to which <strong>COUNTY</strong> may<br />

immediately suspend or terminate this Contract, or, at its discretion, procure or<br />

renew such insurance to protect <strong>COUNTY</strong>’S interests, pay any <strong>and</strong> all premiums<br />

in connection therewith, <strong>and</strong> withhold or recover all monies so paid from<br />

CONTRACTOR.<br />

12.9 Additional Insurance Provisions.<br />

12.9.1 Representations <strong>and</strong> Warranties. CONTRACTOR represents <strong>and</strong> warrants to<br />

<strong>COUNTY</strong>, <strong>and</strong> shall require its Subcontractors of every tier represent <strong>and</strong><br />

warrant to <strong>COUNTY</strong> that:<br />

(a) All information they submit to <strong>COUNTY</strong>, or to the OCIP Administrator, shall<br />

be accurate <strong>and</strong> complete.<br />

(b) They have had the opportunity to read <strong>and</strong> analyze copies of the OCIP<br />

insurance policies that are on file in OCIP Administrator’s office, <strong>and</strong> they<br />

underst<strong>and</strong> the OCIP Coverages. Any reference or summary in the Contract, this<br />

Article 12, the Insurance Manual, or elsewhere in any other Contract Document<br />

as to amount, nature, type or extent of OCIP Coverages or potential applicability<br />

to any potential claim or loss is for reference only. CONTRACTOR <strong>and</strong> its<br />

Subcontractors of all tiers have not relied upon said reference, but solely upon<br />

their own independent review <strong>and</strong> analysis of the OCIP Coverages in formulating<br />

any underst<strong>and</strong>ing or belief as to amount, nature, type or extent of any OCIP<br />

Coverages or its potential applicability to any potential claim or loss.<br />

(c) The Costs of OCIP Coverages were not included in CONTRACTOR’S bid or<br />

proposal for the Work, the Contract Price, <strong>and</strong> will not be included in any change<br />

order or any request for payment for the Work or extra work.<br />

(d) CONTRACTOR acknowledges that <strong>COUNTY</strong> shall not pay or compensate<br />

CONTRACTOR or any Subcontractor of any tier, in any manner, for the Costs of<br />

OCIP Coverages.<br />

12.10 Audits. CONTRACTOR agrees that <strong>COUNTY</strong>, the OCIP Administrator, or any OCIP<br />

Insurer may audit CONTRACTOR’S or any of its Subcontractors’ payroll records, books<br />

<strong>and</strong> records, insurance coverages, insurance cost information, bid estimates, or pricing<br />

for any cost in the Contract Price or any subcontracted Work, or any information that<br />

CONTRACTOR provides to <strong>COUNTY</strong>, the OCIP Administrator, or the OCIP Insurers to<br />

confirm their accuracy, <strong>and</strong> to ensure that the Costs of OCIP Coverage's are not<br />

included in any payment for the Work.<br />

CM @ Risk Agreement R0787918R1 Page 50 of 85


Exhibit 2<br />

Page 52 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

12.11 <strong>COUNTY</strong>’S Election to Modify or Discontinue the OCIP. <strong>COUNTY</strong> may, for any reason,<br />

modify the OCIP Coverage's, discontinue the OCIP, or request that CONTRACTOR or<br />

any of its Subcontractors of any tier withdraw from the OCIP upon thirty (30) calendar<br />

days written notice. Upon such notice CONTRACTOR, Subcontractor(s), or both, as<br />

specified by <strong>COUNTY</strong> in such notice, shall obtain <strong>and</strong> thereafter maintain during the<br />

performance of the Work, all (or a portion thereof as specified by <strong>COUNTY</strong>) of the OCIP<br />

Coverage's. The form, content, limits of liability, cost, <strong>and</strong> the insurer issuing such<br />

replacement insurance shall be subject to <strong>COUNTY</strong>’S approval. The cost of the<br />

replacement coverage shall be at <strong>COUNTY</strong>’S expense, but only to the extent of the<br />

applicable Costs of OCIP Coverage's.<br />

12.12 Withholding Payments. <strong>COUNTY</strong> may withhold from any payment owed or owing to<br />

CONTRACTOR or its Subcontractors of any tier the Costs of OCIP Coverage's if they<br />

are included in a request for payment. In the event a <strong>COUNTY</strong> audit of<br />

CONTRACTOR’S records <strong>and</strong> information reveals a discrepancy in the insurance,<br />

payroll, safety, or any other information required by the Contract Documents to be<br />

provided by CONTRACTOR to <strong>COUNTY</strong>, or to the OCIP Administrator, or reveals the<br />

inclusion of the Cost of OCIP Coverage's in any payment for the Work, <strong>COUNTY</strong> shall<br />

have the right to full deduction from the Contract Price of all such Costs of OCIP<br />

Coverage's <strong>and</strong> all audit costs. Audit costs shall include, but shall not be limited to, the<br />

fees of the OCIP Administrator, <strong>and</strong> the fees of attorneys <strong>and</strong> accountants conducting<br />

the audit <strong>and</strong> review. If the CONTRACTOR or its Subcontractors fail to timely comply<br />

with any provisions of this Contract concerning the OCIP, <strong>COUNTY</strong> may withhold any<br />

payments due to CONTRACTOR, its Subcontractor(s) of any tier, or both, until such time<br />

as they have complied. Such withholding by <strong>COUNTY</strong> shall not be deemed to be a<br />

default under the Contract Documents.<br />

12.13 Waiver of Subrogation. Where permitted by law, CONTRACTOR hereby waives all<br />

rights of recovery by subrogation because of deductible clauses, inadequacy of limits of<br />

any insurance policy, limitations or exclusions of coverage, or any other reason against<br />

<strong>COUNTY</strong>, the OCIP Administrator, their officers, agents, or employees, <strong>and</strong> any other<br />

contractor or Subcontractor performing Work or rendering services on behalf of<br />

<strong>COUNTY</strong> in connection with the planning, development <strong>and</strong> construction of the Project.<br />

<strong>COUNTY</strong> also requires that all CONTRACTOR maintained insurance coverage related<br />

to the Work include clauses providing that each insurer shall waive all of its rights of<br />

recovery by subrogation against CONTRACTOR, <strong>COUNTY</strong>, the OCIP Administrator,<br />

<strong>and</strong> their officers, agents, or employees. Where permitted by law, CONTRACTOR shall<br />

require similar written express waivers <strong>and</strong> insurance clauses from each of its<br />

Subcontractors. A waiver of subrogation shall be effective as to any individual or entity<br />

even if such individual or entity (a) would otherwise have a duty of indemnification,<br />

contractual or otherwise, (b) did not pay the insurance premium directly or indirectly, <strong>and</strong><br />

(c) whether or not such individual or entity has an insurable interest in the property<br />

damaged.<br />

12.14 Duty of Care. Nothing contained in this Article 12, or the Insurance Manual shall relieve<br />

the CONTRACTOR or any of its Subcontractors of any tier of their respective obligations<br />

to exercise due care in the performance of their duties in connection with the Work, <strong>and</strong><br />

to complete the Work in strict compliance with the Contract Documents.<br />

CM @ Risk Agreement R0787918R1 Page 51 of 85


Exhibit 2<br />

Page 53 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

12.15 Conflicts. In the event of a conflict, the provisions of the OCIP insurance policies shall<br />

govern then the provisions of the Contract <strong>and</strong> its other related Contact Documents, then<br />

the provisions of the Insurance Manual.<br />

12.16 Upon selection by the Selection/Negotiating Committee or as otherwise required by this<br />

Agreement, the CONTRACTOR shall furnish to the CA, Certificates of Insurance<br />

evidencing the insurance coverage specified by this Article 12. Required Certificates of<br />

Insurance shall name the types of policies certified.<br />

12.17 Coverage is not to cease <strong>and</strong> is to remain in force (subject to cancellation notice) until all<br />

performance required of CONTRACTOR is completed. All policies must be endorsed to<br />

provide <strong>COUNTY</strong> with at least thirty (30) calendar days notice of cancellation, restriction<br />

or both. If any of the insurance coverage's will expire prior to the completion of the<br />

Project, copies of renewal certificates shall be furnished at least thirty (30) calendar days<br />

prior to the date of their expiration.<br />

12.18 Insurance Requirements for Vendors, Suppliers, Material Providers, <strong>and</strong> Haulers.<br />

CONTRACTOR shall insure that all vendors, suppliers, material providers <strong>and</strong> haulers<br />

(Vendors), prior to entering the Project site, have the following insurance coverage's:<br />

12.18.1 Business Automobile Liability. Business automobile liability with minimum limits<br />

of Five Hundred Thous<strong>and</strong> Dollars ($500,000) per occurrence combined single<br />

limit for bodily injury liability <strong>and</strong> property damage liability <strong>and</strong> for airside not less<br />

than $5,000,000 for bodily injury, $5,000,000 for property damage <strong>and</strong> with a<br />

$5,000,000 policy limit. Coverage must be afforded on a form no more<br />

restrictive than the latest edition of the Business Automobile Liability policy,<br />

without restrictive endorsements, as filed by the Insurance Services Office, <strong>and</strong><br />

must include Owned Vehicles <strong>and</strong> Hired <strong>and</strong> Non-Owned Vehicles.<br />

12.18.2 Workers’ Compensation. Workers’ Compensation <strong>and</strong> Employer’s Liability<br />

insurance for operations for all employees in compliance with the "Workers'<br />

Compensation Law" of the State of Florida <strong>and</strong> all applicable federal laws.<br />

12.18.3 Commercial General Liability Insurance. Commercial General Liability insurance<br />

for premises <strong>and</strong> operations including product liability for any product<br />

manufactured, assembled or otherwise worked upon away from the Project site,<br />

in a form providing coverage no more restrictive that the St<strong>and</strong>ard Commercial<br />

General Liability insurance policy (Occurrence Form). Such policy shall be in the<br />

minimum amount of Five Hundred Thous<strong>and</strong> Dollars ($500,000) per occurrence<br />

bodily injury <strong>and</strong> property damage liability <strong>and</strong> if airside, One Million Dollars<br />

($1,000,000) per occurrence bodily injury <strong>and</strong> property damage liability.<br />

ARTICLE 13 - INDEMNIFICATION<br />

CONTRACTOR shall indemnify <strong>and</strong> hold harmless <strong>COUNTY</strong>, its officers <strong>and</strong><br />

employees, from liabilities, damages, losses, <strong>and</strong> costs, including, but not limited to<br />

reasonable attorney’s fees, to the extent caused by the negligence, recklessness or<br />

CM @ Risk Agreement R0787918R1 Page 52 of 85


Exhibit 2<br />

Page 54 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

intentional wrongful misconduct of CONTRACTOR <strong>and</strong> persons employed or utilized by<br />

CONTRACTOR in the performance of this Agreement. To the extent considered<br />

necessary by Contract Administrator <strong>and</strong> County Attorney, any sums due<br />

CONTRACTOR under this agreement may be retained by <strong>COUNTY</strong> until all of<br />

<strong>COUNTY</strong>’s claims for indemnification pursuant to this Agreement have been settled or<br />

otherwise resolved, <strong>and</strong> any amount withheld shall not be subject to payment of interest<br />

by <strong>COUNTY</strong>. The provisions <strong>and</strong> obligations of this section shall survive the expiration or<br />

earlier termination of this Agreement.<br />

Mutual Waiver of Consequential Damages: CONTRACTOR <strong>and</strong> <strong>COUNTY</strong> expressly<br />

waive claims against each other for consequential damages arising out of or relating to<br />

this Agreement. Provided, however, nothing in this Agreement shall be deemed to<br />

preclude the application of liquidated damages, when applicable, in accordance with the<br />

provisions of this Agreement.<br />

ARTICLE 14 - PERFORMANCE AND PAYMENT BOND AND QUALIFICATIONS OF SURETY<br />

14.1 Within five (5) business days of being notified of the award of this Agreement,<br />

CONTRACTOR shall furnish a Performance Bond <strong>and</strong> a Payment Bond containing all<br />

the provisions of the Performance Bond <strong>and</strong> Payment Bond attached hereto as Forms 4<br />

<strong>and</strong> 5, respectively.<br />

14.1.1 Each Bond shall be in the amount of one hundred percent (100%) of the GMP<br />

guaranteeing to <strong>COUNTY</strong> the completion <strong>and</strong> performance of the Work covered<br />

in such Agreement as well as full payment of all suppliers, material providers,<br />

laborers, or Subcontractors employed pursuant to this Project. Each Bond shall<br />

be with a surety company which is qualified pursuant to Section 14.2.<br />

14.1.2 Each Bond shall continue in effect for one (1) year after Final Completion <strong>and</strong><br />

acceptance of the Work with liability equal to one hundred percent (100%) of the<br />

Contract sum, or an additional bond shall be conditioned that CONTRACTOR<br />

will, upon notification by <strong>COUNTY</strong>, correct any defective or faulty work or<br />

materials which appear within one (1) year after Final Completion of the<br />

Agreement.<br />

14.1.3 Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, as may<br />

be amended from time to time, CONTRACTOR shall ensure that the bond(s)<br />

referenced above shall be recorded in the public records of Broward County <strong>and</strong><br />

provide <strong>COUNTY</strong> with evidence of such recording.<br />

14.1.4 Alternate form of Security: In lieu of a Performance Bond <strong>and</strong> a Payment Bond,<br />

CONTRACTOR may furnish alternate forms of security which may be in the form<br />

of cash, money order, certified check, cashier’s check. Such alternate forms of<br />

security shall be subject to the approval of <strong>COUNTY</strong> <strong>and</strong> for same purpose <strong>and</strong><br />

shall be subject to the same conditions as those applicable above <strong>and</strong> shall be<br />

held by <strong>COUNTY</strong> for one (1) year after completion <strong>and</strong> acceptance of the Work.<br />

CM @ Risk Agreement R0787918R1 Page 53 of 85


Exhibit 2<br />

Page 55 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

14.2 Qualifications of Surety:<br />

14.2.1 Each bond must be executed by a surety company of recognized st<strong>and</strong>ing,<br />

authorized to do business in the State of Florida as surety, having a resident<br />

agent in the State of Florida <strong>and</strong> having been in business with a record of<br />

successful continuous operation for at least five (5) years.<br />

14.2.2 The surety company shall hold a current certificate of authority as acceptable<br />

surety on federal bonds in accordance with United States Department of<br />

Treasury Circular 570, Current Revisions. If the amount of the Bond exceeds the<br />

underwriting limitation set forth in the circular, in order to qualify, the net retention<br />

of the surety company shall not exceed the underwriting limitation in the circular,<br />

<strong>and</strong> the excess risks must be protected by coinsurance, reinsurance, or other<br />

methods in accordance with Treasury Circular 297, revised September 1, 1978<br />

(31 DFR Section 223.10, Section 223.111). Further, the surety company shall<br />

provide <strong>COUNTY</strong> with evidence satisfactory to <strong>COUNTY</strong>, that such excess risk<br />

has been protected in an acceptable manner.<br />

14.2.3 The <strong>COUNTY</strong> will accept a surety bond from a company as shown on the chart<br />

below provided, however, that if any surety company appears on the watch list<br />

that is published quarterly by Intercom of the Office of the Florida Insurance<br />

Commissioner, the <strong>COUNTY</strong> shall review <strong>and</strong> either accept or reject the surety<br />

company based on the financial information available to the <strong>COUNTY</strong>. A surety<br />

company that is rejected by the <strong>COUNTY</strong> may be substituted with a surety<br />

company acceptable to the <strong>COUNTY</strong>, only if the GMP amount does not increase.<br />

The following sets forth, in general, the acceptable parameters for bonds:<br />

Policy<br />

Holder’s<br />

Ratings<br />

Financial Size<br />

Category<br />

Amount of Bond<br />

500,001 to 1,000,000 A- Class I<br />

1,000,001 to 2,000,000 A- Class II<br />

2,000,001 to 5,000,000 A Class III<br />

5,000,001 to 10,000,000 A Class IV<br />

10,000,001 to 25,000,000 A Class V<br />

25,000,001 to 50,000,000 A Class VI<br />

50,000,001 or more A Class VII<br />

CM @ Risk Agreement R0787918R1 Page 54 of 85


Exhibit 2<br />

Page 56 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

ARTICLE 15 - INDEPENDENT CONTRACTOR<br />

In performing its obligations hereunder, the CONTRACTOR shall be deemed an independent<br />

contractor <strong>and</strong> not an agent or employee of the <strong>COUNTY</strong>. The CONTRACTOR shall be solely<br />

responsible for <strong>and</strong> have control over construction means, methods, techniques, sequences <strong>and</strong><br />

procedures <strong>and</strong> for coordinating all portions of the Work under this Agreement, unless the Contract<br />

Documents give other specific instructions concerning these matters.<br />

ARTICLE 16 - PROJECT RECORDS<br />

16.1 Project Records: <strong>COUNTY</strong> or its designee shall have the right to inspect <strong>and</strong> copy the books<br />

<strong>and</strong> records <strong>and</strong> accounts of CONTRACTOR <strong>and</strong> all Subcontractors including but not limited<br />

to books, records, correspondence, instructions, drawings, receipts, payment records,<br />

vouchers, <strong>and</strong> memor<strong>and</strong>a which relate in any way to the Project, <strong>and</strong> to any claim for<br />

additional compensation made by CONTRACTOR, <strong>and</strong> to conduct an audit of the financial <strong>and</strong><br />

accounting records of CONTRACTOR which relate to the Project <strong>and</strong> to any claim for<br />

additional compensation made by CONTRACTOR. CONTRACTOR shall preserve <strong>and</strong> make<br />

available to <strong>COUNTY</strong> all financial records, supporting documents, statistical records <strong>and</strong> any<br />

other documents which relate to the Project <strong>and</strong> to any claim for the required retention period<br />

of the Florida Public Records Act (Chapter 119, Fla. Stat.), if applicable, <strong>and</strong>, if the Public<br />

Records Act is not applicable, for a period of three (3) years following Final Completion of the<br />

Project. During the Project <strong>and</strong> for the appropriate records retention period, CONTRACTOR<br />

shall provide <strong>COUNTY</strong> access to its books <strong>and</strong> records at CONTRACTOR’s usual place of<br />

business within Broward County upon seventy-two (72) hours written notice. If any audit has<br />

been initiated <strong>and</strong> audit findings have not been resolved at the end of the retention period or<br />

three (3) years, whichever is longer, the books, records <strong>and</strong> accounts shall be retained until<br />

resolution of the audit findings. CONTRACTOR shall be required to produce all records within<br />

Broward County for review by <strong>COUNTY</strong>. If the Florida Public Records Act (Chapter 119, Fla.<br />

Stat.) is determined by <strong>COUNTY</strong> to be applicable to CONTRACTOR's records,<br />

CONTRACTOR shall comply with all requirements thereof. Any incomplete or incorrect entry<br />

in such books, records <strong>and</strong> accounts shall be a basis for <strong>COUNTY</strong>'s disallowance <strong>and</strong><br />

recovery of any payment upon such entry.<br />

16.1.1 CONTRACTOR’s records shall include, but not be limited to accounting records<br />

(hard copy, as well as computer readable data), written policies <strong>and</strong> procedures;<br />

Subcontractor files (including proposals of successful <strong>and</strong> unsuccessful bidders<br />

<strong>and</strong> bid recaps), surety files <strong>and</strong> bond company files, original estimates,<br />

estimating work sheets, correspondence, change order files (including, but not<br />

limited to, documentation covering negotiated settlements), back charge logs <strong>and</strong><br />

supporting documentation, general ledger entries detailing cash <strong>and</strong> trade<br />

discounts earned, all required documentation as outlined in the Owner Controlled<br />

Insurance Program (OCIP) Safety <strong>and</strong> loss Prevention Manual <strong>and</strong> the OCIP<br />

Insurance Manual as attached hereto as Exhibit 6 <strong>and</strong> Exhibit 7 respectively, <strong>and</strong><br />

any other supporting evidence deemed necessary by the <strong>COUNTY</strong> to<br />

CM @ Risk Agreement R0787918R1 Page 55 of 85


Exhibit 2<br />

Page 57 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

substantiate charges related to this Agreement (all of the foregoing hereinafter<br />

referred to as records).<br />

16.1.2 CONTRACTOR shall require all Subcontractors, insurance agents <strong>and</strong> material<br />

suppliers (payees) to keep <strong>and</strong> maintain comparable records for the same time<br />

period <strong>and</strong> to permit the <strong>COUNTY</strong> to review, inspect <strong>and</strong> audit such records.<br />

CONTRACTOR shall include such requirements in all written subcontracts <strong>and</strong><br />

purchase orders issued.<br />

16.2 If an audit inspection or other examination by the <strong>COUNTY</strong> or the <strong>COUNTY</strong>’s<br />

representatives in accordance with this Article, discloses overcharges, of any nature in<br />

the amount of $25,000.00 or more, by the CONTRACTOR to the <strong>COUNTY</strong>, the cost of<br />

the <strong>COUNTY</strong>’s audit (whether performed by the <strong>COUNTY</strong> or outside auditors) shall be<br />

reimbursed or paid to the <strong>COUNTY</strong> by the CONTRACTOR. Any adjustments, payments,<br />

or both which must be made as a result of any such audit, inspection or examination of<br />

the CONTRACTOR’s invoices <strong>and</strong> records shall be made within a reasonable amount of<br />

time (not to exceed thirty (30) calendar days) from presentation of the <strong>COUNTY</strong>’s<br />

findings to the CONTRACTOR.<br />

16.3 By execution of the Agreement, CONTRACTOR represents, <strong>and</strong> <strong>COUNTY</strong> hereby<br />

materially relies on such representation in entering into this Agreement, that<br />

CONTRACTOR has not been placed on the discriminatory vendor list, as provided in<br />

Section 287.134, Florida Statues, as it may be amended from time to time. An untrue<br />

representation of the foregoing shall entitle <strong>COUNTY</strong> to terminate this Agreement, <strong>and</strong><br />

may result in debarment from <strong>COUNTY</strong>’s competitive procurement activities.<br />

ARTICLE 17 - SURVEY<br />

Unless otherwise required by the technical specifications (or, in absence of technical<br />

specification requirements concurrent with the Final Request for Payment), the CONTRACTOR<br />

shall furnish final surveys in electronic file, AUTOCAD utilizing National CAD St<strong>and</strong>ards as<br />

designated by the Contract Administrator, in addition to three (3) sets of hard copy, showing the<br />

exact locations of all structures <strong>and</strong> underground site utilities installed by CONTRACTOR,<br />

including all water, sewer, gas, fuel, telephone, security <strong>and</strong> electric lines <strong>and</strong> main, <strong>and</strong><br />

locations of all easements for such utilities then existing. Such surveys shall be prepared by a<br />

licensed Florida surveyor who shall certify that the Work is installed <strong>and</strong> erected entirely upon<br />

the Project Site <strong>and</strong> within the building restriction lines, if any, <strong>and</strong> does not overhang or<br />

encroach upon any easement or right-of-way of others. CONTRACTOR must provide said<br />

survey prior to payment of final retainage by <strong>COUNTY</strong>.<br />

CM @ Risk Agreement R0787918R1 Page 56 of 85


Exhibit 2<br />

Page 58 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

ARTICLE 18 - CONTRACTOR’S RESPONSIBILITY FOR THE WORK<br />

All the following shall be included in the GMP:<br />

18.1 CONTRACTOR shall accept full responsibility for the Work against all loss or damage of<br />

whatsoever nature sustained until Final Completion by <strong>COUNTY</strong>, <strong>and</strong> shall promptly<br />

repair any damage done from any cause whatsoever. Provided that this Section is not<br />

intended to preclude, or in any way limit the right of the CONTRACTOR to assert it<br />

rights, submit a claim, or seek recovery under any applicable policy of insurance,<br />

including but not limited the OCIP coverage's.<br />

18.2 CONTRACTOR shall be responsible for all materials, equipment <strong>and</strong> supplies pertaining<br />

to the Project whether or not stored on site. In the event any such materials, equipment<br />

<strong>and</strong> supplies are lost, stolen, damaged or destroyed prior to Final Completion by<br />

<strong>COUNTY</strong>, CONTRACTOR shall replace same without cost to <strong>COUNTY</strong>.<br />

CONTRACTOR shall be responsible to protect all materials, equipment <strong>and</strong> supplies,<br />

keeping them free from deterioration, weathering, rusting or other action detrimental to<br />

the materials. Materials stored off site shall be at no additional cost to the County.<br />

Provided that this Section is not intended to preclude, or in any way limit the right of the<br />

CONTRACTOR to assert it rights, submit a claim, or seek recovery under any applicable<br />

policy of insurance, including but not limited the OCIP coverage's.<br />

18.3 <strong>COUNTY</strong> reserves the right to award other contracts in connection with this Project.<br />

CONTRACTOR shall afford other persons or contractors reasonable opportunity for the<br />

introduction <strong>and</strong> storage of materials <strong>and</strong> the execution of work under such separate<br />

contracts. CONTRACTOR shall properly connect <strong>and</strong> coordinate this Work with the work<br />

of any other persons or contractors that might contract separately with <strong>COUNTY</strong>.<br />

18.4 If any part of CONTRACTOR’s Work depends upon the proper execution or results of<br />

the work of any other persons, CONTRACTOR shall inspect <strong>and</strong> promptly report to CPM<br />

any defects in such work that render it unsuitable for such proper execution <strong>and</strong> results.<br />

CONTRACTOR’s failure to so inspect <strong>and</strong> promptly report shall constitute an<br />

acceptance of the other person’s work as fit <strong>and</strong> proper for the reception of<br />

CONTRACTOR’s Work, except as to defects which may develop in other contractor’s<br />

work after the execution of CONTRACTOR’s Work.<br />

18.5 CONTRACTOR shall conduct its operations <strong>and</strong> take all prudent steps to coordinate the<br />

prosecution of the Work so as to create no interference or impact on any other<br />

contractor on the site. Should such interference or impact occur, <strong>and</strong> the<br />

CONTRACTOR did not take prudent steps, the CONTRACTOR shall be liable to the<br />

affected contractor for the cost of such interference or impact.<br />

18.6 To insure the proper execution of subsequent work, CONTRACTOR shall inspect the<br />

work already in place <strong>and</strong> shall at once report to CPM any discrepancy <strong>between</strong> the<br />

executed work <strong>and</strong> the requirements of the Contract Documents.<br />

18.7 Contractor shall, at the <strong>COUNTY</strong>’s option, maintain HVAC systems, electrical equipment<br />

<strong>and</strong> water/sewer services for the entire work, even if the <strong>COUNTY</strong> occupies any part of<br />

CM @ Risk Agreement R0787918R1 Page 57 of 85


Exhibit 2<br />

Page 59 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

the Work. If the <strong>COUNTY</strong> occupies any portion of the Work prior to the anticipated time,<br />

based on the Baseline Schedule, the CONTRACTOR shall be compensated for that<br />

portion of maintenance applicable to the utility serving the area occupied by the<br />

<strong>COUNTY</strong>. The compensation shall be made by transferring funds from the <strong>COUNTY</strong>’s<br />

Contingency to the CONTRACTOR’s General Conditions by method of CPEAM.<br />

18.8 Contractor shall follow all of the requirements, <strong>and</strong> be responsible for all the<br />

requirements in Exhibit 8, Division 1 Specifications.<br />

ARTICLE 19 - OCCUPATIONAL HEALTH AND SAFETY<br />

19.1 In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section<br />

38F-41.03, Florida Administrative Code, delivered as a result of this Project must be<br />

accompanied by a Material Safety Data Sheet (MSDS) which may be obtained from the<br />

manufacturer. The MSDS must include the following information:<br />

19.1.1 The chemical name <strong>and</strong> the common name of the toxic substance.<br />

19.1.2 The hazards or other risks in the use of the toxic substance, including:<br />

(1) The potential for fire, explosion, corrosion, <strong>and</strong> reaction;<br />

(2) The known acute <strong>and</strong> chronic health effects of risks from exposure, including<br />

the medical conditions which are generally recognized as being aggravated<br />

by exposure to the toxic substance; <strong>and</strong><br />

(3) The primary routes of entry <strong>and</strong> symptoms of overexposure.<br />

19.1.3 The proper precautions, h<strong>and</strong>ling practices, necessary personal protective<br />

equipment, <strong>and</strong> other safety precautions in the use of or exposure to the toxic<br />

substances, including appropriate emergency treatment in case of overexposure.<br />

19.1.4 The emergency procedure for spills, fire, disposal, <strong>and</strong> first aid.<br />

19.1.5 A description in lay terms of the known specific potential health risks posed by<br />

the toxic substance intended to alert any person reading this information.<br />

19.1.6 The year <strong>and</strong> month, if available, that the information was compiled <strong>and</strong> the<br />

name, address, <strong>and</strong> emergency telephone number of the manufacturer<br />

responsible for preparing the information.<br />

19.2 The CONTRACTOR agrees that it shall not transport to, use, generate, dispose of, or<br />

install at the Project site any Hazardous Substance, (as defined in Section 19.5), except<br />

in accordance with applicable Environmental Laws. Further, in performing the work, the<br />

CONTRACTOR shall not cause any release of hazardous substances into, or<br />

contamination of, the environment, including the soil, the atmosphere, any water course<br />

or ground water, except in accordance with applicable Environmental Laws. At Final<br />

CM @ Risk Agreement R0787918R1 Page 58 of 85


Exhibit 2<br />

Page 60 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

Completion of the Work, the CONTRACTOR must provide an Environmental<br />

Indemnification Certificate, indemnifying the <strong>COUNTY</strong> for all claims, actions, or suits<br />

resulting from the h<strong>and</strong>ling, transport, generation, disposal of any Hazardous Substance<br />

as a precondition to the full release of retainage. Such indemnification statement must<br />

meet the approval of the CA.<br />

19.2.1 Disposal of Hazardous Substances: Contractor shall prepare all documentation<br />

necessary to demonstrate that Federal, State, <strong>and</strong> local codes, statutes <strong>and</strong> laws<br />

are complied with for the transportation <strong>and</strong> disposal of hazardous materials.<br />

Such documentation must be delivered to the CPM as a pre-condition for<br />

payment.<br />

19.3 In the event the CONTRACTOR encounters on the Project site any Hazardous<br />

Substance, or what the CONTRACTOR reasonably believes to be a Hazardous<br />

Substance, <strong>and</strong> which is being introduced to the Work, or exists on the Project Location,<br />

in violation of any applicable Environmental Laws, the CONTRACTOR shall immediately<br />

stop work in the area affected <strong>and</strong> report the condition to the CPM <strong>and</strong> CA in writing.<br />

The Work in the affected area shall not thereafter be resumed except by written<br />

authorization of the CPM <strong>and</strong> CA if in fact a Hazardous Substance has been<br />

encountered <strong>and</strong> has not been rendered harmless.<br />

19.4 The CA through the CPM may direct the CONTRACTOR by utilization of <strong>COUNTY</strong>’s<br />

Contingency Account funds to remediate the Hazardous Substance in accordance with<br />

any applicable permits then in existence, but the CONTRACTOR shall not be required to<br />

remediate the Hazardous Substance absent such direction. If the CONTRACTOR is not<br />

so directed, CONTRACTOR shall not be required to resume work in any area affected<br />

by the Hazardous Substance until such time as the Hazardous Substance has been<br />

remediated.<br />

19.5 For purposes of this Agreement, the term “Hazardous Substance” shall mean <strong>and</strong><br />

include, but shall not be limited to, any element, constituent, chemical, substance,<br />

compound or mixture, which are defined in or included under or regulated by any local,<br />

state or federal law, rule, ordinance, by-law, or regulation pertaining to environmental<br />

regulation, contamination, clean-up or disclosure, including, without limitation, The<br />

Comprehensive Environmental Response, Compensation <strong>and</strong> Liability Act of 1980<br />

(CERCLA), The Resource Conservation <strong>and</strong> Recovery Act (RCRA), The Toxic<br />

Substances Control Act (TSCA), The Clean Water Act (CWA), The Clean Air Act (CAA),<br />

<strong>and</strong> The Marine Protection Research <strong>and</strong> Sanctuaries Act (MPRSA), The Occupational<br />

Safety <strong>and</strong> Health Act (OSHA), The Superfund Amendments <strong>and</strong> Reauthorization Act of<br />

1986 (SARA), or other state superlien or environmental clean-up or disclosure statutes<br />

including all state <strong>and</strong> local counterparts of such laws (all such laws, rules <strong>and</strong><br />

regulations being referred to collectively as Environmental Laws). It is the<br />

CONTRACTOR’s responsibility to comply with this Article 19 based on the law in effect<br />

at the time its services are rendered <strong>and</strong> to comply with any amendments to those laws<br />

for all services rendered after the effective date of any such amendments.<br />

CM @ Risk Agreement R0787918R1 Page 59 of 85


Exhibit 2<br />

Page 61 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

19.6 Safety <strong>and</strong> Protection:<br />

19.6.1 CONTRACTOR shall be solely responsible for initiating, maintaining <strong>and</strong><br />

supervising all safety precautions <strong>and</strong> programs in connection with the Project.<br />

CONTRACTOR shall take all necessary precautions for the safety of, <strong>and</strong> shall<br />

provide the necessary protection to prevent damage, injury or loss to:<br />

19.6.1.1 All employees <strong>and</strong> Subcontractors on the work site <strong>and</strong> other persons<br />

who may be affected thereby;<br />

19.6.1.2 All the work <strong>and</strong> all materials or equipment to be incorporated therein,<br />

whether in storage on or off the Project site;<br />

19.6.1.3 Other property at the Project site or adjacent thereto, including trees,<br />

shrubs, lawns, walks, pavements, roadways, structures <strong>and</strong> utilities not<br />

designated for removal, relocation or replacement in the course of<br />

construction; <strong>and</strong><br />

19.6.1.4 Aircraft, people, <strong>and</strong> vehicles through a Maintenance of Traffic (MOT)<br />

plan.<br />

19.6.2 CONTRACTOR shall comply with all applicable laws, ordinances, rules,<br />

regulations <strong>and</strong> orders of any public body having jurisdiction for the safety of<br />

persons or property or to protect them from damage, injury or loss; <strong>and</strong> shall<br />

erect <strong>and</strong> maintain all necessary safeguards for such safety <strong>and</strong> protection.<br />

CONTRACTOR shall notify owners of adjacent property <strong>and</strong> utilities when<br />

prosecution of the work may affect them. All damage, injury or loss to any<br />

property referred to in Sections 19.6.1.3 <strong>and</strong> 19.6.1.4 above, caused directly or<br />

indirectly, in whole or in part, by CONTRACTOR, any Subcontractor or anyone<br />

directly or indirectly employed by any of them or anyone for whose acts any of<br />

them may be liable, shall be remedied by CONTRACTOR. CONTRACTOR's<br />

duties <strong>and</strong> responsibilities for the safety <strong>and</strong> protection of the work shall<br />

continue until such time as all the Work is completed <strong>and</strong> PMO has issued a<br />

notice to <strong>COUNTY</strong> <strong>and</strong> CONTRACTOR that the Work is acceptable except as<br />

otherwise provided in Article 6.5 hereof. Provided that this Section is not<br />

intended to preclude, or in any way limit the right of the CONTRACTOR to<br />

assert it's rights, submit a claim, or seek recovery under any applicable policy of<br />

insurance, including but not limited the OCIP coverage's.<br />

19.6.3 CONTRACTOR shall designate a responsible member of its organization at the<br />

Work site whose duty shall be the prevention of accidents. This person shall be<br />

CONTRACTOR'S project manager unless otherwise designated in writing by<br />

CONTRACTOR to <strong>COUNTY</strong>. This person shall work with the Owner Controlled<br />

Insurance Program (OCIP) Safety Director <strong>and</strong> his/her designated staff<br />

19.6.4 Contractor shall establish weekly Toolbox talks with employees to review safe<br />

work requirements. Such talks shall be documented <strong>and</strong> all participants shall sign<br />

a sign-in sheet to verify attendance. Refer to the OCIP Safety Manual, Exhibit 7,<br />

for additional information on Toolbox talks.<br />

CM @ Risk Agreement R0787918R1 Page 60 of 85


Exhibit 2<br />

Page 62 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

19.6.5 The Contractor shall prepare a Hazard Safety Analysis report for construction<br />

activities that are inherently dangerous to workers or property. Such activities<br />

include, but are not limited to, excavation, crane lifts, hot cutting or welding,<br />

working on scaffolding or ladders, <strong>and</strong> erection of steel or precast concrete<br />

structures. Such report shall describe the activities, workers involved, equipment<br />

required, work areas <strong>and</strong> hazards associated with the work. Such report shall<br />

identify the precautions the Contractor <strong>and</strong> its Subcontractors will use to perform<br />

the work in a safe manner, <strong>and</strong> shall list contact names <strong>and</strong> telephone numbers<br />

for Contractor’s site superintendent <strong>and</strong> safety officer.<br />

19.6.6 Notwithst<strong>and</strong>ing the foregoing, CONTRACTOR shall comply with the OCIP<br />

Safety <strong>and</strong> Loss Prevention Manual attached hereto as Exhibit 7. In the event of<br />

a conflict <strong>between</strong> this Agreement <strong>and</strong> the OCIP Safety <strong>and</strong> Loss Prevention<br />

Manual, the Manual shall prevail.<br />

ARTICLE 20 - PERMITS, LICENSES AND IMPACT FEES<br />

20.1 Pursuant to the Public Bid Disclosure Act, EACH LICENSE, PERMIT OR FEE A<br />

CONTRACTOR WILL HAVE TO PAY THE <strong>COUNTY</strong> BEFORE OR DURING<br />

CONSTRUCTION OR THE PERCENTAGE METHOD OR UNIT METHOD OF ALL<br />

LICENSES, PERMITS AND FEES REQUIRED BY THE <strong>COUNTY</strong> AND PAYABLE TO<br />

THE <strong>COUNTY</strong> BY VIRTUE OF THIS CONSTRUCTION AS PART OF THE<br />

<strong>AGREEMENT</strong> ARE AS FOLLOWS:<br />

Occupational Licenses must be in effect as required by Florida Statutes 205.065, <strong>and</strong><br />

must be submitted within fifteen (15) calendar days of execution of this Agreement.<br />

Licenses, permits <strong>and</strong> fees which may be required by the State of Florida, State<br />

Agencies or by other local governmental entities are not included in the above.<br />

20.2. Except as otherwise provided by the Contract Documents, all permits required by<br />

federal, state or local laws, rules <strong>and</strong> regulations necessary for the prosecution of the<br />

Work undertaken by CONTRACTOR pursuant to this Agreement shall be secured <strong>and</strong><br />

paid for by <strong>COUNTY</strong>. It is CONTRACTOR's responsibility to have <strong>and</strong> maintain<br />

appropriate Certificate(s) of Competency, valid for the Work to be performed <strong>and</strong> valid<br />

for the jurisdiction in which the Work is to be performed for all persons working on the<br />

Project for whom a Certificate of Competency is required.<br />

20.3. Impact fees levied by any municipality shall be paid by <strong>COUNTY</strong>.<br />

20.4 The CONTRACTOR shall notify the CPM in writing of all conflicts <strong>between</strong> the Contract<br />

Documents <strong>and</strong> any laws, ordinances, rules, regulations <strong>and</strong> restrictions that come to<br />

the attention of the CONTRACTOR. If the CONTRACTOR performs any of the Work<br />

knowing it to be contrary to any such laws, ordinances, rules, regulations or restrictions<br />

<strong>and</strong> fails to give the CPM written notice thereof prior to performance thereof, the<br />

CONTRACTOR shall bear all costs, liabilities <strong>and</strong> expenses arising therefrom.<br />

CM @ Risk Agreement R0787918R1 Page 61 of 85


Exhibit 2<br />

Page 63 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

20.5 The CONTRACTOR shall be responsible for obtaining all necessary licenses, building<br />

<strong>and</strong> other permits, <strong>and</strong> similar authorizations from governmental authorities required or<br />

necessary to perform its obligations hereunder, <strong>and</strong> shall give all notices required by,<br />

<strong>and</strong> otherwise comply with, all applicable laws, ordinances, rules, regulations <strong>and</strong><br />

restrictions.<br />

ARTICLE 21 - PERSONNEL<br />

21.1 All personnel used or employed by the CONTRACTOR in the performance of the Work<br />

shall be qualified by training <strong>and</strong> experience to perform their assigned tasks. At the<br />

request of the <strong>COUNTY</strong> or the CPM, the CONTRACTOR shall not use in the<br />

performance of the Work any personnel deemed by the <strong>COUNTY</strong> or the CPM to be<br />

incompetent, careless, unqualified to perform the work assigned to that person, or<br />

otherwise unsatisfactory to the <strong>COUNTY</strong>.<br />

21.2 The CONTRACTOR agrees that in the performance of the Work called for by this<br />

Agreement, it will employ only such labor, <strong>and</strong> engage Subcontractors that employ only<br />

such labor, as will not delay or interfere with the speedy <strong>and</strong> lawful progress of the<br />

Project, <strong>and</strong> as will be acceptable to <strong>and</strong> work in harmony with all other workers<br />

employed on the Project site or on any other building, structure, or other improvement<br />

which the CONTRACTOR or any other contractor may then be erecting or altering on<br />

behalf of the <strong>COUNTY</strong>.<br />

The CONTRACTOR agrees that it shall not employ any labor that will interfere with labor<br />

harmony at the Project site or with the introduction <strong>and</strong> storage of materials <strong>and</strong> the<br />

execution of work by other contractors or by Subcontractors.<br />

21.3 CONTRACTOR shall furnish the CPM or PMO on request, resumes of CONTRACTOR’s<br />

key <strong>and</strong> core personnel involved in the day-to-day Work on the Project. The key<br />

personnel shall include, but shall not be limited to, Project Executive, Project Manager,<br />

<strong>and</strong> Superintendant. Core employees shall include, but shall not be limited to, Chief<br />

Estimator <strong>and</strong> Scheduler.<br />

ARTICLE 22 - CONTRACTOR’S WARRANTIES<br />

CONTRACTOR warrants to <strong>COUNTY</strong> that all materials <strong>and</strong> equipment under this Agreement<br />

will be new unless otherwise specified <strong>and</strong> that all of the Work will be of good quality, free from<br />

faults <strong>and</strong> defects <strong>and</strong> in complete conformance with the Contract Documents. All work not<br />

conforming to these requirements, including substitutions not properly approved <strong>and</strong> authorized<br />

by the Consultant, CA, CPM <strong>and</strong> PMO, may be considered defective. If required by CPM,<br />

CONTRACTOR shall furnish satisfactory evidence as to the kind <strong>and</strong> quality of materials <strong>and</strong><br />

equipment. This warranty is not limited by the provisions of Article 23 herein.<br />

22.1 The CONTRACTOR further represents <strong>and</strong> warrants:<br />

CM @ Risk Agreement R0787918R1 Page 62 of 85


Exhibit 2<br />

Page 64 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

That it is financially solvent, able to pay its debts as they mature, <strong>and</strong> possesses<br />

sufficient working capital to perform this Agreement; that it is able to furnish the<br />

materials, <strong>and</strong> services; that it is experienced in <strong>and</strong> competent to perform the Work<br />

contemplated by this Agreement; <strong>and</strong> it is qualified to do the Work herein <strong>and</strong> is<br />

authorized to do business in the State of Florida.<br />

That the CONTRACTOR holds a license, permit or other special license to perform the<br />

services included in this Agreement, as required by law, or employs or works under the<br />

general supervision of the holder of such license, permit or special license.<br />

The CONTRACTOR agrees that the Work shall be performed in a good workmanlike<br />

<strong>and</strong> professional manner, free from defects in materials <strong>and</strong> execution, <strong>and</strong> that all<br />

Materials shall be new <strong>and</strong> approved by or acceptable to the PMO, CPM <strong>and</strong><br />

Consultant, except as otherwise expressly provided for in the Contract Documents.<br />

ARTICLE 23 - DEFECTIVE WORK<br />

23.1 PMO, CPM or Consultant shall have the authority to reject or disapprove work which<br />

PMO, CPM or Consultant finds to be defective. Upon notice of defective Work, CPM or<br />

Consultant, through the CPM shall issue a non-conformance report. The CONTRACTOR<br />

shall promptly either correct all defective work or remove such defective work <strong>and</strong><br />

replace it with non-defective work. Said work requires the prior approval of the CA.<br />

CONTRACTOR shall pay all direct, indirect <strong>and</strong> consequential costs of such removal or<br />

corrections including cost of testing laboratories <strong>and</strong> personnel. All such costs shall be<br />

included in the GMP.<br />

23.2 Should CONTRACTOR fail or refuse to remove or correct any defective work or to make<br />

any necessary repairs in accordance with the requirements of the Contract Documents<br />

within the time indicated in writing by CPM, CA shall have the authority to cause the<br />

defective work to be removed or corrected, or make such repairs as may be necessary<br />

at CONTRACTOR’s expense. Any expense incurred by <strong>COUNTY</strong> in making such<br />

removals, corrections or repairs, shall be paid for out of any monies due or which may<br />

become due to CONTRACTOR <strong>and</strong> deducted from the GMP by a deduction Change<br />

Order, or may be charged against the Performance Bond. In the event of failure of<br />

CONTRACTOR to make all necessary repairs promptly <strong>and</strong> fully, CA may declare a<br />

default.<br />

23.3 If, within one (1) year after the date of Substantial Completion or such longer period of<br />

time as may be prescribed by the terms of any applicable special warranty required by<br />

the Contract Documents, any of the Work is found to be defective or not in accordance<br />

with the Contract Documents, CONTRACTOR, after receipt of written notice from CA ,<br />

shall promptly correct such defective or nonconforming Work within the time specified by<br />

CA without cost to <strong>COUNTY</strong>, to do so. Nothing contained herein shall be construed to<br />

establish a period of limitation with respect to any other obligation which CONTRACTOR<br />

might have under the Contract Documents including but not limited to, Article 22 herein<br />

<strong>and</strong> any claim regarding latent defects.<br />

CM @ Risk Agreement R0787918R1 Page 63 of 85


Exhibit 2<br />

Page 65 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

23.4 Failure to reject any defective work or material shall not in any way prevent later<br />

rejection when such defect is discovered, or obligate <strong>COUNTY</strong> to Final Completion.<br />

23.5 The CONTRACTOR shall, to the CA’s satisfaction, (i) replace any part of the Work that<br />

fails to conform with the requirements of this Agreement that appear during progress of<br />

the Work on the Project; or (ii) remedy any defects in the Work due to faulty materials or<br />

workmanship which appear within a period of one (1) year from the time of Substantial<br />

Completion of the Work or portions thereof hereunder or within such longer period of<br />

time as may be set forth in the Contract Documents or as may be required by law; or (iii)<br />

replace, repair or restore any parts of the Project or furniture, fixtures, equipment or<br />

other items placed therein (whether by the <strong>COUNTY</strong> or any other party) that are injured<br />

or damaged by any such parts of the Work that do not conform to the requirements of<br />

this Agreement or are due to defects in the Work. The provisions of this Article 23 shall<br />

not apply to corrective work attributable solely to the acts of omissions of any separate<br />

contractor or Subcontractor of the <strong>COUNTY</strong> unless the CONTRACTOR is acting in such<br />

capacity or capacities. The cost to the CONTRACTOR of performing any of its<br />

obligations under this Article 23 shall be within the GMP. The CONTRACTOR’s<br />

responsibility to make repairs <strong>and</strong> redo work under this Article 23, is in addition to the<br />

CONTRACTOR's responsibility to the <strong>COUNTY</strong> for any other damages of any kind for<br />

which the CONTRACTOR would be legally responsible.<br />

23.6 If the CA <strong>and</strong> the CONTRACTOR deem it inexpedient to require the correction of work<br />

damaged or not performed in accordance with the Contract Documents, an equitable<br />

deduction from the Contract Price <strong>and</strong> the GMP shall be made by agreement <strong>between</strong><br />

the CONTRACTOR <strong>and</strong> the CA, or <strong>COUNTY</strong> as appropriate Until such settlement, the<br />

CA may withhold such sums as the CA deems just <strong>and</strong> reasonable from monies, if any,<br />

due the CONTRACTOR. If no moneys are held by the <strong>COUNTY</strong>, reimbursement shall<br />

be made to the <strong>COUNTY</strong> within thirty (30) calendar days by the CONTRACTOR.<br />

23.7 The CONTRACTOR’s express warranty herein shall be in addition to, <strong>and</strong> not in lieu of,<br />

any other warranties or remedies the <strong>COUNTY</strong> may have under this Agreement, at law,<br />

or in equity for defective Work.<br />

ARTICLE 24 - SIGNAGE<br />

24.1 Any requirements for project signs shall be as set forth within the Technical<br />

Specifications section. In the absence of such technical specification, CONTRACTOR<br />

shall coordinate with <strong>and</strong> provide Contract Administrator’s typical project sign including<br />

applicable Broward County color logo graphics <strong>and</strong> identification of BOARD,<br />

CONTRACTOR, PMO, CPM, Consultant, <strong>and</strong> other personnel at the direction of the CA.<br />

24.2 All construction signage located at the Project Location, shall be subject to the prior<br />

written approval of the CPM <strong>and</strong> Contract Administrator. The CONTRACTOR recognizes<br />

that all signage may be disallowed, in the CPM’s <strong>and</strong> Contract Administrator’s sole<br />

discretion, <strong>and</strong> that existing signage or advertising on construction field offices, trailers,<br />

construction fences, <strong>and</strong> other construction elements or aids, may be required to be<br />

masked or deleted, all at no cost or expense to the <strong>COUNTY</strong>. Such signage will be<br />

CM @ Risk Agreement R0787918R1 Page 64 of 85


Exhibit 2<br />

Page 66 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

considered an overhead expense pursuant to Section 8.4 <strong>and</strong> shall not be included<br />

within the Cost of the Work.<br />

ARTICLE 25 - PUBLIC ENTITY CRIMES ACT<br />

CONTRACTOR represents that the execution of this Agreement will not violate the Public Entity<br />

Crimes Act (Section 287.133, Florida Statutes), which essentially provides that a person or<br />

affiliate who is a contractor, consultant or other provider <strong>and</strong> who has been placed on the<br />

convicted vendor list following a conviction for a Public Entity Crime may not submit a bid on a<br />

contract to provide any goods or services to <strong>COUNTY</strong>, may not submit a bid on a contract with<br />

<strong>COUNTY</strong> for the construction or repair of a public building or public work, may not submit bids<br />

on leases of real property to <strong>COUNTY</strong>, may not be awarded or perform work as a contractor,<br />

supplier, Subcontractor, or consultant under a contract with <strong>COUNTY</strong>, <strong>and</strong> may not transact any<br />

business with <strong>COUNTY</strong> in excess of the threshold amount provided in Section 287.017, Florida<br />

Statutes, for category two purchases for a period of 36 months from the date of being placed on<br />

the convicted vendor list. Violation of this section shall result in termination of this Agreement<br />

<strong>and</strong> recovery of all monies paid hereto, <strong>and</strong> may result in debarment from <strong>COUNTY</strong>’s<br />

competitive procurement activities.<br />

In addition to the foregoing, CONTRACTOR further represents that there has been no<br />

determination, based on an audit, that it committed an act defined by Section 287.133, Florida<br />

Statutes, as a public entity crime <strong>and</strong> that it has not been formally charged with committing an<br />

act defined as a public entity crime regardless of the amount of money involved <strong>and</strong> regardless<br />

of whether CONTRACTOR has been placed on the convicted vendor list.<br />

ARTICLE 26 - OWNERSHIP OF CONTRACT DOCUMENTS<br />

Drawings, specifications, designs, models, photographs, reports, surveys, <strong>and</strong> other data<br />

submitted by the CONTRACTOR provided in connection with this Agreement are <strong>and</strong> shall<br />

remain the property of the <strong>COUNTY</strong> whether the Project for which they are made is completed<br />

or not. All finished or unfinished documents, data, studies, surveys, drawings, maps, models,<br />

photographs, <strong>and</strong> reports prepared by CONTRACTOR shall become the property of <strong>COUNTY</strong><br />

<strong>and</strong> shall be delivered by CONTRACTOR to CA within seven (7) calendar days of termination of<br />

the Contract by either party. Any compensation due to CONTRACTOR shall be withheld until all<br />

documents are received as provided herein.<br />

ARTICLE 27 - CONTRACTOR’S REPRESENTATIVE<br />

The CONTRACTOR’s representatives shall include, but is not limited to, the Project Manager<br />

<strong>and</strong> Principal in Charge, as provided in CONTRACTOR’s response to RLI R0787918R1. The<br />

CONTRACTOR shall advise the CPM, in writing, of any limitations on the authority of<br />

CONTRACTOR’s representative(s); otherwise, CONTRACTOR’s representative(s) shall be<br />

CM @ Risk Agreement R0787918R1 Page 65 of 85


Exhibit 2<br />

Page 67 of 379<br />

Terminal 4 Gate Replacement - Western Expansion<br />

considered to have full authority to execute any <strong>and</strong> all instruments requiring the<br />

CONTRACTOR'S signature <strong>and</strong> to act on behalf of the CONTRACTOR with respect to all<br />

matters arising out of this Agreement.<br />

ARTICLE 28 - <strong>COUNTY</strong>'S RIGHT TO TERMINATE <strong>AGREEMENT</strong><br />

28-1 If the CONTRACTOR: fails to begin the Work within ten (10) calendar days after the<br />

Project Initiation Date; fails to perform the Work with sufficient workers <strong>and</strong> equipment or<br />

with sufficient materials to insure the prompt completion of the Work; performs the Work<br />

unsuitably, or causes it to be rejected as defective <strong>and</strong> unsuitable; discontinues the<br />

prosecution of the Work pursuant to the accepted schedule; fails to perform any material<br />

term set forth in the Contract Documents; becomes insolvent or is declared bankrupt, or<br />

commits any act of bankruptcy or insolvency; makes an assignment for the benefit of<br />

creditors; or from any other cause whatsoever shall not carry on the Work in an<br />

acceptable manner, CA may give notice in writing to CONTRACTOR <strong>and</strong> its Surety of<br />

such delay, neglect or default, specifying the same.<br />

If CONTRACTOR, within a period of ten (10) calendar days after such notice, shall not<br />

proceed in accordance therewith, then <strong>COUNTY</strong> may upon written certificate from the<br />

CPM of the fact of such delay, neglect or default <strong>and</strong> CONTRACTOR'S failure to comply<br />

with such notice, terminate the services of CONTRACTOR, exclude CONTRACTOR<br />

from the Project site <strong>and</strong> take the prosecution of the Work out of the h<strong>and</strong>s of<br />

CONTRACTOR, <strong>and</strong> appropriate or use any or all materials <strong>and</strong> equipment that are an<br />

integral part of the Work on the Project site as may be suitable <strong>and</strong> acceptable. In such<br />

case, CONTRACTOR shall not be entitled to receive any further payment until the<br />

Project is completed.<br />

In addition <strong>COUNTY</strong> may enter into an agreement for the completion of the Project<br />

according to the terms <strong>and</strong> provisions of the Contract Documents, or use such other<br />

methods as in CA's sole opinion shall be required for the completion of the Project<br />

according to the terms <strong>and</strong> provisions of the Contract Documents, or use such other<br />

methods as in CA's sole opinion shall be required for the completion of the Project in an<br />

acceptable manner. All damages, costs <strong>and</strong> charges incurred by <strong>COUNTY</strong>, together<br />

with the costs of completing the Project, shall be deducted from any monies due or<br />

which may become due to CONTRACTOR. In case the damages <strong>and</strong> expenses so<br />

incurred by <strong>COUNTY</strong> shall exceed the unpaid balance, then CONTRACTOR shall be<br />

liable <strong>and</strong> shall pay to <strong>COUNTY</strong> the amount of said excess.<br />

28.2 If after notice of termination of CONTRACTOR'S right to proceed, it is determined for any<br />

reason that CONTRACTOR was not in default, the rights <strong>and</strong> obligations of <strong>COUNTY</strong><br />

<strong>and</strong> CONTRACTOR shall be the same as if the notice of termination had been issued<br />

pursuant to the Termination for Convenience clause as set forth in Section 28.3 below.<br />

28.3 This Agreement may be terminated for convenience in writing by the <strong>COUNTY</strong> upon ten<br />

(10) calendar days written notice to CONTRACTOR (delivered by certified mail, return receipt<br />

requested) of intent to terminate <strong>and</strong> the date on which such termination becomes<br />

effective. In such case, CONTRACTOR shall be paid for all work executed, including<br />

CM @ Risk Agreement R0787918R1 page 66 of 85


Exhibit 2<br />

Page 68 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

Management Services <strong>and</strong> General Conditions, prior to termination. Payment shall<br />

include reasonable profit for work <strong>and</strong> services performed up to the date of the notice of<br />

termination. No payment shall be made for profit for work <strong>and</strong> services that have not<br />

been performed.<br />

28.4 Upon receipt of Notice of Termination pursuant to Sections 28.2 or 28.3 above,<br />

CONTRACTOR shall promptly discontinue all affected work unless the Notice of<br />

Termination directs otherwise <strong>and</strong> deliver or otherwise make available to <strong>COUNTY</strong> all<br />

data, drawings, specifications, reports, estimates, summaries <strong>and</strong> such other information<br />

as may have been required by the Contract Documents whether completed or in<br />

process.<br />

28.5 This Agreement may also be terminated by the Board:<br />

28.5.1 Upon the disqualification, by <strong>COUNTY</strong>’s Director of the Broward County Office of<br />

Economic <strong>and</strong> Small Business Development (OESBD), of CONTRACTOR as a<br />

County Business Enterprise (CBE) if CONTRACTOR’s status as CBE was a<br />

factor in the award of this Agreement <strong>and</strong> such status was misrepresented by<br />

CONTRACTOR;<br />

28.5.2 Upon the disqualification by <strong>COUNTY</strong>’s Director of OESBD of CONTRACTOR if<br />

CONTRACTOR obtained this Agreement or attempted to meet its CBE<br />

contractual obligations through fraud, misrepresentation, or material<br />

misstatement;<br />

28.5.3 Upon the disqualification by <strong>COUNTY</strong>’s Director of OESBD of one or more of<br />

CONTRACTOR’s CBE participants if any such participant’s status as a CBE was<br />

a factor in the award of this Agreement <strong>and</strong> such status was misrepresented by<br />

CONTRACTOR or such participant;<br />

28.5.4 Upon the disqualification by <strong>COUNTY</strong>’s Director of OESBD of one or more of<br />

CONTRACTOR’s CBE participants if such CBE participant attempted to meet its<br />

CBE contractual obligations through fraud, misrepresentation, or material<br />

misstatement;<br />

28.5.5 If CONTRACTOR is determined by <strong>COUNTY</strong>’s Director of OESBD to have been<br />

knowingly involved in any fraud, misrepresentation, or material misstatement<br />

concerning the CBE status of its disqualified CBE participant. If so determined,<br />

CONTRACTOR shall not be awarded CBE participation credit.<br />

ARTICLE 29 - CONTRACTOR’S RIGHT TO STOP WORK OR TERMINATE <strong>AGREEMENT</strong><br />

If CPM fails to review <strong>and</strong> approve or state in writing reasons for rejection of any Application for<br />

Payment within twenty (20) calendar days after it is properly presented, or if <strong>COUNTY</strong> fails<br />

either to pay CONTRACTOR within thirty (30) calendar days after presentation by CPM of any<br />

sum certified by CPM, or to notify CONTRACTOR <strong>and</strong> CPM in writing of any objection to the<br />

Application for Payment, then CONTRACTOR may give written notice in accordance with Article<br />

CM @ Risk Agreement R0787918R1 Page 67 of 85


Exhibit 2<br />

Page 69 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

31of such delay, neglect or default, specifying the same. If CA or CPM (where applicable),<br />

within a period of ten (10) calendar days after such notice shall not remedy the delay, neglect,<br />

or default upon which the notice is based, then CONTRACTOR may stop work or terminate this<br />

Agreement <strong>and</strong> recover from <strong>COUNTY</strong> payment for all work executed <strong>and</strong> reasonable expenses<br />

sustained therein plus reasonable termination expenses.<br />

ARTICLE 30 - RESOLUTION OF DISPUTES<br />

30.1 Questions, claims, difficulties <strong>and</strong> disputes of whatever nature which may arise relative<br />

to the technical interpretation of the Contract Documents <strong>and</strong> fulfillment of this<br />

Agreement as to the character, quality, amount <strong>and</strong> value of any work done <strong>and</strong><br />

materials furnished, or proposed to be done or furnished under or, by reason of, the<br />

Contract Documents which cannot be resolved by mutual agreement of PMO, CPM <strong>and</strong><br />

CONTRACTOR shall be submitted to CA in writing for resolution. When either party has<br />

determined that a disputed question, claim, difficulty or dispute is at an impasse that<br />

party shall notify the other party in writing <strong>and</strong> submit the question, claim, difficulty or<br />

dispute to the CA for resolution. The parties may agree to a proposed resolution at any<br />

time without the involvement <strong>and</strong> determination of the Contract Administrator.<br />

30.2 CA shall notify PMO, CPM <strong>and</strong> CONTRACTOR in writing of CA’s decision within twentyone<br />

(21) calendar days from the date of the submission of the question, claim, difficulty<br />

or dispute, unless CA requires additional time to gather information or allow the parties<br />

to provide additional information. Contract Administrator’s estimates <strong>and</strong> decisions upon<br />

all questions, claims, difficulties <strong>and</strong> disputes shall be final <strong>and</strong> binding to the extent<br />

provided in Section 30.5.<br />

30.3 All non-technical administrative disputes (such as billing <strong>and</strong> payment <strong>and</strong> CBE reporting<br />

issues) shall be determined by the Contract Administrator.<br />

30.4 During the pendency of any dispute <strong>and</strong> after a determination thereof, CONTRACTOR,<br />

PMO, CPM, Consultant, <strong>and</strong> CA shall act in good faith to mitigate any potential damages<br />

including utilization of construction schedule changes <strong>and</strong> alternate means of<br />

construction. During the pendency of any dispute arising under this Agreement, other<br />

than termination herein, the CONTRACTOR shall proceed diligently with performance of<br />

this Agreement <strong>and</strong> the <strong>COUNTY</strong> shall continue to make payments for undisputed<br />

amounts in accordance with the Contract Documents.<br />

30.5 In the event the determination of a dispute by the CA under this Article is unacceptable<br />

to any of the parties hereto, the party objecting to the determination must notify the other<br />

party, the County Administrator or designee, in writing within ten (10) calendar days of<br />

receipt of the written determination. The notice must state the basis of the objection <strong>and</strong><br />

the objecting party’s proposed resolution. If notice is given by CONTRACTOR, it must be<br />

accompanied by a statement that any Contract Price or Contract Time adjustment<br />

claimed is the entire adjustment to which the CONTRACTOR has reason to believe it is<br />

entitled to as a result of the question, claim, difficulty or dispute. Resolution of such<br />

dispute shall be made by the County Administrator or designee. The County<br />

CM @ Risk Agreement R0787918R1 Page 68 of 85


Exhibit 2<br />

Page 70 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

Administrator’s decision shall be final <strong>and</strong> binding on the parties subject to judicial<br />

review.<br />

30.6 For any disputes which remain unresolved, within sixty (60) calendar days after Final<br />

Completion of the Work, the parties agree to the retention of all their legal rights <strong>and</strong><br />

remedies provided under State law. If a party objecting to a determination, fails to<br />

comply in strict accordance with the requirements of this Article, said party specifically<br />

waives all of its rights provided hereunder, including its rights <strong>and</strong> remedies under State<br />

law.<br />

30.7 BY ENTERING INTO THIS <strong>AGREEMENT</strong>, CONTRACTOR AND <strong>COUNTY</strong> HEREBY<br />

EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY<br />

JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF THE<br />

PROJECT. CONTRACTOR, PURSUANT TO ARTICLE 11 OF THIS <strong>AGREEMENT</strong>,<br />

SHALL SPECIFICALLY BIND ALL SUBCONTRACTORS TO THE PROVISIONS OF<br />

THIS <strong>AGREEMENT</strong>.<br />

ARTICLE 31 - NOTICES<br />

All notices to be given hereunder shall be in writing, <strong>and</strong> may be given by depositing the same<br />

in the United States Mail addressed to the party to be notified, postpaid, return receipt<br />

requested or by delivering the same in person to such party with written receipt of<br />

acknowledgment of delivery by a person at the address(s) set forth below. Electronic, facsimile<br />

(FAX) or other telephonic transmission shall not be considered as written notice. All notices to<br />

be given to the parties hereto shall be sent to or made to the addresses shown below. The<br />

place for giving notice shall remain the same as set forth herein unless changed in the manner<br />

provided in this Article.<br />

For <strong>COUNTY</strong>:<br />

County Administrator<br />

Governmental Center, Room 409114 S. Andrews Avenue<br />

Fort Lauderdale, Florida 33301<br />

With copies to:<br />

Director of Aviation<br />

100 Aviation Boulevard<br />

Fort Lauderdale, Florida 33315<br />

Contract Administrator<br />

100 Aviation Boulevard<br />

Fort Lauderdale, Florida 33315<br />

CM @ Risk Agreement R0787918R1 Page 69 of 85


Exhibit 2<br />

Page 71 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

<strong>and</strong> to PMO:<br />

DMJM Aviation<br />

1170 Lee Wagener Blvd.<br />

Suite 207<br />

Fort Lauderdale, Florida 33315<br />

<strong>and</strong> to CPM:<br />

Name: TBD<br />

Address<br />

Address<br />

City, State Zip<br />

<strong>and</strong> to Consultant:<br />

Pierce Goodwin Alex<strong>and</strong>er <strong>and</strong> Linville, Inc. <strong>and</strong> Zyscovich inc. (a Joint Venture)<br />

791 Park Of Commerce Boulevard<br />

Suite 400<br />

Boca Raton, Florida 33487<br />

For CONTRACTOR:<br />

William R. Derrer<br />

Managing General Partner<br />

Cummins-Balfour Beatty, A Joint Venture<br />

3575 NW 53 rd Street<br />

Ft. Lauderdale, Florida 33309<br />

954-733-4211<br />

ARTICLE 32 - EEO AND CBE PROVISIONS<br />

32.1 NONDISCRIMINATION, EQUAL EMPLOYMENT OPPORTUNITY, AND AMERICANS<br />

WITH DISABILITIES ACT<br />

CONTRACTOR shall not unlawfully discriminate on the basis of race, religion, age,<br />

color, sex, national origin, political affiliation, familial status, disability, pregnancy, sexual<br />

orientation, gender identity or expression, marital status or political affiliation in the<br />

performance of this Agreement, or in subcontracting work in the performance of this<br />

Agreement <strong>and</strong> shall not otherwise unlawfully discriminate in violation of the Broward<br />

County Code, Chapter 16½, as may be amended from time to time. CONTRACTOR<br />

shall take affirmative action to ensure that applicants are employed, <strong>and</strong> that employees<br />

are treated during their employment without regard to their race, religion, color, sex or<br />

national origin, sexual orientation, marital status, political affiliation, or physical or mental<br />

disability. Such actions shall include, but not be limited to the following: employment,<br />

CM @ Risk Agreement R0787918R1 Page 70 of 85


Exhibit 2<br />

Page 72 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

upgrading, demotion, or transfer, recruitment or recruitment advertising, layoff or<br />

termination, rates of pay or other forms of compensation; <strong>and</strong> selection of training,<br />

including apprenticeship. CONTRACTOR agrees to post in conspicuous places available<br />

to employees <strong>and</strong> applicants for employment, notices setting forth the provisions of this<br />

non-discrimination clause.<br />

32.1.1 <strong>COUNTY</strong> shall also require that any contractor selected to perform work on a<br />

<strong>COUNTY</strong> project include the foregoing or similar language in its contracts with<br />

any Subcontractors, except that any project assisted by U.S. Department of<br />

Transportation funds shall comply with the non-discrimination requirements in<br />

49 C.F.R. Parts 23 <strong>and</strong> 26, as amended. Subcontractors, if any, will be made<br />

aware of <strong>and</strong> will comply with this nondiscrimination clause. Failure to comply<br />

with above requirements is a material breach of the Agreement, <strong>and</strong> may result<br />

in the termination of this Agreement or such other remedy as <strong>COUNTY</strong> deems<br />

appropriate.<br />

32.1.2 CONTRACTOR shall comply with Title I of the Americans with Disabilities Act<br />

regarding nondiscrimination on the basis of disability in employment <strong>and</strong> further<br />

shall not discriminate against any employee or applicant for employment<br />

because of race, age, religion, color, gender, sexual orientation, national origin,<br />

marital status, political affiliation, or physical or mental disability. In addition,<br />

CONTRACTOR shall take affirmative steps to ensure nondiscrimination in<br />

employment against disabled persons. Such actions shall include, but not be<br />

limited to, the following: employment, upgrading, demotion, transfer,<br />

recruitment or recruitment advertising, layoff, termination, rates of pay, other<br />

forms of compensation, terms <strong>and</strong> conditions of employment, training (including<br />

apprenticeship), <strong>and</strong> accessibility.<br />

32.1.3 By execution of this Agreement, CONTRACTOR represents that it has not<br />

been placed on the discriminatory vendor list (as provided in Section 287.134,<br />

Florida Statutes). <strong>COUNTY</strong> hereby materially relies on such representation in<br />

entering into this Agreement. An untrue representation of the foregoing shall<br />

entitle <strong>COUNTY</strong> to terminate this Agreement <strong>and</strong> recover from CONTRACTOR<br />

all monies paid by <strong>COUNTY</strong> pursuant to this Agreement, <strong>and</strong> may result in<br />

debarment from <strong>COUNTY</strong>’s competitive procurement activities.<br />

32.2 <strong>COUNTY</strong> BUSINESS ENTERPRISE (CBE) COMPLIANCE<br />

32.2.1 In completing this Project, CONTRACTOR agrees to <strong>and</strong> shall comply with<br />

County Business Act of 2009 (Broward County Ordinance No. 2009-40, as<br />

may be amended from time to time), hereinafter referred to as the “Act,” which<br />

provides for the establishment <strong>and</strong> implementation of CBE participation goals,<br />

initiatives, <strong>and</strong> other opportunities for <strong>COUNTY</strong> contracts.<br />

Failure by CONTRACTOR to carry out any of the CBE Program requirements<br />

shall constitute a material breach of this Agreement, which shall permit <strong>COUNTY</strong><br />

to terminate this Agreement or to exercise any other remedy available under this<br />

Agreement, under the Broward County Administrative Code, under the Broward<br />

CM @ Risk Agreement R0787918R1 Page 71 of 85


Exhibit 2<br />

Page 73 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

County Code of Ordinances, or under applicable law, all of which remedies being<br />

cumulative.<br />

CONTRACTOR acknowledges that the Broward County Board of County<br />

Commissioners, acting by <strong>and</strong> through the Director of the Broward County Office<br />

of Economic <strong>and</strong> Small Business Development (OESBD), may make minor<br />

administrative modifications to the CBE Program which shall become applicable<br />

to this Agreement if the administrative modifications are not unreasonable.<br />

Written notice of any such modification shall be provided to CONTRACTOR <strong>and</strong><br />

shall include a deadline for CONTRACTOR to notify <strong>COUNTY</strong> if CONTRACTOR<br />

concludes that the modification exceeds the authority of this section of this<br />

Agreement. Failure of CONTRACTOR to timely notify <strong>COUNTY</strong> of its conclusion<br />

that the modification exceeds such authority shall be deemed acceptance of the<br />

modification by CONTRACTOR.<br />

The <strong>COUNTY</strong> shall review each proposed modification to this Agreement that, by<br />

itself or aggregated with previous modifications, increase the contract value of<br />

this Agreement by ten percent (10%) of the initial contract value, or Fifty<br />

Thous<strong>and</strong> Dollars ($50,000) whichever is less, for opportunities to include or<br />

increase the participation of CBE firms, already involved on this Agreement.<br />

32.2.2 <strong>COUNTY</strong> <strong>and</strong> CONTRACTOR agree that prime <strong>and</strong> subcontract awards to CBE<br />

firms are crucial to the achievement of <strong>COUNTY</strong>'s CBE participation goals. In an<br />

effort to assist <strong>COUNTY</strong> in achieving its established goals for this Project,<br />

CONTRACTOR agrees to meet the current CBE participation goals established<br />

by <strong>COUNTY</strong>.<br />

32.2.2.1 This Contract has the following CBE participation goals:<br />

Total CBE Goal 28%<br />

32.2.2.2 CONTRACTOR may not terminate for convenience a certified CBE<br />

listed as a Subcontractor in the CONTRACTORS bid or offer without<br />

the County's prior written consent, which consent shall not be<br />

unreasonably withheld. CONTRACTOR shall inform <strong>COUNTY</strong><br />

immediately when a CBE firm is not able to perform or if<br />

CONTRACTOR believes the CBE firm should be replaced for any other<br />

reason, so that the OESBD may review <strong>and</strong> verify the good faith efforts<br />

of CONTRACTOR to substitute the CBE firm with another CBE firm.<br />

Whenever a certified CBE Subcontractor is terminated for any reason,<br />

including for cause, CONTRACTOR shall make good faith efforts to find<br />

another certified CBE firm to perform the work required of the original<br />

CBE firm.<br />

32.2.3 CONTRACTOR underst<strong>and</strong>s that each CBE firm utilized on the Project to meet<br />

the participation goals must be certified by the OESBD. CONTRACTOR agrees to<br />

enter into contracts with CBE Subcontractors which are listed on the Schedule of<br />

CBE Participation, Form 8, upon execution of the GMP Addendum <strong>and</strong> to provide<br />

copies of its contracts with such persons to the CA <strong>and</strong> the Broward County<br />

OESBD. CONTRACTOR may not deviate from the CBEs approved by the<br />

CM @ Risk Agreement R0787918R1 Page 72 of 85


Exhibit 2<br />

Page 74 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

OESBD without the prior approval of the OESBD (or designee).<br />

32.2.4 CONTRACTOR underst<strong>and</strong>s that it is the responsibility of the CA <strong>and</strong> the Broward<br />

County OESBD to monitor compliance with the CBE requirements. In that regard,<br />

CONTRACTOR agrees to furnish monthly reports in the form attached as Form 6,<br />

CBE Monthly Utilization Report, to both the CA <strong>and</strong> the OESBD on the progress<br />

of CBE participation commencing with the first payment application. All reports<br />

shall include the name <strong>and</strong> business address of each CBE firm solicited by<br />

CONTRACTOR to work as a Subcontractor in this Agreement <strong>and</strong> the responses<br />

received by CONTRACTOR to such solicitation; the name <strong>and</strong> business address<br />

of each CBE firm actually involved in this Agreement, a description of the work<br />

performed or product or service supplied by the CBE firms; the date <strong>and</strong> amount<br />

of each expenditure; the CBE status of any contractor performing any portion of<br />

this Agreement; <strong>and</strong> any other information requested by <strong>COUNTY</strong> which may<br />

assist <strong>COUNTY</strong> in determining the CONTRACTOR’s compliance with its<br />

contractual obligations, or may assist in the implementation <strong>and</strong> enforcement of<br />

the Act. The submission of the report required by this subparagraph shall be a<br />

condition of payment to CONTRACTOR.<br />

32.2.5 In the event of CONTRACTOR’s noncompliance with its participation commitment<br />

to a CBE firm (including without limitation the unexcused reduction of CBE<br />

participation), the affected CBE firm shall have the right to exercise the following<br />

remedies if the noncompliance is or was due to no fault of the CBE firm, <strong>and</strong> due<br />

to the willful action or omission of CONTRACTOR:<br />

32.2.5.1 The affected CBE firm shall be entitled to damages pursuant to its<br />

agreement with CONTRACTOR<br />

32.2.5.2 If a Subcontractor or other similarly-situated person institutes an<br />

arbitration proceeding claiming non-compliance with the Act by<br />

CONTRACTOR, then only in such event shall the remedies include an<br />

undertaking by CONTRACTOR to submit any dispute concerning such<br />

damages to binding arbitration by an independent arbitrator. However,<br />

binding arbitration shall not be available as to any dispute <strong>between</strong><br />

CONTRACTOR <strong>and</strong> <strong>COUNTY</strong>; nor shall <strong>COUNTY</strong> incur any cost, fee,<br />

or liability relative to any arbitration proceedings. An arbitrator may<br />

award reasonable attorney's fees <strong>and</strong> costs against a non-prevailing<br />

party.<br />

32.2.5.3 Nothing under this subsection 32.2.5 shall be construed to limit the<br />

rights of <strong>and</strong> remedies available to <strong>COUNTY</strong>, including the right to seek<br />

its own damages pursuant to this Agreement.<br />

32.2.6 CONTRACTOR agrees that nonpayment of a CBE Subcontractor, as required by<br />

Section 32.3.2 below, shall be a material breach of this Agreement <strong>and</strong> that<br />

<strong>COUNTY</strong>’s CA may, at its option, increase allowable retainage or withhold<br />

progress payments unless <strong>and</strong> until CONTRACTOR demonstrates timely<br />

payments of sums due to such Subcontractors. CONTRACTOR agrees that the<br />

presence of a "pay when paid" provision in a subcontract shall not preclude<br />

CM @ Risk Agreement R0787918R1 Page 73 of 85


Exhibit 2<br />

Page 75 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

<strong>COUNTY</strong> or its representatives from inquiring into allegations of nonpayment. The<br />

foregoing remedies under this subsection 32.2.6 shall not be employed when<br />

CONTRACTOR demonstrates that failure to pay results from a bona fide dispute<br />

with its Subcontractor.<br />

32.2.7 <strong>COUNTY</strong> shall have access without limitation to CONTRACTOR’s books <strong>and</strong><br />

records including payroll records, tax returns <strong>and</strong> records, <strong>and</strong> books of account,<br />

on five (5) business day's notice, to allow <strong>COUNTY</strong> to determine<br />

CONTRACTOR’s compliance with its commitment to CBE participation <strong>and</strong> the<br />

status of any CBE firm performing any portion of this Agreement. On-site reviews<br />

to monitor the CONTRACTOR’s progress in achieving <strong>and</strong> maintaining CBE<br />

obligations will be carried out by the CA in conjunction with OESBD (or designee).<br />

32.2.8 If CONTRACTOR fails to comply with the requirements of this Agreement or the<br />

requirements of the County Business Enterprise Act of 2009, <strong>COUNTY</strong> shall have<br />

the right to exercise any administrative remedies provided by the Business<br />

Opportunity Act of 2004, or any other right or remedy provided in this Agreement<br />

or under applicable law, with all such rights <strong>and</strong> remedies being cumulative.<br />

32.3 CONTRACTOR Payment to Subcontractor<br />

32.3.1 CONTRACTOR shall pay its Subcontractors <strong>and</strong> suppliers within seven (7)<br />

calendar days following receipt of payment from the <strong>COUNTY</strong> for such<br />

subcontracted work or supplies. CONTRACTOR agrees that if it withholds an<br />

amount as retainage from its Subcontractors or suppliers, that it will release such<br />

retainage <strong>and</strong> pay same within seven (7) calendar days following receipt of<br />

payment of retained amounts from <strong>COUNTY</strong>, or within seven (7) calendar days<br />

after the Subcontractor has satisfactorily completed its work, for which the<br />

<strong>COUNTY</strong> has accepted through approval of CONTRACTOR’s application for<br />

payment.<br />

32.3.2 CONTRACTOR agrees that nonpayment of a Subcontractor or supplier as<br />

required above, shall be a material breach of this Agreement <strong>and</strong> that <strong>COUNTY</strong><br />

may, at its option, increase allowable retainage or withhold progress payments<br />

unless <strong>and</strong> until CONTRACTOR demonstrates timely payments of sums due to<br />

such Subcontractors or suppliers. CONTRACTOR agrees that the presence of a<br />

“pay when paid” provision in a subcontract shall not preclude <strong>COUNTY</strong>’s inquiry<br />

into allegations of nonpayment. The foregoing remedies shall not be employed<br />

when CONTRACTOR demonstrates that failure to pay results from a bona fide<br />

dispute with its Subcontractor or supplier.<br />

32.4 CONTRACT COMPLIANCE MONITORING<br />

32.4.1 CONTRACTOR agrees to submit monthly the CBE Utilization Report to OESBD,<br />

with copy to the PMO, containing a record of payments made to its CBE<br />

subcontractors during the current reporting period.<br />

32.4.2 CONTRACTOR agrees to submit the Final CBE Participation Report containing<br />

the total amount paid to its CBE subcontractors. This report must be submitted<br />

CM @ Risk Agreement R0787918R1 Page 74 of 85


Exhibit 2<br />

Page 76 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

with the CONTRACTOR’s request for final payment <strong>and</strong> release of retainage, if<br />

applicable.<br />

32.4.3 CONTRACTOR shall certify to the <strong>COUNTY</strong> the amounts paid to each CBE<br />

involved in the project as either a joint venture partner or pursuant to a<br />

subcontract with the CBE businesses. All such certifications shall be signed by<br />

both the CONTRACTOR <strong>and</strong> CBEs.<br />

32.4.4 CONTRACTOR agrees that failure to provide appropriate certification as to the<br />

payment of CBEs <strong>and</strong> participants in the Agreement <strong>and</strong> provide certification in a<br />

form acceptable to the <strong>COUNTY</strong> that CBE business participation requirements of<br />

the Agreement have been met, notwithst<strong>and</strong>ing any other provisions of this<br />

Agreement, shall be cause for the <strong>COUNTY</strong> to withhold further payments under<br />

the Agreement until such time as such certification is received <strong>and</strong> accepted by<br />

the <strong>COUNTY</strong>, <strong>and</strong> shall not entitle the CONTRACTOR to terminate the<br />

Agreement, to cease work to be performed, or to be entitled to any damages or<br />

extensions of time, whatsoever, due to such withholding of payment or delay in<br />

work associated thereto.<br />

32.4.5 CONTRACTOR agrees that it cannot terminate a CBE subcontractor for<br />

convenience <strong>and</strong> then perform the work with its own forces or its affiliate. If a<br />

situation arises that a CBE subcontractor needs to be replaced or removed from<br />

the team, CONTRACTOR must submit a written request to OESBD with detailed<br />

explanation or justification for the submission of such request.<br />

If the request is due to a voluntary cessation of the CBE firm from the team,<br />

documentation supporting the voluntary cessation must accompany the request.<br />

Requests for substitution or termination of CBE subcontractors will only be<br />

approved on a case-by-case basis, provided that reasons cited are properly<br />

justified. When a CBE subcontractor is terminated, or fails to complete its work,<br />

CONTRACTOR must make good faith efforts to retain another CBE<br />

subcontractor to substitute for the original CBE.<br />

32.4.6 Compliance monitoring is conducted to determine if CONTRACTOR <strong>and</strong><br />

Subcontractors are complying with the requirements of the CBE Program as set<br />

forth in the County Business Enterprise Act of 2009 (Broward County Ordinance<br />

No. 2009-40) Failure of the CONTRACTOR to comply with this provision may<br />

result in the <strong>COUNTY</strong> imposing penalties or sanction.<br />

32.4.7 Contract compliance will encompass monitoring for contract dollar achievement<br />

<strong>and</strong> CBE CONTRACTOR utilization. The OESBD staff will have the authority to<br />

audit <strong>and</strong> monitor all contracts <strong>and</strong> contract-related documents related to<br />

Broward County projects. The requirements of the CBE Program are applicable<br />

to all CONTRACTOR’s, general contractors <strong>and</strong> Subcontractors.<br />

32.4.8 CONTRACTOR shall be responsible for ensuring proper documentation with<br />

regard to its utilization <strong>and</strong> payment of CBE Subcontractors.<br />

CM @ Risk Agreement R0787918R1 Page 75 of 85


Exhibit 2<br />

Page 77 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

32.5 Broward County Business Opportunity Act of 2004: The provisions of the Broward<br />

County Business Opportunity Act of 2004, Section 20-275, et. seq., Broward County<br />

Code of Ordinances (the “Act”), shall apply to the services performed pursuant to this<br />

Agreement. The CONTRACTOR hereby agrees to comply with all of the provisions set<br />

forth therein, which are contract provisions required by the Act. The contract provisions<br />

contained in Attachment III are hereby incorporated by reference. The provisions set<br />

forth in the Act shall be enforceable in accordance with all applicable provisions of this<br />

Agreement, <strong>and</strong> shall further be enforceable in accordance with the provisions set forth<br />

in the Act.<br />

ARTICLE 33 - HURRICANE AND DISASTER PREPAREDNESS<br />

33.1 PRE-HURRICANE AND DISASTER PROVISIONS<br />

33.1.1 During such periods of time as are designated by the BCAD Operations Division<br />

as being a hurricane warning or watch, the CONTRACTOR, at no cost to the<br />

<strong>COUNTY</strong>, except as specified in Section 33.1.3 below, shall take all prudent<br />

precautions necessary to secure the Project site in response to all threatened<br />

hurricane events, regardless of whether the <strong>COUNTY</strong> or CPM (CPM) has given<br />

notice of same. Division 1 Specifications contains additional CONTRACTOR’s<br />

responsibility under a hurricane watch.<br />

33.1.2 Suspension of the Work caused by a threatened or actual hurricane event,<br />

regardless of whether the <strong>COUNTY</strong> has directed such suspension, will entitle the<br />

CONTRACTOR to additional Contract Time as non-compensable, excusable<br />

delay, <strong>and</strong> shall not give rise to a claim for compensable delay.<br />

33.1.3 CONTRACTOR shall be reimbursed actual documented expenses for materials<br />

<strong>and</strong> labor incurred due to hurricane preparations that are outside of the normal<br />

daily General Conditions costs. Any such reimbursement shall be at the<br />

discretion of the Contract Administrator. Compliance with any specific hurricane<br />

warning or watch precautions will not constitute additional work.<br />

33.2 POST-HURRICANE AND DISASTER PROVISIONS<br />

33.2.1 The CA may issue, through CPM, Field Orders or other enabling documents to<br />

mobilize CONTRACTOR <strong>and</strong> its Subcontractors in the aftermath of a hurricane,<br />

natural disaster or other emergency for the purposes of damage assessment <strong>and</strong><br />

providing temporary <strong>and</strong> permanent repairs to <strong>COUNTY</strong> facilities (or other<br />

facilities as may be assigned by <strong>COUNTY</strong>). CONTRACTOR shall mobilize upon<br />

mutual agreement of specific terms for this work. Division 1 Specifications<br />

contains additional CONTRACTOR’s responsibility post hurricane.<br />

33.2.1.1 In the immediate aftermath of a hurricane, natural disaster or other<br />

emergency, the CONTRACTOR <strong>and</strong> CA shall establish<br />

communications to determine an assessment <strong>and</strong> recovery plan <strong>and</strong><br />

CM @ Risk Agreement R0787918R1 Page 76 of 85


Exhibit 2<br />

Page 78 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

to establish a preliminary list of emergency recovery activities that the<br />

CONTRACTOR shall undertake.<br />

33.2.1.2 CONTRACTOR <strong>and</strong> CA shall utilize that preliminary list of emergency<br />

recovery activities to develop one or more Construction Change<br />

Directives for execution by the CA <strong>and</strong> CONTRACTOR. Upon mutual<br />

agreement, CA shall issue the executed Field Orders upon receipt of<br />

which, CONTRACTOR shall immediately undertake the emergency<br />

actions described therein.<br />

33.2.1.3 CONTRACTOR shall mobilize personnel, Subcontractors <strong>and</strong><br />

equipment as necessary to complete the tasks required by a Field<br />

Order for hurricane or other disaster recovery.<br />

33.2.1.4 <strong>COUNTY</strong> shall issue Purchase Orders <strong>and</strong> other procurement<br />

documents as necessary to support of Construction Change<br />

Directives as issued by the Contract Administrator.<br />

33.2.1.5 Prior to being eligible for payment of expenses due to Hurricane, pre<br />

or post, procedures, CONTRACTOR shall maintain detailed records<br />

of the Work <strong>and</strong> provide full information required for evaluation <strong>and</strong> to<br />

substantiate costs <strong>and</strong> time adjustments as may be necessitated by<br />

these required changes in the Work.<br />

33.2.1.6 CONTRACTOR shall coordinate invoicing <strong>and</strong> payment procedures<br />

for emergency recovery work with the CA to ensure expeditious<br />

payment <strong>and</strong> segregation of such payments from those applicable to<br />

the non-emergency Work required by this Agreement.<br />

ARTICLE 34 - OTHER TERMS & CONDITIONS<br />

34.1 Third Party Beneficiaries: Neither CONTRACTOR nor <strong>COUNTY</strong> intend to directly or<br />

substantially benefit a third party by this Agreement. Therefore, the parties agree that<br />

there are no third party beneficiaries to this Agreement <strong>and</strong> that no third party shall be<br />

entitled to assert a claim against either of them based upon this Agreement. The parties<br />

expressly acknowledge that it is not their intent to create any rights or obligations in any<br />

third person or entity under this Agreement.<br />

34.2 Conflicts: Neither CONTRACTOR nor its employees shall have or hold any continuing<br />

or frequently recurring employment or contractual relationship that is substantially<br />

antagonistic or incompatible with CONTRACTOR’s loyal <strong>and</strong> conscientious exercise of<br />

judgment related to its performance under this Agreement. CONTRACTOR agrees that<br />

none of its employees shall, during the term of this Agreement, serve as an adverse or<br />

hostile witness against <strong>COUNTY</strong> in any legal or administrative proceeding in which he or<br />

she is not a party, unless compelled by court process, nor shall such persons give sworn<br />

CM @ Risk Agreement R0787918R1 Page 77 of 85


Exhibit 2<br />

Page 79 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

testimony or issue a report or writing, as an expression of his or her opinion, which is<br />

adverse or prejudicial to the interests of <strong>COUNTY</strong> in any such pending or threatened<br />

legal or administrative proceeding. The limitations of this Article shall not preclude such<br />

persons from representing themselves in any action or in any administrative or legal<br />

proceeding regarding this Agreement. CONTRACTOR agrees to prohibit its<br />

Subcontractors, by written contract, from having any conflicts as within the meaning of<br />

this Article.<br />

34.3 Joint Preparation: Preparation of this Agreement has been a joint effort of <strong>COUNTY</strong> <strong>and</strong><br />

CONTRACTOR <strong>and</strong> the resulting document shall not, solely as a matter of judicial<br />

construction, be construed more severely against one of the parties than any other.<br />

34.4 False Claims: In accordance with the County’s False Claims Ordinance, Section 1-276<br />

et. Seq., Broward County Code of Ordinances, the CONTRACTOR must maintain, as a<br />

condition precedent to submitting a claim against the County, a final bid takeoff. The final<br />

bid takeoff, where applicable, shall contain a line item for allocation of overhead costs<br />

<strong>and</strong> must be prepared contemporaneously with the bid <strong>and</strong> in anticipation of the bid for<br />

the project. The bid takeoff shall be provided by CONTRACTOR to CA prior to the<br />

second or third Notice-to-Proceed being issued. “Claim” means any invoice, statement,<br />

request, dem<strong>and</strong>, lawsuit, or action under contract or otherwise, for money, property, or<br />

services made to any employee, officer, or agent of the County, or to any contractor,<br />

grantee, or other recipient if any portion of the money, property, or services requested or<br />

dem<strong>and</strong>ed was issued from, or was provided by, the County. “Bid takeoff” means the<br />

final estimate, tabulation, or worksheet prepared by the CONTRACTOR in anticipation of<br />

the bid submitted, <strong>and</strong> which shall reflect the final price. IT IS EXPRESSLY AND<br />

SPECIFICALLY AGREED THAT ANY AND ALL CLAIMS SHALL BE WAIVED AND<br />

FORFEITED IF NOT SUBMITTED IN STRICT ACCORDANCE WITH THE<br />

REQUIREMENTS OF THIS ARTICLE AND THE FALSE CLAIMS ORDINANCE.<br />

34.5 Drug Free Workplace: It is a requirement of <strong>COUNTY</strong> that it enter into contracts only with<br />

firms that certify the establishment of a drug-free workplace in accordance with Chapter<br />

21.31(a) of the <strong>COUNTY</strong> Procurement Code. Execution of this Agreement by<br />

CONTRACTOR shall also serve as CONTRACTOR’s required certification that it either<br />

has or that it will establish a drug-free workplace in accordance with Chapter 21.31(a) of<br />

the <strong>COUNTY</strong> Procurement Code.<br />

34.6 Assignment: The CONTRACTOR shall not assign or transfer this Agreement or<br />

subcontract it as a whole without the written consent of the <strong>COUNTY</strong>; nor shall the<br />

CONTRACTOR assign any monies due or to become due to it hereunder, without the<br />

previous written consent of the <strong>COUNTY</strong>.<br />

34.7 Waiver: No consent or waiver, express or implied, by either party to this Agreement to<br />

or of any breach or default by the other in the performance of any obligations hereunder<br />

shall be deemed or construed to be a consent or waiver to or of any other or future<br />

breach or default by such party hereunder, nor deemed to be a modification of this<br />

Agreement. Failure on the part of any party hereto to complain of any act or failure to<br />

act of the other party or to declare the other party in default hereunder, irrespective of<br />

how long such failure continues, shall not constitute a waiver of the rights of such party<br />

hereunder, provided however this section shall not alter or amend the notice provisions<br />

CM @ Risk Agreement R0787918R1 Page 78 of 85


Exhibit 2<br />

Page 80 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

set forth in the Construction Documents including but not limited to, in Article 6.<br />

Inspection by, payment by or tentative approval or acceptance by the <strong>COUNTY</strong>, or the<br />

failure of the <strong>COUNTY</strong> to perform any inspection hereunder shall not constitute a Final<br />

Completion of the Work or any part thereof <strong>and</strong> shall not release the CONTRACTOR<br />

from any of its obligations hereunder.<br />

34.8 Construction of Terms: Unless the context clearly intends to the contrary, words<br />

singular or plural in number shall be deemed to include the other <strong>and</strong> pronouns having<br />

masculine or feminine gender shall be deemed to include the other. The term “person”<br />

shall be deemed to include an individual, corporation, unincorporated organization,<br />

partnership, trust, government <strong>and</strong> governmental agency or subdivision, as the context<br />

shall require.<br />

34.9 Captions: The captions used for the Articles in this Agreement are inserted only as a<br />

matter of convenience <strong>and</strong> for reference <strong>and</strong> in no way define, limit or describe the<br />

scope of the intent of this Agreement or any Article herein.<br />

34.10 Entire Agreement; Severability; Amendments: These Contract Documents incorporate<br />

<strong>and</strong> include all prior negotiations, correspondence, conversations, agreements, <strong>and</strong><br />

underst<strong>and</strong>ings applicable to the matters contained herein <strong>and</strong> the parties agree that<br />

there are no commitments, agreements or underst<strong>and</strong>ings concerning the subject matter<br />

of this Agreement that are not contained in the Contract Documents. Accordingly, the<br />

parties agree that no deviation from the terms herein shall be predicated upon any prior<br />

representations or agreements, whether oral or written. It is further agreed that no<br />

modification, amendment or alteration in the terms or conditions contained herein shall<br />

be effective unless contained in a written document in accordance with Article 7 above.<br />

In the event any provision of the Contract Documents shall be found by a court of<br />

competent jurisdiction to be invalid or otherwise unenforceable, the remainder of this<br />

Agreement shall not be affected thereby <strong>and</strong> each remaining provision, term, covenant<br />

or condition of the Contract Documents shall continue to be effective.<br />

34.11 Counterparts: This Agreement may be executed in one or more counterparts, each of<br />

which shall be deemed an original, but all of which together shall constitute one <strong>and</strong> the<br />

same instrument.<br />

34.12 Governing Law <strong>and</strong> Venue: This Agreement shall be interpreted <strong>and</strong> construed in<br />

accordance with <strong>and</strong> governed by the laws of the State of Florida. Any controversies or<br />

legal problems arising out of this Agreement <strong>and</strong> any action involving the enforcement or<br />

interpretation of any rights hereunder shall be submitted to the jurisdiction of the State<br />

courts of the Seventeenth Judicial Circuit of Broward County, Florida, the venue situs,<br />

<strong>and</strong> shall be governed by the laws of the State of Florida.<br />

34.13 Truth in Negotiations: Signature of this Agreement by CONTRACTOR shall act as the<br />

execution of a truth-in-negotiation certificate stating that wage rates <strong>and</strong> other factual<br />

unit costs supporting the compensation of this Agreement are accurate, complete, <strong>and</strong><br />

current at the time of contracting. The original contract price <strong>and</strong> any additions thereto<br />

shall be adjusted to exclude any significant sums by which <strong>COUNTY</strong> determines the<br />

contract price was increased due to inaccurate, incomplete, or noncurrent wage rates<br />

<strong>and</strong> other factual unit costs. All such contract adjustments shall be made within one (1)<br />

CM @ Risk Agreement R0787918R1 Page 79 of 85


Exhibit 2<br />

Page 81 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

year following the end of this Agreement.<br />

ARTICLE 35 – AIRPORT SECURITY<br />

35.1 CONTRACTOR shall be required to comply with all applicable written <strong>COUNTY</strong> Aviation<br />

Department policy statements <strong>and</strong> all applicable federal <strong>and</strong> state legal requirements,<br />

including without limitation, the following:<br />

35.1.1 CONTRACTOR agrees to observe all security requirements <strong>and</strong> other<br />

requirements of the Federal Aviation <strong>and</strong> Customs <strong>and</strong> Border Protection<br />

Regulations applicable to CONTRACTOR, including without limitation, 49 C.F.R.<br />

Part 1542 <strong>and</strong> 14 C.F.R. Part 139. The CONTRACTOR agrees to comply with<br />

the Airport Security Program <strong>and</strong> the Air Operations Area (AOA) Vehicle Access<br />

Program, <strong>and</strong> amendments thereto, as approved by the Transportation Security<br />

Administration, <strong>and</strong> with such other rules <strong>and</strong> regulations as may be reasonably<br />

prescribed by the <strong>COUNTY</strong> or the PMO, <strong>and</strong> to take such steps as may be<br />

necessary or directed by the <strong>COUNTY</strong> or the PMO to insure that any <strong>and</strong> all<br />

subconsultants, Subcontractors, agents, employees, invitees <strong>and</strong> guests observe<br />

such requirements.<br />

35.1.2 If as a result of the acts or omissions of CONTRACTOR, its Subcontractors,<br />

agents, employees, invitees or guests, the <strong>COUNTY</strong> incurs any fines or penalties<br />

imposed by the Transportation Security Administration or the Federal Aviation<br />

Administration or any expense in enforcing the regulations of the Transportation<br />

Security Administration or the Federal Aviation Administration, including without<br />

limitation, 49 C.F.R. Part 1542 <strong>and</strong> 14 C.F.R. Part 139 or any expense in<br />

enforcing the Airport Security Program or any expense in enforcing the rules <strong>and</strong><br />

regulations of the <strong>COUNTY</strong>, then CONTRACTOR agrees to pay <strong>and</strong> reimburse<br />

to <strong>COUNTY</strong> all such costs <strong>and</strong> expenses, including all costs of administrative<br />

proceedings, court costs, <strong>and</strong> attorneys fees <strong>and</strong> all costs incurred by <strong>COUNTY</strong><br />

in enforcing this provision. Said costs shall not constitute Cost of the Work.<br />

CONTRACTOR further agrees to rectify any security deficiency caused by<br />

CONTRACTOR, its Subconsultants, Subcontractors, agents, employees, invitees<br />

or guests, or other deficiency as may be determined as such by the <strong>COUNTY</strong> or<br />

the Federal Aviation Administration. In the event CONTRACTOR fails to remedy<br />

any such deficiency, the <strong>COUNTY</strong> may do so at the cost <strong>and</strong> expense of<br />

CONTRACTOR. The <strong>COUNTY</strong> reserves the right to take whatever action is<br />

necessary to rectify any such security deficiency or other deficiency. The<br />

provisions hereof shall survive the expiration or any other termination of this<br />

Agreement. CONTRACTOR shall include this provision in any contracts with any<br />

subconsultants, contractors or Subcontractors.<br />

35.1.3 Access to Security Identification Display Areas <strong>and</strong> Identification Badges (SIDA<br />

Badges): The CONTRACTOR shall be responsible for requesting the Aviation<br />

Department to issue identification badges to all employees who are authorized<br />

<strong>and</strong> need access to the Security Identification Display Area (SIDA) on the Airport,<br />

as designated in the Airport Security Program in order to fulfill contractual<br />

CM @ Risk Agreement R0787918R1 Page 80 of 85


Exhibit 2<br />

Page 82 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

obligations under this Agreement. Refer to Exhibit 9, for additional comments. In<br />

addition, CONTRACTOR shall be responsible for the immediate reporting of all<br />

lost or stolen SIDA badges <strong>and</strong> the immediate return of the SIDA badges of<br />

CONTRACTOR’s personnel transferred from the Airport or terminated from the<br />

employ of the CONTRACTOR, or upon termination of this Agreement. Before a<br />

SIDA badge is issued to an employee, CONTRACTOR shall comply with the<br />

requirements of 49 C.F.R. Part 1542 with regard to employment history,<br />

verification <strong>and</strong> criminal background checks, <strong>and</strong> shall require that each<br />

employee complete the SIDA training program conducted by the Aviation<br />

Department. The CONTRACTOR shall pay or cause to be paid to the Aviation<br />

Department such charges as may be established from time to time for lost or<br />

stolen SIDA badges <strong>and</strong> those not returned to the Aviation Department in<br />

accordance with this Article. The Aviation Department shall have the right to<br />

require the CONTRACTOR to conduct background investigations <strong>and</strong> to furnish<br />

certain data on such employees before the issuance of SIDA badges, which data<br />

may include the fingerprinting of employee applicants for such badges.<br />

35.1.4 Operation of Vehicles on the AOA: Before the CONTRACTOR shall permit any<br />

employee to operate a motor vehicle or motor driven equipment of any kind or<br />

type on the AOA (<strong>and</strong> unless escorted by an Aviation Department-approved<br />

escort), the CONTRACTOR shall ensure that all such vehicle or equipment<br />

operators possess current, valid <strong>and</strong> appropriate licenses. In addition, any motor<br />

vehicles <strong>and</strong> equipment of CONTRACTOR operating on the AOA must have an<br />

appropriate vehicle identification permit issued by the Aviation Department, which<br />

identification must be displayed as required by the Aviation Department.<br />

35.1.5 Consent to Search/Inspection: The CONTRACTOR agrees that its vehicles,<br />

cargo, goods <strong>and</strong> other personal property are subject to being inspected <strong>and</strong><br />

searched when attempting to enter or leave <strong>and</strong> while on the AOA.<br />

CONTRACTOR further agrees that it shall not authorize any employee or other<br />

person to enter the AOA unless <strong>and</strong> until such employee or other person has<br />

executed a written consent-to-search/inspection form acceptable to the Aviation<br />

Department. CONTRACTOR acknowledges <strong>and</strong> underst<strong>and</strong>s that the foregoing<br />

requirements are for the protection of users of the airport <strong>and</strong> are intended to<br />

reduce incidents of cargo tampering, aircraft sabotage, thefts <strong>and</strong> other unlawful<br />

activities at the Airport. For this reason, CONTRACTOR agrees that persons not<br />

executing such consent-to-search/inspection form shall not be employed by the<br />

CONTRACTOR at the Airport in any position requiring access to the AOA or<br />

allowed entry to the AOA by the CONTRACTOR.<br />

35.2 The <strong>COUNTY</strong> shall have the right, but not the duty, to conduct such audits of the<br />

CONTRACTOR’s employment records as it deems desirable to investigate the<br />

CONTRACTOR’s compliance with this Article 35. The <strong>COUNTY</strong> may terminate this<br />

Agreement for default if it finds any evidence which indicates that the CONTRACTOR<br />

has not complied with the obligations imposed by this Article.<br />

CM @ Risk Agreement R0787918R1 Page 81 of 85


Exhibit 2<br />

Page 83 of 379<br />

Terminal 4 Gate Replacement - Western Expansion<br />

<strong>AGREEMENT</strong> <strong>between</strong> <strong>BROWARD</strong> <strong>COUNTY</strong> <strong>and</strong> <strong>Cummings</strong>-Balfour Beatty, A Joint Venture<br />

for CONSTRUCTION MANAGER AT RISK Services for T 4 Gate Replacement-Western<br />

Expansion at Fort Lauderdale-Hollywood International Airport IN <strong>BROWARD</strong> <strong>COUNTY</strong>,<br />

FLORIDA (RL! #R0787918R1)<br />

IN WITNESS WHEREOF, the parties hereto have made <strong>and</strong> executed this Agreement on (he<br />

respective dates under each signature: <strong>BROWARD</strong> <strong>COUNTY</strong> through its BOARD OF <strong>COUNTY</strong><br />

COMMISSIONERS, signing by <strong>and</strong> through its Mayor or Vice Mayor, authorized to execute<br />

same by Board action on the , day of , 2010 <strong>and</strong> the CONTRACTOR,<br />

<strong>Cummings</strong>-Balfour Beatty, A Joint Venture, signing by <strong>and</strong> through the presidents of the<br />

companies comprising the joint venture duly authorized to execute same.<br />

<strong>COUNTY</strong><br />

ATTEST: <strong>BROWARD</strong> <strong>COUNTY</strong>, through its<br />

BOARD OF <strong>COUNTY</strong> COMMISSIONERS<br />

County Administrator <strong>and</strong><br />

the ExOfficio Clerk of the<br />

Board of County Commissioners<br />

By<br />

Mayor<br />

day of 2010<br />

Approved as to surety company<br />

qualifications, insurance<br />

requirements <strong>and</strong> insurance<br />

documentation:<br />

Approved as to form by Office of County Attorney<br />

Broward County, Florida<br />

JEFFREY J. NEWTON. County Attorney<br />

Governmental Center, Room 423<br />

115 S. Andrews Avenue<br />

Fort Lauderdale, Florida 33301<br />

Telephone: {954} 357-7600<br />

Facsimile: (954) 357-7641<br />

By_<br />

L<br />

Cindsey A. Payne<br />

Assistant County Attorney<br />

CM @ Risk Agreement R0787918R1 Page 82 of 85


■<br />

Exhibit 2<br />

Page 84 of 379<br />

Terminal 4 Gate Replacement - Western Expansion<br />

<strong>AGREEMENT</strong> <strong>between</strong> <strong>BROWARD</strong> <strong>COUNTY</strong> <strong>and</strong> <strong>Cummings</strong>-Balfour Beatty, A Joint Venture<br />

for CONSTRUCTION MANAGER AT RISK Services For T-4 Gate Replacement-Western<br />

Expansion at FLL IN <strong>BROWARD</strong> <strong>COUNTY</strong>, FLORIDA (RLI #R0787918R1)<br />

CONTRACTOR<br />

<strong>Cummings</strong>-Balfour Beatty,<br />

A Joint Venture<br />

.•'■ ■■- . ;<br />

. SATTEST:<br />

James A.<br />

ii<br />

(Secretary)<br />

---/'<br />

-,v-/<br />

(Corporate seal)<br />

in<br />

Witness:<br />

•<br />

r<br />

Signature & title)<br />

William R. Derrer, CEO <strong>and</strong> President<br />

(Typed name & title, as signed above)<br />

day of A 2010.<br />

Signature'of'Witness<br />

/3/LL. P.<br />

Printedflf,|fy,ped<br />

Name of Witness<br />

Balfour Beatty Construction, LLC<br />

4<br />

(Corporate13<br />

Witness:<br />

(Signature's, title)<br />

Raymond C. Southern. Division CEO <strong>and</strong> President<br />

(Typed name & title, as signed above)<br />

/Cr'" day of /jcJdhu'Rf 2010.<br />

Signature of"Witness<br />

Printed or Typed Name of Witness<br />

CM @ Risk Agreement R07B7918R1 Page 83 of 85


Exhibit 2<br />

Page 85 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

List of Exhibits <strong>and</strong> Forms<br />

Exhibit 1<br />

Exhibit 2<br />

Exhibit 3<br />

Exhibit 4<br />

Exhibit 5<br />

Exhibit 6<br />

Exhibit 7<br />

Exhibit 8<br />

Exhibit 9<br />

Exhibit 10<br />

Exhibit 11<br />

Exhibit 12<br />

Exhibit 13<br />

Exhibit 14:<br />

Exhibit 15:<br />

Form 1<br />

Form 2<br />

Form 3<br />

Form 4<br />

Form 5<br />

Form 6<br />

Form 7<br />

Form 8<br />

Form 9<br />

CONTRACTOR’s Direct Construction Cost<br />

CONTRACTOR’s General Conditions<br />

CONTRACTOR’s Management Services<br />

Prevailing Wage Rate Determination<br />

List of Pricing Documents<br />

OCIP Insurance Manual<br />

OCIP Safety <strong>and</strong> Loss Prevention Manual<br />

Division 1 Specifications<br />

Security – Badging Requirements & Ramp Driving Privileges<br />

Key Employees<br />

Core Staff<br />

Schedule of Subcontractors <strong>and</strong> Vendors<br />

CONTRACTOR’s Early General Conditions<br />

Preconstruction General Conditions<br />

Contractor’s Preconstruction Management Services<br />

Statement of Compliance – Prevailing Wage Rate Ordinance<br />

Certification of Substantial Completion<br />

Form of Final Receipt<br />

Form of Performance Bond<br />

Form of Payment Bond<br />

CBE Monthly Utilization Report<br />

CBE Letters of Intent<br />

Schedule of CBE Participation<br />

Final CBE Utilization Report<br />

CM @ Risk Agreement R0787918R1 Page 84 of 85


Exhibit 2<br />

Page 86 of 379<br />

Terminal 4 Gate Replacement – Western Expansion<br />

Form 10<br />

Form 11<br />

Form 12<br />

CBE Unavailability Report<br />

Weekly Time Sheet<br />

Certification of Payments to Subcontractors & Vendors<br />

(Remainder of this page intentionally left blank)<br />

CM @ Risk Agreement R0787918R1 Page 85 of 85


Terminal 4 Gate Replacement – Western Expansion<br />

Exhibit 2<br />

Page 87 of 379<br />

Exhibit 1<br />

CONTRACTOR’s Direct Construction Cost<br />

Project Name: Terminal 4 Gate Replacement - Western Expansion<br />

Project Number: 3300<br />

# DESCRIPTION<br />

SCHEDULED<br />

VALUE<br />

1 $ TBD<br />

2 $<br />

3 $<br />

4 $<br />

5 $<br />

6 $<br />

7 $<br />

8 $<br />

9 $<br />

10 $<br />

11 $<br />

12 $<br />

13 $<br />

14 $<br />

15 $<br />

16 $<br />

17 $<br />

18 $<br />

19 $<br />

20 $<br />

21 $<br />

22 $<br />

23 $<br />

24 $<br />

25 $<br />

26 $<br />

27 $<br />

28 $<br />

29 $<br />

30 $<br />

31 $<br />

32 $<br />

33 $<br />

34 $<br />

35 $<br />

TOTAL DIRECT COST $<br />

CM @ Risk Agreement R0787918R1


Terminal 4 Gate Replacement – Western Expansion<br />

Exhibit 2<br />

Page 88 of 379<br />

Exhibit 2<br />

CONTRACTOR’s General Conditions<br />

Project Name: Terminal 4 Gate Replacement - Western Expansion<br />

Project Number: 3300<br />

# DESCRIPTION<br />

SCHEDULED<br />

VALUE<br />

1 $ TBD<br />

2 $<br />

3 $<br />

4 $<br />

5 $<br />

6 $<br />

7 $<br />

8 $<br />

9 $<br />

10 $<br />

11 $<br />

12 $<br />

13 $<br />

14 $<br />

15 $<br />

16 $<br />

17 $<br />

18 $<br />

19 $<br />

20 $<br />

21 $<br />

22 $<br />

23 $<br />

24 $<br />

25 $<br />

26 $<br />

27 $<br />

28 $<br />

29 $<br />

30 $<br />

31 $<br />

32 $<br />

33 $<br />

. SUB TOTAL GENERAL CONDITIONS $<br />

34 Insurance Bond $<br />

GENERAL CONDITIONS TOTAL $<br />

CM @ Risk Agreement R0787918R1


Terminal 4 Gate Replacement – Western Expansion<br />

Exhibit 2<br />

Page 89 of 379<br />

Exhibit 3<br />

CONTRACTOR’s Management Services<br />

Project Name: Terminal 4 Gate Replacement - Western Expansion<br />

Project Number: 3300<br />

# DESCRIPTION<br />

SCHEDULED<br />

VALUE<br />

1 $ TBD<br />

2 $<br />

3 $<br />

4 $<br />

5 $<br />

6 $<br />

7 $<br />

8 $<br />

9 $<br />

10 $<br />

11 $<br />

12 $<br />

13 $<br />

14 $<br />

15 $<br />

16 $<br />

17 $<br />

18 $<br />

19 $<br />

20 $<br />

21 $<br />

22 $<br />

23 $<br />

24 $<br />

25 $<br />

26 $<br />

27 $<br />

28 $<br />

29 $<br />

30 $<br />

31 $<br />

32 $<br />

33 $<br />

34 $<br />

35 $<br />

NEGOTIATED AMOUNT $<br />

CM @ Risk Agreement R0787918R1


Terminal 4 Gate Replacement – Western Expansion<br />

Exhibit 2<br />

Page 90 of 379<br />

Exhibit 4<br />

Prevailing Wage Determination<br />

Project Name: Terminal 4 Gate Replacement - Western Expansion<br />

Project Number: 3300<br />

General Decision Number: FL100108 07/02/2010 FL108<br />

Superseded General Decision Number: FL20080108<br />

State: Florida<br />

Construction Type: Building<br />

County: Broward County in Florida.<br />

BUILDING CONSTRUCTION PROJECTS (does not include single family<br />

homes or apartments up to <strong>and</strong> including 4 stories).<br />

Modification Number Publication Date<br />

0 03/12/2010<br />

1 03/19/2010<br />

2 03/26/2010<br />

3 04/23/2010<br />

4 07/02/2010<br />

CARP0079-001 04/01/2009<br />

Rates<br />

Fringes<br />

CARPENTER (Form Work Only) $ 22.20 6.67<br />

----------------------------------------------------------------<br />

ELEC0728-002 08/31/2009<br />

Rates<br />

Fringes<br />

ELECTRICIAN $ 28.46<br />

12.5%+5.00<br />

----------------------------------------------------------------<br />

ELEV0071-001 01/01/2010<br />

Rates<br />

Fringes<br />

ELEVATOR MECHANIC $ 36.44 20.235<br />

FOOTNOTE:<br />

A: Employer contributes 8% basic hourly rate for 5 years or more of service or 6% basic hourly<br />

rate for 6 months to 5 years of service as Vacation Pay Credit; Paid Holidays:<br />

New Year's Day; Memorial Day; Independence Day; Thanksgiving Day; Christmas Day, plus the<br />

Friday after Thanksgiving.<br />

CM @ Risk Agreement R0787918R1


Terminal 4 Gate Replacement – Western Expansion<br />

Exhibit 2<br />

Page 91 of 379<br />

----------------------------------------------------------------<br />

ENGI0487-005 01/01/2010<br />

Rates<br />

Fringes<br />

OPERATOR: Backhoe $ 27.57 8.78<br />

OPERATOR: Concrete Pump<br />

With Boom Attachments When<br />

Manned With One Operator $ 28.30 8.78<br />

With Boom Attachments With<br />

Two Operators $ 25.05 8.78<br />

OPERATOR: Crane<br />

All Tower Cranes (Must have 2 operators) Mobile, Rail, Climbers, Static-Mount; All Cranes<br />

with Boom Length 150 Feet & Over (With or without jib) Friction, Hydro, Electric or Otherwise;<br />

Cranes 150<br />

Tons & Over (Must have 2 operators); Cranes with 3 Drums (When 3rd drum is rigged for<br />

work); Gantry & Overhead Cranes; Hydro Cranes Over 25 Tons but not more than 50 Tons<br />

(Without Oiler/Apprentice); Hydro/Friction Cranes without Oiler/Apprentices when Approved by<br />

Union; & All Type of Flying Cranes; Boom Truck $ 28.30 8.78<br />

Cranes with Boom Length Less than 150 Feet (With or without jib); Hydro Cranes 25 Tons &<br />

Under, & Over 50 Tons (With Oiler/Apprentice); Boom Truck<br />

$ 27.57 8.78<br />

OPERATOR: Loader $ 24.89 8.78<br />

OPERATOR: Mechanic $ 27.57 8.78<br />

OPERATOR: Oiler $ 22.24 8.78<br />

----------------------------------------------------------------<br />

IRON0272-003 10/01/2006<br />

Rates<br />

Fringes<br />

IRONWORKER, ORNAMENTAL,<br />

REINFORCING AND STRUCTURAL $ 26.70 6.43<br />

----------------------------------------------------------------<br />

PAIN0365-001 01/01/2010<br />

Rates<br />

Fringes<br />

PAINTER: Brush, Steel <strong>and</strong> Spray (Excluding Drywall<br />

Finishing/Taper) $ 19.50 6.90<br />

----------------------------------------------------------------<br />

PLUM0719-001 03/01/2010<br />

Rates<br />

Fringes<br />

PLUMBER (Excluding HVAC Pipe Installation) $ 28.50 9.10<br />

FOOTNOTE:<br />

A- 6 paid holidays New Year's Day, Memorial Day, July 4th, Labor Day, Thanksgiving Day <strong>and</strong><br />

Christmas Day providing the employee works the scheduled work day preceding <strong>and</strong> after the<br />

holiday.<br />

----------------------------------------------------------------<br />

CM @ Risk Agreement R0787918R1


Terminal 4 Gate Replacement – Western Expansion<br />

Exhibit 2<br />

Page 92 of 379<br />

SFFL0821-001 01/01/2010<br />

Rates<br />

Fringes<br />

SPRINKLER FITTER (Fire Sprinklers) $ 26.80 14.30<br />

----------------------------------------------------------------<br />

SHEE0032-009 01/01/2009<br />

Rates<br />

Fringes<br />

SHEETMETAL WORKER (Including HVAC Duct<br />

Installation) $ 24.42 11.36<br />

----------------------------------------------------------------<br />

SUFL2009-005 05/22/2009<br />

Rates<br />

Fringes<br />

BRICKLAYER $ 18.93 0.00<br />

CARPENTER, Including Acoustical Ceiling, Drywall Hanging <strong>and</strong> Cabinet Installation (Excluding<br />

Formwork) $ 16.84 1.37<br />

CEMENT MASON/CONCRETE FINISHER $ 14.00 0.00<br />

ELECTRICAL INSTALLER (HVAC & Temperature Control<br />

Technician) $ 20.41 4.64<br />

FENCE ERECTOR $ 10.00 0.00<br />

FLOOR LAYER: Carpet (Soft) Floor $ 19.00 2.10<br />

GLAZIER $ 17.00 0.00<br />

HVAC MECHANIC (HVAC Pipe Installation Only) $ 20.34 2.89<br />

HVAC MECHANIC (HVAC System Installation Only) $ 17.91 2.64<br />

INSTALLER - OVERHEAD DOOR $ 13.50 0.00<br />

LABORER: Asphalt Raker $ 10.40 0.00<br />

LABORER: Asphalt Shoveler $ 7.88 0.00<br />

LABORER: Common or General $ 12.36 2.42<br />

LABORER: Concrete Saw $ 12.63 0.00<br />

LABORER: Mason Tender – Brick $ 10.75 0.00<br />

LABORER: Mason Tender - Cement/Concrete $ 12.83 1.90<br />

CM @ Risk Agreement R0787918R1


Terminal 4 Gate Replacement – Western Expansion<br />

Exhibit 2<br />

Page 93 of 379<br />

LABORER: Pipelayer $ 14.30 1.24<br />

LABORER: Roof Tearoff $ 8.44 0.00<br />

LABORER: L<strong>and</strong>scape <strong>and</strong> Irrigation $ 11.96 0.63<br />

MECHANICAL INSULATOR, Including Duct <strong>and</strong> Pipe $ 14.25 2.16<br />

OPERATOR: Asphalt Spreader $ 11.41 0.00<br />

OPERATOR: Bulldozer $ 16.21 0.00<br />

OPERATOR: Distributor $ 12.37 0.00<br />

OPERATOR: Excavator $ 11.00 0.00<br />

OPERATOR: Forklift $ 14.00 0.00<br />

OPERATOR: Grader/Blade $ 13.73 0.00<br />

OPERATOR: Paver $ 12.75 0.00<br />

OPERATOR: Roller $ 10.94 0.00<br />

OPERATOR: Screed $ 13.05 0.00<br />

OPERATOR: Tractor $ 9.91 0.00<br />

OPERATOR: Trencher $ 11.75 0.00<br />

PAINTER: Roller <strong>and</strong> Drywall Finishing/Taper $ 13.25 3.45<br />

PIPEFITTER (Excluding HVAC Pipe Installation) $ 17.85 2.54<br />

PLASTERER $ 18.25 0.00<br />

ROOFER (Metal Roofs Only) $ 22.49 0.00<br />

ROOFER, Including Built Up, Hot Tar, Modified Bitumen, Shake & Shingle, Single Ply <strong>and</strong> Slate<br />

& Tile (Excluding Metal Roof) $ 13.59 0.00<br />

TILE SETTER $ 14.45 0.00<br />

TRUCK DRIVER: 3 Axle Truck $ 10.50 0.80<br />

TRUCK DRIVER: Dump Truck $ 10.00 0.00<br />

TRUCK DRIVER: Lowboy Truck $ 13.78 0.00<br />

----------------------------------------------------------------<br />

CM @ Risk Agreement R0787918R1


Terminal 4 Gate Replacement – Western Expansion<br />

Exhibit 2<br />

Page 94 of 379<br />

WELDERS - Receive rate prescribed for craft performing operation to which welding is<br />

incidental.<br />

========================================================<br />

Unlisted classifications needed for work not included within the scope of the classifications listed<br />

may be added after award only as provided in the labor st<strong>and</strong>ards contract clauses (29 CFR<br />

5.5(a)(1)(ii)).<br />

----------------------------------------------------------------<br />

In the listing above, the "SU" designation means that rates listed under the identifier do not<br />

reflect collectively bargained wage <strong>and</strong> fringe benefit rates. Other designations indicate unions<br />

whose rates have been determined to be prevailing.<br />

CM @ Risk Agreement R0787918R1


Terminal 4 Gate Replacement – Western Expansion<br />

Exhibit 2<br />

Page 95 of 379<br />

Exhibit 5<br />

List of Pricing Documents<br />

Project Name: Terminal 4 Gate Replacement - Western Expansion<br />

Project Number: 3300<br />

The following is an enumeration of the drawings <strong>and</strong> specifications that form the basis of the<br />

GMP:<br />

TBD except as noted below<br />

SPECIFICATION INDEX<br />

Division 1 – General Requirements<br />

See Attached Exhibit 8<br />

Division 2 – Sitework<br />

Section XXXXX<br />

Section XXXXX<br />

Section XXXXX<br />

Division 3 – Concrete<br />

Section XXXXX<br />

Section XXXXX<br />

Section XXXXX<br />

Division 4 – Masonry<br />

Section XXXXX<br />

Section XXXXX<br />

Section XXXXX<br />

Division 5 – Metals<br />

Section XXXXX<br />

Section XXXXX<br />

Section XXXXX<br />

Section Title<br />

Section Title<br />

Section Title<br />

Section Title<br />

Section Title<br />

Section Title<br />

Section Title<br />

Section Title<br />

Section Title<br />

Section Title<br />

Section Title<br />

Section Title<br />

Division 6 – Wood <strong>and</strong> Plastics<br />

Section XXXXX Section Title<br />

Section XXXXX Section Title<br />

Section XXXXX Section Title<br />

Division 7 – Thermal <strong>and</strong> Moisture Protection<br />

Section XXXXX Section Title<br />

Section XXXXX Section Title<br />

Section XXXXX Section Title<br />

Division 8 – Windows <strong>and</strong> Doors<br />

Section XXXXX Section Title<br />

Section XXXXX Section Title<br />

Section XXXXX Section Title<br />

CM @ Risk Agreement R0787918R1


Terminal 4 Gate Replacement – Western Expansion<br />

Exhibit 2<br />

Page 96 of 379<br />

Division 9 – Finishes<br />

Section XXXXX<br />

Section XXXXX<br />

Section XXXXX<br />

Division 10 – Specialties<br />

Section XXXXX<br />

Section XXXXX<br />

Section XXXXX<br />

Division 11 – Equipment<br />

Section XXXXX<br />

Section XXXXX<br />

Section XXXXX<br />

Division 12 – Furnishings<br />

Section XXXXX<br />

Section XXXXX<br />

Section XXXXX<br />

Section Title<br />

Section Title<br />

Section Title<br />

Section Title<br />

Section Title<br />

Section Title<br />

Section Title<br />

Section Title<br />

Section Title<br />

Section Title<br />

Section Title<br />

Section Title<br />

Division 13 – Special Construction<br />

Section XXXXX Section Title<br />

Section XXXXX Section Title<br />

Section XXXXX Section Title<br />

Division 14 – Conveyances<br />

Section XXXXX<br />

Section XXXXX<br />

Section XXXXX<br />

Division 15 – Mechanical<br />

Section XXXXX<br />

Section XXXXX<br />

Section XXXXX<br />

Division 16 – Electrical<br />

Section XXXXX<br />

Section XXXXX<br />

Section XXXXX<br />

Section Title<br />

Section Title<br />

Section Title<br />

Section Title<br />

Section Title<br />

Section Title<br />

Section Title<br />

Section Title<br />

Section Title<br />

CM @ Risk Agreement R0787918R1


Terminal 4 Gate Replacement – Western Expansion<br />

Exhibit 2<br />

Page 97 of 379<br />

Drawing<br />

Number<br />

Drawing Title<br />

GENERAL<br />

G-001 Cover Sheet <strong>and</strong> Drawing Index<br />

G-002 Survey<br />

G-003 Life-Safety Plan<br />

CIVIL<br />

C-1 Civil Sheet Title<br />

C-2 Civil Sheet Title<br />

C-3 Civil Sheet Title<br />

LANDSCAPE<br />

L-1 L<strong>and</strong>scape Sheet Title<br />

L-2 L<strong>and</strong>scape Sheet Title<br />

IR-1 Irrigation Sheet Title<br />

IR-2 Irrigation Sheet Title<br />

ARCHITECTURAL<br />

A-1 Architectural Sheet Title<br />

A-2 Architectural Sheet Title<br />

A-3 Architectural Sheet Title<br />

INTERIOR DESIGN<br />

ID-1 Interior Design Sheet Title<br />

ID-2 Interior Design Sheet Title<br />

ID-3 Interior Design Sheet Title<br />

STRUCTURAL<br />

S-1 Structural Sheet Title<br />

S-2 Structural Sheet Title<br />

S-3 Structural Sheet Title<br />

MECHANICAL<br />

M-1 Mechanical Sheet Title<br />

M-2 Mechanical Sheet Title<br />

M-3 Mechanical Sheet Title<br />

CM @ Risk Agreement R0787918R1


Terminal 4 Gate Replacement – Western Expansion<br />

Exhibit 2<br />

Page 98 of 379<br />

Drawing<br />

Number<br />

Drawing Title<br />

ELECTRICAL<br />

E-1 Electrical Sheet Title<br />

E-2 Electrical Sheet Title<br />

E-3 Electrical Sheet Title<br />

PLUMBING<br />

P-1 Plumbing Sheet Title<br />

P-2 Plumbing Sheet Title<br />

P-3 Plumbing Sheet Title<br />

FIRE PROTECTION<br />

FP-1 Fire Protection Sheet Title<br />

FP-2 Fire Protection Sheet Title<br />

FP-3 Fire Protection Sheet Title<br />

CM @ Risk Agreement R0787918R1


Exhibit 2<br />

Page 99 of 379<br />

Owner Controlled<br />

Insurance Program (OCIP)<br />

<strong>BROWARD</strong> <strong>COUNTY</strong> BOARD OF <strong>COUNTY</strong><br />

COMMISSIONERS<br />

OCIP Insurance Manual<br />

Broward County, Florida<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


Exhibit 2<br />

Page 100 of 379<br />

OWNER CONTROLLED INSURANCE PROGRAM<br />

Insurance Manual<br />

Risk Management Division<br />

115 S. Andrews Avenue<br />

Ft. Lauderdale, Florida 33301<br />

Tel: 954-357-7210 * Fax: 954-357-5456<br />

Broward County, Florida<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


Exhibit 2<br />

Page 101 of 379<br />

TABLE OF CONTENTS<br />

Table of Contents<br />

OVERVIEW ................................................................................................................................................ 1<br />

OCIP DEFINITIONS<br />

.................................................................................................................................... 2<br />

ABOUT THIS MANUAL ................................................................................................................................. 4<br />

WHAT THIS MANUAL DOES......................................................................................................................... 4<br />

WHAT THIS MANUAL DOES NOT DO........................................................................................................... 4<br />

OCIP PROGRAM DIRECTORY................................................................................................................. 5<br />

<strong>BROWARD</strong> <strong>COUNTY</strong> DIRECTORY........................................................................................................ 5<br />

OCIP ADMINISTRATION ........................................................................................................................ 6<br />

SAFETY COORDINATION.............................................................................................................................. 6<br />

OCIP INSURANCE COVERAGE............................................................................................................... 7<br />

EVIDENCE OF COVERAGE ........................................................................................................................... 7<br />

DESCRIPTION OF OCIP COVERAGES........................................................................................................... 7<br />

DESCRIPTION OF OTHER OWNER PROVIDED COVERAGES............................................................................ 9<br />

CONTRACTOR AND SUBCONTRACTOR MAINTAINED COVERAGE INCLUDING EXCLUDED<br />

PARTIES ................................................................................................................................................... 12<br />

CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITIES .......................................................... 17<br />

CONTRACTOR BIDS .................................................................................................................................. 18<br />

ADJUSTMENTS FOR OCIP INSURANCE COSTS ........................................................................................... 18<br />

CHANGE ORDER PROCEDURES................................................................................................................. 18<br />

NOTICE OF AWARD................................................................................................................................... 18<br />

ENROLLMENT........................................................................................................................................... 19<br />

ASSIGNMENT OF RETURN PREMIUMS ........................................................................................................ 19<br />

PAYROLL REPORTS.................................................................................................................................. 20<br />

INSURANCE COMPANY PAYROLL AUDIT ..................................................................................................... 20<br />

CLOSE-OUT AND AUDIT PROCEDURES ...................................................................................................... 21<br />

CLAIM REPORTING PROCEDURES ..................................................................................................... 22<br />

WORKERS’ COMPENSATION CLAIMS.......................................................................................................... 22<br />

LIABILITY CLAIMS ..................................................................................................................................... 23<br />

BUILDER’S RISK CLAIMS ........................................................................................................................... 24<br />

AUTOMOBILE CLAIMS ............................................................................................................................... 24<br />

POLLUTION CLAIMS .................................................................................................................................. 25<br />

AONWRAP WEB INSTRUCTION ........................................................................................................... 26<br />

OBTAIN A USER ID & PASSWORD.............................................................................................................. 26<br />

HOW TO ENROLL ON THE WEB (AON FORM-3) .......................................................................................... 27<br />

HOW TO REPORT PAYROLL (AON FORM-4)................................................................................................ 28<br />

HOW TO SUBMIT A NOTICE OF WORK COMPLETION (AON FORM-5)............................................................. 29<br />

FORMS..................................................................................................................................................... 31<br />

ENROLLMENT APPLICATION FORM 3.......................................................................................................... 32<br />

MONTHLY ON-SITE(S) PAYROLL REPORT FORM 4...................................................................................... 35<br />

NOTICE OF WORK COMPLETION FORM 5 ................................................................................................... 37<br />

NOTICE OF AWARD................................................................................................................................... 39<br />

EXHIBIT 1 – SAMPLE CERTIFICATE OF INSURANCE FOR ENROLLED CONTRACTORS ...................................... 40<br />

EXHIBIT 2 –SAMPLE CERTIFICATE OF INSURANCE FOR EXCLUDED CONTRACTORS ................................... 41<br />

EXHIBIT 3 – FIRST REPORT OF INJURY OR ILLNESS .................................................................................... 42<br />

Broward County, Florida<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01//2010<br />

Rev. 0002


Exhibit 2<br />

Page 102 of 379<br />

OVERVIEW<br />

Section<br />

1<br />

Overview<br />

Welcome to the Broward County Owner Controlled Insurance Program (OCIP)<br />

The Risk Management Department, Broward County, Florida (Owner) has arranged for several<br />

airport, seaport, water & wastewater, <strong>and</strong> other departmental construction projects to be insured<br />

under an Owner Controlled Insurance Program (OCIP). An OCIP is a single insurance program<br />

that insures the Owner, enrolled Contractors <strong>and</strong> Subcontractors <strong>and</strong> other designated parties for<br />

Work performed at the Project Site(s). Certain Contractors are excluded from this Program.<br />

These parties are identified in Section 3 of this Manual.<br />

An OCIP is a coordinated insurance program providing certain insurance coverages as generally<br />

described in this Manual for Work at the Project Site(s). Coverage under the OCIP includes<br />

Workers’ Compensation, General Liability, <strong>and</strong> Excess Liability. The Owner is also providing<br />

Builder’s Risk <strong>and</strong> Contractor’s Pollution Liability.<br />

The Owner will pay the insurance premiums for the coverages described in this Manual. You<br />

should notify your insurance broker/insurer(s) of the coverages provided under this Program for<br />

On-Site(s) activities to avoid duplication of coverage. Each bidder is required to bid net of (i.e.<br />

to exclude) all insurance costs for all insurance coverages provided by the Owner.<br />

Excluded insurance costs are defined as insurance premiums, related taxes <strong>and</strong> assessments,<br />

overhead <strong>and</strong> markup on the insurance premiums, <strong>and</strong> losses retained through the use of a selffunded<br />

program, self-insured retention or deductible program. The Contractor must also exclude<br />

the cost of such insurance for all of their Subcontractors.<br />

NOTE:<br />

Insurance coverages <strong>and</strong> limits provided under the OCIP are limited in scope <strong>and</strong> are<br />

specific to work performed after the inception date of your enrollment into this program. Your<br />

insurance representative should review this information. Any additional coverage you may<br />

wish to purchase will be at your option <strong>and</strong> expense.<br />

Broward County, Florida 1<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


Exhibit 2<br />

Page 103 of 379<br />

OVERVIEW<br />

OCIP Definitions<br />

Contractors <strong>and</strong> Subcontractors of every tier shall Bid Net of Insurance Cost for coverage provided by the<br />

Owner under the Owner Controlled Insurance Program. In the bid, Contractor <strong>and</strong> Subcontractors of any<br />

tier must also remove the cost of insurance for their Subcontractors of any tier in addition to their own cost<br />

of insurance for coverages provided by the Owner under the OCIP.<br />

A Contract is a written agreement <strong>between</strong> the Owner <strong>and</strong> the Contractor for specific work <strong>and</strong> also<br />

includes an agreement <strong>between</strong> a Contractor <strong>and</strong> any tier of Subcontractor.<br />

A Contractor or Subcontractor is a person, firm, joint venture, corporation or other party that has entered<br />

into a Contract with either the Owner or their Contractor to perform Work at the Project Site(s).<br />

A Certificate of insurance is a document providing evidence of the existence of coverage for a particular<br />

insurance policy or policies.<br />

A Confirmation Letter is a letter issued by the OCIP Administrator that confirms acceptance of the<br />

applicant into the Broward County OCIP.<br />

An Employer is any individual, firm, or corporation that provides direct construction labor for Work<br />

performed at the project Site(s).<br />

Enrolled Parties shall include:<br />

1. Owner, Owner’s Representative, <strong>and</strong> any other party so named in the insurance<br />

policies; <strong>and</strong><br />

2. Eligible Contractors <strong>and</strong> Subcontractors of any tier whose employees will perform<br />

Work at the Project Site(s),<br />

3. Any other party so designated by Broward County at the discretion of Broward<br />

County, Florida.<br />

Enrollment in the program is m<strong>and</strong>atory for all Contractors <strong>and</strong> Subcontractors. Enrolled<br />

Parties shall obtain <strong>and</strong> maintain, <strong>and</strong> shall require each of their Subcontractors of any tier to<br />

obtain <strong>and</strong> maintain, the insurance coverage specified in Section 4.<br />

Excluded Parties <strong>and</strong> Their Insurance Obligations.<br />

The OCIP Coverages do not cover the following “Excluded Parties”:<br />

1. Hazardous materials remediation, removal <strong>and</strong>/or transport companies <strong>and</strong> their consultants;<br />

2. Architects, surveyors, <strong>and</strong> engineers, <strong>and</strong> soil testing engineers, <strong>and</strong> their consultants;<br />

3. Vendors, suppliers, fabricators, <strong>and</strong> material dealers;<br />

4. Truckers, haulers, drivers <strong>and</strong> others who merely transport, pick up, deliver, or carry<br />

materials, personnel, parts or equipment, or any other items or persons to or from the Project<br />

Site(s);<br />

Broward County, Florida 2<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


Exhibit 2<br />

Page 104 of 379<br />

OVERVIEW<br />

5. Contractors <strong>and</strong> each of its or their respective Subcontractors of all tiers who do not perform<br />

any actual labor on the Project Site(s); <strong>and</strong><br />

6. Any parties or entities not specifically identified in this Manual, or excluded by the Owner in<br />

its sole discretion, even if otherwise eligible.<br />

Excluded Parties <strong>and</strong> parties no longer enrolled in, or covered by, the OCIP shall obtain <strong>and</strong><br />

maintain, <strong>and</strong> shall require each of its or their Subcontractors of all tiers to obtain <strong>and</strong> maintain, the<br />

insurance coverage specified in Section 4 of this Insurance Manual.<br />

The Project Site(s) includes the Ft. Lauderdale-Hollywood International Airport, Port Everglades, <strong>and</strong> other<br />

locations owned by Broward County. The Project Site(s) also include areas adjacent to or nearby the<br />

Project Site(s) where incidental operations are performed, excluding permanent locations of any insured<br />

party, other than the Owner’s.<br />

Off Site(s) locations are outside the boundaries of the Project Site(s) as shown above. Locations to be<br />

added to the Project Site(s), designated as “Off Site(s)” must be approved by the Owner <strong>and</strong> the Insurance<br />

Carrier prior to adding to the OCIP. All requests must be submitted to the Owner <strong>and</strong> OCIP Administrator.<br />

The Owner <strong>and</strong> Sponsor of the OCIP is the Broward County Board of County Commissioners.<br />

The Project Site(s) comprise the expected list of projects to be completed by the Owner under the OCIP.<br />

The project list is subject to change at the discretion of the Owner.<br />

The OCIP Administrator is Aon Risk Services of Florida, Inc.<br />

An Owner Controlled Insurance Program (OCIP) is a coordinated insurance program providing certain<br />

insurance coverages as generally described in this Manual for Work at the Project Site(s).<br />

The Work is operations fully described in the Contract, performed at or emanating directly from the Project<br />

Site(s). Also, the entire completed construction project or the various separately identifiable parts<br />

described in the Contract documents are included for completed operations purposes.<br />

Broward County, Florida 3<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


Exhibit 2<br />

Page 105 of 379<br />

OVERVIEW<br />

About This Manual<br />

The Insurance Manual has been prepared by Aon Risk Services, Inc. of Florida (Aon) <strong>and</strong> Broward<br />

County, Board of County Commissioners (Owner). Aon is the insurance broker <strong>and</strong> OCIP Administrator<br />

for this Program. The Manual is designed to identify, define <strong>and</strong> assign responsibilities for the<br />

administration of the OCIP for the Broward County Owner Controlled Insurance Program.<br />

What This Manual Does<br />

This Manual:<br />

• Generally describes the structure of the Broward County OCIP;<br />

• Identifies responsibilities of the various parties involved in the Program;<br />

• Provides a basic description of OCIP coverages;<br />

• Describes audit <strong>and</strong> administrative procedures of the program;<br />

• Provides answers to basic questions about the OCIP;<br />

• Is incorporated in the Contract Documents by reference <strong>and</strong>, therefore, forms part of the Contract for<br />

each enrolled Contractor <strong>and</strong> Subcontractor;<br />

• Will be updated as necessary. The Broward County OCIP Insurance Manual may be updated during<br />

the course of construction to reflect any changes in State Rules <strong>and</strong>/or Regulations or Procedures that<br />

may be necessary, <strong>and</strong> said revisions shall replace all previous versions. Copies of any revised<br />

manual shall be posted online by the OCIP Administrator.<br />

What this Manual Does NOT DO<br />

This Manual does not:<br />

• Provide coverage interpretations;<br />

• Provide complete information about coverages;<br />

• Provide answers to specific claims questions;<br />

Specific questions concerning the OCIP, its administration or insurance coverages provided, should be<br />

referred to the appropriate party identified in the Program Directory section immediately following this<br />

introduction.<br />

DISCLAIMER: The information in this Manual is intended to outline the OCIP<br />

Program. If any conflict exists <strong>between</strong> this Manual <strong>and</strong> the OCIP insurance policies or<br />

Contracts <strong>between</strong> the Owner <strong>and</strong> the Contractor, the insurance policies or Contracts will<br />

govern.<br />

Broward County, Florida 4<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


Exhibit 2<br />

Page 106 of 379<br />

OCIP PROGRAM DIRECTORY<br />

Section<br />

2<br />

OCIP Program Directory<br />

The following list includes key personnel involved in the program.<br />

<strong>BROWARD</strong> <strong>COUNTY</strong> DIRECTORY<br />

Ft. Lauderdale-Hollywood International Airport<br />

Airport Administration Marc Gambrill Phone: 954.359.2343<br />

Assistant Deja Fried Cell: 954.816.1945<br />

954.357.6177 Fax:<br />

Email: mgambrill@broward.org<br />

Project Manager<br />

Project Manager<br />

Port Everglades<br />

Port Administrator<br />

Project Manager<br />

Security<br />

Project Manager<br />

Steven Wiesner Phone: 954.359.1026<br />

Cell:<br />

Fax: 954.359.2328<br />

Email: swiesner@broward.org<br />

Jim Goodwin Phone: 954.359.2328<br />

Cell: 954.410.0954<br />

Fax: 954.359.2328<br />

Email: jgoodwin@broward.org<br />

John Fogelsong Phone: 954.468.0142<br />

Fax:<br />

Email: jfogelsong@broward.org<br />

Phone:<br />

Fax:<br />

Email:<br />

Peter Hoffman Phone: 954.468.0115<br />

Fax:<br />

Email:<br />

Phone:<br />

Fax:<br />

Email:<br />

Broward County, Florida 5<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


Exhibit 2<br />

Page 107 of 379<br />

OCIP PROGRAM DIRECTORY<br />

Other County Departments<br />

Construction<br />

Management<br />

Steve Hammon Phone: 954.357.7762<br />

Fax:<br />

Email:<br />

Water & Wastewater<br />

Project Manager<br />

Dolores Smith Phone: 954.831.0962<br />

Fax:<br />

Email:<br />

Vin Morello Phone: 954.831.0908<br />

Fax:<br />

Email:<br />

OCIP ADMINISTRATION<br />

Aon Risk Services, Inc. of Florida<br />

1001 Brickell Bay Drive, Suite 1100<br />

Miami, Florida 33131<br />

Program Administrator<br />

Program Manager<br />

On Site Associate<br />

Administrator<br />

Diana Schrader Phone: 407.804.2418<br />

Fax: 407.804.1077<br />

Email: Diana.Schrader@aon.com<br />

Steven J. Anderson Phone: 305.961.6236<br />

Cell: 786.472.0017<br />

E-Mail: Steven.Anderson@aon.com<br />

Roshunda Parker<br />

Phone:<br />

th<br />

550 NW 10 Avenue Fax:<br />

Dania Beach, FL 33311 Email: Roshunda.parker@aon.com<br />

ALL OCIP CORRESPONDENCE<br />

EMail: Roshunda.parker@aon.com<br />

Safety Coordination<br />

OCIP Safety Manager<br />

Alej<strong>and</strong>ro Baralt. Phone:<br />

th<br />

550 NW 10 Avenue Fax: 847.953.7499<br />

Dania Beach, FL 33311 Cell: 305.849.1890<br />

Email: Alej<strong>and</strong>ro.baralt@aon.com<br />

Insurer Safety Manager<br />

Patricia Damas<br />

Phone:<br />

Fax: 954.272.7311<br />

Cell: 305.305.6665<br />

E-mail: patriciadamas@bellsouth.net<br />

Broward County, Florida 6<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


Exhibit 2<br />

Page 108 of 379<br />

OCIP INSURANCE COVERAGES<br />

Section<br />

3<br />

OCIP Insurance Coverage<br />

This section provides a brief description of OCIP<br />

Coverages. You must refer to the actual policies<br />

for details concerning coverage, exclusions <strong>and</strong><br />

limitations.<br />

Evidence of Coverage<br />

The OCIP Administrator will provide a Certificate of Insurance evidencing workers’<br />

compensation, general liability, <strong>and</strong> excess liability insurance to each Enrolled Contractor<br />

<strong>and</strong> Enrolled Subcontractor, each of whom will be a named insured on the OCIP policies.<br />

A Certificate of Insurance is a document providing evidence of coverage for a particular<br />

insurance policy or policies. Other documentation including claim reporting forms, posting<br />

notices, etc., will be furnished to each Enrolled Contractor <strong>and</strong> Enrolled Subcontractor.<br />

Subsequent to enrollment, each enrolled Contractor <strong>and</strong> Subcontractor will be issued an<br />

individual Worker’s Compensation policy.<br />

Complete copies of policies will be furnished to an authorized representative of each<br />

enrolled Contractor <strong>and</strong> Subcontractor upon request.<br />

Description of OCIP Coverages<br />

The following sections describe the policies that the Owner has arranged for the Program.<br />

Each enrolled<br />

Contractor <strong>and</strong><br />

Subcontractor will<br />

be issued a<br />

separate Workers’<br />

Compensation<br />

policy.<br />

Workers’ Compensation <strong>and</strong> Employer’s Liability:<br />

State: Florida<br />

Limits of Liability<br />

Part One - Workers’ compensation:<br />

Statutory Limit<br />

Part Two - Employer’s Liability:<br />

Limits Per Insured<br />

Bodily Injury by Accident, each accident $1,000,000<br />

Bodily Injury by Disease, each employee $1,000,000<br />

Bodily Injury by Disease, policy limit $1,000,000<br />

A single policy<br />

will be issued covering all<br />

insureds.<br />

Commercial General Liability<br />

Limits of Liability<br />

Coverage Form-Occurrence<br />

Shared by All Insureds<br />

Broward County, Florida 7<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


Exhibit 2<br />

Page 109 of 379<br />

OCIP INSURANCE COVERAGES<br />

Each Contractor Will Be<br />

$5,000.00<br />

General Liability Obligation<br />

Per Occurrence For Any<br />

Claim Due To Contractor’s<br />

Negligence As Shown In Its<br />

Contract Language For Any<br />

Damages/Injuries Caused By<br />

The Contractor Or Its<br />

Subcontractors To Third<br />

Parties. This is subject to<br />

change pending any formal<br />

changes to the construction<br />

agreement..<br />

General Aggregate $4,000,000<br />

Products/Completed Operations Aggregate $4,000,000<br />

Bodily Injury & Property Damage–Each Occurrence $2,000,000<br />

Personal/Advertising Injury–Each Occurrence $2,000,000<br />

Fire Damage Legal Liability $100,000<br />

Responsible For A Medical Expense $5,000<br />

• Products & Completed Operations Extension: 10 Years<br />

• This insurance will NOT provide coverage for products liability to any insured<br />

party, vendor, supplier, off-Site(s) fabricator, material dealer or other party for any<br />

product manufactured, assembled or otherwise worked upon away from the<br />

Project Site(s).<br />

• The policy contains exclusions. Some of these exclusions are: Real & Personal<br />

Property in the care, custody or control of the insured; Asbestos; Lead; EFIS;<br />

Discrimination & Wrongful Termination; ERISA; Architects & Engineers Errors &<br />

Omissions; Owned & Non-Owned Aircraft, Watercraft, Pollution <strong>and</strong> Automobile<br />

Liability; Nuclear Broad Form Liability.<br />

Excess Liability<br />

Limits of Liability<br />

Shared by All Insureds<br />

Each Occurrence Limit $200,000,000<br />

Annual General Aggregate Limit $200,000,000<br />

• The Policies follow form (provisions, coverage, exclusions, etc.) of underlying<br />

Commercial General Liability <strong>and</strong> Employer’s Liability policy wording.<br />

NOTE:<br />

Contractors <strong>and</strong> Subcontractors are advised to arrange their own insurance<br />

for Contractor or Subcontractor owned or leased equipment <strong>and</strong> materials<br />

not intended for inclusion in the project. The OCIP will not cover Contractor<br />

or Subcontractor property.<br />

OCIP Termination or Modification<br />

The Owner reserves the right to terminate or modify the OCIP or request that an Enrolled<br />

Contractor or Enrolled Subcontractor withdraw from the OCIP. If the Owner exercises this<br />

right, then Contractors will be given notice as required by the terms of their individual<br />

Contracts. At its option, the Owner may then procure alternate insurance coverage or the<br />

Owner may require Contractors to procure or maintain alternate insurance coverage. The<br />

form, limits of liability <strong>and</strong> cost of such insurance <strong>and</strong> the insurer issuing such insurance to<br />

its Contractor or its Subcontractors will be subject to the Owner's approval.<br />

Broward County, Florida 8<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


Exhibit 2<br />

Page 110 of 379<br />

OCIP INSURANCE COVERAGES<br />

For OCIP<br />

projects greater<br />

than $30 million,<br />

Broward County<br />

will procure<br />

Builder’s Risk<br />

limits on a per<br />

project basis<br />

commensurate<br />

with the project<br />

contract value.<br />

Description of Other Owner Provided Coverages<br />

The following section describes additional policies that the Owner has arranged for the<br />

Project.<br />

Builders Risk – Master Policy<br />

Master Builder’s Risk<br />

Builder’s Risk or Course of Construction Insurance, insuring Risks of direct physical<br />

loss unless excluded. Coverage includes property in transit, property at temporary<br />

storage location, earthquake, windstorm, <strong>and</strong> flood (other than Zones A or V) <strong>and</strong><br />

damage to existing property business interruption at Port Everglades <strong>and</strong> the Ft.<br />

Lauderdale Hollywood International airport, subject to applicable sub-limits <strong>and</strong><br />

insuring the interests of Owner, Contractors, <strong>and</strong> their Subcontractors of any tier<br />

providing equipment, materials or services for the project. (Equipment is only<br />

covered if deemed to be incorporated as part of the project).<br />

The Builder’s Risk insurance will not provide coverage against loss by theft or<br />

disappearance of any materials (unless the materials are to be incorporated into<br />

the Project), tools, or equipment of the Contractor, Subcontractor of any tier or any<br />

other person furnishing labor or materials for the Work.<br />

Value/Policy Limit:<br />

$ 50,000,000 Property Damage, Each<br />

Occurrence<br />

Coverage Extensions Sublimits:<br />

a) Named Windstorm per occ.<br />

$50,000,000<br />

b) Property Damage per occ.<br />

$50,000,000<br />

c) Earth Movement annual aggregate<br />

$50,000,000<br />

d) Flood annual aggregate<br />

$50,000,000<br />

e) Debris Removal lesser of 25% of loss or<br />

$2,500,000<br />

f) Property in Transit per occ.<br />

$250,000<br />

g) Off-Site(s) Storage any one location per occ.<br />

$500,000<br />

h) Ordinance or Law<br />

$2,500,000<br />

i) Loss Adjustment Expenses per occ.<br />

$250,000<br />

j) Valuable Papers <strong>and</strong> Records per occ.<br />

$250,000<br />

k) Fire Dept. Services charges per occ.<br />

$100,000<br />

l) Pollutant clean up annual aggregate<br />

$25,000<br />

m) Combined Expediting Expenses <strong>and</strong> Extra<br />

Expenses<br />

$250,000<br />

Each Contractor or<br />

Subcontractor will be<br />

responsible for a builder’s<br />

risk deductible of<br />

$25,000.00 per occurrence.<br />

CONTRACTOR <strong>and</strong> its Subcontractors of any tier each shall be responsible<br />

for a $25,000.00 Builder’s Risk deductible per occurrence for any claim<br />

caused by Contractor or its Subcontractors during the course of<br />

construction.<br />

Broward County, Florida 9<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


Exhibit 2<br />

Page 111 of 379<br />

OCIP INSURANCE COVERAGES<br />

If arising out of direct damage to property under course of construction or<br />

installation, whether or not insured by OWNER for perils of flood <strong>and</strong> earth<br />

movement, Contractor <strong>and</strong> its Subcontractors of any tier each shall be responsible<br />

for the first $25,000.00.<br />

Environmental/ Pollution Liability<br />

Each Contractor or<br />

Subcontractor will be<br />

responsible for a pollution<br />

liability deductible of<br />

$50,000.00 per occurrence<br />

if accident/incident is due<br />

to their negligence.<br />

Combined Single Limit per Occurrence $200,000,000<br />

General Annual Aggregate $200,000,000<br />

Contractor <strong>and</strong> its Subcontractors of any tier each shall be responsible for a<br />

$50,000.00 contractor’s Pollution Liability deductible per occurrence for any<br />

claim caused by CONTRACTOR or its Subcontractors during the course of<br />

construction.<br />

The descriptions on these pages provide a summary of coverage ONLY. Contractors <strong>and</strong><br />

Subcontractors should refer to the policies for actual terms, conditions, exclusions <strong>and</strong><br />

limitations.<br />

Broward County, Florida 10<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


Exhibit 2<br />

Page 112 of 379<br />

OCIP INSURANCE COVERAGES<br />

CONTRACTOR OBLIGATIONS<br />

GENERAL LIABILITY OBLIGATION: Each Contractor Will Be Responsible for A<br />

$5,000.00 General Liability Obligation or the actual amount of the loss per occurrence up to<br />

$5,000.00 for any claim due to Contractor’s negligence as shown in its Contract language<br />

for any damages/injuries caused by the Contractor or its Subcontractors to third parties.<br />

This is subject to change pending any formal changes to the construction agreement. The<br />

Obligation will be charged to the negligent contractor <strong>and</strong> due to the Owner.<br />

BUILDER’S RISK DEDUCTIBLE: Each contractor will be responsible for a $25,000.00<br />

deductible on any builder’s risk claim due to contractor’s negligence, including windstorm<br />

<strong>and</strong> flood. The Deductible will be charged to the negligent contractor <strong>and</strong> due to the Owner.<br />

POLLUTION LIABILITY DEDUCTIBLE: Each contractor will be responsible for a $50,000<br />

deductible on any pollution liability claim due to contractor’s negligence. The Deductible will<br />

be charged to the negligent contractor <strong>and</strong> due to the Owner.<br />

NOTE:<br />

Insurance coverage <strong>and</strong> limits described in this Section are limited in scope<br />

<strong>and</strong> are specific to Work performed after the inception date of your<br />

enrollment into this Program. Your insurance representative should review<br />

this information. Any additional coverage you may wish to purchase will<br />

be at your option <strong>and</strong> expense.<br />

Broward County, Florida 11<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


Exhibit 2<br />

Page 113 of 379<br />

CONTRACTOR & SUBCONTRACTOR<br />

MAINTAINED COVERAGE-INCLUDING EXLUDED PARTIES<br />

Section<br />

4<br />

See Section 8<br />

for sample<br />

Certificate of<br />

Insurance.<br />

Contractor <strong>and</strong> Subcontractor Maintained<br />

Coverage Including Excluded Parties<br />

Enrolled Contractors <strong>and</strong> Enrolled Subcontractors<br />

are required to maintain insurance coverages to<br />

protect against losses that occur away from the<br />

Project Site(s) or that are otherwise not insured by<br />

the OCIP.<br />

Contractors <strong>and</strong> Subcontractors are required to maintain insurance coverage that protects<br />

the Owner from liability for claims for damages that may arise from the Contractor’s <strong>and</strong><br />

Subcontractor’s operations performed away from the Project Site(s), from activities not<br />

insured by the OCIP, or from operations performed by Excluded Parties. There are two<br />

types of Contractors <strong>and</strong> Subcontractors: Enrolled Contractors <strong>and</strong> Excluded Contractors.<br />

Enrolled Contractors are to provide evidence of Workers’ Compensation <strong>and</strong> General<br />

Liability Insurance for off-Site(s) activities <strong>and</strong> Automobile Liability Insurance for both on-<br />

Site(s) <strong>and</strong> off-Site(s) activities as per the insurance specifications in the Contract. See<br />

Section 3 for the definition of an Enrolled Contractor.<br />

Excluded Contractors must provide evidence of General Liability, Workers’ Compensation<br />

<strong>and</strong> Auto Liability Insurance for all activities including both on-Site(s) <strong>and</strong> off-Site(s)<br />

activities as per the insurance specifications in the Contract. See Section 3 for the definition<br />

of Excluded Parties.<br />

All Contractors must submit verification of insurance in the form of a Certificate of<br />

Insurance on a st<strong>and</strong>ard ACORD form 25-S. All Contractors must provide verification of<br />

insurance to the OCIP Administrator within ten (10) working days of award of contract, prior<br />

to mobilization, <strong>and</strong> within ten (10) days of any renewal, change or replacement of<br />

coverage. A sample of an acceptable Certificate of Insurance for Enrolled <strong>and</strong> Excluded<br />

Contractors <strong>and</strong> Subcontractors is provided in Section 8.<br />

Broward County, Florida 12<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


Exhibit 2<br />

Page 114 of 379<br />

CONTRACTOR & SUBCONTRACTOR<br />

MAINTAINED COVERAGE-INCLUDING EXLUDED PARTIES<br />

Certificate of<br />

Insurance<br />

• Ten (10) days prior to<br />

mobilization <strong>and</strong> within<br />

ten (10) days of renewal,<br />

change or replacement of<br />

coverage, Contractors will<br />

submit to the Owner a<br />

Certificate of Insurance<br />

evidencing the coverage<br />

<strong>and</strong> limits as specified in<br />

this section.<br />

• A 30-day notice of<br />

cancellation provision<br />

<strong>and</strong> additional insured<br />

status is required on all<br />

Certificates.<br />

Please note the requirements for thirty (30) days notice of cancellation, modification or<br />

material change. The Additional Insured endorsement shall state that the coverage<br />

provided to the additional insureds is primary <strong>and</strong> non-contributory with respect to any other<br />

insurance available to the additional insureds.<br />

All Contractors <strong>and</strong> Subcontractors are responsible for monitoring their Enrolled<br />

Subcontractors <strong>and</strong> Excluded Parties’ Certificates of Insurance. The Owner reserves the<br />

right to disapprove the use of Contractors <strong>and</strong> Subcontractors unable to meet the program<br />

insurance requirements. Certificates of Insurance evidencing compliance are to be<br />

available to the Owner or the OCIP Administrator upon request.<br />

The limits of liability shown for the insurance required of the Contractors <strong>and</strong><br />

Subcontractors are minimum limits only <strong>and</strong> are not intended to restrict the liability imposed<br />

on the Contractors <strong>and</strong> Subcontractors for Work performed under their Contract.<br />

Enrolled<br />

Contractors shall provide<br />

evidence of workers’<br />

compensation insurance for<br />

Workers’ Compensation <strong>and</strong> Employer’s Liability<br />

Part One - Workers’ compensation:<br />

Statutory Limit<br />

off-Site(s) activities. Part Two - Employer’s Liability:<br />

Annual Limits:<br />

Bodily Injury by Accident, each accident $1,000,000<br />

Excluded Bodily Injury by Disease, each employee $1,000,000<br />

Bodily Injury by Disease, policy limit $1,000,000<br />

Contractors shall provide<br />

evidence of workers’<br />

compensation applicable to<br />

on <strong>and</strong> off-Site(s) project.<br />

Enrolled<br />

Contractors shall provide<br />

evidence of general liability<br />

insurance for off-Site(s)<br />

activities.<br />

Commercial General Liability<br />

Limits of Liability<br />

Enrolled / Excluded<br />

General Aggregate $2,000,000/$7,000,000<br />

Products/Completed Operations Aggregate $2,000,000/$7,000,000<br />

Personal/Advertising Injury Aggregate $1,000,000/$6,000,000<br />

Each Occurrence Limit $1,000,000/$6,000,000<br />

Ten (10) Years Products/Completed Operations Extension<br />

Excluded<br />

Contractors shall provide<br />

evidence of general liability<br />

insurance applicable to on<br />

<strong>and</strong> off-Site(s) projects <strong>and</strong><br />

must add the Owner <strong>and</strong><br />

other parties as additional<br />

insureds to their policy.<br />

Coverage must be an Occurrence form <strong>and</strong> it must apply to bodily injury <strong>and</strong> property<br />

damage for operations (including explosion, collapse <strong>and</strong> underground coverage),<br />

independent contractors, <strong>and</strong> products <strong>and</strong> completed operations. Limits can be<br />

provided by a combination of a primary Commercial General Liability policy <strong>and</strong><br />

an Excess or Umbrella Liability policy.<br />

Broward County, Florida 13<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


Exhibit 2<br />

Page 115 of 379<br />

CONTRACTOR & SUBCONTRACTOR<br />

MAINTAINED COVERAGE-INCLUDING EXLUDED PARTIES<br />

Automobile Liability<br />

All Contractors <strong>and</strong><br />

Subcontractors shall provide<br />

evidence of on <strong>and</strong> offsite(s)<br />

automobile liability.<br />

The OCIP does not cover<br />

automobile liability.<br />

A Commercial Business Auto Policy which covers all owned, hired <strong>and</strong> non-owned<br />

automobiles, trucks <strong>and</strong> trailers with coverage limits not less than $1,000,000 CSL for<br />

all projects other than airside projects at the Ft. Lauderdale Hollywood<br />

International Airport which require limits not less than $5,000,000 CSL each<br />

accident for bodily injury <strong>and</strong> property damage on-Site(s) <strong>and</strong> off-Site(s). Limits are<br />

subject to change at the sole discretion of the Owner.<br />

Property Insurance – Contractor’s Equipment<br />

Contractor’s <strong>and</strong><br />

Subcontractor’s are<br />

responsible for their<br />

own equipment. The<br />

OCIP does not<br />

provide coverage for<br />

Contractor’s<br />

Equipment.<br />

Contractors <strong>and</strong> Subcontractors are advised to arrange their own insurance for owned<br />

<strong>and</strong> leased equipment, whether such equipment is located at a Project Site(s) or “in<br />

transit”. Contractors <strong>and</strong> Subcontractors are solely responsible for any loss or<br />

damage to their personal property including Contractor tools <strong>and</strong> equipment,<br />

scaffolding <strong>and</strong> temporary structures, whether owned, used, leased or rented by the<br />

Contractor. Contractors <strong>and</strong> Subcontractors are also responsible for any loss or<br />

damage to property or materials created or provided under the Contract until the<br />

property or materials arrive at the Project Site(s).<br />

Watercraft, <strong>and</strong> Aircraft Liability<br />

The operator of any watercraft or aircraft of any kind must maintain liability naming the<br />

Owner <strong>and</strong> the respective Contractor <strong>and</strong>/or Subcontractors as additional insured with<br />

primary <strong>and</strong> non-contributory wording. In addition, the limit of liability must be<br />

satisfactory to the Owner. Such insurance requirements will be determined at the sole<br />

discretion of Owner as the need arises.<br />

Ocean Marine Liability (P&I)<br />

All Contractors <strong>and</strong> Subcontractors must maintain an Ocean Marine Liability policy<br />

covering all owned, leased or hired <strong>and</strong> non-owned watercraft used in any fashion for<br />

such operations at or away from the Project Site <strong>and</strong> are not insured under the OCIP.<br />

Such coverage must extend to cover liability for bodily injury (including death) <strong>and</strong><br />

property damage (including loss of use) with minimum combined limits of $1,000,000.<br />

Such insurance shall be maintained in the form of a st<strong>and</strong>ard Protection <strong>and</strong> Indemnity<br />

policy which includes coverage for wreck removal, unlimited protection <strong>and</strong> indemnity,<br />

pollution liability <strong>and</strong> Jones Act exposures.<br />

Professional Liability<br />

<strong>BROWARD</strong> <strong>COUNTY</strong><br />

does not provide<br />

Professional Liability for<br />

Contractors <strong>and</strong><br />

Subcontractors.<br />

Professional Liability <strong>and</strong> Errors & Omissions Insurance will be the responsibility of the<br />

Contractor or Subcontractor. Professional Liability minimum requirement is<br />

$1,000,000 per occurrence <strong>and</strong> aggregate.<br />

Broward County, Florida 14<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


Exhibit 2<br />

Page 116 of 379<br />

CONTRACTOR & SUBCONTRACTOR<br />

MAINTAINED COVERAGE-INCLUDING EXLUDED PARTIES<br />

Contractor’s Pollution Liability<br />

Hazard remediation <strong>and</strong> demolition Contractors <strong>and</strong> Subcontractors whose Work<br />

involves removal or treatment of hazardous materials shall provide <strong>and</strong> maintain<br />

Contractor’s Pollution Liability insurance that specifically schedules the type of Work to<br />

be done under contract.<br />

Contractor’s Pollution Liability insurance for Excluded Parties, with the following limits:<br />

Combined Single Limit per Occurrence $2,000,000<br />

General Annual Aggregate $2,000,000<br />

If transporting hazardous waste/materials from the Project site, an appropriate<br />

MCS-90 Endorsement must be attached <strong>and</strong> supplied to <strong>COUNTY</strong> on a<br />

primary basis with $5,000,000 limits of liability.<br />

Installation Floater<br />

Installation Floater coverage for the installation of machinery <strong>and</strong>/or equipment into an<br />

existing structure, on an "All Risk" coverage form including installation <strong>and</strong> transit for<br />

one hundred percent (100%) percent of the "installed replacement cost value,"<br />

covering <strong>COUNTY</strong> as a named insured, with a deductible of not more than Ten<br />

Thous<strong>and</strong> Dollars ($10,000.00) each claim. Installation Floater coverage is not to<br />

cease <strong>and</strong> is to remain in force (subject to cancellation notice) until final acceptance by<br />

Broward County.<br />

When the machinery or equipment covered under the Installation Floater is located<br />

within an identified special flood hazard area, flood insurance must be afforded for the<br />

lesser of the total insurable value of such buildings or structure, or, the maximum<br />

amount of flood insurance coverage available under the National Flood Insurance<br />

Program.<br />

Additional Insureds<br />

The following shall be included as Additional Insureds as required by contract; this list may be<br />

updated at any time due to contractual requirements of the Owner.<br />

Broward County Board of County Commissioners (Owner), its<br />

commissioners, officers, directors, agents, employees, related entities,<br />

authorized representatives, servants, <strong>and</strong> assigns must be named as<br />

additional insureds.<br />

Broward County, Florida 15<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


Exhibit 2<br />

Page 117 of 379<br />

CONTRACTOR & SUBCONTRACTOR<br />

MAINTAINED COVERAGE-INCLUDING EXLUDED PARTIES<br />

Waiver of Subrogation<br />

The Contractor's Workers’ Compensation, General Liability, Umbrella or Excess<br />

Liability, Automobile, <strong>and</strong> Property insurers shall provide Waivers of Subrogation in<br />

favor of the Owner <strong>and</strong> other designated parties. Contractors’ <strong>and</strong> each of their<br />

Subcontractor’s will similarly waive their rights of subrogation <strong>and</strong> recovery in each of<br />

their respective construction Contracts with respect to their work on this OCIP.<br />

Note: Waivers Required - The Contractor's Workers’<br />

Compensation, General Liability, <strong>and</strong> Umbrella or Excess Liability,<br />

Automobile, Property <strong>and</strong> Contractor’s Equipment insurers shall<br />

provide Waivers of Subrogation in favor of the Owner <strong>and</strong> other<br />

designated parties. General Liability <strong>and</strong> Excess Liability Insurance<br />

policies will name Broward County Board of County<br />

Commissioners (Owner), its commissioners, officers, directors,<br />

agents, employees, related entities, authorized representatives,<br />

servants, <strong>and</strong> assigns as additional insureds <strong>and</strong> shall state that<br />

coverage is primary <strong>and</strong> non-contributory.<br />

Broward County, Florida 16<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


Exhibit 2<br />

Page 118 of 379<br />

CONTRACTOR & SUBCONTRACTOR<br />

MAINTAINED COVERAGE-INCLUDING EXLUDED PARTIES<br />

Section<br />

5<br />

Contractor <strong>and</strong> Subcontractor Responsibilities<br />

Throughout the course of the OCIP, Contractors<br />

<strong>and</strong> Subcontractors will be responsible for<br />

reporting <strong>and</strong> maintaining certain records as<br />

outlined in this section.<br />

All Contractors <strong>and</strong> Subcontractors are required to cooperate with the Owner <strong>and</strong> its OCIP<br />

Administrator in all aspects of OCIP implementation, operation, <strong>and</strong> administration.<br />

Responsibilities of the Contractor <strong>and</strong> Subcontractors of any tier include all contract<br />

responsibilities, <strong>and</strong> the following:<br />

• Enroll in the OCIP, if eligible, prior to mobilization;<br />

• Provide timely evidence of other insurance or Owner required insurance to the<br />

OCIP Administrator prior to mobilization;<br />

• Include OCIP provisions in all contracts with Subcontractors;<br />

• Provide each Subcontractor with a copy of the Broward County OCIP Program<br />

Manual. The Broward County OCIP manual may be updated during the course of<br />

construction to reflect any changes in State Rules <strong>and</strong>/or Regulation or Procedures<br />

that may be necessary, <strong>and</strong> said revised <strong>and</strong> said revisions shall replace all<br />

previous versions. Copies of any revised manual shall be posted online by the<br />

OCIP Administrator;<br />

• Notify the OCIP Administrator of all subcontracts, including lower tier subcontracts,<br />

awarded <strong>and</strong>/ or terminated;<br />

• Maintain <strong>and</strong> report payroll records to the OCIP Administrator on a monthly basis;<br />

• Cooperate with the OCIP Administrator’s requests for information;<br />

• Comply with insurance, claim <strong>and</strong> safety procedures as required by the Owner;<br />

• Monitor its Subcontractor's Certificates of Insurance;<br />

• Notify the OCIP Administrator immediately of any insurance cancellation,<br />

modification, material change or non renewal of Contractor required insurance.<br />

• To ensure that coverage is in effect for all employees leased through an Employee<br />

Leasing Company (PEO) provide the leasing company’s Name <strong>and</strong> Address at<br />

time of enrollment on the “Enrollment Application - Form 3”. 1) If the Employee<br />

Leasing Company (PEO) changes mid-term, or 2) If the contract with the leasing<br />

company is terminated during the time period of enrollment in the OCIP, or 3) If<br />

you contract a PEO mid-enrollment, notify the OCIP Administrator immediately.<br />

Broward County, Florida 17<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


Exhibit 2<br />

Page 119 of 379<br />

CONTRACTOR & SUBCONTRACTOR<br />

MAINTAINED COVERAGE-INCLUDING EXLUDED PARTIES<br />

Responsibilities of Subcontractors of all tiers:<br />

• Enroll in the OCIP, if eligible, prior to mobilization;<br />

• Maintain <strong>and</strong> report monthly payroll records to the OCIP Administrator on a<br />

monthly basis;<br />

• Cooperate with the OCIP Administrator's requests for information;<br />

• Comply with insurance, claim, audit <strong>and</strong> safety procedures as required by Owner;<br />

• Monitor its Subcontractor's Certificates of Insurance.<br />

See Section 2 for<br />

information on<br />

contacting the OCIP<br />

Administrator.<br />

Contractor Bids<br />

The Owner provides insurance for all eligible, Enrolled Contractors <strong>and</strong> Subcontractors<br />

under the OCIP for Work performed at the Project Site(s). The Owner will pay the insurance<br />

premiums for the coverages described in this Manual. You should notify your insurance<br />

broker/insurer(s) of the coverages provided under this Program for On-Site(s) activities to<br />

avoid duplication of coverage. Each bidder is required to bid net of (i.e. to exclude) all<br />

insurance costs for all insurance coverages provided by the Owner.<br />

Adjustments for OCIP Insurance Costs<br />

Each Contractor <strong>and</strong> Subcontractor is required to exclude the cost of insurance that is<br />

provided by the Owner from its bid price for the proposed scope of work at the Project<br />

Site(s) (including subcontracted work whether or not the Subcontractor firm is identified at<br />

the time of the bid).<br />

Under the OCIP, the final payroll is determined by an audit by the OCIP insurer or their<br />

representatives.<br />

Contractors are solely responsible for ensuring that their Subcontractors of all tiers<br />

also exclude the cost of insurance in their bid.<br />

Change Order Procedures<br />

Change orders should be priced by the Contractor <strong>and</strong> Subcontractor to exclude any costs<br />

of insurance for the coverages that are provided by the OCIP.<br />

Notice of Award<br />

Contractors who utilize Subcontractors of any tier must complete <strong>and</strong> submit the Notice of<br />

Award form to the OCIP Administrator (Aon-A) to identify contracts awarded to<br />

Subcontractors of any tier who will perform labor at the Project Site(s); a sample is included<br />

in Section 8. This form must be completed <strong>and</strong> submitted to the OCIP Administrator prior to<br />

mobilization on the Project Site(s).<br />

Broward County, Florida 18<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


Exhibit 2<br />

Page 120 of 379<br />

CONTRACTOR & SUBCONTRACTOR<br />

MAINTAINED COVERAGE-INCLUDING EXLUDED PARTIES<br />

See Section 8 for<br />

sample OCIP forms. No<br />

Contractor or Subcontractor<br />

will be granted access or<br />

allowed to perform work at a<br />

Project Site(s) until properly<br />

enrolled or specifically<br />

excluded from the OCIP.<br />

All OCIP forms<br />

should be<br />

completed online<br />

at:<br />

https:// www.aonw<br />

rap.aon.com<br />

Enrollment<br />

Each Contractor <strong>and</strong> Subcontractor shall provide details about its Subcontractors to the<br />

OCIP Administrator, in order to enroll them in the OCIP. The Contractor <strong>and</strong> Subcontractor<br />

must complete <strong>and</strong> submit the Enrollment Application form to the OCIP Administrator (Aon-<br />

3); a sample is included in Section 8. This form must be completed <strong>and</strong> submitted to the<br />

OCIP Administrator prior to mobilization on the Project Site(s) to obtain coverage under the<br />

OCIP. All Enrollment forms should be entered online, please see Section 7 of this<br />

Insurance Manual for details or contact your OCIP Administrator.<br />

Each Enrolled Contractor or Enrolled Subcontractor accepted into the OCIP will receive a<br />

Confirmation Letter <strong>and</strong> Certificate of Insurance from the OCIP Administrator. A<br />

Confirmation Letter is a letter issued by the OCIP Administrator that confirms acceptance<br />

of the applicant into the OCIP.<br />

Enrollment is not automatic<br />

Enrollment into the OCIP is required, but not automatic. All Eligible<br />

Contractors <strong>and</strong> Subcontractors MUST complete the enrollment forms <strong>and</strong><br />

participate in the enrollment process for OCIP coverage to apply. Access to<br />

the Project Site(s) will not be permitted until Enrollment into the OCIP is<br />

complete.<br />

Maintaining Enrollment in the OCIP<br />

If you do not comply with all the terms of this Manual in a timely manner you may not<br />

remain enrolled in the OCIP. Contractors eligible for enrollment in the OCIP who are not<br />

enrolled in the OCIP will not be granted access to the Project Site(s).<br />

Assignment of Return Premiums<br />

The cost of the OCIP insurance coverages will be paid by the Owner. The Owner will be<br />

the sole recipient of any return OCIP premiums or dividends. All enrolled Contractors <strong>and</strong><br />

Subcontractors shall assign to Owner all adjustments, refunds, premium discounts,<br />

dividends, credits or any other monies due from the OCIP insurers. Contractors <strong>and</strong><br />

Subcontractors shall assure that each Enrolled Subcontractor shall execute such an<br />

assignment. The Enrollment Form (Aon-3) supplied in Section 8 is used for this purpose.<br />

Safety St<strong>and</strong>ards<br />

establish minimum<br />

st<strong>and</strong>ards for Contractor<br />

safety programs. Safety<br />

St<strong>and</strong>ards are provided to all<br />

participants during the<br />

bidding process.<br />

Safety St<strong>and</strong>ards<br />

Each Contractor <strong>and</strong> Subcontractor is required to have a written safety program <strong>and</strong> to<br />

provide a designated safety representative who is on the Project Site(s) when any Work is<br />

in progress. Minimum st<strong>and</strong>ards for Contractor safety programs are outlined in the<br />

Broward County Safety <strong>and</strong> Loss Prevention Manual.<br />

Broward County, Florida 19<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


Exhibit 2<br />

Page 121 of 379<br />

CONTRACTOR & SUBCONTRACTOR<br />

MAINTAINED COVERAGE-INCLUDING EXLUDED PARTIES<br />

Payroll Reports:<br />

Failure to submit the payroll<br />

reports as required may<br />

result in the withholding of<br />

payments until required<br />

documentation is received.<br />

All OCIP forms<br />

should be<br />

completed online<br />

at:<br />

https://www.aonw<br />

rap.aon.com<br />

Payroll Reports<br />

Each Enrolled Contractor <strong>and</strong> Subcontractor of every tier must submit monthly payroll<br />

reports to the OCIP Administrator. The reports will identify worker-hours <strong>and</strong> payroll by<br />

workers’ compensation classification code for all Work performed at the Project Site(s).<br />

This information will be used to provide the Owner's insurers with information required for<br />

determining the Owner's premium.<br />

All Enrolled Contractors <strong>and</strong> Subcontractors must submit payroll reports prior to the 10 th of<br />

the following month. The Monthly On-Site(s) Payroll Report form (Aon-4), provided in<br />

Section 8, is the appropriate form. A separate payroll report must be completed for each<br />

contract. The monthly worker-hour <strong>and</strong> payroll reports should include supervisory, safety<br />

<strong>and</strong> clerical personnel that are on-Site(s) <strong>and</strong> cover all Work performed at or emanating<br />

directly from each Project Site(s). All payrolls should be entered online, please see<br />

Section 7 of this Insurance Manual for details or contact your OCIP Administrator.<br />

Earnings for overtime should be included only at the normal hourly rate (DO NOT<br />

INCLUDE EXTRA WAGES, OR PREMIUM PORTION OF OVERTIME PAY, WHEN<br />

CALCULATING PAYROLL. Overtime means those hours in excess of 8 hours worked<br />

each day, 40 hours in any week or on Saturdays, Sundays, or holidays, but only when<br />

there is an increase in the hourly rate to work such hours.<br />

Insurance Company Payroll Audit<br />

Each enrolled Contractor <strong>and</strong> Subcontractor is required to maintain payroll records for Work<br />

at the Project Site(s). Such records shall allocate the payroll by Workers’ Compensation<br />

classification(s) code <strong>and</strong> shall exclude the excess or premium paid for overtime (i.e., only<br />

the straight time rate shall apply to overtime hours Worked). Furthermore, such records<br />

shall limit the payroll for Executive Officers <strong>and</strong> Partners/Sole Proprietors to the limitations<br />

as stated in the State of Florida Manual Rules.<br />

It is important to properly classify payrolls as these will be reported to the Rating Bureau for<br />

promulgation of future Experience Modifiers for your firm. All enrolled Contractors <strong>and</strong><br />

Subcontractors shall make available their books, vouchers, contracts, documents, <strong>and</strong><br />

records, of any <strong>and</strong> all kinds, to the auditors of the OCIP insurance carriers or Owner’s<br />

representatives at any reasonable time during the policy period, any extension, or during a<br />

final audit period as required by the insurance policies.<br />

Broward County, Florida 20<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


Exhibit 2<br />

Page 122 of 379<br />

CONTRACTOR & SUBCONTRACTOR RESPONSIBILITIES<br />

All OCIP forms<br />

should be<br />

completed online<br />

at:<br />

https:// www.aonw<br />

rap.aon.com<br />

Close-Out <strong>and</strong> Audit Procedures<br />

Each Enrolled Contractor <strong>and</strong> Subcontractor must submit the Notice of Work Completion<br />

form (Aon-5), when a Contractor <strong>and</strong>/or a lower tier Subcontractor has completed it’s Work<br />

at the Project Site(s) <strong>and</strong> no longer has workers on Site(s) (including Punch-List). The<br />

Aon-5 form will initiate the close-out process <strong>and</strong> audit of payroll <strong>and</strong> worker-hours by the<br />

OCIP Insurer(s). The OCIP Insurer is the insurance company named on the policy or on<br />

the Certificate of Insurance that provides coverage for the OCIP. A copy of the Notice of<br />

Work Completion form, (Aon-5) with instructions on the proper method for completion is<br />

found in Section 8. All Notice of Work Completion forms should be entered online,<br />

please see Section 7 of this Insurance Manual for details or contact your OCIP<br />

Administrator.<br />

Issuance of final payment <strong>and</strong>/or project retainage will not be authorized by the Owner until<br />

all necessary forms have been submitted to the OCIP Administrator.<br />

Broward County, Florida 21<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


Exhibit 2<br />

Page 123 of 379<br />

CLAIM REPORTING PROCEDURES<br />

Section<br />

6<br />

Claim Reporting Procedures<br />

This section describes the basic procedures for reporting<br />

various types of claims: Workers’ Compensation, General<br />

Liability, <strong>and</strong> damage to the Project.<br />

Claims Kits will be<br />

available to all Contractors.<br />

It will include details about<br />

claim reporting <strong>and</strong> is<br />

intended for use at the<br />

Project Site(s).<br />

Workers’ Compensation Claims<br />

In the event of an accident or injury, the main responsibility for any Contractor <strong>and</strong><br />

Subcontractor is first to see that the injured worker receives immediate medical care. Local<br />

911 emergency ambulance service should only be used in response to a serious traumatic<br />

life-threatening injury. Otherwise, injured workers’ who require medical treatment must<br />

utilize one of the Owner’s approved medical clinics indicated below.<br />

Next, you should notify by phone, the following:<br />

♦ The General Contractor’s Safety Manager (See Directory, page )<br />

♦ OCIP Safety Manager (See Directory, page 7)<br />

♦ OCIP Administrator (See Directory, page 7)<br />

♦ Risk Management – Charmaine Rivers, Worker’s Compensation Manager Phone<br />

– 954.357.7230<br />

♦ Risk Management – Barbara Bryant, Worker’s Compensation Supervisor Phone –<br />

954.357.5534<br />

♦ Risk Management – Danielle French, Assistant Director, Phone 954.357.7219<br />

The below listed clinics should be utilized for all non-life threatening injuries <strong>and</strong> the primary<br />

care physician shall arrange <strong>and</strong> manage all follow up care. The designated clinics for<br />

treatment of injured workers are:<br />

Medwork84<br />

Medstar<br />

Urgent Medical Care<br />

th<br />

407 SE 24 Street (SR 84) 3501 N. Federal Hwy 311 S Cypress Creek Rd<br />

Fort Lauderdale, FL 33316 Pompano, FL 33064 Pompano, FL 33060<br />

(954)467 2140 (954) 785 5411 (954) 781 7248<br />

Injured workers are advised to go to the nearest medical treatment facility/ hospital<br />

emergency room for life threatening injuries.<br />

Broward County, Florida 22<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


Exhibit 2<br />

Page 124 of 379<br />

CLAIM REPORTING PROCEDURES<br />

Contractors <strong>and</strong> Subcontractors must designate a representative at the Project Site(s) to<br />

take injured employees to the medical treatment center (clinic) <strong>and</strong> to report the claim. This<br />

individual is to remain with the injured employee at the medical treatment center while<br />

he/she is being treated. The treating physician should provide a written description of<br />

whether or not the injured employee can return to work, a list of restrictions if any, <strong>and</strong> the<br />

estimated length of time the injured worker must be on modified duty. The Owner supports<br />

transitional modified work to keep injured workers gainfully employed during recovery.<br />

Copies of the treating physician’s written description should be returned to the employee for<br />

his/her Employer, the OCIP Safety Manager, General Contractor’s Safety Manager <strong>and</strong><br />

OCIP Administrator. A post accident drug test will be included in the treatment regimen as<br />

indicated in the Program Safety St<strong>and</strong>ards.<br />

A detailed Broward County Loss Notice form (Exhibit 4, Section 8) must be completed<br />

along with the FLORIDA DEPARTMENT OF FINANCIAL SERVICES DIVISION OF<br />

WORKERS' COMPENSATION FIRST REPORT OF INJURY OR ILLNESS form<br />

(Form DFS-F2-DWC-1 (08/2004) (Exhibit 3, Section 8) <strong>and</strong> turned into the OCIP<br />

Safety Manager, OCIP Administrator, <strong>and</strong> General Contractor’s Safety Manager within<br />

twenty-four (24) hours of the accident/incident.<br />

Each Contractor <strong>and</strong> Subcontractor with employees injured at a Project Site(s) will be<br />

required to attend claims meetings <strong>and</strong> participate in the management of claims for their<br />

employees. Injured employees will cooperate with the OCIP Insurer <strong>and</strong> comply with the<br />

treatment regimen prescribed by the primary care physician.<br />

When additional information is requested by the insurance carrier or the employer needs to<br />

talk to the adjuster:<br />

Report all Liability claims<br />

to the OCIP Safety Manager<br />

& Administrator <strong>and</strong> the<br />

General Contractor’s Safety<br />

Manager.<br />

Liability Claims<br />

Incidents or accidents at, or around the Project Site(s) or a designated off-Site(s) location<br />

that has been added to the OCIP (see definition of Project Site(s) on page 2) resulting in<br />

damage to the property of others (other than your own property, rented or leased property,<br />

or your own Work product), or personal injury or death to a member of the public, must be<br />

reported immediately to the designated claims <strong>and</strong> safety representatives <strong>and</strong> OCIP<br />

Administrator. (See Section 2 for contact information). Contractors <strong>and</strong> Subcontractors<br />

must designate a representative at the Project Site(s) to report the claim.<br />

A detailed Broward County Loss Notice form (Exhibit 4, Section 8) must be completed<br />

<strong>and</strong> turned into the OCIP Safety Manager, OCIP Administrator, <strong>and</strong> General<br />

Contractor’s Safety Manager within twenty-four (24) hours of the accident/incident.<br />

This documentation will be forwarded onto the insurance carrier for further h<strong>and</strong>ling. A<br />

copy of this documentation should be sent to S<strong>and</strong>y Steinlage, Risk Management<br />

Liability Supervisor, at SSteinlage@broward.org Dawn Mehler, Risk Insurance <strong>and</strong><br />

Contracts Manager at DMehler@broward.org, <strong>and</strong> Danielle French, Assistant Director<br />

Risk Management at dfrench@broward.org.<br />

Do not voluntarily admit liability. Contractors <strong>and</strong> Subcontractors of any tier must cooperate<br />

with the Owner <strong>and</strong> the OCIP insurer representatives in the accident investigation.<br />

The insurance carrier will investigate, process, <strong>and</strong> settle each claim. Each Contractor will<br />

Broward County, Florida 23<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


Exhibit 2<br />

Page 125 of 379<br />

CLAIM REPORTING PROCEDURES<br />

be responsible for a $5,000.00 (or other negotiated amount as shown in the Contract)<br />

general liability Obligation per occurrence for any claim due to Contractor’s<br />

negligence as shown in its Contract for any damages/injuries caused by the<br />

Contractor or its Subcontractors of any tier to third parties. This is subject to change<br />

pending any formal changes to the Contract agreement.<br />

The Obligation will be charged to the negligent contractor <strong>and</strong> due to the Owner.<br />

Report all Builder’s Risk<br />

claims to the OCIP Safety<br />

Manager & Administrator,<br />

<strong>and</strong> the General Contractor’s<br />

Safety Manager.<br />

Builder’s Risk Claims<br />

Report all incidents/accidents immediately. A detailed Broward County Loss Notice<br />

form (Exhibit 4, Section 8) must be completed <strong>and</strong> turned into the OCIP Safety<br />

Manager, OCIP Administrator, <strong>and</strong> General Contractor’s Safety Manager within<br />

twenty-four (24) hours of the accident/incident. Contractors <strong>and</strong> Subcontractors must<br />

designate a representative at the Project Site(s) to report the claim. This<br />

documentation will be forwarded onto the insurance carrier for further h<strong>and</strong>ling. A<br />

copy of this documentation should be sent to S<strong>and</strong>y Steinlage, Risk Management<br />

Liability Supervisor, at SSteinlage@broward.org, Dawn Mehler, Risk Insurance <strong>and</strong><br />

Contracts Manager at DMehler@broward.org, <strong>and</strong> Danielle French, Assistant Director<br />

Risk Management at dfrench@broward.org.<br />

The insurance carrier will investigate, process, <strong>and</strong> settle each claim. Contractor <strong>and</strong><br />

its Subcontractors of any tier each shall be responsible for a $25,000.00<br />

Builder’s Risk deductible per occurrence for any claim caused by Contractor or<br />

its Subcontractors of any tier during the course of construction. This is subject to<br />

change pending any formal changes to the Contract agreement.<br />

The Deductible will be charged to the negligent contractor <strong>and</strong> due to the Owner.<br />

Report all Auto claims to<br />

your insurance carrier, the<br />

OCIP Safety Manager &<br />

Administrator, <strong>and</strong> the<br />

General Contractor’s Safety<br />

Manager.<br />

Automobile Claims<br />

No insurance coverage is provided for automobile accidents/claims under<br />

the OCIP. It is the sole responsibility of each Contractor <strong>and</strong> Subcontractor<br />

to report accidents/claims involving their automobiles to their own insurers.<br />

However, all accidents occurring in or around the job Site(s) must be reported to the<br />

designated claims <strong>and</strong> safety representatives <strong>and</strong> OCIP Administrator. (See Section 2 for<br />

contact information). The accident will be investigated with regard to any liability arising out<br />

of the Project construction activities that could result in future claims (i.e., due to the<br />

conditions of the roads, etc.). Each Contractor <strong>and</strong> Subcontractor shall cooperate in the<br />

investigation of all automobile accidents.<br />

Broward County, Florida 24<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


Exhibit 2<br />

Page 126 of 379<br />

CLAIM REPORTING PROCEDURES<br />

Report all Pollution<br />

claims to the OCIP Safety<br />

Manager & Administrator<br />

<strong>and</strong> the General Contractor’s<br />

Safety Manager.<br />

Pollution Claims<br />

The Owner's OCIP policies may provide limited coverage for certain pollution<br />

conditions but only if the incidents are discovered <strong>and</strong> reported promptly in<br />

writing. Report all incidents/accidents immediately. A detailed Broward County Loss<br />

Notice form (Exhibit 4, Section 8) must be completed <strong>and</strong> turned into the OCIP Safety<br />

Manager, OCIP Administrator, <strong>and</strong> General Contractor’s Safety Manager within<br />

twenty-four (24) hours of the accident/incident. Contractors <strong>and</strong> Subcontractors must<br />

designate a representative at the Project Site(s) to report the claim. This<br />

documentation will be forwarded onto the insurance carrier for further h<strong>and</strong>ling. A<br />

copy of this documentation should be sent to Dawn Mehler, Risk Insurance <strong>and</strong><br />

Contracts Manager at DMehler@broward.org <strong>and</strong> Danielle French, Assistant Director<br />

Risk Management at dfrench@broward.org.<br />

The insurance carrier will investigate, process, <strong>and</strong> settle each claim. Contractor <strong>and</strong><br />

its Subcontractors of any tier each shall be responsible for a $50,000.00<br />

Contractor Pollution Legal Liability deductible per occurrence for any claim<br />

caused by Contractor or its Subcontractors of any tier during the course of<br />

construction. This is subject to change pending any formal changes to the Contract<br />

agreement.<br />

The Deductible will be charged to the negligent contractor <strong>and</strong> due to the Owner.<br />

Broward County, Florida 25<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


AONWRAP WEB INSTRUCTION<br />

Exhibit 2<br />

Page 127 of 379<br />

Section<br />

7<br />

AonWrap Web Instruction<br />

Obtain a User ID & Password<br />

Contact your Aon Program Administrator by either phone or email. Have the following information available:<br />

• Name & Contract Information (Phone, Fax & email address)<br />

• Company Name<br />

• Contract Number<br />

• Contract with<br />

How to Access the AonWrap Application<br />

You can access AonWrap by entering https:// www.aonwrap.aon.com in your Internet Browser.<br />

Be sure to include the www in the address, failure to do so could cause your log on process to fail.<br />

How to Login<br />

Once at the AonWrap home page<br />

• enter your unique User ID<br />

• enter your Password<br />

• Click on the Enter button to gain access to the secure<br />

AonWrap application<br />

• Please note that the first time you log on you will be requested<br />

to change your password.<br />

Navigation<br />

1. From the Welcome Page use the ‘4Browse Project’ option in the<br />

left-section of the page.<br />

2. Locate your project or contract in one of three available methods:<br />

• Use the options to exp<strong>and</strong> the tree view <strong>and</strong> select a<br />

project to begin working with. (sponsors only)<br />

• Drill down through project levels <strong>and</strong> contract relationships<br />

by clicking on the project or Contractor’s name in the<br />

Projects & Contracts section, located in the middle of the<br />

screen. The icon indicates that there is additional<br />

project or subcontract information.<br />

• The Search <strong>and</strong> Advanced Search options located in the<br />

screen header. (see Search instruction for further details)<br />

3. Use the Location Bar <strong>and</strong> Project/Contract Description at the<br />

top of the screen to determine what information is presented<br />

Broward County, Florida 26<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


AONWRAP WEB INSTRUCTION<br />

Note: Security features may prevent you from seeing all presented screens.<br />

Exhibit 2<br />

Page 128 of 379<br />

How to Enroll on the Web (Aon Form-3)<br />

1. Navigate to the contract <strong>and</strong> select the Form-3 Enrollment Application option.<br />

2. Update your Contractor Information in section A. Modifications made in this will be posted to the<br />

database within 24 hours. (The Federal ID number is required to enroll in the Wrap-up)<br />

3. Update Contract Information in section B of the Enrollment Application. (Required fields include<br />

contract number, Estimated Start & Completion dates)<br />

4. Identify personnel from your company that are responsible for different pieces of information in Section<br />

C, Contacts. Select the Contacts button. Follow the instructions in the Update Contact Information<br />

section of this pamphlet.<br />

5. Enter your firms estimated reportable payroll in the Worker’s Compensation Information section (D)<br />

of the enrollment form screen.<br />

• If the desired WC class codes is listed, click in the ◦ on the left column. Use the Update button<br />

to add the estimated man-hour <strong>and</strong> payroll information.<br />

• If the desired WC class code is not present, click the Add button. Enter the County, State, WC<br />

Class Code, estimated man-hours <strong>and</strong> payroll. Please note, not all projects will allow the<br />

addition of new WC class codes. An error message will be displayed.<br />

• Click on the OK button to record your information.<br />

WC Class Codes can be entered using the numeric code or the […] button can be used to search for a<br />

description.<br />

6. Complete the Off-Site(s) Workers Compensation Information section (E).<br />

• Supply your firms Experience Modification information. Click in the ◦ on the left column <strong>and</strong> use<br />

Modify button to change an existing entry. Use the Add button to create a new line of<br />

information. (Information must be supplied for each state work will be performed in.)<br />

a) The Bureau File # is also referred to as the Risk ID #. This information can be located on<br />

your experience modification worksheets.<br />

b) If your company has been in business for less than 3 years, enter the following information:<br />

Bureau File # = New Company ; Experience Modification Factor = 1.00<br />

Anniversary Rating Date <strong>and</strong> Effective Date of Modification Factor = First day your company<br />

was in business<br />

• Enter the information relating to your existing workers’ compensation carrier. Supply the carrier’s<br />

full name of the insurance carrier (no abbreviations), Policy number <strong>and</strong> Effective & Expiration<br />

dates<br />

7. Identify any Subcontractor Information in section F. If you will not be using subcontractors, leave this<br />

section empty. Use the Add button to add a subcontractor. Verify your work by ensuring your own selfperformed<br />

work plus the total Subcontract $ amounts equal the expected Contract Amount on your<br />

contract.<br />

8. The Enrollment Questions section G may pertain to your work at this project.<br />

• Check the boxes that describe your labor force <strong>and</strong> use of Aircraft & Watercraft. Your responses<br />

should only pertain to work performed under this contract on this project.<br />

• Additional project specific questions may be defined in the Optional Questions box. Answer any<br />

questions that may appear here.<br />

9. If your firm has off-Site(s) storage facilities that are dedicated 100% for the storage of material for the<br />

specified project, record this information in the Off-Site(s) Storage (100% Dedicated) section. Use the<br />

Add button to add a line of information. Use the OK button to save work. Add as many lines of<br />

information as needed.<br />

Broward County, Florida 27<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


AONWRAP WEB INSTRUCTION<br />

10. Type your name in the space provided <strong>and</strong> date the form. Your typed signature constitutes an<br />

electronic signature<br />

11. Once you have completed everything <strong>and</strong> checked through your work:<br />

• When your information is ready to be processed, check the Save <strong>and</strong> Notify Aon indicator box.<br />

• Save <strong>and</strong> Submit Later allows you to save your work <strong>and</strong> return later to finish.<br />

• Cancel your work OR<br />

• Print your work<br />

How to Report Payroll (Aon Form-4)<br />

1. Navigate to the contract <strong>and</strong> Click on the Form 4 – Payroll Report option located in the Actions <strong>and</strong><br />

Views section of the page.<br />

2. The Payroll list screen will display all types of payroll (missing,<br />

incomplete <strong>and</strong> completed) records. If you are delinquent in submitting your<br />

payroll information, select the missing payroll record with the appropriate period ending<br />

date.<br />

Exhibit 2<br />

Page 129 of 379<br />

3. Click on the Open button at the top of the screen to open an<br />

existing record or New button to create a new entry. Modify the<br />

payroll period dates if necessary.<br />

4. Select the WC class code by clicking the ◦ in the left most<br />

column. Use the Update button to begin the modification<br />

process. Enter the man-hours <strong>and</strong> payroll information. If your<br />

WC class code is not present use the Add button.<br />

Note a: Some Projects will also require the entry of a purchase order number. This requirement will be displayed in a<br />

separate column.<br />

Note b: Submit one payroll report per reporting period. Each payroll report can contain only one entry per class<br />

code unless a purchase order number is required.<br />

5. When you are finished click on the OK button to add the information.<br />

6. If this project collects optional data it will be defined in the Optional Fields section. Enter information if<br />

specified.<br />

7. Enter your name <strong>and</strong> date.<br />

8. Once you have completed everything <strong>and</strong> checked through your work:<br />

• When your information is ready to be processed, check the Save <strong>and</strong> Notify Aon indicator box.<br />

• Save <strong>and</strong> Submit Later allows you to save your work <strong>and</strong> return later to finish.<br />

• Cancel your work OR<br />

• Print your work<br />

Broward County, Florida 28<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


AONWRAP WEB INSTRUCTION<br />

Exhibit 2<br />

Page 130 of 379<br />

How to Submit a Notice of Work Completion (Aon Form-5)<br />

1. Navigate to the contract <strong>and</strong> Click on the Form 5 – Notice of Work Completion option located in the<br />

Actions <strong>and</strong> Views section of the page.<br />

2. Enter your name <strong>and</strong> date the form.<br />

3. Request the sponsor or entity you contract with to approve the form. Your company cannot complete<br />

the approval.<br />

4. Once you have completed everything <strong>and</strong> checked through your work:<br />

• When your information is ready to be processed, check the Save <strong>and</strong> Notify Aon indicator box.<br />

• Save <strong>and</strong> Submit Later allows you to save your work <strong>and</strong> return later to finish.<br />

• Cancel your work OR<br />

• Print your work.<br />

Contract Contact List<br />

1. Click on the Contract Contact List option located in the Actions <strong>and</strong> Views section of the page.<br />

2. Select the ‘Role’ to add, update or modify by clicking on the ◦ to the left most column.<br />

3. Click the Update button to proceed with additions or<br />

modifications to the information.<br />

4. Use the dropdown box in the Contact Name column to select<br />

an existing entry. Click OK to save this name as the contact.<br />

5. If the Name does not exist in the available options, use the<br />

New button to create a new contact. Be sure to provide the<br />

• Individual’s Name (Prefix, first, middle & last name)<br />

• Phone & Fax Number (enter without special characters (, )<br />

or - )<br />

• Address Line 1, Address Line 2, City, State <strong>and</strong> Zipcode<br />

• Optional fields include a Phone (Work 2), Phone (Cell),<br />

Phone (Pager), Phone (Home 1) <strong>and</strong> Phone (Home 2). (Do<br />

not include special characters in all phone numbers)<br />

• To save your work, click on the OK button.<br />

6. If the Name exists in the available options but information requires revision, use the Modify button to<br />

change the contact’s information.<br />

• Change the information.<br />

• Select the OK button to save your work<br />

7. Repeat the steps above until all desired contacts are identified.<br />

8. Use the Save button to save your work.<br />

9. Use the ⌧ on the upper right h<strong>and</strong> corner to close the screen.<br />

Broward County, Florida 29<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


AONWRAP WEB INSTRUCTION<br />

Exhibit 2<br />

Page 131 of 379<br />

Revise Company Information (i.e. change address)<br />

1. Navigate to the contract <strong>and</strong> Click on the Company option located in the Actions <strong>and</strong> Views section of<br />

the page.<br />

2. Modify the Company Information (federal ID number, company name, address, phone <strong>and</strong> fax<br />

information) as presented on the screen.<br />

3. Press the Add button under the WC General section. Insert the Country, State, Bureau File # (also<br />

known as the Risk ID Number) <strong>and</strong> Anniversary Rating Date (mm-dd format required). Use the OK<br />

button when entry is complete<br />

4. Use the Submit button to forward your changes to the administration staff. Please note that changes<br />

recorded in this section of the database will not automatically be posted to the database. An action will<br />

be created for the administration staff to update your records.<br />

5. After Submission of your changes, return to the main page by closing the screen. Use the ⌧on the<br />

upper right h<strong>and</strong> corner of the screen.<br />

Update Contract Information<br />

1. Navigate to the contract <strong>and</strong> Click on the Contract Info option located in the Actions <strong>and</strong> Views section<br />

of the page.<br />

2. Review the information in the Contract Section of the screen (Bid & Contract Number, Bid Due Date,<br />

Contract Award Date, Work Description, Contract Amount, Amount of Self-Performed <strong>and</strong> estimated &<br />

actual contract start <strong>and</strong> completion dates). In the Change Request section identify any correction or<br />

updates to the information. Also include the name of any<br />

subcontractors, address, contact name <strong>and</strong> phone number.<br />

3. Use the Submit button to forward your changes to the administration<br />

staff. Please note that changes recorded in this section of the database<br />

will not automatically be posted to the database.<br />

4. After Submission of your changes, return to the main page by closing<br />

the screen. Use the ⌧ on the upper right h<strong>and</strong> corner of the screen.<br />

Complete <strong>and</strong>/or updated Web Instructions<br />

Complete <strong>and</strong>/or updated Web Instructions are available on the web page. To locate, click on the Document<br />

Management option in the Other Navigation section of the screen.<br />

1. Click on the Reference Material category.<br />

2. Click on the Web Instructions Document Name to download or view the document.<br />

Broward County, Florida 30<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


FORMS<br />

Exhibit 2<br />

Page 132 of 379<br />

8<br />

Forms<br />

This section contains the forms needed for reporting claims,<br />

reporting payroll <strong>and</strong> administration of the OCIP. Aon Forms 3-5<br />

should be reported on-line at: https://www.aonwrap.aon.com<br />

This section contains the following forms:<br />

Aon Form-3<br />

Aon Form-4<br />

Aon Form-5<br />

Aon Form-A<br />

Exhibit 1<br />

Exhibit 2<br />

Exhibit 3<br />

Exhibit 4<br />

Enrollment Application<br />

Monthly On-Site(s) Payroll Report<br />

Notice of Work Completion<br />

Notice of Award<br />

Sample Certificate of Insurance – Enrolled Contractors <strong>and</strong> Subcontractors<br />

Sample Certificate of Insurance – Excluded Contractors <strong>and</strong> Subcontractors<br />

Workers’ Compensation Claim Form<br />

Broward County Loss Notice<br />

Note:<br />

For assistance in completing these forms, please contact the Insurance Administrator listed below:<br />

Aon Risk Services – Diana Schrader , Program Administrator<br />

Phone: 407.804.2418<br />

Fax: 407.804.1077<br />

Email: Diana.Schrader@aon.com<br />

Broward County, Florida 31<br />

Owner Controlled Insurance Program<br />

OCIP Manual – 07/01/2010<br />

Rev. 0002


Exhibit 2<br />

Page 133 of 379<br />

Form-3<br />

Enrollment Application Form 3<br />

Numbers reference attached instructions<br />

<strong>BROWARD</strong> <strong>COUNTY</strong>, FL<br />

Page 1 of 3<br />

Examine your current Workers’ Compensation <strong>and</strong> General Liability Policies or contact your Insurance Agent to assist you<br />

with completing this form. *** NOTICE *** Enrollment is not automatic <strong>and</strong> requires the satisfactory completion of the Aon<br />

Form-1a or Form-1b, Form-2 <strong>and</strong> Form-3. In addition, submit a Certificate of Insurance providing evidence of your off-<br />

Site(s) coverage. Please refer to the Insurance Manual for coverage requirements.<br />

A. Contractor Information: Federal ID # or Soc. Sec. #:<br />

1<br />

Company Name & dba:<br />

Contact Name & Title:<br />

Address:<br />

u Business Information (headquarters)<br />

2 3<br />

u Contact Information (address questions to..)<br />

City, State Zip Code:<br />

Telephone:<br />

Fax:<br />

Email Address:<br />

Indicate your Organization’s Structure: 4<br />

Corporation<br />

Joint Venture<br />

Partnership<br />

Sole Proprietor<br />

S-Corporation<br />

Other _____________________________<br />

Contract No.:<br />

B. CONTRACT INFORMATION:<br />

<strong>BROWARD</strong> <strong>COUNTY</strong><br />

Date Contract Awarded: 2<br />

Description of Work: 3<br />

Proposed Contract Price $: 4 Are you Submitting a bid to <strong>BROWARD</strong> <strong>COUNTY</strong> 6 Yes No<br />

Amount of Self Performed Work $: 5 If No, identify to whom: 7<br />

7 Actual<br />

8 Actual<br />

Start Date:<br />

Estimated<br />

Completion Date:<br />

Estimated<br />

C. Contacts: (Complete if Applicable)<br />

Position 1 Name & Title 2 Phone 3 Fax 4 email address<br />

Project Mgr:<br />

Res. Engineer:<br />

Insurance:<br />

Contract Admin:<br />

Payroll:<br />

Claims:<br />

Safety Rep:<br />

Provide Location of payroll records if 5<br />

different than Corporate address:<br />

Phone:<br />

City, State, Zip Code:<br />

Fax:<br />

D. Workers’ Compensation Insurance Information for Work Described Above: (attach a separate sheet if necessary)<br />

a<br />

State<br />

b<br />

Class Code<br />

c<br />

Description<br />

d<br />

Man-hours<br />

1<br />

e<br />

Payroll<br />

Totals<br />

2 3<br />

E. Provide your current Off-Site(s) Workers’ Compensation Information: (for each state you will perform work in)<br />

Applicable State Risk ID Number Rating Bureau Anniversary Rating Date<br />

1 2 3 4<br />

Your WC Insurance Carrier:<br />

5<br />

Policy #:<br />

6<br />

Effective Date:<br />

7<br />

Expiration Date:<br />

8


Enrollment Application Form 3<br />

<strong>BROWARD</strong> <strong>COUNTY</strong>,<br />

Exhibit 2<br />

FL<br />

Form-3 Numbers reference attached instructions<br />

Page 134 of 379<br />

Page 2 of 3<br />

F. Subcontract Information: List all Subcontractors that will be working for you on this project (complete the information in the following table). Use additional paper if<br />

necessary:<br />

1<br />

Subcontractor<br />

2<br />

Subcontract $<br />

3<br />

Contact Person<br />

4<br />

Address<br />

5 6<br />

Phone Number Estimated Start Date<br />

G. Enrollment Questions: Answer each question. Use additional paper if necessary.<br />

1<br />

Will you have any off-Site(s) location(s) 100% dedicated to this project Yes No If yes, please provide address:<br />

2<br />

3<br />

Please check if: Any aircraft used on this project Any watercraft used on this project<br />

Please indicate if labor from the following sources will be used: Employee Leasing Firm Temporary Labor Agency<br />

4<br />

Employee Leasing Company Name<br />

5<br />

Employee Leasing Company address<br />

6<br />

Employee Leasing Company Ctiy, State <strong>and</strong> Zip<br />

7<br />

What is your firm’s Worker’s Compensation Experience Modifier (EMR)<br />

H. WARRANTY APPLICABLE TO PROGRAM INSURANCE COVERAGE<br />

1<br />

2<br />

3<br />

4<br />

5<br />

6<br />

Premiums for this Program are the responsibility of <strong>BROWARD</strong> <strong>COUNTY</strong> <strong>and</strong> I agree any <strong>and</strong> all return of premium, dividends, discounts, or<br />

other adjustments to any Program policy(ies) is assigned, transferred <strong>and</strong> set over absolutely to <strong>BROWARD</strong> <strong>COUNTY</strong>. This assignment<br />

applies to the Program policy(ies) as now written or as subsequently modified, rewritten or replaced. Rights of Cancellation for all<br />

Program insurance policy(ies) arranged by <strong>BROWARD</strong> <strong>COUNTY</strong> are assigned to <strong>BROWARD</strong> <strong>COUNTY</strong>.<br />

I will pay the cost of premium(s) for non-Program insurance coverage, specified in the Contract Documents.<br />

I authorized the release of all claim information for all insurance policies under this Program.<br />

It is my responsibility to notify my insurance carrier(s) that I am en in this Program.<br />

I have omitted from my bid the insurance costs for the coverage provided by <strong>BROWARD</strong> <strong>COUNTY</strong>. I further agree to the Aon Verified<br />

Insurance Cost Rate as described in the Insurance Manual.<br />

The statements in this insurance application are true to the best of my knowledge.<br />

I. Signature Block : I verify the information presented above <strong>and</strong> attachments are correct:<br />

Name:<br />

Title:<br />

(please print)<br />

Date:<br />

Signature:<br />

Note: Information can be submitted on-line at www.aonwrap.aon.com. Please contact your Administration Staff to obtain a<br />

user ID <strong>and</strong> Password.<br />

Fax or Mail to: Diana Schrader Phone: 407.804.2418<br />

Aon Risk Services, Inc. of Florida Fax: 407.804.1077<br />

400 International Parkway, Suite 100 Email: Diana.Schrader@aon.com<br />

Heathrow, FL 32746


Exhibit 2<br />

Page 135 of 379<br />

Enrollment Application<br />

<strong>BROWARD</strong> <strong>COUNTY</strong>, FL<br />

Form-3<br />

Instruction<br />

Page 3 of 3<br />

This form must be completed <strong>and</strong> submitted by each successful Contractor <strong>and</strong> Subcontractor of any tier prior to Site(s) mobilization for each contract<br />

awarded. The Contractor <strong>and</strong> Subcontractor will submit the completed form to Aon Risk Services. Upon receipt of this form, Aon will issue to the Contractor or<br />

Subcontractor a Certificate of Insurance evidencing coverage in the Controlled Insurance Program. The completed Certificate of Insurance <strong>and</strong> Workers’<br />

Compensation insurance policy will be mailed to the Enrolled party.<br />

A. Contractor Information<br />

1 Enter your company’s Federal ID number. This number can be found on filings made to the federal government such as your tax return.<br />

2 Enter your company’s name, mailing address <strong>and</strong> phone/fax number for your company’s primary office location.<br />

3 Enter the name of the person Aon should contact if questions arise. Include mailing address, phone/fax <strong>and</strong> email address, if different than A2.<br />

4 Identify your company’s legal structure by checking the box that applies. If the correct legal structure is not specifically listed, please check the “Other” box <strong>and</strong><br />

specify in the space provided.<br />

B. Contract Information<br />

1 Enter the Contract Number or Purchase Order Number that was included in <strong>BROWARD</strong> <strong>COUNTY</strong>’s originating documentation.<br />

2 Supply the Date this Contract was awarded to your organization.<br />

3 Provide a brief description of the work you will be performing at the project Site(s).<br />

4 Identify the total amount of your contract.<br />

5 Identify the amount of work that you anticipate will be self-performed.<br />

6 Check the appropriate box that identifies if you contract directly with <strong>BROWARD</strong> <strong>COUNTY</strong> or are a Subcontractor.<br />

7 If you are a Subcontractor, identify the entity with whom you are under contract.<br />

8 Enter the Date you anticipate starting work <strong>and</strong> then mark whether the date provided is actual or estimated.<br />

9 Enter the Date you anticipate completing the described work <strong>and</strong> then mark whether the date provided is actual or estimated.<br />

C. Contacts (Requested Contact information is for specific functions. It is possible to have a single person fulfill multiple responsibilities.)<br />

1 Identify the name of the person <strong>and</strong> their title for each function. These individuals should be located, if at all possible, on-Site(s).<br />

2 Provide the phone number for each person identified above.<br />

3 Provide the fax number for each person identified above.<br />

4 Provide the email address for each person identified above, if applicable.<br />

5 Identify the physical location where your payroll records are retained. Provide the Address, City, State, Zip Code, Telephone, Fax Number <strong>and</strong> Email Address of<br />

the person responsible for maintaining the payroll information.<br />

D. Workers’ Compensation Information (Duplicate or attach additional sheets if necessary. You may create an electronic version of this document if all requested information is included.):<br />

1 a Enter the two letter abbreviation for the state in which the work will be performed.<br />

b Enter each Workers’ Compensation class code that applies to the work identified in B2. (Most states use a 4 digit Number)<br />

c Enter the Workers’ Compensation class code description that applies to the work identified in D1b.<br />

d Enter the estimated Man-hours required to complete the described work by Workers’ Compensation class code.<br />

2<br />

e Enter the estimated Payroll required to complete the described work for each Workers’ Compensation class code. Use only unburdened payroll <strong>and</strong> exclude the premium<br />

portions of any overtime pay.<br />

Total all estimated Man-hours for each class code. Be sure to include information from additional pages if used.<br />

3 Total all estimated Payroll for each class code. Be sure to include information from additional pages if used.<br />

E. Current Off-Site(s) Workers’ Compensation Information (Information relates to your corporation’s existing coverage; identify each modification factor that applies.)<br />

1 Enter the State that the Modification Information applies to.<br />

2 Enter your Bureau File Number also referred to as your Risk Identification Number. This number can also be found on your Modification worksheets.<br />

3 Enter the Bureau Rating Agency. In most states this is NCCI.<br />

4 Provide your Company’s Anniversary Rating Date. Information can be located on your bureau’s WC Experience Modification worksheets.<br />

5 Identify your insurance carrier for Workers’ Compensation Coverage.<br />

6 Provide your Workers’ Compensation Policy Number.<br />

7 Provide the effective date of your Workers’ Compensation policy.<br />

8 Provide the expiration date of your Workers’ Compensation policy.<br />

F. Subcontractor Information (Provide the following information for each Subcontractor that will be performing work at the project Site(s). Use additional sheets, if necessary.)<br />

1 Identify the name of the Subcontracting firm.<br />

2 Provide the estimated value of the subcontracted activity.<br />

3 Provide a contact name, preferably the project manager, for the Subcontractor.<br />

4 Provide the mailing address for the Subcontractor.<br />

5 Provide the phone number for the Subcontractor.<br />

6 Provide the date the Subcontractor is scheduled to begin work.<br />

G. Enrollment Questions<br />

1 Determine if you will have any locations, off-Site(s), that will be 100% dedicated to this project. Include material/supply storage as a possible location. Mark the<br />

appropriate box (yes/no). If you answer yes – provide the address of each location you identified as 100% dedicated.<br />

2 Mark the box or boxes that apply. Contemplate only work performed under this contract.<br />

3 Mark the box or boxes that apply. Employee Leasing Firm are those firms that supply the labor force for your company (You direct the activities of the Leasing<br />

Company’s employees). Temporary Labor Firms supplement your labor force.<br />

H. Warranty Statements:<br />

1-6 Read each Warranty statement thoroughly. If you have questions regarding any of these statements, contact the Aon administrator identified on page 2.<br />

I. Signature Block: This form must be signed by a representative of your company knowledgeable of its accuracy.<br />

Forward the completed Enrollment Application to the Aon administrator identified at the bottom of page 2 of this form. The administrator prior to<br />

the start of your work on-Site(s) must receive this form.


Form-4<br />

Monthly On-Site(s) Payroll Report Form 4<br />

Numbers reference attached instructions<br />

Exhibit 2<br />

Page 136 of 379<br />

<strong>BROWARD</strong> <strong>COUNTY</strong>, FL<br />

Page 1 of 2<br />

Complete a Separate Form for Each Contract with <strong>BROWARD</strong> <strong>COUNTY</strong>.<br />

Your report is due to the Aon Insurance Administrator, identified below, no later than the 10 th day of the succeeding month.<br />

Complete this report even though no work was performed; enter zero (0) for the Reportable Payroll.<br />

Delay in providing this report may result in payments being withheld.<br />

A. REPORT IDENTIFICATION<br />

B. ACTIVITY REPORT<br />

Period Beginning:<br />

1<br />

Period Ending:<br />

2<br />

Year:<br />

3<br />

4<br />

Contractor:<br />

5<br />

Under Contract with:<br />

Contract #:<br />

6<br />

<strong>BROWARD</strong> <strong>COUNTY</strong><br />

1<br />

a b<br />

c d e f<br />

State Workers’ Comp.<br />

Work Description Man-Hours Gross Payroll Reportable Payroll *<br />

Class Code<br />

2 3 4<br />

TOTALS:<br />

* Do not include premium (excess) overtime wages, use straight time wage rates only. You must also comply with all rules set forth by the Workers Compensation Bureau in the<br />

state in which the work is performed.<br />

C. ADDITIONAL DATA REQUIREMENTS :<br />

1.<br />

2.<br />

3.<br />

D. Signature Block : I verify the information presented above <strong>and</strong> attachments are correct:<br />

Name:<br />

Title:<br />

(please print)<br />

Date:<br />

Signature:<br />

CHECK IF THIS IS YOUR LAST PAYROLL REPORT. COMPLETE AN AON FORM-5 “NOTICE OF WORK COMPLETION” AND INCLUDE<br />

WITH THIS PAYROLL REPORT.<br />

Note: Information can be submitted on-line at www.aonwrap.aon.com. Please contact your Administration Staff to<br />

obtain a user ID <strong>and</strong> Password.<br />

Fax or Mail to: Diana Schrader Phone: 407.804.2418<br />

Aon Risk Services, Inc. of Florida Fax: 407.804.1077<br />

400 International Parkway, Suite 100 Email: Diana. Schrader@.aon.com<br />

Heathrow, FL 32746


Form-4<br />

On-Site(s) Payroll Report<br />

Instruction<br />

Exhibit 2<br />

<strong>BROWARD</strong> <strong>COUNTY</strong>, Page 137 FL of 379<br />

Page 2 of 2<br />

The Contractor <strong>and</strong> every Subcontractor of any tier performing work at the Project Site(s) for each Contract awarded<br />

must complete this form each month. The Contractor/Subcontractor must attach the completed report to their<br />

monthly pay request in order to receive interim payment. Contractors will be responsible for the submission of this<br />

form by their Subcontractors. Aon Risk Services can forward a supply of these forms to your company upon request.<br />

A. Report Identification<br />

1 Fill in the month <strong>and</strong> day for the beginning of the period you are reporting on.<br />

2 Fill in the month <strong>and</strong> day for the ending of the period you are reporting on.<br />

3 Fill in the year that applies to the reporting period.<br />

4 Enter the name of your firm.<br />

5 If you are a Subcontractor, identify the name of the firm you are contracted to. If you are a Prime Contractor enter N/A<br />

6 Provide your Contract Number<br />

B. Activity Report<br />

1 For each Workers’ Compensation Class Code that applies to work performed during the reporting period, provide the<br />

following information:<br />

a Identify the state in which the work was performed.<br />

b Identify the Workers’ Compensation Class Code that applies to the work performed during the period. (Most states use a four<br />

digit No.)<br />

c Provide a brief description of the work by class code.<br />

d Identify the number of Man-hours worked by your employees for each applicable class code.<br />

e Provide the Gross Payroll paid to your employees. This should include overtime pay <strong>and</strong> vacation pay.<br />

f Determine the Reportable Payroll. Reportable Payroll does not include the premium portion of any overtime pay (i.e. 45<br />

hours X $10.00/hr = 450.00 do not include the premium overtime pay of $5.00 for the 5 hours of overtime)<br />

2 Total the Man-hours provided on the payroll report.<br />

3 Total the Gross Payroll provided.<br />

4 Total the Reportable Payroll.<br />

C. Additional Data Requirements: If questions are listed in this section of the form, they are unique to this project. Please refer<br />

to the Insurance Manual.<br />

D. Signature Block: This form must be signed by a representative of your company with the authority to Verify the information is<br />

correct.<br />

Note: Information can be submitted on-line at www.aonwrap.aon.com. Please contact your Administration Staff to obtain a user ID <strong>and</strong><br />

Password.


Form-5<br />

Notice of Work Completion Form 5<br />

Numbers reference attached instructions<br />

A. General Information<br />

1<br />

Contractor:<br />

2<br />

Under Contract with:<br />

Contract #:<br />

3<br />

(Project Name)<br />

4<br />

Description of Work Performed:<br />

5<br />

Date Work Completed:<br />

6<br />

Date this Contract Completed:<br />

Exhibit 2<br />

Page 138 of 379<br />

<strong>BROWARD</strong> <strong>COUNTY</strong>, FL<br />

Page 1 of 2<br />

B. Work Completion<br />

The following Subcontractors have completed their Work at the Project Site(s):<br />

(Add attachment if more space is needed)<br />

1<br />

a b c d<br />

Subcontractor’s Name Contract Number Description of Work Date Completed<br />

Location of your payroll records (Receipt of this form will initiate the payroll audit process):<br />

Address:<br />

2<br />

City, State, Zip Code:<br />

Contact/Phone #:<br />

C. Signature Block<br />

The undersigned acknowledges request for termination of Coverage under the OCIP as of the date indicated above for the specified Contract. Should we return to the<br />

work Site(s), we will be working under our own insurance program <strong>and</strong> must provide <strong>BROWARD</strong> <strong>COUNTY</strong> with a Certificate of Insurance showing our own Coverage<br />

as detailed in our contract.<br />

SIGNED BY:<br />

1<br />

Name & Title<br />

Date<br />

APPROVED BY:<br />

2<br />

Construction Manager (Name & Title)<br />

Date<br />

Fax or Mail to: Diana Schrader Phone: 407.804.2418<br />

Aon Risk Services, Inc. of Florida Fax: 407.804.1077<br />

400 International Parkway, Suite 100 Email: Diana. Schrader@aon.com<br />

Heathrow, FL 32746


Form-5<br />

Notice of Work Completion<br />

Instruction<br />

Exhibit 2<br />

Page 139 of 379<br />

<strong>BROWARD</strong> <strong>COUNTY</strong>, FL<br />

Page 2 of 2<br />

This form will be completed <strong>and</strong> returned to the OCIP Administrator by the contractor or Subcontractor<br />

whenever work is completed for each Contract or Subcontract. This form will initiate the final payroll<br />

audit process for the Contractor/Subcontractor identified in item 1. Final Payments <strong>and</strong> Release of<br />

Retainage will not occur until all payroll work is complete <strong>and</strong> finalized.<br />

A. General Information<br />

1<br />

Provide the name of the Contractor completing their work.<br />

2<br />

Provide the name of the Entity this Contractor has a contract with.<br />

3<br />

Enter the contract number for the work being completed.<br />

4<br />

Provide a brief description of the work being completed.<br />

5<br />

Provide the Date the Work was completed.<br />

6<br />

Provide the Date the Contract was completed, if other the work completion date.<br />

B. Work Completion<br />

1a<br />

Enter the name of each Subcontractor that performed work for you that has also completed their<br />

work.<br />

b<br />

Enter Subcontractors Contract Number.<br />

c<br />

Provide a brief description of their work.<br />

d<br />

Provide the Date they completed their work.<br />

2<br />

Identify the physical location of where your payroll records are retained. Provide the Address,<br />

City, State, Zip Code, Contact Name <strong>and</strong> Telephone Number of the person responsible for<br />

maintaining the payroll information for audit purposes.<br />

C. Signature Block<br />

1<br />

This form must be signed by a representative of your company with the authority to Verify that<br />

the information is correct.<br />

2<br />

Have this form approved by the Construction Manager for the Project Site(s).


Form-A<br />

Exhibit 2<br />

<strong>BROWARD</strong> <strong>COUNTY</strong>, Page 140 FL of 379<br />

Notice of Award Page 1 of 1<br />

The following contractor has been awarded a contract on the above named project:<br />

Project:<br />

Contractor Name:<br />

Contact Name:<br />

Contractor Address:<br />

City, State, Zip:<br />

Contractor Federal ID #:<br />

Contractor Phone Number:<br />

Contractor Fax Number:<br />

Contractor E-Mail Address:<br />

Contract Number:<br />

Description of Work:<br />

Contract Amount:<br />

Estimated Start Date:<br />

Estimated Completion Date:<br />

Contractors Required GL Limits::<br />

Check if Contractor is to be Enrolled in the OCIP:<br />

Check if Contractor is to be Excluded from the OCIP:<br />

____________________________________________________________________<br />

_______________________________________________<br />

Signature Block<br />

The undersigned acknowledges request for enrollment / Exclusion of (Sub) Contractor under the OCIP as of the date indicated above for the specified Contract.<br />

SIGNED BY:<br />

Name & Title<br />

Date<br />

APPROVED BY:<br />

General Contractor (Name & Title)<br />

Date<br />

Fax or Mail to: Diana Schrader Phone: 407.804.2418<br />

Aon Risk Services, Inc. of Florida Fax: 407.804.1077<br />

400 International Parkway, Suite 100 Email: Diana.Schrader@aon.com<br />

Heathrow, FL 32746


Exhibit 1 – Sample Certificate of Insurance for Enrolled Contractors<br />

Exhibit 2<br />

Page 141 of 379<br />

ACORD© CERTIFICATE OF INSURANCE ISSUE DATE: CURRENT DATE<br />

PRODUCER<br />

Insurance Agent’s Name<br />

And Address<br />

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS<br />

UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE<br />

COVERAGE AFFORDED BY THE POLICIES BELOW<br />

TELEPHONE #<br />

COMPANIES AFFORDING COVERAGE<br />

INSURED COMPANY A INSURANCE CARRIER<br />

LETTER<br />

COMPANY<br />

Subcontractor’s Name <strong>and</strong> Address <strong>and</strong> contract number B INSURANCE CARRIER<br />

LETTER<br />

Sample Certificate for Enrolled Contractors COMPANY C INSURANCE CARRIER<br />

LETTER<br />

Required Insurance<br />

COMPANY D<br />

LETTER<br />

COVERAGES<br />

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,<br />

NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED<br />

OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.<br />

LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.<br />

CO<br />

LT<br />

R<br />

A<br />

TYPE OF<br />

INSURANCE<br />

POLICY NO. POLICY EFF.<br />

DATE<br />

POLICY<br />

EXP. DATE<br />

MM/DD/YY MM/DD/YY<br />

GENERAL LIABILITY<br />

COMMERCIAL GEN.<br />

LIABILITY<br />

Policy Number<br />

CLAIMS MADE OCCUR.<br />

SPONSOR'S &<br />

CONTRACTOR'S PROT.<br />

PER PROJECT<br />

AGGREGATE<br />

ENDORSEMENT<br />

ALL LIMITS<br />

GENERAL AGGREGATE $2,000,000<br />

PRODUCTS-COMP/OPS<br />

$2,000,000<br />

AGGREGATE<br />

PERSONAL & ADVERTISING $1,000,000<br />

INJURY<br />

$1,000,000<br />

EACH OCCURRENCE<br />

FIRE DAMAGE (Any one fire) $<br />

MEDICAL EXPENSE (Any one $<br />

person)<br />

A<br />

B<br />

A<br />

C<br />

AUTOMOBILE LIABILITY<br />

ANY AUTO<br />

ALL OWNED AUTOS<br />

SCHEDULED AUTOS<br />

HIRED AUTOS<br />

NON-OWNED AUTOS<br />

EXCESS LIABILITY<br />

UMBRELLA<br />

OTHER THAN UMBRELLA<br />

FORM<br />

WORKER’S COMPENSATION<br />

AND<br />

EMPLOYER'S LIABILITY<br />

OTHER:<br />

Policy Number<br />

Policy Number<br />

Policy Number<br />

Policy Number<br />

COMBINED SINGLE LIMIT $1,000,000<br />

BODILY INJURY (Per person)<br />

BODILY INJURY (Per accident)<br />

PROPERTY DAMAGE<br />

EACH OCCURRENCE<br />

AGGREGATE<br />

STATUTORY LIMITS FL<br />

(Each accident) $1,000,000<br />

(Disease-policy limit) $1,000,000<br />

(Disease-each employee) $1,000,000<br />

DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS:<br />

Broward County Board of Commissioners, its commissioners, officers, directors, agents, employees, related entities, authorized representatives, servants, <strong>and</strong><br />

assigns are Additional Insureds on a Primary <strong>and</strong> Non-Contributory basis for General Liability, Automobile Liability <strong>and</strong> Excess/Umbrella coverage. Waiver of<br />

Subrogation in favor of Certificate Holder <strong>and</strong> all Contractors <strong>and</strong> Subcontractors applies to all policies. General Liability <strong>and</strong> Worker’s Compensation apply Off-<br />

Site(s).<br />

CERTIFICATE HOLDER<br />

CANCELLATION<br />

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE THE<br />

Broward County Board of County Commissioners<br />

EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL<br />

c/o Aon Risk Services, Inc.<br />

30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,<br />

400 International Parkway, Suite 100<br />

BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR<br />

Heathrow, Florida 32746<br />

LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR<br />

Attention: Diana Schrader REPRESENTATIVES.<br />

Fax: 407.804.1077<br />

AUTHORIZED REPRESENTATIVE<br />

Email: Diana.Schrader@aon.com By: original signature<br />

ACORD 25-S (3/93) © ACORD CORPORATION 1993


Exhibit 2 –Sample Certificate of Insurance for EXCLUDED Contractors<br />

Exhibit 2<br />

Page 142 of 379<br />

ACORD© CERTIFICATE OF INSURANCE ISSUE DATE: CURRENT DATE<br />

PRODUCER<br />

Insurance Agent’s Name<br />

And Address<br />

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS<br />

UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE<br />

COVERAGE AFFORDED BY THE POLICIES BELOW<br />

TELEPHONE #<br />

COMPANIES AFFORDING COVERAGE<br />

INSURED COMPANY A INSURANCE CARRIER<br />

LETTER<br />

COMPANY<br />

Subcontractor’s Name <strong>and</strong> Address <strong>and</strong> contract number B INSURANCE CARRIER<br />

LETTER<br />

Sample Certificate for Excluded Contractors COMPANY C INSURANCE CARRIER<br />

LETTER<br />

Required Insurance<br />

COMPANY D<br />

LETTER<br />

COVERAGES<br />

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,<br />

NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED<br />

OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.<br />

LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.<br />

CO<br />

LT<br />

R<br />

A<br />

TYPE OF<br />

INSURANCE<br />

POLICY NO. POLICY EFF.<br />

DATE<br />

POLICY<br />

EXP. DATE<br />

MM/DD/YY MM/DD/YY<br />

GENERAL LIABILITY<br />

COMMERCIAL GEN.<br />

LIABILITY<br />

Policy Number<br />

CLAIMS MADE OCCUR.<br />

SPONSOR'S &<br />

CONTRACTOR'S PROT.<br />

PER PROJECT<br />

AGGREGATE<br />

ENDORSEMENT<br />

ALL LIMITS<br />

GENERAL AGGREGATE $7,000,000<br />

PRODUCTS-COMP/OPS<br />

$7,000,000<br />

AGGREGATE<br />

PERSONAL & ADVERTISING $6,000,000<br />

INJURY<br />

$6,000,000<br />

EACH OCCURRENCE $50,000<br />

FIRE DAMAGE (Any one fire) $5,000<br />

MEDICAL EXPENSE (Any one<br />

person)<br />

A<br />

B<br />

A<br />

C<br />

AUTOMOBILE LIABILITY<br />

ANY AUTO<br />

ALL OWNED AUTOS<br />

SCHEDULED AUTOS<br />

HIRED AUTOS<br />

NON-OWNED AUTOS<br />

EXCESS LIABILITY<br />

UMBRELLA<br />

OTHER THAN UMBRELLA<br />

FORM<br />

WORKER’S COMPENSATION<br />

AND<br />

EMPLOYER'S LIABILITY<br />

OTHER:<br />

Policy Number<br />

Policy Number<br />

Policy Number<br />

Policy Number<br />

COMBINED SINGLE LIMIT $1,000,000<br />

BODILY INJURY (Per person)<br />

BODILY INJURY (Per accident)<br />

PROPERTY DAMAGE<br />

EACH OCCURRENCE<br />

AGGREGATE<br />

STATUTORY LIMITS FL<br />

(Each accident) $500,000<br />

(Disease-policy limit) $500,000<br />

(Disease-each employee) $500,000<br />

DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS:<br />

Broward County Board of Commissioners, its commissioners, officers, directors, agents, employees, related entities, authorized representatives, servants, <strong>and</strong><br />

assigns are Additional Insureds on a Primary <strong>and</strong> Non-Contributory basis for General Liability, Automobile Liability <strong>and</strong> Excess/Umbrella coverage. Waiver of<br />

Subrogation in favor of Certificate Holder <strong>and</strong> all Contractors <strong>and</strong> Subcontractors applies to all policies. All coverages apply On & Off-Site(s).<br />

CERTIFICATE HOLDER<br />

CANCELLATION<br />

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE THE<br />

Broward County Board of County Commissioners<br />

EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL<br />

c/o Aon Risk Services, Inc.<br />

30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,<br />

400 International Parkway, Suite 100<br />

BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR<br />

Heathrow, Florida 32746<br />

LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR<br />

Attention: Diana Schrader REPRESENTATIVES.<br />

Fax: 407.804.1077<br />

AUTHORIZED REPRESENTATIVE<br />

Email: Diana.Schrader@aon.com By: original signature<br />

ACORD 25-S (3/93) © ACORD CORPORATION 1993


Exhibit 3 – First Report of Injury or Illness<br />

Exhibit 2<br />

RECEIVED BY CARRIER SENT TO DIVISION<br />

Page<br />

DIVISION<br />

143 of<br />

REC'D<br />

379<br />

DATE<br />

FIRST REPORT OF INJURY OR ILLNESS<br />

FLORIDA DEPARTMENT OF FINANCIAL SERVICES<br />

DIVISION OF WORKERS' COMPENSATION<br />

For assistance call 1-800-342-1741or contact your local EAO<br />

Office. Report all deaths within 24 hours 1-800-219-8953 or (850)<br />

922-8953<br />

PLEASE PRINT OR TYPE<br />

EMPLOYEE INFORMATION<br />

Name (First, Middle, Last) Social Security Date of Accident Time of<br />

Home Address<br />

Employee's Description of Accident (Include Cause of injury)<br />

Street/Apt #:<br />

City:<br />

State:<br />

Zip:<br />

Telephone:<br />

OCCUPATION<br />

Cause of Injury:<br />

DATE OF BIRTH SEX INJURY/ILLNESS THAT OCCURED PART OF BODY AFFECTED<br />

EMPLOYER INFORMATION<br />

Company FEDERAL ID NUMBER (FEIN) DATE FIRST REPORTED<br />

D.B.A.:<br />

Contact:<br />

Street: NATURE OF BUSINESS POLICY/MEMBER NUMBER<br />

City:<br />

State : FL Zip:<br />

Telephone Number: DATE EMPLOYED PAID FOR DATE OF INJURY<br />

Employer's Location Address (if different)<br />

LAST DATE EMPLOYEE WORKED<br />

WILL YOU CONTINUE TO PAY WAGES<br />

INSTEAD OF WORKERS’ COMP<br />

Street: RETURNED TO WORK LAST DAY WAGES WILL BE PAID INSTEAD<br />

OF WORKERS’ COMP<br />

City:<br />

State: FL Zip:<br />

IF YES, GIVE DATE<br />

RATE OF PAY PER<br />

Location # :<br />

Hour<br />

Week<br />

Day<br />

Month<br />

Place of Accident (street, city, Zip) DATE OF DEATH (If applicable) Number of hours per day<br />

Street:<br />

AGREE WITH DESCRIPTION OF<br />

Number of hours per week<br />

ACCIDENT<br />

City:<br />

Number of days per week<br />

State: Zip:<br />

County of Accident:<br />

NAME, ADDRESS AND TELEPHONE OF<br />

Any person who, knowingly <strong>and</strong> with intent to injure, defraud, or deceive any employer or employee,<br />

OF PHYSICIAN OR HOSPITAL<br />

Physician:<br />

insurance company, or self-insured program, files a statement of claim containing any false or<br />

misleading information commits insurance fraud, punishable as provided in s. 817.234. Section<br />

440.105(7), F.S. I have reviewed, underst<strong>and</strong> <strong>and</strong> acknowledge the above statement.<br />

____________________________________ _______<br />

Employee Signature Date Hospital:<br />

Employee Signature<br />

_______<br />

Date<br />

AUTHORIZED BY EMPLOYER<br />

CLAIMS-HANDLING ENTITY INFORMATION<br />

1(a) Denied Case - DWC-12, Notice of Denial Attached 2. Medical Only which became Lost Time Case (Complete all required information in #3)<br />

1(b) Indemnity Only Denied Case - DWC-12, Notice of Denial Attached Employee’s 8TH Day of Disability _______ / ______ / _______<br />

Entity’s Knowledge of 8TH Day of Disability ______ / _______ / _______<br />

3. Lost Time Case - 1st day of disability ____ / ____ / ____ Full Salary in lieu of comp YES Full Salary End Date ______/ ______ / ______<br />

Date First Payment Mailed _________ / _________ / _________ AWW ____________________________ Comp Rate ____________________________<br />

T.T. T.T. - 80% T.P. I.B. P.T DEATH SETTLEMENT ONLY<br />

Penalty Amount Paid in 1st Payment $___________ Interest Amount Paid in 1st Payment $__________<br />

REMARKS:<br />

INSURER NAME<br />

INSURER Code EMPLOYEE'S RISK CLASS CODE EMPLOYER'S NAICS CODE<br />

Old Republic General<br />

Service Co/TPA Code # CLAIMS-HANDLING ENTITY FILE #<br />

Yes<br />

Form DFS-F2-DWC-1 (08/2004)


Exhibit 2<br />

Page 144 of 379


Exhibit 2<br />

Page 145 of 379


Exhibit 2<br />

Page 146 of 379<br />

OCIP SAFETY AND LOSS PREVENTION<br />

MANUAL<br />

PRESENTED BY<br />

<strong>BROWARD</strong> <strong>COUNTY</strong> BOARD OF <strong>COUNTY</strong><br />

COMMISSIONERS<br />

<strong>and</strong><br />

Aon Risk Services<br />

6/21/2010


TABLE OF CONTENT<br />

Exhibit 2<br />

Page 147 of 379<br />

PROJECT SAFETY POLICY 1<br />

INTRODUCTION 2<br />

A. General Information 2<br />

B. Contractor’s Safety <strong>and</strong> Loss Prevention Program 3<br />

C. Broward County OCIP Safety Team 3<br />

D. Drug Free Work Environment 3<br />

DEFINITIONS 4<br />

ACRONYMS 6<br />

RESPONSIBILITIES 7<br />

A. Contractor 7<br />

B. Subcontractor 9<br />

C. Broward County OCIP Safety Team 9<br />

SAFETY AND HEALTH PROCEDURES 11<br />

A. Motor Vehicles <strong>and</strong> Construction Equipment 11<br />

B. Excavations <strong>and</strong> Trenching 11<br />

C. Material H<strong>and</strong>ling <strong>and</strong> Storage - Flammable <strong>and</strong> Toxic Materials 11<br />

D. Personal Protective Equipment 11<br />

Fall Protection 13<br />

E. Scaffolding 14<br />

F. Welding <strong>and</strong> Cutting 16<br />

G. Electrical 16<br />

Lock-Out Procedures 16<br />

H. Powder Actuated Tools 18<br />

I. Steel Erection 18<br />

J. Work Platforms Suspended From Cranes 18<br />

L. Fire Prevention <strong>and</strong> Protection 19


Exhibit 2<br />

Page 148 of 379<br />

M. Job Safety Analysis 20<br />

ORIENTATION 21<br />

A. Scope 21<br />

B. Documentation 21<br />

C. Facility 21<br />

SAFETY TRAINING 22<br />

A. Required Safety Training 22<br />

B. Other Safety Training Available 22<br />

RECORD KEEPING REQUIREMENTS 23<br />

A. Introduction 23<br />

B. Posters 23<br />

C. Signs 23<br />

D. Instructions for Completion <strong>and</strong> Filing of Records 23<br />

ADMINISTRATIVE POLICIES 25<br />

A. OSHA Inspections 25<br />

B. Accident <strong>and</strong> Incident Investigations 25<br />

HAZARDOUS CHEMICALS 27<br />

A. Hazardous Materials <strong>and</strong> Hazardous Waste 27<br />

B. Material Safety Data Sheets (MSDS) 27<br />

EMERGENCY PROCEDURES 28<br />

A. Emergency Management Plan 28<br />

B. Emergency Notification 28<br />

C. Emergency Medical Transportation 29<br />

D. Severe Weather 29


Exhibit 2<br />

Page 149 of 379<br />

SECURITY 32<br />

A. Scope <strong>and</strong> Purpose 32<br />

B. Objective 32<br />

C. Security - Parking, Badging Procedures, Company Vehicles, Deliveries 32<br />

D. Security - General Project Rules <strong>and</strong> Regulations 34<br />

E. Contractor Security Responsibilities 34<br />

F. Contractors’ Employee Responsibility 34<br />

G. Enforcement 35<br />

H. Project Rules <strong>and</strong> Regulations 35<br />

APPENDIX 37<br />

FIRST REPORT OF INJURY OR ILLNESS<br />

CONTRACTOR’S DRUG TESTING CERTIFICATION<br />

HAZARD ASSESSMENT FORM FOR PPE<br />

A<br />

C<br />

D<br />

INCIDENT/ ACCIDENT INVESTIGATION FORM Report # H<br />

JOB SAFETY ANALYSIS (JSA)<br />

LOCK-OUT DOCUMENTATION<br />

ORIENTATION ACKNOWLEDGMENT FORM<br />

SAFE PLAN OF ACTION (SPA)<br />

SAFETY OBSERVATION<br />

TOOL BOX SAFETY MEETING<br />

CONTRACTOR MONTHLY REPORT OF WORK<br />

L<br />

M<br />

O<br />

P<br />

Q<br />

R<br />

S


PROJECT SAFETY POLICY<br />

Exhibit 2<br />

Page 150 of 379<br />

Each contractor has agreed to supervise <strong>and</strong> direct the work, using their best management skills <strong>and</strong><br />

technical expertise. The contractor will be solely responsible for all construction means, methods,<br />

techniques, sequences, <strong>and</strong> procedures. This includes all safety precautions <strong>and</strong> programs in connection<br />

with the work as well as for coordinating all portions of the work. Each subcontractor, of any tier, likewise<br />

has agreed to be responsible for all safety precautions <strong>and</strong> programs in connection with the work under the<br />

prime agreement.<br />

Each contractor <strong>and</strong> subcontractor, of any tier, will present a written safety program to The OCIP Safety<br />

Team for review. This safety program will meet or exceed all applicable federal, state, county <strong>and</strong> city laws,<br />

statutes, regulations, codes, ordinances, <strong>and</strong> orders of those governing bodies having jurisdiction over the<br />

work <strong>and</strong> which will meet or exceed the guidelines set forth in Broward County OCIP Safety <strong>and</strong> Loss<br />

Prevention Program. This may also include Federal Aviation Administration, Transportation Security<br />

Administration Department of Homel<strong>and</strong> Security <strong>and</strong> Customs <strong>and</strong> Border Protection.<br />

This document serves to provide certain guidelines for the contractor <strong>and</strong> subcontractor, of any tier, to<br />

establish a safe <strong>and</strong> drug-free work environment. The guidelines outlined in this manual do not limit or<br />

prescribe the necessary safety or drug testing procedures the contractor or subcontractor, of any tier, must<br />

follow under Florida law.<br />

February 4, 2010<br />

Rev. 001<br />

1


INTRODUCTION<br />

Exhibit 2<br />

Page 151 of 379<br />

We, at Broward County have developed this manual to ensure pro-active safety processes are used on this<br />

project. You, as a contractor or subcontractor on this project have, a goal, to prevent injuries to all<br />

employees <strong>and</strong> the down time associated with incidents <strong>and</strong> accidents. The requirements of OSHA, the<br />

State of Florida, Broward County Risk Management <strong>and</strong> this manual establish the st<strong>and</strong>ards that your<br />

safety <strong>and</strong> loss prevention programs must meet or exceed.<br />

In addition to setting minimum st<strong>and</strong>ards, this manual promotes safety by facilitating on-site employee<br />

safety orientations designed to promote a safe work environment.<br />

With the state of affairs in the United States the safety <strong>and</strong> security of our citizens are of most importance.<br />

This includes our workers while performing work activities at projects covered under the Broward County<br />

OCIP. In addition to the above mentioned agencies, all contractors <strong>and</strong> employees will be held to<br />

regulations contained in the Federal Aviation Administration, the Transportation Security Administration for<br />

working on airports, Department of Homel<strong>and</strong> Security, Customs <strong>and</strong> Border Protection for all Broward<br />

County OCIP work. In addition to this information the most current Homel<strong>and</strong> security level will dictate how<br />

safety <strong>and</strong> health will be enforced. The most current FAA regulations will take precedence on the airport<br />

work site this is to keep in compliance with the requirement for the Broward County Aviation Department.<br />

The information in this manual is not intended to alter the provisions of the Agreement with Broward County.<br />

In the event of a conflict or inconsistency, the Agreement will govern.<br />

A. General Information<br />

The OCIP Safety Team’s objective is to emphasize that protecting people <strong>and</strong> property are of<br />

paramount importance to the success of this project. To accomplish this objective we are utilizing a proactive<br />

safety process.<br />

The pro-active safety process is a practical approach to the prevention of accidents. The emphasis is<br />

on discovering what causes accidents <strong>and</strong> identifying where in the work processes those causes are<br />

likely to occur. Only by breaking the cycle of accident evolution can accidents be controlled.<br />

Accident prevention is a continuing process, not a fixed program. The OCIP Safety Team recognizes<br />

that contractors/subcontractors, of any tier, may have their own specific safety requirements. It is the<br />

responsibility of the contractor/subcontractor, of any tier, to identify to the OCIP Safety Team how their<br />

program may deviate from the guidelines set forth in this manual prior to any deviation.<br />

While it is the responsibility of each individual to work safely, it is ultimately the<br />

contractors’/subcontractors’ responsibility to see that all rules (safety <strong>and</strong> health) <strong>and</strong> practices are<br />

followed <strong>and</strong> enforced. Active participation by contractors <strong>and</strong> subcontractors in construction safety <strong>and</strong><br />

loss prevention programs is m<strong>and</strong>atory. Contractors <strong>and</strong> subcontractors, of any tier, must demonstrate<br />

to their employees complete support <strong>and</strong> continuing involvement in all safety <strong>and</strong> loss prevention efforts.<br />

Safety is not to be sacrificed for production. Safety must be considered an integral part of the planning<br />

process. The goal of the OCIP Safety Team, along with the contractors/subcontractors of any tier, is to<br />

eliminate accidents. The contractor <strong>and</strong> subcontractor are charged with the responsibility for<br />

developing, adhering to, <strong>and</strong> enforcing the safety <strong>and</strong> loss prevention program.<br />

February 4, 2010<br />

Rev. 001<br />

2


B. Contractor’s Safety <strong>and</strong> Loss Prevention Program<br />

Exhibit 2<br />

Page 152 of 379<br />

The contractor’s/subcontractor’s bid will include costs to establish <strong>and</strong> maintain a safety <strong>and</strong> loss<br />

prevention program that meets or exceeds the requirements contained in this manual. A written safety<br />

program must be submitted with the bid for review by the OCIP Safety Team<br />

Contractors/Subcontractors, of any tier, are solely responsible for carrying out their safety <strong>and</strong> loss<br />

prevention program. Therefore, the OCIP Safety Team requires that the contractors <strong>and</strong> subcontractors<br />

designate a competent on-site employee to carry out this responsibility. This employee is directly<br />

responsible for ensuring that their program <strong>and</strong> employee actions comply with the minimum safety<br />

st<strong>and</strong>ards required by federal, state <strong>and</strong> local codes <strong>and</strong> regulations, <strong>and</strong> the safety guidelines set forth<br />

in this manual. These programs may also be required to include any regulations required by the Federal<br />

Aviation Administration, Transportation Security Administration, Department of Homel<strong>and</strong> Security <strong>and</strong><br />

Customs <strong>and</strong> Border Protection.<br />

C. Broward County OCIP Safety Team<br />

Aon Risk Services will monitor the project safety plan.<br />

The Aon Risk Services <strong>and</strong> Old Republic Construction Program Group on-site Safety Representatives<br />

are technical advisors to Broward County OCIP project management <strong>and</strong> is a resource to the<br />

contractors/subcontractors on site. Also, the On-Site Safety Representative is responsible for<br />

monitoring compliance with all policies <strong>and</strong> procedures established for the project.<br />

D. Drug Free Work Environment<br />

This project is a drug-free work environment. Contractors <strong>and</strong> subcontractors, of any tier, will maintain a<br />

drug-free environment in accordance with Florida law. Contractors/Subcontractors, of any tier, are<br />

responsible for testing any <strong>and</strong> all of their employees who work on the project for the presence of drugs<br />

or alcohol.<br />

Contractors <strong>and</strong> subcontractors, of any tier, will test their employees, as appropriate, throughout the<br />

construction process including testing at the time of any accident <strong>and</strong> to the extent necessary to<br />

implement drug-free work st<strong>and</strong>ards in accordance with Chapter 440, FLA. Stat. The OCIP Safety<br />

Team has the right to audit the records, at any time, in order to confirm that each employee who works<br />

on the project has been drug tested. In addition, contractors are responsible for ensuring that all of their<br />

subcontractors, of any tier, drug test their employees who report to work on the project in order to<br />

maintain a drug-free work environment.<br />

Contractors <strong>and</strong> subcontractors, of any tier, are to include the cost of drug testing in their bid.<br />

All confidential records regarding employee drug testing will need to be maintained by the contractors<br />

<strong>and</strong> subcontractors in a manner consistent with Florida law.<br />

It is the responsibility of contractors <strong>and</strong> subcontractors, of any tier, to direct their employees <strong>and</strong> new<br />

hires to report to a medical laboratory for the appropriate testing at times convenient to the contractors,<br />

subcontractors, their employees <strong>and</strong> new hires in accordance to Florida law. The medical laboratory will<br />

report the test results directly to the contractors <strong>and</strong> subcontractors. The contractors <strong>and</strong><br />

subcontractors, of any tier, will certify to the OCIP Safety Team that employees who report to work on<br />

the site have been tested prior to Project Security issuing the site access clearance <strong>and</strong> the security<br />

badges.<br />

February 4, 2010<br />

Rev. 001<br />

3


DEFINITIONS<br />

Exhibit 2<br />

Page 153 of 379<br />

The following acronyms <strong>and</strong> titles may not reflect the actual titles <strong>and</strong> acronyms in use by all entities on this<br />

project <strong>and</strong> do not have any force or effect beyond their use in the Safety St<strong>and</strong>ards. Due to such<br />

differences in nomenclature among Owners <strong>and</strong> Contractors, the following are used throughout the OCIP<br />

Safety St<strong>and</strong>ards to establish the functional framework for the OCIP Safety Program.<br />

Aon Risk Services (ARS). The party responsible for brokering <strong>and</strong> administering the OCIP Insurance<br />

Program <strong>and</strong> developing <strong>and</strong> monitoring compliance with the Safety St<strong>and</strong>ards.<br />

Authorized Person. (In reference to an employee's assignment) Selected by the employer for that purpose.<br />

Broward County OCIP Team. This is the management team that represents the safety <strong>and</strong> health interests<br />

of the OCIP in the prevention of insurance losses on all Broward County OCIP projects. The team includes<br />

Broward County project management, Broward County risk management, Aon safety representatives <strong>and</strong><br />

representatives from the insurance carrier.<br />

Competent Person. One who is capable of identifying existing <strong>and</strong> predictable hazards in the surroundings<br />

or working conditions which are unsanitary, hazardous, or dangerous to employees, <strong>and</strong> who has<br />

authorization to take prompt corrective measures to eliminate them.<br />

Contractor. The entity with which the Owner enters into this contract.<br />

Employee. Person employed by an Employer as defined by this section.<br />

Employer. Firm or entity that has Employees working on site <strong>and</strong> is enrolled in the OCIP program. The term<br />

Employer includes the Contractor <strong>and</strong> Subcontractors of all tiers.<br />

OCIP Safety Team. Aon, Old Republic Construction Program Group (Insurance Carrier), or<br />

Broward County Risk Management representative(s) responsible for monitoring, evaluating <strong>and</strong><br />

coordinating the Contractor’s safety, health, <strong>and</strong> environmental compliance.<br />

OSHA. OSHA as used in the context of these Safety St<strong>and</strong>ards refers to Federal agency with jurisdiction<br />

over workplace occupational safety <strong>and</strong> health at the project site.<br />

Owner Controlled Insurance Program (OCIP). Owner’s wrap-up insurance program which provides<br />

insurance coverage for eligible <strong>and</strong> enrolled owner’s representatives, Contractors, <strong>and</strong> Subcontractors of<br />

any tier, working on any of the Broward County OCIP project sites. The Owner identifies program<br />

participants.<br />

Qualified Person, Attendant or Operator. A person designated by the employer who by possession of a<br />

recognized degree, certificate, or professional st<strong>and</strong>ing, or who, by extensive knowledge, training <strong>and</strong><br />

experience, has successfully demonstrated his/her ability to solve or resolve problems relating to the<br />

subject matter, the work, or the project.<br />

Site-Specific Safety Program (SSSP). The Employer’s Site-Specific Safety Program prepared in<br />

accordance with the requirements of this document <strong>and</strong> the Contract.<br />

February 4, 2010<br />

Rev. 001<br />

4


Exhibit 2<br />

Page 154 of 379<br />

Subcontractor. Firm or other entity awarded work by a Contractor on a particular construction project.<br />

Subcontractor as used herein shall apply to all tiers of Subcontractors, as well as vendors <strong>and</strong> service<br />

providers performing work for the benefit of the Contractor. For the purposes of the Safety St<strong>and</strong>ards,<br />

vendors, suppliers, <strong>and</strong> service providers on the project for the furtherance of the project are covered by this<br />

definition <strong>and</strong> are subject to the provisions of the Safety St<strong>and</strong>ards even though they may not be enrolled in<br />

the OCIP.<br />

February 4, 2010<br />

Rev. 001<br />

5


ACRONYMS<br />

Exhibit 2<br />

Page 155 of 379<br />

Following is a list of acronyms used in this document.<br />

ABC<br />

AGC<br />

ANSI<br />

ARM<br />

ARS<br />

ASP<br />

ASSE<br />

DHS<br />

CBP<br />

CDL<br />

CHST<br />

CPR<br />

CSP<br />

EPA<br />

FAA<br />

GVW<br />

HEPA<br />

JSA<br />

LEL<br />

MSDS<br />

MUTCD<br />

NEC<br />

NFPA<br />

NSC<br />

OCIP<br />

OSHA<br />

PPE<br />

PSP<br />

RIMS<br />

RPM<br />

SMS<br />

SSSP<br />

TSA<br />

UL<br />

USDOT<br />

Associated Building Contractors<br />

Associated General Contractors of America<br />

American National St<strong>and</strong>ards Institute<br />

Associate in Risk Management<br />

Aon Risk Services<br />

Associate Safety Professional<br />

American Society of Safety Engineers<br />

Department of Homel<strong>and</strong> Security<br />

Customs <strong>and</strong> Border Protection<br />

Commercial Drivers License<br />

Certified Safety <strong>and</strong> Health Technician<br />

Cardio Pulmonary Resuscitation<br />

Certified Safety Professional<br />

Environmental Protection Agency<br />

Federal Aviation Administration<br />

Gross Vehicle Weight<br />

High Efficiency Particulate Air<br />

Job Safety Analysis<br />

Lower Explosive Limit<br />

Material Safety Data Sheet<br />

Manual on Uniform Traffic Control Devices<br />

National Electrical Code<br />

National Fire Protection Association<br />

National Safety Counsel<br />

Owner Controlled Insurance Program<br />

Federal Occupational Safety <strong>and</strong> Health Administration<br />

Personal Protective Equipment<br />

Pro-Active Safety Process<br />

Risk <strong>and</strong> Insurance Management Society<br />

Revolutions per Minute<br />

Safety Management Systems<br />

Site-Specific Safety Program<br />

Transportation Security Administration<br />

Underwriters’ Laboratories<br />

United States Department of Transportation<br />

February 4, 2010<br />

Rev. 001<br />

6


RESPONSIBILITIES<br />

Exhibit 2<br />

Page 156 of 379<br />

A. Contractor<br />

1. Expectations<br />

Contractors <strong>and</strong> subcontractors, of any tier, have the explicit responsibility to perform work in<br />

accordance with federal law (including both 29CFR1910 <strong>and</strong> 29CFR1926 statutes) <strong>and</strong> the State of<br />

Florida or Broward County requirements that may also include any regulations required by the Federal<br />

Aviation Administration, Transportation Safety Administration, Homel<strong>and</strong> Security or United States<br />

Customs.<br />

This is in addition to compliance with their own company requirements. Additionally, contractors <strong>and</strong><br />

subcontractors are accountable for fulfilling the responsibilities listed in this section.<br />

If the prime contractor <strong>and</strong> his/her subcontractors of any tier have 50 or more combined total employees<br />

on site, either the prime contractor or his/her subcontractors must have a dedicated safety<br />

representative assigned to the site full time to carry out the duties described below. If the prime<br />

contractor <strong>and</strong> his/her subcontractors have fewer than 50 combined total employees on site, the prime<br />

contractor or his/her subcontractors can delegate these duties to an on-site supervisor (who we refer to<br />

as a safety designee).<br />

In situations where it is agreed upon that safety policies <strong>and</strong> requirements overlap, causing potential<br />

conflicts, the stricter requirement(s) will apply.<br />

2. On-Site Safety Representative or Designee<br />

The qualifications of the dedicated safety representative or safety designee must be submitted to the<br />

OCIP Safety Team for approval prior to assignment to the site. Approval will depend upon:<br />

<br />

<br />

<br />

Construction experience<br />

Knowledge of safety officer responsibilities<br />

Safety training as outlined on page twenty of this manual<br />

Specific responsibilities of the safety designee or dedicated safety representative include, but are not<br />

limited to the following:<br />

a) Employee Safety Orientation <strong>and</strong> Training<br />

<br />

<br />

<br />

<br />

<br />

<br />

Conduct orientation sessions for employees new to the site, prior to their beginning work.<br />

Participate in weekly tool box safety meetings; assist field supervisors, as requested, with<br />

meetings.<br />

Conduct weekly supervisor safety meetings.<br />

Instruct supervisors on safety rules <strong>and</strong> regulations.<br />

Instruct employees in the proper use <strong>and</strong> care of personal protective equipment.<br />

Instruct employees concerning special procedures (e.g. lock-out, excavation, confined space<br />

entry, FAA, TSA, DHS <strong>and</strong> CBP, etc.) as required by OSHA or this manual.<br />

February 4, 2010<br />

Rev. 001<br />

7


Conduct hazard communication training.<br />

Conduct respiratory training as required.<br />

Conduct emergency evacuation training.<br />

Exhibit 2<br />

Page 157 of 379<br />

b) Record Keeping<br />

<br />

<br />

<br />

<br />

<br />

Complete OSHA, state, federal, company <strong>and</strong> project specific reports.<br />

Complete accident investigation reports.<br />

Complete inspection reports.<br />

Maintain training documentation.<br />

Complete <strong>and</strong> process Broward County OCIP safety <strong>and</strong> health reporting requirements, this<br />

includes but is not limited to inspections, incident/ accident reports <strong>and</strong> training logs.<br />

c) Safety St<strong>and</strong>ards, Rules <strong>and</strong> Regulations Enforcement<br />

<br />

<br />

Authority to stop work.<br />

Authority to take immediate corrective action.<br />

Implement, maintain, <strong>and</strong> update, as required, conditions <strong>and</strong> project site specific safety<br />

policies <strong>and</strong> procedures.<br />

<br />

<br />

Interpret <strong>and</strong> implement site specific safety policies <strong>and</strong> procedures.<br />

Demonstrate, by example, proper safety behavior.<br />

d) First Aid/Medical Treatment<br />

<br />

<br />

<br />

Ensure first aid supplies are adequate.<br />

Investigate accidents <strong>and</strong> complete or obtain accident reports.<br />

Coordinate transportation of employees with minor injuries to contractor’s first aid station or<br />

designated medical facility.<br />

e) General Responsibilities<br />

Keep the OCIP Safety Team apprised of any safety related problems that have or may<br />

develop.<br />

<br />

<br />

<br />

Conduct work area safety inspections <strong>and</strong> forward results to the OCIP Safety Team.<br />

Conduct investigations of all accidents <strong>and</strong> incidents <strong>and</strong> forward reports to the OCIP Safety<br />

Team.<br />

Compile OSHA statistical information <strong>and</strong> copy the OCIP Safety Team.<br />

3. Field Supervisors or Fore-persons<br />

The field supervisors have the responsibility for overall training, control, <strong>and</strong> conduct of personnel on<br />

their crew. As first line supervisors, their role in the safety <strong>and</strong> health program is crucial because<br />

they set st<strong>and</strong>ards by which their employees work.<br />

February 4, 2010<br />

Rev. 001<br />

8


The field supervisors’ safety responsibilities include, but are not limited to:<br />

Exhibit 2<br />

Page 158 of 379<br />

<br />

<br />

<br />

<br />

Task specific safety training<br />

Safety inspection<br />

Tool box safety meetings<br />

Accident investigation<br />

B. Subcontractor<br />

Subcontractors, of any tier, are responsible for complying with the safety requirements outlined by both<br />

Broward County OCIP <strong>and</strong> the contractor, even though the requirements may be above <strong>and</strong> beyond the<br />

subcontractor’s own safety policies <strong>and</strong> federal <strong>and</strong> state OSHA requirements.<br />

C. Broward County OCIP Safety Team<br />

The OCIP Safety Team is responsible for generating <strong>and</strong> maintaining a high level of commitment for<br />

safe operations among all personnel assigned to the project site.<br />

Responsibilities <strong>and</strong> duties of The OCIP Safety Team include, but are not limited to, the following:<br />

1. Compile, follow-up, <strong>and</strong> maintain safety performance statistics for the project. Communicate above<br />

information to the project’s senior management to ensure they are informed <strong>and</strong> involved in the<br />

safety program.<br />

2. Keep apprised of new regulations <strong>and</strong> developments to keep the safety policies <strong>and</strong> procedures<br />

current <strong>and</strong> effective.<br />

3. Conduct safety surveys of contractors’ <strong>and</strong> subcontractors’ activities to observe safety performance<br />

<strong>and</strong> make appropriate recommendations.<br />

4. Review <strong>and</strong> communicate methods <strong>and</strong> procedures to foster the highest level of accident prevention<br />

performance possible. Provide such information to the safety representative or designee.<br />

5. Provide special consulting, training, etc., to the contractors <strong>and</strong> subcontractors regarding problems<br />

<strong>and</strong> challenges that may arise on the project.<br />

6. Assist with the prime contractors’ employees’ project orientation.<br />

7. Conduct accident investigations if required.<br />

8. Administer the project Safety Incentive Program if one is implemented.<br />

9. Review all accident investigation reports to ensure thorough investigations were conducted to<br />

control future accidents.<br />

10. Disseminate safety bulletins.<br />

11. Distribute written information to the safety representative or designee regarding new pro-active<br />

requirements, regulations or developments in safety.<br />

February 4, 2010<br />

Rev. 001<br />

9


12. Review <strong>and</strong> evaluate contractors’ safety meeting minutes to ensure that quality safety meetings are<br />

held.<br />

13. Provide this safety manual, other written safety information, posters, etc., as needed.<br />

14. Provide coordination with public <strong>and</strong> regulatory agencies.<br />

Exhibit 2<br />

Page 159 of 379<br />

15. Participate in organizations such as ABC, AGC, ASSE, <strong>and</strong> National Safety Council to remain<br />

apprised of new developments in safety or any other professional electronic briefings as necessary.<br />

16. Offer free OSHA 10 <strong>and</strong> 30 hour construction safety <strong>and</strong> health courses; training will be conducted<br />

exclusively at the discretion of the OCIP Safety Team <strong>and</strong> only at the County’s project sites by a<br />

Federal Department of Labor Authorized Trainer.<br />

February 4, 2010<br />

Rev. 001<br />

10


SAFETY AND HEALTH PROCEDURES<br />

Exhibit 2<br />

Page 160 of 379<br />

The safety procedures established for this project are based on current work activities. Future work<br />

activities may require the development of additional safety procedures or clarification of existing policies <strong>and</strong><br />

procedures.<br />

It is the responsibility of each employee to work in a safe manner. However, it is ultimately the contractor’s<br />

<strong>and</strong> subcontractor’s responsibility to see that all safety <strong>and</strong> health rules <strong>and</strong> practices are followed.<br />

Safety is never to be sacrificed for production. The safety goal for this project is to prevent accidents.<br />

A. Motor Vehicles <strong>and</strong> Construction Equipment<br />

When requested, prior to operating a motor vehicle on the project sites, the employer shall provide<br />

documentation of the operator’s qualifications to operate the specific vehicle to the OCIP Safety Team.<br />

Anyone who will operate a motor vehicle on the Ft. Lauderdale-Hollywood International Airport must<br />

complete <strong>and</strong> pass the training <strong>and</strong> orientation required by the Broward County Aviation Department in<br />

accordance with the FAA, TSA, DHS <strong>and</strong> any other agency’s requirements for operation of vehicles.<br />

Anyone who will operate construction equipment on airport property will be required to attend <strong>and</strong> pass<br />

the Broward County Aviation Departments training for operating equipment on <strong>and</strong> near airports in<br />

accordance with the FAA, TSA, DHS <strong>and</strong> any other agency’s requirements.<br />

All employees will operate vehicles <strong>and</strong> construction equipment in accordance with any <strong>and</strong> all Federal<br />

OSHA regulations. This also includes inspections, lighting, markings <strong>and</strong> operation in accordance with<br />

the regulation covering the specific project site, which could include FAA, TSA, DHS or any other local,<br />

state, or Federal agency.<br />

Each employer will provide to the OCIP Safety Team any <strong>and</strong> all training records <strong>and</strong> copies of licenses<br />

for all employees working on or operating construction equipment on Broward County OCIP projects.<br />

B. Excavations <strong>and</strong> Trenching<br />

When requested, prior to beginning any excavation, digging, trenching or drilling operation, contractors<br />

or subcontractors, of any tier, must ensure that all underground utilities have been located <strong>and</strong> verified<br />

by the responsible parties. Contractors or subcontractors, of any tier, must also give the OCIP Safety<br />

Team forty-eight (48) hours notice prior to excavating deeper than five feet. All OSHA <strong>and</strong> State of<br />

Florida Trench Act requirements concerning safe trenching practices must be met.<br />

C. Material H<strong>and</strong>ling <strong>and</strong> Storage - Flammable <strong>and</strong> Toxic Materials<br />

Flammable, toxic or other hazardous materials need to be stored in properly designated, well-ventilated<br />

areas. Be sure to coordinate such areas with Broward County project management.<br />

D. Personal Protective Equipment<br />

All employees <strong>and</strong> visitors to the project site must use the protective equipment prescribed by local,<br />

state, federal, <strong>and</strong> project rules <strong>and</strong> regulations. It is the intent of the Broward County OCIP to control<br />

February 4, 2010<br />

Rev. 001<br />

11


or minimize exposures that will or could lead to illness or injury. Therefore, anyone who refuses to use<br />

the prescribed protective equipment or who willfully damages such equipment shall be subject to<br />

removal from the project.<br />

All personnel on the construction site must adhere to the following policies:<br />

1. Eye Protection<br />

a) Basic Eye Protection<br />

Exhibit 2<br />

Page 161 of 379<br />

<br />

ANSI Z87.1 safety glasses with side shields shall be worn at all times while in the work area.<br />

b) Contact Lenses<br />

<br />

<br />

Wearers of contact lenses must also wear appropriate eye <strong>and</strong> face protection devices in a<br />

hazardous environment. It should be recognized that dusty <strong>and</strong>/or chemical environments<br />

may represent an additional hazard to contact lens wearers. Hazardous environments may<br />

include, but are not limited to those in which a respirator may be required or where welding is<br />

being performed.<br />

Where appropriate, contact lenses may be worn if approved by both the contractor <strong>and</strong> the<br />

employee’s physician. These approvals are to be documented <strong>and</strong> kept in the contractor’s<br />

file on site. Employees will adhere to the project’s basic eye protection policy.<br />

c) Goggles<br />

If the task requires eye protection of a degree not afforded by st<strong>and</strong>ard eye protection,<br />

goggles providing a secure seal shall be used.<br />

d) Face Shield<br />

<br />

When contractors’ or subcontractors’ employees are exposed to flying particles, splashes,<br />

mists, etc., they must wear an approved face shield as well as basic eye protection (since a<br />

face shield provides only protection to the face <strong>and</strong> eyes from direct impact objects).<br />

e) Welding Hood<br />

<br />

When welding, a welding hood as well as both basic eye protection <strong>and</strong> a hard hat must be<br />

worn. This is to protect employees from popping hot slag when the hood is raised <strong>and</strong> from<br />

overhead work exposures.<br />

2. Head Protection<br />

a) All project work areas are considered “hard hat areas”.<br />

b) Everyone, including delivery personnel, vendors <strong>and</strong> visitors must wear approved hard hats<br />

while on the project. Hard hats are not required in construction parking lots, enclosed vehicles<br />

<strong>and</strong> office trailers.<br />

c) Contractor’s <strong>and</strong> subcontractor’s company names are to be on all hard hats that are issued to<br />

their employees.<br />

d) All hard hats must be of class “B” type <strong>and</strong> in good condition.<br />

February 4, 2010<br />

Rev. 001<br />

12


3. Hearing Protection<br />

Exhibit 2<br />

Page 162 of 379<br />

a) The safety representative or designee will monitor work areas to recognize <strong>and</strong> post high noise<br />

areas as required by 29CFR1926.52.<br />

b) Once an area is posted, notify the OCIP Safety Team.<br />

4. Foot Protection<br />

a) All trades must wear leather shoes or boots with good heavy soles. Any work tasks requiring<br />

special foot wear requires a SPA to determine the proper size <strong>and</strong> protection. All electricians<br />

must have carbon inserts in shoes.<br />

b) No one is permitted to wear sneakers (including ANSI approved sneakers), tennis shoes or<br />

athletic shoes of any type, s<strong>and</strong>als, <strong>and</strong> high heels or flip flop thongs on this project.<br />

5. Clothing<br />

Employees are to report to work properly attired. This project’s requirements include:<br />

a) Clothing in good repair. (Frayed or tattered clothing can be hazardous to employees).<br />

b) No tank tops or sleeveless shirts. (Shirts must have at least 3” sleeves <strong>and</strong> be tucked in at all<br />

times).<br />

c) Long pants only. No short pants, cutoffs, sweat pants, etc.<br />

d) If working around moving machinery, no neckties, gauntlet type gloves <strong>and</strong> baggy, loose or<br />

ragged clothing.<br />

e) No loose, dangling jewelry. Since jewelry such as rings, watchb<strong>and</strong>s, necklaces, earrings <strong>and</strong><br />

the like can cause or contribute to accidents; employees must take the proper precautions.<br />

f) All employees working with electrical energy must be protected by clothing covered by NEC 70<br />

E.<br />

g) Shoulder length or longer hair must be tied back <strong>and</strong> put under the hard hat or worn in a hair net.<br />

(This will keep it from impeding vision, becoming entangled in machinery or preventing the use of<br />

personal protective equipment).<br />

h) Reflective vests, shirts or jackets shall be worn by all personnel working in areas than require<br />

reflective outer wear. The reflective PPE must meet the requirements for the respective project<br />

sites. (I.e. road work, airport, seaport respectively).<br />

6. Fall Protection<br />

Contractors <strong>and</strong> subcontractors, of any tier, must provide to their employees appropriate protection<br />

against falls of six feet or more 100% of the time when employees are exposed. Fully evaluate the<br />

work conditions <strong>and</strong> environmental factors (including seasonal weather changes) before selecting<br />

the appropriate fall protection system (active, passive or a combination of measures, as<br />

appropriate). Such evaluation is to be recorded on the Safe Plan of Action form.<br />

Types of Fall Protection Systems<br />

1) Personal fall arrest system is a means used to arrest an employee in a fall from a work level.<br />

It consists of an anchorage, connectors, a body harness <strong>and</strong> may include a lanyard,<br />

deceleration device, lifeline, or a combination of these.<br />

February 4, 2010<br />

Rev. 001<br />

13


2) Positioning device system allows an employee to be safely supported on an elevated vertical<br />

surface (such as a wall) <strong>and</strong> work with both h<strong>and</strong>s free.<br />

3) Warning line system is a barrier erected to warn employees that they are approaching an<br />

unprotected edge. It also designates an area in which work may not take place without the<br />

use of a guardrail, personal fall arrest system or a safety net to protect employees.<br />

4) Guardrail system is a barrier erected to prevent employees from falling to lower levels. All<br />

guardrails must meet the requirements of 29CFR1926.502.<br />

5) Safety net system can be used when workplaces are more than 25 feet above the ground,<br />

water surface or other surfaces where the use of ladders, scaffolds, catch platforms,<br />

temporary floors, safety lines or a safety harness is impractical.<br />

b. Safety Harness<br />

1) The only permissible personal fall arrest system on this project is an industry approved safety<br />

harness. Employees can use positioning belts with two “D” ring attachment points as long as<br />

they are used in conjunction with a safety harness.<br />

2) Safety harnesses must be secured to an overhead object of substantial capacity capable of<br />

supporting five thous<strong>and</strong> pounds (e.g. pipe, structure, cable, or rope lifeline). In order to<br />

accomplish this <strong>and</strong> ensure 100% protection, the employee may need to use two lanyards.<br />

The primary lanyard is never unhooked until the secondary lanyard is secure.<br />

c. Lanyards <strong>and</strong> Lifelines<br />

1) Lanyard <strong>and</strong> lifeline selection is determined by the type of work as well as the environmental<br />

conditions. If lanyards, connectors or lifelines may be damaged by welding, chemical<br />

cleaning, s<strong>and</strong>blasting, etc., either protect the components or use a more appropriate type of<br />

securing system.<br />

2) Lanyards <strong>and</strong> lifelines must incorporate or be used with an appropriate deceleration device.<br />

Deceleration devices include rope grabs, rip-stitch lanyards, specially woven lanyards,<br />

tearing or deforming lanyards, automatic self-retracting lifelines <strong>and</strong> lanyard, etc., which<br />

dissipate or otherwise limit the energy imposed on an employee during fall arrest.<br />

3) Once in use, the system’s effectiveness is to be monitored. In some cases, a program for<br />

cleaning <strong>and</strong> maintaining the system may be necessary.<br />

4) Lanyards <strong>and</strong> lifelines must only use locking snap hooks.<br />

5) Under no circumstances must two lanyard snap hooks be connected together.<br />

Exhibit 2<br />

Page 163 of 379<br />

E. Scaffolding<br />

All scaffolds <strong>and</strong> platforms must meet the following requirements:<br />

a) General Requirements<br />

1) Scaffolds twenty-five (25) feet or more above the ground or floor are to be erected, moved,<br />

altered <strong>and</strong> dismantled only by experienced personnel <strong>and</strong> under the direct supervision of a<br />

competent person experienced in scaffold erection <strong>and</strong> maintenance. Competent person as<br />

defined by CFR 29 1926.<br />

2) Scaffolds six (6) feet or more above the ground or floor are to be completely decked <strong>and</strong><br />

have h<strong>and</strong>rails, midrails <strong>and</strong> toeboards installed. If for some reason, a platform or scaffold<br />

cannot be equipped with st<strong>and</strong>ard h<strong>and</strong>rails or completely decked, safety harnesses must be<br />

worn <strong>and</strong> properly tied off.<br />

February 4, 2010<br />

Rev. 001<br />

14


3) Chain guardrails on scaffolding are not allowed.<br />

4) Overhead protection for employees on a scaffold is required if they are exposed to overhead<br />

hazards.<br />

5) Barricade the area beneath the scaffold <strong>and</strong> post “working overhead” signs in all approach<br />

directions.<br />

6) Scaffolds that will be higher than thirty (30) feet <strong>and</strong> a working load exceeding fifty pounds<br />

per square foot, requires a licensed professional engineer to complete sealed <strong>and</strong> signed<br />

design drawings, including load calculations. Examples are scaffolds erected for plasterers,<br />

masons or any other trades who routinely store material on the platform.<br />

7) Contact the OCIP Safety Team if any special scaffolding issues arise.<br />

b) Rolling Scaffolds<br />

1) No one is to ride on a rolling scaffold while it is being moved.<br />

2) All materials <strong>and</strong> tools must be secured prior to moving a rolling scaffold.<br />

3) No rolling scaffolds will be utilized to support other scaffolds.<br />

c) Scaffold Planking<br />

1) Paint or stamp scaffold planks within 12” on each end or edge to denote use for scaffold<br />

decking only.<br />

2) Use only 2” X 10” or 2” X 12” scaffold grade material for scaffold planking.<br />

d) Tagging<br />

The most effective means of communication <strong>between</strong> the scaffold builder <strong>and</strong> the scaffold user<br />

is a scaffold tag. The tagging procedures are as follows:<br />

1) The crew that erects the scaffold must complete <strong>and</strong> attach the appropriate scaffold tag.<br />

2) The scaffold tag must be placed at eye level on or near the access ladder so it is easy to<br />

locate <strong>and</strong> plainly visible.<br />

3) A competent person needs to ensure that the scaffold is erected properly <strong>and</strong> the tag<br />

attached is proper <strong>and</strong> completely filled out.<br />

4) If the scaffold needs to be altered in any way, the person who signed the tag must be<br />

contacted to authorize the change <strong>and</strong> re-tag if necessary.<br />

5) An untagged scaffold must not be used.<br />

6) If a scaffold is to be used for three days or more, a competent person must inspect it prior to<br />

each shift.<br />

7) Tagging System procedure:<br />

Exhibit 2<br />

Page 164 of 379<br />

A green tag is completed <strong>and</strong> attached by the erecting crew to scaffolds that have<br />

complete h<strong>and</strong>rails, midrails, toeboards <strong>and</strong> decking.<br />

<br />

<br />

A yellow tag is completed <strong>and</strong> attached to scaffolds that cannot be erected with all the<br />

components complete. The yellow tag allows the erecting crew to note what portion of<br />

the scaffold is incomplete <strong>and</strong> cautions the user. A yellow tag also informs the user fall<br />

protection may be required.<br />

A red tag means the scaffold is being dismantled not yet completely erected or for some<br />

reason not safe <strong>and</strong> shall not be used.<br />

February 4, 2010<br />

Rev. 001<br />

15


F. Welding <strong>and</strong> Cutting<br />

Exhibit 2<br />

Page 165 of 379<br />

All welding <strong>and</strong> cutting operations are required to have a hot work permit issued by the Building<br />

Code Services Department.<br />

G. Electrical<br />

Only qualified electricians may perform electrical work as approved by the Contractor <strong>and</strong>/or the<br />

Construction Manager.<br />

Lock-Out Procedures<br />

Due to the scope of this job, the procedures used for energy isolation, be it electrical, mechanical,<br />

hydraulic, pneumatic or other types need to be both uniform <strong>and</strong> coordinated. Therefore, the<br />

Broward County OCIP has adopted the following procedures which must be communicated to<br />

contractors, subcontractors, <strong>and</strong> employees. Make sure they are aware of, underst<strong>and</strong>, <strong>and</strong> follow<br />

these lock-out procedures <strong>and</strong> cooperate with other contractors who require a lock-out that involves<br />

your work.<br />

Note that the Broward County OCIP requires the use of lock-out energy isolation devices (that is,<br />

using padlocks) throughout this project. Tag-outs (simply tagging the switch, valve, etc.) will not be<br />

used on this project.<br />

a) Individual Lock-out Procedures<br />

This procedure is used in the event power is either interrupted or restored unexpectedly. If<br />

interrupting or restoring power unexpectedly will endanger an employee of any other contractor,<br />

including your own subcontractors, use the steps in “2” Complex Lock-out Procedures, that<br />

follow.<br />

Only an authorized employee shall perform all of the following steps:<br />

1) Notify all of affected employees of the lock-out <strong>and</strong> the reason for it.<br />

2) Shutdown the affected equipment in a manner consistent with good operating practices.<br />

3) Verify that the equipment or system is inoperative by trying to operate it, etc.<br />

4) Shutdown the power at the switch, valve, etc., that will be locked. Be absolutely certain<br />

the correct device or devices to shutdown <strong>and</strong> lock were located.<br />

5) Safely dissipate any stored energy in pressure lines, flywheels, capacitors, etc.,<br />

consistent with good operating practices.<br />

6) Lock the switch, valve, etc., using a padlock with only one key. Make sure the company’s<br />

name is on the lock.<br />

7) Complete <strong>and</strong> place on the lock a st<strong>and</strong>ard lock-out warning tag indicating what power<br />

source was shutdown, the date of the shutdown, authorized employee’s name, <strong>and</strong> the<br />

company’s name.<br />

8) Verify that the equipment or system is inoperative by trying to start it. (Do not forget to<br />

turn all controls back to their off or neutral position).<br />

9) Complete <strong>and</strong> file on site a Lock-Out form (see Appendix M for a copy of this form).<br />

February 4, 2010<br />

Rev. 001<br />

16


10) When power is ready to be restored, replace all missing guards. Ensure that no one will<br />

be endangered by power restoration prior to removing the lock.<br />

11) After removing the lock, remove <strong>and</strong> properly destroy the warning tag. (Tags <strong>and</strong> their<br />

attachment devices are not to be reused unless designed for reuse).<br />

b) Complex Lock-out Procedures<br />

This procedure must be used when one or more employees of another contractor or<br />

subcontractor may be exposed to danger in the event power is either interrupted or restored<br />

unexpectedly.<br />

Only an authorized employee shall perform all of the following steps as the originator of a<br />

complex lock-out. Every affected contractor (including affected subcontractors) is to have an<br />

authorized employee to coordinate the lock-out for their company.<br />

1) Hold a coordination meeting with all affected contractors <strong>and</strong> subcontractors, of any tier,<br />

at least 24 hours in advance of the lock-out. Also, inform the OCIP Safety Team 24 hours<br />

in advance. A member of the OCIP Safety Team may wish to attend the meeting or<br />

monitor the actual lock-out operations.<br />

2) Notify all affected employees of the lock-out <strong>and</strong> the reason for it.<br />

3) Shutdown the affected equipment in a manner consistent with good operating practices<br />

<strong>and</strong> have each affected contractor <strong>and</strong> subcontractor do likewise.<br />

4) Verify that the equipment or system is inoperative by trying to operate it <strong>and</strong> have each<br />

affected contractor <strong>and</strong> subcontractor do likewise.<br />

5) Shutdown the power at the switch, valve, etc., that will be locked. Be absolutely certain<br />

the correct device or devices to shutdown <strong>and</strong> lock were located.<br />

6) Safely dissipate any stored energy in pressure lines, flywheels, capacitors, etc.,<br />

consistent with good operating practices <strong>and</strong>, as necessary, have each affected<br />

contractor <strong>and</strong> subcontractor do likewise.<br />

7) Place a chain or lock-out device on the switch, valve, etc., that will be locked.<br />

Exhibit 2<br />

Page 166 of 379<br />

8) Place a chain or lock-out device using a padlock with only one key. Make sure the<br />

company’s name is on the lock.<br />

9) Once all the valves <strong>and</strong> switches are locked out, place all the keys for all the locks in the<br />

group lock-out box.<br />

10) The authorized employee then places a group lock-out device (Christmas tree) on the<br />

hasp <strong>and</strong> places his lock on the group lock-out device. Each employee must place<br />

his/her personal lock, with his or her name on the lock, on the group lock device.<br />

11) Complete <strong>and</strong> place on the lock a st<strong>and</strong>ard lock-out warning tag indicating what power<br />

source was shutdown, the date of the shutdown, authorized employee’s name, <strong>and</strong> the<br />

company’s name.<br />

12) Verify that the equipment or system is inoperative by trying to start it <strong>and</strong> have each<br />

affected contractor <strong>and</strong> subcontractor do likewise. (Do not forget to turn all controls back<br />

to their off or neutral position).<br />

February 4, 2010<br />

Rev. 001<br />

17


13) Complete <strong>and</strong> file on site a Lock-Out form (see Appendix M for a copy of form).<br />

14) When power is ready to be restored, replace all missing guards. Each affected employee<br />

must remove their lock when their work is completed. The authorized employee then<br />

removes his or her lock <strong>and</strong> removes the keys from the lock box <strong>and</strong> begins to restore<br />

the equipment to working condition. As the originator of the lock-out, the authorized<br />

employee will always remove their lock last. This is only after it has been determined that<br />

no one will be endangered by power restoration.<br />

15) Restore power.<br />

16) After removing the lock, remove <strong>and</strong> properly destroy the warning tag. (Tags <strong>and</strong> their<br />

attachment devices are not to be reused unless designed for reuse).<br />

c) General Information<br />

H. Powder Actuated Tools<br />

Exhibit 2<br />

Page 167 of 379<br />

1) Padlocks, hasps, tags, <strong>and</strong> other lock-out devices must be durable enough to withst<strong>and</strong><br />

the environment to which they will be exposed.<br />

2) Locked-out switches, valves, etc., must not be operated regardless of the circumstances.<br />

3) Only the employee, who placed the lock on the switch, valve, hasp, etc., can remove it.<br />

Anyone who removes or defeats another’s lock-out is subject to removal from the project<br />

site.<br />

4) Locked-out switches, valves, etc. must be inspected at the beginning of each shift to<br />

insure that the locks <strong>and</strong> tags are still in place.<br />

Contractors/Subcontractors, of any tier, shall ensure that employees using powder actuated tools be<br />

certified by the manufacturer’s representative prior to use. Certification cards must be available for<br />

immediate inspection if requested.<br />

Contractors/Subcontractors using powder actuated tools shall ensure that all cartridges, whether used,<br />

not used or misfired, have been picked up <strong>and</strong> removed from the work area.<br />

I. Steel Erection<br />

Steel erection requires compliance with the following:<br />

Employees of contractors <strong>and</strong> subcontractors, of any tier, must comply with the fall protection<br />

requirements covered earlier in this section.<br />

Conduct <strong>and</strong> document appropriate pre-task planning <strong>and</strong> a job safety analysis for all steel erection.<br />

Keep this documentation on site for review by the OCIP Safety Team.<br />

J. Work Platforms Suspended From Cranes<br />

The use of a crane or derrick to hoist employees on a personnel platform is prohibited, except when<br />

the erection, use, <strong>and</strong> dismantling of conventional means of reaching the worksite, such as a<br />

personnel hoist, ladder, stairway, aerial lift, elevating work platform or scaffold, would be more<br />

hazardous or is not possible because of structural design or worksite conditions.<br />

February 4, 2010<br />

Rev. 001<br />

18


The safety representative or designee must give the OCIP Safety Team reasonable notice prior to<br />

any operation requiring the use of personnel platforms suspended from a crane.<br />

Prior to the use of a work platform suspended from a crane, the contractor’s <strong>and</strong>/or subcontractor’s<br />

General Superintendent will prepare a written record for each such operation <strong>and</strong> will maintain a file<br />

documenting its operation. Each record is good only for lifts made from a single crane set-up<br />

location. Traveling, repairs or modifications of the crane will require a new record.<br />

Each record is to:<br />

a) Be initiated by the supervisor of the employee who will be working from the platform<br />

b) Describe the work to be performed <strong>and</strong> its exact location<br />

c) List all required inspections, certifications, tests, <strong>and</strong> pre-lift meetings<br />

d) Be signed by the crane operator, rigger, <strong>and</strong> initiating supervisor<br />

e) Note the name of the person who will flag or signal the crane operator<br />

f) Remain with the crane while the personnel hoist is in progress<br />

g) Be available to the OCIP Safety Team for review.<br />

K. Crane Operations<br />

1. Crane operator must be certified to operate the type of crane assigned by an accredited third party<br />

testing facility.<br />

2. A Critical Lift Plan is required to be approved in writing by the general contractor <strong>and</strong> submitted for<br />

review by the OCIP Safety Team if:<br />

a. The lift exceeds 80% of chart<br />

b. More than one crane is used in a lift<br />

3. A third party inspector must oversee the erection <strong>and</strong> jacking of all tower cranes.<br />

4. Cranes assembled onsite must be inspected <strong>and</strong> certified by a third party inspector.<br />

Exhibit 2<br />

Page 168 of 379<br />

5. Other requirements may be implemented as conditions change.<br />

Crane Operations shall be performed in full compliance with the most current FAA Advisory Circulars, Federal<br />

Aviation Regulations, <strong>and</strong> OSHA St<strong>and</strong>ards (parts 1910 & 1926).<br />

L. Fire Prevention <strong>and</strong> Protection<br />

a) It is the responsibility of contractors <strong>and</strong> subcontractors, of any tier, to have the appropriate fire<br />

suppression equipment readily available <strong>and</strong> manned by employees trained in its proper operation.<br />

b) In order to summon fire fighting assistance, call 911. Immediately report all fires (even those that<br />

have been extinguished) to the OCIP Safety Team.<br />

c) Replace or recharge temporary fire fighting <strong>and</strong> fire protection equipment immediately after use.<br />

Also report to the OCIP Safety Team (within eight hours) any discharge of fire fighting equipment.<br />

February 4, 2010<br />

Rev. 001<br />

19


M. Job Safety Analysis<br />

Exhibit 2<br />

Page 169 of 379<br />

Contractors or subcontractors, of any tier, are to conduct a Job Safety Analysis (also known as a JSA)<br />

on any non-routine task. In certain circumstances the OCIP Safety Team may require the<br />

contractor/subcontractor to do a JSA on specific routine tasks as well.<br />

N. Positive Safety Attitude<br />

Every project manager, supervisor, <strong>and</strong> employee on the project must exhibit a positive attitude toward<br />

the safety <strong>and</strong> welfare of their fellow workers. Those who fail to comply with OSHA or project<br />

regulations, or fail to comply with instructions from authorized safety representatives may be removed<br />

from the project.<br />

February 4, 2010<br />

Rev. 001<br />

20


ORIENTATION<br />

One of the requirements of all contractors <strong>and</strong> their safety representatives or designees is to conduct a<br />

complete basic safety orientation of all of their employees new to the site. The orientation is required before<br />

an employee can receive a project ID <strong>and</strong> enter the field. The purpose of the orientation is to provide<br />

employees an awareness of what they can expect <strong>and</strong> what is expected of them on this site.<br />

A. Scope<br />

At a minimum, the orientation will include:<br />

Exhibit 2<br />

Page 170 of 379<br />

<br />

<br />

<br />

<br />

<br />

<br />

Employee safety requirements <strong>and</strong> policies<br />

Site specific safety <strong>and</strong> health rules (found on pages nine through eighteen of this manual)<br />

Permitting procedures (if applicable), including work permits, excavation, confined space entry, lockout,<br />

etc.)<br />

Hazard communication training<br />

Emergency alarms <strong>and</strong> evacuation procedures<br />

Other topics as circumstances require<br />

B. Documentation<br />

All employees will complete an Orientation Acknowledgment form at the end of the orientation. A copy<br />

of this form will be kept by the OCIP Safety Team.<br />

C. Facility<br />

The Broward County OCIP has an appropriately equipped conference room on site for use in<br />

conducting the orientation sessions.<br />

February 4, 2010<br />

Rev. 001<br />

21


SAFETY TRAINING<br />

Exhibit 2<br />

Page 171 of 379<br />

A. Required Safety Training<br />

1. Field Supervisors<br />

First line field supervisors will be required to complete the OSHA 30-hour Construction Safety <strong>and</strong><br />

Health course if:<br />

a contractor’s or subcontractor’s contract award is in excess of $250,000 dollars for construction<br />

or installation services on the site<br />

or<br />

a contractor or subcontractor, of any tier, has more than 10 employees on site<br />

If supervisors have not attended this course within the past 24 months, the field supervisors will be<br />

required to attend within 60 days of assignment to the project. The OCIP Safety Team will offer this<br />

course throughout the duration of the project.<br />

The OCIP Safety Team may also require supervisors to attend this training if safety observations<br />

indicate a supervisor would benefit from this course.<br />

2. On-Site Safety Representatives<br />

Certain contractors or subcontractors are required to have a full time On-Site Safety Representative<br />

as stated on page five of this manual. The individual is required to:<br />

<br />

<br />

hold a current CSP (Certified Safety Professional) designation or<br />

hold a current CSHT (Certified Safety <strong>and</strong> Health Technician) or<br />

have completed the OSHA 500 course within the past 48 months. Or obtain within 60 days of<br />

assignment to the project.<br />

3. Safety Designees<br />

Certain contractors or subcontractors are required to have a Safety designee. This individual is<br />

required to have completed the OSHA 30-hour course within the past 24 months.<br />

B. Other Safety Training Available<br />

Additional safety training is available through the OCIP Safety Team at no cost. To request training<br />

assistance contact the OCIP Safety team.<br />

February 4, 2010<br />

Rev. 001<br />

22


Exhibit 2<br />

Page 172 of 379<br />

RECORD KEEPING REQUIREMENTS<br />

A. Introduction<br />

The Broward County OCIP believes that proper documentation <strong>and</strong> record keeping of safety related<br />

functions are essential. All required documentation needs to be maintained on site, available to the<br />

OCIP Safety Team upon request. The contractor’s or subcontractor’s Project Manager is responsible<br />

for ensuring that record keeping <strong>and</strong> related requirements, as outlined in this section, are accurate <strong>and</strong><br />

up-to-date.<br />

There are several forms provided by the Broward County OCIP that are to be used. If a contractor<br />

<strong>and</strong>/or subcontractor prefer to use their own forms, they should be submitted to the OCIP Safety Team<br />

for review <strong>and</strong> approval. As long as they meet or exceed the forms developed by the Broward County<br />

OCIP they will probably be acceptable (see the Appendix for project forms).<br />

B. Posters<br />

Post in a conspicuous place the Project Safety Alerts <strong>and</strong> Bulletins issued by the Broward County OCIP<br />

as well as the posters required by federal <strong>and</strong> state regulation. Required workers’ compensation<br />

insurance posters are available from the Broward County OCIP.<br />

C. Signs<br />

Contractors <strong>and</strong> subcontractors, of any tier, will need to furnish appropriate signage in accordance with<br />

the contract, depending on the nature of their work <strong>and</strong> work area, such as (but not limited to):<br />

<br />

<br />

<br />

Hard Hats, Required Beyond This Point (posted at all entrances to the project site <strong>and</strong> work areas).<br />

Danger - Construction Area - Authorized Personnel Only (posted at all entrances to the project site).<br />

Drugs, Alcohol, Firearms <strong>and</strong> Related Paraphernalia are Prohibited on the Project (posted at all<br />

entrances to the project site).<br />

D. Instructions for Completion <strong>and</strong> Filing of Records<br />

A copy of the following forms <strong>and</strong> reports can be found in the Appendix to this manual. Copies may be<br />

made for use on this project.<br />

1. Incident Investigation Report<br />

Complete an incident investigation report for each near-miss that does not result in injury or damage<br />

to equipment. Provide a copy to the OCIP Safety Team within twenty-four hours of the incident.<br />

2. Accident Investigation Report<br />

Complete an accident investigation report for each accident resulting in injury or damage to<br />

materials or equipment. This includes the contractor’s accident report form <strong>and</strong> Broward County’s<br />

accident form. The General contractor will give a copy to the OCIP Safety Team within twenty-four<br />

hours of the accident.<br />

3. Weekly Tool Box Safety Meeting Report<br />

Complete the Weekly Tool Box Safety Meeting form at the end of each week’s meeting. Forward a<br />

copy to the OCIP Safety Team.<br />

February 4, 2010<br />

Rev. 001<br />

23


4. Contractor Safety Audit<br />

This Safety Audit is to be completed monthly by the contractor’s safety representative or designee.<br />

The information will include, but is not limited to, total work hours for the month <strong>and</strong> additional safety<br />

requirements implemented since the last report. Send a copy to the OCIP Safety Team.<br />

5. Contractor Weekly Review of Work Site<br />

Each contractor’s <strong>and</strong> subcontractor’s field supervisors are to complete this weekly review <strong>and</strong><br />

forward to the contractor’s safety representative or designee who will compile the information <strong>and</strong><br />

include it in his or her monthly safety audit.<br />

6. Safety Observations<br />

The Aon Safety Team will complete written Safety Observations of work activities that are not in<br />

compliance with the project’s safety policies <strong>and</strong> procedures. If a contractor or subcontractor<br />

receive a Safety Observation, immediately correct the hazard noted on the notice, document the<br />

corrective action, or reason for delayed abatement <strong>and</strong> return the report to the OCIP Safety Team<br />

within 24 hours.<br />

7. Contractor Monthly Report of Work Injury <strong>and</strong> Illness Statistics<br />

The Aon Safety Team will track injury <strong>and</strong> illness statistics by contractor. In order to do this, The<br />

Aon Safety Team needs each contractor to report the correct number of work hours worked on the<br />

project for the reporting month. This report will include the work hours for the contractor’s <strong>and</strong><br />

subcontractor’s employees. Send this report to the OCIP Safety Team by the 8 th of the following<br />

month.<br />

8. Job Safety Analysis (JSA)<br />

The Job Safety Analysis is a tool used to identify jobs posing the greatest accident risk <strong>and</strong> to assist<br />

in non-routine task planning. The contractor’s or subcontractor’s field supervisor is required, when<br />

appropriate, to complete a JSA for non-routine tasks <strong>and</strong> review the findings with their work crew.<br />

9. Safe Plan of Action (SPA)<br />

Exhibit 2<br />

Page 173 of 379<br />

Contractors <strong>and</strong> subcontractors, of any tier, shall maintain in their files a Safe Plan of Action which<br />

will be used to ensure that every job assignment receives proper safety planning prior to the start of<br />

work. The SPA is to be completed by the first line field supervisor <strong>and</strong> acknowledged by each<br />

member of the crew.<br />

February 4, 2010<br />

Rev. 001<br />

24


ADMINISTRATIVE POLICIES<br />

Exhibit 2<br />

Page 174 of 379<br />

A. OSHA Inspections<br />

Inspections by OSHA compliance officers may be initiated for many reasons, including employee<br />

complaints, serious or fatal accidents, special emphasis programs or planned audits. When a contractor<br />

or subcontractor receives notification of an impending inspection, contact the OCIP Safety Team so a<br />

representative of the OCIP Safety Team can be present during the actual inspection. It is the OCIP<br />

Safety Teams policy to fully cooperate with OSHA compliance officers.<br />

B. Accident <strong>and</strong> Incident Investigations<br />

1. Accidents<br />

All accidents which result in first aid treatment must be investigated by the contractor’s or<br />

subcontractor’s safety representative or designee <strong>and</strong> documented on a project Accident<br />

Investigation report. The report must be completed <strong>and</strong> submitted to the OCIP Safety Team within<br />

twenty-four hours of the accident.<br />

2. Incidents<br />

All incidents, whether they involve injury or not (“near-miss”) must be investigated by contractors or<br />

subcontractor’s safety representative or designee <strong>and</strong> documented on a Project Incident report. The<br />

report must be completed <strong>and</strong> submitted to the OCIP Safety Team within twenty-four hours of the<br />

incident. However, if the incident was serious (e.g., potentially life threatening), notify the OCIP<br />

Safety Team immediately.<br />

3. Major Accidents<br />

Immediately notify the OCIP Safety Team of all major accidents.<br />

a) All accidents resulting in a lost-time injury, fatality, or damage to property or equipment must be<br />

investigated by the contractor’s or subcontractor’s field supervisor or safety representative. A<br />

representative of the OCIP Safety Team may join in the investigation.<br />

b) A thorough in-depth accident investigation includes, but is not limited to, the following:<br />

<br />

<br />

<br />

<br />

An analysis of the accident<br />

A documented signed witness statement<br />

Accident scene photographs, sketches, <strong>and</strong> drawings<br />

Recommendations to prevent re-occurrence<br />

c) Forms to be utilized in accident investigation reporting may include:<br />

<br />

<br />

<br />

Project Accident Investigation Report<br />

First Report of Injury<br />

Report of Disabling Injury or Fatality<br />

February 4, 2010<br />

Rev. 001<br />

25


d) The OCIP insurance carrier personnel may join the contractor’s or subcontractor’s safety<br />

representative in the investigation of job site accidents.<br />

4. Special Investigations<br />

a) Special investigations fall into areas such as potential third party litigation, non-project personnel<br />

injury, equipment or material failure, etc., which relate to the project.<br />

b) All special investigations will be coordinated by the OCIP Safety Team.<br />

Exhibit 2<br />

Page 175 of 379<br />

February 4, 2010<br />

Rev. 001<br />

26


HAZARDOUS CHEMICALS<br />

Exhibit 2<br />

Page 176 of 379<br />

A. Hazardous Materials <strong>and</strong> Hazardous Waste<br />

1. All contractors <strong>and</strong> subcontractors, of any tier, will need to provide to the OCIP Safety Team a list of<br />

hazardous materials that will be used on the project site. Send Broward County’s OCIP Team an<br />

amended list, as necessary. A copy of all MSDS’s shall be kept by the general contractor on all<br />

Broward County OCIP’s projects sites.<br />

2. An EPA ID number will need to be obtained for the hazardous wastes produced by the contractors<br />

<strong>and</strong>/or subcontractors.<br />

3. All hazardous wastes produced by the contractors <strong>and</strong>/or subcontractors must be removed from the<br />

project site by a licensed hazardous waste hauler. Such loads will need to be manifested <strong>and</strong> a<br />

copy of the manifest sent to the OCIP SAFETY TEAM.<br />

4. All hazardous materials must be properly labeled <strong>and</strong> stored until removed from the project (by a<br />

licensed hazardous waste hauler).<br />

5. Hazardous materials or hazardous wastes stored in 30 or 55 gallon drums are to be placed on spill<br />

containment pads.<br />

6. Report all accidental releases of a hazardous material or hazardous waste promptly to the OCIP<br />

Safety Team If the release is of a reportable quantity, the responsible contractor or subcontractor, of<br />

any tier, will notify the appropriate regulatory agency.<br />

7. Proper clean-up of accidental releases of hazardous materials waste will be done by the responsible<br />

contractor or subcontractor. Clean-up is to be done by properly trained personnel. Hazardous<br />

waste from the clean-up must be hauled away by a licensed hauler. the OCIP Safety Team must be<br />

given a copy of the hauler’s manifest.<br />

Depending on the hazardous materials spilled, Broward County’s OCIP Team may require the<br />

responsible contractor or subcontractor to hire a certified laboratory to take an appropriate number of<br />

soil samples to test at their laboratory. A copy of the results is to be given to the OCIP Safety Team.<br />

8. Contractors or subcontractors, of any tier, must inspect their hazardous material <strong>and</strong> waste storage<br />

areas at least weekly to ensure they are properly maintained.<br />

9. The OCIP Safety Team will r<strong>and</strong>omly audit the labeling <strong>and</strong> storage of hazardous material <strong>and</strong><br />

waste <strong>and</strong> the disposal of hazardous waste to verify that all contractors <strong>and</strong> subcontractors, of any<br />

tier, are fulfilling their roles as responsible parties.<br />

B. Material Safety Data Sheets (MSDS)<br />

In addition to the hazardous chemical list required above, the OCIP Safety Team or another contractor<br />

may request copies of the most current MSDS on a chemicals being used by other<br />

contractors/subcontractors.<br />

February 4, 2010<br />

Rev. 001<br />

27


Exhibit 2<br />

Page 177 of 379<br />

EMERGENCY PROCEDURES<br />

A. Emergency Management Plan<br />

1. Introduction<br />

The following Emergency Management Plan (or EMP) has been developed to establish steps to be<br />

followed should an emergency or crisis situation occur on the project site. Examples of emergency<br />

situations include, but are not limited to, the following:<br />

<br />

<br />

<br />

<br />

<br />

<br />

Any accident that results in life threatening or fatal injuries to any person on the project<br />

Collapse of a structure such as a crane, scaffold or building<br />

Fires requiring Fire Department involvement to extinguish<br />

Accidental release of a hazardous material on or in the area surrounding the project site<br />

Any damage to any third party property including Broward County’s property at any of the project<br />

sites covered under the OCIP.<br />

It is imperative that all possible steps be taken to prevent an emergency situation such as those<br />

mentioned above. Should such an emergency occur, the Project EMP will be used to effectively<br />

<strong>and</strong> properly manage the emergency.<br />

2. Responsibilities <strong>and</strong> Duties<br />

a) The EMP establishes an Emergency Response Team made up of management personnel from<br />

contractors, subcontractors, Broward County Project Management <strong>and</strong> the OCIP Safety Team.<br />

This team is established to h<strong>and</strong>le the many tasks that may be created by an emergency<br />

situation at the project site. The emergency response team will consist of the following:<br />

<br />

<br />

<br />

<br />

<br />

Contractor’s/Subcontractor’s supervisors<br />

Broward County Project Manager<br />

The OCIP Safety Team<br />

The Broward County Public Relations Department<br />

Broward County Risk Management Department<br />

b) Under no circumstances are contractors <strong>and</strong> subcontractors, of any tier, to make comments,<br />

statements or engage in interviews to the media. Such statements will be issued only through<br />

the Broward County Public Relations Department.<br />

B. Emergency Notification<br />

1. Medical<br />

February 4, 2010<br />

Rev. 001<br />

28


For first aid response, notify the contractor’s or subcontractor’s safety representative. The need for<br />

additional emergency response assistance will be made by the General Contractor’s safety<br />

representative or designee by calling 911.<br />

2. Fire<br />

Immediately notify the Prime Contractor’s safety representative of any fire. The safety representative will<br />

notify the Fire Department, Project Security, the OCIP Safety Team <strong>and</strong> any involved contractor’s safety<br />

representative or designee.<br />

3. Property Damage<br />

Notify the OCIP Safety Team of any damage to the project.<br />

4. Bomb Threat<br />

Immediately notify Project Security BCAD Comm. Center (954.359.1201) number is on the back of your<br />

FLL ID Badge. Project Security will coordinate notification to appropriate authorities.<br />

5. Catastrophic Incidents<br />

Notify the General Contractor’s safety representative, OCIP Safety Team <strong>and</strong> Project Security BCAD<br />

Comm. Center (954.359.1201). Project Security, Airport Security Director (954.599.2459), Port Security<br />

Director (954-468-0115) or the public authorities at the scene will determine the need for <strong>and</strong> summon<br />

the appropriate emergency response assistance.<br />

C. Emergency Medical Transportation<br />

It is the contractor’s/subcontractor’s responsibility to arrange for emergency transportation of any injured<br />

employee who is not able to drive himself or herself to the emergency medical clinic or to the hospital.<br />

A map of the project site, including the location of the project’s designated clinic <strong>and</strong> the closest trauma<br />

hospital is included on page 45 of this manual.<br />

D. Severe Weather<br />

Exhibit 2<br />

Page 178 of 379<br />

Severe weather procedures are utilized for impending threat of hurricane, high winds, tornadoes or lightning<br />

storms.<br />

1. General Procedures<br />

a) Contractors/Subcontractors, of any tier, will need to develop <strong>and</strong> submit a copy of their site specific<br />

severe weather plan. This plan will include a complete list of management personnel, in order of<br />

authority, to contact in the event of an emergency on this site. The list needs to be kept current <strong>and</strong><br />

include the after-hours telephone numbers of the individuals to be contacted.<br />

b) Develop a “Call-In” team for post storm activities.<br />

c) Firmly anchor field trailers, temporary buildings <strong>and</strong> materials.<br />

d) Lower crawler <strong>and</strong> mobile cranes at the end of each shift if possible. Cranes not capable of lowering<br />

booms are to be secured in accordance with the manufacturer’s recommendations.<br />

e) Special: ALL operations cease upon 39 mph sustained winds, 4 hour shut down notice, at the Ft.<br />

Lauderdale-Hollywood International Airport.<br />

2. Hurricane Preparedness<br />

a) Hurricane Tips<br />

Hurricane season generally lasts from June 1st to November 30th.<br />

The most dangerous hurricanes form off the coast of Africa <strong>and</strong> approach Florida from the<br />

East during the months of August <strong>and</strong> September.<br />

February 4, 2010<br />

Rev. 001<br />

29


Obtain a hurricane tracking <strong>and</strong> information guide at a local supermarket <strong>and</strong> take the<br />

precautions that it recommends.<br />

<br />

<br />

Exhibit 2<br />

Page 179 of 379<br />

According to experts, forecasters only have a 10% chance of accurately predicting where a<br />

storm will hit 72 hours in advance. They have a 74% chance within 24 hours.<br />

In the event of an approaching hurricane all contractors <strong>and</strong>/or subcontractors, of any tier,<br />

must prepare the project for heavy rains <strong>and</strong> high winds <strong>and</strong> close the job sufficiently in<br />

advance so that they may make personal preparations at home.<br />

b) During the Hurricane Season<br />

The OCIP Safety Team will develop a call-in team, including contractor’s/ subcontractor’s<br />

safety personnel, in the event preparations need to be made.<br />

All contractors/subcontractors, of any tier, shall keep the project free from an accumulation of<br />

debris <strong>and</strong> scrap material that can become windblown hazards. This will reduce the amount<br />

of time necessary to secure the project site in the event of a hurricane emergency. As part of<br />

st<strong>and</strong>ard operating procedures, ensure that st<strong>and</strong>by diesel dewatering pumps, portable<br />

pumps, <strong>and</strong> generators are in operational condition at all times <strong>and</strong> that an adequate supply<br />

of pump <strong>and</strong> bail equipment, duct tape, b<strong>and</strong>ing strap, b<strong>and</strong>ing tools, fuel, oil <strong>and</strong> grease,<br />

<strong>and</strong> tarps to cover the dumpsters are on h<strong>and</strong>.<br />

Project Security will monitor local radio <strong>and</strong> television weather updates <strong>and</strong> report<br />

information to the OCIP Safety Team.<br />

The OCIP Safety Team will be alert to job conditions that require advance attention so as to<br />

reduce emergency preparation time.<br />

c) When a hurricane approaches<br />

The OCIP Safety Team will decide when to prepare the project for a hurricane or tropical storm.<br />

All contractors <strong>and</strong> subcontractors on site shall:<br />

Ensure that all loose scrap material is gathered up <strong>and</strong> disposed of in the dumpsters.<br />

Ensure that the dumpsters are emptied. If the waste hauler is unable to pull the dumpsters,<br />

they should be securely covered with tarps to prevent the debris in them from becoming<br />

windblown hazards.<br />

Ensure that all loose forming materials are neatly stacked. If time permits, b<strong>and</strong> strap all<br />

stacks. If time is short, heavy objects can be used to secure materials.<br />

Ensure that all materials, tools, tool sheds, gang boxes <strong>and</strong> small equipment that can be<br />

damaged by rising water is removed from all excavations.<br />

Ensure that the beams of all excavations are continuous <strong>and</strong> in good repair.<br />

Secure essential barricades, with anchors, tie-downs or s<strong>and</strong> bags.<br />

Lay flat on the ground any non-essential barricades.<br />

Ensure that all equipment, including track cranes <strong>and</strong> excavators, are relocated out of<br />

excavations <strong>and</strong> set upon high ground. Lay crane booms on the ground if possible.<br />

Top off fuel tanks on all equipment.<br />

Ensure st<strong>and</strong>by diesel powered dewatering equipment is ready to operate. Operate this<br />

equipment as conditions warrant.<br />

Ensure that incomplete underground process piping <strong>and</strong> storm drain systems are protected<br />

against the infiltration of s<strong>and</strong> <strong>and</strong> silt.<br />

February 4, 2010<br />

Rev. 001<br />

30


Turn off the power <strong>and</strong> water to the office trailers.<br />

Exhibit 2<br />

Page 180 of 379<br />

Ensure that critical project documents are put into fireproof files <strong>and</strong> that the safes are<br />

securely closed <strong>and</strong> locked.<br />

Disconnect all computers <strong>and</strong> office equipment from the electrical outlets.<br />

d) After the storm<br />

1) The contractor’s/subcontractor’s call-in team:<br />

Will evaluate the damage <strong>and</strong> initiate corrective action to ensure a safe site before<br />

employees are called back to work.<br />

Move cautiously about the project, being on the alert for unsafe conditions left by the<br />

storm.<br />

Survey the project for damage.<br />

2) All personnel shall:<br />

Stay tuned to local radio to find out when it is advisable to venture back out onto the<br />

public roadways.<br />

If phones are working, call the job site for information on when they are to return to work.<br />

Do not touch loose or dangling wires, but report them to a supervisor or Project Security<br />

BCAD Comm. Center (954.359.1201).<br />

February 4, 2010<br />

Rev. 001<br />

31


SECURITY<br />

Exhibit 2<br />

Page 181 of 379<br />

A. Scope <strong>and</strong> Purpose<br />

To establish <strong>and</strong> implement a project security procedure applicable to contractor’s <strong>and</strong> subcontractor’s<br />

employees.<br />

B. Objective<br />

1. Achieve a goal to eliminate thefts <strong>and</strong> v<strong>and</strong>alism.<br />

2. Coordinate specific security activities with overall site security.<br />

3. Provide positive identification of authorized personnel <strong>and</strong> vehicles for access to construction areas.<br />

4. Designate specific entrance gates, access roads <strong>and</strong> parking areas for authorized contractor<br />

vehicles <strong>and</strong> equipment, delivery vehicles, <strong>and</strong> personally owned vehicles.<br />

5. Establish procedures for visitor access to the project site.<br />

6. Provide additional specific security instructions.<br />

C. Security - Parking, Badging Procedures, Company Vehicles, Deliveries<br />

1. Personnel<br />

a) All construction project access will be through the entrances designated by Project Security.<br />

b) Employees must park in the designated construction parking areas. No parking will be permitted<br />

along or on paved or gravel access roads. Violation of this policy may result in the vehicle being<br />

towed at the vehicle owner’s expense.<br />

c) All visitors shall check in <strong>and</strong> sign in with Project Security prior to entering the construction site.<br />

d) Overtime <strong>and</strong> weekend work shall be scheduled in advance with the OCIP Safety Team. It is the<br />

contractor’s or subcontractor’s responsibility to notify the OCIP Safety Team by noon on any day<br />

that work will be proceeding for one-half hour or more past normal quitting time.<br />

e) All new hires are to report to the appropriate contractor’s hiring trailer. Following sign up <strong>and</strong><br />

drug testing, <strong>and</strong> required training <strong>and</strong> testing for work at the Ft. Lauderdale-Hollywood<br />

International Airport or Port Everglades they will report to their contractor’s/ subcontractor’s<br />

designated location or the Broward County OCIP Orientation Trailer to attend a project safety<br />

orientation. Following orientation, <strong>and</strong> all back ground checks that might be required Security<br />

will provide a project ID. Following issuance of the ID, the new hire will then proceed to his/her<br />

work location on the construction site.<br />

Port Everglades:<br />

The Department of Port Everglades requires persons to present, at Port entry, a valid driver’s<br />

license <strong>and</strong> valid reason for wishing to be granted port access in order to obtain a temporary/<br />

visitors ID badge. For persons who will visit the Port more than five times in a ninety day<br />

February 4, 2010<br />

Rev. 001<br />

32


period, a permanent identification badge must be obtained <strong>and</strong> paid for by that person or<br />

their employer. A restricted access badge application process includes fingerprints <strong>and</strong> a<br />

comprehensive background check. Badges must be renewed annually <strong>and</strong> the fee paid<br />

pursuant to the Broward County Administrative code, Section 42.6.<br />

Ft. Lauderdale/ Hollywood Airport:<br />

Exhibit 2<br />

Page 182 of 379<br />

The Broward County Aviation Department requires persons wishing to enter the Ft.<br />

Lauderdale-Hollywood International Airport who will work in secured areas <strong>and</strong> on the air<br />

side of the airport submit to a FBI background check, Security Threat Assessment, attend<br />

<strong>and</strong> pass all required TSA training classes. This must be accomplished prior to a permanent<br />

ID Badge being issued by The Broward County Aviation Department.<br />

<br />

<br />

Employees will visibly display project ID Badges above the waist at all times while on the Ft.<br />

Lauderdale-Hollywood International Airport <strong>and</strong> the Port Everglades project sites.<br />

Employees losing their (FLL) project ID Badge must report the loss to BCAD Comm. Center<br />

954.359.1201 immediately, so that airport access can be removed.<br />

Employees losing their project ID Badge must report to the next orientation to have a<br />

replacement made. A separate log will be generated to record all re-issued ID Badges. The<br />

log will be submitted to the OCIP Safety Team who has the authority to charge the<br />

employees’ contractor $100.00 for each required replacement project ID badge. All Fee’s<br />

will be re-paid to Broward County for the reissuance of lost or stolen ID Badges.<br />

f) Contractors/Subcontractors, of any tier, will escort off the project site any employee terminated<br />

prior to normal quitting time <strong>and</strong> collect the employee’s project ID Badge or Badges.<br />

2. Contractor Vehicles<br />

a) Contractors/Subcontractors will normally be permitted to park a limited number of their company<br />

vehicles at their project trailer.<br />

b) All personal vehicles must be registered by Project Security prior to access through the project<br />

construction gates. Routes approved for personal vehicles will be limited <strong>and</strong> appropriately<br />

marked. All personnel will have to be transported from the designated parking site to the job site<br />

by a vehicle supplied by the contractor/subcontractor, if the job site is beyond normal walking<br />

distance. No motorcycles or bicycles are allowed on the project site.<br />

c) All company vehicles other than construction equipment (e.g. dump trucks, cranes, air<br />

compressors, etc.) are to be designated on contractor vehicle authorization forms. Company<br />

vehicles <strong>and</strong> equipment must be registered <strong>and</strong> display decals issued by Project Security. Note<br />

that no vehicle insurance is provided under the OCIP. Contractors/Subcontractors are required<br />

to provide their own vehicle insurance <strong>and</strong> provide the Broward County OCIP proof of that<br />

insurance.<br />

d) Job site vehicles such as golf carts, Kawasaki Mule buggies, John Deere Gators, or vehicles of<br />

such type must have roll over protection (ROPS) that has been designed by the manufacturer,<br />

an orange flag for visibility, a horn, back-up alarm <strong>and</strong> seat belt installed before the vehicle is<br />

allowed on site.<br />

February 4, 2010<br />

Rev. 001<br />

33


D. Security - General Project Rules <strong>and</strong> Regulations<br />

Exhibit 2<br />

Page 183 of 379<br />

1. Construction Site Security<br />

Broward County will provide security service for this project. This service in no way relieves the<br />

contractors/subcontractors from contractual duties, obligations <strong>and</strong> responsibilities to ensure that<br />

their trailers, vans, vehicles, equipment, tools, gang boxes, storage areas, etc., are properly secured<br />

at the end of each working day. Project Security will maintain project ID information on each<br />

employee.<br />

2. Vehicle Search<br />

All vehicles will be subject to search upon entering <strong>and</strong> exiting the construction site. Any<br />

unauthorized vehicle parked on the project site (other than in designated parking areas) may be<br />

physically removed at the expense of the vehicle owner.<br />

3. Visitors<br />

All visitors to the project must report to Project Security prior to entering the construction site.<br />

4. Loitering On Job Site<br />

Loitering on the job site before or after the assigned shift is prohibited. If<br />

contractor’s/subcontractor’s employees violate this rule they may be barred from the project site.<br />

5. Security Checks<br />

Regular <strong>and</strong> r<strong>and</strong>om security checks will be conducted. Contractors’ or subcontractors’ employees<br />

will be required to open all packages such as lunch kits, coolers, etc., upon request. Vehicles<br />

entering or leaving the project site will be subject to inspection.<br />

E. Contractor Security Responsibilities<br />

Contractors/Subcontractors, of any tier, are responsible for administration of the site security<br />

procedures, including:<br />

1. Providing vehicle insurance certificates <strong>and</strong> proofs of ownership<br />

2. Providing a list of supervisory personnel including addresses <strong>and</strong> off duty phone numbers<br />

3. Adequately identifying tools <strong>and</strong> equipment<br />

4. Securing all tools <strong>and</strong> equipment at the end of the shift to prevent v<strong>and</strong>alism, theft or unauthorized<br />

use<br />

F. Contractors’ Employee Responsibility<br />

Everyone on the project site will comply with the following:<br />

1. Operate vehicles in a safe manner while on site<br />

2. Display proper <strong>and</strong> acceptable identification while on site<br />

February 4, 2010<br />

Rev. 001<br />

34


3. Secure personal tools <strong>and</strong> equipment<br />

Exhibit 2<br />

Page 184 of 379<br />

4. Cooperate with Broward County OCIP personnel<br />

G. Enforcement<br />

The Broward County OCIP reserves the right to enforce all security <strong>and</strong> safety regulations. The<br />

Broward County OCIP neither implies nor assumes responsibility for damage, fire or theft of employees<br />

<strong>and</strong> contractors’/subcontractors’ tools, vehicles <strong>and</strong> materials. This could also include FAA, TSA, DHS,<br />

CBP, FBI <strong>and</strong> Local Law Enforcement.<br />

H. Project Rules <strong>and</strong> Regulations<br />

Good conduct is essential to the common good of all employees <strong>and</strong> the speedy progress of the job.<br />

Undesirable conduct including, but not limited to the following will not be tolerated:<br />

1. Unauthorized possession of any project property or material<br />

2. Possession of or use of intoxicants on premises, regardless of source<br />

3. Engaging in disorderly conduct<br />

4. Gambling, including sale of chances<br />

5. Fighting on project premises<br />

6. Unauthorized sleeping on the job during working hours<br />

7. Failure to wear or use required safety equipment<br />

8. Failure to observe safety, sanitary or medical rules <strong>and</strong> practices<br />

9. Illegal possession or use of narcotics or non-prescribed tranquilizers or pep pills on premises, or<br />

attempting to bring them on job site<br />

10. Possession or use of firearms, weapons, or explosives is expressly prohibited on the project<br />

premises<br />

11. Willful defacing or damaging of equipment, tools, material or other property of the project or<br />

contractors<br />

12. Distributing or posting literature, photographs or other printed matter, soliciting or attempting to<br />

solicit or collect funds without prior permission from Broward County Project management.<br />

13. Use of project telephones without prior permission<br />

14. Sale of food or beverages on project property<br />

15. Unauthorized entry into Broward County OCIP facility buildings <strong>and</strong> restricted areas<br />

16. Improper or unauthorized use of any of the Broward County OCIP facilities, including but not limited<br />

to rest rooms, vending machines, <strong>and</strong> lunchrooms<br />

February 4, 2010<br />

Rev. 001<br />

35


I. Delivery <strong>and</strong> Removal of Material<br />

Exhibit 2<br />

Page 185 of 379<br />

1. When a delivery is made, a st<strong>and</strong>ard bill of lading or invoice must be furnished to the guard at the<br />

on-site vehicle gate. This must include the following information:<br />

a) Company to whom the material, goods or equipment is being delivered<br />

b) Description of materials, goods or equipment<br />

c) Quantity of cargo (pieces, feet, tons, drums, etc.)<br />

d) Project or building destination of the material<br />

e) If leased equipment, serial number <strong>and</strong> means of identification<br />

2. No material, equipment, tools, fixtures, etc., shall be removed from the construction site without an<br />

authorized Property Loan/Disposal form.<br />

a) Upon leaving, Broward County Project Management has the right to check the description of the<br />

items listed on the form against the actual material itself. Broward County Project Management<br />

may also verify that the form is properly completed <strong>and</strong> bears the signature of the person<br />

authorized to sign.<br />

b) A copy of the Property Loan/Disposal form will be given to the guard at the gate who will perform<br />

the inventory. Any property, either personal, company, or scrap that is found <strong>and</strong> not included in<br />

this form will be held until the appropriate authorization form has been received.<br />

February 4, 2010<br />

Rev. 001<br />

36


APPENDIX<br />

Exhibit 2<br />

Page 186 of 379<br />

FIRST REPORT OF INJURY<br />

CONTRACTOR’S DRUG TESTING CERTIFICATION<br />

HAZARD ASSESSMENT FORM FOR PPE<br />

INCIDENT/ ACCIDENT REPORT<br />

JOB SAFETY ANALYSIS WORKSHEET (JSA)<br />

LOCK-OUT DOCUMENTATION<br />

ORIENTATION ACKNOWLEDGEMENT FORM<br />

SAFE PLAN OF ACTION (SPA)<br />

SAFETY OBSERVATION<br />

TOOL BOX SAFETY MEETING<br />

CONTRACTOR MONTHLY REPORT OF WORK<br />

A<br />

C<br />

D<br />

H<br />

L<br />

M<br />

N<br />

O<br />

P<br />

Q<br />

R<br />

February 4, 2010<br />

Rev. 001<br />

37


Exhibit 2<br />

Page 187 of 379<br />

FIRST REPORT OF INJURY OR ILLNESS RECEIVED BY CARRIER SENT TO DIVISION DIVISION REC'D DATE<br />

FLORIDA DEPARTMENT OF FINANCIAL SERVICES<br />

DIVISION OF WORKERS' COMPENSATION<br />

For assistance call 1-800-342-1741or contact your local EAO<br />

Office. Report all deaths within 24 hours 1-800-219-8953 or<br />

(850) 922-8953<br />

PLEASE PRINT OR TYPE<br />

EMPLOYEE INFORMATION<br />

Name (First, Middle, Last) Social Security Date of Accident Time of<br />

Home Address<br />

Employee's Description of Accident (Include Cause of injury)<br />

Street/Apt #:<br />

City:<br />

State:<br />

Zip:<br />

Telephone:<br />

OCCUPATION<br />

Cause of Injury:<br />

DATE OF BIRTH SEX INJURY/ILLNESS THAT OCCURED PART OF BODY AFFECTED<br />

Company<br />

D.B.A.:<br />

Contact:<br />

Street:<br />

City:<br />

State : FL Zip:<br />

EMPLOYER INFORMATION<br />

FEDERAL ID NUMBER (FEIN)<br />

NATURE OF BUSINESS<br />

DATE FIRST REPORTED<br />

POLICY/MEMBER NUMBER<br />

Telephone Number: DATE EMPLOYED PAID FOR DATE OF INJURY<br />

Employer's Location Address (if different)<br />

Street:<br />

City:<br />

State: FL Zip:<br />

Location # :<br />

LAST DATE EMPLOYEE WORKED<br />

RETURNED TO WORK<br />

WILL YOU CONTINUE TO PAY WAGES<br />

INSTEAD OF WORKERS’ COMP<br />

LAST DAY WAGES WILL BE PAID INSTEAD OF<br />

WORKERS’ COMP<br />

IF YES, GIVE DATE RATE OF PAY PER<br />

Hour<br />

Day<br />

Place of Accident (street, city, Zip) DATE OF DEATH (If applicable) Number of hours per day<br />

Street: AGREE WITH DESCRIPTION OF ACCIDENT Number of hours per week<br />

City:<br />

State: Zip:<br />

County of Accident:<br />

Any person who, knowingly <strong>and</strong> with intent to injure, defraud, or deceive any employer or<br />

employee, insurance company, or self-insured program, files a statement of claim containing<br />

any false or misleading information commits insurance fraud, punishable as provided in s.<br />

817.234. Section 440.105(7), F.S. I have reviewed, underst<strong>and</strong> <strong>and</strong> acknowledge the above<br />

statement.<br />

____________________________________ _______<br />

Employee Signature<br />

Date<br />

_______<br />

Employee Signature<br />

Date<br />

Number of days per week<br />

NAME, ADDRESS AND TELEPHONE OF<br />

OF PHYSICIAN OR HOSPITAL<br />

Physician:<br />

Hospital:<br />

AUTHORIZED BY EMPLOYER<br />

CLAIMS-HANDLING ENTITY INFORMATION<br />

1(a) Denied Case - DWC-12, Notice of Denial Attached 2. Medical Only which became Lost Time Case (Complete all required information in #3)<br />

1(b) Indemnity Only Denied Case - DWC-12, Notice of Denial Attached Employee’s 8TH Day of Disability _______ / ______ / _______<br />

Entity’s Knowledge of 8TH Day of Disability ______ / _______ / _______<br />

3. Lost Time Case - 1st day of disability ____ / ____ / ____ Full Salary in lieu of comp YES Full Salary End Date ______/ ______ / ______<br />

Date First Payment Mailed _________ / _________ / _________ AWW ____________________________ Comp Rate ____________________________<br />

T.T. T.T. - 80% T.P. I.B. P.T DEATH SETTLEMENT ONLY<br />

Penalty Amount Paid in 1st Payment $___________ Interest Amount Paid in 1st Payment $__________<br />

REMARKS:<br />

INSURER NAME<br />

INSURER Code EMPLOYEE'S RISK CLASS CODE EMPLOYER'S NAICS CODE<br />

Service Co/TPA Code # CLAIMS-HANDLING ENTITY FILE #<br />

Week<br />

Month<br />

Yes<br />

Broward County Risk Management<br />

115 S. Andrews Avenue, Suite 210<br />

Ft. Lauderdale FL 33301 (954) 357-7200<br />

Form DFS-F2-DWC-1 (08/2004)<br />

A


Exhibit 2<br />

Page 188 of 379<br />

FIRST REPORT OF INJURY OR ILLNESS RECEIVED BY CARRIER SENT TO DIVISION DIVISION REC'D DATE<br />

FLORIDA DEPARTMENT OF FINANCIAL SERVICES<br />

DIVISION OF WORKERS' COMPENSATION<br />

For assistance call 1-800-342-1741or contact your local EAO<br />

Office. Report all deaths within 24 hours 1-800-219-8953 or<br />

(850) 922-8953<br />

PLEASE PRINT OR TYPE<br />

EMPLOYEE INFORMATION<br />

Name (First, Middle, Last) Social Security Date of Accident Time of<br />

Home Address<br />

Employee's Description of Accident (Include Cause of injury)<br />

Street/Apt #:<br />

City:<br />

State:<br />

Zip:<br />

Telephone:<br />

OCCUPATION<br />

Cause of Injury:<br />

DATE OF BIRTH SEX INJURY/ILLNESS THAT OCCURED PART OF BODY AFFECTED<br />

Company<br />

D.B.A.:<br />

Contact:<br />

Street:<br />

City:<br />

State : FL Zip:<br />

EMPLOYER INFORMATION<br />

FEDERAL ID NUMBER (FEIN)<br />

NATURE OF BUSINESS<br />

DATE FIRST REPORTED<br />

POLICY/MEMBER NUMBER<br />

Telephone Number: DATE EMPLOYED PAID FOR DATE OF INJURY<br />

Employer's Location Address (if different)<br />

Street:<br />

City:<br />

State: FL Zip:<br />

Location # :<br />

LAST DATE EMPLOYEE WORKED<br />

RETURNED TO WORK<br />

WILL YOU CONTINUE TO PAY WAGES<br />

INSTEAD OF WORKERS’ COMP<br />

LAST DAY WAGES WILL BE PAID INSTEAD OF<br />

WORKERS’ COMP<br />

IF YES, GIVE DATE RATE OF PAY PER<br />

Hour<br />

Day<br />

Place of Accident (street, city, Zip) DATE OF DEATH (If applicable) Number of hours per day<br />

Street: AGREE WITH DESCRIPTION OF ACCIDENT Number of hours per week<br />

City:<br />

State: Zip:<br />

County of Accident:<br />

Any person who, knowingly <strong>and</strong> with intent to injure, defraud, or deceive any employer or<br />

employee, insurance company, or self-insured program, files a statement of claim containing<br />

any false or misleading information commits insurance fraud, punishable as provided in s.<br />

817.234. Section 440.105(7), F.S. I have reviewed, underst<strong>and</strong> <strong>and</strong> acknowledge the above<br />

statement.<br />

____________________________________ _______<br />

Employee Signature<br />

Date<br />

_______<br />

Employee Signature<br />

Date<br />

Number of days per week<br />

NAME, ADDRESS AND TELEPHONE OF<br />

OF PHYSICIAN OR HOSPITAL<br />

Physician:<br />

Hospital:<br />

AUTHORIZED BY EMPLOYER<br />

CLAIMS-HANDLING ENTITY INFORMATION<br />

1(a) Denied Case - DWC-12, Notice of Denial Attached 2. Medical Only which became Lost Time Case (Complete all required information in #3)<br />

1(b) Indemnity Only Denied Case - DWC-12, Notice of Denial Attached Employee’s 8TH Day of Disability _______ / ______ / _______<br />

Entity’s Knowledge of 8TH Day of Disability ______ / _______ / _______<br />

3. Lost Time Case - 1st day of disability ____ / ____ / ____ Full Salary in lieu of comp YES Full Salary End Date ______/ ______ / ______<br />

Date First Payment Mailed _________ / _________ / _________ AWW ____________________________ Comp Rate ____________________________<br />

T.T. T.T. - 80% T.P. I.B. P.T DEATH SETTLEMENT ONLY<br />

Penalty Amount Paid in 1st Payment $___________ Interest Amount Paid in 1st Payment $__________<br />

REMARKS:<br />

INSURER NAME<br />

INSURER Code EMPLOYEE'S RISK CLASS CODE EMPLOYER'S NAICS CODE<br />

Service Co/TPA Code # CLAIMS-HANDLING ENTITY FILE #<br />

Week<br />

Month<br />

Yes<br />

Broward County Risk Management<br />

115 S. Andrews Avenue, Suite 210<br />

Ft. Lauderdale FL 33301 (954) 357-7200<br />

Form DFS-F2-DWC-1 (08/2004)<br />

B


Exhibit 2<br />

Page 189 of 379<br />

CONTRACTOR’S DRUG TESTING CERTIFICATION<br />

I, _________________________(Principal Officer of Employing Company), as an authorized representative of<br />

_________________________________(Company Name), hereby certify that all employees reporting for work on the<br />

work sites have been tested for the presence of drugs or alcohol.<br />

_____________________________<br />

Company Name<br />

By<br />

_________________________<br />

STATE OF __________________<br />

Title _________________________<br />

<strong>COUNTY</strong> OF<br />

__________________<br />

Sworn to <strong>and</strong> subscribed before me this ___________ day of ______________, 20____<br />

by __________________________ who is personally known / or who produced identification<br />

___________________________ (type of identification produced).<br />

______________________________________________________<br />

Notary Public<br />

My commission expires: _____________<br />

No. ___________________________<br />

C


Exhibit 2<br />

Page 190 of 379<br />

HAZARD ASSESSMENT FORM FOR PPE<br />

Note: It is the responsibility of the contractor/subcontractor to assess the workplace to determine if hazards are<br />

present, or likely to be present, which necessitate the use of Personal Protective Equipment (PPE).<br />

PPE devices alone should not be relied on to provide protection against hazards, but should be used in conjunction<br />

with guards, engineering controls, <strong>and</strong> sound (work) practices.<br />

Instructions:<br />

Use this form to identify the proper Personal Protective Equipment required for the work location <strong>and</strong> task assigned.<br />

Keep this form on file at the job site.<br />

I. ASSESSMENT GUIDELINES<br />

1. Controlling hazards. PPE devices alone should not be relied on to provide protection against hazards, but<br />

should be used in conjunction with guards, engineering controls, <strong>and</strong> sound manufacturing practices.<br />

2. Assessment <strong>and</strong> selection. It is necessary to consider certain general guidelines for assessing the foot, head,<br />

eye <strong>and</strong> face, <strong>and</strong> h<strong>and</strong> hazard situations that exist in an occupational or educational operation or process,<br />

<strong>and</strong> to match the protective devices to the particular hazard. It should be the responsibility of the safety<br />

representative to exercise common sense <strong>and</strong> appropriate expertise to accomplish these tasks.<br />

3. Assessment guidelines. In order to assess the need for PPE the following steps should be taken:<br />

a. Survey. Conduct a walk-through survey of the areas in question. The purpose of the survey is to identify<br />

sources of hazards to workers <strong>and</strong> co-workers. Consideration should be given to the basic hazard<br />

categories:<br />

1. Impact<br />

2. Penetration<br />

3. Compression (roll-over)<br />

4. Chemical<br />

5. Heat<br />

6. Harmful dust<br />

7. Light (optical) radiation<br />

b. Sources. During the walk-through survey, the safety representative should observe:<br />

1. Sources of motion; i.e. machinery or processes where any movement of tools, machine elements or<br />

particles could exist, or movement of personnel that could result in collision with stationary objects<br />

2. Sources of high temperatures that could result in burns, eye injury or ignition of protective equipment,<br />

etc.<br />

3. Types of chemical exposures<br />

4. Sources of harmful dust<br />

5. Sources of light radiation, i.e., welding, cutting, brazing, furnaces, heat treating, high intensity lights,<br />

etc.<br />

6. Sources of falling objects or potential for dropping objects<br />

7. Sources of sharp objects which might pierce the feet or cut the h<strong>and</strong>s<br />

8. Sources of rolling or pinching objects that could crush the feet<br />

9. Layout of workplace <strong>and</strong> location of co-workers<br />

10. Any electrical hazards<br />

In addition, injury/accident data should be reviewed to help identify problem areas.<br />

c. Organize data. Following the walk-through survey, it is necessary to organize the data <strong>and</strong> information for<br />

use in the assessment of hazards. The objective is to prepare for an analysis of the hazards in the<br />

environment to enable proper selection of protective equipment.<br />

D


Exhibit 2<br />

Page 191 of 379<br />

d. Analyze data. Having gathered <strong>and</strong> organized data on a workplace, an estimate of the potential for<br />

injuries should be made. Each of the basic hazards (paragraph 3.a) should be reviewed <strong>and</strong> a<br />

determination made as to the type, level of risk, <strong>and</strong> seriousness of potential injury from each of the<br />

hazards found in the area. The possibility of exposure to several hazards simultaneously should be<br />

considered.<br />

4. Selection guidelines. After completion of the procedures in Section 3, the general procedure for selection of<br />

protective equipment is to:<br />

a) become familiar with the potential hazards <strong>and</strong> the types of protective equipment that are available, <strong>and</strong><br />

what they can do; i.e. splash protection, impact protection, etc.<br />

b) Compare the hazards associated with the environment; i.e., impact velocities, masses, projectile shape,<br />

radiation intensities, etc. with the capabilities of the available protective equipment<br />

c) Select the protective equipment which ensures a level of protection greater than the minimum required to<br />

protect employees from the hazards<br />

d) Fit the user with the protective device <strong>and</strong> give instructions on care <strong>and</strong> use of the PPE. It is very<br />

important that end users be made aware of all warning labels for <strong>and</strong> limitations of their PPE.<br />

5. Fitting the device. Careful consideration must be given to comfort <strong>and</strong> fit. PPE that fits poorly will not afford<br />

the necessary protection. Continued wearing of the device is more likely if it fits the wearer comfortably.<br />

Protective devices are generally available in a variety of sizes. Care should be taken to ensure that the right<br />

size is selected.<br />

6. Devices with adjustable features. Adjustments should be made on an individual basis for a comfortable fit that<br />

will maintain the protective device in the proper position. Particular care should be taken in fitting devices for<br />

eye protection against dust <strong>and</strong> chemical splashes to ensure that the devices are sealed to the face. In<br />

addition, proper fitting of helmets is important to ensure that it will not fall off during work operations. In some<br />

cases a chin strap may be necessary to keep the helmet on the employee’s head. (Chin straps should break at<br />

a reasonably low force, however, so as to prevent a strangulation hazard). Where manufacturer’s instructions<br />

are available, they should be followed carefully.<br />

7. Reassessment of hazards. It is the responsibility of the safety representative to reassess the workplace<br />

hazard situation as necessary, by identifying <strong>and</strong> evaluating new equipment <strong>and</strong> processes, reviewing<br />

accident records, <strong>and</strong> reevaluating the suitability of previously selected PPE.<br />

8. Selection chart guidelines for eye <strong>and</strong> face protection. Some occupations (not a complete list) for which eye<br />

protection should be routinely considered are: carpenters, electricians, machinists, mechanics <strong>and</strong> repairers,<br />

millwrights, plumbers <strong>and</strong> pipe fitters, sheet metal workers <strong>and</strong> tinsmiths, assemblers, s<strong>and</strong>ers, grinding<br />

machine operators, lathe <strong>and</strong> milling machine operators, sawyers, welders, laborers, chemical process<br />

operators <strong>and</strong> h<strong>and</strong>lers, <strong>and</strong> timber cutting <strong>and</strong> logging workers. (Refer to the chart in CFR 29 Section<br />

1926.102)<br />

E


Exhibit 2<br />

Page 192 of 379<br />

THE SURVEY Location:<br />

1. The job or situation is:<br />

2. List of apparent hazards as it relates to number one (1):<br />

a. Impact<br />

b. Penetration<br />

c. Compression<br />

d. Chemical<br />

e. Heat<br />

f. Harmful Dust<br />

g. Light (optical)<br />

Radiation<br />

h. Noise Levels<br />

i. Respiratory<br />

F


Exhibit 2<br />

Page 193 of 379<br />

4. PPE currently provided:<br />

5. Additional PPE required:<br />

6. PPE selections:<br />

7. Employee PPE training review:<br />

8. PPE maintenance requirements:<br />

Hazard Assessment Form completed by:<br />

Signature <strong>and</strong> Title<br />

Date<br />

G


Exhibit 2<br />

Page 194 of 379<br />

INCIDENT/ ACCIDENT INVESTIGATION FORM Report #<br />

Contractor Name:<br />

Contract Number:<br />

Employee:<br />

Job Title:<br />

Social Security #__ __ __ - __ __ - __ __ __ __<br />

Date of Injury:_______________________________________________ Time:__________________am pm<br />

Time & Date Reported _____________________________________________________am<br />

Location of Incident:<br />

to on site Medical:<br />

pm<br />

Employee Supervisor:<br />

Type of Injury:<br />

Body Part(s) Affected:<br />

Disposition:<br />

Employee Not Sent To Dr. Yes No Employee Refused Treatment<br />

Sent To:<br />

Yes No Project Safety Notified<br />

Emergency Room<br />

Personal Physician Yes No Project Security Notified<br />

Onsite First Aid Station<br />

Time: ________ Person Notified:_________________________________________________________<br />

Time: _____________ Person Notified:____________________________________________________<br />

Other_________________ Lost Time Projected Time Out:________________________________________________________<br />

______________________<br />

Lost Time - Restricted Duty Projected Time Out:________________________________________________________<br />

____________________<br />

Medical Recordable<br />

Name & Address of medical provider:____________________________________________________________________________________________________<br />

Attending Nurse:_____________________________________________________________________________________________________________________<br />

Describe In Detail What Employee Was Doing at the Time of Accident<br />

Witnesses:<br />

Circle Numbers Identifying Contributing Factors:<br />

1. Absent/Improper Guarding<br />

2. Defective Equipment<br />

3. Weather/Temperature<br />

4. Inappropriate Personal Protective Equipment<br />

5. Inadequate Housekeeping<br />

6. Slippery/Uneven Walking Surface<br />

7. Improper Storage or Placement of Materials<br />

8. Inadequate Ventilation<br />

9. Inadequate Lighting or Noise Control<br />

10. Improper Layout of Area<br />

11. Insect/Animals in Work Area<br />

12. No Unsafe Condition Identified<br />

13. Other:__________________________________________________<br />

Describe Contributing Factors:<br />

14. Operating Without Authority<br />

15. Improper Use of Equipment<br />

16. Inadequate Procedures<br />

17. Use of Defective Equipment/Tools<br />

18. PPE Not Used<br />

19. Inadequate Training<br />

20. Improper Position or Posture<br />

21. Horseplay<br />

22. Altercation<br />

23. No Unsafe Act Identified<br />

24. Other:__________________________________________________________<br />

25. Other:__________________________________________________________<br />

26. Other:________________________________________<br />

What actions are being taken to prevent recurrence (Use additional paper if necessary)<br />

Was SPA developed for task performed at time of accident Yes No (If yes, attach copy to this form.)<br />

Yes No did you speak with the employee regarding this incident<br />

Yes No Has employee returned to work<br />

Yes No Were statements taken Yes<br />

If not, Last Day Worked:___________ Terminated or laid off___________<br />

No Was employee aware of impending layoff/termination<br />

Investigation team members:<br />

Reviewed by:<br />

Supervisor<br />

Contractor Safety Representative/Date<br />

Project Safety Manager/Date<br />

Date of Investigation<br />

H


Exhibit 2<br />

Page 195 of 379<br />

WITNESS STATEMENT<br />

NAME:<br />

DATE:<br />

TIME:<br />

Project ID# SOCIAL SECURITY NO: - -<br />

TEMPORARY ADDRESS:<br />

PHONE:<br />

PERMANENT ADDRESS:<br />

PHONE:<br />

LOCATION AT TIME OF ACCIDENT:<br />

DESCRIBE, TO THE BEST OF YOUR KNOWLEDGE, HOW THE ACCIDENT HAPPENED:<br />

Signature<br />

I


Exhibit 2<br />

Page 196 of 379<br />

JOB SAFETY ANALYSIS WORKSHEET (JSA)<br />

Title of Job/Operation<br />

Date<br />

Analysis Performed By:<br />

Contractor or Subcontractor<br />

Reviewed By:<br />

Sequence of Basic<br />

Job Steps<br />

Potential Accidents or<br />

Hazards<br />

Recommended Safe Job<br />

Procedures<br />

Potential Hazards:<br />

1. Struck By (SB)<br />

2. Struck Against (SA))<br />

3. Contacted By (CB)<br />

4. Contact With (CW)<br />

5. Caught On (CO)<br />

6. Caught In (CI)<br />

7. Caught Between (CBT)<br />

8. Fall-Same Level (FS)<br />

9. Fall to Different Level (FDL)<br />

10. Overexertion (OE)<br />

11. Exposure (E)<br />

J


Exhibit 2<br />

Page 197 of 379<br />

Sequence of Basic Job<br />

Steps<br />

Potential Accidents or<br />

Hazards<br />

Recommended Safe Job<br />

Procedures<br />

1. Struck By (SB) 5. Caught On (CO) 9. Fall to Different Level (FDL)<br />

2. Struck Against (SA) 6. Caught In (CI) 10. Overexertion (OE)<br />

3. Contacted By (CB) 7. Caught Between (CBT) 11. Exposure (E)<br />

4. Contact with (CW) 8. Fall - Same Level (FS)<br />

K


Exhibit 2<br />

Page 198 of 379<br />

JOB SAFETY ANALYSIS (JSA)<br />

STEP 1<br />

Identify jobs posing the greatest accident risk.<br />

STEP 2<br />

Prioritize selected jobs into four (4) main areas:<br />

STEP 3<br />

1. Jobs with high accident frequency<br />

2. Jobs with lower frequency but higher severity<br />

3. Jobs with serious injury potential<br />

4. New jobs with no accident history<br />

Conduct job analysis:<br />

STEP 4<br />

STEP 5<br />

1. Use either the direct observation method or the discussion method.<br />

2. For best results observe <strong>and</strong> discuss job using an experienced employee in that<br />

job.<br />

You need an underst<strong>and</strong>ing of the types of accidents possible in your workplace <strong>and</strong> you<br />

must review the records of the past accidents.<br />

There are six (6) categories of accidents:<br />

1. Struck (by or against)<br />

2. Contact (abrasion, electric shock, etc.)<br />

3. Caught (in, on, <strong>between</strong>, under)<br />

4. Fall (from elevation or same level)<br />

5. Over exertion (stress or strain)<br />

6. Exposure (exposed to gases, fumes, mists, etc.)<br />

Develop recommended safe work procedures. Use complete JSA to conduct initial training<br />

of new employees, or to review safe procedures with existing employees. JSA are also<br />

useful for accident investigation as a resource.<br />

L


Exhibit 2<br />

Page 199 of 379<br />

LOCK-OUT DOCUMENTATION<br />

Contractor Number:<br />

Location:<br />

Contractor’s Authorized Employee:<br />

Date:<br />

Machine/Equipment Utilized:<br />

Employees/Contractors Included In Lock-out Procedure:<br />

Energy Source(s) Identified:<br />

Precautions Taken:<br />

Authorized Employee:<br />

Shift Change Lock-out Status:<br />

Signature<br />

Date:<br />

Adequate<br />

N I *<br />

Adequate<br />

N I *<br />

Adequate<br />

N I *<br />

Adequate<br />

N I *<br />

Adequate<br />

N I *<br />

Adequate<br />

N I *<br />

Correction Date Authorized Person<br />

Correction Date Authorized Person<br />

Correction Date Authorized Person<br />

Correction Date Authorized Person<br />

Correction Date Authorized Person<br />

Correction Date Authorized Person<br />

M


Exhibit 2<br />

Page 200 of 379<br />

* Needs Improvement-- Stop work, contact the controlling contractor for safety re-evaluation <strong>and</strong> corrective<br />

action.<br />

N


Exhibit 2<br />

Page 201 of 379<br />

ORIENTATION ACKNOWLEDGMENT FORM<br />

My signature below acknowledges my completion of the project safety orientation <strong>and</strong> review of<br />

XXXXXXXXXX Project <strong>and</strong> Security rules <strong>and</strong> regulations. I agree to adhere to these, as well as<br />

all other specific project rules <strong>and</strong> regulations.<br />

Check as covered:<br />

Clothing Requirements<br />

Eye Protection<br />

Head Protection<br />

Fall Protection<br />

Welding & Burn Permits<br />

Work Permits<br />

Fire Protection<br />

Scaffolds<br />

Drug, Alcohol <strong>and</strong> Weapons<br />

Security<br />

Employee’s Guide to Florida WC Managed Care Program<br />

Please print clearly.<br />

Last Name:<br />

Identification Card Data Sheet<br />

First Name:<br />

SSN: ____-___-______ Contractor:<br />

Subcontractor:<br />

Trade: ________________________<br />

Home Telephone Number: (____) ____-_________<br />

I have received <strong>and</strong> underst<strong>and</strong> the Employee’s Guide to Florida WC Managed Care Program.<br />

Signature<br />

Date<br />

A photo ID will be required at the time the project identification card is issued.<br />

Contractor Safety Representative Conducting Orientation<br />

_______________________________________________ ____________________________________<br />

(Signature)<br />

(Please print name)<br />

O


Exhibit 2<br />

Page 202 of 379<br />

SAFE PLAN OF ACTION (SPA) Date:<br />

1. Write the name of the work area <strong>and</strong> the job task in the blanks where indicated.<br />

2. Conduct a walk-through survey of the work area. Plan <strong>and</strong> review the job task with all of the employees involved.<br />

On the left side of the form, write down each hazard possible in conducting the task. Consider ways to<br />

control/eliminate the hazards beyond the use of PPE.<br />

3. On the right side of the form, put down what can be done to control/eliminate the hazard.<br />

4. Use PPE checklist on the back of this form to review required protective equipment.<br />

5. When completing the hazard assessment, include any hazards specific to location of work, whether created by<br />

work activity or previously existing.<br />

Work Area<br />

Job Task<br />

HAZARDS ASSESSMENT<br />

SAFE PLAN<br />

CREW/TEAM MEMBER SIGNATURES<br />

P


Exhibit 2<br />

Page 203 of 379<br />

SAFETY OBSERVATION<br />

To General Contractor:<br />

Date:<br />

Subcontractor (if applicable): Contract #:<br />

The contractor/subcontractor has been verbally notified that the following work conditions do not conform to safety<br />

requirements established for the project:<br />

Contractor Safety Representative Initial<br />

Resolved Yes/No (If not resolved formal SO issued) SO-<br />

Broward County is formally notifying the contractor/subcontractor that the following condition(s) are in non-compliance<br />

with the safety requirements established for the<br />

project:___________________________________________________________<br />

______________________________________________________________________________________________<br />

______________________________________________________________________________________________<br />

______________________________________________________________________________________________<br />

______________________________________<br />

Originator:<br />

Contractor’s Corrective Action:<br />

Date:<br />

Corrective Action Completed<br />

Corrective Action Verified:<br />

Contractor Safety Representative Signature/Date<br />

Originator Signature/Date<br />

<br />

<br />

Complete<br />

Not Complete<br />

2nd Notice Sent<br />

Complete Sign Off<br />

Date<br />

Originator Signature/Date<br />

Q


Exhibit 2<br />

Page 204 of 379<br />

TOOL BOX SAFETY MEETING<br />

This form is to be completed by supervisors for all safety meetings conducted.<br />

DATE:<br />

CONTRACTOR:<br />

SUBCONTRACTOR:<br />

CONDUCTED BY:<br />

SUBJECT(S)<br />

DISCUSSED:<br />

ATTENDEES<br />

PRINT NAME PROJECT SIGN NAME<br />

Use reverse side if necessary<br />

R


Exhibit 2<br />

Page 205 of 379<br />

CONTRACTOR MONTHLY REPORT OF WORK<br />

INJURY AND ILLNESS STATISTICS<br />

Month 20_<br />

Name of Contractor:<br />

Name of Subcontractor:<br />

Location: Date of Report / /<br />

Prepared by:<br />

(Name, Title <strong>and</strong> Company)<br />

<br />

<br />

Single Contractor Report<br />

Contractor’s composite report; list names of subcontractors in Remarks <strong>and</strong> attach a copy of each<br />

subcontractor’s single monthly report.<br />

Total for Month<br />

Cumulative Total YTD<br />

First Aid Cases<br />

* OSHA Recordable Cases<br />

* OSHA Lost Workday Cases<br />

* Lost Workdays<br />

Fatalities<br />

Total Work Hours<br />

Remarks:<br />

(Check if continued on back of form)<br />

Notes: If you are a subcontractor, please identify your General Contractor.<br />

* As defined by Federal OSHA<br />

S


Exhibit 2<br />

Page 206 of 379<br />

Exhibit 8<br />

Terminal 4 Gate Replacement – Western Expansion<br />

Project 3300<br />

DIVISION 1 SPECIFICATIONS<br />

Terminal 4 Gate Replacement<br />

& Western Expansion<br />

Fort Lauderdale - Hollywood International Airport<br />

Version: 081010.1


Exhibit 2<br />

Page 207 of 379<br />

DIVISION 1 - GENERAL REQUIREMENTS<br />

TABLE OF CONTENTS<br />

SECTION<br />

TITLE<br />

01010 Summary of Work<br />

01039 Coordination of Work<br />

01040 Project Coordination<br />

01045 Cutting <strong>and</strong> Patching<br />

01050 Field Engineering<br />

01095 Reference St<strong>and</strong>ards <strong>and</strong> Definitions<br />

01110 Airport Project Procedures<br />

01255 CPEAM Procedures<br />

01260 Contract Modification Procedures<br />

01315 Progress Schedules (Computerized CPM)<br />

01340 Shop Drawings, Product Data <strong>and</strong> Samples<br />

01390 Control of Work<br />

01400 Quality Control Services<br />

01500 Temporary Facilities<br />

01540 Construction Safety Plan <strong>and</strong> Requirements<br />

01545 Utilities<br />

01560 Prevention, Control <strong>and</strong> Abatement of Erosion <strong>and</strong> Water Pollution Control<br />

01561 Construction Cleaning<br />

01600 Material <strong>and</strong> Equipment<br />

01630 Substitutions <strong>and</strong> Product Options<br />

01650 Starting <strong>and</strong> Testing of Systems<br />

01740 Warranties (Pending)<br />

01770 Project Closeout (Pending)<br />

END OF SECTION<br />

Version: 081010.1


DIVISION 1 SPECIFICATIONS - SECTION 01010 – SUMMARY OF WORK<br />

Exhibit 2<br />

Page 208 of 379<br />

PART 1 – GENERAL<br />

1.01 RELATED DOCUMENTS<br />

A. Precedence<br />

1. In case of a conflict <strong>between</strong> these Division 1 Specifications <strong>and</strong> the CM-@-<br />

RISK CONTRACT (CMR), the CM-@-RISK CONTRACT (CMR) shall govern.<br />

B. Related Sections<br />

The DIVISION 01 Specifications, CM @ RISK CONTRACT, Technical Specifications, <strong>and</strong><br />

Supplemental Conditions (as applicable) are a reference for all individual Division 01 Sections.,<br />

1.02 DESCRIPTION<br />

A. Project / Work Identification:<br />

1. The general overall description of the Work of the Contract for the:<br />

Terminal 4 Gate Replacement is as shown on the drawings,<br />

specifications <strong>and</strong> Contract Documents.<br />

2. The CM@Risk services will be contracted in three phases:<br />

Phase l: Preconstruction Services <strong>and</strong> Early Investigative Work<br />

Phase ll: Continuation of Phase I services <strong>and</strong> work, as needed<br />

<strong>and</strong> Early Construction work.<br />

Phase lll: GMP Construction Services including but not limited to<br />

overseeing the complete building enclosure, interior finishes, furnishings,<br />

FF&E, special equipment <strong>and</strong> systems, mechanical, electrical <strong>and</strong><br />

plumbing systems for the build-out of the Project.<br />

3. Construction Project Management<br />

The County has a Construction Project Management (CPM) Firm that will<br />

administer this project.<br />

B. Contract Documents:<br />

C. Intent:<br />

Requirements of the Work are contained in the Contract Documents, <strong>and</strong><br />

included cross-references herein to published information, which is not<br />

necessarily bound therein.<br />

The intent of the Contract is to provide for construction <strong>and</strong> completion in an<br />

efficient manner, in every detail, of the Work described. It is further intended that<br />

the CONTRACTOR shall furnish all labor, materials, equipment, tools,<br />

transportation, <strong>and</strong> supplies required to complete the Work in an efficient manner<br />

in accordance with the Contract Documents.<br />

Section 01010 Summary of Work Page 3


DIVISION 1 SPECIFICATIONS - SECTION 01010 – SUMMARY OF WORK<br />

Exhibit 2<br />

Page 209 of 379<br />

D. Protection of Underground Facilities:<br />

The location of all underground facilities, including but not limited to gas, liquid<br />

petroleum, <strong>and</strong> FAA communications lines MUST be verified by the<br />

CONTRACTOR prior to starting any construction.<br />

1.03 LIMITS OF CONSTRUCTION AND CONTRACTOR USE OF PREMISES<br />

The work set forth in these contract documents includes the furnishing of all<br />

labor, materials, equipment, services <strong>and</strong> incidentals for construction.<br />

1.04 DESCRIPTION OF THE WORK<br />

The Work of the Project Terminal 4 Gate Replacement, repositioning/relocation<br />

of Certain Concourse H Gates, Western Expansion of Concourse H, a secure<br />

connector from Terminal 3 to the new Terminal 4, new office space for Broward<br />

County Aviation Department (BCAD) <strong>and</strong> related work at Fort Lauderdale -<br />

Hollywood International Airport as indicated in the Construction Drawings <strong>and</strong><br />

Specifications.<br />

1.05 PRODUCTS SUPPLIED BY OTHERS<br />

A. Items furnished by <strong>COUNTY</strong> for installation by <strong>COUNTY</strong>:<br />

The <strong>COUNTY</strong> may award various contracts for purchasing <strong>and</strong> installing<br />

specified materials. Material Lists from those purchase contracts are listed in the<br />

Contract Documents. The CONTRACTOR shall cooperate with the <strong>COUNTY</strong><br />

CONTRACTORS <strong>and</strong> provide access to the work areas as necessary.<br />

B. Items furnished by <strong>COUNTY</strong> for installation by CONTRACTOR:<br />

1.06 SCHEDULING<br />

The <strong>COUNTY</strong> may award various contracts for purchasing <strong>and</strong> installing<br />

specified materials. Material Lists from those purchase contracts are listed in the<br />

Contract Documents. The CONTRACTOR shall receive, inspect, unload<br />

specified materials from the transporter, transport to secure storage, <strong>and</strong> load<br />

<strong>and</strong> deliver the materials to the site for installation.<br />

The CONTRACTOR shall be responsible for the planning <strong>and</strong> scheduling, <strong>and</strong><br />

coordination of all Work performed under the Contract Documents, so that<br />

materials will arrive on schedule <strong>and</strong> installation will proceed without delay.<br />

Section 01010 Summary of Work Page 4


DIVISION 1 SPECIFICATIONS - SECTION 01010 – SUMMARY OF WORK<br />

Exhibit 2<br />

Page 210 of 379<br />

1.07 LIST OF RELATED WORK<br />

A. During performance of the Work under this Contract, the following other contracts<br />

may be under construction:<br />

1. Terminal 4 Gate Replacement – Phase 2 (Eastern Expansion)<br />

2. Demolition of East Side facilities<br />

3. Demolition of West Side facilities<br />

4. Aircraft Parking Apron – Western Expansion<br />

5. Hydrant Fueling – Western Expansion<br />

6. L<strong>and</strong>side Improvements<br />

7. BHS/EDS Equipment<br />

In addition to these projects, new contracts may come up in future during the<br />

duration of the project.<br />

1.08 COOPERATION BETWEEN CONTRACTORS<br />

A. One or more contracts may be required to construct the project. When separate<br />

contracts are awarded for different portions of the project, the contractor in each<br />

case shall be the person other than the <strong>COUNTY</strong> who signs each separate<br />

contract.<br />

B. The <strong>COUNTY</strong> reserves the right to contract for <strong>and</strong> perform other or additional<br />

construction on or near the Work covered by this Contract.<br />

C. When separate contracts are let within or near the limits of the Project, the<br />

CONTRACTOR shall conduct his Work so as not to interfere with or hinder the<br />

progress of completion of the construction performed by other Contractors.<br />

Contractors working on the same Project shall cooperate with each other as<br />

directed by the CPM.<br />

D. The CONTRACTOR shall assume all liability, financial or otherwise, in<br />

connection with his Contract <strong>and</strong> shall protect <strong>and</strong> save harmless the <strong>COUNTY</strong><br />

<strong>and</strong> the CPM from any <strong>and</strong> all damages or claims.<br />

E. The CONTRACTOR shall arrange his Work <strong>and</strong> shall place or dispose of the<br />

materials being used as not to interfere with the operations of the other<br />

contractors within or near the limits of the Project. The CONTRACTOR shall join<br />

his Work with that of the others in an acceptable manner <strong>and</strong> shall perform it in<br />

proper sequence to that of the others.<br />

Section 01010 Summary of Work Page 5


DIVISION 1 SPECIFICATIONS - SECTION 01010 – SUMMARY OF WORK<br />

Exhibit 2<br />

Page 211 of 379<br />

1.09 <strong>COUNTY</strong> OCCUPANCY<br />

A. The <strong>COUNTY</strong> will occupy the adjacent parking structures, terminals <strong>and</strong><br />

roadways during the entire period of construction.<br />

PART 2 – PRODUCTS<br />

PART 3 – EXECUTION<br />

(Not Used)<br />

(Not Used)<br />

END OF SECTION 01010 - SUMMARY OF WORK<br />

Section 01010 Summary of Work Page 6


DIVISION 1 SPECIFICATIONS - SECTION 01039 COORDINATION OF WORK<br />

Exhibit 2<br />

Page 212 of 379<br />

PART 1 - GENERAL<br />

1.01 COORDINATION OF WORK<br />

A. All areas of Project site will remain in operation during the course of construction.<br />

Coordination of access <strong>and</strong> scheduling of work in Customs <strong>and</strong> Border Protection<br />

(CBP), baggage, airside <strong>and</strong> passenger areas shall be identified <strong>and</strong> reviewed on<br />

a daily basis with CPM.<br />

B. Coordinate scheduling, submittals, <strong>and</strong> Work of the various Sections of<br />

specifications to assure efficient <strong>and</strong> orderly sequence <strong>and</strong> installation of<br />

interdependent construction elements.<br />

C. Verify that the utility requirement characteristics of operating equipment are<br />

compatible with building utilities. Coordinate work of various Sections having<br />

interdependent responsibilities for installing, connecting to, <strong>and</strong> placing in<br />

service, such equipment.<br />

D. Coordinate space requirements <strong>and</strong> installation of mechanical <strong>and</strong> electrical<br />

work, which are indicated diagrammatically on Drawings. Follow routing shown<br />

for pipes, ducts, <strong>and</strong> conduit, as closely as practicable; place runs parallel with<br />

line of building. Utilize spaces efficiently to maximize for other installations, for<br />

maintenance, <strong>and</strong> for repairs.<br />

E. In finished areas except as otherwise indicated, conceal pipes, ducts, <strong>and</strong> wiring<br />

within the construction. Coordinate locations of fixtures <strong>and</strong> outlets with finish<br />

elements.<br />

F. Coordinate completion <strong>and</strong> clean up of work of separate Sections in preparation<br />

for Substantial Completion.<br />

G. After <strong>COUNTY</strong> occupancy of premises, coordinate access to site for correction of<br />

defective work <strong>and</strong> work not in accordance with the Contract Documents, to<br />

minimize disruption of <strong>COUNTY</strong>’s activities.<br />

1.02 COORDINATION OF SPECIFICATIONS (Not Used)<br />

1.03 TIME FOR COMPLETION<br />

A. Time limits stated in the Contract Documents are the essence of the Contract.<br />

By executing the Agreement the CONTRACTOR confirms that the Time for<br />

Completion is a reasonable period for performing the work. The CONTRACTOR<br />

shall proceed expeditiously with adequate forces <strong>and</strong> shall achieve Substantial<br />

Completion within the time for completion.<br />

Section 01039 Coordination of Work Page 7


DIVISION 1 SPECIFICATIONS - SECTION 01039 COORDINATION OF WORK<br />

Exhibit 2<br />

Page 213 of 379<br />

B. The CONTRACTOR, having vast experience in the construction of improvements<br />

in South Florida, recognizes that unforeseen conditions occur <strong>and</strong> that as a<br />

normal course of construction there may be rain days, difficulties in obtaining<br />

materials <strong>and</strong> labor, requests for information from the CONTRACTOR to the<br />

CPM or CONSULTANT (Architect/Engineer), submittals, shortages <strong>and</strong><br />

inefficiencies in operations.<br />

1.04 DISCREPANCIES, INTERPRETATION AND OMISSIONS<br />

A. Any doors shown on the Drawings but not scheduled shall be assumed to be<br />

identical to the nearest door of similar size <strong>and</strong> type for purposes of bidding <strong>and</strong><br />

construction. Bring any apparent discrepancies to the attention of the<br />

PROGRAM MANAGER for interpretation prior to commencing with the Work.<br />

B. Any room, wall, floor, or ceiling finish not scheduled shall be assumed to be<br />

identical to the nearest room of similar use <strong>and</strong> type for purposes of bidding <strong>and</strong><br />

construction. Bring any apparent discrepancies to the attention of the PROGRAM<br />

MANAGER for interpretation prior to commencing with the Work.<br />

C. Should conflict occur <strong>between</strong> the Contract Documents, the CONTRACTOR is<br />

deemed to have based his bid upon the more expensive method of performing<br />

the Work unless he has requested <strong>and</strong> received a written decision from the<br />

PROGRAM MANAGER before submission of his bid.<br />

D. The term “artistic effect” as used herein refers to color, texture, profile, <strong>and</strong><br />

relation of masses. The CONSULTANT shall be the sole interpreter of the<br />

design intent with respect to such matters, but the CONSULTANT’s authority with<br />

respect thereto shall not circumvent any other rights of either the <strong>COUNTY</strong> or the<br />

CONTRACTOR ascribed to them by other provisions of the Contract.<br />

1.05 DEFINITIONS<br />

A. Products: Means new material, machinery, components, equipment, fixtures, <strong>and</strong><br />

systems forming the Work, but does not include machinery <strong>and</strong> equipment used<br />

for preparation, fabrication, conveying <strong>and</strong> erection of the work. Products may<br />

also include existing materials or components required for reuse.<br />

B. Furnish: To supply <strong>and</strong> deliver, unload, inspect for damage (same as supply).<br />

C. Install: To unpack, assemble, erect, apply, place, finish, cure, protect, clean, <strong>and</strong><br />

make ready for use.<br />

D. Provide: To furnish or supply, plus install.<br />

Section 01039 Coordination of Work Page 8


DIVISION 1 SPECIFICATIONS - SECTION 01039 COORDINATION OF WORK<br />

Exhibit 2<br />

Page 214 of 379<br />

E. Supply: To supply <strong>and</strong> deliver, unload, inspect for damage (same as furnish).<br />

PART 2 - PRODUCTS<br />

2.01 EQUIPMENT ELECTRICAL CHARACTERISTICS AND COMPONENTS<br />

A. Motors: Specific motor type is specified in individual specification sections.<br />

B. Wiring Terminations: Provide terminal lugs to match branch circuit conductor<br />

quantities, sizes, <strong>and</strong> materials indicated.<br />

C. Cord <strong>and</strong> Plug: Provide minimum six (6) foot cord <strong>and</strong> plug including grounding<br />

connector for connection to electric wiring system. Cord of longer length is<br />

specified in individual specification sections.<br />

PART 3 - EXECUTION<br />

(Not Used)<br />

END OF SECTION 01039 - COORDINATION OF WORK<br />

Section 01039 Coordination of Work Page 9


DIVISION 1 SPECIFICATIONS<br />

SECTION 01040 PROJECT COORDINATION<br />

Exhibit 2<br />

Page 215 of 379<br />

PART 1 - GENERAL<br />

1.01 DESCRIPTION<br />

A. Minimum administration <strong>and</strong> supervisory requirements necessary for<br />

coordination of Work on the Project include but are not necessarily limited to the<br />

following:<br />

1. Pre-Construction Conference<br />

2. Coordination <strong>and</strong> Progress Meetings<br />

3. Administration <strong>and</strong> Supervisory personnel<br />

4. Special Reports<br />

5. Communications<br />

6. Daily Reports<br />

7. Record Drawings (As-Builts)<br />

8. Pre-Installation<br />

1.02 PRECONSTRUCTION CONFERENCE<br />

A. Before beginning Early Construction or GMP Work at the Site, the<br />

CONTRACTOR shall attend a preconstruction conference <strong>and</strong> bring with him the<br />

Project Management Team employed for this Project. In the event a Team<br />

member is unable to attend the CONTRACTOR shall bring with him a Letter of<br />

Introduction in which he advises the full names <strong>and</strong> duties of the Team<br />

member(s) <strong>and</strong> states that they are assigned to the Project <strong>and</strong> will be in full<br />

responsible charge. This conference will be called by the CPM who will arrange<br />

for the CONSULTANT <strong>and</strong> other interested parties to be present. The<br />

CONTRACTOR shall also notify his major subcontractors <strong>and</strong> suppliers of this<br />

meeting if their attendance is required. At this time, all parties will discuss the<br />

Project under Contract <strong>and</strong> prepare a program of procedure in keeping with<br />

requirements of the Contract Documents. The CONTRACTOR’s Project<br />

Management Team will henceforth make every effort to expeditiously coordinate<br />

all phases of the Work, including the required reporting procedure, to obtain the<br />

end result within the full purpose <strong>and</strong> intent of the Contract Documents for this<br />

Project.<br />

1.03 COORDINATION AND PROGRESS MEETINGS<br />

A. The CPM will prepare a written memor<strong>and</strong>um on required coordination activities.<br />

Included will be such items as required notices, reports, <strong>and</strong> attendance at<br />

meetings. This memor<strong>and</strong>um will be distributed to each entity performing<br />

construction at the Project Site.<br />

Section 01040 Project Coordination Page 10


DIVISION 1 SPECIFICATIONS<br />

SECTION 01040 PROJECT COORDINATION<br />

Exhibit 2<br />

Page 216 of 379<br />

B. In addition to specific coordination <strong>and</strong> pre-installation meetings for each element<br />

of work, <strong>and</strong> other regular project meetings for other purposes, hold general<br />

progress meetings at least every week with time coordinated with preparation of<br />

payment request. Review present <strong>and</strong> future needs including interface<br />

requirements, time, sequences, deliveries, access, site utilization, temporary<br />

facilities <strong>and</strong> services, hours of work, hazards <strong>and</strong> risks, housekeeping, change<br />

orders <strong>and</strong> documentation of information for payment requests.<br />

C. Discuss whether each element of current Work is ahead of schedule, on time, or<br />

behind schedule in relation with updated progress schedule. Determine how<br />

behind-schedule Work will be expedited <strong>and</strong> secure commitments from parties<br />

involved. Discuss whether schedule revisions are required to ensure that current<br />

Work <strong>and</strong> subsequent Work will be completed within Contract Time.<br />

D. Review everything of significance, which could affect progress of work.<br />

E. The CPM records results of the meeting <strong>and</strong> distributes copies to everyone in<br />

attendance <strong>and</strong> to others affected by decisions or actions resulting from each<br />

meeting.<br />

1.04 PRE-INSTALLATION CONFERENCES<br />

Record significant discussions of each conference, <strong>and</strong> record agreements <strong>and</strong><br />

disagreements, along with final plan of action. Distribute record of meeting<br />

promptly to everyone concerned, including CPM <strong>and</strong> CONSULTANT.<br />

1.05 REPORTING AND SCHEDULES<br />

A. Within three (3) days after each meeting date, the CPM shall distribute a brief<br />

summary, in narrative form, of progress of Work since previous meeting <strong>and</strong><br />

report.<br />

B. Schedule Updating:<br />

1.06 SPECIAL REPORTS<br />

The CONTRACTOR shall update schedules weekly to include revisions resulting<br />

from information discussed at meetings held since the previous schedule update.<br />

The CONTRACTOR shall distribute a tabular, early start / total float report to the<br />

CPM.<br />

A. CONTRACTOR shall prepare a report that provides information on the value<br />

engineering <strong>and</strong> constructability review phase of the Pre-Construction work. The<br />

report will, among other things, identify: the Work items that value engineering<br />

Section 01040 Project Coordination Page 11


DIVISION 1 SPECIFICATIONS<br />

SECTION 01040 PROJECT COORDINATION<br />

Exhibit 2<br />

Page 217 of 379<br />

was applied against, the cost of the initial item, the cost of the selected item, the<br />

ability of the value item to perform with the same functionality <strong>and</strong> safety level as<br />

the initial item, the decision of incorporating the value item in the design <strong>and</strong><br />

notes; the Work items that received constructability review, aspects of the initial<br />

design, aspects of the final design, the cost or time savings of the proposed<br />

constructability review item, the decision of incorporating the constructability item<br />

in the final design, <strong>and</strong> notes; the Work items that received gap analysis shall be<br />

identified, <strong>and</strong> a solution to the gap noted. A draft copy of this report shall be<br />

submitted to the CPM within 30-calendar days after the 100% construction<br />

documents are completed, for approval. The CONTRACTOR shall update the<br />

draft report <strong>and</strong> submit the final report to the CPM within 60-calendar days after<br />

the 100% construction documents are complete.<br />

B. Reporting Unusual Events: When an event of an unusual <strong>and</strong> significant nature<br />

occurs at the site, CONTRACTOR shall prepare <strong>and</strong> submit a special report to<br />

the CPM. List chain of events, persons participating, response by the<br />

CONTRACTOR’s personnel, an evaluation of the results or effects <strong>and</strong> similar<br />

pertinent information. Advise the CPM <strong>and</strong> CONSULTANT as soon as possible<br />

when such events are known.<br />

PART 2 - PRODUCTS<br />

(Not Used)<br />

PART 3 - EXECUTION<br />

3.01 GENERAL COORDINATION PROVISIONS<br />

Inspection of Conditions: Inspect conditions under which work is to be performed. Do<br />

not proceed until unsatisfactory conditions have been corrected in an acceptable<br />

manner.<br />

END OF SECTION 01040 - PROJECT COORDINATION<br />

Section 01040 Project Coordination Page 12


DIVISION 1 SPECIFICATIONS<br />

SECTION 1045 CUTTING AND PATCHING<br />

Exhibit 2<br />

Page 218 of 379<br />

PART 1 - GENERAL<br />

1.01 Description<br />

A. Cutting <strong>and</strong> patching includes cutting into existing construction to provide for<br />

installation or performance of other Work, subsequent fitting, <strong>and</strong> patching<br />

required to restore surfaces to original condition.<br />

B. Proceed with cutting <strong>and</strong> patching at earliest feasible time <strong>and</strong> complete Work<br />

without delay except when work will impact traffic lanes, written approval by the<br />

CPM shall be obtained at least 72 hrs before impacting traffic lanes.<br />

C. Execute cutting, fitting, <strong>and</strong> patching, including attendant excavation <strong>and</strong> backfill,<br />

required to perform Work <strong>and</strong> to:<br />

1. Make several parts fit together properly.<br />

2. Uncover portions of Work to make provisions for installation of ill-timed<br />

Work.<br />

3. Remove <strong>and</strong> replace defective Work.<br />

4. Remove <strong>and</strong> replace Work not conforming to requirements of Contract<br />

Documents.<br />

5. Remove samples of installed Work as required for testing.<br />

6. Make routine penetrations of non-structural surfaces for installation of<br />

piping <strong>and</strong> electrical conduit.<br />

7. Uncover Work to allow for CPM’s observation of covered Work, which has<br />

been covered prior to required observation of CPM.<br />

D. Cutting <strong>and</strong> patching performed during manufacture of products, or during initial<br />

fabrication, erection or installation processes is not considered to be cutting <strong>and</strong><br />

patching. Drilling of holes to install fasteners <strong>and</strong> similar operations are also not<br />

considered to be cutting <strong>and</strong> patching.<br />

E. Refer to other sections of Specifications for specified cutting <strong>and</strong> patching<br />

requirement <strong>and</strong> limitations applicable to individual units of Work.<br />

F. Do not cut <strong>and</strong> patch the following categories of Work, without CPM’s written<br />

acceptance of procedures:<br />

1. Structural steel.<br />

2. Miscellaneous structural metals, including lintels, equipment supports,<br />

stair systems, <strong>and</strong> similar categories of Work.<br />

3. Structural concrete.<br />

Section 01045 Cutting <strong>and</strong> Patching Page 13


DIVISION 1 SPECIFICATIONS<br />

SECTION 1045 CUTTING AND PATCHING<br />

Exhibit 2<br />

Page 219 of 379<br />

4. Foundation construction.<br />

5. Bearing <strong>and</strong> retaining walls.<br />

6. Structural decking.<br />

7. Exterior wall construction.<br />

8. Piping, ductwork, vessels, <strong>and</strong> equipment.<br />

9. Water, moisture, vapor, air, <strong>and</strong> smoke barriers, membranes, <strong>and</strong><br />

flashing.<br />

10. Noise <strong>and</strong> vibration control elements <strong>and</strong> systems.<br />

11. Control, communication, conveying, <strong>and</strong> electrical wiring systems.<br />

12. Primary operational systems <strong>and</strong> equipment.<br />

G. For new Work, retain original installer or fabricator, or another recognized<br />

experienced <strong>and</strong> specialized firm to perform cutting <strong>and</strong> patching.<br />

1.02 SUBMITTALS<br />

A. Procedural Proposal for Cutting <strong>and</strong> Patching:<br />

1. Where prior acceptance of cutting <strong>and</strong> patching is required, submit<br />

proposed procedures for Work well in advance of time Work will be<br />

performed.<br />

2. Including the following information, as applicable, in submittal:<br />

a. Describe nature of Work <strong>and</strong> how it is to be performed, indicating<br />

why cutting <strong>and</strong> patching cannot be avoided.<br />

b. Describe anticipated results of Work in terms of change to existing<br />

Work, including structural operational <strong>and</strong> visual changes as well<br />

as significant elements.<br />

c. List products to be used <strong>and</strong> firms that will perform Work.<br />

d. Dates when Work is expected to be performed.<br />

e. List utilities that will be disturbed or otherwise be affected by<br />

Work, including utilities that will be relocated <strong>and</strong> utilities that will<br />

be out-of-service temporarily.<br />

f. Indicate how long utility service will be disrupted.<br />

B. Review of procedural proposal by CPM does not waive CPM’s’s right to later<br />

require complete removal <strong>and</strong> replacement of Work found to be cut <strong>and</strong> patched<br />

in unsatisfactory manner.<br />

Section 01045 Cutting <strong>and</strong> Patching Page 14


DIVISION 1 SPECIFICATIONS<br />

SECTION 1045 CUTTING AND PATCHING<br />

Exhibit 2<br />

Page 220 of 379<br />

PART 2 - PRODUCTS<br />

2.01 MATERIALS<br />

A. Use materials for cutting <strong>and</strong> patching that are identical to existing materials. If<br />

identical materials are not available, or cannot be used, use materials that match<br />

existing adjacent surfaces to fullest extent possible with regard to visual effect.<br />

B. Use materials for cutting <strong>and</strong> patching that will result in equal-or-better<br />

performance characteristics.<br />

C. Comply with specifications <strong>and</strong> st<strong>and</strong>ards for each specific product involved.<br />

PART 3 - EXECUTION<br />

3.01 EXAMINATION<br />

A. Before cutting, examine surfaces <strong>and</strong> conditions under which Work is to be<br />

performed. If unsafe or otherwise unsatisfactory conditions are encountered,<br />

take corrective action before proceeding with Work.<br />

B. Before start of cutting Work, meet at Work Site with all parties involved in cutting<br />

<strong>and</strong> patching, including mechanical <strong>and</strong> electrical trades. Review areas of<br />

potential interference <strong>and</strong> conflict <strong>between</strong> various trades. Coordinate layout of<br />

Work <strong>and</strong> resolve potential conflict before proceeding with Work.<br />

3.02 PREPARATION<br />

A. Provide adequate temporary support as necessary to assure structural value or<br />

integrity of affected portion of Work.<br />

B. Protect other Work during cutting <strong>and</strong> patching to prevent damage. Provide<br />

protection from adverse weather conditions for that part of project that may be<br />

exposed during or after cutting <strong>and</strong> patching operations.<br />

C. Avoid interference with use of adjoining areas or interruption of free passage to<br />

adjoining areas.<br />

D. Take precautions not to cut existing pipe, conduit, or duct serving building but<br />

schedule to be relocated until provisions have been made to bypass them.<br />

Section 01045 Cutting <strong>and</strong> Patching Page 15


DIVISION 1 SPECIFICATIONS<br />

SECTION 1045 CUTTING AND PATCHING<br />

Exhibit 2<br />

Page 221 of 379<br />

3.03 CUTTING<br />

A. Cut Work using methods that is least likely to damage work to be retained or<br />

adjoining Work.<br />

B. Use small power tools designed for sawing or grinding, not hammering <strong>and</strong><br />

chopping. Cut through concrete <strong>and</strong> masonry using cutting machine such as<br />

carborundum saw or core drill to ensure a neat hole. Cut holes <strong>and</strong> slots neatly<br />

to size required with minimum disturbance of adjacent Work. To avoid marring<br />

existing finished surfaces, cut or drill from exposed or finished side into<br />

concealed surfaces. Temporarily cover openings when not in use.<br />

C. Bypass utility services such as pipe <strong>and</strong> conduit, before cutting, where such utility<br />

services are shown or required to be removed, relocated, or ab<strong>and</strong>oned. Cut-off<br />

conduit <strong>and</strong> pipe in walls or partitions to be removed. After bypass <strong>and</strong> cutting,<br />

cap, valve, or plug <strong>and</strong> seal tight remaining portion of pipe <strong>and</strong> conduit to prevent<br />

entrance of moisture or other foreign matter.<br />

D. Do not cut <strong>and</strong> patch operational elements or safety related components in a<br />

manner that would result in reduction of capacity to perform in manner intended,<br />

including energy performance or that would result in increased maintenance,<br />

decreased operational life or decreased safety.<br />

E. Do not cut <strong>and</strong> patch Work in a manner that would result in substantial visual<br />

evidence of cut <strong>and</strong> patch Work. Remove <strong>and</strong> replace Work judged by the CPM<br />

to be cut <strong>and</strong> patched in a visually unsatisfactory manner.<br />

3.04 PATCHING<br />

A. Patch with seams, which are durable <strong>and</strong> as invisible as possible. Comply with<br />

specified tolerances for Work.<br />

B. Where feasible, inspect <strong>and</strong> test patched areas to demonstrate integrity of Work.<br />

C. Restore exposed finishes of patched areas <strong>and</strong> where necessary extend finished<br />

restoration into retained adjoining Work in a manner which will eliminate<br />

evidence of patching <strong>and</strong> refinishing.<br />

D. Install new products to complete Work in accordance with requirements of<br />

Contract Documents.<br />

3.05 ADJUSTING<br />

A. Restore damaged pipe covering to original conditions.<br />

Section 01045 Cutting <strong>and</strong> Patching Page 16


DIVISION 1 SPECIFICATIONS<br />

SECTION 1045 CUTTING AND PATCHING<br />

Exhibit 2<br />

Page 222 of 379<br />

B. Remove <strong>and</strong> replace Work cut <strong>and</strong> patched in visually unsatisfactory manner.<br />

3.06 CLEANING<br />

Thoroughly clean areas <strong>and</strong> spaces where Work, is performed or used as access<br />

to Work. Remove paint, mortar, oils, putting, <strong>and</strong> items of similar nature.<br />

Thoroughly clean piping, conduit, <strong>and</strong> similar features before painting or other<br />

finished is applied.<br />

END OF SECTION 01045 - CUTTING AND PATCHING<br />

Section 01045 Cutting <strong>and</strong> Patching Page 17


DIVISION 1 SPECIFICATIONS<br />

SECTION 01050 FIELD ENGINEERING<br />

Exhibit 2<br />

Page 223 of 379<br />

PART 1 - GENERAL<br />

1.01 REQUIREMENTS INCLUDED<br />

A. Data furnished by the <strong>COUNTY</strong>, the CPM or the CONSULTANT will locate <strong>and</strong><br />

reference survey base lines <strong>and</strong> will establish benchmarks at appropriate<br />

intervals along the base line to facilitate the proper layout of the Work by the<br />

CONTRACTOR. The CONTRACTOR shall preserve all reference points <strong>and</strong><br />

benchmarks furnished by the <strong>COUNTY</strong>, the CPM or the CONSULTANT.<br />

B. The CONTRACTOR shall furnish all lines, grades, <strong>and</strong> measurements necessary<br />

to the proper prosecution <strong>and</strong> control of the Work under these Contract<br />

Documents. The Work shall include performing all calculations required <strong>and</strong><br />

setting all control needed, such as offsets, reference points, <strong>and</strong> other reference<br />

marks or points necessary to provide lines <strong>and</strong> grades for construction. The data<br />

furnished by the <strong>COUNTY</strong>, CPM or the CONSULTANT will establish horizontal<br />

<strong>and</strong> vertical control points only. The CONTRACTOR is thereafter responsible to<br />

maintain these control points for use by subsequent contractors.<br />

C. Horizontal <strong>and</strong> Vertical Control: The CONTRACTOR shall also establish<br />

horizontal <strong>and</strong> vertical controls for carrying out utility relocation or construction<br />

Work when such Work is included in the Contract.<br />

D. The CONTRACTOR shall establish the building grades, lines, levels, column,<br />

wall <strong>and</strong> partition lines required.<br />

E. The CONTRACTOR shall calculate <strong>and</strong> measure required dimensions indicated<br />

within recognized tolerances <strong>and</strong> should not scale drawings to determine<br />

dimensions.<br />

F. The CONTRACTOR shall advise subcontractors performing Work of marked<br />

lines <strong>and</strong> levels provided for use in layout of Work.<br />

1.02 SURVEY<br />

A. Surveyor: Engage L<strong>and</strong> Surveyor or Professional Engineer experienced <strong>and</strong><br />

specializing in l<strong>and</strong> survey Work, who is registered by the State of Florida to<br />

perform specified service.<br />

B. The CONTRACTOR shall retain a competent Registered Professional Engineer<br />

or Registered L<strong>and</strong> Surveyor, who shall establish the exterior lines <strong>and</strong> required<br />

elevations of all buildings <strong>and</strong> structures to be erected on the site <strong>and</strong> shall<br />

establish sufficient lines <strong>and</strong> grades for the construction of associated Work such<br />

as, but not limited to, roads, utilities <strong>and</strong> site grading. The Engineer or L<strong>and</strong><br />

Section 01050 Field Engineering Page 18


DIVISION 1 SPECIFICATIONS<br />

SECTION 01050 FIELD ENGINEERING<br />

Exhibit 2<br />

Page 224 of 379<br />

Surveyor shall certify as to the actual location of the constructed facilities in<br />

relation to property lines, building lines, easements, <strong>and</strong> other restrictive<br />

boundaries.<br />

C. Procedure: The CONTRACTOR shall:<br />

1. Verify layout information indicated in relation to property survey <strong>and</strong><br />

existing benchmarks, before proceeding with layout of actual Work.<br />

2. As Work proceeds, check major element for line, levels, <strong>and</strong> plumb.<br />

3. Maintain accurate surveyor’s log or record book of such checks, available<br />

for CPM’s <strong>and</strong> CONSULTANT’s reference at reasonable times.<br />

4. Record deviations from required lines <strong>and</strong> levels.<br />

5. Advise CPM promptly upon detection of deviations exceeding indicated or<br />

recognized tolerances.<br />

6. Record deviations, which are accepted on Project Record Drawings.<br />

1.03 RECORDS: The CONTRACTOR shall:<br />

A. Maintain complete, accurate log of control <strong>and</strong> survey Work as it progresses.<br />

B. On completion of foundation walls <strong>and</strong> major site improvements, prepare certified<br />

survey showing dimensions, locations, angles, <strong>and</strong> elevations of construction.<br />

C. Final Property Surveys: The CONTRACTOR shall:<br />

1. Immediately before time of Substantial Completion, prepare final property<br />

survey showing significant features resulting from construction of project.<br />

2. Include on survey certification, signed by surveyor, to the effect that<br />

principal lines <strong>and</strong> levels of project are accurately positioned as shown on<br />

survey.<br />

D. Survey Copies: Furnish two (2) copies of survey data, except furnish ten (10)<br />

copies of final property survey. Surveys shall also be provided in CAD <strong>and</strong> PDF<br />

Format on a CD.<br />

E. Records of Actual Work: Furnish four (4) copies, one of which will be returned for<br />

inclusion in Project Record Documents as specified in Contract Closeout Section<br />

01700. Records of Actual Work shall also be provided in ACAD <strong>and</strong> PDF format<br />

on a CD when required by the CPM.<br />

1.04 UNDERGROUND OBSTRUCTIONS<br />

A. Pipe lines, existing underground installation, <strong>and</strong> underground structures in<br />

vicinity of Work are shown on Drawings according to best information available.<br />

Section 01050 Field Engineering Page 19


DIVISION 1 SPECIFICATIONS<br />

SECTION 01050 FIELD ENGINEERING<br />

Exhibit 2<br />

Page 225 of 379<br />

B. The CONTRACTOR shall verify location of underground pipelines, conduits, <strong>and</strong><br />

structures by h<strong>and</strong> probing in advance of excavation.<br />

C. The CONTRACTOR shall request written permission from the CPM five (5)<br />

business days before initiating new construction or demolitions over existing<br />

utilities including irrigation.<br />

D. The CONTRACTOR shall repair cuts to existing utilities made during construction<br />

process as part of Project Work to the satisfaction of the CPM without an<br />

increase to the GMP.<br />

PART 2 - PRODUCTS<br />

(Not Used)<br />

PART 3 - EXECUTION<br />

3.01 EXAMINATION<br />

A. General: Verify layout information shown on the Drawings, in relation to the<br />

property survey <strong>and</strong> existing benchmarks, before proceeding to lay out the Work.<br />

Locate <strong>and</strong> protect existing benchmarks <strong>and</strong> control points. Preserve permanent<br />

reference points during construction.<br />

1. Do not change or relocate benchmarks or control points without prior<br />

written approval. Promptly report lost or destroyed reference points or<br />

requirements to relocate reference points because of necessary changes<br />

in grade or locations.<br />

2. Promptly replace lost or destroyed Project control points. Base<br />

requirements on the original survey control points.<br />

B. Establish <strong>and</strong> maintain a minimum of 2 permanent benchmarks on the site,<br />

referenced to data established by survey control points.<br />

1. Record benchmarks locations, with horizontal <strong>and</strong> vertical data, on Asbuilt<br />

drawings. Datum for horizontal <strong>and</strong> vertical controls shall be as<br />

established in the Project Contract Documents.<br />

C. Existing Utilities <strong>and</strong> Equipment: The existence <strong>and</strong> location of underground <strong>and</strong><br />

other utilities <strong>and</strong> construction indicated as existing are not guaranteed. Before<br />

beginning site work, investigate <strong>and</strong> verify the existence <strong>and</strong> location of<br />

underground utilities <strong>and</strong> other construction.<br />

1. CONTRACTOR procedures to be followed as defined in THE CM-AT<br />

RISK CONTRACT (CMR).<br />

Section 01050 Field Engineering Page 20


DIVISION 1 SPECIFICATIONS<br />

SECTION 01050 FIELD ENGINEERING<br />

Exhibit 2<br />

Page 226 of 379<br />

3.02 PERFORMANCE<br />

A. Surveyor’s Log: Maintain a surveyor’s log of control <strong>and</strong> other survey work.<br />

Make this log available for reference.<br />

B. Existing Utilities: Furnish information necessary to adjust, move, or relocate<br />

existing structures utility poles, lines, services, or other appurtenances located in<br />

or affected by demolition operations. Coordinate with local authorities having<br />

jurisdiction.<br />

C. Final Property Survey: Prepare a final property survey for the Project. Include<br />

on the survey certification, signed by the surveyor, that principal metes, bounds,<br />

lines, <strong>and</strong> level of the Project are accurately positioned as shown on the<br />

drawings in hard copy along with ACAD <strong>and</strong> PDF format on a CD.<br />

END OF SECTION 01050 - FIELD ENGINEERING<br />

Section 01050 Field Engineering Page 21


DIVISION 1 SPECIFICATIONS<br />

SECTION 01095 REFERENCE STANDARDS AND DEFINITIONS<br />

Exhibit 2<br />

Page 227 of 379<br />

PART 1 - GENERAL<br />

1.01 DEFINITIONS<br />

A. General: Basic contract definitions are included in the Conditions of the<br />

Contract.<br />

B. "Indicated": The term "indicated" refers to graphic representations, notes, or<br />

schedules on the Drawings; or to other paragraphs or schedules in the<br />

Specifications <strong>and</strong> similar requirements in the Contract Documents. Terms such<br />

as "shown," "noted," "scheduled," <strong>and</strong> "specified" are used to help the user locate<br />

the reference. Location is not limited<br />

C. "Directed": Terms such as "directed," "requested," "authorized," "selected,"<br />

"approved," "required," <strong>and</strong> "permitted" mean directed by the CPM or<br />

CONSULTANT, requested by the CPM or CONSULTANT, <strong>and</strong> similar phrases.<br />

D. "Approved": The term "approved," when used in conjunction with the CPM’s or<br />

CONSULTANT’s action on the CONTRACTOR's submittals, applications, <strong>and</strong><br />

requests, is limited to the CPM’s or CONSULTANT’s duties <strong>and</strong> responsibilities<br />

as stated in the Conditions of the Contract.<br />

E. "Regulations": The term "regulations" includes laws, ordinances, statutes, <strong>and</strong><br />

lawful orders issued by authorities having jurisdiction, as well as rules,<br />

conventions, <strong>and</strong> agreements within the construction industry that control<br />

performance of the Work.<br />

F. “Furnish”: The term “furnish” by CONTRACTOR means to supply <strong>and</strong> deliver to<br />

the Project storage site, <strong>and</strong> unload, unpack, assemble, <strong>and</strong> perform similar<br />

operations.<br />

G. “Install”: The term “install” describes operations at the Project site including the<br />

actual unloading, temporary storage, unpacking assembling, erecting, placing,<br />

anchoring, applying, working to dimension, finishing, curing, protecting, cleaning,<br />

<strong>and</strong> similar operations.<br />

H. “Provide”: The term “provide” means to furnish <strong>and</strong> install, complete <strong>and</strong> ready<br />

for the intended use.<br />

I. "Installer": An installer is the CONTRACTOR or another entity engaged by the<br />

CONTRACTOR, either as an employee, subcontractor, or contractor of lower tier,<br />

who performs a particular construction activity including installation, erection,<br />

application, or similar operations. Installers are required to be experienced in the<br />

operations they are engaged to perform.<br />

1. Experienced: The term "experienced," when used with the term "installer,"<br />

means having successfully completed a minimum of 5 previous projects<br />

similar in size <strong>and</strong> scope to this Project; being familiar with the special<br />

requirements indicated; <strong>and</strong> having complied with requirements of<br />

authorities having jurisdiction.<br />

Section 01095 Reference St<strong>and</strong>ards <strong>and</strong> Definitions Page 22


DIVISION 1 SPECIFICATIONS<br />

SECTION 01095 REFERENCE STANDARDS AND DEFINITIONS<br />

Exhibit 2<br />

Page 228 of 379<br />

2. Trades: Using terms such as "carpentry" does not imply that certain<br />

construction activities must be performed by accredited or unionized<br />

individuals of a corresponding generic name, such as "carpenter." It also<br />

does not imply that requirements specified apply exclusively to<br />

tradespeople of the corresponding generic name.<br />

3. Assigning Specialists: Certain Sections of the Specifications require that<br />

specific construction activities shall be performed by specialists who are<br />

recognized experts in those operations. The specialists must be engaged<br />

for those activities, <strong>and</strong> their assignments are requirements over which<br />

the CONTRACTOR has no option. However, the ultimate responsibility<br />

for fulfilling contract requirements remains with the CONTRACTOR.<br />

a. This requirement shall not be interpreted to conflict with enforcing<br />

building codes <strong>and</strong> similar regulations governing the Work. It is<br />

also not intended to interfere with local trade-union jurisdictional<br />

settlements <strong>and</strong> similar conventions.<br />

J. "Project site" is the space available to the CONTRACTOR for performing<br />

construction activities, either exclusively or in conjunction with others performing<br />

work as part of the Project. The extent of the Project site is shown on the<br />

Drawings <strong>and</strong> may or may not be identical with the description of the l<strong>and</strong> on<br />

which the Project is to be built.<br />

K. "Testing Agencies": A testing agency is a entity engaged by the CONTRACTOR,<br />

CONSULTANT, or <strong>COUNTY</strong> to perform specific inspections or tests, either at the<br />

Project site or elsewhere, <strong>and</strong> to report on <strong>and</strong>, if required, to interpret results of<br />

those inspections or tests.<br />

1.02 SPECIFICATION FORMAT AND CONTENT EXPLANATION<br />

A. Specification Format: These Specifications are organized into Divisions <strong>and</strong><br />

Sections based on the Construction Specifications Institute's 18-division format<br />

<strong>and</strong> "MasterFormat" numbering system.<br />

B. Specification Content: These specifications use certain conventions for the style<br />

of language <strong>and</strong> the intended meaning of certain terms, words, <strong>and</strong> phrases<br />

when used in particular situations. These conventions are as follows:<br />

1. Abbreviated Language: Language used in the Specifications <strong>and</strong> other<br />

Contract Documents is abbreviated. Words <strong>and</strong> meanings shall be<br />

interpreted as appropriate. Words implied, but not stated, shall be<br />

interpolated as the sense requires. Singular words shall be interpreted as<br />

plural <strong>and</strong> plural words interpreted as singular where applicable as the<br />

context of the Contract Documents indicates.<br />

2. Imperative mood <strong>and</strong> streamlined language are generally used in the<br />

Specifications. Requirements expressed in the imperative mood are to<br />

be performed by the CONTRACTOR. At certain locations in the Text,<br />

subjective language is used for clarity to describe responsibilities that<br />

Section 01095 Reference St<strong>and</strong>ards <strong>and</strong> Definitions Page 23


DIVISION 1 SPECIFICATIONS<br />

SECTION 01095 REFERENCE STANDARDS AND DEFINITIONS<br />

Exhibit 2<br />

Page 229 of 379<br />

1.03 INDUSTRY STANDARDS<br />

must be fulfilled indirectly by the CONTRACTOR or by others when so<br />

noted.<br />

A. Applicability of St<strong>and</strong>ards. Unless the Contract Documents include more<br />

stringent requirements, applicable construction industry st<strong>and</strong>ards shall have the<br />

same force <strong>and</strong> effect as if bound or copied directly into the Contract Documents<br />

to the extent referenced. Such st<strong>and</strong>ards are made a part of the Contract<br />

Documents by reference.<br />

B. Publication Dates. CONTRACTOR shall comply with the st<strong>and</strong>ards in effect as<br />

of the date of the Contract Documents.<br />

C. Conflicting Requirements. Where compliance with 2 or more st<strong>and</strong>ards is<br />

specified <strong>and</strong> the st<strong>and</strong>ards establish different or conflicting requirements for<br />

minimum quantities or quality levels, CONTRACTOR shall comply with the most<br />

stringent requirement, <strong>and</strong> shall refer uncertainties <strong>and</strong> requirements that are<br />

different but apparently equal to the CPM for a decision before proceeding.<br />

1. Minimum Quantity or Quality Levels. The quantity or quality level shown<br />

or specified shall be the minimum provided or performed. The actual<br />

installation may comply exactly with the minimum quantity or quality<br />

specified, or it may exceed the minimum within reasonable limits. To<br />

comply with these requirements, indicated numeric values are minimum<br />

or maximum, as appropriate, for the context of the requirements.<br />

CONTRACTOR shall refer uncertainties to the CPM for a decision before<br />

proceeding.<br />

D. Copies of St<strong>and</strong>ards. Each entity engaged in construction on the Project shall be<br />

familiar with industry st<strong>and</strong>ards applicable to its construction activity. Copies of<br />

applicable st<strong>and</strong>ards are not bound with the Contract Documents.<br />

1. Where copies of st<strong>and</strong>ards are needed to perform a required construction<br />

activity, the CONTRACTOR shall obtain copies directly from the<br />

publication source <strong>and</strong> make them available on request.<br />

E. Abbreviations <strong>and</strong> Names. Trade association names <strong>and</strong> titles of general<br />

st<strong>and</strong>ards are frequently abbreviated. Where abbreviations <strong>and</strong> acronyms are<br />

used in the Specifications or other Contract Documents, they shall mean the<br />

recognized name of the trade association, st<strong>and</strong>ards-generating organization,<br />

authorities having jurisdiction, or other entity applicable to the context of the text<br />

provision.<br />

Section 01095 Reference St<strong>and</strong>ards <strong>and</strong> Definitions Page 24


DIVISION 1 SPECIFICATIONS<br />

SECTION 01095 REFERENCE STANDARDS AND DEFINITIONS<br />

Exhibit 2<br />

Page 230 of 379<br />

1.04 SUBMITTALS<br />

A. Permits, Licenses, <strong>and</strong> Certificates. For the <strong>COUNTY</strong>'s records, CONTRACTOR<br />

shall submit copies of permits, licenses, certifications, inspection reports,<br />

releases, jurisdictional settlements, notices, receipts for fee payments,<br />

judgments, correspondence, records, <strong>and</strong> similar documents, as appropriate,<br />

established for compliance with st<strong>and</strong>ards <strong>and</strong> regulations bearing on<br />

performance of the Work.<br />

PART 2 - PRODUCTS<br />

(Not Used)<br />

PART 3 - EXECUTION<br />

(Not Used)<br />

END OF SECTION 01095 - REFERENCE STANDARDS AND DEFINITIONS<br />

Section 01095 Reference St<strong>and</strong>ards <strong>and</strong> Definitions Page 25


DIVISION 1 SPECIFICATIONS<br />

SECTION 01255 CPEAM PROCEDURES<br />

Exhibit 2<br />

Page 231 of 379<br />

PART 1 - GENERAL<br />

1.01 AIRPORT OPERATIONS<br />

A. Airport operations shall be maintained throughout this Contract. The<br />

CONTRACTOR shall in no way curtail or h<strong>and</strong>icap normal operational<br />

characteristics of the airport facility except as specifically indicated <strong>and</strong> specified<br />

in the Contract Documents.<br />

1.02 PERMITS, LICENSES AND TAXES<br />

A. CONTRACTOR shall secure all permits, arrange for all inspections <strong>and</strong> similar<br />

procedural items as required by the code enforcement authorities having<br />

jurisdiction.<br />

B. The CONTRACTOR shall procure all necessary <strong>and</strong> required licenses in<br />

accordance with the General Conditions provisions of THE CM-AT-RISK<br />

CONTRACT (CMR).<br />

1.03 VERIFICATION OF EXISTING CONDITIONS<br />

A. The CONTRACTOR shall familiarize himself as to the existing conditions.<br />

Should the CONTRACTOR discover any inaccuracies, errors, or omissions<br />

<strong>between</strong> the actual existing conditions <strong>and</strong> the Contract Documents, he shall<br />

notify the CPM in writing within three (3) calendar days.<br />

1.04 MAINTENANCE OF TRAFFIC<br />

A. It is the explicit intention of the Contract that the safety of aircraft, the public, as<br />

well as the CONTRACTOR’s equipment <strong>and</strong> personnel, is the most important<br />

consideration. It is understood <strong>and</strong> agreed that the CONTRACTOR shall provide<br />

for the free <strong>and</strong> unobstructed movement of aircraft in the air operations areas of<br />

the airport with respect to his/her own operations <strong>and</strong> the operations of all his/her<br />

subcontractors as specified in Section 01540 - CONSTRUCTION SAFETY PLAN<br />

AND SECURITY REQUIREMENTS. It is further understood <strong>and</strong> agreed that the<br />

CONTRACTOR shall furnish <strong>and</strong> install for the uninterrupted operation of visual<br />

<strong>and</strong> electronic signals (including power supplies thereto) used in the guidance of<br />

aircraft.<br />

B. The cost of maintaining the vehicular traffic specified in the Contract Documents<br />

shall be included in CONTRACTOR’s Construction General Conditions.<br />

Section 01255 CPEAM Procedures Page 26


DIVISION 1 SPECIFICATIONS<br />

SECTION 01255 CPEAM PROCEDURES<br />

Exhibit 2<br />

Page 232 of 379<br />

C. Active aviation <strong>and</strong> other public areas exist in <strong>and</strong> around the Airport. The<br />

CONTRACTOR shall not prevent traffic from using these areas. The Work shall<br />

be coordinated with the CPM, the Director of Aviation, FAA, CBP, TSA <strong>and</strong> other<br />

agencies having an interest in the capability of the Airport <strong>and</strong> shall be<br />

programmed <strong>and</strong> stated accordingly, so that public traffic may be routed over<br />

partially completed Work. Appropriate safety precautions shall be provided by<br />

the CONTRACTOR to protect employees, the public <strong>and</strong> the Work.<br />

D. Should it be necessary for the CONTRACTOR to complete portions of the<br />

Contract Work for the beneficial occupancy of the County prior to completion of<br />

the whole Work, such “phasing” of the Work shall be specified herein or indicated<br />

on the Drawings. When so specified, the CONTRACTOR shall complete such<br />

portions of the Work on or before the date specified or as otherwise specified.<br />

E. If the CONTRACTOR, with the concurrence of the CPM, elects to complete one<br />

increment of Work prior to completion of the whole Work, the County may at its<br />

sole discretion accept the Work for beneficial occupancy.<br />

F. When the Work is in, or near vehicular traffic <strong>and</strong> pedestrian areas, arrange the<br />

Work so as to avoid disruption of normal traffic patterns. Provide, erect <strong>and</strong><br />

maintain effective barricades, danger signals, signs <strong>and</strong> equipment to provide<br />

protection of the Work <strong>and</strong> the safety of the public throughout the area.<br />

G. The CONTRACTOR shall maintain traffic within the limits of the Project for the<br />

duration of the construction period, including all temporary suspensions of Work.<br />

It shall include the construction <strong>and</strong> maintenance of all necessary detour<br />

facilities; the furnishing, installing <strong>and</strong> maintaining of traffic control <strong>and</strong> safety<br />

devices during construction, the control of dust, <strong>and</strong> any other special<br />

requirements for safe <strong>and</strong> expeditious movement of aircraft, vehicular traffic <strong>and</strong><br />

pedestrians.<br />

1. Beginning Date of CONTRACTOR’s Responsibility. The CONTRACTOR’s<br />

responsibility for maintenance of traffic shall begin on the day he starts any<br />

field construction work including Early Construction <strong>and</strong> GMP Construction<br />

Work on the Project or on the date of any Notice to Proceed whichever is<br />

earlier, <strong>and</strong> shall continue until the date of Final Completion <strong>and</strong><br />

Acceptance of the Work. However, a portion of Early Construction Work or<br />

Early Investigative Work may also require MOT. The need for MOT will be<br />

decided at the time of the beginning of such work at the discretion of the<br />

CA.<br />

2. Number of Traffic Lanes. CONTRACTOR shall close no more than one<br />

(1) lane on each roadway <strong>and</strong> ramp. Unless otherwise specified, the<br />

Section 01255 CPEAM Procedures Page 27


DIVISION 1 SPECIFICATIONS<br />

SECTION 01255 CPEAM PROCEDURES<br />

Exhibit 2<br />

Page 233 of 379<br />

effective width of each lane used for maintenance of traffic shall be at<br />

least as wide as the traffic lanes existing in the area prior to<br />

commencement of construction. Traffic control <strong>and</strong> warning devices<br />

shall not encroach on lanes used for maintenance of traffic. All<br />

closures on any traffic lanes shall be coordinated with the CPM a<br />

minimum of seventy-two (72) hours prior to any closure<br />

3. High Traffic Areas. When the Work is in or near vehicular traffic <strong>and</strong><br />

pedestrian areas, arrange the Work so as to avoid disruption of normal<br />

traffic patterns. Provide, erect <strong>and</strong> maintain effective barricades, danger<br />

signals, signs <strong>and</strong> equipment to provide protection of the Work <strong>and</strong> the<br />

safety of the public throughout the area.<br />

H. At appropriate times during the performance of Construction Services, the<br />

CONTRACTOR shall be responsible for performing daily inspections, including<br />

weekends <strong>and</strong> holidays with some inspection at night time, of the installations on<br />

the Project <strong>and</strong> replacing all equipment <strong>and</strong> devices not conforming to the<br />

approved st<strong>and</strong>ards during the inspection. The CPM will be advised of the<br />

schedule of these inspections <strong>and</strong> be given the opportunity to join in the<br />

inspection as deemed necessary.<br />

I. Sections Not Requiring Traffic Maintenance: CONTRACTOR shall not be<br />

required to maintain traffic over those portions of the Project where no Work is to<br />

be accomplished or where construction operations will not affect existing roads.<br />

CONTRACTOR, however, shall not obstruct nor create a hazard to any traffic<br />

during the prosecution of the Work <strong>and</strong> shall be responsible for repair of all<br />

damage to existing pavement or facilities caused by his operations.<br />

J. Traffic Plan: The CONTRACTOR shall present his Maintenance of Traffic Plan<br />

at the Pre-Construction Conference. Maintenance of Traffic Plan(s) shall be in<br />

written form <strong>and</strong> include a minimum of four (4) full-size sets of plan sheets which<br />

indicate the type <strong>and</strong> location of all signs, lights, barricades, arrow boards,<br />

striping <strong>and</strong> barriers to be used for the safe passage of pedestrians <strong>and</strong> vehicular<br />

traffic through the Project. The plan shall indicate conditions <strong>and</strong> set-up for each<br />

phase of the CONTRACTOR’s activities. In no case may the CONTRACTOR<br />

begin Work until the CPM has approved a Maintenance of Traffic Plan in writing.<br />

Modifications to any existing Maintenance of Traffic Plan(s) that may become<br />

necessary shall also be approved in writing. Except in an emergency, no<br />

changes to the approved plan will be allowed until approval to change such plan<br />

has been received.<br />

K. Traffic During Construction: All construction vehicles are required to use existing<br />

public traffic routs. Normal public traffic lanes are not to be used as staging<br />

Section 01255 CPEAM Procedures Page 28


DIVISION 1 SPECIFICATIONS<br />

SECTION 01255 CPEAM PROCEDURES<br />

Exhibit 2<br />

Page 234 of 379<br />

areas for arriving delivery vehicles. The CONTRACTOR’s employees shall<br />

utilize the designated CONTRACTOR employee parking area.<br />

1. Adequate accommodations for intersecting <strong>and</strong> crossing traffic<br />

shall be provided <strong>and</strong> maintained <strong>and</strong>, except where specific<br />

permission is given, no road or street crossing the Project shall be<br />

blocked or unduly restricted<br />

L. The State of Florida, Manual of Traffic Control <strong>and</strong> Safe Practices for Street <strong>and</strong><br />

Highway Construction, Maintenance <strong>and</strong> Utility Operations, sets for the basic<br />

principles <strong>and</strong> prescribes minimum st<strong>and</strong>ards to be followed in the design,<br />

application, installation, maintenance, <strong>and</strong> removal of all traffic control devices<br />

<strong>and</strong> all warning devices <strong>and</strong> barriers, which are necessary to protect the public<br />

<strong>and</strong> workmen from hazards within the Project limits. The st<strong>and</strong>ards established<br />

in the aforementioned manual constitute the minimum requirements for normal<br />

conditions <strong>and</strong> additional traffic control devices, warning devices, barriers or<br />

other safety devices will be required where unusual, complex or particular<br />

hazardous conditions exist.<br />

M. Installation: The responsibility for installation <strong>and</strong> maintenance of adequate traffic<br />

control devices, warning devices <strong>and</strong> barriers, for the protection of the traveling<br />

public <strong>and</strong> workmen, as well as to safeguard the Work shall rest with the<br />

CONTRACTOR. The required traffic control devices, warning devices <strong>and</strong><br />

barriers shall be erected by the CONTRACTOR prior to creation of any<br />

hazardous condition <strong>and</strong> in conjunction with any necessary re-routing of traffic.<br />

The CONTRACTOR shall immediately remove, turn or cover any devices or<br />

barriers that do not apply to existing conditions.<br />

1. The CONTRACTOR shall make the CPM aware of any scheduled<br />

operation, which will affect patterns or safety, sufficiently in advance of<br />

commencing such operation to permit his review of the plan for<br />

installation of traffic control devices or barriers proposed by the<br />

CONTRACTOR.<br />

2. When needed, the CONTRACTOR shall assign one of his employees the<br />

responsibility of maintaining the positions <strong>and</strong> condition of all<br />

Maintenance of Traffic control devices, warning devices <strong>and</strong> barriers<br />

throughout the duration of the Contract. The CPM shall be kept advised<br />

at all times as to the identification <strong>and</strong> means of contacting this employee<br />

on a twenty-four (24) hour basis.<br />

N. Furnishing of Devices <strong>and</strong> Barriers: The CONTRACTOR shall furnish all traffic<br />

control devices (including signs), warning devices, arrow boards, <strong>and</strong> barriers.<br />

Section 01255 CPEAM Procedures Page 29


DIVISION 1 SPECIFICATIONS<br />

SECTION 01255 CPEAM PROCEDURES<br />

Exhibit 2<br />

Page 235 of 379<br />

1. When the Work requires closing an Air Operations Area (AOA) of the<br />

Airport or portion of such area, the CONTRACTOR shall furnish, erect,<br />

<strong>and</strong> maintain temporary markings <strong>and</strong> associated lighting conforming to<br />

the requirements specified in the Contract Documents as applicable, or of<br />

FAA Advisory Circular 150/5340-1E, “Marking of Paved Areas on<br />

Airports.”<br />

2. The CONTRACTOR shall furnish <strong>and</strong> erect all barricades, warning signs,<br />

<strong>and</strong> markings for hazards prior to commencing Work, which requires such<br />

erection <strong>and</strong> shall maintain the barricades, warning signs, <strong>and</strong> markings<br />

for hazards until their dismantling is directed by the CONSULTANT.<br />

3. Refer to Section 01540 - CONSTRUCTION SAFETY PLAN AND<br />

SECURITY REQUIREMENTS for additional requirements.<br />

O. Maintenance of Devices <strong>and</strong> Barriers: Traffic control devices, warning devices<br />

<strong>and</strong> barriers shall be kept in the correct position, properly directed, clearly visible<br />

<strong>and</strong> clean, at all times. Damaged, defaced, or dirty devices or barriers shall<br />

immediately be repaired, replaced or cleaned as directed.<br />

P. Flagmen: The CONTRACTOR shall provide competent flagmen to direct traffic<br />

where one-way operation in a single lane is in effect, where airside traffic<br />

movement is affected by CONTRACTOR’s operations, <strong>and</strong> in other situations as<br />

may be required by the st<strong>and</strong>ards established herein.<br />

Q. CONTRACTOR Signing: The CONTRACTOR may furnish <strong>and</strong> install<br />

construction traffic directional signs along the existing traffic route. The signs<br />

shall depict CONTRACTOR’s logo or name, directional arrows <strong>and</strong> “deliveries.”<br />

Signs shall be of sufficient size to have 6” high message <strong>and</strong> shall be located at<br />

each decision point. The CPM shall approve all signs <strong>and</strong> their locations. NO<br />

OTHER SIGNS ARE PERMITTED WITHIN THE AIRPORT COMPLEX.<br />

R. Material Deliveries: The CONTRACTOR shall make his own material <strong>and</strong><br />

equipment deliveries. Vendors or suppliers shall make no deliveries without a<br />

representative of the CONTRACTOR being present to coordinate it.<br />

S. All dollies, floats or other conveyances used for debris removal shall be rubber<br />

tired, box type, <strong>and</strong> lined with plastic barrier to prevent debris falling from the<br />

cart. All carts are to be loaded within the confines of the dust barrier. Transport<br />

of debris through public spaces, if permitted, will be made only after coordination<br />

of times <strong>and</strong> routes with the CPM.<br />

T. Notification: On days when construction traffic is expected to be extra heavy or<br />

when oversized pieces of equipment are to be delivered, give the CPM a<br />

minimum of seventy-two (72) hours notice prior to the event.<br />

Section 01255 CPEAM Procedures Page 30


DIVISION 1 SPECIFICATIONS<br />

SECTION 01255 CPEAM PROCEDURES<br />

Exhibit 2<br />

Page 236 of 379<br />

U. Interference Request:<br />

1. The CONTRACTOR shall be responsible for notifying the CPM in writing<br />

<strong>and</strong> securing approval for any <strong>and</strong> all interruptions or interference with<br />

traffic (pedestrian, automobile, or other necessary function of the Airport<br />

or any of the Airlines).<br />

2. The request shall include a traffic control plan indicating barricades,<br />

lighting <strong>and</strong> flagmen where required.<br />

3. Such notification shall be made as soon as possible but in no case less<br />

than seventy-two (72) hours prior to the interference.<br />

4. It is suggested that the CONTRACTOR utilize a st<strong>and</strong>ard form addressed<br />

to the CPM with a blank space for a description of the interference, the<br />

exact area affected, the exact times <strong>and</strong> dates the interference will take<br />

place <strong>and</strong> blanks for CPM’s approval. The forms shall be submitted in<br />

duplicate. No interference will be allowed until the CONTRACTOR has<br />

received back a copy of the approved interference request form.<br />

V. Personnel Traffic:<br />

1. General: All construction personnel shall be restricted to construction<br />

areas. Construction personnel working in areas outside the project limits<br />

shall wear shirts <strong>and</strong> sleeves <strong>and</strong> long pants at all times.<br />

2. Walkways: When walking from the CONTRACTOR’s parking lot to the<br />

job site, existing walkways <strong>and</strong> crossings shall be used. The<br />

CONTRACTOR shall not use vehicle traffic lanes as walkways.<br />

3. Elevators/Escalators: Existing elevators <strong>and</strong> escalators shall not be used<br />

at any time for the transporting of construction personnel or construction<br />

materials.<br />

4. Use of Public Areas: The CONTRACTOR’s workmen shall not utilize<br />

public areas for taking their “work breaks” or “lunch breaks.” The CPM<br />

upon request can designate areas for this purpose. Any workmen shall<br />

use no Public Toilets at any time.<br />

5 Use of Restaurants: The CONTRACTOR’s personnel shall not use<br />

restaurants, lounges, or other concession areas within the Airport.<br />

W. Character of Workmen.<br />

1. The CONTRACTOR shall, at all times, employ sufficient labor <strong>and</strong><br />

equipment for prosecuting the Work to full completion in the manner <strong>and</strong><br />

time required by the Contract Documents.<br />

2. All workers shall have sufficient skill <strong>and</strong> experience to properly perform<br />

the Work assigned to them. Workers engaged in special Work or skilled<br />

Section 01255 CPEAM Procedures Page 31


DIVISION 1 SPECIFICATIONS<br />

SECTION 01255 CPEAM PROCEDURES<br />

Exhibit 2<br />

Page 237 of 379<br />

Work shall have sufficient experience in such Work <strong>and</strong> in the operation<br />

of the equipment required to perform the Work satisfactorily.<br />

3. Any person employed by the CONTRACTOR or by a subcontractor who,<br />

in the opinion of the CPM, does not perform his Work in a proper <strong>and</strong><br />

skillful manner or is intemperate or disorderly shall, at the written request<br />

of the CPM, be removed forthwith by the CONTRACTOR or<br />

subcontractor employing such person, <strong>and</strong> shall not be employed again in<br />

any portion of the Work without the approval of the CPM.<br />

4. Should the CONTRACTOR fail to remove such person or persons or fail<br />

to furnish suitable <strong>and</strong> sufficient personnel for the proper prosecution of<br />

the Work, the CPM may suspend the Work by written notice until<br />

compliance with such orders.<br />

1.05 METHODS AND EQUIPMENT<br />

A. All equipment that is proposed to be used on the Work shall be of sufficient size<br />

<strong>and</strong> in such mechanical condition as to meet requirements of the Work <strong>and</strong> to<br />

produce a satisfactory quality of work. Equipment used on any portion of the<br />

Work shall be such that no injury to previously completed work, adjacent<br />

property, or existing airport facilities will result from its use.<br />

B. When the methods <strong>and</strong> equipment to be used by the CONTRACTOR in<br />

accomplishing the Work are not prescribed in the Contract, the CONTRACTOR<br />

is free to use any methods or equipment that will accomplish the Work in<br />

conformity with the requirements of the Contract Documents.<br />

C. When the Contract specifies the use of certain methods <strong>and</strong> equipment, such<br />

methods <strong>and</strong> equipment shall be used unless others are authorized by the CPM.<br />

If the CONTRACTOR desires to use a method or type of equipment other than<br />

specified in the Contract, he may request authority from the CPM to do so. The<br />

request shall be in writing <strong>and</strong> shall include a full description of the methods <strong>and</strong><br />

equipment proposed <strong>and</strong> of the reasons for desiring to make the change. If<br />

approval is given, it will be on the condition that the CONTRACTOR will be fully<br />

responsible for producing work in conformity with the Contract Documents. If,<br />

after trial use of the substituted methods or equipment, the CPM determines that<br />

the Work produced does not meet Contract Documents, the CONTRACTOR<br />

shall discontinue the use of the substitute method or equipment <strong>and</strong> shall<br />

complete the remaining Work with the specified methods <strong>and</strong> equipment. The<br />

CONTRACTOR shall remove any deficient Work <strong>and</strong> replace it with Work of<br />

specified quality, or take such other corrective action as the CPM may direct. No<br />

change will be made in basis of payment for the Contract Items involved or the<br />

Contract Time as a result of authorizing a change in methods or equipment under<br />

this Section.<br />

Section 01255 CPEAM Procedures Page 32


DIVISION 1 SPECIFICATIONS<br />

SECTION 01255 CPEAM PROCEDURES<br />

Exhibit 2<br />

Page 238 of 379<br />

1.06 HOURS OF WORK<br />

Work hours shall comply with the Project Schedule requirements. Work may<br />

proceed at any time (24 hours a day).<br />

1.07 DAILY CLEAN-UP AND TRASH REMOVAL<br />

A. Debris from this Work shall be promptly removed from the site as required or at<br />

least weekly as required by the CPM. Debris shall not be allowed to become a<br />

hazard to the safety of the public or enter the AOA. Areas occupied by the<br />

County <strong>and</strong> Building Tenants shall be kept clean at all times. Any dumpsters<br />

utilized shall be covered sufficiently to prevent debris from entering or<br />

contaminating the airfield.<br />

B. The CONTRACTOR shall be responsible for clean-up <strong>and</strong> trash removal.<br />

Accumulation of trash debris will not be allowed <strong>and</strong> the CPM may at any time<br />

direct the CONTRACTOR to immediately remove his trash <strong>and</strong> debris from the<br />

site of the Work when in the opinion of the CPM such trash constitutes a<br />

nuisance or in any way hinders the Work or the Airport’s operations. If the<br />

CONTRACTOR should fail to remove his trash <strong>and</strong> debris from the site of the<br />

Work in a timely manner, the CPM may have this Work performed <strong>and</strong> deduct<br />

the cost of such from CONTRACTOR’s payment.<br />

1.08 CLEANING AND PROTECTION<br />

A. During h<strong>and</strong>ling <strong>and</strong> installation of Work at the Project Site, CONTRACTOR shall<br />

clean <strong>and</strong> protect Work in progress <strong>and</strong> adjoining Work on the basis of<br />

continuous daily maintenance. CONTRACTOR shall also apply protective<br />

covering on installed Work to ensure freedom from damage or deterioration.<br />

B. CONTRACTOR shall clean <strong>and</strong> perform maintenance on installed Work as<br />

frequently as necessary through the remainder of the construction period <strong>and</strong><br />

adjust <strong>and</strong> lubricate operable components to ensure operability without damaging<br />

effects.<br />

C. Limiting Exposures of Work. To the extent possible through appropriate control<br />

<strong>and</strong> protection methods, CONTRACTOR shall supervise performance of the<br />

Work in such a manner <strong>and</strong> by such means which will ensure that none of the<br />

Work, whether completed or in progress, will be subjected to harmful,<br />

dangerous, damaging or otherwise deleterious exposure during the construction<br />

period. Such exposures include, where applicable, but not by way of limitation<br />

the following:<br />

1. Excessive static or dynamic loading.<br />

Section 01255 CPEAM Procedures Page 33


DIVISION 1 SPECIFICATIONS<br />

SECTION 01255 CPEAM PROCEDURES<br />

Exhibit 2<br />

Page 239 of 379<br />

2. Excessive internal or external pressures<br />

3. Solvents.<br />

4. Chemicals.<br />

5. Light.<br />

6. Puncture.<br />

7. Abrasion.<br />

8. Heavy Traffic.<br />

9. Soiling.<br />

10. Combustion.<br />

11. High speed operation, improper lubrication, unusual wear.<br />

12. Improper shipping or h<strong>and</strong>ling.<br />

13. Theft.<br />

14. V<strong>and</strong>alism.<br />

D. Protection at Openings. CONTRACTOR shall provide protection at all openings<br />

in structures <strong>and</strong> finishes to maintain the building weather <strong>and</strong> dust tight as<br />

required to protect fixtures <strong>and</strong> equipment. All protection shall be of solid material<br />

<strong>and</strong> substantial so that it will not be disturbed by wind <strong>and</strong> weather normal to the<br />

area <strong>and</strong> season, <strong>and</strong> also tight-fitting to prevent noise infiltration.<br />

E. Protection of Improvements:<br />

1. Damage to Existing Facilities. Existing surfaces <strong>and</strong> materials of the<br />

County’s property not requiring Work by the Contract Documents that are<br />

damaged by the CONTRACTOR’s operation shall be immediately<br />

repaired. Repaired surfaces <strong>and</strong> materials shall reasonably match<br />

existing adjacent undamaged surfaces <strong>and</strong> materials as determined by<br />

the CONSULTANT / CPM. Repair Work shall be coordinated with the<br />

CPM with regard to time <strong>and</strong> method.<br />

2. All airport roads used by the CONTRACTOR during construction shall be<br />

restored <strong>and</strong>/or replaced to their original condition.<br />

3. Accidental Demolition: All structures or parts thereof that may become<br />

damaged due to accident or CONTRACTOR’s error shall be restored to<br />

their original condition without increasing the GMP. Materials <strong>and</strong><br />

equipment being used in the repair or replacement resulting from damage<br />

shall be new <strong>and</strong> shall perform at the manufacturer’s published<br />

capacities. If the existing equipment or materials cannot be identified, or<br />

if unavailable, the selection of the replacement will be subject to approval<br />

by the CPM in writing.<br />

4. New Carpet: Where separate contractor in areas has installed new<br />

carpeting, CONTRACTOR shall fully protect such new carpeting from all<br />

damage <strong>and</strong> staining by CONTRACTOR’s forces. In the event of any<br />

damages, the CONTRACTOR shall be responsible for repairing or<br />

replacing such new carpeting without increasing the GMP.<br />

Section 01255 CPEAM Procedures Page 34


DIVISION 1 SPECIFICATIONS<br />

SECTION 01255 CPEAM PROCEDURES<br />

Exhibit 2<br />

Page 240 of 379<br />

F. County’s St<strong>and</strong>ards of Construction:<br />

1. Hazardous Materials.<br />

a. ANY PRODUCT OR MATERIAL THAT CONTAINS ASBESTOS<br />

MATERIAL SHALL NOT BE PERMITTED ON THIS PROJECT.<br />

b. ANY LEAD-CONTAINING PAINT SHALL NOT BE USED ON<br />

THIS PROJECT.<br />

2. Building.<br />

a. Materials <strong>and</strong> finishes used in the Work shall have a fire rating at<br />

least equal to the rating required for the type space in which the<br />

Work is to be performed.<br />

b. No Work shall be performed which, when complete, will result in<br />

the degradation of the fire rating for the space.<br />

c. Any penetration of existing ceilings or walls which will break the<br />

fire rating of the ceiling or wall shall be patched with 5/8” Type X<br />

fire code sheetrock to the satisfaction of the CPM.<br />

d. Any ceiling access panel now existing shall remain in its present<br />

location <strong>and</strong> cannot be covered in a manner to prevent access.<br />

e. Any ceiling, other than CONTRACTOR’s own space, that must be<br />

accessed or crossed from above, will be done only with prior<br />

permission of the CPM.<br />

3. Electrical <strong>and</strong> Building Permits.<br />

a. All Broward County Permits shall be obtained <strong>and</strong> displayed at the<br />

Work site.<br />

b. All Work shall conform to all applicable codes.<br />

In addition, the County requires:<br />

1. All conductors (power, lighting, control or communication)<br />

shall be placed in conduit or routed by way of existing<br />

approved cable trays.<br />

2. ALL CONDUITS SHALL BE CONCEALED. (Special<br />

permission may be granted for exposed conduit in shop<br />

areas or some other places that are completely removed<br />

from office, commercial <strong>and</strong> public areas).<br />

3. Drawings show all Work to be performed. Drawings show<br />

new branch or feeder circuits <strong>and</strong> identify panel <strong>and</strong><br />

Section 01255 CPEAM Procedures Page 35


DIVISION 1 SPECIFICATIONS<br />

SECTION 01255 CPEAM PROCEDURES<br />

Exhibit 2<br />

Page 241 of 379<br />

G. Overhead Protection:<br />

breaker numbers where originating, size of conduit, size of<br />

wire, number of conductors <strong>and</strong> full load current.<br />

4. A manufacturers drawing shall be submitted on all new<br />

light fixtures showing type <strong>and</strong> size.<br />

1. No crane loads or other construction equipment shall cross over nonconstruction<br />

personnel, their travel ways to include, but not be limited to:<br />

walkways, roadways, or passenger transfer system tracks unless<br />

approved in writing by the CPM.<br />

2. The plan of operation of cranes <strong>and</strong> other hoisting equipment shall be<br />

established in writing by the CONTRACTOR. This plan of operation shall<br />

be subject to approval by the CPM.<br />

3. Specific areas affected by construction may require protective covering.<br />

These protective coverings, if required, shall be adequate to insure the<br />

protection of life <strong>and</strong> property <strong>and</strong> the continuous operation of the Airport.<br />

The layout <strong>and</strong> location of the protective systems shall be subject to<br />

review <strong>and</strong> rejection by the CPM. Structural integrity of protection<br />

systems shall be the responsibility of the CONTRACTOR.<br />

4. The use of helicopters to lift, place or otherwise maneuver equipment is<br />

expressly prohibited.<br />

1.09 CONSERVATION AND SALVAGE<br />

A. General.<br />

1. It is a requirement for supervision <strong>and</strong> administration of the Work that<br />

construction operations be carried out with the maximum possible<br />

consideration given to conservation of energy, water <strong>and</strong> materials. In<br />

addition, maximum consideration shall be given to salvaging materials<br />

<strong>and</strong> equipment involved in performance of the Work but not incorporated<br />

therein.<br />

2. Refer to other sections for required disposition of salvage materials,<br />

which are the County’s property.<br />

PART 2 - PRODUCTS<br />

PART 3 - EXECUTION<br />

(Not Used)<br />

(Not Used)<br />

END OF SECTION 01110 - AIRPORT PROJECT PROCEDURES<br />

Section 01255 CPEAM Procedures Page 36


DIVISION 1 SPECIFICATIONS<br />

SECTION 01255 CPEAM PROCEDURES<br />

Exhibit 2<br />

Page 242 of 379<br />

PART 1 GENERAL<br />

1.01 SUBMITIALS<br />

Submit name of the individual authorized to execute CPEAM documents, <strong>and</strong> be<br />

responsible for informing others in Contractor's employ or Subcontractors of<br />

changes to the Contract Price Elements <strong>and</strong> the Work.<br />

1.02 DOCUMENTATION OF CHANGE IN CONTRACT PRICE ELEMENTS<br />

A. Maintain detailed written daily records of the Work, Provide full information<br />

required for evaluation of proposed changes, <strong>and</strong> to substantiate costs <strong>and</strong> time<br />

adjustments as may be necessitated by changes in the Contract Price Elements.<br />

B. Document each quotation for a change in cost or time with sufficient data to allow<br />

evaluation of the quotation. Provide additional data as requested by the CPM.<br />

C. For all proposed changes to the Contract Price Elements, provide additional data<br />

to support computations:<br />

1. Quantities of products, labor, <strong>and</strong> equipment.<br />

2. Taxes, insurance, <strong>and</strong> bonds.<br />

3. Overhead <strong>and</strong> profit.<br />

4. Justification for any change in Contract Time.<br />

5. Credit for deletions from Contract, similarly documented.<br />

6. Bid Tabulation Sheets<br />

D. Time Impact Analysis:<br />

1. For all proposed CPEAM's where a change of project time is anticipated,<br />

Contractor shall prepare <strong>and</strong> submit a Time Impact Analysis illustrating<br />

the influence of each change upon the current Baseline Schedule. The<br />

Time Impact Analysis shall document:<br />

a. A schedule sub-net demonstrating how the Contractor proposes to<br />

incorporate the Work of a proposed change of Contract Price<br />

Element into the Baseline Schedule based upon the anticipated<br />

date an authorizing CPEAM is issued to the Contractor.<br />

b. The status of construction at that point in time<br />

c. The start/finish dates of all affected critical path activities utilizing<br />

the dates included in the latest updated detailed construction<br />

schedule closest to proposed change of Contract Price<br />

Element(s).<br />

2. Submit the Time Impact Analysis as an attachment to each submitted<br />

Document, 01260B Change Order Request (Proposal).<br />

3. When the Contractor does not submit a Time Impact Analysis for a<br />

Section 01255 CPEAM Procedures Page 37


DIVISION 1 SPECIFICATIONS<br />

SECTION 01255 CPEAM PROCEDURES<br />

Exhibit 2<br />

Page 243 of 379<br />

proposed change of Contract Price Element as an attachment to 01260B,<br />

Change Order Request (Proposal), then it is mutually agreed that the<br />

particular resulting CPEAM has no effect on contract time except as<br />

otherwise allowed elsewhere within the Contract Documents.<br />

4. When approved by the County, the sub-nets associated with that<br />

particular CPEAM shall be incorporated into the Baseline Schedule by the<br />

Contractor during the first update after such approval.<br />

1.03 CONTRACT PRICE ELEMENT CHANGE PROCEDURES<br />

A. Contract Change Orders:<br />

1. The Consultant or CPM may issue a Document 01260A: Proposal Request<br />

which may include a detailed description of a proposed change to the<br />

Contract Price Elements with supplementary or revised drawings <strong>and</strong><br />

specifications, a change in Contract Time for executing the change with a<br />

stipulation of any overtime work required <strong>and</strong> the period of time during which<br />

the requested price will be considered valid.<br />

a. Contractor shall prepare <strong>and</strong> submit an estimate within 14 days<br />

after receipt of the Proposal Request in the form of Document<br />

01260B, Change Order Request (Proposal) <strong>and</strong> supporting<br />

documentation as specified above <strong>and</strong> as might be required by<br />

the Consultant or the County.<br />

b. Such requests are informational <strong>and</strong> are not authorizations or<br />

instructions to execute the changes or stop the Work in progress.<br />

2. The Contractor may propose a change to the Contract Price Elements<br />

by submitting a request for change on Document 01260B, Change<br />

Order Request (Proposal) to the CPM or Consultant, by describing the<br />

proposed change <strong>and</strong> its full effect on the Work, with a statement<br />

describing the reason for the change, <strong>and</strong> the effect on the Contract<br />

Sum/Price <strong>and</strong> Contract Time with full documentation as required<br />

above <strong>and</strong> a statement describing the effect on Work by separate or<br />

other contractors.<br />

a. Provide additional detail regarding the proposed change as<br />

required by CPM, CA or Consultant including the cause <strong>and</strong> origin<br />

of the proposed change.<br />

b. Such proposals by the Contractor are informational <strong>and</strong> are not<br />

authorizations or instructions to execute the changes or slop the<br />

Work in progress.<br />

B. Contract Price Element Reallocation, Preparation of Proposed CPEAM's:<br />

1. Contract Administrator shall provide st<strong>and</strong>ardized CPEAM forms<br />

Section 01255 CPEAM Procedures Page 38


DIVISION 1 SPECIFICATIONS<br />

SECTION 01255 CPEAM PROCEDURES<br />

Exhibit 2<br />

Page 244 of 379<br />

(including final CPEAM documents necessary for the calculation of<br />

shared savings). Contractor shall utilize Contract Administrator's<br />

st<strong>and</strong>ardized CPEAM forms. Customization of the Contract<br />

Administrator's st<strong>and</strong>ardized CPEAM forms may be allowed with the<br />

Contract Administrator's prior written authorization if necessary to<br />

accurately portray unique project conditions.<br />

2. When CPM, Consultant <strong>and</strong> Contract Administrator's staff have reviewed<br />

<strong>and</strong> conceptually approved the Contractor's proposal (Document<br />

01260A), the Contractor shall prepare a draft Contract Price Element<br />

Adjustment Memor<strong>and</strong>um (CPEAM) for the Contract Administrator's<br />

consideration.<br />

3. Contractor shall submit draft CPEAM's to the CPM <strong>and</strong> Consultant for<br />

review <strong>and</strong> signature. Once signed by CPM, the CONTRACTOR shall<br />

convene a meeting with the Contract Administrator to review the draft<br />

CPEAM. That meeting shall include the Consultant, Contractor, Contract<br />

Administrator <strong>and</strong> CPM, the County's Project Manager <strong>and</strong> members of<br />

the Contract Administrator's administrative staff. Contractor shall provide<br />

final CPEAM's reflecting the outcome of the review <strong>and</strong> approval meeting<br />

for the Contract Administrator’s signature with appropriate backup to<br />

illustrate the transactions delineated on the CPEAM.<br />

4. Changes to the Contract Price Elements or CPEAM's which are critically<br />

needed to facilitate the continuing progress of the Work should be so<br />

identified on the submitted Document 01260B, Change Order Request<br />

(Proposal). The CA may issue Document 01260E: Construction Change<br />

Directive, directing the CONTRACTOR to proceed with Work related to a<br />

critically required CPEAM.<br />

1.04 EXECUTION OF CPEAM's<br />

CONTRACTOR shall prepare CPEAM forms <strong>and</strong> obtain Contract Administrator's<br />

signature through the CPM. CPEAM's shall not be considered in effect until<br />

signed by the Contract Administrator.<br />

1.05 CORRELATION OF CONTRACTOR SUBMITTALS<br />

A. Promptly revise Schedule of Values <strong>and</strong> Application for Payment forms to record<br />

each authorized CPEAM.<br />

B. Promptly revise progress schedules to reflect any change in Contract Time,<br />

revise subschedules to adjust times for other items of work affected by the<br />

CPEAM, <strong>and</strong> resubmit.<br />

C. Promptly enter changes in Project As-Built Documents.<br />

Section 01255 CPEAM Procedures Page 39


DIVISION 1 SPECIFICATIONS<br />

SECTION 01255 CPEAM PROCEDURES<br />

Exhibit 2<br />

Page 245 of 379<br />

PART 2 - PRODUCTS<br />

PART 3 - EXECUTION<br />

(Not Used)<br />

(Not Used)<br />

END OF SECTION 01255 - CPEAM PROCEDURES<br />

Section 01255 CPEAM Procedures Page 40


DIVISION 1 SPECIFICATIONS<br />

SECTION 01260 CONTRACT MODIFICATION PROCEDURES<br />

Exhibit 2<br />

Page 246 of 379<br />

PART 1<br />

GENERAL<br />

1.01 SUBMITTALS<br />

A. Submit name of the individual authorized to receive change documents, <strong>and</strong> be<br />

responsible for informing others in Contractor's employ or Subcontractors of changes to<br />

the Work.<br />

1.02 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME<br />

A. Maintain detailed records of the Work. Provide full information required for evaluation of<br />

proposed changes, <strong>and</strong> to substantiate costs <strong>and</strong> time adjustments as may be<br />

necessitated by changes in the Work.<br />

B. Document each quotation for a change in cost or time with sufficient data to allow<br />

evaluation of the quotation.<br />

C. For all Change Order Proposals, provide additional data to support computations:<br />

1. Quantities of products, labor, <strong>and</strong> equipment.<br />

2 Taxes, insurance, <strong>and</strong> bonds.<br />

3. Overhead <strong>and</strong> profit.<br />

4. Justification for any change in Contract Time.<br />

5. Credit for deletions from Contract, similarly documented.<br />

D. Support each claim for additional costs, <strong>and</strong> for work done on a cost plus price basis,<br />

with additional information:<br />

1. Origin <strong>and</strong> date of claim.<br />

2. Name of the <strong>COUNTY</strong>’s authorized agent who ordered the work <strong>and</strong> the date of the<br />

order.<br />

3. Dates <strong>and</strong> times work was performed, <strong>and</strong> by whom.<br />

4. Time records, summary of hours worked <strong>and</strong> wage rates paid.<br />

5. Original invoices <strong>and</strong> receipts for:<br />

a) Products used, including a listing of quantities.<br />

b) Equipment used, including a listing of dates <strong>and</strong> times of use.<br />

c) Subcontracts, similarly documented.<br />

E. Time Impact Analysis:<br />

1. For all Change Orders <strong>and</strong> Supplemental Instructions where there has been no<br />

agreement as to the change’s impact on project time, the Contractor shall prepare<br />

<strong>and</strong> submit a Time Impact Analysis illustrating the influence of each change or delay<br />

upon the current contract schedule. The Time Impact Analysis shall document:<br />

a) A schedule sub-net demonstrating how the Contractor proposes to incorporate<br />

the change order or delay into his detailed schedule based upon the date the<br />

Section 01260 Contract Modification Procedures Page 41


DIVISION 1 SPECIFICATIONS<br />

SECTION 01260 CONTRACT MODIFICATION PROCEDURES<br />

Exhibit 2<br />

Page 247 of 379<br />

Change Order or Construction Supplemental Instruction is issued to the<br />

Contractor.<br />

b) The status of construction at that point in time.<br />

c) The start/finish dates of all affected activities utilizing the dates included in the<br />

latest updated detailed construction schedule closest to the time of delay or<br />

change.<br />

2. Submit the Time Impact Analysis as an attachment to each submitted Document<br />

01260B, Change Order Request (Proposal) or within seven (7) days of receipt of a<br />

Construction Supplemental Instruction or other event which might delay with<br />

progress of the Work.<br />

3. When the Contractor does not submit a Time Impact Analysis for a specific change<br />

order or delay as an attachment to 01260B, Change Order Request (Proposal) or<br />

within the time frames specified for supplementary instructions or other delays, then<br />

it is mutually agreed that the particular Change Order, or supplementary instruction<br />

delay has no effect on contract time except as otherwise allowed elsewhere within<br />

the Contract Documents.<br />

4. When approved by the County, the sub-nets associated with that particular Change<br />

Order, Supplementary Instruction or other delay shall be incorporated into the<br />

detailed construction schedule by the Contractor during the first update after such<br />

approval.<br />

1.03 CHANGE PROCEDURES<br />

A. Consultant will advise of minor changes in the Work not involving an adjustment to<br />

Contract Sum/Price or Contract Time by issuing supplemental instructions on Document<br />

01260F: Consultant’s Supplemental Instructions.<br />

B. The Consultant may issue a Document 01260A: Proposal Request which includes a<br />

detailed description of a proposed change with supplementary or revised drawings <strong>and</strong><br />

specifications, a change in Contract Time for executing the change with a stipulation of<br />

any overtime work required <strong>and</strong> the period of time during which the requested price will<br />

be considered valid.<br />

1. Contractor shall prepare <strong>and</strong> submit an estimate within 14 days after receipt of the<br />

Proposal Request in the form of Document 01260B, Change Order Request<br />

(Proposal) <strong>and</strong> its required supporting documentation including Documents 01260C<br />

(Proposal Worksheet Detail), 01260D (Proposal Worksheet Summary) <strong>and</strong> other<br />

required documentation as specified above <strong>and</strong> as might be required by the<br />

Consultant or the <strong>COUNTY</strong>.<br />

2. Such requests are informational <strong>and</strong> are not authorizations or instructions to execute<br />

the changes or stop the Work in progress.<br />

C. The Contractor may propose a change by submitting a request for change on Document<br />

01260B, Change Order Request (Proposal) to the Consultant, by describing the<br />

proposed change <strong>and</strong> its full effect on the Work, with a statement describing the reason<br />

for the change, <strong>and</strong> the effect on the Contract Sum/Price <strong>and</strong> Contract Time with full<br />

Section 01260 Contract Modification Procedures Page 42


DIVISION 1 SPECIFICATIONS<br />

SECTION 01260 CONTRACT MODIFICATION PROCEDURES<br />

Exhibit 2<br />

Page 248 of 379<br />

documentation <strong>and</strong> a statement describing the effect on Work by separate or other<br />

contractors, the <strong>COUNTY</strong>’s forces or others.<br />

1. Required supporting documentation includes Documents 01260C (Proposal<br />

Worksheet Detail), 01260D (Proposal Worksheet Summary), a Time Impact<br />

Analysis, <strong>and</strong> other required documentation as specified above <strong>and</strong> as might be<br />

required by the Consultant or the <strong>COUNTY</strong>.<br />

2. Such proposals by the Contractor are informational <strong>and</strong> are not authorizations or<br />

instructions to execute the changes or stop the Work in progress.<br />

D. Preparation of Change Order Items:<br />

1. The Construction Project Manager will prepare a Change Order Item for the<br />

<strong>COUNTY</strong> <strong>and</strong> submit it to the Program Manager for consideration by the Contract<br />

Administrator <strong>and</strong> other professionals on the <strong>COUNTY</strong>’s staff.<br />

2. Upon the recommendation of the Construction Project Manager, the Change Order<br />

will be prepared for consideration by The Broward County Board of County<br />

Commissioners.<br />

3. Change Orders which are critically needed to facilitate the continuing progress of the<br />

Work should be so identified on the submitted Document 01260B, Change Order<br />

Request (Proposal). The <strong>COUNTY</strong> may issue Document 01260E: Supplemental<br />

Instruction, directing the Contractor to proceed with Work related to a critically<br />

required Change Order which is under consideration, but not yet approved, by The<br />

Broward County Board of County Commissioners<br />

1.04 CONSTRUCTION CHANGE DIRECTIVE<br />

A. Construction Project Manager may issue Document 01260E: Construction Change<br />

Directive, signed by the <strong>COUNTY</strong>, instructing the Contractor to proceed with a change in<br />

the Work, for subsequent inclusion in a Change Order.<br />

B. Document 01260E, Construction Change Directive, is a written order prepared by the<br />

Construction Project Manager <strong>and</strong> signed by the <strong>COUNTY</strong> <strong>and</strong> the Consultant, directing<br />

a change in the Work <strong>and</strong> stating a proposed basis for adjustment, if any, in the Contract<br />

Sum or Contract Time, or both. The <strong>COUNTY</strong> may by Construction Change Directive,<br />

without invalidating the Contract, order changes in the Work within the general scope of<br />

the Contract consisting of additions, deletions or other revisions, the Contract Sum <strong>and</strong><br />

Contract Time being adjusted accordingly.<br />

C. A Construction Change Directive shall he used in the absence of total agreement on the<br />

terms of a Change Order or where Broward County’s process for consideration of a<br />

Change Order would unreasonably, at the <strong>COUNTY</strong>’s discretion, prohibit the Contractor<br />

from completing time critical elements of the Work.<br />

D. If the Construction Change Directive provides for an adjustment to the Contract Sum, the<br />

adjustment shall be based on the methods specified in this Specification Section <strong>and</strong> in<br />

the other applicable Contract Documents.<br />

Section 01260 Contract Modification Procedures Page 43


DIVISION 1 SPECIFICATIONS<br />

SECTION 01260 CONTRACT MODIFICATION PROCEDURES<br />

Exhibit 2<br />

Page 249 of 379<br />

E. Upon receipt of Document 01260E, Construction Change Directive, the Contractor shall<br />

promptly proceed with the change in the Work involved <strong>and</strong> advise the Construction<br />

Project Manager of the Contractor’s agreement or disagreement with the method<br />

provided in the Construction Change Directive for determining the proposed adjustment<br />

in the Contract Sum.<br />

F. A Construction Change Directive signed by the Contractor indicates the agreement of<br />

the Contractor therewith, including adjustment in Contract Sum <strong>and</strong> Contract Time or the<br />

method for determining them. Such agreement shall be effective immediately <strong>and</strong> shall<br />

be recorded <strong>and</strong> issued as a Change Order upon subsequent approval of the proposed<br />

Change by the <strong>COUNTY</strong>.<br />

G. Actual adjustments to the Contract Sum <strong>and</strong> Contract Time shall not become effective<br />

until the changes are formally approved by a <strong>COUNTY</strong> approved Change Order. As<br />

such, the Contractor may not submit requisitions for payment in an amount that exceeds<br />

the amount set forth in the Construction Change Directive or make adjustments to the<br />

construction schedule until such time as the <strong>COUNTY</strong> approves the changes <strong>and</strong> a<br />

Change Order, is issued to the Contractor.<br />

1.05 LUMP SUM PRICE CHANGE ORDER<br />

A. Content of Lump Sum Price Change Orders shall be based on:<br />

1. Consultant’s Document 01260A: Proposal Request <strong>and</strong> Contractor’s responsive<br />

Document 01260B, Change Order Request (Proposal) as mutually agreed <strong>between</strong><br />

the <strong>COUNTY</strong> <strong>and</strong> the Contractor.<br />

2. Contractor’s Document 01260B, Change Order Request (Proposal) as<br />

recommended by the Construction Project Manager <strong>and</strong> approved by the <strong>COUNTY</strong>.<br />

3. <strong>COUNTY</strong> <strong>and</strong> Construction Project Manager will issue <strong>and</strong> sign, Change Order as<br />

authorization for the Contractor to proceed with the changes.<br />

4. Contractor shall sign <strong>and</strong> date the, Change Order to indicate agreement with the<br />

terms therein.<br />

1.06 UNIT PRICE CHANGE ORDER<br />

A. Content of Unit Price Change Orders shall be based on either:<br />

1. The Consultant’s definition of the scope of the required changes.<br />

2. Contractor’s Document 01260B, Change Order Request (Proposal) for a change as<br />

recommended by the Construction Project Manager <strong>and</strong> approved by the <strong>COUNTY</strong>.<br />

B. Amounts of the unit prices:<br />

1. Shall be those unit prices previously submitted on Document 01270a, Schedule of<br />

Unit Prices during bidding or, as applicable, those submitted on Document 00410,<br />

Bid Form.<br />

2. Or, in the absence of previously submitted unit prices, unit prices shall be developed<br />

<strong>and</strong> mutually agreed to by the <strong>COUNTY</strong> <strong>and</strong> the Contractor. In cases where the<br />

<strong>COUNTY</strong> <strong>and</strong> the Contractor cannot mutually agree, a reasonable unit price will be<br />

Section 01260 Contract Modification Procedures Page 44


DIVISION 1 SPECIFICATIONS<br />

SECTION 01260 CONTRACT MODIFICATION PROCEDURES<br />

Exhibit 2<br />

Page 250 of 379<br />

determined by the Construction Project Manager <strong>and</strong> utilized by the <strong>COUNTY</strong> <strong>and</strong><br />

Contractor as the basis of similar Unit Price Change Orders that may occur during<br />

the remainder of the Contract term.<br />

C. When quantities of each of the items affected by the Change Order can be determined<br />

prior to the start of the Work related to that Change Order:<br />

1. <strong>COUNTY</strong> <strong>and</strong> Construction Project Manager will sign <strong>and</strong> date the Change Order as<br />

authorization for the Contractor to proceed with the changes.<br />

2. Contractor shall sign <strong>and</strong> date the Change Order to indicate agreement with the<br />

terms therein.<br />

D. When quantities of the items cannot be determined prior to the start of the Work:<br />

1. The Construction Project Manager <strong>and</strong> <strong>COUNTY</strong> will issue Document 01260E,<br />

Construction Change Directive, directing the Contractor to proceed with the change<br />

on the basis of the established Unit Prices <strong>and</strong> will list the applicable Unit Prices.<br />

2. At the completion of the changes:<br />

a) The Contractor shall submit documentation to establish the number of units of<br />

each item <strong>and</strong> any claims for modifications to the Contract Time.<br />

b) The Construction Project Manager will review <strong>and</strong> evaluate the cost of such Work<br />

based on the established unit prices <strong>and</strong> quantities used.<br />

3. Construction Project Manager will prepare a Change Order to establish the change<br />

in the Contract Sum <strong>and</strong> will submit Change Order for approval.<br />

4. Changes to the Contract shall only become effective upon approval of the Change<br />

Order by The Broward County Board of County Commissioners.<br />

1.07 COST PLUS PRICE CHANGE ORDER<br />

A. The Construction Project Manager <strong>and</strong> <strong>COUNTY</strong> will issue Document 01260E,<br />

Construction Change Directive directing the Contractor to proceed with the changes.<br />

B. At completion of the change, the Contractor shall submit an itemized accounting <strong>and</strong><br />

supporting data as required in Article 1.04 above.<br />

C. Construction Project Manager will review <strong>and</strong> evaluate the cost of such work, the<br />

required documentation, <strong>and</strong> the Contractor’s calculations of dollar cost <strong>and</strong> time.<br />

D. The Construction Project Manager or the <strong>COUNTY</strong> may observe the progress of the<br />

Work related to Cost Plus Price Change Orders on a full-time basis or as necessary to<br />

substantiate the Work.<br />

E. Construction Project Manager will prepare a Change Order to establish the change in<br />

the Contract Sum <strong>and</strong> will submit Change Order for approval.<br />

F. Changes to the Contract shall only become effective upon approval of the Change Order<br />

by The Broward County Board of County Commissioners.<br />

Section 01260 Contract Modification Procedures Page 45


DIVISION 1 SPECIFICATIONS<br />

SECTION 01260 CONTRACT MODIFICATION PROCEDURES<br />

Exhibit 2<br />

Page 251 of 379<br />

1.08 EXECUTION OF CHANGE ORDERS<br />

A. Execution of Change Orders: Contract Administrator, through the Construction Project<br />

Manager will issue Change Orders for signatures of parties.<br />

1.09 CORRELATION OF CONTRACTOR SUBMITTALS<br />

A. Promptly revise Schedule of Values <strong>and</strong> Application for Payment forms to record each<br />

authorized Change Order as a separate line item <strong>and</strong> adjust the Contract Sum/Price.<br />

B. The original contract sum <strong>and</strong> scheduled values shall be copied in all updated Schedule<br />

of Values <strong>and</strong> Request for Payment forms, <strong>and</strong> the changes, where necessary, shall be<br />

noted <strong>and</strong> itemized separately at the bottom of the forms.<br />

C. Promptly revise progress schedules to reflect any change in Contract Time, revise subschedules<br />

to adjust times for other items of work affected by the change, <strong>and</strong> resubmit.<br />

D. Promptly enter changes in Project Record Documents.<br />

PART 2 - PRODUCTS<br />

PART 3 - EXECUTION<br />

(Not Used)<br />

(Not Used)<br />

END OF SECTION 01260<br />

Section 01260 Contract Modification Procedures Page 46


DIVISION 1 SPECIFICATIONS<br />

SECTION 01260 CONTRACT MODIFICATION PROCEDURES<br />

Exhibit 2<br />

Page 252 of 379<br />

Section 01260 Contract Modification Procedures Page 47


DIVISION 1 SPECIFICATIONS<br />

SECTION 01260 CONTRACT MODIFICATION PROCEDURES<br />

Exhibit 2<br />

Page 253 of 379<br />

Section 01260 Contract Modification Procedures Page 48


DIVISION 1 SPECIFICATIONS<br />

SECTION 01260 CONTRACT MODIFICATION PROCEDURES<br />

Exhibit 2<br />

Page 254 of 379<br />

Section 01260 Contract Modification Procedures Page 49


DIVISION 1 SPECIFICATIONS<br />

SECTION 01260 CONTRACT MODIFICATION PROCEDURES<br />

Exhibit 2<br />

Page 255 of 379<br />

Section 01260 Contract Modification Procedures Page 50


DIVISION 1 SPECIFICATIONS<br />

SECTION 01260 CONTRACT MODIFICATION PROCEDURES<br />

Exhibit 2<br />

Page 256 of 379<br />

Section 01260 Contract Modification Procedures Page 51


DIVISION 1 SPECIFICATIONS<br />

SECTION 01260 CONTRACT MODIFICATION PROCEDURES<br />

Exhibit 2<br />

Page 257 of 379<br />

Section 01260 Contract Modification Procedures Page 52


PART 1 - GENERAL<br />

DIVISION 1 SPECIFICATIONS<br />

SECTION 01315 PROGRESS SCHEDULES (COMPUTERIZED CPM)<br />

1.01 REQUIREMENT INCLUDED<br />

A. Procedures of preparation <strong>and</strong> submittal of schedules, updated progress<br />

schedules <strong>and</strong> periodic updating. The CONTRACTOR shall prepare <strong>and</strong><br />

maintain a schedule in accordance with the requirements of this Section. The<br />

requirement for a schedule is included to:<br />

1. Assure adequate planning <strong>and</strong> execution of the Work by the<br />

CONTRACTOR.<br />

2. Assure coordination of the Work of the CONTRACTOR with other<br />

contractors, subcontractors, <strong>and</strong> suppliers.<br />

3. Assure coordination of the work <strong>between</strong> the Contractor <strong>and</strong> the Design<br />

Professional, BCAD, or the CPM.<br />

4. Assure coordination of any adjacent Work being performed for BCAD.<br />

5. The CONTRACTOR <strong>and</strong> CPM shall evaluate:<br />

a. Contract performance relative to the Schedule Milestones as<br />

referenced in the Contract Documents.<br />

b. Monitor Monthly Work Progress / Progress Payments<br />

c. Proposed changes to Contract or schedule.<br />

B. The CONTRACTOR <strong>and</strong> Major Subcontractors (i.e. MEP Subcontractors) shall<br />

participate in joint review meetings.<br />

C. All updated progress schedule submittals shall include:<br />

1. Schedule<br />

a. Preliminary Schedule or<br />

b. Current approved Baseline Schedule<br />

2. Network Diagram<br />

3. Summary Bar Chart<br />

4. Two Week Look-ahead Schedule<br />

5. Electronic copy of schedule files<br />

Exhibit 2<br />

Page 258 of 379<br />

D. The CONTRACTOR shall meet with the Consultant, CPM <strong>and</strong> the BCAD Project<br />

Manager within seven (7) calendar days after notice of Contract Award to<br />

conduct a joint review meeting to evaluate the Consultant’s schedule, the PMO’s<br />

schedule <strong>and</strong> controlling items of Work to assure mutual underst<strong>and</strong>ing of the<br />

Work constraints. Some activities may be contemplated, even though those<br />

activities are without specific start/stop dates or durations, for purposes of<br />

developing the schedule(s). Such activities shall consider reasonable estimated<br />

start/stop times <strong>and</strong> durations,(i.e. Early Investigative Work), while conforming to<br />

the substantial completion <strong>and</strong> intermediate milestone dates.<br />

E. The CONTRACTOR shall be responsible for assuring all work sequences are<br />

logical <strong>and</strong> the Network shows a coordinated plan for complete performance of<br />

the Work. Failure of the CONTRACTOR to include any element of work required<br />

Section 01315 Progress Schedule (Computerized CPM) Page 53


DIVISION 1 SPECIFICATIONS<br />

SECTION 01315 PROGRESS SCHEDULES (COMPUTERIZED CPM)<br />

for performance of the Contract in the Network shall not excuse the<br />

CONTRACTOR from completing all Work within the Contract Time.<br />

F. CONTRACTOR is responsible for monitoring the accuracy <strong>and</strong> updating the<br />

schedules as of the end of each month, or as required by the CPM, to validate<br />

current schedule. The updated schedule shall be included in the monthly<br />

report.<br />

1.02 GENERAL<br />

A. The construction of the project shall be planned, recorded <strong>and</strong> updated utilizing<br />

the Critical Path Method (CPM) Scheduling. In addition, all schedules will be cost<br />

loaded <strong>and</strong> resource loaded. The CONTRACTOR shall use scheduling software<br />

for Windows based operating software, or such other type of cost loaded schedule<br />

as the CPM may approve, but must be 100% compatible with Primavera P6. It<br />

will be used for coordination, monitoring <strong>and</strong> payment of all work under the<br />

Contract including all activities of the CONTRACTOR, subcontractors, vendors<br />

<strong>and</strong> suppliers.<br />

B. The CONTRACTOR’s <strong>and</strong>/or Subcontractor’s timely execution or performance of<br />

all construction related activities shall be in strict compliance with the approved<br />

Baseline Schedule. Means <strong>and</strong> methods of construction in accordance with the<br />

Contract Documents will remain the sole responsibility of the CONTRACTOR.<br />

C. SCHEDULE REPRESENTATIVE / QUALIFICATIONS<br />

1. Within seven (7) calendar days after notice of Contract Award, the<br />

CONTRACTOR shall designate in writing a schedule representative in the<br />

CONTRACTOR’s organization who shall be responsible for coordinating<br />

with the CPM during preparation <strong>and</strong> maintenance of the schedule. The<br />

CONTRACTOR shall submit documentation stating their scheduling<br />

representative has minimum of five (5) years experience in scheduling<br />

construction work of a complexity comparable to this project.<br />

D. COMPUTER PRODUCED SCHEDULE<br />

1. The Schedule shall be developed with software compatible with<br />

Primavera Project Planner (P6) in order to facilitate the Precedence<br />

Diagram Method (PDM).<br />

2. When applicable, the CONTRACTOR shall use the following “Schedule /<br />

Level Calculation Options:”<br />

a. When scheduling activities apply Retained logic<br />

b. Calculate start-to-start lag from Early start<br />

c. Show open-ends as non-critical<br />

d. Schedule durations as Contiguous<br />

e. Calculate total float as Finish float<br />

Exhibit 2<br />

Page 259 of 379<br />

3. When applicable, the CONTRACTOR shall use the following “Automatic<br />

Cost / Resource Calculation Rules:”<br />

Section 01315 Progress Schedule (Computerized CPM) Page 54


DIVISION 1 SPECIFICATIONS<br />

SECTION 01315 PROGRESS SCHEDULES (COMPUTERIZED CPM)<br />

Exhibit 2<br />

Page 260 of 379<br />

1.03 PROCEDURES<br />

a. Subtract actual from EAC (Estimate At Completion)<br />

b. When quantities change, use current unit prices to recompute<br />

costs: Budget <strong>and</strong> Estimate to Complete<br />

c. Link actual to date <strong>and</strong> actual this period<br />

d. Link budget <strong>and</strong> EAC for non-progressed activities; calculate<br />

variance as Budget – EAC.<br />

e. Float or slack is defined as the amount of time <strong>between</strong> the early<br />

start date, <strong>and</strong> the late start date, or the early finish date <strong>and</strong> the<br />

late finish date, of any of the activities in the schedule. Float or<br />

slack time is not for the exclusive use of or benefit of either the<br />

<strong>COUNTY</strong> or CONTRACTOR.<br />

A. CONTRACTOR is solely responsible for the preparation, revision <strong>and</strong> updating of<br />

the Baseline Schedule, updated Progress Schedule <strong>and</strong> all 2 week look-ahead<br />

schedules in the form <strong>and</strong> content prescribed in this Section. The timely<br />

execution or performance of all construction related activities <strong>and</strong> the duration<br />

<strong>and</strong> sequencing of those activities in accordance with the approved schedules is<br />

the CONTRACTOR’s responsibility.<br />

B. The CPM <strong>and</strong> BCAD Project Manager will review the Preliminary Baseline<br />

Schedule, <strong>and</strong> 2 week look-ahead schedule, for compliance with the contract<br />

requirements as to staging, phasing <strong>and</strong> time of completion. Acceptance of<br />

these schedules does not imply the CPM’s or the <strong>COUNTY</strong>’s endorsement<br />

<strong>and</strong>/or responsibility of activity durations or sequence of activities.<br />

C. The Baseline Schedule may be revised from time to time as conditions require,<br />

<strong>and</strong> as accepted by the CPM <strong>and</strong> CA, provided that nothing in this Section<br />

should be construed as authorizing or approving any extension of time, or<br />

increase in Contract Price. It is expressly understood <strong>and</strong> agreed that Contract<br />

Time extensions, or increase in the Contract Price, if any, will only be granted in<br />

accordance with the applicable requirements of the Agreement.<br />

D. The currently approved schedule will be the basis for interpreting any <strong>and</strong> all<br />

Contract Time associated provisions of the Agreement.<br />

1.04 FORMAT<br />

A. The schedules shall be in the form of a graphical layout illustrating logic ties with<br />

an accompanied activity listing identifying detailed predecessors <strong>and</strong> successors<br />

<strong>and</strong> associated computer analysis <strong>and</strong> shall consist of detailed activities <strong>and</strong> their<br />

restraining relationships as required to complete the project from Contract Award<br />

through Final Completion <strong>and</strong> shall indicate the following:<br />

1. Early Start <strong>and</strong> Early Finish date <strong>and</strong> total duration in work days (not<br />

exceeding 20-days) for each activity. (Activities in occupied areas <strong>and</strong><br />

Section 01315 Progress Schedule (Computerized CPM) Page 55


DIVISION 1 SPECIFICATIONS<br />

SECTION 01315 PROGRESS SCHEDULES (COMPUTERIZED CPM)<br />

Exhibit 2<br />

Page 261 of 379<br />

activities requiring premium time labor rates shall be differentiated from<br />

each other <strong>and</strong> from the balance of project activities).<br />

2. Beginning <strong>and</strong> end date <strong>and</strong> total duration in work days for each Area or<br />

portion thereof.<br />

3. Significant milestones, including, but not limited to those agreed upon by<br />

the CPM <strong>and</strong> BCAD Project Manager.<br />

4. Identification of each contractor <strong>and</strong> subcontractor for each work activity.<br />

5. Specific location of each work activity (i.e. floor level, column <strong>and</strong> row).<br />

6. Detailed schedule of all “Utility Shut-downs” which could impact BCAD,<br />

airlines, tenants <strong>and</strong> other building operations or functions including but<br />

not limited to: power, telephone, airline computers, communication<br />

systems, air conditioning systems, fire sprinklers, alarm systems,<br />

domestic water systems <strong>and</strong> sanitary sewer systems.<br />

7. Detailed schedule of all procurement activities including Request for Bid<br />

(RFB), tabulation, selection, CPM <strong>and</strong> BCAD Project Manager approval<br />

<strong>and</strong> contract execution<br />

8. The CONTRACTOR shall also provide the following information: work<br />

days per week, holidays, number of hours per shift, number of shifts per<br />

day, work hours, <strong>and</strong> proposed schedule of “Utility Shut-downs”. The<br />

CONTRACTOR shall notify the CPM if more than one shift is planned to<br />

work on the project. The CONTRACTOR shall also indicate work<br />

activities that must be performed during restricted or special working<br />

hours <strong>and</strong> the work that must be performed by others to maintain the<br />

project schedule.<br />

9. Schedules shall show the sequence <strong>and</strong> interdependence of all activities<br />

required for complete performance of all items of work under this contract,<br />

including shop drawing submittals <strong>and</strong> approvals <strong>and</strong> fabrication <strong>and</strong><br />

delivery activities.<br />

10. Construction activities shall be broken down into recognizable subactivities<br />

so that the activity or sub-activity is no longer than twenty (20)<br />

calendar days.<br />

11. The Baseline Schedule submitted by the CONTRACTOR shall be cost<br />

loaded, accompanied by a computer generated <strong>and</strong> plotted schedule.<br />

CONTRACTOR shall exercise sufficient care to produce clear, legible <strong>and</strong><br />

accurate diagrams. The Baseline Schedule shall group activities related<br />

to specific physical areas on the diagram for ease of underst<strong>and</strong>ing.<br />

12. Trade Codes shall be assigned to each activity corresponding to the trade<br />

responsible for performing the work described by the activity. Additional<br />

Trade coverage shall be added by CONTRACTOR or as required by the<br />

CPM <strong>and</strong> incorporated into the CONTRACTOR’s schedule. These<br />

additional codes shall follow the general CSI Divisions for all Vertical<br />

Construction <strong>and</strong> Contract Schedule of Values for Horizontal construction.<br />

13. Responsibility Codes shall be assigned to each activity corresponding to<br />

the organization responsible for completing the work described by the<br />

activity description. As a minimum, a separate responsibility code shall<br />

be used for each subcontractor.<br />

Section 01315 Progress Schedule (Computerized CPM) Page 56


DIVISION 1 SPECIFICATIONS<br />

SECTION 01315 PROGRESS SCHEDULES (COMPUTERIZED CPM)<br />

1.05 PREPARATION GUIDELINES<br />

A. The Baseline Schedule shall represent a practical plan to complete the work<br />

within the Contract Time.<br />

1. A schedule extending beyond the Contract Time will not be acceptable.<br />

2. A schedule showing the work completed in less than the Contract Time<br />

may be found by the CPM to be impractical.<br />

3. A schedule found by the CPM to be impractical for the preceding reason<br />

or any other reason will be revised by the CONTRACTOR <strong>and</strong><br />

resubmitted.<br />

4. A schedule showing the work completed in less than the Contract Time,<br />

which is found to be practical by the CPM, will be considered to have<br />

float. Float is the time <strong>between</strong> the scheduled completion of the work <strong>and</strong><br />

the contract Substantial Completion date.<br />

B. The Updated Progress Schedule shall:<br />

1. Be in sufficient detail to assure adequate planning <strong>and</strong> execution of the<br />

work.<br />

2. Be suitable, in the judgment of the CPM, to allow monitoring <strong>and</strong><br />

evaluation of progress in the performance of the Work.<br />

3. Be a calendar time-scaled logic diagram with a graphical layout<br />

illustrating logic ties with an accompanied activity listing identifying<br />

detailed predecessors <strong>and</strong> successors.<br />

4. Include time for the CPM <strong>and</strong> the CONSULTANT to review submittals or<br />

inspect the work.<br />

5. Identify the activities, which constitute the controlling items of work or<br />

critical path.<br />

C. COST CORRELATION - EARNED VALUE ANALYSIS (Not Used)<br />

1.06 SCHEDULE SUBMITTALS<br />

A. GENERAL SCHEDULE SUBMITTAL FORMAT:<br />

1. Logic drawings shall be submitted flat (11” x 17”) <strong>and</strong> reproducible as<br />

copies without loss of legibility. Size of plot <strong>and</strong> number of copies shall be<br />

at the discretion of the CPM.<br />

2. Hard copies of listings shall be prepared on separate sheets of 11” x 17”<br />

or legal size paper; include three (3) copies of each report.<br />

3. Electronic Format: All project files in original file format, as well as pdf file<br />

format, shall be copied <strong>and</strong> submitted on a (CD) compact disk. A project<br />

CD shall accompany all CONTRACTOR submissions.<br />

B. PRELIMINARY BASELINE SCHEDULE<br />

Exhibit 2<br />

Page 262 of 379<br />

1. Within twenty-one (21) calendar days after date of Contract Award<br />

Notice-to-Proceed, CONTRACTOR shall provide a Preliminary Baseline<br />

Schedule that shall be used to monitor the progress of Work during<br />

Section 01315 Progress Schedule (Computerized CPM) Page 57


DIVISION 1 SPECIFICATIONS<br />

SECTION 01315 PROGRESS SCHEDULES (COMPUTERIZED CPM)<br />

development <strong>and</strong> acceptance of the Baseline Schedule. The Preliminary<br />

Baseline Schedule submittal shall be based on the joint review meeting<br />

<strong>between</strong> the CONTRACTOR, CPM <strong>and</strong> Consultant. The Preliminary<br />

Baseline Cost Loaded schedule shall be submitted no later than the<br />

submission of the first pencil copy of the Application for Payment for the<br />

sub-contracted work.<br />

2. The Preliminary Baseline Schedule must show in detail the activities to be<br />

accomplished through the first phase of Pre-Construction Services <strong>and</strong><br />

Early Investigation Work, as well as an overall preliminary schedule<br />

indicating a comprehensive overview of the Work including an activity line<br />

for each major element of the work segments.<br />

3. Additional Preliminary Baseline Schedules may be required to detail the<br />

activities for continued phases of Pre-Construction Services <strong>and</strong> Early<br />

Construction Work, as required by the CPM.<br />

C. SCHEDULE DEVELOPMENT<br />

1. Within ten (10) calendar days after date of Early Construction Work<br />

Notice-to-Proceed, CONTRACTOR shall revise the Preliminary Schedule<br />

for approval by the CPM. This revised schedule must include detailed<br />

Early Work activities, <strong>and</strong> should further detail activities of the<br />

comprehensive overview, including development <strong>and</strong> approval of the<br />

GMP. This revised Preliminary Baseline Schedule shall not change the<br />

date of Final Completion except as otherwise provided by approved<br />

Change Order.<br />

2. Within ten (10) calendar days of the GMP Notice to Proceed, the<br />

CONTRACTOR shall revise the Preliminary Baseline Schedule for<br />

approval by the CPM, This revised schedule shall become the Baseline<br />

Schedule used to monitor the GMP work. The CONTRACTOR shall<br />

revise the Baseline Schedule for each subcontract awarded, but not less<br />

than weekly, <strong>and</strong> include the provisions for a cost loaded <strong>and</strong> resource<br />

loaded schedule. The Final Completion date cannot be changed by any<br />

revision incorporating subcontract awards, except as otherwise provided<br />

by approved Change Order.<br />

3. Construct the Baseline Schedule to indicate a logical sequence of work<br />

activities <strong>and</strong> durations. Incorporate major restrictions from the<br />

availability <strong>and</strong> use of manpower, material, <strong>and</strong> equipment. Utilize the<br />

Baseline Schedule in planning, scheduling, coordinating <strong>and</strong> performing<br />

the Work under this CONTRACT (including all activities of subcontractors,<br />

equipment vendors, suppliers, <strong>and</strong> relevant third parties – BCAD, FPL,<br />

CPM, related / adjacent projects, or others).<br />

4. In the Baseline Schedule shall provide sufficient detail <strong>and</strong> clarity of form<br />

<strong>and</strong> technique so that the Work can be properly monitored by the CPM.<br />

The Baseline Schedule shall comply with the various limits imposed by<br />

the Scope of Work <strong>and</strong> by any contractually specified intermediate<br />

milestone dates <strong>and</strong> completion dates. The degree of detail shall be to<br />

the satisfaction of the CPM <strong>and</strong> shall be sufficient to identify:<br />

a. Structural breakdown of the project<br />

b. Types of work being performed<br />

Exhibit 2<br />

Page 263 of 379<br />

Section 01315 Progress Schedule (Computerized CPM) Page 58


DIVISION 1 SPECIFICATIONS<br />

SECTION 01315 PROGRESS SCHEDULES (COMPUTERIZED CPM)<br />

c. Labor trades involved in performing work<br />

d. Submittal, review, procurement, fabrication, delivery, installation,<br />

<strong>and</strong> testing of major materials <strong>and</strong> equipment<br />

e. Delivery / Installation of County-furnished equipment<br />

f. Interfaces <strong>and</strong> dependencies with preceding, concurrent, <strong>and</strong><br />

follow-on contractors<br />

g. Plans for subcontract work<br />

h. Manpower, material <strong>and</strong> equipment restrictions<br />

i. Commissioning / Close Out Processes<br />

j. Contract milestones <strong>and</strong> phasing<br />

k. Allow for holidays, vacations <strong>and</strong> non-work days applicable to the<br />

schedule<br />

D. SUMMARY BAR CHART<br />

1. The Summary Bar Chart shall be based on activity durations <strong>and</strong> logic<br />

indicated on the Baseline Schedule <strong>and</strong> Updated Progress Schedules.<br />

2. The CONTRACTOR <strong>and</strong> the CPM shall jointly select summary level<br />

activities.<br />

3. Each summary level activity shall include:<br />

a. A concise description of the Work represented by the activity.<br />

b. A time bar indicating planned / actual activity start <strong>and</strong> finish dates<br />

<strong>and</strong> actual cumulative percent complete at the end of each<br />

monthly reporting period.<br />

c. A status line as of the end of the reporting period.<br />

E. TWO WEEK LOOK-AHEAD SCHEDULE<br />

1. CONTRACTOR shall provide copies of applicable sections of any<br />

Baseline Schedule at the weekly progress meetings to show the<br />

subsequent Work to be performed during the next two weeks. Such 2-<br />

week look ahead schedules shall be further detailed to include<br />

coordination activities necessary to perform the work in accordance with<br />

the Contract Documents.<br />

F. SCHEDULE REVIEW AND APPROVAL<br />

Exhibit 2<br />

Page 264 of 379<br />

1. The CONTRACTOR <strong>and</strong> the CPM shall meet within seven (7) calendar<br />

days of receipt of the CONTRACTOR’s Preliminary Baseline Schedule<br />

Submittal for joint review of the proposed Preliminary Baseline Schedule.<br />

The CONTRACTOR shall revise any areas, which, in the opinion of the<br />

CPM, conflict with either the intent of this Section or the timely completion<br />

of the Project.<br />

2. In the event the CONTRACTOR fails to define any element of work<br />

activity or logic currently designed <strong>and</strong> the CPM’s review does not detect<br />

this omission or error, such omission or error, when discovered by the<br />

CONTRACTOR or the CPM, shall be corrected by the CONTRACTOR at<br />

the next Updated Progress Schedule (discussed hereinafter).<br />

Section 01315 Progress Schedule (Computerized CPM) Page 59


DIVISION 1 SPECIFICATIONS<br />

SECTION 01315 PROGRESS SCHEDULES (COMPUTERIZED CPM)<br />

3. Within seven (7) calendar days after the joint review <strong>between</strong> the<br />

CONTRACTOR <strong>and</strong> the CPM, the CONTRACTOR shall revise the<br />

Preliminary Baseline Schedule in accordance with agreements reached<br />

during the joint review <strong>and</strong> submit the revised Preliminary Baseline<br />

Schedule in the same form <strong>and</strong> detail as the Preliminary Baseline<br />

Schedule Submittal.<br />

4. The CPM will review all schedule submissions (Preliminary Baseline<br />

Schedule, Baseline Schedule, <strong>and</strong> monthly Updated Progress Schedules)<br />

<strong>and</strong> return reviewed copy within seven (7) calendar days after receipt. If<br />

required, the CONTRACTOR will resubmit the schedule within seven (7)<br />

calendar days after return of reviewed copy.<br />

5. Submittal of the CONTRACTOR’s Baseline Schedule will be a condition<br />

precedent to the making of any progress payments under the Contract.<br />

All or part of the progress payments may be withheld for work performed<br />

during the first fifteen (15) calendar days without a submittal of a<br />

Preliminary Baseline Schedule, or after the first thirty (30) calendar days<br />

without a submitted Baseline Schedule. Failure of the CONTRACTOR to<br />

obtain approval for the Baseline Schedule during the first ninety (90) days<br />

following the date of Notice to Proceed to start GMP work may result in all<br />

of the progress payments after 90-calendar days being withheld.<br />

6. Acceptance of the Baseline Schedule by the CPM does not relieve the<br />

CONTRACTOR of any of its responsibility for the accuracy or feasibility of<br />

the Schedule.<br />

7. In the event that the accepted Baseline Schedule indicates the<br />

CONTRACTOR’s plan to finish prior to the Contract completion date, the<br />

CONTRACTOR <strong>and</strong> the CPM may execute a Contract modification<br />

adjusting the Contract completion date to coincide with the<br />

CONTRACTOR’s planned finish date at no expense to the County.<br />

G. UPDATED PROGRESS SCHEDULES<br />

Exhibit 2<br />

Page 265 of 379<br />

1. After the Preliminary Baseline Schedule is accepted, it shall be updated<br />

monthly until the Baseline Schedule is approved.<br />

2. After the Baseline Schedule is accepted, the Schedule shall be updated<br />

monthly until Final Completion.<br />

3. The Baseline Schedule shall be updated monthly <strong>and</strong> this monthly update<br />

should generate a report that indicates the remaining duration <strong>and</strong><br />

percent completion for each activity. This report shall be included in the<br />

CONTRACTOR’s monthly report <strong>and</strong> is required as a pre-condition of<br />

approval of the CONTRACTOR’s Request for Payment. Updated<br />

Progress Schedules shall:<br />

a. Indicate progress of each activity to date of submittal <strong>and</strong><br />

projected completion date of each activity.<br />

i. Actual dates for activities started <strong>and</strong> / or completed<br />

ii. Percentage of work completed by activity<br />

iii. Estimated remaining duration for each activity in progress<br />

iv. Cost Percentage Complete<br />

Section 01315 Progress Schedule (Computerized CPM) Page 60


DIVISION 1 SPECIFICATIONS<br />

SECTION 01315 PROGRESS SCHEDULES (COMPUTERIZED CPM)<br />

b. Identify activities modified since previous submittal, major<br />

changes in scope <strong>and</strong> other identifiables.<br />

c. Provide narrative report to define problem areas, anticipated<br />

delays <strong>and</strong> impact on schedule.<br />

d. Report corrective action taken or proposed, <strong>and</strong> its effect including<br />

the effect of changes on schedules of separate contracts, if any.<br />

All of the above will be subject to approval by the CPM.<br />

4. The data date for each Monthly Update schedules shall be the 1 st day of<br />

the month succeeding that month’s update period, or as approved by the<br />

CA.<br />

5. Each request for payment must be accompanied by a monthly report,<br />

which shall include an updated report of both time <strong>and</strong> costs, together<br />

with all required sorts <strong>and</strong> compact disk copies, based on the Updated<br />

Progress of the approved Baseline Schedule. Requests for payment will<br />

not be processed unless properly submitted as specified.<br />

6. A draft-copy of the monthly Updated Progress Schedule shall be<br />

forwarded to the CPM with the Draft-copy of the Application for Payment.<br />

7. A final-copy of the monthly Updated Progress Schedule shall be included<br />

in the monthly report <strong>and</strong> forwarded to the CPM with the Final-copy of the<br />

Application for Payment.<br />

8. The Updated Progress Schedule in the monthly report shall include the<br />

following:<br />

a. Sorts <strong>and</strong> Groups: Activity listings shall be provided sorted by<br />

activity identification number <strong>and</strong> shall include the following fields:<br />

i. Activity ID<br />

ii. Early start <strong>and</strong> finish<br />

iii. Description<br />

iv. Late start <strong>and</strong> finish<br />

v. Calendar #<br />

vi. Target start <strong>and</strong> type<br />

vii. Duration<br />

viii. Target finish <strong>and</strong> type<br />

ix. Codes (as required)<br />

x. Total float<br />

xi. Percent Completion (Periodic Reports)<br />

xii. Remaining duration (Periodic Reports)<br />

xiii. Successor ID, Relationship Type <strong>and</strong> Lag<br />

xiv. Predecessor ID, Relationship Type <strong>and</strong> Lag<br />

Exhibit 2<br />

Page 266 of 379<br />

b. A written narrative report describing the work physically completed<br />

during the progress period; percentage of work physically<br />

completed; milestone summary status; plan for the forthcoming<br />

report period; discussion of current critical paths; problem areas,<br />

current <strong>and</strong> anticipated; delaying factors <strong>and</strong> their impact;<br />

explanation of corrective actions taken or proposed; <strong>and</strong><br />

Section 01315 Progress Schedule (Computerized CPM) Page 61


DIVISION 1 SPECIFICATIONS<br />

SECTION 01315 PROGRESS SCHEDULES (COMPUTERIZED CPM)<br />

Exhibit 2<br />

Page 267 of 379<br />

anticipated outcome if corrective action is taken. This written<br />

narrative progress summary describing the following:<br />

i. Physical progress during the report period.<br />

ii. Plans for the forthcoming report period.<br />

iii. Potential delays <strong>and</strong> problems <strong>and</strong> their estimated effect<br />

on performance schedule <strong>and</strong> overall completion <strong>and</strong> an<br />

explanation of corrective action taken or proposed <strong>and</strong> its<br />

expected effect.<br />

iv. Identity of current Critical Path items <strong>and</strong> those items of<br />

work with less than fifteen (15) days of float listed by early<br />

completion.<br />

v. Current Projected start <strong>and</strong> completion dates.<br />

vi. Percentage progress during the last period of each major<br />

activity.<br />

vii. Percentage of Change Order completion.<br />

Percentage of total schedule period consumed.<br />

viii. Whether the project is on, ahead of or behind schedule.<br />

ix. Amount of remaining schedule float.<br />

x. Goals for next reporting period (such as progress on<br />

activities, or problems).<br />

xi. Proposed revisions to logic <strong>and</strong> relationships of non-critical<br />

activities.<br />

xii. A financial report with cash expenditure curves <strong>and</strong> other<br />

appropriate graphics from P3. The CONTRACTOR shall<br />

submit the narrative progress report to the CPM once a<br />

month or on established dates as scheduled by the CPM<br />

at least 48 hours before each pencil copy meeting for the<br />

Pay Application.<br />

c. Printout of the Summary Bar Chart indicating progress to the<br />

schedule status date.<br />

d. Periodic Reports: Periodic reporting frequency shall be as<br />

specified. The following reports shall be prepared by the<br />

CONTRACTOR:<br />

i. Activity progress <strong>and</strong> updating information report. This<br />

report shall be comprised of an activity listing showing<br />

percent completion, remaining duration <strong>and</strong> actual start<br />

<strong>and</strong> finish dates.<br />

ii. Schedule modification report. This report documents all<br />

changes made to project schedule information, i.e.<br />

changes in logic, durations, descriptions, etc. If the type<br />

<strong>and</strong> quantity of modifications become significant, the CPM<br />

may request a new logic diagram at no additional cost to<br />

the <strong>COUNTY</strong>.<br />

iii. Current Updated Progress Schedule Activity vs. Baseline<br />

Schedule Report. This report documents all activities <strong>and</strong><br />

its early <strong>and</strong> late drift or variance from the Baseline early<br />

<strong>and</strong> late dates.<br />

Section 01315 Progress Schedule (Computerized CPM) Page 62


DIVISION 1 SPECIFICATIONS<br />

SECTION 01315 PROGRESS SCHEDULES (COMPUTERIZED CPM)<br />

Exhibit 2<br />

Page 268 of 379<br />

9. If the CONTRACTOR’s monthly Updated Progress Schedule reflects, or<br />

the CPM determines, that the CONTRACTOR is at least fifteen (15) or<br />

more calendar days behind the recognized Baseline Schedule for the<br />

Project Milestones or an item of work on which is on the critical path, then<br />

the CONTRACTOR shall submit with the monthly Updated Progress<br />

Schedule, or within seven (7) days of a written request from the CPM, his<br />

proposed plan for bringing the work back on schedule <strong>and</strong> completing the<br />

work by the contract completion date(s).<br />

10. If the monthly Updated Progress Schedule is rejected, the<br />

CONTRACTOR shall resubmit the update for approval within seven (7)<br />

calendar days. If the resubmittal of the schedule does not occur within<br />

seven (7) calendar days, the withholding of progress payments may<br />

occur, per paragraph G. 9. of this specification section.<br />

1.07 REVISIONS TO BASELINE SCHEDULE<br />

A. Updating the Schedule to reflect actual progress to date shall not be considered a<br />

revision of the Schedule.<br />

B. With the CA’s approval, the CONTRACTOR shall revise the Baseline Schedule when<br />

one or more of the following conditions occur:<br />

1. When a change or delay significantly affects any specified intermediate<br />

milestone or completion dates.<br />

2. When the CONTRACTOR elects to change any sequence of activities<br />

affecting the critical path or to significantly change the previously<br />

approved work plan.<br />

3. When, in the opinion of the CPM, the status of the work is such that the<br />

Baseline Schedule <strong>and</strong> supporting analysis no longer accurately<br />

represents the Work for planning <strong>and</strong> progress evaluation purposes;<br />

requires CA approval.<br />

4. Upon issuance of additional Notices to Proceed.<br />

5. Upon subcontract award.<br />

6. When CONTRACTOR receives BCAD Project Manager approval to<br />

change the logic per section 1.10 of this section (01315).<br />

C. Submit any revised Baseline Schedule in the same form <strong>and</strong> detail as the<br />

Preliminary Baseline Schedule submittal requirements.<br />

D. Changes in the Baseline Schedule to reflect revisions in the method of operating <strong>and</strong><br />

scheduling of work shall be made by notifying the CPM in writing, stating reason for<br />

the proposed revision(s).<br />

E. Reasonable requests for revisions from the CPM shall be implemented by the<br />

CONTRACTOR.<br />

F. Revisions to the Baseline Schedule requested by the CPM will require written<br />

response from the CONTRACTOR within fourteen (14) calendar days of the<br />

requested revision.<br />

Section 01315 Progress Schedule (Computerized CPM) Page 63


DIVISION 1 SPECIFICATIONS<br />

SECTION 01315 PROGRESS SCHEDULES (COMPUTERIZED CPM)<br />

Exhibit 2<br />

Page 269 of 379<br />

G. Change Orders:<br />

1. Requests for change orders shall include statements as to the effect of<br />

the requested change on the CONTRACTOR’s schedule <strong>and</strong> costs. In<br />

cases where the requested change has no impact on cost or schedule,<br />

statements to that effect shall still be included.<br />

2. As a minimum, a requested change order or time extension which affects<br />

the schedule will include a fragnet showing the schedule network logic<br />

<strong>and</strong> durations of any <strong>and</strong> all added or changed activities to the schedule.<br />

This fragnet will only show the changes <strong>and</strong> / or added activities made<br />

necessary by the requested change order. The fragnet must be approved<br />

before incorporation into the CONTRACTOR’s current accepted Updated<br />

Progress Schedule or Baseline Schedule.<br />

3. Incorporation of approved change orders shall reflect impacts on the<br />

current Updated Progress Schedule <strong>and</strong> Baseline Schedule.<br />

1.08 ADJUSTMENT OF TIME FOR COMPLETION<br />

A. Time for Completion will be adjusted only in accordance with this Clause <strong>and</strong> the<br />

Agreement.<br />

B. Any request for adjustment of time for completion because of changes or alleged<br />

delays shall be accompanied by a complete Time Impact Analysis which shall be<br />

submitted for approval within seven (7) calendar days after initial notice of delay.<br />

C. Each Time Impact Analysis shall provide information justifying the request <strong>and</strong><br />

stating extent of adjustment requested for each specific change or alleged delay.<br />

Each Analysis shall be on form <strong>and</strong> content acceptable to the CPM, <strong>and</strong> shall<br />

include, but not be limited to, the general information set forth in this section<br />

appropriate to the type of request (change or alleged delay) plus the following:<br />

1. Fragnet schedule illustrating how the change, or the alleged delay, is<br />

proposed to be incorporated into the current Updated Progress Schedule.<br />

2. Identification of activities in current Updated Progress Schedule which are<br />

proposed to be amended due to change or alleged delay, together with<br />

engineering estimates <strong>and</strong> other appropriate data justifying proposal.<br />

3. Supporting documentation in the form of technical documents,<br />

correspondence, daily reports, directives, <strong>and</strong> / or other forms of<br />

documentation relevant to the change or alleged delay.<br />

D. Seasonal weather conditions shall be considered <strong>and</strong> included in the planning<br />

<strong>and</strong> scheduling of all work influenced by high or low ambient temperatures, wind,<br />

precipitation <strong>and</strong> / or saturated soil, to ensure completion of all Work within the<br />

Contract Time. Seasonal weather conditions shall be determined by an<br />

assessment of mean historical climatic conditions based upon the preceding ten<br />

(10) year records published for the locality by the U.S. Weather Bureau Service.<br />

Section 01315 Progress Schedule (Computerized CPM) Page 64


DIVISION 1 SPECIFICATIONS<br />

SECTION 01315 PROGRESS SCHEDULES (COMPUTERIZED CPM)<br />

1.09 TIME IMPACT ANALYSIS (T.I.A.)<br />

Exhibit 2<br />

Page 270 of 379<br />

A. When proposed Contract Modifications are initiated or delays are experienced,<br />

the CONTRACTOR shall submit to the CPM a written Time Impact Analysis<br />

illustrating the influence of each change, delay, or request on any specified<br />

intermediate milestone date <strong>and</strong> the current projected Contract Completion date.<br />

1. Each Time Impact Analysis shall include a fragnet indicating all<br />

necessary logic, duration, <strong>and</strong> demonstrating how the CONTRACTOR<br />

proposes to incorporate the change or delay into the Baseline Schedule<br />

<strong>and</strong> any additional supporting evidence / documentation that the CPM<br />

deems necessary, per section 1.08.<br />

2. The event times used in the analysis shall be those included in the latest<br />

Updated Progress Schedule or as adjusted by mutual agreement to<br />

reflect project status at the time the delay occurred or notification of the<br />

change was issued.<br />

B. Where the CPM has not yet made a final determination as to the amount of time<br />

extension, or the parties are unable to agree as to the amount of time extension<br />

to be reflected, the CONTRACTOR shall reflect that amount of time extension in<br />

the Baseline Schedule as the CPM may determine to be appropriate for such<br />

interim purpose. It is understood <strong>and</strong> agreed that any such interim determination<br />

for the purpose of this paragraph shall not be binding upon either party for any<br />

other purpose <strong>and</strong> that, after the CPM has made a final determination as to any<br />

time extension, the CONTRACTOR shall revise the Baseline Schedule prepared<br />

thereafter in accordance with the final decision.<br />

C. It is understood that Schedule Float is not for the exclusive use of either the CPM<br />

or the CONTRACTOR. Extensions of time for performance under any <strong>and</strong> all of<br />

the provisions of this Contract will be granted only to the extent that equitable<br />

time adjustments for the activity or activities affected exceed the total float along<br />

the critical path involved at the time a delay occurred or notification of a change<br />

was issued. It is expressly agreed <strong>and</strong> understood that the CONTRACTOR shall<br />

not be entitled to any compensation or damages on account of potential delays<br />

which can be avoided by re-sequencing activity times or logic used to sequester<br />

float.<br />

D. Upon review <strong>and</strong> concurrence by the CPM of the Time Impact Analysis to any<br />

extension of time for completion of any intermediate contract milestone, time(s)<br />

for completion of such milestone(s) will be adjusted by the CPM through the<br />

BCAD Project Manager whether or not time for completion of the Baseline<br />

Schedule is changed accordingly. The agreed upon impact to the Work shall be<br />

incorporated into the Updated Progress Schedule at the next monthly update.<br />

E. Submit three (3) copies of each Time Impact Analysis within seven (7) calendar<br />

days after commencement of delay or notice of direction for Change Order is<br />

issued.<br />

F. Time Impact Analyses related to Change Order Work <strong>and</strong> / or Contract Time<br />

extensions shall be incorporated into <strong>and</strong> attached to the applicable Change<br />

Section 01315 Progress Schedule (Computerized CPM) Page 65


DIVISION 1 SPECIFICATIONS<br />

SECTION 01315 PROGRESS SCHEDULES (COMPUTERIZED CPM)<br />

Order. Upon receipt of an approved Change Order modifying the contract<br />

completion date, the CONTRACTOR shall reissue a new Baseline schedule,<br />

without status data, to serve as a modified baseline schedule.<br />

1.10 RESPONSIBILITY FOR COMPLETION<br />

A. The CONTRACTOR shall furnish sufficient forces, offices, facilities <strong>and</strong><br />

equipment, <strong>and</strong> shall work such hours including night shift <strong>and</strong> overtime<br />

operations, as necessary to ensure the prosecution of the Work in accordance<br />

with the current monthly Updated Progress Schedule. If, in the opinion of the<br />

CPM, the CONTRACTOR, due to its own action, falls behind in meeting the<br />

Baseline Schedule as presented in the current monthly Updated Progress<br />

Schedule, the CONTRACTOR shall take such steps as may be necessary to<br />

improve its progress, <strong>and</strong> the CPM through the BCAD Project Manager may<br />

require the CONTRACTOR to increase the hours of work, the number of shifts,<br />

the amount of supervision, overtime operations <strong>and</strong> / or the amount of<br />

construction equipment without additional cost to the County. The provisions of<br />

this section shall not be construed as prohibiting work on Saturdays, Sundays,<br />

<strong>and</strong> holidays, if the CONTRACTOR so elects <strong>and</strong> gives reasonable notice to the<br />

CPM.<br />

B. The CONTRACTOR may improve its progress by performing sequential activities<br />

concurrently, by performing activities more quickly than planned, or by revising<br />

schedule logic to reflect a work around sequence. The CONTRACTOR may<br />

make minor logic changes, which are required to reflect actual work as it is<br />

performed, pertaining to out-of-sequence work. The minor logic changes shall be<br />

included in the monthly Updated Progress Schedule report in a format similar to<br />

that provided by Digger 2.0 software or Schedule Analyzer Pro software.<br />

1.11 PARTIAL PAYMENTS<br />

Exhibit 2<br />

Page 271 of 379<br />

A. Requests for partial payment must be accompanied by the Updated Progress<br />

Schedule. Requests for payment will not be processed unless properly<br />

submitted as specified.<br />

PART 2 - PRODUCTS<br />

PART 3 - EXECUTION<br />

(Not Used)<br />

(Not Used)<br />

END OF SECTION 01315 - PROGRESS SCHEDULES (COMPUTERIZED CPM)<br />

Section 01315 Progress Schedule (Computerized CPM) Page 66


PART - GENERAL<br />

DIVISION 1 SPECIFICATIONS<br />

SECTION 01340 – SHOP DRAWINGS, PRODUCT DATA AND SAMPLES<br />

1.01 RELATED DOCUMENTS<br />

A. Related Sections<br />

1.02 DESCRIPTION<br />

1. DIVISION 01 - GENERAL REQUIREMENTS Section(s):<br />

01313 - CONSTRUCTION SCHEDULING MANAGEMENT SYSTEM<br />

01315 - PROGRESS SCHEDULES (COMPUTERIZED CPM)<br />

A. Work-Related Submittals:<br />

1. The provisions of the Section apply to those required submittals that are<br />

related to individual units of Work, not to administrative submittals, such<br />

as payment requests, insurance certificates <strong>and</strong> progress reports.<br />

2. In addition to specific provisions of the General Conditions regarding<br />

Work-related submittals, the Technical Specifications Sections contain<br />

submittal requirements.<br />

3. Specific requirements in other Contract Documents sections shall take<br />

precedence over the general requirements contained in this Section.<br />

1.03 SUBMISSION AND APPROVAL SCHEDULE<br />

Exhibit 2<br />

Page 272 of 379<br />

A. Immediately following development <strong>and</strong> acceptance of fully developed Progress<br />

Schedule specified under Sections 01315 - PROGRESS SCHEDULES<br />

(COMPUTERIZED CPM), prepare complete schedule of work-related submittals,<br />

including shop drawings, product data, <strong>and</strong> samples. Submit within ten (10) days<br />

of date required for establishment of Progress Schedule. Correlate Submittal<br />

Schedule with listing of principal subcontractors, with listing of products or<br />

procurements schedule.<br />

B. Color Schedule: Submit separate listing of items requiring color selection by the<br />

CONSULTANT in accordance with the Contract Documents.<br />

C. The CONTRACTOR shall prepare <strong>and</strong> submit in electronic Excel Format <strong>and</strong><br />

hard copies in triplicate each to the CONSULTANT <strong>and</strong> CPM a completely<br />

itemized Schedule of Shop Drawings, Product Data <strong>and</strong> Samples, listing each<br />

<strong>and</strong> all such items as required under the specifications. Schedules shall indicate<br />

for each required item:<br />

1. Prepare Schedule in chronological sequence of first submittals.<br />

2. Show category of submittal, generic description of work covered, activity<br />

or event number on progress schedule, scheduled date for first<br />

submission, <strong>and</strong> blank columns for actual date of submittal, resubmittal,<br />

<strong>and</strong> final release or acceptance by CONSULTANT.<br />

3. Identification as to pertinent Specification Division.<br />

4. Item(s) involved.<br />

5. Name of pertinent Subcontractor or supplier <strong>and</strong> the name of pertinent<br />

manufacturer.<br />

Section 01340 Shop Drawings, Product Data <strong>and</strong> Samples Page 67


DIVISION 1 SPECIFICATIONS<br />

SECTION 01340 – SHOP DRAWINGS, PRODUCT DATA AND SAMPLES<br />

6. Schedule date of delivery of pertinent items to the Project.<br />

1.04 PROCEDURE REQUIREMENTS<br />

Exhibit 2<br />

Page 273 of 379<br />

A. Coordination: Coordinate the preparation <strong>and</strong> processing of submittals with the<br />

performance of the Work. Coordinate each separate submittal with other<br />

submittals <strong>and</strong> related activities such as testing, purchasing, fabrication, delivery<br />

<strong>and</strong> similar activities that require sequential activity.<br />

1. Coordinate the submittal of different units of interrelated Work so that one<br />

submittal will not be delayed by either the CPM’s or the CONSULTANT’s<br />

need to review a related submittal. The CONSULTANT <strong>and</strong> CPM reserve<br />

the right to withhold action on any submittal.<br />

2. Scheduling: In each appropriate administrative submittal, such as the<br />

Construction Schedule, show the principal Work-related submittals <strong>and</strong><br />

time requirements for coordination of submittal activity with related Work.<br />

3. Coordination of Submittals Times: Prepare <strong>and</strong> transmit each submittal<br />

to the CPM <strong>and</strong> CONSULTANT sufficiently in advance of the scheduled<br />

performance of related Work <strong>and</strong> other applicable activities. Transmit<br />

different kinds of submittals for the same unit of Work so that processing<br />

will not be delayed by the CPM’s <strong>and</strong> the CONSULTANT’s need to review<br />

submittals concurrently for coordination.<br />

4. Coordinate both procedural timing <strong>and</strong> listing, including naming <strong>and</strong><br />

sequencing, or reports <strong>and</strong> activities required by provisions of this Section<br />

<strong>and</strong> other Sections, to afford consistency <strong>and</strong> logical coordination<br />

<strong>between</strong> submitted reports or lists. Maintain coordination <strong>and</strong> correlation<br />

<strong>between</strong> separate reports by updating at monthly or shorter time intervals.<br />

Make appropriate distribution of each report <strong>and</strong> updated report to entities<br />

involved in Work.<br />

5. Review Time: Allow sufficient time so that the installation will not be<br />

delayed as a result of the time required to properly process submittals,<br />

including time for resubmittal, if necessary.<br />

a. Allow a minimum of fourteen (14) calendar days for the CPM’s<br />

<strong>and</strong> CONSULTANT’s initial processing of each submittal. The<br />

CPM <strong>and</strong> the CONSULTANT will advise the CONTRACTOR<br />

promptly when it is determined that a submittal being processed<br />

must be delayed for coordination. Note that the CPM <strong>and</strong> the<br />

CONSULTANT will not make color; texture, pattern <strong>and</strong> similar<br />

finish selections until all initial submittal requirements for all finish<br />

selections have been fulfilled.<br />

b. Allow a minimum of fourteen (14) calendar days for reprocessing<br />

each submittal.<br />

c. No Contract Time extension shall be authorized because of the<br />

CONTRACTOR’s failure to transmit submittals to the CPM <strong>and</strong> the<br />

CONSULTANT sufficiently in advance of the Work <strong>and</strong> in<br />

accordance with the approved submittal schedule.<br />

6. No claim shall be allowed on account of failure of the CONSULTANT to<br />

furnish Drawings, Specifications or instructions or to return Shop<br />

Drawings or Samples, pursuant to paragraph 4 above, until five (5)<br />

Section 01340 Shop Drawings, Product Data <strong>and</strong> Samples Page 68


DIVISION 1 SPECIFICATIONS<br />

SECTION 01340 – SHOP DRAWINGS, PRODUCT DATA AND SAMPLES<br />

calendar days after receipt by the CONSULTANT, CPM <strong>and</strong> CA, by<br />

registered or certified mail, of written dem<strong>and</strong> for such instructions,<br />

Drawings, or Samples, <strong>and</strong> not then unless such claim can be factually<br />

supported.<br />

B. SUBMITTAL PREPARATION:<br />

1. Mark each submittal with a permanent label for identification. Provide<br />

the following information on the label for proper processing <strong>and</strong> recording<br />

of action taken.<br />

Project name.<br />

Date.<br />

Name <strong>and</strong> address of CONSULTANT.<br />

Name <strong>and</strong> address of Contractor.<br />

Name <strong>and</strong> address of Subcontractor.<br />

Name <strong>and</strong> address of Supplier.<br />

Name of Manufacturer.<br />

Number <strong>and</strong> title of appropriate specification section.<br />

Drawing number <strong>and</strong> detail references, as appropriate.<br />

Similar definitive information as necessary.<br />

2. Provide a space on the label for the CONTRACTOR’s review <strong>and</strong><br />

approval markings, <strong>and</strong> a space for the CONSULTANT’s or the CPM’s<br />

“Action” marking.<br />

C. SUBMITTAL TRANSMITTAL:<br />

1. Package each submittal appropriately for transmittal <strong>and</strong> h<strong>and</strong>ling.<br />

Transmit each submittal from the CONTRACTOR to the CPM <strong>and</strong> the<br />

CONSULTANT <strong>and</strong> to other destinations as indicated, by use of a<br />

transmittal form. Submittals received from sources other than the<br />

CONTRACTOR will be returned to the sender “without action”.<br />

a. Record relevant information <strong>and</strong> requests for data on the<br />

transmittal form. On the transmittal form, or on a separate sheet<br />

attached to the form, record deviations from the requirements of<br />

the Contract Documents, if any, including variations <strong>and</strong><br />

limitations.<br />

D. SUBMITTAL NUMBERING:<br />

Exhibit 2<br />

Page 274 of 379<br />

1. To facilitate review, the CONTRACTOR shall number consecutively each<br />

submittal. This numbering system shall be in order of submittal. Any<br />

resubmittal required shall have the same number as the original submittal<br />

followed by notation signifying that this is a second (or third, etc.)<br />

submittal; example: SUB# - SPEC # - REV #.<br />

2. In addition, all submittals shall have the following information placed on<br />

them by the CONTRACTOR <strong>and</strong> review of a particular submittal will be<br />

undertaken only if such information is provided.<br />

Section 01340 Shop Drawings, Product Data <strong>and</strong> Samples Page 69


DIVISION 1 SPECIFICATIONS<br />

SECTION 01340 – SHOP DRAWINGS, PRODUCT DATA AND SAMPLES<br />

a. Shop Submittal Number:<br />

b. Deviations: None ; as listed<br />

c. Reference Specification Number:<br />

d. Reference Drawing Number: ______<br />

e. Space Requirement: As designed _______<br />

Different, As listed<br />

f. Contractor has reviewed <strong>and</strong> submitted for review.<br />

Signature:<br />

Date:<br />

E. ADDITIONAL COPIES:<br />

1. Provide additional copies of submittals required by Governing Authorities<br />

that are in addition to copies specified for submittal to the CPM <strong>and</strong> the<br />

CONSULTANT.<br />

1.05 SPECIFIC SUBMITTAL REQUIREMENTS<br />

A. GENERAL<br />

Exhibit 2<br />

Page 275 of 379<br />

1. Where it is necessary to provide intermediate submittals <strong>between</strong> the<br />

initial <strong>and</strong> final submittals, provide <strong>and</strong> process intermediate submittals in<br />

the same manner as for initial submittals.<br />

2. Shop Drawings, Product Data <strong>and</strong> Samples submitted to the CPM <strong>and</strong><br />

the CONSULTANT for review shall first be checked <strong>and</strong> approved by the<br />

CONTRACTOR. Shop Drawings, Product Data <strong>and</strong> Samples received<br />

without the CONTRACTOR’s “check <strong>and</strong> approved” stamp will be cause<br />

for immediate return without further action. Each drawing correctly<br />

submitted will be checked by the CONSULTANT <strong>and</strong> marked accordingly.<br />

3. Specific submittal requirements for individual units of Work are specified<br />

in the applicable specification section. Except as otherwise indicated in<br />

the individual specification sections, comply with the requirements<br />

specified herein for each type of submittal.<br />

4. In submitting shop drawings, product data, <strong>and</strong> similar items for review, at<br />

least seven (7) copies shall be submitted, five (5) to the CONSULTANT<br />

<strong>and</strong> two (2) to the CPM. This number includes two (2) for return to the<br />

CONTRACTOR. If the CONTRACTOR desires more than two (2) copies<br />

returned to him, he shall submit to the CONSULTANT with the initial <strong>and</strong><br />

subsequent transmittals the additional number desired up to a maximum<br />

of an additional three (3) copies. If the CONSULTANT requires additional<br />

copies, he will so inform the CONTRACTOR upon return of the reviewed<br />

material. Additional copies of shop drawings will be requested in the case<br />

where the subject matter shown thereon requires coordination of two (2)<br />

or more Prime Contracts.<br />

5. Shop <strong>and</strong> setting drawings shall present complete <strong>and</strong> accurate<br />

information relative to all working dimensions, equipment weight<br />

assembly <strong>and</strong> sectional view, all necessary details pertaining to<br />

coordinating the Work of the Contract, lists of materials <strong>and</strong> finishes, parts<br />

lists <strong>and</strong> the description thereof, lists of spare parts <strong>and</strong> tools where such<br />

parts or tools are required, no-scale control diagrams for control wiring<br />

Section 01340 Shop Drawings, Product Data <strong>and</strong> Samples Page 70


DIVISION 1 SPECIFICATIONS<br />

SECTION 01340 – SHOP DRAWINGS, PRODUCT DATA AND SAMPLES<br />

<strong>and</strong> control piping, <strong>and</strong> all other items of information that area required to<br />

demonstrate detail compliance with the Drawings <strong>and</strong> Specifications.<br />

6. If the CONTRACTOR proposes equipment requiring materially different<br />

layout from that shown on the Drawings <strong>and</strong> if such substitution is<br />

acceptable to the CPM <strong>and</strong> the CONSULTANT, the CONTRACTOR shall<br />

submit drawings showing the revised layout of all affected structures,<br />

piping <strong>and</strong> equipment.<br />

7. The CPM’s <strong>and</strong> the CONSULTANT’s review of the CONTRACTOR’s<br />

shop drawings signifies only that such drawings appear to be in<br />

conformity with the Contract Documents or with the CPM’s or<br />

CONSULTANT’s instructions. Such review does not indicate approval of<br />

every detail of the drawings nor of the Work methods of the<br />

CONTRACTOR which are indicated thereon.<br />

8. Regardless of the corrections made in, or reviews given to such drawings<br />

by the CPM or the CONSULTANT, the CONTRACTOR will nevertheless<br />

be responsible for the accuracy of such drawings, for their conformity to<br />

the Drawings <strong>and</strong> Specifications, <strong>and</strong> for the proper fitting <strong>and</strong><br />

construction of the Work.<br />

B. SHOP DRAWINGS:<br />

Exhibit 2<br />

Page 276 of 379<br />

1. Composite Shop Drawings shall be prepared by the CONTRACTOR<br />

where the CPM determines them to be required for coordination of the<br />

Work, including but not limited to:<br />

a. Where Work by separate entities requires off-site fabrication of<br />

products <strong>and</strong> materials which must be accurately interfaced <strong>and</strong><br />

closely intermeshed to produce required results, prepare<br />

composite drawings to indicate how work shown by separate shop<br />

drawings will be interfaced, intermeshed <strong>and</strong> sequenced for<br />

installation.<br />

b. Prepare drawings to indicate how Work shown by separate civil,<br />

structural, mechanical, <strong>and</strong> electrical shop drawings shall be<br />

interfaced, intermeshed <strong>and</strong> sequenced for installation.<br />

c. Prepare drawings for window walls showing integration of<br />

structural systems, glass, plaster, <strong>and</strong> other items making up<br />

principal wall system.<br />

d. No more than three (3) weeks before materials are fabricated or<br />

Work has begun, CONTRACTOR shall submit to CPM <strong>and</strong><br />

CONSULTANT complete, composite, blackline drawings. Prepare<br />

using ¼” minimum scale with congested areas <strong>and</strong> sections<br />

through shafts at 3/8” minimum scale. Submit total sleeving<br />

drawings.<br />

e. CONTRACTOR shall be responsible for coordination of Work.<br />

Each architectural, civil, structural, mechanical, <strong>and</strong> electrical<br />

subcontractor shall be responsible for coordination of their<br />

portions of the Work with Contract <strong>and</strong> with each affected trade.<br />

f. CONTRACTOR shall resolve conflicts, certify blackline drawings<br />

with signature of authorized person, <strong>and</strong> submit blackline<br />

drawings to CONSULTANT through the CPM.<br />

Section 01340 Shop Drawings, Product Data <strong>and</strong> Samples Page 71


DIVISION 1 SPECIFICATIONS<br />

SECTION 01340 – SHOP DRAWINGS, PRODUCT DATA AND SAMPLES<br />

g. Composite drawings for CONSULTANT’s, CPM’s <strong>and</strong><br />

Subcontractor’s use during construction <strong>and</strong> shall not be<br />

construed as replacing any shop drawing or other Project Record<br />

Documents.<br />

h. CPM’s or CONSULTANT’s review of composite drawings shall not<br />

relieve the CONTRACTOR from overall responsibility for<br />

coordination of work performed pursuant to Contract or from other<br />

requirements of Contract.<br />

2. Information required on shop drawings includes, dimensions,<br />

identification of specific products <strong>and</strong> materials which are included in the<br />

Work, compliance with specified st<strong>and</strong>ards <strong>and</strong> notations of coordination<br />

requirements with other Work. Provide special notation of dimensions<br />

that have been established by field measurement. Highlight, encircle or<br />

otherwise indicate deviations from the Contract Documents on the shop<br />

drawings.<br />

3. Coordination Drawings: Provide coordination drawings where required for<br />

the integration of the Work, including Work first shown in detail on shop<br />

drawings or product data. Show sequencing <strong>and</strong> relationship of separate<br />

units of Work, which must inter face in a restricted manner to fit in the<br />

space provided, or function as indicated. Coordination drawings are<br />

considered shop drawings <strong>and</strong> must be definitive in nature.<br />

4. Preparation: Submit newly prepared information, drawn to accurate<br />

scale on sheets not less than 8-1/2” x 11”; except for actual pattern or<br />

template type drawings, the maximum sheet size shall not exceed 30” x<br />

42”. Indicate the name of the firm that prepared each shop drawing <strong>and</strong><br />

provide appropriate project identification in the title block. Provide a<br />

space not less than 20 sq. in. beside the title block for marking the record<br />

of the review process <strong>and</strong> the CONSULTANT’s “Action” marking.<br />

a. Do not reproduce Contract Documents or copy st<strong>and</strong>ard printed<br />

information as the basis of shop drawings.<br />

5. Provide five (5) prints to the CONSULTANT <strong>and</strong> two (2) prints to the CPM<br />

plus two (2) additional prints where required for maintenance manuals,<br />

plus the number of prints needed by the CPM for distribution to others.<br />

Two (2) prints will be returned; the remainder will be retained. One (1) of<br />

the prints returned is to be marked up <strong>and</strong> maintained by the<br />

CONTRACTOR as a “Record Document”.<br />

C. PRODUCT DATA:<br />

Exhibit 2<br />

Page 277 of 379<br />

1. General information required specifically as product data includes<br />

manufacturer’s st<strong>and</strong>ard printed recommendations for application <strong>and</strong><br />

use, compliance with recognized st<strong>and</strong>ards of trade associations <strong>and</strong><br />

testing agencies, <strong>and</strong> the application of their labels <strong>and</strong> seals (if any),<br />

special notation of dimensions which have been verified by way of field<br />

measurement, <strong>and</strong> special coordination requirements for interfacing the<br />

material, product or system with other Work.<br />

2. Preparation: Collect required product data into a single submittal for<br />

each unit of Work or system. Mark each copy to show which choices <strong>and</strong><br />

Section 01340 Shop Drawings, Product Data <strong>and</strong> Samples Page 72


DIVISION 1 SPECIFICATIONS<br />

SECTION 01340 – SHOP DRAWINGS, PRODUCT DATA AND SAMPLES<br />

Exhibit 2<br />

Page 278 of 379<br />

options are applicable to the project. Where product data has been<br />

printed to include information on several similar products, some of which<br />

are not required for use on the project, or are not included in this<br />

submittal, mark the copies to show clearly that such information is not<br />

applicable.<br />

a. Where product data must be specially prepared for required<br />

products, materials, or systems, because st<strong>and</strong>ard printed data is<br />

not suitable for use, submit data as “shop drawings” <strong>and</strong> not as<br />

“product data”.<br />

b. Clearly mark each copy to identify pertinent products or models.<br />

c. Show performance characteristics <strong>and</strong> capacities.<br />

d. Show dimensions <strong>and</strong> clearances required.<br />

e. Show wiring or piping diagrams <strong>and</strong> controls.<br />

f. Indicate finish.<br />

g. Supplement st<strong>and</strong>ard information to furnish information<br />

specifically applicable to Work.<br />

h. Modify drawings <strong>and</strong> diagrams to delete information, which is not<br />

applicable to Work.<br />

3. Submittals: Product data submittal is required for information <strong>and</strong> record<br />

<strong>and</strong> to determine that the products, materials, <strong>and</strong> systems comply with<br />

the provisions of the Contract Documents. Therefore, the initial submittal<br />

is also the final submittal, except where the CONSULTANT observes that<br />

there is non-compliance with the provisions of the Contract Documents<br />

<strong>and</strong> returns the submittal promptly to the CONTRACTOR marked with the<br />

appropriate “Action”.<br />

a. Provide two (2) preliminary single-copy submittals where required,<br />

for selection of options by the CPM <strong>and</strong> the CONSULTANT.<br />

4. Submit four (4) copies to the CONSULTANT <strong>and</strong> two (2) copies to the<br />

CPM of each required product data submittal, plus two (2) additional<br />

copies where required for maintenance manuals. Two (2) copies will be<br />

returned to the CONTRACTOR, marked with “Action” <strong>and</strong> corrections or<br />

modifications as required, the remainder will be retained.<br />

a. Do not submit product data or allow its use on the project, until<br />

compliance with the requirements of the Contract Documents has<br />

been confirmed by the CONTRACTOR.<br />

5. Final Distribution: Furnish copies of product data to subcontractors,<br />

suppliers, fabricators, manufacturers, installers, governing authorities <strong>and</strong><br />

others as required for proper performance of the Work. Show distribution<br />

on transmittal forms.<br />

6. Installation Copy: Do not proceed with installation of materials, products<br />

<strong>and</strong> systems until a copy of product data applicable to the installation is in<br />

the possession of the Installer. Do not permit the use of unmarked copies<br />

of product data in connection with the performance of the Work.<br />

Section 01340 Shop Drawings, Product Data <strong>and</strong> Samples Page 73


DIVISION 1 SPECIFICATIONS<br />

SECTION 01340 – SHOP DRAWINGS, PRODUCT DATA AND SAMPLES<br />

D. SAMPLES:<br />

Exhibit 2<br />

Page 279 of 379<br />

1. Submit samples for the CONSULTANT’s visual review of general generic<br />

kind, color, pattern, <strong>and</strong> texture, <strong>and</strong> for a final check of the coordination<br />

of these characteristics with other related elements of the Work. Samples<br />

are also submitted for quality control comparison of these characteristics<br />

<strong>between</strong> the final sample submittal <strong>and</strong> the actual Work as it is delivered<br />

<strong>and</strong> installed.<br />

a. Refer to individual Work sections for additional sample<br />

requirements, which may be intended for examination or testing of<br />

additional characteristics. Compliance with other required<br />

characteristics is the exclusive responsibility of the<br />

CONTRACTOR; such compliance is not considered in the<br />

CONSULTANT’s review <strong>and</strong> “Action” indication on sample<br />

submittals.<br />

b. Documentation required specifically for sample submittals include<br />

a generic description of the sample, the sample source or the<br />

product name or manufacturer, compliance with governing<br />

regulations <strong>and</strong> recognized st<strong>and</strong>ards. In addition, indicate<br />

limitations in terms of availability, sizes, delivery time, <strong>and</strong> similar<br />

limiting characteristics.<br />

2. Preparation: Where possible provide samples that are physically<br />

identical with the proposed material or product to be incorporated in the<br />

Work; provide full scale, fully fabricated samples cured <strong>and</strong> finished in the<br />

manner specified. Where variations in color, pattern, or texture are<br />

inherent in the material or product represented by the sample, submit<br />

multiple units of the sample (not less than 3 units), which show the<br />

approximate limits of variations. Where samples are specified for the<br />

CONSULTANT’s selection of color, texture or pattern, submit a full set of<br />

available choices for the material or product. Mount, display, or package<br />

samples in the manner specified to facilitate the review of indicated<br />

qualities. Prepare samples to match the CONSULTANT’s sample where<br />

so indicated.<br />

a. Refer to individual sections of these specifications for samples,<br />

which, because of their relatively high cost or other special<br />

considerations, are intended to be returned to the CONTRACTOR<br />

for incorporation in the Work. Such samples must be in an<br />

undamaged condition at the time of use. On the transmittal form<br />

to the CONSULTANT, indicate such special requests regarding<br />

the disposition of sample submittals.<br />

b. Submit six (6) sets of samples, two (2) to the CPM, four (4) to the<br />

CONSULTANTs, two (2) sets will be returned.<br />

3. Distribution of Samples: Maintain the final submittal sets of samples, as<br />

returned by the CONSULTANT, at the project site, available for quality<br />

control comparisons throughout the course of performing the Work. In<br />

addition, final submittal sets may be used to obtain final acceptance of the<br />

Work associated with each set. Prepare <strong>and</strong> distribute additional sets of<br />

Section 01340 Shop Drawings, Product Data <strong>and</strong> Samples Page 74


DIVISION 1 SPECIFICATIONS<br />

SECTION 01340 – SHOP DRAWINGS, PRODUCT DATA AND SAMPLES<br />

samples to subcontractors, suppliers, fabricators, manufacturers,<br />

installers, governing authorities, <strong>and</strong> others as required for proper<br />

performance of the Work. Show final distribution on transmittal forms.<br />

4. Mock-Ups: Mock-ups are special form of samples, which are too<br />

large or otherwise inconvenient for h<strong>and</strong>ling in specified manner for<br />

transmittal of sample submittals. Mock-ups <strong>and</strong> similar samples specified<br />

in individual Work sections recognized as a special type of sample.<br />

Comply with requirements for sample to greatest extent possible, <strong>and</strong><br />

process transmittal forms to provide records of activity.<br />

a. Field Samples:<br />

E. MISCELLANEOUS SUBMITTALS:<br />

Exhibit 2<br />

Page 280 of 379<br />

(1) Construct mock-up for CONSULTANT’s <strong>and</strong> CPM’s visual<br />

examination, for quality control, <strong>and</strong> performance of<br />

required testing.<br />

(2) Erect at location acceptable to CPM.<br />

(3) Size of Area: As specified in respective Specification<br />

Section.<br />

(4) Fabricate each sample <strong>and</strong> mock-up complete <strong>and</strong> finished<br />

using materials, fabrication, <strong>and</strong> installation methods<br />

identical with those indicated for Work.<br />

(5) Remove mock-ups at conclusion of Work or when<br />

acceptable to CPM if not incorporated into Work.<br />

1. Inspection <strong>and</strong> Test Reports: Classify each inspection <strong>and</strong> test report as<br />

being either “shop drawings” or “product data” depending on whether the<br />

report is specially prepared for the project, or a st<strong>and</strong>ard publication of<br />

workmanship control testing at the point of production. Process<br />

inspection <strong>and</strong> test reports accordingly.<br />

2. Warranties: Refer to Section 01740 - WARRANTIES, for specific general<br />

requirements on warranties, product bonds, workmanship bonds <strong>and</strong><br />

maintenance agreements. In addition to copies desired for the<br />

CONTRACTOR’s use, furnish two (2) executed copies of such<br />

warranties, bonds, or agreements. Provide two (2) additional copies<br />

where required for maintenance manuals.<br />

3. Survey Data: Refer to Section 01040 - PROJECT COORDINATION, for<br />

specific general requirements on property surveys, field measurements,<br />

<strong>and</strong> quantitative records of actual Work, damage surveys <strong>and</strong> similar data<br />

required by the individual sections. None of the specified copies will be<br />

returned.<br />

4. St<strong>and</strong>ards: Where submittal of a copy of a st<strong>and</strong>ard is indicated, <strong>and</strong><br />

except where copies of st<strong>and</strong>ards are specified as an integral part of a<br />

“Product Data” submittal, submit a single copy of st<strong>and</strong>ards for the<br />

CONSULTANT’s use. Where workmanship, whether at the project site or<br />

elsewhere is governed by a st<strong>and</strong>ard, furnished additional copies of the<br />

st<strong>and</strong>ard to fabricators, installers <strong>and</strong> others involved in the performance<br />

of the Work.<br />

5. Closeout Submittals: Refer to Section 01770 - PROJECT CLOSEOUT,<br />

<strong>and</strong> to individual section of these specifications for specific submittal<br />

Section 01340 Shop Drawings, Product Data <strong>and</strong> Samples Page 75


DIVISION 1 SPECIFICATIONS<br />

SECTION 01340 – SHOP DRAWINGS, PRODUCT DATA AND SAMPLES<br />

requirements of project closeout information, materials, tools, <strong>and</strong> similar<br />

items.<br />

6. General Distribution: Provide additional distribution of submittals to<br />

subcontractors, suppliers, fabricators, installers, governing authorities,<br />

<strong>and</strong> others as necessary for the proper performance of the Work. Include<br />

such additional copies in the submittals to the CONSULTANT where the<br />

submittals are required to receive “Action” marking before final<br />

distribution. Record distributions on transmittal forms.<br />

1.06 CONTRACTOR’ DUTIES<br />

A. Review submittals prior to transmittal; determine <strong>and</strong> verify field measurements,<br />

field construction criteria, manufacturer’s catalog numbers, <strong>and</strong> conformance of<br />

submittal with requirements of Contract Documents.<br />

B. Coordinate submittals with requirements of Work <strong>and</strong> of Contract Documents.<br />

C. Submittals or Accompanying Transmittal Letter Shall Contain:<br />

Exhibit 2<br />

Page 281 of 379<br />

1. Date of submission <strong>and</strong> dates of previous submissions when applicable.<br />

2. Project title <strong>and</strong> number.<br />

3. Contract identification.<br />

4. Names of subcontractor, supplier, <strong>and</strong> manufacturer.<br />

5. Identification of product with Specification Section number.<br />

6. Field dimensions, clearly identified as such.<br />

7. Relation to adjacent or critical features of work of materials.<br />

8. Applicable st<strong>and</strong>ards, such as, ASTM or Federal Specification numbers.<br />

9. Identification of revisions on resubmittal.<br />

10. Additional information required by Contract Documents.<br />

11. CONTRACTOR executed review <strong>and</strong> approval marking or stamp.<br />

12. Blank space for CPM’s <strong>and</strong> CONSULTANT’s action marking or stamp.<br />

13. CONTRACTOR to carefully check all submittals <strong>and</strong> be responsible for<br />

dimensions, quantity etc. necessary to make a complete project in<br />

compliance with plans <strong>and</strong> specifications.<br />

D. Clearly identify on submittals, or in writing at time of submission, deviations in<br />

submittals from requirements of Contract Documents. CONTRACTOR’s<br />

responsibility for deviations in submittals from requirements of Contract<br />

Documents is not relieved by CPM <strong>and</strong> CONSULTANT’s review of submittals<br />

unless CONSULTANT furnishes written recommendation of acceptance of<br />

specific deviations to the CPM <strong>and</strong> the CPM provides written acceptance to<br />

CONTRACTOR.<br />

E. Apply CONTRACTOR’s mark or stamp, sign, <strong>and</strong> date, Signature of<br />

CONTRACTOR’s authorized person certified verification of products, verification<br />

of field measurements <strong>and</strong> field construction criteria, <strong>and</strong> coordination of<br />

information within submittal with requirements of work <strong>and</strong> of Contract<br />

Documents. Submittals without CONTRACTOR’s executed mark or stamp <strong>and</strong><br />

signature will be returned without disposition.<br />

Section 01340 Shop Drawings, Product Data <strong>and</strong> Samples Page 76


DIVISION 1 SPECIFICATIONS<br />

SECTION 01340 – SHOP DRAWINGS, PRODUCT DATA AND SAMPLES<br />

F. Submittals that are received from sources other than through CONTRACTOR’s<br />

office will be returned without action. Delays resulting there from shall be<br />

CONTRACTOR’s responsibility.<br />

G. Package each submittal appropriately for transmittal <strong>and</strong> h<strong>and</strong>ling.<br />

H. Distribute reproductions of shop drawings, copies of product data, <strong>and</strong> samples,<br />

which bear CONSULTANT’s stamp of approval, to jobsite file, record documents<br />

file, subcontractors, suppliers <strong>and</strong> other entities requiring information.<br />

I. Do not fabricate products or begin work, which required submittals until return of<br />

submittal with CONSULTANT’s <strong>and</strong> CPM’s acceptance.<br />

1.07 CPM’S AND CONSULTANT’S ACTION:<br />

A. Where action <strong>and</strong> return is required or requested, CONSULTANT will review<br />

each submittal, mark with action, <strong>and</strong> where possible return with reasonable<br />

promptness. CPM will forward all comments to the CONSULTANT<br />

1. Where submittal must be held for coordination, CONTRACTOR will be so<br />

advised by the CONSULTANT.<br />

2. Affix stamp <strong>and</strong> initial or sign, <strong>and</strong> indicate requirements for resubmittal,<br />

or acceptance of submittal.<br />

3. Return submittals to CONTRACTOR for distribution or for resubmission.<br />

4. CONSULTANT will review submittals for design content only. CPM will<br />

review submittals for construction <strong>and</strong> installation considerations.<br />

B. Final Unrestricted Release: When submittal is returned marked “No Exceptions<br />

Taken”, work may proceed, provided it complies with Contract Documents.<br />

C. Final-But-Restricted-Release: When submittal is returned marked “Note<br />

Markings”, Work may proceed, provided it complies with notations <strong>and</strong><br />

corrections on submittal <strong>and</strong> with Contract Documents.<br />

D. Returned for Resubmittal:<br />

Exhibit 2<br />

Page 282 of 379<br />

1. When submittal is returned marked “Revise <strong>and</strong> Resubmit” or is<br />

unmarked, do not proceed with Work.<br />

2. Revise submittal in accordance with notations <strong>and</strong> resubmit without delay<br />

to obtain difference action marking.<br />

E. Other Action: Where submittal is returned for other reasons, with the CPM or<br />

CONSULTANT’s explanation included, it will be marked “Not Accepted”.<br />

PART 2 - PRODUCTS<br />

PART 3 - EXECUTION<br />

(Not Used)<br />

(Not Used)<br />

ATTACHMENTS:<br />

Submittal Transmittal<br />

Section 01340 Shop Drawings, Product Data <strong>and</strong> Samples Page 77


DIVISION 1 SPECIFICATIONS<br />

SECTION 01340 – SHOP DRAWINGS, PRODUCT DATA AND SAMPLES<br />

Exhibit 2<br />

Page 283 of 379<br />

SUBMITTAL TRANSMITTAL<br />

Project Name _______________________________________ Submittal No. __________________<br />

CM-at-Risk Contractor<br />

(CMR)__________________________________________________________________________<br />

Subcontractor/Supplier________________________________________________________________________<br />

Specification Section __________________Paragraph Reference _____________________________________<br />

Drawing Number _____________________Section/Detail Reference ___________________________________<br />

Manufacturer ________________________ Model No. ______________________________________________<br />

Transmittal<br />

Record<br />

CMR to PM<br />

Attention:<br />

Date<br />

Sent<br />

Date<br />

Received<br />

Date Due Quantity Reviewed by:<br />

CMR to<br />

Consultant<br />

Consultant to<br />

Subconsultant<br />

Subconsultant to<br />

Consultant<br />

Consultant to<br />

PM<br />

PM to CMR<br />

DEVIATIONS: None __________;<br />

As Listed _____________<br />

SPACE REQUIREMENTS: As Designed ___________; Different <strong>and</strong> as Listed _____________<br />

THIS SUBMITTAL CONSISTS OF (SELECT):<br />

Product Data<br />

Maintenance Instructions<br />

Shop Drawings<br />

Manufacturer’s Test Report<br />

Installation Instructions<br />

Manufacturer’s Approval of Applicator/Installer<br />

Material Schedule<br />

Others (include list)<br />

Quantity: __________ Description: _____________________________________________<br />

Sepia ________________________________________________________________________<br />

Prints ____________________________________________________________________________<br />

Samples ____________________________________________________________________________<br />

Check one of the following:<br />

Submitted Resubmitted <br />

By___________________________________________________<br />

Date____________________________________________<br />

Signature<br />

SUBMITTAL TRANSMITTAL REVIEW<br />

Consultant’s project # _____________<br />

Consultant’s tracking # _______________<br />

NO EXCEPTIONS TAKEN NOTE COMMENTS REJECTED <br />

RESUBMIT<br />

CONSULTANT’S COMMENTS:<br />

_____________________________________________________________________________________________<br />

____<br />

Section 01340 Shop Drawings, Product Data <strong>and</strong> Samples Page 78


DIVISION 1 SPECIFICATIONS<br />

SECTION 01340 – SHOP DRAWINGS, PRODUCT DATA AND SAMPLES<br />

Exhibit 2<br />

Page 284 of 379<br />

_____________________________________________________________________________________________<br />

____<br />

By ____________________________________________________________ Date<br />

_____________________________________<br />

Signature<br />

CPM’s COMMENTS: __________________________________________________________<br />

____________________________________________________________________________________________<br />

_____<br />

____________________________________________________________________________________________<br />

_____<br />

By ____________________________________________________________ Date<br />

______________________________<br />

Signature<br />

Note:<br />

Notations do not authorize changes to contract price or time. If you are authorized to proceed with the work identified in this<br />

submittal, it is assumed that no change in the contract amount or completion date is required. If a change in the work affecting your<br />

contract price or completion date is involved, notify the PM immediately.<br />

END OF SECTION 01340 - SHOP DRAWINGS, PRODUCT DATA AND SAMPLES<br />

Section 01340 Shop Drawings, Product Data <strong>and</strong> Samples Page 79


DIVISION 1 SPECIFICATIONS - SECTION 01390 CONTROL OF WORK<br />

PART 1 - GENERAL<br />

1.01 AUTHORITY OF CPM AND THE CONSULTANT<br />

A. The CONSULTANT will decide any <strong>and</strong> all questions that may arise as to the<br />

quality <strong>and</strong> acceptability of materials furnished <strong>and</strong> the technical interpretation of<br />

the Contract Documents. The CPM will decide any <strong>and</strong> all questions that may<br />

arise as to the work performed, the rate of progress of the Work, the fulfillment of<br />

the Contract on the part of the Contractor <strong>and</strong> the rights of different Contractors<br />

on the Project. The CPM will determine the amount <strong>and</strong> quality of the several<br />

kinds of work performed <strong>and</strong> materials furnished which are to be paid for under<br />

the Contract.<br />

1.02 CONFORMITY WITH DRAWINGS AND SPECIFICATIONS<br />

Exhibit 2<br />

Page 285 of 379<br />

A. All work <strong>and</strong> all materials furnished shall be in conformity with the lines, grades,<br />

grading sections, cross sections, dimensions, materials requirements, <strong>and</strong> testing<br />

requirements that are specified (including specified tolerances) in the Contract<br />

Documents.<br />

B. If the CONSULTANT finds the materials furnished, or the finished product not<br />

within conformity with the Contract Documents but that the portion of the Work<br />

affected will, in his/her opinion, result in a finished product having a level of<br />

safety, economy, durability, <strong>and</strong> workmanship acceptable to the <strong>COUNTY</strong>, he will<br />

submit written findings <strong>and</strong> advise the CPM of the recommendation that the<br />

affected work be accepted <strong>and</strong> remain in place. In this event, the CPM will<br />

document its determination <strong>and</strong> recommend to the <strong>COUNTY</strong> a basis of<br />

acceptance that will provide for an adjustment in the Contract Sum for the<br />

affected portion of the Work. The CONSULTANT's determination <strong>and</strong> the CPM’s<br />

recommended Contract Sum adjustments will be based on good engineering<br />

judgment <strong>and</strong> such test or retests of the affected work as are, in their opinion,<br />

needed. Changes in the Contract Sum shall be covered by contract<br />

modifications as applicable.<br />

C. If the CONSULTANT finds, <strong>and</strong> advises the CPM that the materials furnished, or<br />

the finished product are not in reasonably close conformity with the Contract<br />

Documents <strong>and</strong> have resulted in an unacceptable finished product, the affected<br />

work or materials shall be removed <strong>and</strong> replaced or otherwise corrected by <strong>and</strong><br />

at the expense of the CONTRACTOR in accordance with the CPM’s written<br />

instructions.<br />

D. For the purpose of this Section, the term “reasonably close conformity” shall not<br />

be construed as waiving the CONTRACTOR’s responsibility to complete the<br />

Work in accordance with the Contract Documents. The term shall not be<br />

construed as waiving either the CPM’s or the CONSULTANT's right to insist on<br />

strict compliance with the Contract Documents during the CONTRACTOR’s<br />

prosecution of the Work, when, in the CPM’s opinion, such compliance is<br />

essential to provide an acceptable finished portion of the Work.<br />

E. For the purpose of this Section, the term “reasonably close conformity” is also<br />

intended to provide the CPM <strong>and</strong> the CONSULTANT with the authority to use<br />

Section 01390 Control of Work Page 80


DIVISION 1 SPECIFICATIONS - SECTION 01390 CONTROL OF WORK<br />

good architectural <strong>and</strong> engineering, <strong>and</strong> construction management judgment in<br />

their determinations as to acceptance of Work that is not in strict conformity but<br />

will provide a finished product equal to or better than that intended by the<br />

requirements of the Contract Documents.<br />

1.03 COORDINATION OF CONTRACT DOCUMENTS<br />

A. The Contract Documents <strong>and</strong> all referenced st<strong>and</strong>ards cited are essential parts<br />

of the Contract Requirements. A requirement occurring in one is as binding as<br />

though occurring in all. They are intended to be complementary <strong>and</strong> to describe<br />

<strong>and</strong> provide for a complete Work. In case of discrepancy, figured dimensions,<br />

unless obviously incorrect, shall govern over scaled dimensions. Cited st<strong>and</strong>ards<br />

for materials or testing, <strong>and</strong> cited FAA Advisory Circulars <strong>and</strong> other st<strong>and</strong>ards<br />

shall be considered as st<strong>and</strong>ard specifications.<br />

B. Any table, gradation, size, dimension, rate, mix, method, nomenclature, pay item<br />

number, basis of payment or method of measurement shown on the written<br />

Contract Documents, will take precedence over any variance with the drawings.<br />

C. The CONTRACTOR shall not take advantage of any apparent error or omission<br />

in the various Contract Documents. In the event the CONTRACTOR discovers<br />

any apparent conflict, error or discrepancy, he shall immediately call upon the<br />

CPM for his/her interpretation <strong>and</strong> decision, <strong>and</strong> such decision shall be final.<br />

1.04 CONSULTANT'S DRAWINGS<br />

A. The Drawings furnished by the CONSULTANT consist of general drawings<br />

showing such details as are necessary to give a comprehensive idea of the<br />

construction contemplated. Roadway plans will show, in general, alignment,<br />

profile grades, typical cross sections <strong>and</strong> general cross sections. Structure<br />

plans, in general, will show in detail all dimensions of the Work contemplated.<br />

B. When the structure plans do not show dimensions in detail, they will show<br />

general features <strong>and</strong> such details as necessary to give a comprehensive idea of<br />

the design <strong>and</strong> construction of the structure.<br />

C. Not all conflicts are known within the Project area. Not all conflicts are shown on<br />

the Drawings. The CONTRACTOR is solely responsible for the location <strong>and</strong><br />

protection of all equipment <strong>and</strong> facilities, which are to remain in service <strong>and</strong> in<br />

place during <strong>and</strong> after completion of all Project Work.<br />

1.05 FIELD NOTES<br />

Exhibit 2<br />

Page 286 of 379<br />

A. Field notes <strong>and</strong> records shall be kept as layout work is accomplished. These<br />

field notes <strong>and</strong> records shall be available for review by the CPM <strong>and</strong><br />

CONSULTANT as the Work progresses <strong>and</strong> copies shall be furnished to the<br />

CPM at the time of completion of the Project. An inspection or checking of the<br />

CONTRACTOR’s field notes or layout work by the CPM <strong>and</strong> the acceptance of<br />

all or any part thereof, shall not relieve the CONTRACTOR of his responsibility to<br />

achieve the lines, grades, <strong>and</strong> dimensions shown in the Drawings <strong>and</strong><br />

Specifications.<br />

Section 01390 Control of Work Page 81


DIVISION 1 SPECIFICATIONS - SECTION 01390 CONTROL OF WORK<br />

Exhibit 2<br />

Page 287 of 379<br />

1.06 PAYMENT<br />

A. The cost of all stakes <strong>and</strong> the cost of performing layout work as described above<br />

shall be included in the Contractor’s Cost of Work for the various items of Work<br />

to which it is incidental.<br />

1.07 AUTOMATICALLY CONTROLLED EQUIPMENT<br />

A. Whenever equipment is required to be operated automatically under the Contract<br />

<strong>and</strong> a breakdown or malfunction of the automatic controls occurs, the equipment<br />

may be operated manually or by other methods for a period 48-hours following<br />

the breakdown or malfunction, provided this method of operations will produce<br />

results which conform to all other requirements of the Contract. Such manual<br />

operation must be approved by the CPM.<br />

1.08 AUTHORITY AND DUTIES OF INSPECTORS<br />

A. Inspectors employed by the CPM <strong>and</strong> the <strong>COUNTY</strong> shall be authorized to<br />

inspect all work done <strong>and</strong> all materials furnished. Such inspection may extend to<br />

all or any part of the Work <strong>and</strong> to the preparation, fabrication, or manufacture of<br />

the materials to be used. Inspectors are not authorized to revoke, alter or waive<br />

any provision of the Contract. Inspectors are not authorized to issue instructions<br />

contrary to the Contract Documents or to act as foreman for the CONTRACTOR.<br />

B. Inspectors employed by the <strong>COUNTY</strong> <strong>and</strong> the CONSULTANT are authorized to<br />

notify the CONTRACTOR of any failure of the Work or materials to conform to<br />

the requirements of the Contract Documents <strong>and</strong> to reject such nonconforming<br />

materials in question until such issues can be referred to the CPM for decision.<br />

1.09 INSPECTION OF THE WORK<br />

A. All materials <strong>and</strong> each part or detail of the Work shall be subject to inspection by<br />

the CPM or CONSULTANT. The CPM or CONSULTANT shall be allowed access<br />

to all parts of the Work <strong>and</strong> shall be furnished with such information <strong>and</strong><br />

assistance by the CONTRACTOR as is required to make a complete <strong>and</strong><br />

detailed inspection.<br />

B. If the CPM requests it, the CONTRACTOR, at any time before acceptance of the<br />

Work, shall remove or uncover such portions of the finished Work as may be<br />

directed. After examination, the CONTRACTOR shall restore said portions of the<br />

Work to the st<strong>and</strong>ard required by the Specifications. Should the Work thus<br />

exposed or examined prove acceptable, the uncovering, or removing, <strong>and</strong> the<br />

replacing of the covering or making good of the parts removed will be paid for as<br />

extra work; but should the Work so exposed or examined prove unacceptable,<br />

the uncovering, or removing, <strong>and</strong> the replacing of the covering or making good of<br />

the parts removed will be at the CONTRACTOR’s expense.<br />

C. Any Work done or materials used without supervision or inspection by the CPM<br />

may be ordered removed <strong>and</strong> replaced at the CONTRACTOR’s expense unless<br />

Section 01390 Control of Work Page 82


DIVISION 1 SPECIFICATIONS - SECTION 01390 CONTROL OF WORK<br />

CPM or CONSULTANT failed to inspect after having been given reasonable<br />

notice in writing that the Work was performed <strong>and</strong> ready for inspection.<br />

D. Should the Contract Work include relocation, adjustment, or any other<br />

modification to existing facilities, not the property of the <strong>COUNTY</strong>, authorized<br />

representatives of the <strong>COUNTY</strong> of such facilities shall be given the right to<br />

inspect such Work. Such inspection shall in no sense make any facility <strong>COUNTY</strong><br />

a party to the Contract, <strong>and</strong> shall in no way interfere with the rights of the parties<br />

to this Contract. Inspection <strong>and</strong>/or approval of the Work or any portion thereof<br />

shall not relieve the CONTRACTOR of responsibility for faulty materials or<br />

workmanship.<br />

1.10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK<br />

A. All Work which does not conform to the requirements of the Contract Documents<br />

will be considered unacceptable, unless otherwise determined acceptable by the<br />

CPM as provided in Item 1.03 CONFORMITY WITH DRAWINGS AND<br />

SPECIFICATIONS of this Section.<br />

B. Unacceptable Work, whether the result of poor workmanship, use of defective<br />

materials, damage through carelessness, or any other cause found to exist prior<br />

to the Final Completion of the Work, shall be removed immediately <strong>and</strong> replaced<br />

in an acceptable manner in accordance with the provisions of the Contract<br />

Documents<br />

C. Work done contrary to the instructions of the CPM, work done beyond the lines<br />

shown on the Drawings or as given, except as herein specified, or any extra work<br />

done without authority, will be considered as unauthorized <strong>and</strong> will not be paid for<br />

under the provisions of the Contract. Work so done may be ordered removed or<br />

replaced at the CONTRACTOR’s expense.<br />

D. Upon failure on the part of the CONTRACTOR to comply forthwith with any order<br />

of the CPM made under the provision of this Section, the CPM will have authority<br />

to cause unacceptable work to be remedied or removed <strong>and</strong> replaced <strong>and</strong><br />

unauthorized work to be removed <strong>and</strong> to deduct the costs (incurred by the<br />

<strong>COUNTY</strong>) from any monies due or to become due the CONTRACTOR.<br />

1.11 MAINTENANCE DURING CONSTRUCTION<br />

Exhibit 2<br />

Page 288 of 379<br />

A. The CONTRACTOR shall maintain the Work during construction <strong>and</strong> until the<br />

Work is accepted by the CPM. This maintenance shall constitute continuous <strong>and</strong><br />

effective work prosecuted day by day, with adequate equipment <strong>and</strong> forces so<br />

that the Work is maintained in satisfactory condition at all times. All Work shall<br />

be protected during any delay <strong>between</strong> phases or sub-phases of construction<br />

required to complete the Work.<br />

1.12 FAILURE TO MAINTAIN THE WORK<br />

A. Should the CONTRACTOR at any time fail to maintain the Work as provided in<br />

Item 1.12 MAINTENANCE DURING CONSTRUCTION of this Section, the CPM<br />

Section 01390 Control of Work Page 83


DIVISION 1 SPECIFICATIONS - SECTION 01390 CONTROL OF WORK<br />

Exhibit 2<br />

Page 289 of 379<br />

will notify the CONTRACTOR of such noncompliance. Such notification will<br />

specify a reasonable time within which the CONTRACTOR shall be required to<br />

remedy such unsatisfactory maintenance condition. The time specified will give<br />

due consideration to the exigency that exists.<br />

B. Should the CONTRACTOR fail to respond to the Project Manager’s notification, the<br />

CPM may suspend any work necessary for the <strong>COUNTY</strong> to correct such<br />

unsatisfactory maintenance condition, depending on the exigency that exists. Any<br />

maintenance costs incurred by the <strong>COUNTY</strong> shall be deducted from monies due to<br />

become due the CONTRACTOR.<br />

PART 2 - PRODUCTS<br />

PART 3 - EXECUTION<br />

(Not Used)<br />

(Not Used)<br />

END OF SECTION 01390 - CONTROL OF WORK<br />

Section 01390 Control of Work Page 84


Exhibit 2<br />

Page 290 of 379<br />

DIVISION 1 SPECIFICATIONS - SECTION 01400 QUALITY CONTROL SERVICES<br />

PART 1 - GENERAL<br />

1.01 DESCRIPTION<br />

A. General: This Section specifies administrative <strong>and</strong> procedural requirements for<br />

quality assurance/quality control testing services.<br />

1. Quality assurance/quality control testing services include inspections,<br />

tests, <strong>and</strong> related actions including reports, performed by the independent<br />

Test Laboratory under contract to the CONTRACTOR. Such services<br />

assist the CONTRACTOR in evaluating if the Work performed complies<br />

with the specifications or for use in evaluating construction related<br />

purposes. The CONTRACTOR may provide copies of test <strong>and</strong> inspection<br />

reports to the CPM upon request. Quality assurance/quality control<br />

testing costs are the responsibility of the CONTRACTOR <strong>and</strong> are a Cost<br />

of Work. They do not include Contract enforcement activities performed<br />

by the CPM or the CONSULTANT.<br />

2. Quality acceptance testing services include inspections, tests, <strong>and</strong> related<br />

actions including reports, performed by the independent Test Laboratory<br />

under contract to the <strong>COUNTY</strong>. Such inspection <strong>and</strong> testing services are<br />

intended to assist the CPM <strong>and</strong> the CONSULTANT in the determination<br />

that the Work performed meets with requirements specified or indicated.<br />

These services do not relieve the CONTRACTOR of responsibility for<br />

compliance with Contract Documents requirements.<br />

3. Payment for, <strong>and</strong> acceptance of, the Work will be made based on the<br />

Work installed meeting or exceeding the specifications as determined by<br />

the <strong>COUNTY</strong>’s quality acceptance testing results.<br />

B. Requirements of this Section relate to customized fabrication <strong>and</strong> installation<br />

procedures, not production of st<strong>and</strong>ard products.<br />

1. Inspections, test <strong>and</strong> related actions specified are not intended to limit the<br />

CONTRACTOR’s quality control procedures that facilitate compliance<br />

with Contract Documents requirements.<br />

2. Requirements for the CONTRACTOR to provide quality control services<br />

required by the Contract Documents, CPM, CONSULTANT, <strong>and</strong><br />

authorities having jurisdiction are not limited by provisions of this Section.<br />

1.02 TESTING BY THE <strong>COUNTY</strong><br />

A. The <strong>COUNTY</strong> will engage <strong>and</strong> pay for the services of a Testing Laboratory to<br />

perform quality acceptance inspections <strong>and</strong> tests specified for the work.<br />

1. Where the <strong>COUNTY</strong> has engaged a testing laboratory or other entity for<br />

testing <strong>and</strong> inspection of a part of the Work, <strong>and</strong> the CONTRACTOR is<br />

also required to engage an entity for the same related element, the<br />

CONTRACTOR shall not employ the entity engaged by the <strong>COUNTY</strong>,<br />

unless otherwise agreed in writing with the CPM.<br />

Section 01400 Quality Control Services Page 85


DIVISION 1 SPECIFICATIONS - SECTION 01400 QUALITY CONTROL SERVICES<br />

1.03 TESTING BY THE CONTRACTOR<br />

A. The CONTRACTOR may engage <strong>and</strong> will pay for the services of a Testing<br />

Laboratory to perform inspections <strong>and</strong> quality assurance/quality control tests.<br />

The <strong>COUNTY</strong> will ONLY engage <strong>and</strong> pay for the services of a Testing Laboratory<br />

to perform quality acceptance inspections <strong>and</strong> tests.<br />

1. Where the Consultant has engaged a testing laboratory or other entity for<br />

testing <strong>and</strong> inspection of a part of the Work, <strong>and</strong> the CONTRACTOR is<br />

also required to engage an entity for the same related element, the<br />

CONTRACTOR shall not employ the entity engaged by the<br />

CONSULTANT, unless otherwise agreed in writing with the CPM.<br />

1.04 CONTRACTOR RESPONSIBILITIES<br />

Exhibit 2<br />

Page 291 of 379<br />

A. CONTRACTOR Responsibilities: The CONTRACTOR shall provide inspections,<br />

tests <strong>and</strong> similar quality assurance/quality control services, specified in individual<br />

Specification Sections <strong>and</strong> required by governing authorities.<br />

1. Retesting: When the Work installed by the CONTRACTOR does not<br />

meet the requirements of the Specifications, as determined by the<br />

<strong>COUNTY</strong>’s quality acceptance testing, the CONTRACTOR is responsible<br />

for retesting costs for all required inspections, tests, or similar services.<br />

2. Associated Services: The CONTRACTOR shall cooperate with the<br />

laboratories performing required inspections, tests, <strong>and</strong> similar services,<br />

<strong>and</strong> provide reasonable auxiliary services as requested. The<br />

CONTRACTOR shall notify the CPM at least 24 hours in advance of<br />

operations requiring testing by the <strong>COUNTY</strong> to permit assignment of<br />

personnel. Auxiliary services required include but are not limited to:<br />

a. Providing access to the Work <strong>and</strong> furnishing incidental labor <strong>and</strong><br />

facilities necessary to facilitate inspections <strong>and</strong> tests.<br />

b. Taking adequate quantities of representative samples of materials<br />

that require testing or assisting the laboratories in taking samples.<br />

c. Providing facilities for storage <strong>and</strong> curing of test samples, <strong>and</strong><br />

delivery of samples to testing laboratories.<br />

d. Providing the testing laboratory with preliminary design mix<br />

proposed for use for materials mixes that require control by the<br />

testing agency.<br />

e. Providing security <strong>and</strong> protection of samples <strong>and</strong> test equipment<br />

at the Project site.<br />

B. Duties of the Testing Laboratory: The independent testing laboratory engaged<br />

by the <strong>COUNTY</strong>, CONSULTANT or CONTRACTOR to perform inspections,<br />

sampling <strong>and</strong> testing of materials <strong>and</strong> construction specified in individual<br />

Specification Sections will cooperate with the CPM, CONSULTANT <strong>and</strong><br />

CONTRACTOR in performance of its duties, <strong>and</strong> provide qualified personnel to<br />

perform required inspections <strong>and</strong> tests.<br />

Section 01400 Quality Control Services Page 86


DIVISION 1 SPECIFICATIONS - SECTION 01400 QUALITY CONTROL SERVICES<br />

1. The <strong>COUNTY</strong>’s testing laboratory will notify the CPM <strong>and</strong> CONSULTANT<br />

promptly of irregularities or deficiencies observed in the Work during<br />

performance of its services.<br />

2. All testing laboratories do not have authority to release, revoke, alter or<br />

enlarge requirements of the Contract Documents, or approve or accept<br />

any portion of the Work.<br />

3. All testing laboratories shall not perform any duties install the Work of the<br />

CONTRACTOR.<br />

C. Coordination: The CONTRACTOR <strong>and</strong> each laboratory engaged to perform<br />

inspections, tests, <strong>and</strong> similar services shall coordinate the sequence of activities<br />

to accommodate required services with a minimum of delay. In addition, the<br />

CONTRACTOR <strong>and</strong> each laboratory shall coordinate activities to avoid the<br />

necessity of removing <strong>and</strong> replacing construction to accommodate inspections<br />

<strong>and</strong> tests.<br />

1.05 SUBMITTALS<br />

Exhibit 2<br />

Page 292 of 379<br />

1. The CONTRACTOR is responsible for scheduling times for inspections,<br />

tests taking samples, <strong>and</strong> similar activities, <strong>and</strong> shall notify the CPM at<br />

least 24 hours in advance of testing <strong>and</strong> sampling activities.<br />

A. The independent testing laboratory employed by the <strong>COUNTY</strong> or CONSULTANT<br />

will submit an original <strong>and</strong> one (1) copy of the certified written report to the CPM.<br />

The CPM will provide a copy of the test report to the CONSULTANT <strong>and</strong><br />

CONTRACTOR of each inspection, test or similar service.<br />

1. The independent testing laboratory shall submit additional copies of each<br />

written report directly to the governing authority, when the authority so<br />

directs.<br />

2. Report Data: Written reports of each inspection, test or similar service<br />

shall include, but not be limited to:<br />

a. Date of issue.<br />

b. Project <strong>and</strong> title number.<br />

c. Name, address <strong>and</strong> telephone number of testing agency.<br />

d. Dates <strong>and</strong> locations of samples <strong>and</strong> tests or inspections.<br />

e. Names of individuals making the inspection or test.<br />

f. Designation of the Work <strong>and</strong> test method.<br />

g. Identification of product <strong>and</strong> Specification Section.<br />

h. Complete inspection or test data.<br />

i. Test results <strong>and</strong> interpretations of test results.<br />

j. Ambient conditions at the time of sample-taking <strong>and</strong> testing.<br />

k. Comments or professional opinion as to whether inspected or<br />

tested Work complies with Contract Documents requirements.<br />

l. Name <strong>and</strong> signature of laboratory inspector.<br />

m. Recommendations on retesting.<br />

Section 01400 Quality Control Services Page 87


DIVISION 1 SPECIFICATIONS - SECTION 01400 QUALITY CONTROL SERVICES<br />

1.06 QUALITY ASSURANCE OF TESTING LABRATORY<br />

Exhibit 2<br />

Page 293 of 379<br />

A. Qualification of Testing Laboratory: The <strong>COUNTY</strong> or CONTRACTOR will engage<br />

an inspection <strong>and</strong> testing laboratory which is prequalified as complying with<br />

“Recommended Requirements for Independent Laboratory Qualification” by the<br />

American Council of Independent Laboratories, <strong>and</strong> which specializes in the types<br />

of inspections <strong>and</strong> tests to be performed. The testing laboratory will be accredited<br />

by a recognized accreditation authority as outlined in ASTM Section 3, <strong>and</strong> shall<br />

be authorized by the authorities having jurisdiction to operate in the state of<br />

Florida.<br />

PART 2 - PRODUCTS<br />

(Not Used)<br />

PART 3 - EXECUTION<br />

3.01 GENERAL<br />

A. The CONTRACTOR shall take corrective action necessary to comply with the<br />

Contract Documents as the CPM may direct. No change will be made in the<br />

Guaranteed Maximum Price (GMP) or in the Contract time as a result of<br />

authorizing a change in methods or equipment under this Section.<br />

END OF SECTION 01400 - QUALITY CONTROL SERVICES<br />

Section 01400 Quality Control Services Page 88


DIVISION 1 SPECIFICATIONS - SECTION 01500 TEMPORARY FACILITIES<br />

Exhibit 2<br />

Page 294 of 379<br />

PART 1 - GENERAL<br />

1.01 SUMMARY<br />

A. This Section specifies requirements for temporary services <strong>and</strong> facilities,<br />

including utilities, construction <strong>and</strong> support facilities, security <strong>and</strong> protection.<br />

B. Temporary utilities required include but are not limited to:<br />

1. Temporary electric power <strong>and</strong> light.<br />

2. Temporary telephone service.<br />

3. Temporary water service<br />

4. Temporary project identification sign; all others are prohibited.<br />

C. Temporary support facilities required include but are not limited to:<br />

1. Sanitary facilities, including drinking water.<br />

2. Waste disposal services.<br />

3. Dust control.<br />

D. Temporary construction <strong>and</strong> support facilities:<br />

1. BCAD will provide a Field office for use by the CONTRACTOR during the<br />

performance of the Work. Additional filed office requirements must be<br />

approved by the Contract Administrator prior to mobilizing temporary<br />

facilities.<br />

E. Security <strong>and</strong> protection facilities required include but are not limited to:<br />

1.02 SUBMITTALS<br />

1. Barricades, warning signs, lights,<br />

2. Enclosures <strong>and</strong> Fencing,<br />

3. Environmental protection,<br />

4. Vehicular access,<br />

5. Parking,<br />

6. Traffic Regulation, <strong>and</strong><br />

7. Security.<br />

A. Implementation <strong>and</strong> Termination Schedule: Submit a schedule indicating<br />

implementation <strong>and</strong> termination of each temporary facility or utility not less than<br />

(fifteen) 15 days of the established date for the commencement of the Work.<br />

1.03 QUALITY ASSURANCE<br />

A. Regulations: Comply with industry st<strong>and</strong>ards <strong>and</strong> applicable laws <strong>and</strong><br />

regulations of authorities having jurisdiction, including but not limited to:<br />

1. Building Code requirements,<br />

Section 01500 Temporary Facilities Page 89


DIVISION 1 SPECIFICATIONS - SECTION 01500 TEMPORARY FACILITIES<br />

2. Health <strong>and</strong> safety regulations,<br />

3. Utility company regulations,<br />

4. Police, Fire Department <strong>and</strong> Rescue Squad rules, <strong>and</strong><br />

5. Environmental protection regulations.<br />

B. St<strong>and</strong>ards: Comply with NFPA Code 241, "Building Construction <strong>and</strong> Demolition<br />

Operations", ANSI-A10 Series st<strong>and</strong>ards for "Safety Requirements for<br />

Construction <strong>and</strong> Demolition", <strong>and</strong> NECA Electrical Design Library "Temporary<br />

Electrical Facilities."<br />

1. Refer to "Guidelines for Bid Conditions for Temporary Job Utilities <strong>and</strong><br />

Services", prepared jointly by AGC <strong>and</strong> ASC, for industry<br />

recommendations.<br />

C. Inspections: Arrange for authorities having jurisdiction to inspect <strong>and</strong> test each<br />

temporary utility before use. Obtain required certifications <strong>and</strong> permits, <strong>and</strong><br />

provide a copy to the CPM as a precondition of submitting a request for payment<br />

for the temporary facility.<br />

1.04 PROJECT CONDITIONS<br />

A. Temporary Utilities: Prepare a schedule indicating dates for implementation <strong>and</strong><br />

termination of each temporary utility. At the earliest feasible time, when<br />

acceptable to the <strong>COUNTY</strong>, change over from use of temporary service to use of<br />

the permanent service.<br />

B. Conditions of Use: Keep temporary services <strong>and</strong> facilities clean <strong>and</strong> neat in<br />

appearance. Operate in a safe <strong>and</strong> efficient manner. Take necessary fire<br />

prevention measures. Do not overload facilities, or permit them to interfere with<br />

progress. Do not allow hazardous, dangerous or unsanitary conditions, or public<br />

nuisances to develop or persist on the site.<br />

PART 2 - PRODUCTS<br />

2.01 MATERIALS<br />

A. Water: Provide potable water approved by local health authorities.<br />

2.02 EQUIPMENT<br />

A. Temporary Toilet Units: Provide self-contained’ single occupant toilet units of the<br />

chemical, aerated recirculation, or combustion type, properly vented <strong>and</strong> fully<br />

enclosed with a glass fiber reinforced polyester shell or similar nonabsorbent<br />

material.<br />

PART 3 - EXECUTION<br />

3.01 TEMPORARY UTILITIES<br />

A. Temporary electricity<br />

Exhibit 2<br />

Page 295 of 379<br />

Section 01500 Temporary Facilities Page 90


DIVISION 1 SPECIFICATIONS - SECTION 01500 TEMPORARY FACILITIES<br />

1. County will provide Contractor with electricity <strong>and</strong> the Contractor will<br />

provide any transformer required to convert the power to the voltage <strong>and</strong><br />

amperage necessary to conduct its Work. County will pay cost of energy<br />

used. Exercise measures to conserve energy. Utilize County’s existing<br />

power service.<br />

2. Provide temporary electric feeder from existing building electrical service<br />

at location as directed by CPM. Do not disrupt County's use of service.<br />

3. Complement existing power service capacity <strong>and</strong> characteristics as<br />

required for construction operations.<br />

4. Provide power outlets, with branch wiring <strong>and</strong> distribution boxes located<br />

at each floor, as required for construction operations. Provide flexible<br />

power cords as required for portable construction tools <strong>and</strong> equipment.<br />

5. Provide main service disconnect <strong>and</strong> over-current protection at<br />

convenient location <strong>and</strong> feeder switch at source distribution equipment.<br />

6. Permanent convenience receptacles may be utilized during construction.<br />

B. Temporary Lighting for construction purposes<br />

1. Provide <strong>and</strong> maintain lighting for construction operations to achieve<br />

minimum lighting level of 2 watt/sq ft.<br />

2. Provide <strong>and</strong> maintain 1 watt/sq ft lighting to exterior staging <strong>and</strong> storage<br />

areas after dark for security purposes.<br />

3. Provide branch wiring from power source to distribution boxes with<br />

lighting conductors, pigtails, <strong>and</strong> lamps for specified lighting levels.<br />

4. Maintain lighting <strong>and</strong> provide routine repairs.<br />

5. Permanent building lighting may be utilized during construction.<br />

C. Temporary Water Service<br />

1. County will pay cost of temporary water. Exercise measures to conserve<br />

water consumption. Utilize County's existing or new water system, extend<br />

<strong>and</strong> supplement with temporary devices as needed to maintain specified<br />

conditions for construction operations. Contractor will provide all backflow<br />

prevention devices acceptable to CPM.<br />

2. Extend branch piping with outlets located so water is available by hoses<br />

with threaded connections.<br />

3. CONTRACTOR may utilize existing hose bibs in the Palm Garage <strong>and</strong><br />

terminals for water use on the project. Coordinate with BCAD<br />

maintenance on connection to the water service lines. Do not connect to<br />

fire hydrants for water use.<br />

3.02 TEMPORARY CONSTRUCTION AND SUPPORT FACILITIES INSTALLATION<br />

Exhibit 2<br />

Page 296 of 379<br />

A. General: Locate field offices, storage sheds, sanitary facilities <strong>and</strong> other<br />

temporary construction <strong>and</strong> support facilities as indicated or as directed by CPM.<br />

1. Maintain temporary construction <strong>and</strong> support facilities until near<br />

Substantial Completion. Remove prior to Substantial Completion.<br />

Personnel remaining after Substantial Completion will be permitted to use<br />

BCAD provided facilities, under conditions acceptable to the CPM.<br />

Section 01500 Temporary Facilities Page 91


DIVISION 1 SPECIFICATIONS - SECTION 01500 TEMPORARY FACILITIES<br />

B. Storage <strong>and</strong> Fabrication Sheds: Install storage <strong>and</strong> fabrication sheds, sized,<br />

furnished <strong>and</strong> equipped to accommodate materials <strong>and</strong> equipment involved,<br />

including temporary utility service. Sheds may be open shelters or fully enclosed<br />

spaces within the building or elsewhere on the site. Final location is subject to<br />

CPM’s approval.<br />

C. Do not use existing facilities for field offices or for storage unless otherwise<br />

directed by the CPM. Locate office <strong>and</strong> storage trailers as directed by CPM.<br />

D. Field Office: Weather tight, with lighting, electrical outlets, heating, cooling <strong>and</strong><br />

ventilating equipment, <strong>and</strong> equipped with sturdy furniture drawing rack <strong>and</strong><br />

drawing display table.<br />

E. Locate offices <strong>and</strong> sheds minimum distance of 30 feet from new structures.<br />

F. Do not use permanent facilities for field offices unless otherwise directed by the<br />

CPM.<br />

G. Construction: Portable or mobile buildings, or buildings constructed with floors<br />

raised above ground, securely fixed to foundations with steps <strong>and</strong> l<strong>and</strong>ings at<br />

entrance doors.<br />

1. Construction: Structurally sound, secure, weather tight enclosures for<br />

office <strong>and</strong> storage spaces. Maintain during progress of Work; remove at<br />

completion of Work.<br />

2. Temperature Transmission Resistance of Floors, Walls, <strong>and</strong> Ceilings:<br />

Compatible with occupancy <strong>and</strong> storage requirements.<br />

3. Exterior Materials: Weather resistant, finished in one color acceptable to<br />

CPM.<br />

4. Interior Materials in Offices: Sheet type materials for walls <strong>and</strong> ceilings,<br />

pre-finished or painted; resilient floors <strong>and</strong> bases.<br />

5. Lighting for Offices: 50 footc<strong>and</strong>les at desk top height, exterior lighting at<br />

entrance doors<br />

6. Fire Extinguishers: Appropriate type fire extinguisher at each office <strong>and</strong><br />

each storage area.<br />

7. Interior Materials in Storage Sheds: As required to provide specified<br />

conditions for storage of products.<br />

H. Environmental Control:<br />

Exhibit 2<br />

Page 297 of 379<br />

1. Heating, Cooling, <strong>and</strong> Ventilating for Offices: Automatic equipment to<br />

maintain comfort conditions, 68 degrees F (20 degrees C) heating <strong>and</strong> 76<br />

degrees F (23 degrees C) cooling.<br />

2. Storage Spaces: Heating <strong>and</strong> ventilation as needed to maintain products<br />

in accordance with Contract Documents; lighting for maintenance <strong>and</strong><br />

inspection of products.<br />

I. Storage Areas And Sheds: Size to storage requirements for products of<br />

individual Sections, allowing for access <strong>and</strong> orderly provision for maintenance<br />

<strong>and</strong> for inspection of products to requirements of Section 01600.<br />

Section 01500 Temporary Facilities Page 92


DIVISION 1 SPECIFICATIONS - SECTION 01500 TEMPORARY FACILITIES<br />

J. Preparation: Fill <strong>and</strong> grade sites for temporary structures sloped for drainage<br />

away from buildings.<br />

K. Employee Residential Occupancy: Not allowed on County's property.<br />

L. Sanitary Facilities: Sanitary facilities include temporary toilets, wash facilities <strong>and</strong><br />

drinking water fixtures. Comply with regulations <strong>and</strong> health codes for the type,<br />

number, location, operation <strong>and</strong> maintenance of fixtures <strong>and</strong> facilities. Install<br />

where facilities will best serve the Project's needs.<br />

1. Provide toilet tissue, paper towels, paper cups <strong>and</strong> similar disposable<br />

materials for each facility. Provide covered waste containers for used<br />

material.<br />

M. Toilets: Install self-contained toilet units. Shield toilets to ensure privacy. Use of<br />

pit type privies will not be permitted.<br />

N. Project Identification/Construction Company Identification Sign: When<br />

authorized in writing by the CPM, prepare project identification sign of a size<br />

acceptable to the CPM; install sign where indicated to inform the public <strong>and</strong><br />

persons seeking entrance to the Project. Securely attach, as required, to<br />

demising wall. Install sign at commencement of demolition operations <strong>and</strong><br />

remove at a time as directed by the CPM.<br />

1. Size: Two <strong>and</strong> one-half feet by five feet with four inch radius corners.<br />

2. Quality Assurance: Engage an experienced sign painter to apply<br />

graphics.<br />

3. Location: As directed by the Project Manager.<br />

4. Graphic Description: Information shall include the names of Broward<br />

<strong>COUNTY</strong> Aviation Department, CONTRACTOR, CONSULTANT, Project,<br />

<strong>and</strong> the completion date.<br />

a. Type Style: Helvetica Medium.<br />

b. Color: Slate Blue PMS 5405 background with white lettering.<br />

O. Quantity: One sign located at each entrance to construction site <strong>and</strong> one sign<br />

located at field office if applicable.<br />

P. Collection <strong>and</strong> Disposal of Waste: Collect waste daily. Comply with<br />

requirements of the <strong>COUNTY</strong> <strong>and</strong> NFPA 241 for removal of combustible waste<br />

material <strong>and</strong> debris. Enforce requirements strictly. Do not hold materials more<br />

than 6 days or 2 days when the temperature is expected to rise above 80<br />

degrees F (27 degrees C). H<strong>and</strong>le hazardous, dangerous, or unsanitary waste<br />

materials separately from other waste by containerizing properly. Dispose of<br />

material in a lawful manner.<br />

Q. Dust Control:<br />

Exhibit 2<br />

Page 298 of 379<br />

1. Execute Work by methods to minimize raising dust from construction<br />

operations.<br />

2. Provide positive means to prevent air-borne dust from dispensing into<br />

Section 01500 Temporary Facilities Page 93


DIVISION 1 SPECIFICATIONS - SECTION 01500 TEMPORARY FACILITIES<br />

atmosphere.<br />

3.03 VEHICULAR ACCESS<br />

A. Construct temporary all-weather access roads from public thoroughfares to serve<br />

construction area, of width <strong>and</strong> load bearing capacity to accommodate<br />

unimpeded traffic for construction purposes.<br />

B. Construct temporary bridges <strong>and</strong> culverts to span low areas <strong>and</strong> allow<br />

unimpeded drainage.<br />

C. Extend <strong>and</strong> relocate vehicular access as Work progress requires, provide<br />

detours as necessary for unimpeded traffic flow.<br />

D. Location as approved by CPM.<br />

E. Provide unimpeded access for emergency vehicles. Maintain 20 ft. wide<br />

driveways with turning space <strong>between</strong> <strong>and</strong> around combustible materials.<br />

F. Provide <strong>and</strong> maintain access to fire hydrants <strong>and</strong> control valves free of<br />

obstructions.<br />

G. Provide means of removing mud from vehicle wheels before entering streets.<br />

H. Use designated existing on-site roads for construction traffic.<br />

3.04 PARKING<br />

A. <strong>COUNTY</strong> may provide on-airport parking in a remote parking lot at no cost.<br />

Transportation of employees, subcontractors, etc. to <strong>and</strong> from the remote lot is<br />

the responsibility of the CONTRACTOR.<br />

B. Tracked vehicles are not allowed on paved areas.<br />

Exhibit 2<br />

Page 299 of 379<br />

C. Maintain traffic <strong>and</strong> parking areas in sound condition free of excavated material,<br />

construction equipment, products <strong>and</strong> mud.<br />

D. Maintain existing <strong>and</strong> permanent paved areas used for construction; promptly<br />

repair breaks, potholes, low areas, st<strong>and</strong>ing water, <strong>and</strong> other deficiencies, to<br />

maintain paving <strong>and</strong> drainage in original, or specified, condition.<br />

E. Repair existing facilities damaged by use, to original condition.<br />

F. Mud from Site Vehicles: Provide means of removing mud from vehicle wheels<br />

before entering streets.<br />

3.05 SECURITY AND PROTECTION FACILITIES INSTALLATION<br />

A. Barricades, Warning Signs, cones, flag persons <strong>and</strong> Lights: Comply with<br />

st<strong>and</strong>ards <strong>and</strong> code requirements for erection of structurally adequate<br />

Section 01500 Temporary Facilities Page 94


DIVISION 1 SPECIFICATIONS - SECTION 01500 TEMPORARY FACILITIES<br />

barricades. Paint, as directed by the CPM with appropriate colors, graphics <strong>and</strong><br />

warning signs to inform personnel <strong>and</strong> the public of the hazard being protected<br />

against. Where appropriate <strong>and</strong> needed, provide lighting, including flashing red<br />

or amber lights, cones <strong>and</strong> flag persons.<br />

B. Haul Routes:<br />

1. Consult with CPM; establish public thoroughfares to be used for haul<br />

routes <strong>and</strong> site access.<br />

2. Confine construction traffic to designated haul routes.<br />

3. Provide traffic control at critical areas of haul routes to regulate traffic, to<br />

minimize interference with public traffic.<br />

C. Traffic Signs:<br />

1. Provide signs at approaches to site <strong>and</strong> on site, at crossroads, detours,<br />

parking areas, <strong>and</strong> elsewhere as needed to direct <strong>and</strong> control<br />

construction traffic <strong>and</strong> affected public traffic.<br />

2. Relocate as Work progresses, to maintain effective traffic control.<br />

D. Environmental Protection: Provide protection, operate temporary facilities <strong>and</strong><br />

conduct construction in ways <strong>and</strong> by methods that comply with environmental<br />

regulations, <strong>and</strong> minimize the possibility that air, waterways <strong>and</strong> subsoil might be<br />

contaminated or polluted, or that other undesirable effects might result. Avoid<br />

use of tools <strong>and</strong> equipment, which produce harmful noise. Restrict use of noise<br />

making tools <strong>and</strong> equipment to hours that will minimize complaints from persons<br />

near the site.<br />

E. BARRIERS<br />

1. Provide barriers to prevent unauthorized entry to construction areas to<br />

allow for County's use of site <strong>and</strong> to protect existing facilities <strong>and</strong> adjacent<br />

properties from damage from construction operations <strong>and</strong> demolition.<br />

2. Provide barricades <strong>and</strong> covered walkways required by CPM for public<br />

rights-of-way <strong>and</strong> for public access to existing buildings.<br />

3. Provide protection for plants designated to remain. Replace damaged<br />

plants.<br />

4. Protect non-owned vehicular traffic, stored materials, site, <strong>and</strong> structures<br />

from damage.<br />

F. ENCLOSURES AND FENCING<br />

1. Construction: Commercial grade chain link fence with black plastic<br />

privacy slats <strong>and</strong> 3 str<strong>and</strong> barbed wire <strong>and</strong> extension arm sloped to 45<br />

degrees or equal as approved by CPM.<br />

2. Provide fence around construction site as indicated on Construction<br />

Documents; equip with vehicular <strong>and</strong> pedestrian gates with locks.<br />

G. SECURITY<br />

1. Security Program:<br />

Exhibit 2<br />

Page 300 of 379<br />

Section 01500 Temporary Facilities Page 95


DIVISION 1 SPECIFICATIONS - SECTION 01500 TEMPORARY FACILITIES<br />

a. Protect Work <strong>and</strong> existing premises <strong>and</strong> County's operations from<br />

theft, v<strong>and</strong>alism, <strong>and</strong> unauthorized entry.<br />

b. Initiate program in coordination with County's existing security<br />

system at project mobilization.<br />

c. Maintain program throughout construction period until County<br />

acceptance precludes need for CONTRACTOR security.<br />

2. Entry Control:<br />

a. Persons working on AOA must have BCAD identification badge.<br />

b. Restrict entrance of persons <strong>and</strong> vehicles into Project site.<br />

c. Allow entrance only to authorized persons with proper<br />

identification.<br />

d. Coordinate access of County's personnel to site in coordination<br />

with County's security forces.<br />

3.06 OPERATION, TERMINATION AND REMOVAL<br />

A. Maintenance: Maintain facilities in good operating condition until removal.<br />

Protect from damage by the elements.<br />

B. Termination <strong>and</strong> Removal: Unless the CPM requests that it be maintained<br />

longer, remove each temporary facility when the need has ended or no later than<br />

Substantial Completion.<br />

1. Materials <strong>and</strong> facilities that constitute temporary facilities are property of<br />

the CONTRACTOR.<br />

END OF SECTION 01500 - TEMPORARY FACILITIES<br />

Exhibit 2<br />

Page 301 of 379<br />

Section 01500 Temporary Facilities Page 96


DIVISION 1 SPECIFICATIONS<br />

SECTION 01540 CONSTRUCTION SAFETY PLAN AND SECURITY REQUIREMENTS<br />

PART 1 - GENERAL<br />

1.01 PURPOSE AND OBJECTIVE<br />

A. The purpose of this plan is to set forth guidelines concerning construction <strong>and</strong><br />

safety on the FORT LAUDERDALE – HOLLYWOOD INTERNATIONAL<br />

AIRPORT. Described herein are methods, procedures, rules <strong>and</strong> authorities to<br />

be adhered to during said construction period.<br />

B. This Contract is intended to provide for the optimum degree of safety to aircraft,<br />

both parked <strong>and</strong> operating; airport personnel, equipment <strong>and</strong> associated<br />

facilities; <strong>and</strong> to the CONTRACTOR’s operations consistent with minimum<br />

interference to the movement of aircraft, vehicles <strong>and</strong>/or personnel engaged in<br />

the day-to-day operation of the Fort Lauderdale-Hollywood International Airport.<br />

To this end, the CONTRACTOR shall observe all Federal Aviation Advisory<br />

regulations <strong>and</strong> airport rules <strong>and</strong> regulations <strong>and</strong> all other operational limitations,<br />

which may be imposed from time to time. He shall provide marking, lighting,<br />

barricades, signs or other measures which are required to properly identify his<br />

construction areas, Work sites, equipment, vehicles, storage areas <strong>and</strong>/or<br />

conditions which may be hazardous to airport operations. Details of measures to<br />

be used to insure safety during construction are delineated in this Section, in<br />

THE CM-AT-RISK CONTRACT (CMR) General Provisions, <strong>and</strong> on the Drawings.<br />

C. If the CONTRACTOR fails to maintain the marking, lighting, barricades, signs,<br />

etc., as required above, the <strong>COUNTY</strong> will cause appropriate safety measures to<br />

be installed by others <strong>and</strong> all cost thereof shall be charged to the CONTRACTOR<br />

<strong>and</strong> deducted by the <strong>COUNTY</strong> from monies due to the CONTRACTOR.<br />

D. Following are the general safety plan objectives that must be achieved in order to<br />

maximize safety <strong>and</strong> to minimize time <strong>and</strong> economic loss to the aviation<br />

community, construction contractors <strong>and</strong> others directly affected by the Project.<br />

1. Keep the airport operational for all users.<br />

2. Minimize delays to airport operations.<br />

3. Maintain safety of airport operations.<br />

4. Minimize delays to construction operations.<br />

5. Minimize airport-operation/construction-activity conflicts.<br />

Exhibit 2<br />

Page 302 of 379<br />

E. The CONTRACTOR shall keep these objectives in mind when formulating his<br />

schedule <strong>and</strong> operational activities.<br />

The CONTRACTOR’s responsibility for safety <strong>and</strong> security shall begin on the day<br />

when he starts Work or on the date of a Notice to proceed, whichever is earlier,<br />

<strong>and</strong> continues until Final Completion <strong>and</strong> Acceptance of the Work.<br />

1.02 SAFETY PROCEDURES<br />

A. In as much each Work area will be accessible to <strong>and</strong> used by the Public, the<br />

<strong>COUNTY</strong>, airlines <strong>and</strong> other companies doing business at the Airport during the<br />

Section 01540 Construction Plan <strong>and</strong> Safety Requirements Page 97


Exhibit 2<br />

Page 303 of 379<br />

DIVISION 1 SPECIFICATIONS<br />

SECTION 01540 CONSTRUCTION SAFETY PLAN AND SECURITY REQUIREMENTS<br />

construction period, it is the CONTRACTOR’s responsibility to maintain each<br />

Work area in a safe, hazard free condition at all times. This will include<br />

barricades, fencing, taping up sharp corners or any other precautions necessary<br />

to protect the Public. Should the <strong>COUNTY</strong>, CONSULTANT or CPM find the area<br />

unsafe at any time, he shall notify the CONTRACTOR, <strong>and</strong> the CONTRACTOR<br />

shall take whatever steps necessary to remedy the unsafe condition. Should the<br />

CONTRACTOR not be immediately available for corrective action, the CPM may<br />

remedy the problem <strong>and</strong> the CONTRACTOR shall reimburse the <strong>COUNTY</strong> for<br />

the expense of such correction<br />

B. Fire Control: Flame cutting will be permitted only on steel parts that cannot be<br />

removed in any other manner <strong>and</strong> only when at least one person is st<strong>and</strong>ing by<br />

exclusively with a fire extinguisher within ten (10) feet of the Work <strong>and</strong> within full<br />

view of the area. The fire extinguisher shall have been tested <strong>and</strong> ready for use.<br />

The CONTRACTOR shall submit a fire protection plan to the CPM for approval<br />

prior to conducting the Work requiring said protection plan. A Hot Work Permit<br />

may be required as directed by the CPM.<br />

C. Work Near Fire Alarm: Caution shall be exercised as necessary when working<br />

near fire alarms so as not to accidentally activate fire alarms, doors or barriers.<br />

D<br />

Protection of Property: Fixed structures, equipment, paving, l<strong>and</strong>scaping <strong>and</strong><br />

vehicles (automobiles, trucks, etc.) shall be protected with drop cloths, shielding<br />

<strong>and</strong> other appropriate measures to assure maximum protection of all property<br />

<strong>and</strong> vehicles.<br />

1.03 GENERAL SAFETY REQUIREMENTS<br />

A. A construction/safety meeting will be conducted by the CPM after award of the<br />

Contract <strong>and</strong> prior to commencing construction. Additional construction/safety<br />

meetings may be scheduled as deemed necessary by the CPM throughout the<br />

life of the Contract. Representatives from the CONTRACTOR, CONSULTANT,<br />

CPM <strong>and</strong> any others deemed necessary by <strong>COUNTY</strong> or CPM, will attend. The<br />

CONTRACTOR shall also conduct Safety/Security meetings as deemed<br />

necessary by the CPM <strong>and</strong> three (3) copies of the minutes will be provided to the<br />

CPM within five (5) calendar days of the meeting. All Contractor <strong>and</strong><br />

Subcontractor supervisors are required to attend.<br />

B. The CONTRACTOR shall inform his supervisors <strong>and</strong> workmen of the airport<br />

activity <strong>and</strong> operations that are inherent to this airport, the safety regulations of<br />

the airport <strong>and</strong> the prohibition of driving or walking on any area of the Air<br />

Operations Area (AOA) without clearance. The CONTRACTOR shall conduct his<br />

construction activities to conform to both routine <strong>and</strong> emergency requirements, in<br />

full compliance with the Federal Aviation Administration (FAA) Advisory Circulars<br />

dealing with Safety <strong>and</strong> Security. The CONTRACTOR shall provide initial <strong>and</strong><br />

continuing instruction to all supervisors, employees, subcontractors <strong>and</strong> suppliers<br />

to enable them to conduct their Work in a manner that will provide the maximum<br />

safety with the least hindrance to air <strong>and</strong> ground traffic, the general public, airport<br />

employees <strong>and</strong> to the workmen employed on the Site.<br />

Section 01540 Construction Plan <strong>and</strong> Safety Requirements Page 98


Exhibit 2<br />

Page 304 of 379<br />

DIVISION 1 SPECIFICATIONS<br />

SECTION 01540 CONSTRUCTION SAFETY PLAN AND SECURITY REQUIREMENTS<br />

C. Work may be stopped or suspended by the CPM or <strong>COUNTY</strong> anytime the CPM<br />

or <strong>COUNTY</strong> considers that the intent of this Safety Plan is being violated or that<br />

a hazardous condition has been/was created. This decision to suspend the Work<br />

will be final <strong>and</strong> will only be rescinded by the CPM when satisfied that the<br />

CONTRACTOR has taken action to prevent recurrence. Delays/work stoppage<br />

as a result of the suspension of the Work will be considered the fault of the<br />

CONTRACTOR <strong>and</strong> shall not stop the Contract time for assessing liquidation<br />

damages.<br />

D. All Contractor vehicles authorized by BCAD, if any, to operate on the airport<br />

outside the Construction Area limits as defined herein <strong>and</strong> cross active runways,<br />

safety zones, taxiways, instrument or approach clear zones or any movement<br />

area within the Air Operations Area (AOA) shall do so only under direct control of<br />

a trained, qualified flagman who is in direct (two-way) radio communication with<br />

the ground controller of the Traffic Control Tower. All aircraft have priority over<br />

ground vehicles.<br />

E. All Contract vehicles, if any, that are authorized to operate on Air Operations<br />

Area (AOA) or the Airport outside of the designated Construction Area limits or<br />

haul routes as defined herein, shall display 3-foot by 3-foot flags or larger, orange<br />

<strong>and</strong> white checkerboard pattern, each checkerboard color being 1-foot square.<br />

Vehicles operating in the active Air Operations Area (AOA) shall be under the<br />

control of the Ground Traffic Control Tower.<br />

F. If any construction activity within 125-feet of an active runway edge or 83.5-feet<br />

from an active taxiway edge requires the closure of the affected runway or<br />

taxiway, unless otherwise approved by the Broward <strong>COUNTY</strong> Aviation<br />

Department (BCAD) Operations. No runway, taxiway or apron area shall be<br />

closed without written approval of BCAD Operations <strong>and</strong> the CPM. This will<br />

enable “Notices of Airmen” or other advisory communications to be issued. A<br />

minimum of 48 hours notice of requested closing shall be directed to the CPM<br />

who will coordinate the request with BCAD Operations<br />

1. Debris, waste <strong>and</strong> loose material capable of causing damage to aircraft<br />

l<strong>and</strong>ing gears, propellers or being ingested in jet engines shall be<br />

removed from the active portion of the Air Operations Area (AOA), placed<br />

in protected areas or otherwise secured to prevent dispersal into active<br />

portions of the AOA. The AOA is defined as all areas used or intended to<br />

be used for aircraft operations including active runways, aprons, taxiways,<br />

taxi lanes, etc. Debris shall be promptly removed from the AOA. The<br />

CONTRACTOR shall exercise care in the transportation of materials<br />

within the AOA. Materials tracked or spilled in the AOA shall be removed<br />

immediately.<br />

2. When hauling, loading, grading, or when any of the CONTRACTOR’s<br />

activities are likely to cause the deposit of loose materials in the AOA,<br />

powered vacuum sweepers shall patrol the affected areas continuously to<br />

remove such deposits. The sweepers shall be supplemented by h<strong>and</strong><br />

sweepers, loaders, truck, etc. as necessary.<br />

3. Closures:<br />

Section 01540 Construction Plan <strong>and</strong> Safety Requirements Page 99


DIVISION 1 SPECIFICATIONS<br />

SECTION 01540 CONSTRUCTION SAFETY PLAN AND SECURITY REQUIREMENTS<br />

a. Prior to the commencement of any demolition or other Work,<br />

which will cause an interruption, or modification to existing aircraft<br />

operations, the CONTRACTOR shall confer with <strong>and</strong> obtain,<br />

written authorization from the CPM.<br />

b. If the CONTRACTOR requires access to operational areas not<br />

delineated on the Construction Safety Plan Drawing(s), the<br />

CONTRACTOR shall participate in negotiations leading to the<br />

imposition of restrictions on airport operations in the affected<br />

areas, he shall strictly abide by all conditions imposed by BCAD<br />

relating to his entry <strong>and</strong> use of such area <strong>and</strong> he shall not enter<br />

these areas until granted temporary, conditional entry clearance<br />

BCAD – Operations.<br />

c. Trenching, excavation <strong>and</strong> other work requiring temporary runway<br />

or taxiway closure shall be limited by the CONTRACTOR to that<br />

amount of work that can be completed within the hours of minimal<br />

operation. All ditches, excavations, etc. shall be restored prior to<br />

the end of the Work period <strong>and</strong> affected pavements returned to<br />

service. This Work shall be scheduled during hours of minimal<br />

operations. Hours of minimal operation shall be the hours<br />

<strong>between</strong> 10:00 p.m. <strong>and</strong> 6:00 a.m. All other hours shall be hours<br />

of normal operation.<br />

d. The CONTRACTOR may be required to pursue affected portions<br />

of the Work on a continuous 24-hour per day basis during<br />

construction of the various phases <strong>and</strong> subphases shown on the<br />

Drawings <strong>and</strong> described in the Contract Documents (such as<br />

when runways or taxiways, aprons, service or other access<br />

roadways, service gates are closed for operations or when<br />

hazards of any kind arise).<br />

e. The CPM will arrange with BCAD Operations for inspection prior<br />

to opening for aircraft use any taxiway that has been used for a<br />

crossing point or haul route by the CONTRACTOR.<br />

4. Operations Safety Inspection:<br />

Exhibit 2<br />

Page 305 of 379<br />

a. The entire Work Site shall be inspected daily <strong>and</strong> more frequently<br />

if construction activities are of a nature that debris may<br />

accumulate on AOA pavements. Special inspections shall be<br />

conducted for each Work Area prior to return to service for aircraft<br />

operation. The purpose of these inspections is to ascertain that<br />

areas returned to aircraft service are in satisfactory condition <strong>and</strong><br />

that the overall Work Site <strong>and</strong> its activities are within the safety<br />

criteria set forth in these Contract Documents. Inspections shall<br />

be conducted jointly by representatives of the CONTRACTOR,<br />

BCAD-Operations, the CPM <strong>and</strong> the airlines.<br />

b. Any violations of safety criteria found during these inspections<br />

shall be rectified immediately. If a violation cannot be corrected<br />

on an immediate basis by the CONTRACTOR, he shall<br />

immediately notify the CPM. No areas shall be approved for<br />

operations with violations occurring unless specifically authorized<br />

by BCAD-Operations, the CPM <strong>and</strong> the designated airline<br />

Section 01540 Construction Plan <strong>and</strong> Safety Requirements Page 100


DIVISION 1 SPECIFICATIONS<br />

SECTION 01540 CONSTRUCTION SAFETY PLAN AND SECURITY REQUIREMENTS<br />

representative.<br />

G. Open flame torch cutting or welding is prohibited unless adequate safety<br />

precautions have been taken <strong>and</strong> approved by the CPM. Use of explosively<br />

operated fastening devices within the confines of the Airport is strictly prohibited.<br />

H. The CONTRACTOR shall preserve <strong>and</strong>/or protect existing <strong>and</strong> new pavements<br />

plus other facilities from damage due to construction operations. Existing<br />

pavements <strong>and</strong> facilities that are damaged shall be replaced or reconstructed to<br />

original strength at the CONTRACTOR’s expense. The CONTRACTOR shall<br />

take immediate action to reconstruct any damaged area that is to remain in<br />

service. Unless indicated on the Drawings, existing pavements shall not be cut<br />

for the installation of any utilities. Jack <strong>and</strong> bore method shall be required.<br />

I. CONSTRUCTION AREA LIMITS:<br />

Exhibit 2<br />

Page 306 of 379<br />

1. FAA Advisory Circular 150/5370-2C, Appendix 1, prohibits construction<br />

activity within 125-feet of an active runway (open for aircraft use) edge or<br />

within the Obstacle Free Zone 150/5370-2C further restricts construction<br />

activity within 83.5-feet of the edge of the taxiway (48.5-feet of the<br />

shoulder edge) when the aircraft using the taxiway includes aircraft such<br />

as the B-747. The activity limits shall be adequately signed <strong>and</strong> marked<br />

by the CONTRACTOR to preclude violation of this restriction. The area<br />

shall be well identified by warning signs <strong>and</strong> lights at night. The<br />

CONTRACTOR shall install lighting, marking, barricades, signs <strong>and</strong> other<br />

measures to delineate closed <strong>and</strong> hazardous area during construction.<br />

The guidance <strong>and</strong> procedures provided by FAA Advisory Circular AC<br />

150/5340-1E, “Marking of Paved Areas on Airports”, shall be utilized as<br />

depicted on the Drawings. Barricades shall be weighted or otherwise<br />

secured to sufficiently prevent displacement by aircraft engine <strong>and</strong><br />

propeller blast <strong>and</strong> ambient winds. Steady burning red obstruction lights<br />

may be required in certain instances to supplement lighted barricades or<br />

highlight hazardous or potentially dangerous objects. The location of<br />

these lights will be as depicted on the Drawings or requested in the field<br />

by the CPM. Obstruction lights <strong>and</strong> barricades shall not be located within<br />

runway, taxiway or taxi lane obstacle clearance areas.<br />

2. The limits of construction, material storage area, plant site, equipment<br />

storage area, parking area <strong>and</strong> other areas defined as required for the<br />

CONTRACTOR’s exclusive use during construction shall be marked by<br />

the CONTRACTOR. The CONTRACTOR may erect <strong>and</strong> maintain around<br />

the perimeter of these areas suitable marking <strong>and</strong> warning devices visible<br />

for day/night use. Temporary fencing, barricades, flagging <strong>and</strong>/or flashing<br />

warning lights will be required at critical access points. Type of marking<br />

<strong>and</strong> warning devices shall be approved by CPM. Open trenches,<br />

excavations <strong>and</strong> stockpiled materials shall be permanently marked with<br />

flags <strong>and</strong> lighted by approved light units during hours of reduced visibility<br />

<strong>and</strong> darkness. No separate pay item is included for this Work <strong>and</strong> all<br />

costs must be included in the Lump Sum Bid.<br />

J. As designated on the Drawings, the CONTRACTOR shall erect <strong>and</strong> maintain<br />

Section 01540 Construction Plan <strong>and</strong> Safety Requirements Page 101


DIVISION 1 SPECIFICATIONS<br />

SECTION 01540 CONSTRUCTION SAFETY PLAN AND SECURITY REQUIREMENTS<br />

throughout the life of the Contract. The CONTRACTOR shall also install vehicle<br />

<strong>and</strong> pedestrian gates as necessary to provide adequate ingress/egress. The<br />

CONTRACTOR shall be solely responsible for access control through any<br />

access gate leading to the Aircraft Operations Area (AOA). This access control<br />

will be for all personnel using the gate for access to the AOA. The<br />

CONTRACTOR is solely responsible for all security within the Construction Area<br />

from the date of the Notice to Proceed until the date of Final Completion.<br />

Equipment not in use during construction, nights <strong>and</strong>/or holidays shall be parked<br />

here. The CONTRACTOR shall at all times conduct all operations under the<br />

Contract in a manner to avoid or minimize the risk of loss, theft or damage by<br />

v<strong>and</strong>alism, sabotage or the means to any property. The CONTRACTOR shall<br />

promptly take all reasonable precautions, which are necessary <strong>and</strong> adequate to<br />

correct all conditions, which threaten a risk of loss, theft or damage to property.<br />

K. During construction, the CONTRACTOR shall maintain these areas in neat<br />

condition. CONTRACTOR’s vehicles, equipment <strong>and</strong> materials shall be stored in<br />

the areas designated on the Drawings. Upon completion of the Work, the<br />

staging <strong>and</strong> storing areas shall be cleaned-up <strong>and</strong> returned to their original<br />

condition to the satisfaction of the CPM. Remove all construction fencing <strong>and</strong><br />

barricades from the Project Site. No special payment will be made for clean-up<br />

<strong>and</strong> restoration of the storage area. Personal vehicles shall not be permitted<br />

beyond the CONTRACTOR’s Construction Area. Drivers of personal vehicles<br />

being operated beyond this CONTRACTOR’s Construction Area shall be subject<br />

to loss of permission to enter the construction site.<br />

L. INTERMITTENT CONSTRUCTION OPERATIONS:<br />

Exhibit 2<br />

Page 307 of 379<br />

1. Heavy construction will require closing of certain areas by the CPM.<br />

However, some Work may be done on an intermittent basis. The<br />

CONTRACTOR shall maintain constant communication with the CPM<br />

when working <strong>and</strong> immediately obey all instructions from the CPM.<br />

Failure to so obey instructions or maintain constant communication with<br />

the CPM will cause to suspend the CONTRACTOR’s operations in the<br />

areas until satisfactory conditions are assured.<br />

2. When directed to cease Work <strong>and</strong> move from the area, the<br />

CONTRACTOR shall immediately respond <strong>and</strong> move all material,<br />

equipment <strong>and</strong> personnel outside areas. Operations shall not be<br />

resumed until directed by the CPM. Every reasonable effort will be made<br />

by the CPM or the CONSULTANT to cause minimum disturbance to the<br />

CONTRACTOR’s operations. However, no guarantee can be made as to<br />

the extent to which disturbance can be avoided. CONTRACTOR’s claim<br />

for additional Contract Time for any such disruption shall not be accepted.<br />

3. Open trenches or excavations exceeding 3-inches in depth <strong>and</strong> 3-inches<br />

in width shall not be permitted within 250 feet of the centerline of an<br />

active runway or within 100 feet of the centerline of active taxiways <strong>and</strong><br />

taxi lanes unless otherwise shown on the Drawings. If an area is to be<br />

opened to aircraft movement, either at night or during the day, the<br />

CONTRACTOR shall decrease the drop off to 3-inches by placing five<br />

percent (5%) maximum slope to existing grade. There is no separate<br />

payment for this temporary construction.<br />

Section 01540 Construction Plan <strong>and</strong> Safety Requirements Page 102


Exhibit 2<br />

Page 308 of 379<br />

DIVISION 1 SPECIFICATIONS<br />

SECTION 01540 CONSTRUCTION SAFETY PLAN AND SECURITY REQUIREMENTS<br />

M. LIMITATION OF OPERATIONS:<br />

1. When the Work requires the CONTRACTOR to operate on or adjacent to<br />

the public area of the Terminal Building the operation shall be coordinated<br />

with BCAD through the CPM at least 48 hours prior to commencement of<br />

the Work. At no time shall the CONTRACTOR close a Public Area until<br />

authorization to do so has been granted by the CPM.<br />

2. When the Contract Work requires the CONTRACTOR to operate on or<br />

adjacent to the apron or taxiway AOA, the operation shall be coordinated<br />

with BCAD-Operations through the CPM, at least 48-hours prior to<br />

commencement of the Work. At no time shall the CONTRACTOR close<br />

an Air Operation Area (AOA) until authorization to do so has been<br />

granted by the CPM <strong>and</strong> until temporary marking <strong>and</strong> associated lighting<br />

is provided <strong>and</strong> in place as specified in FAA Advisory Circular 150/5340-<br />

1E, “Marking of Pave Area on Airports” <strong>and</strong>/or the Drawings <strong>and</strong><br />

Specifications.<br />

3. The CONTRACTOR shall be responsible for controlling his operations<br />

<strong>and</strong> those of his subcontractors so as to provide for the free <strong>and</strong><br />

unobstructed movement of all passengers <strong>and</strong> private vehicles in the<br />

Airport.<br />

4. The CONTRACTOR shall be responsible for controlling his operations<br />

<strong>and</strong> those of his subcontractors so as to provide for the free <strong>and</strong><br />

unobstructed movement of aircraft in the apron <strong>and</strong> taxiway areas of the<br />

Airport Operations Area (AOA).<br />

5. When the Contract Work requires the CONTRACTOR to work with an Air<br />

Operations Area (AOA) of the Airport on an intermittent basis (intermittent<br />

opening <strong>and</strong> closing of the AOA), the CONTRACTOR shall maintain<br />

constant communication; immediately obey all instructions to resume<br />

Work in such AOA. Failure to maintain the specified communications or<br />

to obey instructions shall be cause for suspension of the<br />

CONTRACTOR’s operations in the AOA until the satisfactory conditions<br />

are provided.<br />

N. OBSTRUCTIONS TO NAVIGATION:<br />

1. Penetrations of the imaginary surfaces defined in FAR Part 77 shall not<br />

be permitted without advance notification of <strong>and</strong> approval by BCAD-<br />

Operations <strong>and</strong> the FAA Tower Chief. It may be necessary to file Form<br />

7460-1 with the FAA to obtain approval prior to operation of exceptionally<br />

tall equipment. This includes any penetrations whatsoever by the<br />

CONTRACTOR, including, but not limited to, vehicles, cranes, other<br />

construction equipment, structures, stockpiled materials, excavated earth,<br />

etc.<br />

2. When penetrations are unavoidable they shall be brought to the attention<br />

of BCAD-Operations, the CPM <strong>and</strong> the FAA as far in advance as is<br />

practical to allow Notices to Airmen (NOTAMS) to be prepared <strong>and</strong><br />

distributed to appropriate FAA divisions for publication <strong>and</strong> dissemination.<br />

3. Appropriate sketches shall be prepared by the CONTRACTOR with<br />

precise locations shown on the Airport Layout Plan along with elevations<br />

Section 01540 Construction Plan <strong>and</strong> Safety Requirements Page 103


DIVISION 1 SPECIFICATIONS<br />

SECTION 01540 CONSTRUCTION SAFETY PLAN AND SECURITY REQUIREMENTS<br />

depicting the obstruction object’s relationship to the imaginary surfaces.<br />

4. Cranes, draglines, derricks, or other unusually tall equipment operating<br />

on the airport shall be in direct radio communication with the control<br />

tower. To effect this communication, the CONTRACTOR shall provide<br />

two-way radios capable of communication on ground control frequency.<br />

Operators of such construction equipment shall be qualified <strong>and</strong><br />

knowledgeable in the use of radio equipment <strong>and</strong> capable of following<br />

instructions in a timely fashion.<br />

5. The maximum height allowed on the airport is 35 feet above ground level<br />

unless, in special instances, this requirement is waived by BCAD-<br />

Operations <strong>and</strong> the FAA. During times when the safety of the flight<br />

operations could be impaired, particularly during IFR weather, or when<br />

the equipment is idle, all booms, towers <strong>and</strong> other moveable appendages<br />

shall be lowered to the maximum extent.<br />

O. EMERGENCY PROCEDURES:<br />

1. The CONTRACTOR shall familiarize himself with Airport emergency<br />

procedures <strong>and</strong> shall endeavor to conduct his operations so as not to<br />

conflict with them. Clear routes for crash/fire/rescue equipment shall be<br />

maintained in operable condition at all times.<br />

2. Emergency Procedure: In case of an emergency caused by accident,<br />

fire, or personal injury or illness, Airport Police are to be immediately<br />

notified by Page Phone found throughout the Terminal buildings or by<br />

calling them at 911 or Airport Police Emergency Phone No. 954-359-<br />

1244. The caller must accurately report the location <strong>and</strong> type of<br />

emergency. Airport Police will then coordinate with the CPM <strong>and</strong> the<br />

<strong>COUNTY</strong> <strong>and</strong>/or outside emergency agencies as necessary.<br />

P. ACCESS TO THE CONSTRUCTION SITE<br />

Exhibit 2<br />

Page 309 of 379<br />

1. The CONTRACTOR’s access to the site shall be as shown on the<br />

Drawings. The access route is also used by airport employees. No other<br />

access routes shall be allowed unless approved by the CPM. The vertical<br />

clearance in the existing parking garage is 6’-8”. No vehicle taller than 6’-<br />

8” shall be allowed to operate in the existing parking garage structure. All<br />

CONTRACTOR traffic authorized to enter the site shall be experienced in<br />

the route or guided by the CONTRACTOR’s personnel. The<br />

CONTRACTOR shall be responsible for traffic control to <strong>and</strong> from the<br />

various construction areas on the site.<br />

2. The CONTRACTOR shall familiarize his employees with the route.<br />

Materials <strong>and</strong> equipment delivery trucks shall be accompanied by an<br />

employee of the CONTRACTOR familiar with the route. The<br />

CONTRACTOR shall be responsible for access control for the duration of<br />

his Contract. This access control will be for all personnel.<br />

3. The CONTRACTOR shall monitor <strong>and</strong> coordinate all CONTRACTOR<br />

traffic with the BCAD’s security. The CONTRACTOR shall not permit any<br />

unauthorized construction personnel or traffic on the site, including food<br />

<strong>and</strong> beverage vendors or caterers.<br />

4. The CONTRACTOR shall provide <strong>and</strong> operate an escort vehicle to lead<br />

Section 01540 Construction Plan <strong>and</strong> Safety Requirements Page 104


DIVISION 1 SPECIFICATIONS<br />

SECTION 01540 CONSTRUCTION SAFETY PLAN AND SECURITY REQUIREMENTS<br />

other vehicles when operating within the site.<br />

5. The CONTRACTOR is responsible for immediate clean-up of any debris<br />

deposited along the access route as a result of his construction traffic.<br />

The entire access route <strong>and</strong> construction site shall be kept free <strong>and</strong> clean<br />

of all debris at all times <strong>and</strong> maintained in good repair by the<br />

CONTRACTOR or his gents, <strong>and</strong> shall be immediately repaired to the<br />

satisfaction of the <strong>COUNTY</strong>. Directional signing along the delivery route<br />

to the storage area or Work site shall be as directed by the CPM.<br />

Q. LOAD RESTRICTION:<br />

1. The CONTRACTOR shall comply with all legal load restrictions in the<br />

hauling of materials on public roads beyond the limits of Work. A special<br />

permit will not relieve the CONTRACTOR of liability for damage that may<br />

result from the moving of material or equipment.<br />

2. The operation of equipment of such weight or so loaded as to cause<br />

damage to structures or to any other type of construction shall not be<br />

permitted. Hauling of materials over the base course or surface course<br />

under construction shall be limited as directed. No loads shall be<br />

permitted on a concrete pavement base, or structure before the curing<br />

period. The CONTRACTOR shall be responsible for all damage done by<br />

his hauling equipment <strong>and</strong> shall correct such damage at his own<br />

expense.<br />

3. It is especially noted that the existing airport pavements may not be<br />

capable of supporting certain types of construction equipment. Prior to<br />

bidding, the CONTRACTOR shall fully satisfy himself as to the ability of<br />

the existing airport pavements to satisfactorily sustain the type of<br />

equipment he plans to use. Should damage occur as a result of negligent<br />

construction operations, the CONTRACTOR shall repair the damaged<br />

areas to an acceptable condition at his expense.<br />

R. CONTRACTOR’S SECURITY REQUIREMENTS:<br />

Exhibit 2<br />

Page 310 of 379<br />

1. General Intent: It is intended that the CONTRACTOR shall comply with<br />

all requirements of the airport security plan <strong>and</strong> with the security plan<br />

specified here within. The CONTRACTOR shall designate, to the CPM,<br />

in writing, the name of his CONTRACTOR Security Officer (CSO). The<br />

CSO shall be the CONTRACTOR’s representative on the “Construction<br />

Security Committee” <strong>and</strong> shall be accountable for these security<br />

requirements for the CONTRACTOR.<br />

2. CONTRACTOR Safety Personnel orientation: The CONTRACTOR’s<br />

Safety Officer (CSO) will be responsible for all safety precautions. Prior<br />

to the commencement of the Work, the CSO shall provide the CPM an<br />

outline of a proposed accident <strong>and</strong> fire protection plan for all Work<br />

contemplated under the Contract <strong>and</strong> conduct safety meetings as<br />

directed by the CPM for each shift <strong>and</strong> require the attendance of all<br />

supervisors at such meetings. Copies of the minutes of the safety<br />

meetings shall be kept on file in the CONTRACTOR’s Office.<br />

3. Identification – Vehicles: The CONTRACTOR, through the Contract<br />

Security Officer, shall establish <strong>and</strong> maintain a list of CONTRACTOR <strong>and</strong><br />

Section 01540 Construction Plan <strong>and</strong> Safety Requirements Page 105


Exhibit 2<br />

Page 311 of 379<br />

DIVISION 1 SPECIFICATIONS<br />

SECTION 01540 CONSTRUCTION SAFETY PLAN AND SECURITY REQUIREMENTS<br />

Subcontractor vehicles authorized to operate on the site <strong>and</strong> shall issue a<br />

permit to each vehicle to be made available upon dem<strong>and</strong> by the CPM or<br />

any Airport Security Officer. Vehicle permits shall be assigned in a<br />

manner to assure positive identification of the vehicle at all times. In lieu<br />

of issuing individual vehicle permits, the CSO can require each vehicle to<br />

display a large company sign on both sides of the vehicle <strong>and</strong> advise the<br />

<strong>COUNTY</strong> through the CPM of a current list of companies authorized to<br />

enter <strong>and</strong> conduct Work on the Airport.<br />

4. EMPLOYEE PARKING:<br />

a. Area for parking of the CONTRACTOR’s employee’s vehicles is in<br />

the CONTRACTOR’s Construction Area as provided by the CPM.<br />

Parking shall be accomplished in straight equally spaced rows.<br />

CONTRACTOR shall organize traffic flow <strong>and</strong> parking patterns,<br />

supply traffic control signs <strong>and</strong> markings, subject to the approval<br />

of the CPM. The CONTRACTOR shall maintain the parking<br />

surface <strong>and</strong> pick up trash daily. No storage will be allowed on the<br />

parking site. The CONTRACTOR shall restore the shape <strong>and</strong><br />

grade of this parking area upon the job completion, see <strong>and</strong> mulch<br />

portions where existing ground cover is damaged <strong>and</strong> perform all<br />

Work required to restore the area to its original condition.<br />

b. All vehicles that are parked in the CONTRACTOR’s Construction<br />

Area shall have an identification sticker as directed by the CPM.<br />

Stickers shall be supplied by the CONTRACTOR <strong>and</strong> state the<br />

project number <strong>and</strong> CONTRACTOR’s name. Vehicles shall be<br />

parked so that identification stickers are visible from the parking<br />

lot driving lanes at all times. The CONTRACTOR shall provide<br />

transportation for his employees from the parking area to the Work<br />

site using company owned vehicles.<br />

c. When the CONTRACTOR’s employees parking area is adjacent<br />

to another CONTRACTOR’s parking area performing other<br />

construction for the <strong>COUNTY</strong>, cooperation <strong>between</strong> Contractors is<br />

required to avoid any interferences in the performance of each<br />

others respective construction. Any difficulties experienced shall<br />

be brought to the attention of the CPM immediately.<br />

5. Materials Delivery to the Site: All Contractor’s material orders for delivery<br />

to the Work site will use as a delivery address, the street name <strong>and</strong><br />

number assigned to the access point onto the airport.<br />

6. Security Background verification, fingerprinting <strong>and</strong> identification badging<br />

is required for all work conducted in Security Identification Display Areas<br />

(SIDA). The prime contractor is responsible for managing, obtaining <strong>and</strong><br />

complying with all TSA <strong>and</strong> Airport security <strong>and</strong> badging requirements for<br />

their own firm as well as all of their subcontractors on their team. The<br />

prime contractor <strong>and</strong> all subcontractors are responsible for all costs<br />

associated with complying with the terms <strong>and</strong> conditions of all security<br />

requirement including but not limited to any fines levied (including against<br />

BCAD) due to non compliance with SIDA or Airport Security rules.<br />

PART 2 – PRODUCTS<br />

(Not Used)<br />

Section 01540 Construction Plan <strong>and</strong> Safety Requirements Page 106


Exhibit 2<br />

Page 312 of 379<br />

DIVISION 1 SPECIFICATIONS<br />

SECTION 01540 CONSTRUCTION SAFETY PLAN AND SECURITY REQUIREMENTS<br />

Part 3 – EXECUTION<br />

(Not Used)<br />

END OF SECTION 01540<br />

CONSTRUCTION SAFETY PLAN AND SECURITY EQUIREMENTS<br />

Attachments:<br />

HOT WORK PERMIT<br />

Section 01540 Construction Plan <strong>and</strong> Safety Requirements Page 107


DIVISION 1 SPECIFICATIONS<br />

SECTION 01540 CONSTRUCTION SAFETY PLAN AND SECURITY REQUIREMENTS<br />

HOT WORK PERMIT<br />

Hot Work Permit for ______________________________________ (Name of Project)<br />

Date____________ Time____________<br />

Area____________ Dept____________<br />

Location of work________________________________________________________<br />

Work to be done________________________________________________________<br />

Special precautions _____________________________________________________<br />

Is fire watch required ___________________________________________________<br />

If yes, Person responsible for fire watch______________________________________<br />

Person responsible for welding_____________________________________________<br />

This location will be examined, <strong>and</strong> the necessary precautions taken.<br />

(By supervisor of Company performing the welding)<br />

Time started____________ Time Completed____________<br />

Fire checks must be performed <strong>and</strong> signed AFTER HOT WORK IS COMPLETED.<br />

30 minute By_________________________<br />

(Permit Holder)<br />

1-2 hour By__________________________<br />

(Permit Holder/Designee)<br />

INITIAL CHECK TO BE FILLED OUT PRIOR TO START OF JOB<br />

Equipment to be used in good repair<br />

Area (3 meters) clear of combustibles <strong>and</strong> flammables<br />

Fire extinguisher(s)<br />

Water hose<br />

Not within 8 meters of explosives<br />

Not within a smoking area<br />

Area to be wetted down<br />

All wall <strong>and</strong> floor openings covered<br />

Equipment cleaned of all combustibles <strong>and</strong> flammables<br />

Containers purged of flammable vapors<br />

Combustibles <strong>and</strong> flammable liquids protected with covers, guards, or metal shields<br />

Area secured/guarded<br />

No work is to be performed without checklist being completed <strong>and</strong> complied with<br />

Completed by____________________________<br />

(Permit Holder)<br />

Time_______________ Date________________<br />

Permission is granted for this work after the INITIAL CHECK is completed <strong>and</strong> signed by<br />

the Permit Holder, CPM, <strong>and</strong> the CMR.<br />

Program Manager ________________________<br />

Time_______________ Date________________<br />

Exhibit 2<br />

Page 313 of 379<br />

Managing General Contractor_________________________<br />

Time_______________ Date_________________<br />

All costs incurred as a result of the issuance of the Hot Work Permit shall be borne by<br />

the permit holder.<br />

This form must be submitted 24 hours prior to commencement of the work.<br />

Section 01540 Construction Plan <strong>and</strong> Safety Requirements Page 108


Exhibit 2<br />

Page 314 of 379<br />

DIVISION 1 SPECIFICATIONS<br />

SECTION 01540 CONSTRUCTION SAFETY PLAN AND SECURITY REQUIREMENTS<br />

Section 01540 Construction Plan <strong>and</strong> Safety Requirements Page 109


DIVISION 1 SPECIFICATIONS<br />

SECTION 01545 UTILITIES<br />

Exhibit 2<br />

Page 315 of 379<br />

PART 1 - GENERAL<br />

1.01 REQUIREMENTS INCLUDED<br />

A. Existing facilities, utilities, <strong>and</strong> features depicted on the Drawings are not<br />

guaranteed to be accurate with respect to location, condition, <strong>and</strong> characteristics.<br />

Also, there may be additional facilities, utilities, <strong>and</strong> features existing that could<br />

affect the Work, which are not depicted or described in the Contract Documents.<br />

B. Prior to Bidding, the CONTRACTOR shall make a thorough investigation of the<br />

Project area to satisfy himself as to the location, condition, <strong>and</strong> characteristics of<br />

any <strong>and</strong> all facilities, utilities, <strong>and</strong> features which may affect his Work.<br />

C. The CONTRACTOR hereby agrees to make no claims against the <strong>COUNTY</strong>,<br />

CPM or the CONSULTANT <strong>and</strong>/or their representatives relating to the existence<br />

or lack of, location, condition, <strong>and</strong>/or characteristics of any existing facilities,<br />

utilities, or features that is shown on the construction plans provided.<br />

D. The CONTRACTOR shall not install any restrictive device, including but not<br />

limited to mud plugs, in any storm drain line or structure without written approval<br />

from the CPM. A CPM Representative must be present during the installation<br />

<strong>and</strong> removal of any restrictive device. Damage caused by flooding as the result<br />

of a restrictive device shall be repaired <strong>and</strong>/or replaced by the CONTRACTOR to<br />

satisfactory conditions acceptable to the CPM at no additional cost to the<br />

<strong>COUNTY</strong>.<br />

1.02 PROTECTION OF EXISTING UTILITIES<br />

A. The term “utilities” includes FAA power <strong>and</strong> control cables, FP&L Power Lines,<br />

Telephone cables, lines <strong>and</strong> fiberoptics, Sheriff’s Department Lines, airline<br />

communication cables, airfield lighting cables, <strong>COUNTY</strong> underground electrical,<br />

revenue control, communications lines, cables, <strong>and</strong> fiber optics, water lines,<br />

drainage lines, irrigation lines, HVAC equipment, sanitary force main, sanitary<br />

lines, <strong>and</strong> fuel <strong>and</strong> gas lines <strong>and</strong> any other supportive utility facility. These<br />

utilities may be located in the areas of demolition <strong>and</strong> construction. Disruption of<br />

these utilities could seriously disrupt operation of the Airport. Although the<br />

Drawings tend to located cables <strong>and</strong> utilities, actual locations are uncertain. The<br />

CONTRACTOR is required to verify all locations, in accordance with Florida<br />

Statute 556.101-111, “Underground Facility Damage Prevention <strong>and</strong> Safety Act”.<br />

The CONTRACTOR shall call Sunshine State One-Call of Florida, Inc. at 1-800-<br />

432-4770 <strong>and</strong> the CPM prior to any <strong>and</strong> all digging operations.<br />

B. Any intentional interruption of existing utilities for the purpose of carrying out the<br />

Work shall be carried out in a manner to minimize the length of scope of the<br />

interruption. Before any such interruption, the CONTRACTOR shall give a<br />

minimum of 48 hours written notice to the CPM.<br />

Section 01545 Utilities Page 110


DIVISION 1 SPECIFICATIONS<br />

SECTION 01545 UTILITIES<br />

Exhibit 2<br />

Page 316 of 379<br />

C. The <strong>COUNTY</strong> reserves the right to authorize the construction, reconstruction, or<br />

maintenance of any public or private utility service at any time during the<br />

progress of the Work.<br />

D. Except as listed in the Contract Documents, the CONTRACTOR shall not permit<br />

any individual, firm, or corporation to excavate or otherwise disturb such utility<br />

services or FAA facilities located within the limits of the Work without the written<br />

permission of the CPM.<br />

E. Should the <strong>COUNTY</strong>, public or private utility service, FAA, or NOAA facilities or a<br />

utility service of another government agency be authorized to construct,<br />

reconstruct, or maintain such utility service during the progress of the Work, the<br />

CONTRACTOR shall cooperate with such utility service facility by arranging <strong>and</strong><br />

performing the Work in this Contract so as to facilitate such work by others. In<br />

addition, the CONTRACTOR shall control his operations to prevent the<br />

unscheduled interruption of such utility services, FAA facility <strong>and</strong> other facilities.<br />

It is understood <strong>and</strong> agreed that the CONTRACTOR shall not be entitled to make<br />

any claim due to such authorized construction by others or for any delay to the<br />

Work resulting from such authorized construction, The CONTRACTOR shall<br />

coordinate all Work with all utility services, FAA facility, or other facility.<br />

F. To the extent that such public or private utility services, FAA or NOAA facilities,<br />

or utility services of another governmental agency are known to exist within the<br />

limits of the Contract Work, the approximate locations have been indicated on the<br />

Drawings.<br />

G. It is understood <strong>and</strong> agreed that the <strong>COUNTY</strong> does not guarantee the accuracy<br />

or the completeness of the location information relating to existing utility services,<br />

FAA facilities or structures that may be shown on the Drawings or encountered in<br />

the Work. Any inaccuracy or omission in such information will not relieve the<br />

CONTRACTOR of his responsibility to protect such existing features indicated to<br />

remain, from damage or unscheduled interruption of service.<br />

H. Failure of the CONTRACTOR to properly coordinate in advance, Work <strong>and</strong>/or<br />

repairs on or near existing utilities, shall be cause for the CPM to suspend the<br />

CONTRACTOR’s operations in the vicinity of such utilities.<br />

I. If damage occurs to any utilities as a result of negligence by the CONTRACTOR<br />

or SUBCONTRACTOR, the CONTRACTOR will be assessed a fee of $2,000<br />

liquidated damages per cut per cable, line or str<strong>and</strong>. The liquidated damages<br />

assessed will only represent the expense incurred by the <strong>COUNTY</strong> in<br />

coordinating the repair, <strong>and</strong> will not prevent the <strong>COUNTY</strong> or others from<br />

recovering from the CONTRACTOR other costs, damages, or expenses of any<br />

other nature incurred on account of damages to utilities.<br />

J. Should the CONTRACTOR damage or interrupt the operation of a utility service<br />

or FAA facility by accident or otherwise, he shall immediately notify the proper<br />

utility service or FAA facility <strong>and</strong> the CPM <strong>and</strong> shall take all reasonable measures<br />

Section 01545 Utilities Page 111


DIVISION 1 SPECIFICATIONS<br />

SECTION 01545 UTILITIES<br />

Exhibit 2<br />

Page 317 of 379<br />

to prevent further damage or interruption of service. The CONTRACTOR, in<br />

such events, shall cooperate with the utility service or FAA facility <strong>and</strong> the CPM<br />

continuously until such damage has been repaired <strong>and</strong> service restored to the<br />

satisfaction of the utility service or FAA facility.<br />

K. The CONTRACTOR shall immediately repair, at his own expense, with identical<br />

material by skilled workmen, all utilities, FAA cables <strong>and</strong> other facilities, which<br />

are damaged by his workmen, equipment, or Work. Prior approval of the<br />

appropriate utility service <strong>and</strong>/or FAA facility shall be obtained from the CPM for<br />

the materials, workmen, time of day or night, method of repairs, <strong>and</strong> any<br />

temporary or permanent repairs the CONTRACTOR may propose to any FAA<br />

cables or utility service damaged by the CONTRACTOR during the course of the<br />

Work.<br />

L. The Airport's publicly owned facilities <strong>and</strong> privately owned facilities located on<br />

Airport property, including underground cables, pavements, piping, buildings,<br />

turfed areas, vehicles, <strong>and</strong> other facilities <strong>and</strong> improvements, that are damaged<br />

by the CONTRACTOR, shall, at the election of the CPM, be replaced or repaired<br />

by the CONTRACTOR to the satisfaction of the CPM at the CONTRACTOR’s<br />

expense. If said repairs do not commence within five calendar days of written<br />

notice by the CPM, the <strong>COUNTY</strong> may proceed with the repair work <strong>and</strong> charge<br />

the CONTRACTOR for all costs or withhold payment to CONTRACTOR for said<br />

repairs. Approval of the repair vests with the entity with jurisdiction over the<br />

facility.<br />

PART 2 - PRODUCTS<br />

(Not Used)<br />

PART 3 - EXECUTION<br />

(Not Used)<br />

END OF SECTION- UTILITIES<br />

Section 01545 Utilities Page 112


DIVISION 1 SPECIFICATIONS<br />

SECTION 01560 PREVENTION, CONTORL AND ABATEMENT<br />

OF EROSION AND WATER POLLUTION CONTROL<br />

Exhibit 2<br />

Page 318 of 379<br />

PART 1 - GENERAL<br />

1.01 DESCRIPTION<br />

A. Includes requirements for prevention, control <strong>and</strong> abatement of erosion situation<br />

<strong>and</strong> water pollution resulting from the construction of the Project until Final<br />

Completion <strong>and</strong> Acceptance.<br />

B. All applicable provisions of local codes concerning grading, filling, excavation,<br />

<strong>and</strong> soil removal shall be complied with.<br />

1.02 PERMITS<br />

A. It shall be the responsibility of the CONTRACTOR to obtain all Federal, State, <strong>and</strong><br />

local permits <strong>and</strong> to conduct his Work in the manner designated by all applicable<br />

permits. Violations of any permit by the CONTRACTOR will in no way involve the<br />

<strong>COUNTY</strong> regardless of who obtained the permit initially.<br />

1.03 ECOLOGICAL REQUIREMENTS<br />

A. Take sufficient precautions to prevent pollution of streams, canals, lakes,<br />

reservoirs <strong>and</strong> other water impoundments with fuels, oils, bitumens, calcium<br />

chloride or other harmful materials. Also, conduct <strong>and</strong> schedule operations so as<br />

to avoid interference with movement of migratory fish. No residue from dust<br />

collectors or washers shall be dumped into any live stream.<br />

B. Construction operations in rivers, streams, lakes, tidal waters, reservoirs, canals<br />

<strong>and</strong> other water impoundments shall be restricted to those areas where it is<br />

necessary to perform filling or excavation to accomplish the Work shown in the<br />

plans <strong>and</strong> to those areas which must be entered to construct temporary or<br />

permanent structures. As soon as conditions permit, rivers, stream, <strong>and</strong><br />

impoundments shall be properly cleared of all obstructions placed therein or<br />

caused by construction operations.<br />

C. Except as necessary for construction, <strong>and</strong> approved by the CPM, excavated<br />

material shall not be deposited in rivers, streams, canals or impoundments, or in<br />

a position close enough thereto to be washed away by high water or runoff.<br />

D. Do not disturb l<strong>and</strong>s or waters outside the limits of construction except as may be<br />

found necessary <strong>and</strong> authorized by the CPM.<br />

1.04 SCHEDULING/COORDINATION<br />

A. Clearing <strong>and</strong> grubbing shall be scheduled <strong>and</strong> performed that grading operations<br />

can follow immediately thereafter; grading operations shall be so scheduled <strong>and</strong><br />

performed that permanent erosion control features can follow immediately<br />

thereafter if conditions on the project permit.<br />

Section 01560 Prevention, Control <strong>and</strong> Abatement Page 113<br />

of Erosion <strong>and</strong> Water Pollution Control


DIVISION 1 SPECIFICATIONS<br />

SECTION 01560 PREVENTION, CONTORL AND ABATEMENT<br />

OF EROSION AND WATER POLLUTION CONTROL<br />

Exhibit 2<br />

Page 319 of 379<br />

B. Schedule operations such that the area of unprotected erodible earth<br />

exposed at any one time is not larger than the minimum area necessary for<br />

efficient construction operations; <strong>and</strong> the duration of exposed,<br />

uncompleted construction to the elements shall be as short as practicable.<br />

1.05 PROTECTION OF STORM DRAINS<br />

A. Storm drain facilities, both open <strong>and</strong> closed conduit, serving the construction<br />

area shall be protected from pollutants <strong>and</strong> contaminants.<br />

B. If the CPM determines that siltation of drainage facilities has resulted due to the<br />

project, the CPM will advise the CONTRACTOR to remove <strong>and</strong> properly dispose<br />

of the deposited materials without an increase to the GMP.<br />

C. Should the CONTRACTOR fail to or elect not to remove the deposits, the<br />

<strong>COUNTY</strong> will provide maintenance cleaning as necessary <strong>and</strong> charge all<br />

costs of such service against the amount of money due or to become due<br />

the CONTRACTOR.<br />

1.06 PREVENTION, CONTROL AND ABATEMENT REQUIREMENTS<br />

A. Provide, install, construct <strong>and</strong> maintain all coverings, mulching, sodding,<br />

s<strong>and</strong>bagging, berms, slope drains, hay <strong>and</strong> straw bales, sedimentation structures<br />

or other devices necessary to meet City, State <strong>and</strong> Federal regulatory agency<br />

codes, rules <strong>and</strong> laws, <strong>and</strong> as indicated on the Drawings.<br />

B. The locations <strong>and</strong> methods of operation in all detention areas, borrow pits,<br />

material supply pits <strong>and</strong> disposal areas furnished by the CONTRACTOR shall<br />

meet the approval of the CPM as being such that erosion during <strong>and</strong> after<br />

completion of the Work will not likely result in detrimental siltation of water<br />

pollution.<br />

C. The CPM may limit the surface areas of unprotected erodible earth exposed by<br />

clearing <strong>and</strong> grubbing, excavation or filling operations <strong>and</strong> may direct the<br />

CONTRACTOR to provide immediate erosion or pollution control measures to<br />

prevent siltation or contamination of any river, stream, lake, tidal waters,<br />

reservoir, canal or other impoundment or to prevent damage to the Project or<br />

property outside the project right of way.<br />

PART 2 – PRODUCTS<br />

PART 3 - EXECUTION<br />

(Not Used)<br />

(Not Used)<br />

END OF SECTION 01560 - PREVENTION, CONTROL AND ABATEMENT OF EROSION AND<br />

WATER POLLUTION<br />

Section 01560 Prevention, Control <strong>and</strong> Abatement Page 114<br />

of Erosion <strong>and</strong> Water Pollution Control


DIVISION 1 SPECIFICATIONS<br />

SECTION 01561 CONSTRUCTION CLEANING<br />

Exhibit 2<br />

Page 320 of 379<br />

PART 1 - GENERAL<br />

1.01 REQUIREMENTS INCLUDED<br />

A. CONTRACTOR shall enforce daily cleaning during progress of Work <strong>and</strong> enforce<br />

final cleanup prior to Substantial Completion.<br />

B. Hazards Control:<br />

1. Store volatile wastes in covered metal containers.<br />

2. Remove containers from premises daily.<br />

3. Prevent accumulation of wastes that create hazardous conditions.<br />

4. Provide adequate ventilation during use of volatile or noxious substances.<br />

C. Conduct cleaning <strong>and</strong> disposal operations to comply with local ordinances <strong>and</strong><br />

anti-pollution laws:<br />

PART 2 - PRODUCTS<br />

2.01 MATERIALS<br />

1. Do not burn or bury rubbish or waste materials on Project Site.<br />

2. Do not dispose of volatile wastes, such as mineral spirits, oil, or paint<br />

thinner in storm or sanitary drains.<br />

3. Transport waste materials <strong>and</strong> debris across airport property in covered<br />

trucks.<br />

A. Use cleaning materials recommended by manufacturer or surface to be cleaned<br />

which will not create hazards to health or property <strong>and</strong> which will not damage<br />

surfaces.<br />

B. See Technical Specifications for specific products.<br />

PART 3 - EXECUTION<br />

3.01 CLEANING DURING CONSTRUCTION<br />

A. Enforce cleaning to keep building, grounds, <strong>and</strong> public properties free of<br />

accumulation of waste materials, rubbish, <strong>and</strong> windblown debris resulting from<br />

construction operations.<br />

B. Have protective covering applied on newly installed Work where reasonable<br />

required to ensure freedom from damage or deterioration at time of Substantial<br />

Completion. Enforce cleaning <strong>and</strong> maintenance on other newly installed Work as<br />

frequently as necessary through remainder of construction period.<br />

C. Have operable components adjusted <strong>and</strong> lubricated to ensure operability without<br />

damaging effects.<br />

Section 01561 Construction Cleaning Page 115


DIVISION 1 SPECIFICATIONS<br />

SECTION 01561 CONSTRUCTION CLEANING<br />

Exhibit 2<br />

Page 321 of 379<br />

D. Furnish on-site containers for collection of waste materials, debris, <strong>and</strong> rubbish.<br />

E. Remove waste material, debris, <strong>and</strong> rubbish from Site daily.<br />

F. Do not drop or throw materials from heights.<br />

G. Continue enforcing cleaning daily until site is ready for occupancy.<br />

3.02 DUST CONTROL<br />

A. Wet down materials <strong>and</strong> rubbish to prevent blowing dust on a regular basis as<br />

required by the CPM.<br />

B. Schedule cleaning operations so that dust <strong>and</strong> other contaminants resulting from<br />

cleaning process will not fall on wet, newly painted surfaces.<br />

3.03 FINAL CLEANING<br />

A. Provide final cleaning of the Work at time indicated, consisting of cleaning each<br />

surface or unit of Work to “clean” condition expected for a first-class building <strong>and</strong><br />

maintenance program. Comply with manufacturer’s instructions for cleaning<br />

operations. The following are examples, but not by way of limitation, of cleaning<br />

levels required:<br />

1. Remove labels which are not required as permanent labels.<br />

2. Clean exposed exterior hard-surfaced finishes, to dirt-free condition, free<br />

of dust, stains, films, <strong>and</strong> similar noticeable distracting substances.<br />

3. Restore effective surface to original reflective condition.<br />

4. Remove debris <strong>and</strong> surface dust from limited access spaces including<br />

roofs, plenums, shafts, trenches, equipment vaults, manholes, <strong>and</strong> similar<br />

spaces.<br />

5. Broom clean concrete floors in non-occupied spaces.<br />

6. Clean light fixtures <strong>and</strong> lamps to function with full efficiency.<br />

7. Clean Project Site, including l<strong>and</strong>scape development areas, of litter <strong>and</strong><br />

foreign substances.<br />

8. Sweep paved areas to broom-clean condition: remove stains, petrochemical<br />

spills, <strong>and</strong> other foreign deposits.<br />

9. Rake grounds that are neither planted nor paved, to smooth, eventextured<br />

surface.<br />

B. Remove waste materials from Site daily <strong>and</strong> dispose of in a lawful manner.<br />

C. Removal of protection:<br />

1. Remove temporary protection devices <strong>and</strong> facilities that were installed<br />

during course of the Work to protect previous completed Work during<br />

remainder of construction period.<br />

END OF SECTION 01561 - CONSTRUCTION CLEANING<br />

Section 01561 Construction Cleaning Page 116


DIVISION 1 SPECIFICATIONS<br />

SECTION 01600 MATERIALS AND EQUIPMENT<br />

Exhibit 2<br />

Page 322 of 379<br />

PART 1 - GENERAL<br />

1.01 PRODUCTS<br />

A. Products: Means new material, machinery, components, equipment, fixtures, <strong>and</strong><br />

systems forming the Work. It does not include machinery <strong>and</strong> equipment used<br />

for preparation, fabrication, conveying <strong>and</strong> erection of the Work. Products may<br />

also include existing materials or components required for reuse.<br />

B. Provide interchangeable components of the same manufacturer, for similar<br />

components.<br />

C. Only approved material will be accepted. Nonconforming materials shall be<br />

replaced without an increase to the GMP.<br />

1.02 TRANSPORTATION AND HANDLING<br />

A. Transport <strong>and</strong> h<strong>and</strong>le Products in accordance with manufacturer’s instructions.<br />

B. Promptly inspect shipments to assure that Products comply with requirements,<br />

quantities are correct, <strong>and</strong> Products are undamaged.<br />

C. Provide equipment <strong>and</strong> personnel to h<strong>and</strong>le Products by methods to prevent<br />

soiling, disfigurement, or damage.<br />

1.03 STORAGE AND PROTECTION<br />

A. Store <strong>and</strong> protect Products in accordance with manufacturer’s instructions, with<br />

seals <strong>and</strong> labels intact <strong>and</strong> legible. Store sensitive Products in weather-tight,<br />

climate controlled enclosures.<br />

B. For exterior storage of fabricated Products, place on sloped supports, above<br />

ground.<br />

C. Provide off-site storage <strong>and</strong> protection when site does not permit on-site storage<br />

or protection.<br />

D. Cover Products subject to deterioration with impervious sheet covering. Provide<br />

ventilation to avoid condensation.<br />

E. Store loose granular materials on solid flat surfaces in a well-drained area.<br />

Prevent mixing with foreign matter.<br />

F. Provide equipment <strong>and</strong> personnel to store Products by methods to prevent<br />

soiling, disfigurement, or damage.<br />

Section 01600 Materials <strong>and</strong> Equipment Page 117


DIVISION 1 SPECIFICATIONS<br />

SECTION 01600 MATERIALS AND EQUIPMENT<br />

Exhibit 2<br />

Page 323 of 379<br />

G. Arrange storage of Products to permit access for inspection. Periodically inspect<br />

to assure Products are undamaged <strong>and</strong> are maintained under specified<br />

conditions.<br />

1.04 SUBSTITUTION AND PRODUCT OPTIONS<br />

A. In accordance with the provisions of Section 01630.<br />

PART 2 - PRODUCTS<br />

PART 3 - EXECUTION<br />

(Not Used)<br />

(Not Used)<br />

END OF SECTION 01600 - MATERIAL AND EQUIPMENT<br />

Section 01600 Materials <strong>and</strong> Equipment Page 118


DIVISION 1 SPECIFICATIONS<br />

SECTION 01630 SUBSTITUTIONS AND PRODUCT OPTIONS<br />

Exhibit 2<br />

Page 324 of 379<br />

PART 1 - GENERAL<br />

1.01 OPTIONS<br />

A. Products Specified by Reference St<strong>and</strong>ards, or by Description Only: Any product<br />

meeting those st<strong>and</strong>ards.<br />

B. Products Specified by Naming One or more Manufacturers with a Provision for<br />

Substitutions: Submit a request for substitution for any manufacturer not<br />

specifically named.<br />

C. Products Specified by Naming Several Manufacturers: Products of named<br />

manufacturers meeting specifications; no options, no substitutions.<br />

D. Products specified by St<strong>and</strong>ard of Comparison: Products of named<br />

manufacturer; submit a request for substitution for any manufacturers not<br />

specifically named meeting specifications.<br />

1.02 PRODUCTS LIST<br />

A. Within fourteen (14) calendar days after each subcontract agreement is signed,<br />

the, submit three (3) copies of a list of major products not specifically identified in<br />

the Contract Documents, which are proposed for use, including name of<br />

manufacturer, trade name, <strong>and</strong> model number of each product.<br />

B. Tabulate products by Specifications section number, title, <strong>and</strong> Article number.<br />

C. For products specified only by reference st<strong>and</strong>ards, give manufacturer, trade<br />

name, model or catalog designation, <strong>and</strong> reference st<strong>and</strong>ards.<br />

D. CPM or CONSULTANT will reply in writing within 15 days stating whether there<br />

is reasonable objection to listed items. Failure to object to a listed item shall not<br />

constitute a waiver of requirements of Contract Documents.<br />

1.03 LIMITATIONS ON SUBSTITUTIONS<br />

A. Requests for substitutions of products will be considered within four (4) weeks<br />

after date of contract award. Subsequent requests will only be considered upon<br />

submittal of substantiated evidence of product unavailability, or that there is<br />

some unreasonable difficulty in obtaining it.<br />

B. Substitutions will not be considered when indicated on shop drawings or product<br />

data submittals without separate formal request, when requested directly by<br />

subcontractor or supplier, or when acceptance will require substantial revision of<br />

Contract Documents.<br />

C. Substitute products shall not be ordered or installed without written acceptance.<br />

Section 01630 Substitutions <strong>and</strong> Product Options Page 119


DIVISION 1 SPECIFICATIONS<br />

SECTION 01630 SUBSTITUTIONS AND PRODUCT OPTIONS<br />

Exhibit 2<br />

Page 325 of 379<br />

D. Only one (1) request for substitution for each product will be considered. When<br />

substitution is not accepted, provide specified product.<br />

E. Substitution requests will be approved by the CPM <strong>and</strong> CONSULTANT.<br />

1.04 REQUESTS FOR SUBSTITUTIONS<br />

A. Submit separate request for each substitution. Document each request with<br />

complete data substantiating compliance of proposed substitution with<br />

requirements of Contract Documents.<br />

B. Identify product by Specifications section <strong>and</strong> Article numbers. Provide<br />

manufacturer’s name <strong>and</strong> address, trade name of product, <strong>and</strong> model or catalog<br />

number. List fabricators <strong>and</strong> suppliers as appropriate.<br />

C. Attach product data as specified in Section 01340.<br />

D. List similar projects using product, dates of installation, <strong>and</strong> names of CPM <strong>and</strong><br />

CONSULTANT.<br />

E. Give itemized comparison of proposed substitution with specified product, listing<br />

variations, <strong>and</strong> reference to Specifications section <strong>and</strong> Article numbers.<br />

F. Give itemized comparison of proposed substitution <strong>and</strong> the specified product.<br />

G. Give cost data comparing proposed substitution with specified product, <strong>and</strong><br />

amount of net change to Contract Sum.<br />

H<br />

List availability of maintenance services <strong>and</strong> replacement materials.<br />

I. State effects of substitution on construction schedule, <strong>and</strong> changes required in<br />

other work or products.<br />

1.05 CONTRACTOR REPRESENTATION<br />

A. Request for substitution constitutes a representation that the CONTRACTOR has<br />

investigated proposed product <strong>and</strong> has determined that it is equal to or superior<br />

in all respects to specified product.<br />

B. Contractor will provide the same warranty for substitution as for specified<br />

product.<br />

C. Contractor will coordinate installation of accepted substitute, making such<br />

changes as may be required for Work to be complete in all respects.<br />

D. Contractor certifies that cost data presented is complete <strong>and</strong> includes all related<br />

costs under this Contract.<br />

Section 01630 Substitutions <strong>and</strong> Product Options Page 120


DIVISION 1 SPECIFICATIONS<br />

SECTION 01630 SUBSTITUTIONS AND PRODUCT OPTIONS<br />

Exhibit 2<br />

Page 326 of 379<br />

E. Contractor waives claims for additional costs related to substitution, which may<br />

later become apparent.<br />

1.06 SUBMITTAL PROCEDURES<br />

A. Submit three (3) copies of request for substitution.<br />

B. CPM <strong>and</strong> CONSULTANT will review Contractor’s requests for substitutions with<br />

reasonable promptness.<br />

C. For accepted products, submit shop drawings, product data, <strong>and</strong> samples under<br />

provisions of Section 01340.<br />

PART 2 - PRODUCTS<br />

PART 3 - EXECUTION<br />

(Not Used)<br />

(Not Used)<br />

END OF SECTION 01630 - SUBSTITUTIONS AND PRODUCT OPTIONS<br />

Section 01630 Substitutions <strong>and</strong> Product Options Page 121


DIVISION 1 SPECIFICATIONS<br />

SECTION 01630 SUBSTITUTIONS AND PRODUCT OPTIONS<br />

Exhibit 2<br />

Page 327 of 379<br />

GENERAL CONTRACTOR’S SUBSTITUTION REQUEST FORM<br />

To:<br />

Project:<br />

(CPM) Corporation<br />

Terminal 4 FIS/ATO Expansion Phase 1B<br />

We hereby submit for your consideration the following product instead of the specified item for<br />

the above project:<br />

Section: Paragraph: Specified Item:<br />

Proposed Substitution:<br />

Attach complete technical data, including laboratory tests, if applicable. Include complete<br />

information on changes to Drawings <strong>and</strong>/or Specifications, which proposed substitution will<br />

require for its proper installation.<br />

Fill in Blanks Below:<br />

A. Does the substitution affect dimensions shown on Drawings:<br />

B. Will the undersigned pay for changes to the building design, including engineering<br />

<strong>and</strong> detailing costs caused by the requested substitution:<br />

C. What affect does substitution have on other trades:<br />

D. Differences <strong>between</strong> proposed substitution <strong>and</strong> specified item:<br />

E. Manufacturer’s guarantees of the proposed <strong>and</strong> specified items are<br />

[___] Same<br />

[___] Different (explain on attachment)<br />

F. This substitution will amount in a credit to the CPM of :<br />

G. Reasons for substitution:<br />

(FORM CONTINUED ON NEXT PAGE)<br />

The undersigned states that the function, appearance <strong>and</strong> quality are equal to or<br />

superior than the specified item.<br />

Section 01630 Substitutions <strong>and</strong> Product Options Page 122


DIVISION 1 SPECIFICATIONS<br />

SECTION 01630 SUBSTITUTIONS AND PRODUCT OPTIONS<br />

Exhibit 2<br />

Page 328 of 379<br />

Submitted by:<br />

For Use By CPM or Consultant<br />

Firm<br />

[___] Accepted<br />

[___] Accepted As Noted<br />

[___] Not Accepted [___]Received Too Late<br />

Address<br />

By:<br />

Date:<br />

Remarks:<br />

Date:<br />

Telephone:<br />

END OF FORM<br />

Section 01630 Substitutions <strong>and</strong> Product Options Page 123


Exhibit 2<br />

Page 329 of 379<br />

PART 1 - GENERAL<br />

1.01 STARTING SYSTEMS<br />

A. Coordinate schedule for start-up of various equipment <strong>and</strong> systems.<br />

B. Notify <strong>COUNTY</strong> <strong>and</strong> Commissioning Agent seven (7) days prior to start-up of<br />

each item.<br />

C. Verify that each piece of equipment or system has been checked for proper<br />

lubrication, drive rotation, belt tension, control sequence, or other conditions,<br />

which may cause damage.<br />

D. Verify that tests, meter readings, <strong>and</strong> specified electrical characteristics agree<br />

with those required by the equipment or system manufacturer.<br />

E. Verify wiring <strong>and</strong> support components for equipment are complete <strong>and</strong> tested.<br />

F. Execute start-up under supervision of responsible CONTRACTOR’s personnel<br />

<strong>and</strong> CPM in accordance with manufacturers’ instructions <strong>and</strong> commissioning<br />

plan.<br />

G. When specified in individual specification sections, require manufacturer to<br />

provide an authorized representative to be present at site to inspect, check <strong>and</strong><br />

approve equipment or system installation prior to start-up, <strong>and</strong> to supervise<br />

placing equipment or system in operation.<br />

H. Submit a written report in accordance with Section 01400 that equipment or<br />

system has been properly installed, inspected, <strong>and</strong> is functioning correctly.<br />

1.02 DEMONSTRATION AND INSTRUCTIONS<br />

A. Demonstrate operation <strong>and</strong> maintenance of Products to CPM <strong>and</strong> <strong>COUNTY</strong><br />

MAINTENANCE 14 calendar days prior to the date of Substantial Completion.<br />

B. Demonstrate Project equipment <strong>and</strong> provide instruction by a qualified<br />

representative who is knowledgeable about the Project.<br />

C. For equipment or systems requiring seasonal operation, perform demonstration<br />

for other season within six (6) months.<br />

D. Utilize operation <strong>and</strong> maintenance manuals as basis for instruction. Review<br />

contents of manual with Project Manager in detail to explain all aspects of<br />

operation <strong>and</strong> maintenance.<br />

E. Demonstrate start-up, operation, control, adjustment, trouble-shooting, servicing,<br />

maintenance, <strong>and</strong> shutdown of each item of equipment at agreed-upon times, at<br />

equipment location.


Exhibit 2<br />

Page 330 of 379<br />

1.03 TESTING, ADJUSTING, AND BALANCING<br />

A. CONTRACTOR will appoint, employ, <strong>and</strong> pay for services of an independent firm<br />

to perform testing, adjusting <strong>and</strong> balancing.<br />

B. The independent firm will perform services specified in Division1 <strong>and</strong> Technical<br />

Specifications.<br />

C. Reports will be submitted by the independent firm to the CPM <strong>and</strong><br />

CONSULTANT indicating observations <strong>and</strong> results of tests <strong>and</strong> indicating<br />

compliance or non-compliance with specified requirements <strong>and</strong> with the<br />

requirements <strong>and</strong> with the requirements of the Contract Documents.<br />

PART 2 - PRODUCTS<br />

PART 3 - EXECUTION<br />

(Not Used)<br />

(Not Used)<br />

END OF SECTION 01650 - STARTING AND TESTING OF SYSTE


Exhibit 2<br />

Page 331 of 379<br />

Broward County Aviation Department<br />

Badging Requirements<br />

& Ramp Driving Privileges<br />

at<br />

Fort Lauderdale – Hollywood<br />

International Airport (FLL)<br />

5-1-10 Revision<br />

Director of Security


Badging Requirements <strong>and</strong> Ramp Driving Privileges<br />

Exhibit 2<br />

Page 332 of 379<br />

Broward County Aviation Department<br />

Table of Contents<br />

Page<br />

Sensitive Security Information Warning 2<br />

Privacy Act Notice 3<br />

Badging Office Hours of Operation 4<br />

Application for Fingerprint –Criminal History Record Check Form 5<br />

Application for Security Identification Display Area Badge Form 6<br />

List of Acceptable Documents for Security Threat Assessment (STA) 7<br />

Social Security Information for Purposes of Unescorted Access Form 8<br />

Required Personal Information for FLL Security Badge Form 9<br />

Disqualifying Crimes Certification Form 10<br />

Escort Authority <strong>and</strong> Visitor Badge Program Form 11<br />

Consent to Search Ordinance 2002-15 12<br />

Consent to Inspection/Search Form 13<br />

Security Identification Display Area (SIDA) Awareness <strong>and</strong><br />

14<br />

Identification (ID) Class Schedules<br />

Ramp Driving Class Schedule 15<br />

Ramp Driving Sign In Format 16<br />

5-1-10 Revision Page 1


Badging Requirements <strong>and</strong> Ramp Driving Privileges<br />

Exhibit 2<br />

Page 333 of 379<br />

Procedures for<br />

Unescorted Access Privileges<br />

Fort Lauderdale-Hollywood International Airport (FLL)<br />

WARNING:<br />

After execution, some documents in this package contain sensitive<br />

security information which is controlled under 49 CFR Part 1542<br />

(Airport Security) <strong>and</strong> 49 CFR Part 1520 (Protection of Sensitive<br />

Security Information). This material may not be released without<br />

written permission.<br />

For authorization procedures you may contact the Broward County<br />

Aviation Department‟s Badge Office at 954-359-1217.<br />

Unauthorized release of any sensitive security material may result in<br />

civil penalty, or other action, by the Airport Operator <strong>and</strong>/or the<br />

Transportation Security Administration.<br />

Director of Security<br />

Operations Division of the<br />

Broward County Aviation Department<br />

5-1-10 Revision Page 2


Badging Requirements <strong>and</strong> Ramp Driving Privileges<br />

Exhibit 2<br />

Page 334 of 379<br />

Privacy Act Notice<br />

Authority:<br />

Purpose:<br />

Routine Uses:<br />

Disclosure:<br />

49 U.S.C. Title 114, 44936 authorizes the collection of this information.<br />

The Department of Homel<strong>and</strong> Security (DHS) will use the biographical<br />

information to conduct a Security Threat Assessment (STA) <strong>and</strong> will<br />

forward any fingerprint information to the Federal Bureau of Investigation<br />

to conduct a Criminal History Records Check (CHRC) of individuals who<br />

are applying for, or who hold, an airport-issued identification media or who<br />

are applying to become a Trusted Agent of the airport operator. DHS will<br />

also transmit the fingerprints for enrollment into the US-VISIT‟s automated<br />

Biometrics Identification System (IDENT). If you provide your Social<br />

Security Number (SSN), DHS may provide your name <strong>and</strong> SSN to the<br />

Social Security Administration (SSA) to compare that information against<br />

SSA records to ensure the validity of your name <strong>and</strong> SSN.<br />

This information may be shared with third parties during the course of an<br />

STA, employment investigation, or adjudication of a waiver or appeal<br />

request to the extent necessary to obtain information pertinent to the<br />

assessment, investigation, or adjudication of your application or in<br />

accordance with the routine uses identified in the Transportation Security<br />

Threat Assessment System (T-STAS), DHS/TSA 002.<br />

Furnishing this information (including your SSN) is voluntary; however, if<br />

you do not provide your SSN or any other information requested, DHS<br />

may be unable to complete your application for identification media.<br />

5-1-10 Revision Page 3


Badging Requirements <strong>and</strong> Ramp Driving Privileges<br />

Exhibit 2<br />

Page 335 of 379<br />

BADGING OFFICE – Hours of Operations<br />

LOCATION:<br />

Southside of the Hibiscus Parking Garage<br />

(Near the “blue” elevator core <strong>and</strong><br />

outside of the parking facility)<br />

TELEPHONE: 954-359-1217<br />

FAX: 954-359-1219<br />

OFFICE HOURS:<br />

Open:<br />

Monday, Tuesday, Wednesday <strong>and</strong> Friday<br />

8:30 AM – 4:30 PM<br />

Thursday<br />

9:00 AM – 4:30 PM<br />

Closed:<br />

Saturdays <strong>and</strong> Sundays<br />

Broward County Holidays<br />

FINGERPRINT HOURS:<br />

Monday-Friday<br />

9:30 AM – 11:30 AM<br />

1:00 PM – 3:30 PM<br />

Note: fingerprinting is on a “first come, first served” basis so you<br />

need to sign in upon arrival.<br />

5-1-10 Revision Page 4


Badging Requirements <strong>and</strong> Ramp Driving Privileges<br />

Exhibit 2<br />

Page 336 of 379<br />

FINGERPRINT APPLICATION FOR CRIMINAL HISTORY RECORD CHECK<br />

Sponsor<br />

Company: ________________________________________<br />

Contracted<br />

Company:________________________________________<br />

Company Address:<br />

________________________________________________<br />

________________________________________________<br />

Employee‟s Full Name:<br />

________________________________________________<br />

(First) (Middle) (Last)<br />

Aliases <strong>and</strong> Nicknames (including maiden name, previously<br />

married names, etc., if applicable):<br />

________________________________________________<br />

________________________________________________<br />

________________________________________________<br />

Date of<br />

Birth:____________________________________________<br />

Eye Color:_____________<br />

Hair Color:________________<br />

Height:_________________ Weight: __________________<br />

______________________<br />

Gender<br />

_______________________<br />

Race<br />

______________________________________________________<br />

Country of Citizenship<br />

______________________________________________________<br />

Place of Birth<br />

______________________________________________________<br />

Current Home Address<br />

______________________________________________________<br />

City<br />

______________________________________________________<br />

State<br />

Zip Code<br />

______________________________________________________<br />

Employee Signature: (see affidavit below)<br />

The information I have provided is true, complete, <strong>and</strong> correct<br />

to the best of my knowledge <strong>and</strong> belief <strong>and</strong> is provided in good<br />

faith. I underst<strong>and</strong> that a knowing <strong>and</strong> willful false statement<br />

can be punished by fine or imprisonment or both (Section 1001<br />

of Title 18 of the United States Code).<br />

______________________________________________________<br />

Authorized Signatory Signature<br />

Date of Application: ________________________________<br />

AFFIDAVIT: This applicant acknowledges that the Transportation Security Administration (TSA) has determined that<br />

a withheld adjudication, whether through a guilty plea or a plea of nolo contendre (no contest), constitutes a<br />

conviction for the purpose of unescorted access to the AOA (49 CFR Part 1542). I also accept that upon receipt of a<br />

directive from the TSA or a modification to the regulation, my unescorted access to the secure area of the Airport<br />

may be denied or revoked.<br />

_______________________________________________________________________________________________________________<br />

BILLING (allowable only to companies authorized by BCAD Finance Department)<br />

___________________________________________<br />

Authorized Signatory Signature for Billing<br />

Date<br />

________________________________<br />

Fingerprint Fee: Electronic Submission $27.00<br />

Ink-Rolled Hard Card $31.00<br />

Payment Method: Cash $ __________<br />

Check $ __________<br />

No.________<br />

Billing $ __________<br />

BCAD USE ONLY: Initials of Trusted Agent _________ Fingerprint Date ___________Transaction #__________<br />

5-1-10 Revision Page 5


Badging Requirements <strong>and</strong> Ramp Driving Privileges<br />

Exhibit 2<br />

Page 337 of 379<br />

APPLICATION FOR IDENTIFICATION CARD OR SECURITY BADGE TRANSACTION<br />

Sponsor<br />

Company: __________________________________________________<br />

Contracted<br />

Company: __________________________________________________<br />

Employee Full Name:<br />

__________________________________________________________<br />

(First) (Middle) (Last)<br />

Job Title:___________________________________________________<br />

Original FLL Badge or ID _____<br />

Replacement for: Renewal ______ Damaged ______ Lost ______<br />

Name Change ______ Add Customs ______ Add Escort ______<br />

BADGE TYPE: (check one only)<br />

___ SIDA<br />

Concourse Tenants: ____ Gate 100 & Employee Access SIDA<br />

____ Concourse & Ramp Access<br />

Date of Birth:________________________________________________<br />

Employment Date:___________________________________________<br />

___ Sterile Concourse<br />

___ General Aviation<br />

___ Government<br />

____ ID Card (Only For Concourse Access)<br />

____ LEO ____ CLEO (with TSA approval)<br />

Employee Signature:<br />

__________________________________________________________<br />

EMPLOYEE AFFIDAVIT:<br />

The information I have provided is true, complete, <strong>and</strong> correct to the<br />

best of my knowledge <strong>and</strong> belief <strong>and</strong> is provided in good faith. I<br />

underst<strong>and</strong> that a knowing <strong>and</strong> willful false statement can be<br />

punished by fine or imprisonment or both (Section 1001 of Title 18 of<br />

the United States Code).<br />

___ Construction<br />

Requested Expiration Date: ______________________________________<br />

(i.e. contract completion date; INS work authorization; etc.)<br />

Signature:<br />

_____________________________________________________________<br />

Authorized Signatory Signature<br />

Date<br />

Note: If the employee does not obtain their badge within 30 days from the<br />

date of this application, a new application, <strong>and</strong> possibly a new Criminal<br />

History Records Check, will be required.<br />

AFFIDAVIT: This applicant acknowledges that the Transportation Security Administration (TSA) has determined that a withheld<br />

adjudication, whether through a guilty plea or a plea of nolo contendre (no contest), constitutes a conviction for the purpose of<br />

unescorted access to the AOA (49 CFR Part 1542). I also accept that upon receipt of a directive from the TSA or a modification to the<br />

regulation, my unescorted access to the secure area of the Airport may be denied or revoked.<br />

BILLING (allowable only to companies authorized by BCAD Finance Department))<br />

______________________________________________________________<br />

Authorized Signatory Signature for Billing<br />

___________________________________________<br />

Date<br />

ID PROCESSING: Original Badge……………..…… ……..….….….....$15.00 Payment: Cash $_____________<br />

Renewal or Replacement (old badge returned).…$15.00<br />

Transportation Security Clearinghouse (STA)…… $6.00 Check $_________ No.__________<br />

Lost / Stolen………………………...........................$50.00<br />

Unreturned Badge ……... ……....…..…… ..……. $100.00 Billing $_____________<br />

Trusted Agent Accountability:<br />

Intake Initials:<br />

__________________ Date: ______________<br />

Data Entry Initials: ________________ Date: ______________ COLOR: __________________ BADGE #:__________________<br />

Badge Issuer Initials: ______________ Date: ______________<br />

Released By: ___________________ Received By: ________________________________________<br />

Date: ______________________<br />

WARNING: This record contains Sensitive Security Information that is controlled under 49 CFR Parts 15 <strong>and</strong> 1520. No part of this record<br />

may be disclosed to persons without a “need to know”, as defined in 49 CFR Parts 15 <strong>and</strong> 1520, except with the written permission of the<br />

Administrator of the Transportation Security Administration or the Secretary of Transportation. Unauthorized release may result in civil<br />

penalty or other action. For U.S. government agencies, public disclosure is governed by 5 U.S.C. 552 <strong>and</strong> 49 CFR Parts 15 <strong>and</strong> 1520.<br />

5-1-10 Revision Page 6


Badging Requirements <strong>and</strong> Ramp Driving Privileges<br />

Exhibit 2<br />

Page 338 of 379<br />

LIST OF ACCEPTABLE DOCUMENTS FOR SECURITY THREAT ASSESSMENT (STA)<br />

(All documents must be unexpired)<br />

LIST A LIST B LIST C____________________<br />

Documents that Establish Documents that Establish Documents that Establish<br />

Both Identity <strong>and</strong> Identity Employment Authorization<br />

Employment Authorization<br />

OR<br />

AND<br />

U.S. Passport or U.S Passport Card<br />

Permanent Resident Card or Alien<br />

Registration Receipt Card (Form I-551)<br />

Foreign passport that contains a<br />

temporary I-551 stamp or temporary I-551<br />

printed notation on a machine-readable<br />

immigrant visa<br />

Employment Authorization Document that<br />

contains a photograph (Form I-766)<br />

Driver‟s license or ID card issued by a<br />

state or outlying possession of the United<br />

States provided it contains a photograph<br />

or information such as name, date of birth,<br />

gender, height, eye color <strong>and</strong> address<br />

ID card issued by federal, state or local<br />

government agencies or entities, provided<br />

it contains a photograph or information<br />

such as name, date of birth, gender,<br />

height, eye color <strong>and</strong> address<br />

School ID card with a photograph<br />

Voter‟s registration card<br />

Social Security Account Number card<br />

other than one that specifies on the<br />

face that the issuance of the card<br />

does not authorize employment in the<br />

United States<br />

Certification of Birth Abroad issued by<br />

the Department of State (Form FS-<br />

545)<br />

Certification of Report of Birth issued<br />

by the Department of State (Form DS-<br />

1350)<br />

Original or certified copy of birth<br />

certificate issued by a State, county,<br />

municipal authority, or territory of the<br />

United States bearing an official seal<br />

U. S. Military card or draft record Native American tribal document<br />

In the case of a nonimmigrant alien<br />

authorized to work for a specific employer<br />

incident to status, a foreign passport with<br />

Form I-94 or Form I-94A bearing the same<br />

name as the passport <strong>and</strong> containing an<br />

endorsement of the alien‟s non-immigrant<br />

status, as long as the period of<br />

endorsement has not yet expired <strong>and</strong> the<br />

proposed employment is not in conflict<br />

with any restriction or limitations identified<br />

on the form<br />

Military dependent‟s ID card<br />

U.S. Coast Guard Merchant Mariner Card<br />

Native American tribal document<br />

Driver‟s license issued by a Canadian<br />

government authority<br />

U.S. Citizen ID Card (Form I-197)<br />

Identification Card for Use of Resident<br />

Citizen in the United States (Form I-<br />

179)<br />

Passport from the Federated States of<br />

Micronesia (FSM) or the Republic of the<br />

Marshall Isl<strong>and</strong>s (RMI) with Form I-94 or<br />

Form I-94A indicating nonimmigrant<br />

admission under the Compact of Free<br />

Association Between the United States<br />

<strong>and</strong> the FSM or RMI<br />

For persons under age 18 who are<br />

unable to present a document listed<br />

above:<br />

Employment authorization document<br />

issued by the Department of<br />

Homel<strong>and</strong> Security<br />

School record or report card<br />

Clinic, doctor or hospital record<br />

Day-care or nursery school record (USJIS 8/7/09)<br />

5-1-10 Revision Page 7


Badging Requirements <strong>and</strong> Ramp Driving Privileges<br />

Exhibit 2<br />

Page 339 of 379<br />

SOCIAL SECURITY INFORMATION<br />

FOR PURPOSES OF UNESCORTED ACCESS IN STERILE AND SECURE AREAS<br />

FULL Name: _______________________________________________________<br />

(print first, middle, last)<br />

Company Name: ____________________________________________________<br />

Social Security Number: ______________________________________________<br />

(all nine numbers)<br />

I authorize the Social Security Administration to release my Social Security Number <strong>and</strong><br />

full name to the Transportation Security Administration, Office of Transportation, Office of<br />

Transportation Threat Assessment <strong>and</strong> Credentialing (TTAC), Attention: Aviation Programs<br />

(TSA-19)/Aviation Worker Program, 601 South 12 th Street, Arlington, VA 20598.<br />

I am the individual to whom the information applies <strong>and</strong> want this information released to verify<br />

that my SSN is correct. I know that if I make any representation that I know is false to obtain<br />

information from Social Security records, I could be punished by a fine or imprisonment or<br />

both.<br />

I refuse to submit my Social Security Number <strong>and</strong> underst<strong>and</strong> that doing so may delay<br />

or prevent completion of a Security Threat Assessment which is required for me to obtain an<br />

airport ID/access media according to federal regulations.<br />

Signature: ___________________________________ Date: ______________________<br />

5-1-10 Revision Page 8


Badging Requirements <strong>and</strong> Ramp Driving Privileges<br />

Exhibit 2<br />

Page 340 of 379<br />

REQUIRED PERSONAL INFORMATION FOR FLL SECURITY BADGE<br />

PRINT ALL INFORMATION EXCEPT SIGNATURE LINE!<br />

Last Name ______________________________________________________________<br />

First Name ______________________________________________________________<br />

Middle Name ____________________________________________________________<br />

Other Names Used: _______________________________________________________<br />

Sponsor Company ________________________________________________________<br />

Contracted Company ______________________________________________________<br />

Job Title ________________________________________________________________<br />

Current Home Mailing Address ______________________________________________<br />

City ____________________________________________ State ___________________<br />

Country _________________________________________ Zip ____________________<br />

Daytime Telephone Number (_______) ________________________________________<br />

Date of Birth __________________________ Gender: Male _______<br />

Female _______<br />

Hair Color ___________ Eye Color __________ Height __________ Weight __________<br />

Country of Birth ___________________ Country of Citizenship _____________________<br />

If not a U.S. citizen, provide one of the following unexpired documents to the Security Office:<br />

 Alien Registration<br />

 I-94 Arrival/Departure<br />

 Non-Immigration Visa Control<br />

If a U.S. citizen born abroad or naturalized, provide one of the following unexpired documents<br />

to the Security Office:<br />

 U S Passport:<br />

 Certificate of Naturalization<br />

 Certificate of U. S. Citizenship<br />

 Certification of Birth Abroad<br />

 Certification of Report of Birth<br />

 Consular Report of Birth Abroad<br />

Signature ______________________________________<br />

Date ___________________<br />

BCAD Trusted Agent Only: Documents Verified by ________________ Date ____________________<br />

5-1-10 Revision Page 9


Badging Requirements <strong>and</strong> Ramp Driving Privileges<br />

Exhibit 2<br />

Page 341 of 379<br />

Disqualifying Crimes Certification<br />

BY SIGNING BELOW, I CERTIFY THAT I HAVE NOT, DURING THE PAST 10 YEARS, BEEN CONVICTED OR FOUND<br />

NOT GUILTY BY REASON OF INSANITY FOR ANY OF THE FOLLOWING CRIMES:<br />

Forgery of certificates, false marking of aircraft, <strong>and</strong> other aircraft registration violation;<br />

Interference with air navigation;<br />

Improper transportation of a hazardous material;<br />

Aircraft piracy;<br />

Interference with flight crew members or flight attendants;<br />

Commission of certain crimes aboard aircraft in flight;<br />

Carrying a weapon or explosive aboard aircraft;<br />

Conveying false information <strong>and</strong> threats;<br />

Aircraft piracy outside the special aircraft jurisdiction of the United States;<br />

Lighting violations involving transporting controlled substances;<br />

Unlawful entry into an aircraft or airport area that serves air carriers or foreign air carriers contrary to established security<br />

requirements;<br />

Destruction of an aircraft or aircraft facility;<br />

Murder;<br />

Assault with intent to murder;<br />

Espionage;<br />

Sedition;<br />

Kidnapping or hostage taking;<br />

Treason;<br />

Rape or aggravated sexual abuse;<br />

Unlawful possession, use, sale, distribution, or manufacture of an explosive or weapon;<br />

Extortion;<br />

Armed or felony unarmed robbery;<br />

Distribution of or intent to distribute, a controlled substance;<br />

Felony arson;<br />

A felony involving a threat;<br />

A felony involving:<br />

willful destruction of property;<br />

importation or manufacture of a controlled substance;<br />

burglary;<br />

theft;<br />

dishonesty, fraud, or misrepresentation;<br />

possession or distribution of stolen property;<br />

aggravated assault;<br />

bribery; or<br />

illegal possession of a controlled substance punishable by a maximum term of imprisonment of more than 1 year;<br />

Violence at international airports; or<br />

Conspiracy or attempt to commit any of the aforementioned criminal acts<br />

I, the APPLICANT, by signing below, do hereby certify that the information I have provided on this application is true,<br />

complete, <strong>and</strong> correct to the best of my knowledge <strong>and</strong> belief <strong>and</strong> is provided in good faith. I underst<strong>and</strong> that a knowing <strong>and</strong><br />

willful false statement on this application can be punished by fine or imprisonment or both (section 1001 of Title 18 United<br />

States Code). I acknowledge that the Transportation Security Administration (TSA) has determined that a withheld<br />

adjudication (court did not pronounce guilt or innocence), whether through a guilty plea or a plea of nolo contendere<br />

(no contest), constitutes a conviction for the purpose of unescorted access to the AOA (49 CFR Part 1542). I also<br />

accept that upon receipt of a directive from the TSA or a modification to the regulation, my unescorted access to the<br />

secure area of the Airport may be denied or revoked.<br />

I am also aware that under Federal regulation 49 CFR Part 1542.209, I am required to disclose to the Airport within 24<br />

hours of being convicted of any disqualifying criminal offense that occurs while I possess unescorted access<br />

privilege. I acknowledge that I may receive a copy of my criminal record received from the FBI if I request it in writing to the<br />

Airport, <strong>and</strong>, if I have any questions concerning my criminal history record check, I may contact the Airport Security<br />

Coordinator.<br />

Applicant Name - PRINT:<br />

___________________________________________________________________________________________________<br />

Applicant Signature:<br />

__________________________________________________________________Date:_____________________________<br />

5-1-10 Revision Page 10


Badging Requirements <strong>and</strong> Ramp Driving Privileges<br />

Exhibit 2<br />

Page 342 of 379<br />

ESCORT AUTHORITY & VISITOR BADGE PROGRAM<br />

Escort Definition The Escort Program applies to all areas within the perimeter of this Airport.<br />

Employees authorized by their company to act as an escort for personnel who do not have unescorted<br />

privileges:<br />

Must have been employed for at least three (3) months at FLL Airport or have held a SIDA<br />

badge at another U.S. airport for the past three (3) months; <strong>and</strong><br />

Must be fluent in the English language; <strong>and</strong><br />

Must not have committed any escort violations at FLL in the past twelve (12) months<br />

Visitor Definition The Visitor Badge Program is only for the Terminal Airport Operations Area (a<br />

Security Identification Display Area). Individuals authorized a Visitor Badge to perform a service:<br />

Must not have an FLL-issued badge.<br />

Must be conducting business with or for an airport user (i.e.; equipment maintenance, contract<br />

service, class/seminar, interview, flight crew member not in uniform, etc.).<br />

Must be at FLL on a temporary basis.<br />

Must remain under escort at all times while in secure areas.<br />

Issue Procedures If a Visitor Badge is lost, the user or escort must immediately notify the BCAD<br />

Communication Center (954-359-1201). A penalty of $50 is to be paid by the user prior to return of the<br />

collateral.<br />

A thorough entry must be made in the Visitor Badge Log.<br />

Photo identification, preferably a valid driver‟s license, should be presented. When BCAD<br />

issues a Visitor Badge they will hold the ID as collateral until the assigned Visitor Badge is<br />

returned. If possible, tenants are encouraged to do the same.<br />

Visitor Badges signed out from BCAD, including Gate 100, must be returned on a daily basis. If<br />

a tenant chooses to issue a Visitor Badge for more than one day they must enter an „end‟ date<br />

in the log when the Visitor Badge is assigned.<br />

Escort Procedures It is the responsibility of the escort to:<br />

Receive <strong>and</strong> maintain an Escort Authority designator on the FLL badge<br />

Accompany the visitor/s at all times<br />

Escort only as many visitors as may be properly controlled<br />

Be able to see the visitor/s at all times<br />

Make sure the visitor/s can hear any instructions given to them<br />

Only let the visitor go where the escort is allowed access<br />

Escort Affidavit: I, the undersigned, acknowledge <strong>and</strong> underst<strong>and</strong> my responsibilities as a FLL badge holder who<br />

is being allowed Escort Authority privileges. I am aware that any deviations to the aforementioned requirements<br />

will result in a BCAD Notice of Violation or Citation, <strong>and</strong> that I may be subjected to a TSA Civil Penalty pursuant to<br />

49 CFR Part 1542 – Airport Security. I also accept that my Escort Authority privileges may be denied or revoked<br />

by either my employer or BCAD at any time.<br />

Employee Name (printed) _______________________________________Date _________________<br />

Employee‟s Signature ________________________________________________________________<br />

Employee‟s Company________________________________________________________________<br />

Company‟s Authorized Signatory _______________________________________________________<br />

5-1-10 Revision Page 11


Badging Requirements <strong>and</strong> Ramp Driving Privileges<br />

Exhibit 2<br />

Page 343 of 379<br />

Sec. 2-39.<br />

Airport Security at Fort Lauderdale-Hollywood International Airport:<br />

(c) Consent to Search <strong>and</strong>/or Inspection of Motor Vehicle. Any motor vehicle <strong>and</strong> the<br />

contents thereof when on, entering, or exiting the AOA, or other restricted Airport area, shall be subject<br />

to search <strong>and</strong>/or inspection by an authorized law enforcement officer or designated Department<br />

employee for the purpose of determining ownership of such vehicle <strong>and</strong> the contents thereof, <strong>and</strong> for<br />

examining the documentation relating thereto. The operation or use of such motor vehicle by any<br />

person when on, entering, or exiting the AOA, or other restricted Airport area, shall constitute the<br />

consent of the owner, operator <strong>and</strong>/or user of such vehicle to the aforesaid search <strong>and</strong>/or inspection.<br />

Inspections relating to U.S. Customs bonded cargo <strong>and</strong> customs seals shall be subject to the rules <strong>and</strong><br />

regulations of the United States Customs Service.<br />

(d) Consent to Searches <strong>and</strong>/or Inspections of Persons <strong>and</strong> Property. No person shall enter<br />

the AOA, or other restricted Airport area, except: (1) persons who have current, valid Security<br />

Identification Media, or (2) persons with a Department approved escort, or (3) persons issued a<br />

temporary permit pursuant to Section 2-25(a), Broward County Code of Ordinances, or (4) employees<br />

of federal, state, or local governmental bodies then having official business thereon <strong>and</strong> bearing proper<br />

identification. No person on the AOA, or entering or attempting to enter, exiting or attempting to exit the<br />

AOA, or other restricted Airport area, shall refuse to produce for search <strong>and</strong>/or inspection at the request<br />

of an authorized law enforcement officer or designated Department employee, Security Identification<br />

Media <strong>and</strong> the contents of any vehicle, bag, case, parcel, box or container of any kind in his/her<br />

possession. Where the entry into or departure from the AOA or attempt thereof is by means of a motor<br />

vehicle, no person shall refuse to produce for inspection, upon request of an authorized law<br />

enforcement officer or designated Department employee, a driver‟s license, Security Identification<br />

Media, or both. No person shall refuse to produce at the request of an authorized law enforcement<br />

officer or designated Department employee any document in his/her possession relating to the<br />

ownership or possession of cargo or freight when on, entering, or exiting the AOA, or any restricted<br />

Airport area. Request by any person to enter or exit the AOA, or other restricted Airport area, shall<br />

constitute the consent of such person to the aforesaid search <strong>and</strong>/or inspection.<br />

(e)<br />

Weapons.<br />

(1) Unless duly authorized by law, no person, other than federal, state, or local law<br />

enforcement officers on duty shall carry or transport any weapon on the Airport in a<br />

manner contrary to governing law.<br />

(2) No person shall discharge any gun on the Airport, except in the performance of official<br />

duties requiring the discharge thereof, or in the lawful defense of life or property.<br />

(3) No person shall furnish, give, sell or trade any weapon or simulated weapon on<br />

the Airport unless authorized under appropriate lease with or permit issued by<br />

the County.<br />

(f) Enforcement. Law enforcement officers assigned to the Airport by the Broward Sheriff‟s<br />

Office <strong>and</strong> such other Department employees designated by the Department shall be responsible for<br />

enforcement of this Section 2-39.<br />

Ordinance Number: 2002-15, Effective May 20, 2002<br />

5-1-10 Revision Page 12


Badging Requirements <strong>and</strong> Ramp Driving Privileges<br />

Exhibit 2<br />

Page 344 of 379<br />

CONSENT TO INSPECTION/SEARCH<br />

Pursuant to 49 Code of Federal Regulations - Part 1542<br />

I, the undersigned, hereby acknowledge <strong>and</strong> underst<strong>and</strong> that should my duties<br />

as an employee of any company conducting business at the Fort Lauderdale-<br />

Hollywood International Airport (Airport) require that I access the Airport<br />

Operations Area (AOA) (the secure area of the Airport regulated pursuant to 49<br />

Code of Federal Regulations - Part 1542, <strong>and</strong> the federally-approved Airport<br />

Security Program), I will be subject to being inspected <strong>and</strong>/or searched, <strong>and</strong> that<br />

any vehicle, bag, box, parcel, etc., in my possession may also be subject to such<br />

inspection <strong>and</strong>/or search at any time that I am entering <strong>and</strong> or exiting the AOA,<br />

as well as when I may be on the AOA.<br />

By execution of this Consent to Inspection/Search form, I voluntarily consent, as<br />

a condition to entering, exiting, or being in the AOA, to such inspection <strong>and</strong>/or<br />

search.<br />

I hereby acknowledge receipt of a copy of the policies regarding inspections<br />

<strong>and</strong>/or searches <strong>and</strong> agree to comply with same.<br />

PRINT Name:<br />

__________________________________________________<br />

Signature:<br />

__________________________________________________<br />

Date:<br />

___________________________________________________<br />

5-1-10 Revision Page 13


Badging Requirements <strong>and</strong> Ramp Driving Privileges<br />

Exhibit 2<br />

Page 345 of 379<br />

SIDA, AWARENESS, & ID CLASS SCHEDULES<br />

(class schedules subject to change – call to verify current schedule)<br />

Registration:<br />

Employees must enroll for a class prior to attending.<br />

Original badges: Fingerprint <strong>and</strong> Badge Applications, plus related paperwork, must be brought to the<br />

Badging Office at the time of fingerprinting. Upon notification, the employee may<br />

contact the Badging Office (954-359-1217) to schedule an appointment for a class.<br />

Renewal badges: Employees may renew their badge up to 30 days prior to expiration of their existing<br />

badge.<br />

SIDA Classes:<br />

Monday – Friday.………………………....….8:30 a.m., 11 a.m., 1:30 p.m., & 5:00 p.m.<br />

Wednesdays………………………………….................7:00 p.m. (in addition to above)<br />

Saturday & Sunday……………………...…………………….………………….8:30 a.m.<br />

Tuesday & Thursday the 3 rd full week of every month…….....………………..3:00 a.m.<br />

Awareness & IDs: Tuesday, Wednesday & Thursday…………………………..…………………7:30 a.m.<br />

Attendance:<br />

ID:<br />

Classes begin on time. Entry will not be granted to anyone arriving late. Please plan<br />

on arriving early enough to present identification <strong>and</strong> register. Bring pen or pencil for<br />

taking notes.<br />

For entry into all classes, attendees must present valid photo identification (your FLL<br />

badge is not considered valid ID for entry into a class).<br />

Class Location: All Security Classes are held at the Badging Office which is located on the south side<br />

of the Hibiscus Parking Garage (near the “blue” elevator core) <strong>and</strong> outside of the<br />

parking facility.<br />

Issuance:<br />

Employees may obtain their badge or ID after they have completed a Security class<br />

or ID Presentation, <strong>and</strong> bring their Certificate of Completion or Attendance to the<br />

Badging Office during business hours.<br />

Office Hours: Monday through Wednesday <strong>and</strong> Friday the Badging Office is open 8:30 a.m. to 4:30<br />

p.m. On Thursday the Badging Office is open from 9:00 a.m. to 4:30 p.m. The<br />

Badging Office is closed on holidays recognized by Broward County <strong>and</strong> designated<br />

furlough days.<br />

Fingerprinting:<br />

Employees do not need an appointment to be fingerprinted. Fingerprinting is only<br />

conducted from 9:30 a.m. to 11:30 a.m. <strong>and</strong> from 1:00 p.m. to 3:30 p.m. on regular<br />

business days.<br />

Customs Seals: Customs Seals are only authorized by Customs & Border Protection (CBP) <strong>and</strong> are<br />

imprinted onto the employee‟s badge. In order to have continuous Customs area<br />

access, employees must re- apply for their seal with CBP at least 30 days prior to<br />

expiration of their existing badge. Please contact FLL CBP at 954-634-1932 for<br />

further information.<br />

5-1-10 Revision Page 14


Badging Requirements <strong>and</strong> Ramp Driving Privileges<br />

Exhibit 2<br />

Page 346 of 379<br />

RAMP DRIVING CLASS SCHEDULE<br />

(class schedules subject to change – call to verify current schedule)<br />

Registration:<br />

Ramp Classes:<br />

Employees must be pre-registered for the Non Movement <strong>and</strong> Movement Area Ramp Driving<br />

Classes by sending employee driver‟s license information to: fllrampdriving@broward.org<br />

Only the designated authorized signature personnel of a company can submit the required<br />

driver‟s license <strong>and</strong> class information. BCAD will NOT accept email sent from individual<br />

employees.<br />

Please advise if ADA assistance is necessary.<br />

Non-movement Area Monday thru Friday 10:00 am<br />

Non-movement Area Tuesday & Thursday 6:30 pm<br />

Non-movement Area<br />

Tuesday & Thursday the 3 rd full 4:30 am<br />

week of every month<br />

Non-movement Area Wednesday 8:30 pm<br />

Movement Area* Monday 1:00 pm<br />

* Movement Area Class held at BCAD Administration Office Complex, 100 Aviation Blvd, located east of<br />

Terminal Four, off the airport‟s East Perimeter Road.<br />

Pre- Registration<br />

Cut-off Dates:<br />

Attendance:<br />

ID:<br />

Class Location:<br />

Issuance:<br />

Office Hours:<br />

To allow for the processing of the received email requests, cut off dates will be one week<br />

prior to the day of the requested class. St<strong>and</strong>-bys for an unavailable class will NOT be<br />

accepted.<br />

Class Time<br />

Cut off time<br />

Monday 10:00am & 1:00pm class = Monday prior @ 5:00pm<br />

Tuesday 4:30am,10:00am & 6:30pm class = Tuesday prior @ 5:00pm<br />

Wednesday 10:00am & 8:30pm class = Wednesday prior @ 5:00pm<br />

Thursday 4:30am, 10:00am & 6:30pm class = Thursday prior @ 5:00pm<br />

Friday 10:00am = Friday prior @ 5:00pm<br />

Classes begin on time. Entry will not be granted to anyone arriving late. Please plan on<br />

arriving early enough to present identification (valid driver‟s license) <strong>and</strong> sign in.<br />

For entry into all classes, attendees must present valid Driver’s License (your FLL badge<br />

is not considered valid ID for entry into a class).<br />

Non Movement Ramp Driving Computer Classes are conducted at the Badging Office on<br />

the south side of the Hibiscus Parking Garage (near the Blue elevator core <strong>and</strong> outside of the<br />

parking facility).<br />

Movement Area Ramp Driving Classes, conducted by an instructor, are held in the BCAD<br />

Administrative Offices, 100 Aviation Blvd, located east of Terminal Four off East Perimeter<br />

Road. Class attendees must report to the receptionist at the main entrance of the BCAD<br />

Administration Office complex.<br />

Employees may obtain their ramp driving sticker after they have satisfactorily completed the<br />

non-movement ramp driving Class, or they can bring their Certificate of Completion to the<br />

BCAD Security Badging Office during business hours to have a sticker placed on their badge.<br />

Monday, Tuesday, Wednesday <strong>and</strong> Friday the Badging Office is open 8:30 a.m. to 4:30 p.m.<br />

Thursday the Badging Office is open from 9:00 a.m. to 4:30 p.m. The Badging Office is<br />

closed on weekends <strong>and</strong> Broward County designated holidays. All questions <strong>and</strong> inquiries<br />

concerning the Ramp Driving Classes should be emailed to: fllrampdriving@broward.org<br />

5-1-10 Revision Page 15


Badging Requirements <strong>and</strong> Ramp Driving Privileges<br />

Exhibit 2<br />

Page 347 of 379<br />

BELOW IS AN EXAMPLE OF THE RAMP DRIVING SIGN-IN [EXCEL] FORMAT THAT YOU NEED<br />

TO PROVIDE TO BCAD AIRSIDE OPERATIONS TO PRE-REGISTER FOR RAMP DRIVING CLASS.<br />

1. Fill in the name <strong>and</strong> company columns as they appear on the FLL SIDA ID Badge.<br />

NOTE: contractors <strong>and</strong> vendors sponsored by your company may have multiple company<br />

names on their badge. Enter all as they appear on the badge in the column/cell. If the info is<br />

larger than the cell can hold, the info will automatically “wrap” within the cell.<br />

2. Select the class date & time the individual will be attending. ( see back for day/times )<br />

3. Enter the drivers license number (include state if NOT Florida)<br />

NOTE: if license number info is larger than the cell can hold, the info will automatically “wrap”<br />

within the cell.<br />

4. Enter the entire expiration date<br />

1 2 3 4<br />

AS PRINTED ON SIDA BADGE<br />

NAME<br />

COMPANY/SECTION<br />

CLASS DATE /<br />

TIME DL # EXPIRATION DATE<br />

BURKHART, BYRON BCAD/OPS 04/15/09 800PM B123-456-78-910-0 3/5/2011<br />

CRESPO, JOHN PIERRE BCAD/OPS 4/17/09 100PM C987654321 New York 8/25/2010<br />

5. Once all data is entered send via email to:<br />

FLLRAMPDRIVING@<strong>BROWARD</strong>.ORG ( address is not case sensitive )<br />

6. The validity of an individual's Florida Driver's license can be checked at the following website:<br />

https://www6.hsmv.state.fl.us/DLCheck/main.jsp<br />

5-1-10 Revision Page 16


Exhibit 2<br />

Page 348 of 379<br />

EXHIBIT 10<br />

CONSTRUCTION MANAGEMENT AT RISK SERVICES FOR<br />

TERMINAL 4 REPLACEMENT – WESTERN EXPANSION PROJECT<br />

FORT LAUDERDALE – HOLLYWOOD INTERNATIONAL AIRPORT<br />

IN <strong>BROWARD</strong> <strong>COUNTY</strong>, FLORIDA<br />

PRECONSTRUCTION & EARLY INVESTIGATION PHASE<br />

KEY EMPLOYEES<br />

POSITION<br />

NAME<br />

1 VP of Operations - <strong>Cummings</strong> Geoff Bunnell<br />

2 VP of Operations – Balfour-Beatty Rob Gillette<br />

3 Project Executive Bill F. Southern<br />

4 Project Manger Bill Carlton<br />

5 Superintendent Jim Daniels<br />

6<br />

Exhibit 10 Key Employees<br />

CM @ Risk Agreement R0787918R1 073010 Page of 1 of 1


Exhibit 2<br />

Page 349 of 379<br />

EXHIBIT 11<br />

CONSTRUCTION MANAGEMENT AT RISK SERVICES FOR<br />

TERMINAL 4 REPLACEMENT – WESTERN EXPANSION PROJECT<br />

FORT LAUDERDALE – HOLLYWOOD INTERNATIONAL AIRPORT<br />

IN <strong>BROWARD</strong> <strong>COUNTY</strong>, FLORIDA<br />

PRECONSTRUCTION & EARLY INVESTIGATION PHASE<br />

CORE STAFF<br />

POSITION<br />

NAME<br />

1 Estimating Manager Mark Makary<br />

2 Scheduler/Estimator/Project Engineer Jennifer Uman<br />

3<br />

4<br />

5<br />

6<br />

7<br />

8<br />

9<br />

10<br />

Exhibit 11 Core Staff<br />

CM @ Risk Agreement R0787918R1 073010 Page of 1 of 1


Exhibit 2<br />

Page 350 of 379<br />

EXHIBIT 12<br />

CONSTRUCTION MANAGEMENT AT RISK SERVICES FOR<br />

TERMINAL 4 REPLACEMENT – WESTERN EXPANSION PROJECT<br />

FORT LAUDERDALE – HOLLYWOOD INTERNATIONAL AIRPORT<br />

IN <strong>BROWARD</strong> <strong>COUNTY</strong>, FLORIDA<br />

PRECONSTRUCTION & EARLY INVESTIGATION PHASE<br />

SCHEDULE OF SUBCONTRACTORS &VENDORS<br />

NUMBER SUBCONTRACTOR’S NAME TRADE/DISCIPLINE<br />

1 CES Consultants, Inc. Estimating Support<br />

2<br />

3<br />

4<br />

5<br />

6<br />

7<br />

8<br />

9<br />

10<br />

11<br />

12<br />

13<br />

14<br />

Exhibit 12 Schedule of Subcontractors & Vendors<br />

CM @ Risk Agreement R0787918R1 073010 Page of 1 of 2


Exhibit 2<br />

Page 351 of 379<br />

NUMBER VENDOR’S NAME TRADE/DISCIPLIN<br />

1 TBD<br />

2<br />

3<br />

4<br />

5<br />

6<br />

7<br />

8<br />

9<br />

10<br />

11<br />

12<br />

13<br />

14<br />

Exhibit 12 Schedule of Subcontractors & Vendors<br />

CM @ Risk Agreement R0787918R1 073010 Page of 2 of 2


Terminal 4 Gate Replacement - Western Expansion<br />

Exhibit 2<br />

Page 352 of 379<br />

Exhibit 13 CONTRACTOR'S Early Construction General Conditions<br />

Project Name: Terminal 4 Gate Replacement - Western Expansion<br />

Project Number: 3300<br />

# DESCRIPTION<br />

SCHEDULED<br />

VALUE<br />

1<br />

2<br />

3<br />

4<br />

5<br />

6<br />

7<br />

8<br />

9<br />

10<br />

11<br />

12<br />

13<br />

14<br />

15<br />

16<br />

17<br />

18<br />

19<br />

20<br />

21<br />

22<br />

23<br />

24<br />

25<br />

26<br />

27<br />

28<br />

29<br />

30<br />

31<br />

32<br />

33<br />

34<br />

SUB TOTAL GENERAL CONDITIONS<br />

Insurance Bond<br />

GENERAL CONDITIONS TOTAL<br />

$TBD<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

$<br />

CM @ K/sfc Agreement R0787918R1


TERMINAL 4 GATE REPLACEMENT - WESTERN EXPANSION<br />

EXHIBIT 14 CONTRACTOR'S Pre-Construction General Conditions<br />

Project Name: Terminal 4 Gate Replacement - Western Expansion<br />

Project Number: 3300<br />

TERMINAL 4 GATE REPLACEMENT - WESTERN<br />

Exhibit 2<br />

Page 353 of 379<br />

PROJECT LOCATION: FORT LAUDERDALE - HOLLYWOOD INTERNATIONAL AIRPORT; FORT LAUDERDALE, FLORIDA<br />

CONTRACTORS PRE-CONSTRUCTION GENERAL CONDITIONS FOR PHASE I PRE-CONSTRUCTION MANAGEMENT SERVICES (Not Including Early Work)<br />

Date: August 4, 2010<br />

Running Total<br />

ITEM DESCRIPTION Quantity $267,689 LABOR MATERIAL EQUIPMENT SUBCONTRACT TOTAL<br />

People Unit COSTS<br />

or Items AMOUNT Meas Unit Amount Unit Amount Unit Amount Unit Amount<br />

FIELD MANAGERS AND SUPERVISION: MWks. Each Mos. 0 0 0 0 0<br />

Project Executive + 8 wks closeou See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Operations Manager + 8 wks closeou See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Project Manager + 8 wks closeout See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Project Manager + 8 wks closeout See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Project Manager See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Project Manager See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Assistant Project Manager + 8 wks closeou See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Assistant Project Manager + 8 wks closeou See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Assistant Project Manager See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Assistant Project Manager See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

General Superintendent + 8 wks closeou See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Superintendent + 8 wks closeou See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Superintendent + 8 wks closeou See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Superintendent See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Superintendent See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Assistant Superintendent + 8 wks closeou See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Assistant Superintendent + 8 wks closeou See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Assistant Superintenden See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Assistant Superintendent See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Total Manweeks/Persons 0 0<br />

OFFICE & FIELD ENGINEERING 0 0 0 0 0<br />

LEED Project Engineer - +16 Weeks Closeout See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Project Engineer See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Project Engineer See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Project Engineer See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Office Engineer See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Office Engineer See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Offcie Engineer See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Office Engineer See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Estimating/Cost Engineer See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Scheduler See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Estimating Engineer See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Mechanical/Electrical Coordinato See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Venue/Food Service Coordinato See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Mechanical Coordinator See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Electrical Coordinator See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Draftsman See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Document Control Engr + 8 wks closeou See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Quality Control Manager + 8 wks closeou See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Quality Control Engr See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Total Manweeks/Persons 0 0<br />

FIELD ENGINEERING 0 0 0 0 0<br />

Party Chief See Contractors Early Work $ -<br />

wks 0 0 0 0 0<br />

Field Engineer See Contractors Early Work $ -<br />

wks 0 0 0 0 0<br />

Instrument Man - 1 Each See Contractors Early Work $ -<br />

wks 0 0 0 0 0<br />

Rodman/Helper - 1 Each See Contractors Early Work $ -<br />

wks 0 0 0 0 0<br />

$ -<br />

wks 0 0 0 0 0<br />

Total Manweeks/Persons 0 0<br />

FIELD EQUIPMENT 0 0 0 0 0<br />

Engineering Equipment See Contractors Early Work ls 0 0 0 0 0<br />

Engineering Supplies & Instruments See Contractors Early Work ls 0 0 0 0 0<br />

ADMINISTRATIVE 0 0 0 0 0<br />

Financial Manager/Office Manager/Project Controller + 8wks close ou See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Project Accountant - Full time + 8wks close ou See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Bookkeeper + 8 wks closeout See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Timekeeper/Payroll Clerk See Contractors Pre-Con Services 0 0 0 0 0<br />

Purchasing Agent See Contractors Pre-Con Services 0 0 0 0 0<br />

Warehouseman See Contractors Pre-Con Services 0 0 0 0 0<br />

Expeditor See Contractors Pre-Con Services 0 0 0 0 0<br />

Receptionist + 8 wks close ou See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Secretary/Clerk Typist + 8 wks close ou See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

Data Entry See Contractors Pre-Con Services $ -<br />

0 0 0 0 0<br />

8/4/2010 <strong>Cummings</strong>/Balfour Beatty JV Page 1 of 6


TERMINAL 4 GATE REPLACEMENT - WESTERN EXPANSION<br />

EXHIBIT 14 CONTRACTOR'S Pre-Construction General Conditions<br />

Project Name: Terminal 4 Gate Replacement - Western Expansion<br />

Project Number: 3300<br />

TERMINAL 4 GATE REPLACEMENT - WESTERN<br />

Exhibit 2<br />

Page 354 of 379<br />

PROJECT LOCATION: FORT LAUDERDALE - HOLLYWOOD INTERNATIONAL AIRPORT; FORT LAUDERDALE, FLORIDA<br />

CONTRACTORS PRE-CONSTRUCTION GENERAL CONDITIONS FOR PHASE I PRE-CONSTRUCTION MANAGEMENT SERVICES (Not Including Early Work)<br />

Date: August 4, 2010<br />

Running Total<br />

ITEM DESCRIPTION Quantity $267,689 LABOR MATERIAL EQUIPMENT SUBCONTRACT TOTAL<br />

People Unit COSTS<br />

or Items AMOUNT Meas Unit Amount Unit Amount Unit Amount Unit Amount<br />

Runner See Contractors Pre-Con Services 0 0 0 0 0<br />

Total Manweeks/Persons 0 0<br />

HOME OFFICE SERVICES 0 0 0 0 0<br />

Audit ls 0 0 0 0 0<br />

Legal ls 0 0 0 0 0<br />

Data Entry & Processing - Home Office ls 0 0 0 0 0<br />

EDP Accounting Charges mo 0 0 0 0 0<br />

Scheduling Charges - Monthly Updates - CPM - 3 days/mo See Contractors Pre-Con Services wks 0 0 0 0 0<br />

Scheduling Setup Charges See Contractors Pre-Con Services ls 0 0 0 0 0<br />

SAFETY/SECURITY 0 1,400 0 0 1,400<br />

Safety Inspector See Contractors Early Work trips 0 0 0 0 0<br />

Flagman See Contractors Early Work wks 0 0 0 0 0<br />

OSHA Protection See Contractors Early Work ls 0 0 0 0 0<br />

Waste Management Personne See Contractors Early Work wks 0 0 0 0 0<br />

Police Detail See Contractors Early Work ls 0 0 0 0 0<br />

Watchman See Contractors Early Work ls 0 0 0 0 0<br />

Guard Service See Contractors Early Work wks 0 0 0 0 0<br />

Trailer Security Alarm See Contractors Early Work mo 0 0 0 0 0<br />

Safety Equipment/Materia See Contractors Early Work ls 0 0 0 0 0<br />

Safety Rail See Contractors Early Work lf 0 0 0 0 0<br />

Fire Protection See Contractors Early Work mo 0 0 0 0 0<br />

Badges/Identification/Sign Making 7.00 ea 0 100 700 0 0 700<br />

Substance Abuse Program/Testing 7.00 wks 0 100 700 0 0 700<br />

Safety Inspection Crew - 3 Men See Contractors Early Work $ -<br />

wks 0 0 0 0 0<br />

TEMPORARY CONSTRUCTION 0 500 0 0 500<br />

Field Office Trailer Setup/Remove Provided by County ea 0 0 0 0 0<br />

Construct Link Between Trailers Provided by County ea 0 0 0 0 0<br />

Field Office Trailer Rentals Provided by County mo 0 0 0 0 0<br />

Change/Storage Trailer Setup/Remove Provided by County ls 0 0 0 0 0<br />

Change/Storage Trailer Buy Provided by County ea 0 0 0 0 0<br />

Construct Temporary Offices Provided by County ls 0 0 0 0 0<br />

Construct Change Shacks Provided by County ls 0 0 0 0 0<br />

Clean Offices/Change Areas Provided by County $ -<br />

mo 0 0 0 0 0<br />

Property Rentals Provided by County mo 0 0 0 0 0<br />

Marshalling Yard Provided by County ls 0 0 0 0 0<br />

A/E Inspectors Office Setup/Remove Provided by County ls 0 0 0 0 0<br />

A/E Inspectors Office Renta Provided by County mo 0 0 0 0 0<br />

Construct A/E Offices Provided by County ls 0 0 0 0 0<br />

Construction Administrator/Owner Office Setup/Remove Provided by County ea 0 0 0 0 0<br />

Construction Administrator/Owner Office Rental -3 Each Double Wide Provided by County mo 0 0 0 0 0<br />

Construct Link Between Trailers Provided by County ea 0 0 0 0 0<br />

Construct Construction Administrator/Owner Offices Provided by County ls 0 0 0 0 0<br />

Miscellaneous Signage (For Offices Only; Not for Early or GMP Work 1.00 ea 0 500 500 0 0 500<br />

On-Site Directional Signage ls 0 0 0 0 0<br />

Temporary Fencing See Contractors Early Work lf 0 0 0 0 0<br />

Temporary Fencing - Relocate See Contractors Early Work ls 0 0 0 0 0<br />

Construction Gates See Contractors Early Work ea 0 0 0 0 0<br />

Sidewalk Protection See Contractors Early Work lf 0 0 0 0 0<br />

Street / SidewalkRental See Contractors Early Work mo 0 0 0 0 0<br />

Jersey Barriers See Contractors Early Work ls 0 0 0 0 0<br />

Barricades See Contractors Early Work ls 0 0 0 0 0<br />

Temporary Ladders & stairs See Contractors Early Work mo 0 0 0 0 0<br />

Temporary Partitions at Window Openings See Contractors Early Work ea 0 0 0 0 0<br />

Remove/Replace Window Glass See Contractors Early Work ea 0 0 0 0 0<br />

Tub Protection w/ Plywood Not Applicable ea<br />

Mock-ups See Contractors Early Work ls 0 0 0 0 0<br />

8/4/2010 <strong>Cummings</strong>/Balfour Beatty JV Page 2 of 6


TERMINAL 4 GATE REPLACEMENT - WESTERN EXPANSION<br />

EXHIBIT 14 CONTRACTOR'S Pre-Construction General Conditions<br />

Project Name: Terminal 4 Gate Replacement - Western Expansion<br />

Project Number: 3300<br />

TERMINAL 4 GATE REPLACEMENT - WESTERN<br />

Exhibit 2<br />

Page 355 of 379<br />

PROJECT LOCATION: FORT LAUDERDALE - HOLLYWOOD INTERNATIONAL AIRPORT; FORT LAUDERDALE, FLORIDA<br />

CONTRACTORS PRE-CONSTRUCTION GENERAL CONDITIONS FOR PHASE I PRE-CONSTRUCTION MANAGEMENT SERVICES (Not Including Early Work)<br />

Date: August 4, 2010<br />

Running Total<br />

ITEM DESCRIPTION Quantity $267,689 LABOR MATERIAL EQUIPMENT SUBCONTRACT TOTAL<br />

People Unit COSTS<br />

or Items AMOUNT Meas Unit Amount Unit Amount Unit Amount Unit Amount<br />

TEMPORARY FACILITIES 0 0 0 0 0<br />

Toilets - See Contractors Early Work mo 0 0 0 0 0<br />

Temprary Sewer Holding Tanks - Office Trailers Provided by County mo 0 0 0 0 0<br />

Temp Water & Sewer Services - Office Trailers Provided by County ls 0 0 0 0 0<br />

Water use See Contractors Early Work mo 0 0 0 0 0<br />

Drinking Water & Ice See Contractors Early Work mo 0 0 0 0 0<br />

Drinking Water - Office Complex Provided by County mo 0 0 0 0 0<br />

Power Setup (By Power Co) Provided by County ls 0 0 0 0 0<br />

Power Use - Provided by County mo 0 0 0 0 0<br />

Temp Light & Power Setup Provided by County ls 0 0 0 0 0<br />

Utility Costs for Testing Provided by County mo 0 0 0 0 0<br />

Temp Heat Equipment Not Applicable ls 0 0 0 0 0<br />

Temp Heat Equipment (Misc/Ductwrk/Etc) Not Applicable ls 0 0 0 0 0<br />

Temp Heat Equipment (Delv/Setup/Pad/Fence Not Applicable ls 0 0 0 0 0<br />

Temp Heat Fuel Consumption Not Applicable ls 0 0 0 0 0<br />

Temp Heat Operation Not Applicable ls 0 0 0 0 0<br />

Winter Protection Not Applicable ls 0 0 0 0 0<br />

Weather Protection at Temp Roof See Contractors Early Work sf 0 0 0 0 0<br />

Parking Lot Construction See Contractors Early Work ls 0 0 0 0 0<br />

Busing/Parking Fees See Contractors Early Work ls 0 0 0 0 0<br />

Parking Fees Not Required mo 0 0 0 0 0<br />

Temp Roads Construct/Maintain See Contractors Early Work ls 0 0 0 0 0<br />

Dust Control See Contractors Early Work ls 0 0 0 0 0<br />

Truck Wheelwash Station <strong>and</strong> Dust Contro See Contractors Early Work mo 0 0 0 0 0<br />

Snow Removal No Additional Cost ls 0 0 0 0 0<br />

Hurricane Protection See Contractors Early Work ea 0 0 0 0 0<br />

CLEANUP 0 0 0 0 0<br />

General Cleanup - 1 Man/2 days a week See Contractors Early Work wks 0 0 0 0 0<br />

Final Cleanup See Contractors Early Work sf 0 0 0 0 0<br />

Cleanup - Misc. See Contractors Early Work ls 0 0 0 0 0<br />

Cleanup - Offices Provided by County ls 0 0 0 0 0<br />

Wash Windows See Contractors Early Work ls 0 0 0 0 0<br />

Wash Cars See Contractors Early Work ls 0 0 0 0 0<br />

Debris Removal - Office Trailers Provided by County dmp 0 0 0 0 0<br />

Debris Removal (Trucking) See Contractors Early Work dmp 0 0 0 0 0<br />

Dump Fees See Contractors Early Work ls 0 0 0 0 0<br />

Trash Chutes - See Contractors Early Work flr 0 0 0 0 0<br />

Street Cleaning See Contractors Early Work wks 0 0 0 0 0<br />

OFFICE EQUIPMENT 0 109,158 0 110,000 219,158<br />

Furniture/Equipment - Provided by County ea 0 0 0 0 0<br />

Server for file sharing & license management Dual Core Processor, 4GB RAM, RAID<br />

5 2TB 1.00 ea 0 1,500 1,500 0 0 1,500<br />

Dell PowerVault LTO-4-120 800GB Native 1.6TB Compressed with SAS Card & 5 tapes 1.00 ea 0 5,000 5,000 0 0 5,000<br />

Cisco 1841 Router for T1/MPLS/VOIP 1.00 ea 0 1,300 1,300 0 0 1,300<br />

Cisco 24 Port PoE Switch for network & phones 1.00 ea 0 550 550 0 0 550<br />

Wireless Access point for wifi data connections 1.00 ea 0 500 500 0 0 500<br />

Lenovo ThinkPad T510 laptop, Core i5 2.53Ghz 4GB RAM, 320GB HDD, 15.2 LCD,<br />

DVDRW, 6 Cell Battery, Nvidia NVS 3100M GPU 1.00 ea 0 1,200 1,200 0 0 1,200<br />

Lenovo ThinkPad T510 laptop, Core i7 2.66Ghz 4GB RAM, 320GB HDD, 15.2 LCD,<br />

DVDRW, 9 Cell Battery, Nvidia NVS 3100M GPU, BT 3.00 ea 0 1,460 4,380 0 0 4,380<br />

ThinkPad Port Replicator Series 3 4.00 ea 0 180 720 0 0 720<br />

NEC V221W-BK 22-inch Wide LCD Monitor 1920x180 Resolution (for Laptops/Desktops 5.00 ea 0 180 900 0 0 900<br />

ViewSonic VA1716w 17" LCD Monitor (server 1.00 ea 0 140 140 0 0 140<br />

Logitech MK300 Wireless Keyboard & Mouse 4.00 ea 0 35 140 0 0 140<br />

Belkin SurgeMaster Gold Series Surge Protecto 4.00 ea 0 30 120 0 0 120<br />

APC SURTA2000XL 2000VA 1400 Watt 120V (for Cisco Equip) 1.00 ea 0 1,120 1,120 0 0 1,120<br />

8/4/2010 <strong>Cummings</strong>/Balfour Beatty JV Page 3 of 6


TERMINAL 4 GATE REPLACEMENT - WESTERN EXPANSION<br />

EXHIBIT 14 CONTRACTOR'S Pre-Construction General Conditions<br />

Project Name: Terminal 4 Gate Replacement - Western Expansion<br />

Project Number: 3300<br />

TERMINAL 4 GATE REPLACEMENT - WESTERN<br />

Exhibit 2<br />

Page 356 of 379<br />

PROJECT LOCATION: FORT LAUDERDALE - HOLLYWOOD INTERNATIONAL AIRPORT; FORT LAUDERDALE, FLORIDA<br />

CONTRACTORS PRE-CONSTRUCTION GENERAL CONDITIONS FOR PHASE I PRE-CONSTRUCTION MANAGEMENT SERVICES (Not Including Early Work)<br />

Date: August 4, 2010<br />

Running Total<br />

ITEM DESCRIPTION Quantity $267,689 LABOR MATERIAL EQUIPMENT SUBCONTRACT TOTAL<br />

People Unit COSTS<br />

or Items AMOUNT Meas Unit Amount Unit Amount Unit Amount Unit Amount<br />

APC Smart-UPS SC 1500VA UPS (for File Server) 1.00 ea 0 275 275 0 0 275<br />

Toshiba eStudio Color Printer/Copier/Scanner Monthly Lease (39-month minimum 39.00 mo 0 296 11,544 0 0 11,544<br />

Cisco Unified IP Phone 7941G 4.00 ea 0 200 800 0 0 800<br />

Cisco Unified IP Phone 7961G (Receptionist 1.00 ea 0 400 400 0 0 400<br />

Kensington Laptop Security Cable w/Lock Model #KMW64068 4.00 ea 0 180 720 0 0 720<br />

Optoma TX1080 1920 x 1080 DLP projector 3600 ANSI lumens 1.00 ea 0 2,000 2,000 0 0 2,000<br />

Prolog Software for all CBB Staff ("Named'' Prolog Manager) 1.00 licences 0 2,394 2,394 0 0 2,394<br />

Prolog Software for all CBB Staff (Prolog Converge) County Will Not Reimburse 1.00 ls 0 0 0 0 0<br />

Prolog Software for all CBB Staff (Prolog Converge Server Software) County Will Not Reimburse 1.00 ea 0 0 0 0 0<br />

Yearly Maintenance till September 2011 County Will Not Reimburse 1.00 yr 0 0 0 0 0<br />

Primavera SW (Any Version) for JAC Scheduling Staff 1.00 ea 0 2,500 2,500 0 0 2,500<br />

Yearly Maintenance till September 2011 1.00 license 0 1,000 1,000 0 0 1,000<br />

Digger 2.0 Analysis 1.00 ea 0 2,000 2,000 0 0 2,000<br />

Microsoft Office 2007 St<strong>and</strong>ard SW for Site Staff 5.00 ea 0 500 2,500 0 0 2,500<br />

Bluebeam 4.00 ea 0 200 800 0 0 800<br />

Symantec Anti-Virus/Spyware/Firewall Software Package for 5 users 1.00 ea 0 210 210 0 0 210<br />

OnScreen Takeoff Program 2.00 ea 0 2,495 4,990 0 0 4,990<br />

Yearly Maintenance till September 2011 1.00 yr 0 740 740 0 0 740<br />

Windows Server 2008 R2 St<strong>and</strong>ard 1.00 ea 0 2,700 2,700 0 0 2,700<br />

BackupExec System Recovery 2010, Server Ed. 1.00 ea 0 630 630 0 0 630<br />

T1 Internet Connection for VOIP & Data Monthly 12.00 mo 0 800 9,600 0 0 9,600<br />

Telephone Service 9.00 mo 0 600 5,400 0 0 5,400<br />

Fax Base Equipment 9.00 mo 0 150 1,350 0 0 1,350<br />

Telephone/Fax Individual Equipment Set Included ea 0 0 0 0 0<br />

Telephone/Fax Setup Included ls 0 0 0 0 0<br />

Telephone/Fax - Owner's Office Provided by County mo 0 0 0 0 0<br />

Telephone/Fax Base Equipment Owner's Office Provided by County ls 0 0 0 0 0<br />

Telephone/Fax Individual Equipment Sets Owner's Offic Provided by County ea 0 0 0 0 0<br />

Telephone/Fax Setup Provided by County ls 0 0 0 0 0<br />

BIM - Autodesk Revit Architecture 2011 1.00 ea 0 5,000 5,000 0 0 5,000<br />

BIM - Yearly Subscription for Revit until September 1, 201 1.00 yr 0 725 725 0 0 725<br />

BIM - Autodesk Navisworks Manager 2011 1.00 ea 0 10,500 10,500 0 0 10,500<br />

BIM - Yearly Subscription for Navisworks until September 1, 201 1.00 yr 0 800 800 0 0 800<br />

BIM - Adobe Acrobat Pro Extended, for 3D PDF, Bim 1.00 ea 0 625 625 0 0 625<br />

BIM - Dell Precision T1500, Core 17 2.8 Ghz, 8GB Ram, 250GB HDD, (Raid 0)<br />

DVDRW, ATI FuireMV 2260 (For up to 3 Monitors) 1.00 ea 0 2,000 2,000 0 0 2,000<br />

BIM - NEC V221 W-BK 22-inch Wide LCD Monitor 1920x180 Resolutions 2.00 ea 0 180 360 0 0 360<br />

BIM - Toshiba 40XV645U 40" LCD Monitor 1920x1080 (for Plan Viewing 1.00 ea 0 600 600 0 0 600<br />

BIM - Modeling Architectural & Structural 2D to 3D Schematic Design Only 250,000.00 sf 0 0 0 0.08 20,000 20,000<br />

BIM - Modeling MEP 2D to 3D Schematic Design Only 250,000.00 sf 0 0 0 0.08 20,000 20,000<br />

BIM - Modeling Architectural & Structural 2D to 3D Design Development Only 250,000.00 sf 0 0 0 0.08 20,000 20,000<br />

BIM - Modeling MEP 2D to 3D Design Development Only 250,000.00 sf 0 0 0 0.08 20,000 20,000<br />

BIM - Modeling Foundation <strong>and</strong> Below Ground Coordination 1.00 ea 0 0 0 10,000 10,000 10,000<br />

BIM - Modeling Miscellaneous 1.00 ea 0 0 0 10,000 10,000 10,000<br />

Electronic Versions of Building Codes <strong>and</strong> St<strong>and</strong>ard 1.00 ea 0 0 0 5,000 5,000 5,000<br />

Go To Meeting & Other Misc. Office Software 1.00 ea 0 0 0 5,000 5,000 5,000<br />

Fax Machine - Owner's Office Provided by County ls 0 0 0 0 0<br />

Answering Machine - Owner's Office Provided by County ea 0 0 0 0 0<br />

Field Communication - Cell Phone Purchase 3.00 ea 0 225 675 0 0 675<br />

Field Communication - Cell Phone Monthly Charge 9mo 0 1,000 9,000 0 0 9,000<br />

Field Communication - Owner's Provided by County ls 0 0 0 0 0<br />

Field Communication - Owner's Provided by County mo 0 0 0 0 0<br />

Photocopying for CBB Provided by County mo 0 0 0 0 0<br />

Photocopying - Owner's Office Complex Provided by County mo 0 0 0 0 0<br />

Postage 35 wks 0 250 8,750 0 0 8,750<br />

Supplies Provided by County wks 0 0 0 0 0<br />

Owner Furniture/Equipmen Provided by County ls 0 0 0 0 0<br />

Owner Furniture/Equipmen Provided by County ls 0 0 0 0 0<br />

OUTSIDE SERVICES 0 0 0 0 0<br />

Consulting Fees ls 0 0 0 0 0<br />

Contract Negotiations Legal Fees - Allowance ls 0 0 0 0 0<br />

Final Site Survey In GMP Direct Cost ls 0 0 0 0 0<br />

8/4/2010 <strong>Cummings</strong>/Balfour Beatty JV Page 4 of 6


TERMINAL 4 GATE REPLACEMENT - WESTERN EXPANSION<br />

EXHIBIT 14 CONTRACTOR'S Pre-Construction General Conditions<br />

Project Name: Terminal 4 Gate Replacement - Western Expansion<br />

Project Number: 3300<br />

TERMINAL 4 GATE REPLACEMENT - WESTERN<br />

Exhibit 2<br />

Page 357 of 379<br />

PROJECT LOCATION: FORT LAUDERDALE - HOLLYWOOD INTERNATIONAL AIRPORT; FORT LAUDERDALE, FLORIDA<br />

CONTRACTORS PRE-CONSTRUCTION GENERAL CONDITIONS FOR PHASE I PRE-CONSTRUCTION MANAGEMENT SERVICES (Not Including Early Work)<br />

Date: August 4, 2010<br />

Running Total<br />

ITEM DESCRIPTION Quantity $267,689 LABOR MATERIAL EQUIPMENT SUBCONTRACT TOTAL<br />

People Unit COSTS<br />

or Items AMOUNT Meas Unit Amount Unit Amount Unit Amount Unit Amount<br />

Independent Site Layout & Contro In GMP Direct Cost ls 0 0 0 0 0<br />

Pre-Construction Damage Survey See Contractors Early Work ls 0 0 0 0 0<br />

Independent Scheduling Charges Not Applicable wks 0 0 0 0 0<br />

Independent Scheduling Setup Charges Not Applicable ls 0 0 0 0 0<br />

Misc. Drawings/Printing Required for Pre-Construction Services On Provided by County mo 0 0 0 0 0<br />

Job-Site Blueprinting See Contractors Early Work mo 0 0 0 0 0<br />

As Built Drawings In GMP Direct Cost ls 0 0 0 0 0<br />

Coordination/Composite Drawings In GMP Direct Cost ls 0 0 0 0 0<br />

Photographs See Contractors Early Work mo 0 0 0 0 0<br />

Soil Testing & Inspection Provided by County ls 0 0 0 0 0<br />

Concrete Testing & Inspection Provided by County ls 0 0 0 0 0<br />

Masonry Testing Provided by County ls 0 0 0 0 0<br />

Structural Steel Testing & Inspection Provided by County ls 0 0 0 0 0<br />

Spray Fireprfg Testing & Inspection Provided by County ls 0 0 0 0 0<br />

Curtain wall Consultant/Inspection/Tes Provided by County ls 0 0 0 0 0<br />

Roofing Consultant/Inspection Provided by County ls 0 0 0 0 0<br />

3rd Party Inspection Services Provided by County mo 0 0 0 0 0<br />

Testing - By Owner , Incl. Only Misc. Testin Provided by County mo 0 0 0 0 0<br />

Permits & Fees - By owner Provided by County ls 0 0 0 0 0<br />

Security Watches by TSA, FAA, CBP or BSO Provided by County ls 0 0 0 0 0<br />

Monitoring <strong>and</strong> Modifications/Relocations of Security <strong>and</strong> Fire Device Provided by County ls 0 0 0 0 0<br />

Fire Watches by BSO & Fire Departments Provided by County ls 0 0 0 0 0<br />

Pest/Rodent Contro Provided by County mo 0 0 0 0 0<br />

3rd Party Building Systems Commisioning Provided by County ls 0 0 0 0 0<br />

SUPPORT EQUIPMENT/TOOLS 0 3,600 14,400 0 18,000<br />

Crane Operators - In Concrete See Contractors Early Work wks 0 0 0 0 0<br />

Oilers - In Concrete See Contractors Early Work wks 0 0 0 0 0<br />

Cranes Setup/Takedown - In Concrete See Contractors Early Work ls 0 0 0 0 0<br />

Crane Rentals - In Concrete See Contractors Early Work hours 0 0 0 0 0<br />

Fuel & Lubricants - In Concrete See Contractors Early Work wks 0 0 0 0 0<br />

Hoist Rentals - Dua See Contractors Early Work mo 0 0 0 0 0<br />

Hoist Freight In & Out See Contractors Early Work ls 0 0 0 0 0<br />

Hoist Operators See Contractors Early Work hours 0 0 0 0 0<br />

Hoist Operators - Overtime See Contractors Early Work hours 0 0 0 0 0<br />

Hoist Foundations See Contractors Early Work ls 0 0 0 0 0<br />

Hoists Setup/Takedown/Jumps See Contractors Early Work ea 0 0 0 0 0<br />

Hoists Floor Gates See Contractors Early Work ea 0 0 0 0 0<br />

Hoists Platforms/Platform Side Rails See Contractors Early Work ea 0 0 0 0 0<br />

Hoist Service Maintenance & Quarterly Check-up See Contractors Early Work mo 0 0 0 0 0<br />

Drop Tests - Quarterly See Contractors Early Work ea 0 0 0 0<br />

Fuel & Lubricants See Contractors Early Work mo 0 0 0 0<br />

Power Usage - In Temporary Electric See Contractors Early Work ls 0 0 0 0<br />

Replacement Insurance OCIP ls 0 0 0 0<br />

0 0 0 0<br />

Material Platforms See Contractors Early Work 0 0 0 0<br />

Trash Skips See Contractors Early Work 0 0 0 0<br />

0 0 0 0<br />

0 0 0 0<br />

Elevator Operators See Contractors Early Work wks 0 0 0 0 0<br />

Protect Cabs See Contractors Early Work ea 0 0 0 0 0<br />

Permanent Elevator Temp Use See Contractors Early Work mo 0 0 0 0 0<br />

Permanent Elevator Cab Protection See Contractors Early Work ls 0 0 0 0 0<br />

Permanent Elevator Temporary Cab See Contractors Early Work ls 0 0 0 0 0<br />

Permanent Elevator Extended Warranty See Contractors Early Work ls 0 0 0 0 0<br />

Misc Hoisting See Contractors Early Work hrs 0 0 0 0 0<br />

Cars - PM mo 0 0 0 0 0<br />

Pickup Trucks-Jobsite Usage 2 9 18 mo 0 0 800 14,400 0 14,400<br />

Pickup Trucks-Assistant Superintendent In Early Work mo 0 0 0 0 0<br />

Pickup Trucks- Airside Escorts - 2 Each In Investigative Early Work mo 0 0 0 0 0<br />

Fuel 18 mo 0 200 3,600 0 0 3,600<br />

8/4/2010 <strong>Cummings</strong>/Balfour Beatty JV Page 5 of 6


TERMINAL 4 GATE REPLACEMENT - WESTERN EXPANSION<br />

EXHIBIT 14 CONTRACTOR'S Pre-Construction General Conditions<br />

Project Name: Terminal 4 Gate Replacement - Western Expansion<br />

Project Number: 3300<br />

TERMINAL 4 GATE REPLACEMENT - WESTERN<br />

Exhibit 2<br />

Page 358 of 379<br />

PROJECT LOCATION: FORT LAUDERDALE - HOLLYWOOD INTERNATIONAL AIRPORT; FORT LAUDERDALE, FLORIDA<br />

CONTRACTORS PRE-CONSTRUCTION GENERAL CONDITIONS FOR PHASE I PRE-CONSTRUCTION MANAGEMENT SERVICES (Not Including Early Work)<br />

Date: August 4, 2010<br />

Running Total<br />

ITEM DESCRIPTION Quantity $267,689 LABOR MATERIAL EQUIPMENT SUBCONTRACT TOTAL<br />

People Unit COSTS<br />

or Items AMOUNT Meas Unit Amount Unit Amount Unit Amount Unit Amount<br />

Small Tools See Contractors Early Work ls 0 0 0 0 0<br />

0<br />

Scaffolds for Trades - Exterior See Contractors Early Work ls 0 0 0 0 0<br />

Scaffolds for Trades - Interior See Contractors Early Work ls 0 0 0 0 0<br />

MISCELLANEOUS 0 0 0 0 0<br />

Travel Allowance 0 0 0 0 0<br />

Subsistence wks 0 0 0 0 0<br />

Relocation Costs - ea 0 0 0 0 0<br />

Relocation Costs - Rental Housing mo 0 0 0 0 0<br />

Foreman Holidays ls 0 0 0 0 0<br />

Show-up Time ls 0 0 0 0 0<br />

Premium Time ls 0 0 0 0 0<br />

SUBTOTAL 0 114,658 14,400 110,000 239,058<br />

Labor Burden -Trades Total Labor 0 13.85% 0 0<br />

Labor Burden -Supervision Total 0 40.24% 0 0<br />

Total Labor 0 0<br />

Taxes Materails 0.06 6,879 6,879<br />

0<br />

0<br />

0<br />

SUBTOTAL 0 121,537 14,400 110,000 245,937<br />

INSURANCE COSTS (OTHER THAN OCIP)<br />

GENERAL CONDITIONS PHASE I<br />

MANAGEMENT SERVICES PHASE I<br />

EARLY WORK PHASEI<br />

Included in Burden<br />

Incl. in Management<br />

Services<br />

Incl. in Early Work<br />

SUBTOTAL 245,937<br />

PERFORMANCE AND PAYMENT BOND ON PRE-CON MANAGEMENT SERVICES & GENERAL CONDITIONS (BONDS FOR EARLY WORK SHALL BE INCLUDED IN EARLY WORK COSTS<br />

GENERAL CONDITIONS PHASE I BONDS @ 1.25% 7,392<br />

MANAGEMENT SERVICES PHASE I BONDS @ 1.25% - $648,794.00 8,110<br />

EARLY WORK PHASE I BOND ALLOWANCE @ 1.25% BASED ON $500,000 TOTAL EARLY WORK PHASE I ALLOWANCE 6,250<br />

SUBTOTAL 267,689<br />

FEE<br />

267,689<br />

TOTALS 267,689<br />

8/4/2010 <strong>Cummings</strong>/Balfour Beatty JV Page 6 of 6


Exhibit 2<br />

Page 359 of 379<br />

TERMINAL 4 GATE REPLACEMENT - WESTERN EXPANSION<br />

EXHIBIT 15<br />

CONTRACTOR'S Management Services<br />

Project Name: Terminal 4 Gate Replacement • Western Expansion<br />

Project Number: 3300<br />

PROJECT LOCATION: FORT LAUOERDALE - HOLLYWOOD INTERNATIONAL AIRPORT; FORT LAUDERDALE, FLORIDA<br />

CONTRACTORS MANAGEMENT SERVICES FOR PHASE I (Not Including General Conditions & Earty Work)<br />

Date: August 4,2010<br />

Contractors Pre-Construction Management Services Summary Phases I<br />

Contractors Pre-Construction Service* Summary<br />

ITEM DESCRIPTION LABOR BURDEN MATERIAL EQUIPMENT TOTAL<br />

COMMENTS<br />

PHASE I PRE-CONSTRUCTION SERVICES fWilh No CCt\<br />

SITE MANAGEMENT TEAM PHASE I<br />

2<br />

Sub-Total<br />

324,652 130.640 45S.291<br />

455,291<br />

Fee<br />

Total Site Management Team Phase I<br />

455,291<br />

WK<br />

PRE-CONSTRUCTION COST ESTIMATES<br />

PZ TASK* PHASE I COST ESTIMATES<br />

T»ik 2 -100% Final Schematic Design Ctnt Eilimite For 14 flate<br />

Configuration fWwtcm Enpumionl<br />

84.274<br />

Talk Jb*c - Derian Pevetonmwt Coil Eitin»»te for Western Eip^i^iton twt Pb<br />

84.274<br />

Sub-Total<br />

148,549<br />

Fee<br />

Total Phase I Cost Estimates<br />

Total Phase I<br />

Pre-Construction Services (With No GC's)<br />

6U.S40<br />

CUMttlNGSSALFCUR BEAATTY JV


Exhibit 2<br />

Page 360 of 379<br />

TERMINAL 4 GATE REPLACEMENT -WESTERN EXPANSION<br />

EXHIBIT 15<br />

CONTRACTOR'S Management Services<br />

Project Name: Terminal 4 Gate Replacement - Western Expansion<br />

Project Number: 3300<br />

PROJECT LOCATION: FORT LAUDERDALE - HOLLYWOOD INTERNATIONAL AIRPORT; FORT LALTOERDALE, FLORIDA<br />

CONTRACTORS MANAGEMENT SERVICES FOR PHASE I [Nnl Including General Conditions £ Earl/ WoriiJ<br />

narr;_Amimc 4.<br />

JQ1Q<br />

CONTRACTORS PRE-CONSTRUCTION MANAGEMENT SERVICES<br />

itCTVAL<br />

HOURLY<br />

umi nouns unit Wk.s vsu am (it>v iotai.<br />

OM \]<br />

1<br />

EA<br />

4<br />

IflVWK<br />

■3 0<br />

97.20<br />

QJ0»<br />

5Mb<br />

Vkf praitaJ aSOptnUaa BiXCui B<br />

1<br />

EA<br />

1<br />

lln.'WK<br />

ISO<br />

WK<br />

W7B<br />

D4O2<br />

BUISouifccni<br />

1<br />

EA<br />

40<br />

*10<br />

WK<br />

7ft 2ft<br />

atal<br />

u.m<br />

ISJ.69J<br />

BJICjilt<br />

1<br />

EA<br />

40<br />

l&fcWK<br />

110<br />

WV.<br />

ii^l<br />

Viitl<br />

111.111<br />

Ju<br />

0<br />

EA<br />

a<br />

Hn.*K<br />

1)0<br />

WK<br />

D<br />

Dtal<br />

0<br />

CdritABrifH<br />

In<br />

0<br />

EA<br />

0<br />

llrvWK<br />

110<br />

WK<br />

0<br />

OKI<br />

□<br />

0<br />

Sc hobiki.'EAJEu<br />

1<br />

1<br />

1<br />

1<br />

EA<br />

EA<br />

EA<br />

RA<br />

40<br />

:o<br />

4<br />

100<br />

llnWK<br />

Hn,WL<br />

HiVWK<br />

Hiv'WK<br />

110<br />

110<br />

110<br />

lift<br />

WK<br />

U-K<br />

WK<br />

*■«<br />

mj<br />

17 JO<br />

5-76<br />

51 9J<br />

T9 7J0<br />

3.2SO<br />

□ u;<br />

111 111<br />

17.17<br />

10.119<br />

U.J41<br />

iVUTOTAL MAKAGEMEKT TEBM IWllbliul feel<br />

jln<br />

^ i.n ; . :■ ii..,


Exhibit 2<br />

Page 361 of 379<br />

TERMINAL 4 GATE REPLACEMENT - WESTERN EXPANSION<br />

EXHIBIT 15<br />

CONTRACTOR'S Management Services<br />

Project Name: Terminal 4 Gate Replacement - Western Expansion<br />

Project Number: 3300<br />

PROJECT LOCATION' FORT LAUDERDALE - HOLLYWOOD INTERNATIONAL AIRPORT; FORT LAUDERDALE. FLORIDA<br />

CONTRACTORS MANAGEMENT SERVICES FOR PHASE I (Nol Including Gansral Conflriions 1 Early Work)<br />

CONTRACTORS I'RE-CONSTRUCIION MANAGEMENT SERVICES<br />

t cj ion y.HVir f^. i t.M i ■■ i r M » w mi<br />

IMF JHURS IMF<br />

ACTlAL<br />

IIUlHLi<br />

(UK.<br />

WK<br />

1UIGK<br />

.&5t<br />

0 4149 1<br />

WK<br />

50 63^<br />

£36<br />

GJ]JQ |<br />

V-X<br />

S7 50<br />

,410<br />

O4]44<br />

WK<br />

4178<br />

.747<br />

0 4149<br />

WK<br />

WK<br />

WK<br />

WK<br />

WK<br />

WK.<br />

WK<br />

WK<br />

*2 5S<br />

J04L<br />

J2B7<br />

M 2><br />

57 10<br />

6i a<br />

5fi9J<br />

52 76<br />

!421<br />

J72<br />

.8*4<br />

L45G<br />

,fi9J<br />

0<br />

.166<br />


Exhibit 2<br />

Page 362 of 379<br />

PREVAILING WAGE RATES – STATEMENT OF COMPLIANCE<br />

Project Title: Terminal 4 Gate Replacement<br />

RLI No. R0787918R1<br />

The undersigned CONSULTANT/CONTRACTOR hereby swears under penalty of<br />

perjury that, during the period covered by the application for payment to which this<br />

statement is attached, all personnel, mechanics, laborers, <strong>and</strong> apprentices, employed of<br />

working on the site of the Project, have been paid at wage rates, <strong>and</strong> that the wage<br />

rates of payments, contributions, or costs for fringe benefits have not been less than<br />

those required by the Davis-Bacon Act or Broward County Ordinance No. 83-72, as<br />

applicable, <strong>and</strong> the applicable conditions of the Contract.<br />

Dated _____________, 20___<br />

_________________________________<br />

(CONSUTLATN/CONTRACTOR/FIRM)<br />

By _______________________________<br />

(Signature)<br />

STATE OF ______________<br />

<strong>COUNTY</strong> OF ____________<br />

By ________________________________<br />

(Name <strong>and</strong> Title)<br />

The foregoing instrument was acknowledged before me this ________ day of<br />

__________________, 20__, by _____________________________ who is personally<br />

known to me or who has produced _____________________ as identification <strong>and</strong> who<br />

did/did not take an oath.<br />

WITNESS my h<strong>and</strong> <strong>and</strong> official seal, this ______ day of ___________, 20__.<br />

(NOTARY SEAL)<br />

(Serial number, if any)<br />

My commission expires:<br />

_________________________________<br />

(Signature of person taking acknowledgment)<br />

_________________________________<br />

(Name of officer taking acknowledgment)<br />

(typed, printed or stamped)<br />

__________________________________<br />

(Title or rank)


Exhibit 2<br />

Page 363 of 379<br />

FORM 1: CERTIFICATE OF SUBSTANTIAL COMPLETION<br />

Project Name: T4 Gate Replacement – Western Expansion<br />

Project Number: 3300<br />

CONTRACTOR:<br />

DATE OF<br />

ISSUANCE:<br />

<strong>Cummings</strong>-Balfour Beatty, A Joint Venture<br />

NOTICE TO<br />

PROCEED DATE:<br />

TO (County): Contract Administrator CONTRACT FOR:<br />

PROJECT OR DESIGNATED PORTION SHALL INCLUDE:<br />

The Work performed under this Agreement has been reviewed <strong>and</strong> found to be substantially<br />

complete <strong>and</strong> all items required to be submitted by CONTRACTOR under the Contract Documents<br />

have been received <strong>and</strong> accepted. The Date of Substantial Completion of the Project or portion<br />

thereof designated above is hereby established as _____________________________<br />

which is also the date of commencement of applicable warranties required by the Contract<br />

Documents, except as stated below.<br />

_____________________________________________________________________________<br />

DEFINITION OF DATE OF SUBSTANTIAL COMPLETION<br />

The Date of Substantial Completion of the Work or portion thereof designated by CPM <strong>and</strong><br />

CA is the date certified by CPM when all conditions <strong>and</strong> requirements of permits <strong>and</strong><br />

regulatory agencies have been satisfied <strong>and</strong> the Work, is sufficiently complete in<br />

accordance with the Contract Documents, so the Project is available for beneficial<br />

occupancy by <strong>COUNTY</strong>. A Certificate of Occupancy (or a Temporary Certificate of<br />

Occupancy (TCO) or other alternate municipal/county authorization for limited or conditional<br />

occupancy acceptable to the Contract Administrator) must be issued for Substantial<br />

Completion to be achieved, however, the issuance of a Certificate of Occupancy or the date<br />

thereof are not to be determinative of the achievement or date of Substantial Completion.<br />

_____________________________________________________________________________<br />

Certificate of Substantial Completion<br />

CM @ Risk Agreement R0787918R1 073010 Page of 1 of 2


Exhibit 2<br />

Page 364 of 379<br />

CERTIFICATE OF SUBSTANTIAL COMPLETION<br />

(Continued)<br />

A list of items to be completed or corrected, Punch List, prepared by CPM, is attached hereto. The<br />

failure to include any items on such list does not alter the responsibility of CONTRACTOR to<br />

complete all work in accordance with the Contract Documents. The date of commencement of<br />

warranties for items on the attached list will be the date of final payment unless otherwise agreed<br />

in writing.<br />

_________________________<br />

CPM BY DATE<br />

__________________<br />

In accordance with Section 6.1.3 of the Agreement, CONTRACTOR will complete or correct the<br />

work on the Punch List attached hereto within ___________________ from the above Date of<br />

Substantial Completion.<br />

«Firm_Name_for_Contract_Merge» _________________________ ___________<br />

CONTRACTOR BY DATE<br />

<strong>COUNTY</strong>, through the Contract Administrator, accepts the Work or portion thereof designated by<br />

<strong>COUNTY</strong> as substantially complete <strong>and</strong> will assume full possession thereof at _____________<br />

(time) on _____________(date).<br />

<strong>BROWARD</strong> <strong>COUNTY</strong> BOARD __________________________ ______<br />

OF <strong>COUNTY</strong> COMMISSIONERS By CA DATE<br />

_______________________________________________________________________<br />

The responsibilities of <strong>COUNTY</strong> <strong>and</strong> CONTRACTOR for security, maintenance, heat, utilities,<br />

damage to the work <strong>and</strong> insurance shall be as follows:<br />

Certificate of Substantial Completion<br />

CM @ Risk Agreement R0787918R1 073010 Page of 2 of 2


Exhibit 2<br />

Page 365 of 379<br />

FORM 3 FORM OF FINAL RECEIPT:<br />

[The following form will be used to show receipt of final payment for this Agreement.]<br />

Project Name: «T-4 Gate Replacement - Western Expansion»<br />

Project Number: 3300<br />

FINAL RECEIPT FOR CONTRACT NO. ________________________<br />

Received this ______ day of __________________________, 20______, from Broward<br />

County, the sum of ___________________ Dollars ($____________) as full <strong>and</strong> final payment<br />

to CONTRACTOR for all work <strong>and</strong> materials for the Project described as:<br />

This sum includes full <strong>and</strong> final payment for all extra work <strong>and</strong> material <strong>and</strong> all incidentals.<br />

CONTRACTOR hereby indemnifies <strong>and</strong> releases Broward County from all liens <strong>and</strong><br />

claims whatsoever arising out of the Agreement <strong>and</strong> Project.<br />

CONTRACTOR hereby certifies that all persons doing work upon or furnishing materials<br />

or supplies for the Project have been paid in full. In addition to this certification regarding<br />

payment for work, materials <strong>and</strong> supplies, CONTRACTOR may submit a consent of surety to<br />

final payment in a form satisfactory to <strong>COUNTY</strong>.<br />

CONTRACTOR further certifies that all taxes imposed by Chapter 212, Florida Statutes<br />

(Sales <strong>and</strong> Use Tax Act), as amended, have been paid <strong>and</strong> discharged.<br />

[If incorporated sign below.]<br />

CONTRACTOR<br />

ATTEST:<br />

__________________________<br />

Secretary<br />

(CORPORATE SEAL)<br />

_______________________________<br />

(Name)<br />

By_____________________________<br />

Title<br />

Date: ________________________<br />

[If not incorporated sign below.]<br />

Form of Final Receipt<br />

CM @ Risk Agreement R0787918R1 040110 Page of 1 of 2


Exhibit 2<br />

Page 366 of 379<br />

FORM OF FINAL RECEIPT<br />

(Continued)<br />

CONTRACTOR<br />

WITNESSES:<br />

_______________________________<br />

(Name)<br />

__________________________<br />

By_____________________________<br />

__________________________<br />

Date: ________________________<br />

Form of Final Receipt<br />

CM @ Risk Agreement R0787918R1 040110 Page of 2 of 2


Exhibit 2<br />

Page 367 of 379<br />

FORM 4: FORM OF PERFORMANCE BOND<br />

Project Name: «T-4 Gate Replacement - Western Expansion»<br />

Project Number: 3300<br />

KNOW ALL MEN BY THESE PRESENTS:<br />

That we __________________________, as Principal, hereinafter called CONTRAC-<br />

TOR, <strong>and</strong> ____________________, as Surety, are bound to the Board of County Commissioners<br />

of Broward County, Florida, as Obligee, hereinafter called <strong>COUNTY</strong>, in the amount of<br />

______________ Dollars ($__________) for the payment whereof CONTRACTOR <strong>and</strong> Surety<br />

bind themselves, their heirs, executors, administrators, successors <strong>and</strong> assigns, jointly <strong>and</strong><br />

severally.<br />

WHEREAS, CONTRACTOR has by written agreement entered into a Agreement,<br />

Bid/Contract No.: ____________, awarded the _____________ day of<br />

________________________, 20______, with <strong>COUNTY</strong> for ________________ in accordance<br />

with the Contract Documents prepared by _____________________ which Contract<br />

Documents are by reference made a part hereof, <strong>and</strong> for the purposes of this Bond are hereafter<br />

referred to as the "Agreement";<br />

THE CONDITION OF THIS BOND is that if CONTRACTOR:<br />

1. Performs the Agreement <strong>between</strong> CONTRACTOR <strong>and</strong> <strong>COUNTY</strong> for construction of<br />

_________________, the Agreement being made a part of this Bond by reference, at<br />

the times <strong>and</strong> in the manner prescribed in the Agreement; <strong>and</strong><br />

2. Pays <strong>COUNTY</strong> all losses, damages, expenses, costs <strong>and</strong> attorneys fees including<br />

appellate proceedings, that <strong>COUNTY</strong> sustains as a result of default by CONTRACTOR<br />

under the Agreement; <strong>and</strong><br />

3. Performs the guarantee of all work <strong>and</strong> materials furnished under the Agreement for the<br />

time specified in the Agreement; then THIS BOND IS VOID, OTHERWISE IT REMAINS<br />

IN FULL FORCE AND EFFECT.<br />

Whenever CONTRACTOR shall be, <strong>and</strong> declared by <strong>COUNTY</strong> to be, in default under<br />

the Agreement, <strong>COUNTY</strong> having performed <strong>COUNTY</strong>’s obligations there under, the<br />

Surety may promptly remedy the default, or shall promptly:<br />

Form of Performance Bond<br />

CM @ Risk Agreement R0787918R1 073010 Page of 1 of 3


Exhibit 2<br />

Page 368 of 379<br />

FORM OF PERFORMANCE BOND<br />

(Continued)<br />

3.1. Complete the Agreement in accordance with its terms <strong>and</strong> conditions; or<br />

3.2. Obtain a bid or bids for completing the Agreement in accordance with its terms<br />

<strong>and</strong> conditions, <strong>and</strong> upon determination by Surety of the lowest responsible<br />

Bidder, or, if <strong>COUNTY</strong> elects, upon determination by <strong>COUNTY</strong> <strong>and</strong> Surety<br />

jointly of the lowest responsible Bidder, arrange for a contract <strong>between</strong> such<br />

Bidder <strong>and</strong> <strong>COUNTY</strong>, <strong>and</strong> make available as work progresses (even though<br />

there should be a default or a succession of defaults under the Contract or<br />

Contracts of completion arranged under this paragraph) sufficient funds to pay<br />

the cost of completion less the balance of the Contract Price; but not<br />

exceeding, including other costs <strong>and</strong> damages for which the Surety may be<br />

liable hereunder, the amount set forth in the first paragraph herein. The term<br />

"balance of the Contract Price," as used in this paragraph, shall mean the total<br />

amount payable by <strong>COUNTY</strong> to CONTRACTOR under the Contract <strong>and</strong> any<br />

amendments thereto, less the amount properly paid by <strong>COUNTY</strong> to<br />

CONTRACTOR.<br />

No right of action shall accrue on this bond to or for the use of any person or corporation<br />

other than <strong>COUNTY</strong> named herein.<br />

The Surety hereby waives notice of <strong>and</strong> agrees that any changes in or under the<br />

Contract Documents <strong>and</strong> compliance or noncompliance with any formalities connected<br />

with the Contract or the changes does not affect Surety's obligation under this Bond.<br />

Signed <strong>and</strong> sealed this ______ day of _______________, 20_____.<br />

WITNESSES:<br />

_______________________________<br />

(Name of Corporation)<br />

__________________________<br />

Secretary<br />

By_____________________________<br />

(Signature <strong>and</strong> Title)<br />

(CORPORATE SEAL)<br />

_______________________________<br />

(Type Name <strong>and</strong> Title signed above)<br />

Form of Performance Bond<br />

CM @ Risk Agreement R0787918R1 073010 Page of 2 of 3


Exhibit 2<br />

Page 369 of 379<br />

FORM OF PERFORMANCE BOND<br />

(Continued)<br />

IN THE PRESENCE OF:<br />

__________________________<br />

INSURANCE COMPANY:<br />

By_____________________________<br />

Agent <strong>and</strong> Attorney-in-Fact<br />

__________________________<br />

Address: _____________________<br />

(Street)<br />

_______________________________<br />

(City/State/Zip Code)<br />

Telephone No.: _______________<br />

Form of Performance Bond<br />

CM @ Risk Agreement R0787918R1 073010 Page of 3 of 3


Exhibit 2<br />

Page 370 of 379<br />

FORM 5 FORM OF PAYMENT BOND<br />

Project Name: «T-4 Gate Replacement - Western Expansion »<br />

Project Number: 3300<br />

KNOW ALL MEN BY THESE PRESENTS:<br />

That we _________________________________, as Principal, hereinafter called<br />

CONTRACTOR, <strong>and</strong> _________________________, as Surety, are bound to the Board of<br />

County Commissioners of Broward County, Florida, as Obligee, hereinafter called <strong>COUNTY</strong>, in<br />

the amount of _______________________ Dollars ($____________) for the payment whereof<br />

CONTRACTOR <strong>and</strong> Surety bind themselves, their heirs, executors, administrators, successors<br />

<strong>and</strong> assigns, jointly <strong>and</strong> severally.<br />

WHEREAS, CONTRACTOR has by written agreement entered into a Contract,<br />

Bid/Contract No.: __________, awarded the __________ day of _____________________,<br />

20______, with <strong>COUNTY</strong> for ______________________ in accordance with the Contract<br />

Documents prepared by _____________________________ which Contract Documents are by<br />

reference made a part hereof, <strong>and</strong> for the purposes of this Bond are hereafter referred to as the<br />

"Contract";<br />

THE CONDITION OF THIS BOND is that if CONTRACTOR:<br />

1. Pays <strong>COUNTY</strong> all losses, damages, expenses, costs <strong>and</strong> attorneys fees including<br />

appellate proceedings, that <strong>COUNTY</strong> sustains because of default by CONTRACTOR<br />

under the Agreement; <strong>and</strong><br />

2. Promptly makes payments to all claimants as defined by Florida Statute 225.05(1) for all<br />

labor, materials <strong>and</strong> supplies used directly or indirectly by CONTRACTOR in the<br />

performance of the Agreement;<br />

THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL<br />

REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE<br />

FOLLOWING CONDITIONS:<br />

2.1. A claimant, except a laborer, who is not in privity with CONTRACTOR <strong>and</strong><br />

who has not received payment for its labor, materials, or supplies shall, within<br />

forty-five (45) calendar days after beginning to furnish labor, materials, or<br />

Alternate Form of Security<br />

CM @ Risk Agreement R0787918R1 040110 Page of 1 of 3


Exhibit 2<br />

Page 371 of 379<br />

FORM OF PAYMENT BOND<br />

(Continued)<br />

supplies for the prosecution of the work, furnish to CONTRACTOR a notice<br />

that he intends to look to the bond for protection.<br />

2.2. A claimant who is not in privity with CONTRACTOR <strong>and</strong> who has not received<br />

payment for its labor, materials, or supplies shall, within ninety (90) calendar<br />

days after performance of the labor or after complete delivery of the materials<br />

or supplies, deliver to CONTRACTOR <strong>and</strong> to the Surety, written notice of the<br />

performance of the labor or delivery of the materials or supplies <strong>and</strong> of the<br />

nonpayment.<br />

2.3. No action for the labor, materials, or supplies may be instituted against<br />

CONTRACTOR or the Surety unless the notices stated under the preceding<br />

conditions (2.1) <strong>and</strong> (2.2) have been given.<br />

2.4. Any action under this Bond must be instituted in accordance with the Notice<br />

<strong>and</strong> Time Limitations provisions prescribed in Section 255.05(2), Florida<br />

Statutes.<br />

The Surety hereby waives notice of <strong>and</strong> agrees that any changes in or under the<br />

Contract Documents <strong>and</strong> compliance or noncompliance with any formalities connected<br />

with the Contract or the changes does not affect the Surety's obligation under this Bond.<br />

Signed <strong>and</strong> sealed this ____ day of _________________, 20____.<br />

ATTEST:<br />

_______________________________<br />

(Name of Corporation)<br />

__________________________<br />

Secretary<br />

By_____________________________<br />

(Signature <strong>and</strong> Title)<br />

(CORPORATE SEAL)<br />

_______________________________<br />

(Type Name <strong>and</strong> Title signed above)<br />

Alternate Form of Security<br />

CM @ Risk Agreement R0787918R1 040110 Page of 2 of 3


Exhibit 2<br />

Page 372 of 379<br />

FORM OF PAYMENT BOND<br />

(Continued)<br />

IN THE PRESENCE OF:<br />

__________________________<br />

INSURANCE COMPANY:<br />

By_____________________________<br />

Agent <strong>and</strong> Attorney-in-Fact<br />

__________________________<br />

Address: _____________________<br />

(Street)<br />

_______________________________<br />

(City/State/Zip Code)<br />

Telephone No.:_______________<br />

Alternate Form of Security<br />

CM @ Risk Agreement R0787918R1 040110 Page of 3 of 3


MONTHLY (CBE) UTILIZATION REPORT<br />

Exhibit 2<br />

Page 373 of 379<br />

Report No.________<br />

Contract #: Contract Amount: Date Form Submitted:<br />

Project Description:<br />

Project Completion Date:<br />

Prime Contractor: Period Ending: Amt. Paid to Prime:<br />

Contact Person: Telephone#: ( ) Fax#: ( )<br />

SUBCONTRACTING INFORMATION<br />

TO BE SUBMITTED TO <strong>BROWARD</strong> <strong>COUNTY</strong> OFFICE OF ECONOMIC AND SMALL BUSINESS DEVELOPMENT<br />

CBE Subcontractor Address Description of Work Original Agreed<br />

Price<br />

Revised<br />

Agreed Price<br />

% of work<br />

Completed to<br />

Date<br />

Amount Paid<br />

This Period<br />

Amount Paid To<br />

Date<br />

Total Amount Paid to Subcontractors to Date:<br />

I certify that the information submitted in this report is in fact true <strong>and</strong> correct to the best of my knowledge<br />

Signature: Title: Date:<br />

Note: The information provided herein is subject to verification by the Office of Economic <strong>and</strong> Small Business Development.<br />

OESBD Compliance Form 2009-MUR


Exhibit 2<br />

Page 374 of 379<br />

LETTER OF INTENT<br />

To Utilize a County Business Enterprise (CBE) Subcontractor/Subconsultant<br />

From (Name of Proposer/Bidder): ______________________________________________________<br />

Firm Address: _____________________________________________________________________<br />

Project Description:_________________________________________________________________<br />

In response to Broward County’s RLI/Bid No. ____________________________________, the<br />

undersigned hereby agree to utilize the CBE firm listed below, if awarded the contract. The<br />

undersigned further certify that the firm has been contacted <strong>and</strong> properly apprised of the projected<br />

work assignment(s) upon execution of the contract with Broward County.<br />

Name of CBE Firm:________________________________________________________________<br />

Address of CBE Firm:______________________________________________________________<br />

Expiration of CBE Certification:__________ Projected CBE Work Assignment (description of work<br />

assignment):______________________________________________________________________<br />

Projected Percentage of Prime’s Contract Fees to be Awarded to CBE:_______________________<br />

(Dollar Amt. or Percentage %)<br />

_______________________________________<br />

(Signature of Owner or Authorized Rep. Prime)<br />

______________________________________<br />

(Date)<br />

Print Name (owner or authorized Rep. Prime):____________________________________________<br />

Subscribed <strong>and</strong> sworn to before me this _______ day of _________________________ 200______.<br />

Notary’s Signature____________________________ Notary Seal: ___________________________<br />

- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -<br />

(ACKNOWLEDGEMENT BY THE PROPOSED CBE FIRM)<br />

The undersigned intends to perform work in connection with the above Contract as (check one)<br />

___ an individual ___ a partnership ___ a corporation ___ a joint venture. The undersigned agrees with the<br />

prime contractor’s/consultant’s proposal <strong>and</strong> further certifies that all information provided herein is true <strong>and</strong><br />

correct.<br />

___________________________________________<br />

(Signature of Owner or Authorized Rep. CBE)<br />

__________________________________<br />

(Date)<br />

Print Name (owner or authorized Rep. CBE):____________________________________________<br />

Subscribed <strong>and</strong> sworn to before me this _______ day of __________________________ 200______.<br />

Notary’s Signature: ___________________________ Notary Seal: ___________________________<br />

OESBD Compliance Form 2009-LOI


FINAL (CBE) UTILIZATION REPORT<br />

Exhibit 2<br />

Page 375 of 379<br />

Report No.________<br />

Contract #: Contract Amount: Date Form Submitted:<br />

Project Description:<br />

Project Completion Date:<br />

Prime Contractor: Period Ending: Amt. Paid to Prime:<br />

Contact Person: Telephone#: ( ) Fax#: ( )<br />

SUBCONTRACTING INFORMATION<br />

TO BE SUBMITTED TO <strong>BROWARD</strong> <strong>COUNTY</strong> OFFICE OF ECONOMIC AND SMALL BUSINESS DEVELOPMENT<br />

CBE Subcontractor Address Description of Work Original Agreed<br />

Price<br />

Revised<br />

Agreed Price<br />

% of work<br />

Completed to<br />

Date<br />

Amount Paid<br />

This Period<br />

Amount Paid To<br />

Date<br />

Total Amount Paid to Subcontractors to Date:<br />

I certify that the information submitted in this report is in fact true <strong>and</strong> correct to the best of my knowledge<br />

Signature: Title: Date:<br />

Note: The information provided herein is subject to verification by the Office of Economic <strong>and</strong> Small Business Development.<br />

OESBD Compliance Form 2009-MUR-F


SCHEDULE OF (CBE) PARTICIPATION<br />

(Submit this form with an executed Letter of Intent from each CBE firm listed in this form)<br />

Exhibit 2<br />

Page 376 of 379<br />

Bid/RLI/RFP #: Project Location: Date Form Submitted:<br />

Project Name:<br />

Project Start Date:<br />

Prime Contractor:<br />

Address:<br />

Contact Person: Telephone #: Fax #:<br />

CBE Subcontractor<br />

CBE Expiration<br />

date<br />

Address<br />

Phone<br />

Type of Work to be<br />

Performed<br />

Sub-contract Amount<br />

(Agreed Price ($) or<br />

Percentage (%)<br />

Total CBE Participation<br />

Total Contract Amount<br />

CBE Subcontractor Participation Percentage %<br />

(Total amount allocated to CBEs divided by Total Contract Amount)<br />

The listing of a CBE shall constitute a representation by the bidder/responder to Broward County that such CBE has been contacted <strong>and</strong> properly apprised of the<br />

upcoming County project. Bidders/Responders are advised that the information contained herein is subject to verification by the Office of Economic <strong>and</strong> Small<br />

Business Development (OESBD) <strong>and</strong> that submission of said information is an assertion of its accuracy, per the requirements of the OESBD Program.<br />

I certify that the above information is true to the best of my knowledge:<br />

Signature: Title: Date:<br />

THIS DOCUMENT MUST BE PROVIDED WITH THE SUBMITTAL AND SIGNED BY THE PERSON SIGNING THE SUBMITTAL<br />

OESBD COMPLIANCE FORM 2009-SOP


Exhibit 2<br />

Page 377 of 379<br />

CBE<br />

UNAVAILABILITY REPORT<br />

RLI/BID NO. _______________________<br />

______________________________________________________________________________<br />

(NAME OF PRIME CONTRACTOR) (ADDRESS) (TELEPHONE NO.)<br />

The undersigned representative of the Prime Contractor personally appeared before the<br />

undersigned officer authorized to administer oaths who after being duly sworn states that the<br />

undersigned has contacted the CBEs listed below <strong>and</strong> that said CBEs are unavailable to perform<br />

or submit a bid which was not the low acceptable bid set forth <strong>and</strong> that the following information<br />

regarding CBE subcontractors is true <strong>and</strong> correct to the best of his/her knowledge:<br />

1. The following CBE contractors were invited to bid subcontract work, but were not<br />

available to work. (Attach list if necessary.)<br />

Name<br />

______________________________________________________________________<br />

______________________________________________________________________<br />

2. The following CBE contractors were invited to bid subcontract work, but did not respond<br />

to the invitation. (Attach list if necessary.)<br />

Name<br />

______________________________________________________________________<br />

______________________________________________________________________<br />

3. The following CBE contractors submitted bids which were not the low acceptable bids.<br />

(Attach list if necessary.)<br />

Name<br />

______________________________________________________________________<br />

______________________________________________________________________<br />

If you did not get any responses to your solicitation of CBE contractors, please detail your efforts to<br />

recruit eligible firms, i.e., advertising, personal calls, mailing lists, etc. Information provided will be<br />

verified. Attach all supporting documents such as newspaper ads, phone lists, mailing lists, etc.<br />

Signature: ____________________________<br />

Date: ________________________________<br />

Title:<br />

_______________________________<br />

OESBD Compliance Form 2009-URF


Exhibit 2<br />

Page 378 of 379<br />

Form 11<br />

Weekly Time Sheet<br />

(Must Contain the Following Information)<br />

Employee Name:<br />

Project Name:<br />

Authorization No.:<br />

NTP Date:<br />

Invoice #: Week Ending 9/18/2010<br />

Vendor Name<br />

Vendor Code:<br />

Vendor Address<br />

DATE SUN MON TUES WED THUR FRI SAT TOTAL<br />

HOURS MULT. RATE TOTAL<br />

TITLE 9/11 9/12 9/13 9/14 9/15 9/16 9/17<br />

AMOUNT<br />

0.00 $0.00<br />

0.00 $0.00<br />

0.00 $0.00<br />

0.00 $0.00<br />

0.00 $0.00<br />

0.00 $0.00<br />

Description of Services Performed<br />

Total $0.00<br />

SUN 9/11<br />

MON 9/12<br />

TUES 9/13<br />

WED 9/14<br />

THUR 9/15<br />

FRI 9/16<br />

SAT 9/17


Exhibit 2<br />

Page 379 of 379<br />

CERTIFICATION OF PAYMENTS TO SUBCONTRACTORS & VENDORS<br />

Project Title Terminal 4 Gate Replacement<br />

RLI No. R0787918R1<br />

The undersigned CONTRACTOR for the referenced project hereby swears under<br />

penalty of perjury that:<br />

1. CONTRACTOR has paid all subcontractors all undisputed contract obligations<br />

for labor <strong>and</strong> services, provided on this project in accordance with this<br />

Agreement, except as provided in paragraph 2 below.<br />

2. The following subcontractors have not been paid because of disputed contractual<br />

obligations; a copy of the notification sent to each, explaining the good cause<br />

why payment has not been made, is attached to this form:<br />

Subcontractor name <strong>and</strong> address Date of disputed invoice Amount in Dispute<br />

Dated _____________, 20___<br />

STATE OF ______________<br />

<strong>COUNTY</strong> OF ____________ SS.<br />

By _________________________________<br />

(Signature of Contractor Authorized Representative/Office)<br />

By ________________________________<br />

(Name <strong>and</strong> Title)<br />

The foregoing instrument was acknowledged before me this ________ day of<br />

__________________, 20__, by _____________________________ who is personally<br />

known to me or who has produced _____________________ as identification <strong>and</strong> who<br />

did/did not take an oath.<br />

WITNESS my h<strong>and</strong> <strong>and</strong> official seal, this ______ day of ___________, 20__.<br />

(NOTARY SEAL)<br />

(Serial number, if any)<br />

My commission expires:<br />

_________________________________<br />

(Signature of person taking acknowledgment)<br />

_________________________________<br />

(Name of officer taking acknowledgment)<br />

typed, printed or stamped<br />

__________________________________<br />

(Title or rank)

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!