Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Back-Up Documents
'Services, evenson :) Environmental vc , Inc. April 24, 2020 City of Miami Robert Fenton Construction Manager Regarding: Design -build Services for the Wagner Creek/Seybold Canal Restoration Project — Project B-50643 Scope and Budget for Sediment Removal Under Bridges and Inside Culverts Dear Mr. Fenton, Sevenson performed its contractual obligations during Phase I of the work and completed in June 2018. However, Sevenson's scope of work did not include dredging under bridges and in culverts along Wagner Creek. Below you will find a detailed scope of work for the proposed dredging specific to Operable Sections 1 through 5 (OS 1-5) using diver assisted hydraulic dredging. The attached scope of work, schedule, and estimate is DRAFT. The Contractors Work Plan is under development and still pending input from WASD and DERM. Permit conditions provided by WASD and DER may change the scope of work and approach. Sevenson reserves the right to modify the costs attached once the final permit conditions are known from the two agencies. SCOPE OF WORK DescriptionBid Item Description • Performance and Payment Bond • Samples collected from four locations in Wagner Creek to Perform Treatability Study for polymer selection • Samples will be collected by AECOM and shipped to Sevenson treatability lab in Niagara Falls, NY • Samples will be tested at different dosage rates of polymers to determine optimum dosage rate • Samples will also be sieved to determine the percent of the sediment that will pass the No. 200 sieve • Two samples collected at the OS1 and OS2 interface. Samples analyzed for Dioxions to determine the disposal location (e.g. High TEQ or Low TEQ • One day pre -construction meeting attended by Sevenson and AECOM Representatives • Computer modeling of sewer lines and discharge of WWTP into the sewer lines per WASD • Development of lease agreements with third party attorney • Impact analysis of the discharge to the sewer lines to support permit. • Mobilization of equipment to perform the dredge work (pumps, booster pump, pipeline, water treatment plant) • Mobilization of equipment to perform amending operations • Mobilization of diver dredge equipment • Mobilization of site trailers (2 trailers to M and E Seafood located on the Seybold Canal) • Mobilization of the waste water treatment plant components and setting it up • Temporary power drop at M and E Seafood property • Office supplies and equipment • Before dredge surveys by third party of culvert and bridge dredge areas • A one call utility locator will be used at each dredge location Mobilization and Demobilization • Verity that the dredge location is safe to excavate using diver dredge approach • Move barges that hold the pumps around structures when moving from one OS to another • Move pumps around structures when moving from one OS to another • Move dredge pipelines between OS's when moving from one OS to another • Move work boat around structures and between Os when moving from one OS to another • Requires crane to lift equipment in and out of the water when moving from one OS to another • Assumes 7 moves, each taking 6 hours when moving from one OS to another • Move WWTP from OS1 to OS5 once the pumping becomes difficult • Break down WWTP at OS1 • Rebuild WWTP at south end of OS5 • Closeout lease agreements with third party attorney • Demobilization of equipment to perform the dredge work (pumps, booster pump, pipeline, water treatment plant) • Demobilization of equipment to perform amending operations • Demobilization of diver dredge equipment • Demobilization of site trailers (2 trailers to M and E Seafood located on the Seybold Canal) • Demobilization of the waste water treatment plant components and setting it up • Remove temporary power drop at M and E Seafood property • After dredge surveys by third party of culvert and bridge dredge areas • Restoration of areas accessed by Sevenson • Restoration nearshore locations • Restoration most likely concrete sidewalk repairs and grass sod replacement • Major staging area restoration performed under separate tasks Site Preparation for Laydown Areas • Install geotextiles, impermeable liner, crushed gravel to make the containment pads water tight (3 locations) • Install perimeter fencing and a gate at each OS as needed • Removal of the pads once the project is complete • Restoration of the areas to the owners satisfaction • Observe for manatees prior to installation of gates • Install concrete blocks with fencing sections an manatee gate locations • Arrange fence sections so manatees cannot access work area • Move fencing for each operational section as work progresses • One set of drawings showing the dredge locations in plan view and typical cross sections at each dredge locations. • Drawing set stamped and signed by the professional engineer licensed in the state of Florida. • One submittal to DERM • Respond to DERMs comments and re -submit for approval • Development of the manatee protection plan similar to Phase I work • One submittal to DERM • Respond to DERMs comments and re -submit for approval • Sevenson and AECOM representatives attend weekly meetings • Prepare weekly minutes • Prepare action items • Angie Brewer will perform funding management, program coordination, funding reconciliation, review pay estimates, project closeout • The Sharpton Group will provide financial compliance and review services related to invoices • Planning, preparation and implementing one public meeting for all of the operational sections (OS1 through OS5) • Public notification as needed one time prior to the one public meeting • Attendance by Sevenson and their consultant at the public meeting to answer the questions • Preparation of a presentation and informational boards for the one public meeting • One manatee observer every day work is performed • Third party verify water depths and removal elevations • Divers will assist with this operation as needed • Turbidity data collection and reporting every four hours • Turbidity data transmittal to DERM • Development of MOTs for 5 locations where traffic may need to be re-routed to allow access to the work • MOTs will be for short durations when moving from one dredge area to the next • MOT approvals will be with City of Miami, FDOT, and Miami Dade County • Diver assisted dredging — 4 to 5 man crew to maintain production • One or two booster pumps to pump the sediments from the dredge area to the dewatering area with spares • Maintenance and operation of a 400 GPM waste water pre-treatment system 0 5 roll of containers to stage geotextile tubes o Polymer injection system o Two 18,000 tanks for water staging and equalization o Granular activated carbon tank o Multimedia filter tank system o Bag filter system o Components and layout are shown in the Construction Wok Plan o Pump to discharge to County sewer system • Transfer roll offs with geotextile tubes to M and E Seafood lot for amending • Amend geotextile tubes with Portland cement • Work is for 12 hours a day, 6 days a week • Portland cement purchase in super sacks • Silt dam custom, high flow silt curtains 50 foot section, 10 feet tall with reefing lines • 500 LF of curtains total purchased in 50 foot section, 10 total sections • Installation, maintenance and removal of curtains Moving curtain between each OS as work progresses . Flow meter readings for discharge to the County's water treatment system . Flow meter provided by the County . Payment based on 1,000 gallon units Water Treatment and Sediment Disposal . Disposal based on 2.6M gallons of water to the County . Analytical testing for disposal of effluent water . Manifesting, transportation and disposal of low TEQ, amended sediments at Waste Management Landfill in Okeechobee, FL . Manifesting, transportation and disposal of high TEQ, amended sediments at Waste Management Landfill in Emelle, Alabama . Standby rate if work cannot be performed because of weather, turbidity exceedance or owner directed delay . Standby rate if work cannot be performed because of weather, turbidity exceedance or owner directed delay Standby for Weather, Sample Results, Etc. . Rate is for diver crew, equipment, WWTP equipment, WWTP operations, amending crew and equipment . Standby rate if work cannot be performed because of weather, turbidity exceedance or owner directed delay . Rate is for Sevenson project management staff . Sevenson project management team oversight 0 1 Project Manager 0 1 Superintendent 0 1 Foreman 0 1 Health and Safety/QC Engineer/Turbdity . Per diem, travel and living expenses for PM staff and key operator Project Management Oversight and Facilities • Holiday pay for SES PM staff . Property renal/access agreements for Curtis Battery . Property renal/access agreements for M and E Seafood . Property renal/access agreements for Sewer Authority OS5 . Property renal/access agreements for Christie House . Property renal/access agreements for Acess to area around hospitals . Note that this is a reduced staff when compared to the specification requirements and work performed in Phase I Work is for 12 hours a day, 6 days a week SCHEDULE The anticipated schedule is shown below for the sediment removal under bridges and inside culverts of Wagner Creek. The schedule accounts for major holiday shutdowns. Mobilization 24 days Mon 6/15/20 Mon 7/13/20 Dredge Operations/Dewatering/Disposal 113 days Tue 7/14/20 Sat 11/28/20 Demobilization 18 days Mon 11/30/20 Sat 12/19/20 TOTAL COST ESTIMATE The total cost for the design -build services for the Wagner Creek/Seybold Canal Restoration Project as described above is $7,062,800. Sincerely Yours, SEVENSON ENVIRONMENTAL SERVICES, INC. Timothy M. Donegan Corporate Project Manager Sevenson Environmental Services Sediment Removal under Bridges/Culverts, Water Treatment, and Waste Management Services Wagner Creek/Seybold Canal Restoration Project April 16, 2020 Task Description Qty Unit Cost Total 1 Mobilization and Demobilization 1 LS $ 1,365,000 $ 1,365,000 2 Site Preperations for Laydown Areas 1 LS $ 275,000 $ 275,000 3 Planning and Design 1 LS $ 310,000 $ 310,000 4 lContract Administration and Public Outreach 1 LS $ 382,000 $ 382,000 5 Inspection for Turbdity and Manatees and Surveys 1 LS $ 462,000 $ 462,000 6 Dredging Operations Dewatering and Stabilization 1 LS $ 2,011,360 $ 2,011,360 7 Water Treatment and Sediment Disposal 1 LS $ 1,204,440 $ 1,204,440 8 Standby for Weather, Sample Results, Etc. 20 Day $ 21,400 $ 428,000 9 Project Oversight 25 WK $ 25,000 $ 625,000 Total Cost: $ 7,062,800 CH2M HILL Constructors, Inc. Oversight/Inspection of Dredging Activities and Post -Dredge Services Wagner Creek/Seybold Canal Restoration Project April 16, 2020 Task Description Qty Unit Cost Total 1 Construction Oversight of Dredging Activities in Wagner Creek (OS -1 to OS -5) 1 LS $ 465,621 $ 465,621 2 Post -dredge Surface Water Sampling in Wagner Creek and Reporting 1 LS $ 23,855 $ 23,855 3 Sediment Sampling in Seybold Canal and Risk Assessment Revisions 1 LS $ 45,487 $ 45,487 4 Designing and Permitting of Embankment Stabilization in OS -1 (Wagner Creek) 1 LS $ 39,000 $ 39,000 5 Engineering Management and Support 1 LS $ 80,187 $ 80,187 Total Cost: $ 654,150 May 6, 2020 FLORIDA DEPARTMENT O F Ron ®eSantls Governor Environmental Protection JeanetteNuflea Lt. Governor Marjory Stoneman Douglas Building NoahValensteln 3900 Commonwealth Boulevard Secretary Tallahassee, FL 32399 Mr. Emilio T. Gonzalez City Manager City of Miami 444 Southwest 2nd Avenue, 10th Floor Miami, Florida 33130 Re: SW 132000 — Miami Stormwater Best Management Practices Dear Mr. Gonzalez: Attached is a copy of proposed Amendment 3 to the City's State Revolving Fund loan agreement. The amendment provides the City additional time to complete design and construction activities. Please have the appropriate officials sign and seal two copies, and return them to us within three weeks at 3900 Commonwealth Boulevard, MS 3505, Tallahassee, Florida, 32399-3000. We will sign the documents and mail a fully executed original to you. If you have any questions about this amendment, please call Amber Douglas at (850)245-2915. Sincerely, 4�, �, � �, Angela Knecht, Program Administrator State Revolving Fund Management AK/ad Attachment cc: Kristin LaCross — Angie Brewer & Associates, LC Steven C. Williamson — City of Miami STATE REVOLVING FUND AMENDMENT 3 TO LOAN AGREEMENT SW 132000 CITY OF MIAMI This amendment is executed by the STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (Department) and the CITY OF MIAMI, FLORIDA, (Local Government) existing as a local governmental entity under the laws of the State of Florida. Collectively, the Department and the Local Government shall be referred to as "Parties" or individually as "Party". The Department and the Local Government entered into a State Revolving Fund Loan Agreement, Number SW 132000, as amended; and Loan repayment activities need rescheduling to give the Local Government additional time to complete design and construction; and Certain provisions of the Agreement need revision and provisions need to be added to the Agreement. The Parties hereto agree as follows: Section 1.01 of the Agreement is amended to include the following definition: "Final Unilateral Amendment" shall mean the Loan Agreement unilaterally finalized by the Department after Loan Agreement and Project abandonment under Section 8.06 that establishes the final amortization schedule for the Loan. 2. Section 8.06 of the Agreement is deleted and replaced as follows: 8.06. ABANDONMENT, TERMINATION OR VOLUNTARY CANCELLATION. Failure of the Local Government to actively prosecute or avail itself of this Loan (including e.g. described in para 1 and 2 below) shall constitute its abrogation and abandonment of the rights hereunder, and the Department may then, upon written notification to the Local Government, suspend or terminate this Agreement. (1) Failure of the Local Government to draw Loan proceeds within eighteen months after the effective date of this Agreement, or by the date set in Section 10.07 to establish the Loan Debt Service Account, whichever date occurs first. (2) Failure of the Local Government, after the initial Loan draw, to draw any funds under the Loan Agreement for twenty-four months, without approved justification or demonstrable progress on the Project. Upon a determination of abandonment by the Department, the Loan will be suspended, and the Department will implement administrative close out procedures (in lieu of those in Section 4.07) and provide written notification of Final Unilateral Amendment to the Local Government. In the event that following the execution of this Agreement, the Local Government decides not to proceed with this Loan, this Agreement can be cancelled by the Local Government, without penalty, if no funds have been disbursed. 3. Unless repayment is further deferred by amendment of the Agreement, Semiannual Loan Payments as set forth in Section 10.05 shall be received by the Department beginning on August 15, 2021, and semiannually thereafter on February 15 and August 15 of each year until all amounts due under the Agreement have been fully paid. 4. The items scheduled under Section 10.07 of the Agreement are rescheduled as follows: (2) Completion of Project design and construction is scheduled for February 15, 2021. (3) Establish the Loan Debt Service Account and begin Monthly Loan Deposits no later than February 15, 2021. (4) The date for the certification required under Subsection 2.01(10) of the Agreement is hereby revised. The initial annual certification shall be submitted no later than May 15, 2021. Thereafter, the annual certification shall be submitted no later than September 30 of each year until the final Semiannual Loan Repayment is made. (5) The first Semiannual Loan Payment in the amount of $571,552 shall be due August 15, 2021. All other terms and provisions of the Loan Agreement shall remain in effect. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK This Amendment 3 to Loan Agreement SW132000 may be executed in two or more counterparts, any of which shall be regarded as an original and all of which constitute but one and the same instrument. The parties shall be entitled to sign and transmit an electronic signature of the Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. IN WITNESS WHEREOF, the Department has caused this amendment to the Loan Agreement to be executed on its behalf by the Secretary or Designee and the Local Government has caused this amendment to be executed on its behalf by its Authorized Representative and by its affixed seal_ The effective date of this amendment shall be as set forth below by the Department. for GIT OF MIAMI !krthur � 4iega V, City Manager Attest: Approved as to form and legal sufficiency: �ToddB. , City Clerk Victo a Mendez,. City Attorney SEAL Approved as to Insurance Requirements: Anne -Marie Sharpe, Director, Risk Management Department Approved as to Loan Documents: Sandra Bridgeman, Chief Financial Officer and Assistant City ager Erica Paschal, (inanee Director for STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Secretary or Designee Date M IAM I•DADE Carlos A. Gimenez, Mayor August 22, 2014 Department of Regulatory and Economic Resources Environmental Resources Management 701 NW 1st Court, 6th Floor Miami, Florida 33136-3912 T 305-372 6567 F 305-372-6407 miamidade.gov City of Miami CERTIFIED MAIL NO. 7004 0750 0001 9159 1816 c/o/ Daniel Alfonso, City Manager RETURN RECEIPT REQUESTED 2540 South Bayshore Drive Coconut Grove, Florida 33133 Re: Miami -Dade County Class I Permit 2008 -CLI -PER -0248: City of Miami — Maintenance Dredging located at Wagner Creek and Seybold Canal, Miami, Miami -Dade County, Florida. Dear Mr. Alfonso: The Department of Regulatory and Economic Resources, Division of Environmental Resources Management (DERM) has reviewed your request to extend the above referenced permit, which is scheduled to expire on January 14, 2015. Because there has been no substantial change in the environment at the location of the work authorized by the Class I Permit and pursuant to Section 24-48.9(2), of the Code of Miami -Dade County, the Department hereby grants an extension of time to perform the work until January 14, 2017. Please note that this letter must be attached to the original permit 2008 -CLI -PER -00248 as evidence of this permit extension. The entire permit shall be kept on-site during any construction work. Should you have further questions or need additional information, please contact me at (305) 372-6549 or via email at hoppsc@miamidade.gov. Sincerely, U0 Chrissy Hopps, ERPS Coastal and Wetlands Resources Section cc: Jose Lago, City of Miami Daniel Dietch, CH2M HILL MIAMI•DADE Carlos A. Gimenez, Mayor December 7, 2012 City of Miami c/o Johnny Martinez, Manager 444 SW 2 Avenue Miami, Florida 33130 Department of Regulatory and Economic Resources Environmental Resources Management 701 NW 1 st Court, 6th Floor Miami, Florida 33136-3912 T 305-372-6567 F 305-372-6407 miamidade.gov CERTIFIED MAIL NO. 7004 0750 0001 9159 7566 RETURN RECEIPT REQUESTED Re: Miami -Dade County Class I Permit 2008 -CLI -PER -00248: City of Miami — Maintenance Dredging located at Wagner Creek and Seybold Canal, Miami, Miami -Dade County, Florida. Dear Mr. Martinez: The Department of Regulatory and Economic Resources (RER) has reviewed your request to extend the above referenced permit, which is scheduled to expire on January 14, 2013. Because there has been no substantial change in the environment at the location of the work authorized by the Class I Permit and pursuant to Section 24-48.9(2), of the code of Miami -Dade County, the Department hereby grants an extension of time to perform the work until January 14, 2015. Please note that this letter must be attached to the original permit 2008 -CLI -PER -00248 as evidence of this permit extension from RER. The entire permit shall be kept on-site during any construction work. Should you have further questions or need additional information, please contact Chrissy Hopps, ERPS, Coastal and Wetlands Resources Section at (305) 372-6549 or via email at hoppsc@miamidade.gov. Sincerely, G�tftt') Chrissy Hopps, ERPS Coastal Resources Section cc: Jose Lago �Cl��� EYce-Z1e-xce- E'YT 2)uy MIAMI- DIAD Department of Environmental Resources Managemer Coastal Resources Sectio 701 NW 1 st Court, Suite 40 Miami, FL 33136-391 305-372-657 Class I Construction Permit Permit Number: 2008 -CLI -PER -00248 DERM Project Manager: Chrissy Hopps Permittee City of Miami c/o Tony E. Crapp Jr., City Manager 444 S.W. 2nd Avenue Miami, FL 33130 Bond/BBEETF Performance Bond: N/A Mitigation Bond: N/A BBEETF Contribution: N/A Issue Date: 01/14/2011 Expiration Date: 01/14/2013 Contractor To Be Determined Engineer Michael D. Halil, P.E. #58049 904-777-4812 THE ABOVE NAMED PERMITTEE IS HEREBY AUTHORIZED TO PERFORM THE WORK SHOWN ON THE APPLICATION AND APPROVED DRAWINGS, PLANS, AND OTHER DOCUMENTS ATTACHED HERETO OR ON FILE WITH THE DEPARTMENT AND MADE PART HEREOF, SUBJECT TO THE ATTACHED GENERAL AND SPECIAL CONDITIONS. Plans Entitled: Date Signed and Sealed: Project Location: Project Description: MAP SHOWING A HYDROGRAPHIC & TOPOGRAPHIC SURVEY OF: WAGNER CREEK & SEYBOLD CANAL DADE COUNTY, FLORIDA FOR: CH2MHILL DADE COUNTY, FLORIDA WAGNER CREEK & SEYBOLD CANAL MIAMI, FLORIDA 12/16/2010 Wagner Creek and Seybold Canal, Miami, Florida Maintenance dredging of 46,041 cubic yards of sediment within Wagner Creek and Seybold Canal to be completed as follows: Operational Section 1 (between NW 20th Street and NW 14th Avenue) Operational Section 2 (between NW 14th Avenue and NW 15th Street) Operational Section 3 (between NW 15th Street and NW 14th Street) Operational Section 4 (between NW 14th Street and S.R. 836) Operational Section 5 (between S.R. 836 and NW 11th Street) Operational Section 6 (between NW 11th Street and the Miami River) Attachment A: Manatee Protection Plan THIS PERMIT AND PLANS SHALL BE KEPT ON SITE DURING ALL PHASES OF CONSTRUCTION 1/14/2011 3:06PM 2008 -CLI -PER -00248 Page: 1 of 9 Specific Conditions 1. The work authorized by this permit shall not commence until the name, address, telephone number, and license number of the contractor who will be performing the work has been submitted and written acceptance of the contractor by The DERM Coastal Resources Section Compliance and Enforcement Group has been issued. 2. A pre -work conference shall be held between the Contractor, a representative of the permittee, and DERM prior to the commencement of work under this permit. Said conference shall be requested a minimum of 14 business days prior to the commencement of work. Please contact the DERM Coastal Resources Section Compliance and Enforcement Group at (305) 372-6575 to schedule said pre -work conference. 3. The contractor shall provide notice to the DERM Coastal Resources Section Compliance and Enforcement Group at (305) 372-6575 a minimum of 14 business days prior to the installation of the manatee barriers. All work associated with the barrier installation, monitoring, and maintenance shall be consistent with the DERM- approved Wagner Creek Seybold Canal Manatee Protection Plan (Attachment A). Any proposed deviation from said plan shall be submitted in writing, reviewed, and approved by the DERM Coastal Resources Section Compliance and Enforcement Group prior to the start of work. 4. The contractor shall request an inspection by DERM within 24 hours of installation of any manatee barrier, and shall take any corrective measures necessary as determined by DERM staff. The manatee barriers must be approved by The DERM Coastal Resources Section Compliance and Enforcement Group prior to the commencement of dredging activities. 5. The contractor shall provide a minimum of 2 business days and a maximum of 5 business days notice to the DERM Coastal Resources Section Compliance and Enforcement Group at (305) 372-6575 prior to the commencement of dredging activities. 6. Prior to the commencement of dredging at each Operational Section, plans signed and sealed by a Florida P.E. depicting canal banks, bulkheads, and structures located adjacent to the dredge area shall be submitted to the Coastal Resources Section Compliance and Enforcement Group of DERM. The permittee and the contractor are responsible for ensuring that the dredging will not compromise the structural integrity of any canal bank, bulkhead, or other structures within the project area. 7. Prior to the commencement of dredging at each Operational Section, the contractor shall provide a methodology for the work, including the specific types of equipment to be used, identifying staging areas for all equipment, outlining a proposed timeline for the completion of work, and a contingency plan in the event any structures within or adjacent to the project area fail as a direct or indirect result of dredge operations. The methodologies are required to be reviewed and approved by the DERM Coastal Resources Section Compliance and Enforcement Group prior to the commencement of dredging. 8. The extent and components of the required water quality monitoring will be dependent on the equipment utilized for the project, the type and extent of contamination in the sediments, the methods of removal and handling of the dredge spoil, and the potential for downstream effects from the dredging activities. Prior to the commencement of any dredging activities, the contractor shall submit a Water Quality Monitoring Plan which shall be developed in consideration of the methods and equipment being employed. The monitoring plan shall be specific to each Operational Section of the project, and specify required sampling locations, parameters to be sampled, and sampling frequencies. The Plan shall be reviewed and approved by the DERM Coastal Resources Section's Compliance and Enforcement Group and the Pollution Control Division prior to initiation of any dredging activity. 9. Surface water samples shall be collected on a quarterly basis for a minimum of one year subsequent to the completion of dredging activities. The first sampling event shall be completed within thirty days after completion of dredging. A Post Dredge Surface Water sampling plan which shall include a representative number of sampling locations shall be submitted to DERM for review and approval prior to implementation. Work authorized by this permit may not commence until the post -dredge sampling plan has received written approval from the DERM Pollution Control Division. THIS PERMIT AND PLANS SHALL BE KEPT ON SITE DURING ALL PHASES OF CONSTRUCTION 1/4/2011 3:06 PM 2008 -CLI -PER -00248 Page: 2 of 8 10. In areas where access limitations preclude the removal of contaminated sediments, an engineering control shall be implemented subsequent to dredging to prevent or minimize the potential residual risk and contaminant leaching. The engineering control plan shall be submitted to the DERM Pollution Control Division, and the Coastal Resources Section Compliance and Enforcement Group for review and approval prior to implementation. 11. Prior to installation of the "air curtain", the contractor shall submit a methodology for installation and maintenance of the "air curtain". Said methodology shall also include information on the method for securing the curtain in the proposed location, and any equipment required for installation. 12. The mouth of Seybold Canal shall be monitored for manatees prior to and during the installation and operation of the "air curtain". All monitoring shall occur in accordance with the requirements of Attachment A. If any aberrant or unusual manatee behavior in the vicinity of the "air curtain" is noted, or if the "air curtain" appears to serve as an attractant to manatees, or produces a situation in which there is an increased risk of manatee impact from the Seybold Canal dredge operation or boat/manatee collisions in the vicinity of the "air curtain" location, the "air curtain" will be removed and additional turbidity control measures will be implemented. 13. All work associated with maintenance dredging, including the dredge spoil handling, storage and disposal site, shall strictly conform to the Corrective Action Plan (CAP) approved by DERM on October 16, 2009, herein incorporated by reference. Any deviation from the CAP shall be submitted in writing, reviewed, and approved by the DERM Pollution Control Division, and the Coastal Resources Section Compliance and Enforcement Group prior to implementation. 14. All water and dredge spoil associated with the dredging shall be disposed of in accordance with all Federal, State, and local regulations, and the CAP approved by DERM on October 16, 2009. 15. Prior to the commencement of dredging, the contractor/permittee shall provide written approval to the Coastal Resources Section Compliance and Enforcement Group of DERM from a permitted wastewater treatment plant, indicating that their facility will accept the residual water (e.g. free dredge water, dredge run-off, collected water) associated with the dredging of Wagner Creek and Seybold Canal. There shall be no dewatering of the dredged material. 16. All reports or notices relating to this permit shall be sent to DERM Coastal Resources Section Compliance and Enforcement Group at 701 NW 1St Court, 6th Floor, Miami, FL 33136. 17. "Hotspot" areas for the purposes of sediment removal, management, and disposal shall be defined as the entire vertical column within an area extending, in both directions, from a sampling location with dioxin concentration above 1 parts per billion (ppb) to the nearest sample location with dioxin concentration at or below the 1 ppb threshold. Sediments removed from "hotspot' areas shall be processed and managed for disposal at an approved landfill outside the state of Florida (e.g. Emelle, Alabama). 18. The contractor shall be responsible for notifying the DERM Pollution Control Division at (305) 372-6700, the Coastal Resources Section Compliance and Enforcement Group at (305) 372-6575, and the City of Miami, within 24 hours of any pollutant spill or operational failure associated with the project. 19. This permit does not authorize any work other than maintenance dredging. Any additional work in, on, over, or upon tidal waters that may be necessary as a direct or indirect result of the dredge operations will require a Class I permit prior to commencement of said work. A Class 1 permit application is required to be signed by the fee simple property owner(s) of the location where the work will occur. 20. The permittee shall submit drawings (as-builts) signed and sealed by a Florida professional engineer of the post - dredge conditions to the DERM Coastal Resources Section Compliance and Enforcement Group within thirty (30) days of completion of each Operational Section. The drawings shall be in a format that will facilitate a direct comparison of the permitted activities and the work that was performed. 21. This permit specifically prohibits any non -maintenance dredging (i.e. removal of previously undredged limerock substrate). There shall be no use of equipment to break up the limestone substrate under the accumulated silt and sediment. Failure to comply with this condition shall result in enforcement action by the Department. In addition, the contractor and permittee shall be required to obtain all required Federal, State and local authorizations for non -maintenance dredging activities or restore the affected area within 60 days of DERM's THIS PERMIT AND PLANS SHALL BE KEPT ON SITE DURING ALL PHASES OF CONSTRUCTION 1/4/2011 3:06 PM 2008 -CLI -PER -00248 Page: 3 of 8 determination that non -maintenance dredging has occurred. 22. Florida Administrative Code 62-302.300 for Outstanding Florida Waters and Miami -Dade County water quality standards as stipulated in Chapter 24-42(4) of the Code shall be met during dredging activities within the Biscayne Bay Aquatic Preserve (i.e. Seybold Canal). 23. Turbidity curtains shall completely enclose the work area and shall not be removed until turbidity levels within the enclosed area return to background levels. This permit authorizes the use of an "air curtain" turbidity control method to be used in conjunction with turbidity curtains as specified in Attachment A. If it is determined that the "air curtain" device does not achieve the turbidity control results expected, it will be removed, and alternate turbidity control measures will be implemented. 24. Turbidity shall be monitored twice a day, four (4) hours apart, during construction operations or whenever a turbidity plume is visible outside the area defined by turbidity control mechanisms. Turbidity shall be monitored both at the background and compliance locations and shall be measured and reported in Nephelometric Turbidity Units (NTU). 25. Turbidity may not exceed zero (0) NTU above background beyond the work area defined by the turbidity curtains within the Seybold Canal, and may not exceed twenty-nine (29) NTU above background beyond the work area defined by the turbidity curtains within Wagner Creek. If the turbidity levels exceed the above -referenced limits outside the work areas defined by the turbidity curtains, the following measures shall be taken: a) All work shall cease immediately. Operations shall not resume until corrective measures have been taken and turbidity levels have returned to background levels. b) The incident shall be immediately reported to the DERM Coastal Resources Section Compliance and Enforcement Group at (305) 372-6575 and documented in the logs and reports. When the allowable turbidity levels are exceeded at the edge of the mixing zone (as defined by the area within the turbidity curtain), additional compliance sampling shall be conducted. c) The contractor shall modify any work procedures that caused the violation, install additional turbidity containment devices, and repair or replace any non functioning turbidity containment devices. All turbidity curtains shall remain in place until turbidity within the curtains subsides. 26. The background location shall be 100 feet up -current from the project location, outside of any visible turbidity plume, taken at mid -depth. 27. The compliance location shall be immediately outside of the turbidity curtains surrounding the project, within the densest portion of any visible plume, taken at mid -depth. 28. Turbidity monitoring equipment and personnel trained to use said equipment shall be available onsite at all times during work that could generate turbidity. The contractor shall monitor turbidity levels in accordance with the criteria outlined in the specific conditions of this permit. 29. A summary of turbidity monitoring data shall be submitted to the Coastal Resources Section Compliance and Enforcement Group of DERM within one week of analysis with documents containing the following information: (1) permit number; (2) dates and times of sampling and analysis; (3) depth of water body; (4) depth of sample; (5) weather conditions; (6) direction of flow; (7) wind direction and velocity; (8) a statement describing the methods used in collection and analysis of the samples; (9) a map indicating the sampling locations; (10) a statement by the individual responsible for implementation of the sampling program concerning the authenticity, precision, limits of detection and accuracy of the data. 30. The contractor must contact the DERM Coastal Resources Section Compliance and Enforcement Group a minimum of 48 hours (2 business days) prior to the removal of any dredged material from the site. Removal of the material from the site prior to DERM's inspection shall constitute a violation of this permit and may result in enforcement action by the Department. 31. The contractor shall maintain all receipts/manifests for the disposal of the dredged material. Said documents shall be provided to DERM within 30 days of the completion of the dredging. THIS PERMIT AND PLANS SHALL BE KEPT ON SITE DURING ALL PHASES OF CONSTRUCTION 1/4/2011 3:06 PM 2008 -CLI -PER -00248 Page: 4 of 8 32. In the event that any items or features of potential archaeological or historic significance are encountered during the course of this project, the contractor shall immediately cease and desist from further work and notify the Miami -Dade County Office of Historic Preservation (OHP) at (305) 375-4958. Work shall not resume until the find(s) are assessed by the OHP, and the OHP provides a written notice to proceed. The contractor and permittee shall allow representatives of the OHP to access the project area as necessary in order to conduct monitoring. 33. Since the Florida manatee occurs in the waters at and adjacent to the property, the permittee and contractor shall take measures to protect manatees during and after construction. Failure to comply with any of the below - listed measures may result in enforcement action by the Department. These measures shall include the following: a) All construction personnel shall be notified in writing of the possible presence of manatees in the area and the precautions that should be taken during the construction period. Copies of these written notifications shall be sent to DERM. b) All construction personnel shall be advised that there are civil and criminal penalties for harming, harassing, or killing manatees which are protected under the Marine Mammal Protection Act of 1972, the Endangered Species Act of 1973, and the Florida Manatee Sanctuary Act of 1978. The permittee and contractor will be held jointly responsible for any manatee harmed, harassed, or killed as a result of the construction activities. c) Temporary signs concerning manatees shall be posted prior to and during all in -water construction. Only awareness signs that have already been approved by the FFWCC shall be used. Each vessel involved in the construction shall display in a prominent location, visible to the operator an 8 1/2" x 11" temporary placard reading, "Caution Manatee Habitat Idle Speed/No Wake". In the absence of a vessel the placard will be located prominently adjacent to the issued construction permit. A second temporary 30" x 24" placard reading, "Caution Boaters" will be posted in a location prominently visible to water related construction crews. d) Turbidity control related devices (e.g. curtains, siltation barriers, etc.) shall be made of material in which manatees cannot become entangled. Said devices shall be properly secured, regularly monitored to avoid manatee entrapment, and shall not block manatee entry to or exit from essential habitat. e) All vessels associated with the project shall operate at "no wake/idle" speeds at all times while in waters adjacent to the project. All vessels will follow routes of deep water whenever possible. f) All in -water construction activities shall cease upon the sighting of a manatee(s) within 50 feet of the project area. Construction activities will not resume until the manatee(s) has departed the project area. g) Any collision with or injury to a manatee shall be reported immediately to the "Manatee Hotline" (1-888-404- FWCC) and to the U.S. Fish and Wildlife Service, Vero Beach Office (1-772-562-3909), and to DERM (305- 372-6575). h) The contractor shall maintain a log detailing sightings, collisions, or injuries to manatees should they occur during the contract period. Following project completion, a report summarizing the above incidents and sightings shall be submitted to the Florida Department of Environmental Protection (FDEP), Marine Research Institute Office of Protected Species Research, 620 S. Meridian St., Tallahassee, Florida 32399- 1600; to the U.S. Fish & Wildlife Service, 3100 University Blvd., Jacksonville, Florida 32216, and to DERM within 60 days of project completion. 34. At least one person shall be designated as a manatee observer when in -water work is being performed. That person shall have experience in manatee observation, and be equipped with polarized sunglasses to aid in observation. The manatee observer must be on-site during all in water construction activities and shall advise personnel to cease operation upon sighting a manatee within 50 feet of any in -water construction activity. Movement of a work barge, other associated vessels, or any in -water work shall not be performed after sunset, when the possibility of spotting a manatee is negligible. THIS PERMIT AND PLANS SHALL BE KEPT ON SITE DURING ALL PHASES OF CONSTRUCTION 1/4/2011 3:06 PM 2008 -CLI -PER -00248 Page: 5 of 8 35. The Director of DERM has agreed to waive the performance bonding requirements for the subject project provided that the City of Miami provides written proof of holding said bond with the contractor who will perform the subject work. Same shall be provided in writing and approved by the Coastal Resources Section Compliance and Enforcement Group of DERM prior to the commencement of any work. 36. (See general conditions). THIS PERMIT AND PLANS SHALL BE KEPT ON SITE DURING ALL PHASES OF CONSTRUCTION 1/4/2011 3:06 PM 2008 -CLI -PER -00248 Page: 6 of 8 General Permit Conditions 1. This permit must be kept onsite during all phases of construction. 2. All work shall be performed in accordance with the above referenced plans and in accordance with the attached specific and general permit conditions. If a General Condition(s) conflicts with a Specific Condition(s) in this permit document, the Specific Condition shall be the controlling condition for work authorized by this permit. 3. This permit only authorizes the work described in page 1 under PROPOSED WORK. Any additional work in, on, over or upon tidal waters or coastal wetlands at the property shall require additional Class I approval. 4. Any deviation from the approved plans for this project shall be submitted in writing to, and approved by DERM prior to the commencement of this project. The contractor and the permittee shall take whatever remedial action is necessary to bring the project into compliance with the permit and approved plans upon determination by DERM that the structure is not in compliance with such. 5. DERM shall be notified no later than forty-eight (48) hours and no earlier than five (5) days prior to the commencement of the work authorized by this permit, unless otherwise noted herein. The permittee and/or contractor may notify DERM by calling (305) 372-6575 or by submitting the attached Notice of Commencement of Construction via hand delivery, U.S. Mail, or facsimile at (305) 372-6479. 6. Prior to performing any work, the contractor shall verify the location of all underground and overhead utility lines and verify that no utilities will be damaged by the work. Contact Sunshine State One -Call of Florida at 1-800-432-4770 or on the web at http://www.calisunshine.com/corp/before/submitting.html for locating underground utility lines. 7. The permittee and the contractor are hereby advised that under Florida law, no person shall commence any excavation, filling, construction, or other activity involving the use of sovereign or other lands of the State, title to which is vested in the Board of Trustees of the Internal Improvement Trust Fund or the Florida Department of Environmental Protection (FDEP), until such person has received the required authorization for the proposed use from the Board of Trustees or FDEP. If such work is done without consent, or if a person otherwise damages state land or products of state land, the Board of Trustees may levy administrative fines of up to $10,000 per offense pursuant to the Florida Administrative Code. 8. The permittee and contractor shall obtain all required approvals from all local, state and federal agencies prior to performing the work authorized by this permit. 9. All work authorized by this permit shall be performed by the contractor and/or subcontractor holding an applicable certificate of competency and shall be licensed in Miami -Dade County to perform such work. Any work that is subcontracted shall require that the permittee and contractor (i.e. the contractor listed on this permit) notify the project manager at DERM at (305) 372-6575 or by facsimile at (305) 372-6479 a minimum of seventy-two hours prior to the subcontractor performing any work. Notification shall include the name of the subcontractor performing the work, the subcontractor's Miami -Dade County license number or state general contractor license number, and scope of work. 10. The contractor shall take all necessary precautions to prevent construction or demolition debris from falling into the water or adjacent wetlands. Any debris that falls into the water and/or adjacent wetlands shall be removed immediately. Construction and demolition debris shall be disposed of in accordance with all federal, state and local regulations. 11. Turbidity controls (such as, but not limited to, turbidity curtains) shall be implemented whenever visible plumes are present to ensure compliance with the water quality standards stipulated in Section 24-42(3), of the Code of Miami -Dade County. Turbidity controls shall be employed and maintained in the most effective manner possible to prevent turbidity from extending beyond the control mechanism in place. 12. Turbidity may not exceed twenty-nine (29) Nephelometric Turbidity Units (NTU's) above background beyond fifty (50) feet from the point of discharge. Turbidity levels shall be monitored continuously when turbidity plumes are visible beyond a fifty (50) foot radius of the point of discharge. If the turbidity levels exceed the above standard, all construction shall stop and additional turbidity controls shall be implemented. Work shall not resume until the contractor has implemented adequate turbidity control methods and has received authorization from DERM to recommence work. At THIS PERMIT AND PLANS SHALL BE KEPT ON SITE DURING ALL PHASES OF CONSTRUCTION 1/4/2011 3:06 PM 2008 -CLI -PER -00248 Page: 7 of 8 DERM's discretion, turbidity samples may be required and shall be collected in accordance with Section 24-44.2(3), of the Code of Miami -Dade County, or as specified by DERM, and the results sent directly to the DERM Project Manager on a weekly basis. 13. If any work or activity associated with this project is to take place in navigable waters, the contractor shall instruct all personnel associated with the project of the potential presence of manatees and the need to avoid collision with manatees. All vessels associated with the project must operate at "Idle Speed/No Wake" at all times while in water where the draft of the vessel provides less than a four (4) foot clearance from the bottom. Additionally, all vessels will follow routes of deep water whenever possible. All in -water construction activities shall cease upon the sighting of a manatee(s) within fifty (50) feet of the project area and will not resume until the manatee(s) has departed the project area. Any collision with and/or injury to a manatee shall be reported immediately to the "Manatee Hotline" (1-888-404- FWCC), the U.S. Fish and Wildlife Service, Jacksonville Field Office (904) 791-2580, and DERM (305) 372-6854. 14. The contractor shall ensure that all vessels associated with the construction shall operate within waters of sufficient depth so as to preclude bottom scouring or prop dredging and shall maintain a minimum of one (1) foot of water between the vessel bottom and submerged aquatic resources. 15. The contractor shall ensure that there are no impacts to seagrass, hard corals, or soft corals as a result of construction operations, such as, but not limited to, propeller scouring; and vessel or barge anchoring, grounding or spudding. The marine contractor and permittee shall be held jointly liable for any of these unauthorized impacts. For any impacts caused by the construction operation, DERM shall require, at a minimum, restoration and mitigation. 16. For the purposes of this permit, "vessel" is herein defined as any craft designed to float or navigate on water, including but not limited to: sailboats, powerboats, rowboats, boats, ships, skiffs, houseboats, personal watercraft and inflatable boats. 17. Pursuant to Section 24-48.10, of the Code of Miami -Dade County, the work or structures authorized under this permit shall be privately maintained by the applicant, his successors and assigns. Whenever, in the opinion of the Director of the DERM, said work or structures are not maintained in such a manner so as to prevent deterioration to the extent that they become a hazard to the public or to navigation, or create an obstruction of flow, or prevent access for drainage maintenance purposes, or may damage adjacent property, then the owner is required to perform any necessary remedial work. 18. Unless otherwise authorized in this permit and pursuant to Section 24-48.24 of the Code of Miami -Dade County, the installation or construction of non -water -dependent fixed structures (i.e. covered structures, canopies, helicopter pads, commercial signs, etc.) is prohibited in, on, over or upon any of the tidal waters of Miami -Dade County and constitutes a violation of this permit. Failure to comply with this condition may subject the permittee to enforcement action without further warning. 19. The time allotted to complete the work for which this permit has been issued shall be limited to the period stipulated on the permit unless the permittee requests an extension of time from the Department in writing at least thirty (30) days prior to the date of permit expiration. Applications for extensions of time that are not timely filed pursuant to Section 24- 48.9(2)(b), of the Code of Miami -Dade County will be returned to the applicant. 20. An Application for Transfer of a Class I Permit may be filed with DERM at any time prior to the transfer of property ownership up to 120 days after the date of transfer of fee simple ownership of the property that is the subject of the permit. The Application for Transfer must be signed by both the transferee and transferor. Applications for Transfer shall be filed in the form prescribed by DERM and shall not be processed if the filed Application for Transfer is not fully complete in all respects pursuant to Section 24-48.18, of the Code of Miami -Dade County within 120 days of the date of transfer of property ownership. 21. If the project involves construction, replacement, or repair of a seawall, the new seawall cap shall be a minimum of six (6) inches above the final grade of the uplands immediately adjacent, and in order to prevent positive drainage of stormwater into the waterway, all uplands immediately adjacent to the new seawall shall be graded away from the waterway. 22. A performance and/or mitigation bond may be held to ensure compliance with the aforementioned conditions and the completion of any required mitigation. Failure to comply with any of these conditions may result in the revocation by Miami -Dade County of all or a portion of the bond without further notice. THIS PERMIT AND PLANS SHALL BE KEPT ON SITE DURING ALL PHASES OF CONSTRUCTION 1/4/2011 3:06 PM 2008 -CLI -PER -00248 Page: 8 of 8 THIS PERMIT AND PLANS SHALL BE KEPT ON SITE DURING ALL PHASES OF CONSTRUCTION 1/4/2011 3:06 PM 2008 -CLI -PER -00248 Page: 9 of 8 Wagner Creek Seybold Canal Manatee Protection Plan FINAL MANATEE PROTECTION PLAN 1.0 INTRODUCTION The West Indian manatee was listed as an endangered species by the Florida Fish and Wildlife Service (FFWS) on June 2, 1970. This species habitat range is rivers, estuaries, and coastal areas of subtropical and tropical areas. The West Indian manatee is a herbivore that migrates to warmer waters during the colder months. In Florida, most migrate south during the winter and congregate mainly in estuaries and canals. They prefer brackish over marine environments. The present distribution of the West Indian manatee includes the coasts and rivers of Florida, the Greater Antilles, eastern Mexico and Central America and northern and eastern South America. A critical habitat was established for the West Indian manatee in 1976. It includes Biscayne Bay, and all adjoining and connected lakes, rivers, canals, and waterways from the southern tip of Key Biscayne (FFWS,1999). During sampling events for Wagner Creek and Seybold Canal it was noted that Manatees frequent both the creek and canal. During the June/July 2008 sampling event, Manatees were sighted up to the NW 15th St. Bridge (adjacent to University of Miami Hospital). During the May 2009 sampling event, Manatees were sighted between the NW 14th Ave./ NW 17th St. bridges (adjacent to VA Hospital). There is anecdotal evidence that Manatees have been sighted as far northwest as the NW 20th St. Culvert. Because of the above, Manatee protection will be a daily concern during the dredging of Wagner Creek and Seybold Canal. The following are key issues to Manatee Protection during the work. • Mechanical dredging will be utilized to remove the sediments. A manatee watch will be required to minimize the possibility that manatees will be adversely impacted by dredge operations. • Control of water quality (turbidity) may require the use of multiple turbidity curtains during dredging. Protective actions will be required so the turbidity control measures do not adversely impact manatees. The following manatee protection measures will be implemented to avoid potential impacts to manatees during the Wagner Creek and Seybold Canal project construction. 2.0 MANATEE PROTECTION MEASURES 1. All personnel associated with the project activities shall be instructed about the presence of manatees and manatee speed zones in the project area and the need to avoid collisions with, and injury to, manatees. Final 12-15-10 Wagner Creek Seybold Canal Manatee Protection Plan 2. The dredge construction will begin at the North end of Wagner Creek. For Manatee protection during dredging activities in Wagner Creek, chain link fence barriers (Manatee Barriers) will be installed across the channel south of the construction area to prevent manatee access into the dredge area. Sketches showing typical design features and locations of manatee Barriers can be found in Attachment D-1 and Attachment D-2 to this plan. Manatee Barriers will be located south of the dredging activities and be designed to; a. Extend to the sediment/ water interface b. Match the contour at the sediment/water interface as well as shoreline contours up to at least one (1) foot above the High/High Waterline. c. Prevent Manatee movement north of the barrier and avoid manatee entanglement in the barrier. Before installation of a manatee barrier, inspection of all areas north of the barrier location will be performed to confirm that Manatees are not present north of the proposed barrier location. If Manatees are sighted north of the proposed barrier location they will be allowed to leave on their own volition before the barrier is installed. Manatee Barriers will be installed by the dredging contractor at least two days prior to commencement of dredging activities north of the barrier and during the two days the area will be monitored to ensure no manatees are trapped north of the barrier. Once installed, Manatee Barriers will remain in place until dredging north of the barrier is complete. Each day before dredging begins areas north of the barrier will be inspected by Manatee Watch personnel to determine if Manatees have moved north of the barrier. If Manatees are sighted north of the barrier, the barrier shall be opened so the manatee is able to leave the construction area on its own volition. The barrier will then be reinstalled as described above as well as modified to prevent manatee movement north of the barrier. Each morning the manatee barrier will be inspected to insure that no manatees are entangled in the barrier and there are no access points for manatees into the work area along the bottom, sides or over the top of the barrier. If a manatee becomes entangled in a manatee barrier the Florida Fish and Wildlife conservation Commission should be notified immediately at 1- 888 -404 -FW CC. 3. The permittee shall advise all construction personnel that there are civil and criminal penalties for harming, harassing, or killing manatees which are protected under the Marine Mammal Protection Act, the Endangered Species Act, and the Florida Manatee Sanctuary Act. 4. All vessels associated with the construction project shall operate at "Idle Speed/No Wake" at all times while in the immediate area and while in water where the draft of the vessel provides less than a four -foot clearance from the bottom. All vessels will follow routes of deep water whenever possible. 5. Siltation or turbidity barriers shall be made of material in which manatees cannot become entangled, shall be properly secured, and shall be regularly monitored to avoid manatee entanglement or entrapment. Expect as described in number 2 above, siltation or turbidity barriers must not impede manatee movement. Final 12-15-10 Wagner Creek Seybold Canal Manatee Protection Plan 6. All on-site project personnel are responsible for observing water -related activities for the presence of manatee(s). All in -water operations, including vessels, must be shutdown if a manatee(s) comes within 50 feet of the operation. Activities will not resume until the manatee(s) has moved beyond the 50 -foot radius of the project operation, or until 30 minutes elapses if the manatee(s) has not reappeared within 50 feet of the operation. Animals must not be herded away or harassed into leaving. 7. At least one person shall be designated as a manatee observer when in -water work is being performed. That person shall have experience in manatee observation and be equipped with polarized sunglasses to aid in observation. The manatee observer must be on site during all in -water construction activities and will advise personnel to cease operation upon sighting a manatee within 50 feet of any in -water construction activity. 8. Movement of a work barge, other associated vessels, or any in -water work shall not be performed after sunset, when the possibility of spotting manatees is negligible, or at other times when observation becomes ineffective (e.g., in cases of rain, fog or limited visibility. 9. Any collision with or injury to a manatee shall be reported immediately to the FWC Hotline at 1-888-404-FWCC. Collision and/or injury should also be reported to the U.S. Fish and Wildlife Service in Jacksonville (1-904-731-3336) for north Florida or Vero Beach (1-772-562-3909) for south Florida. 10. Temporary signs concerning manatees shall be posted prior to and during all in -water project activities. All signs are to be removed by the permittee upon completion of the project. Awareness signs that have already been approved for this use by the Florida Fish and Wildlife Conservation Commission (FWC) must be used (see MyFWC.com). One sign which reads Caution: Boaters must be posted. A second sign measuring at least 81/2" by 11" explaining the requirements for "Idle Speed/No Wake" and the shut down of in -water operations must be posted in a location prominently visible to all personnel engaged in water -related activities. 11. The permittee shall ensure that the contractor maintains a log detailing sightings, collisions, or injuries to manatees should they occur during the contract period. Within 30 days following each event, the logs and a report summarizing incidents and sightings shall be submitted to the Florida Fish and Wildlife Conservation Commission, Imperiled Species Management Section at: ImperiledSpecies@myfwc.com. 12. Air Curtain technology as a turbidity control methodology will be tested at the confluence of the Seybold Canal and the Miami River. It is not known how manatees may react to air bubble emissions. Manatees may be attracted to bubbles associated with the aeration activity possibly increasing the number of manatees near the dredge operations and at a location in the Miami River where the risk of boat/ manatee collisions is already high. Because the manatee attractant characteristics of the proposed are curtain are unknown, manatee protection measures in association with this technology are required. Monitoring of manatee use and behavior at the air curtain site and the site vicinity shall be conducted by an independent third party approved by Miami -Dade DERM, the Florida DEP and the FWC Imperiled Species Management section (ISM). Approval for the observers shall be obtained prior to installation of the device. Prior to installation, observation for manatees in the Final 12-15-10 3 Wagner Creek Seybold Canal Manatee Protection Plan area must occur on at least seven (7) days. After installation, observation must occur at least twice a day, once in the a.m. and again in the p.m., for no less than thirty minutes per observation when the air curtain is in operation. Manatee monitoring reports describing manatee presence, absence, behavior and location in relation to the device shall be submitted by email to FWC ISM on a weekly basis to ImperiledSpecies@myfwc.com. If any aberrant or unusual manatee behavior in the vicinity of the device is noted, or if the device appears to serve as an attractant to manatees, or produces a situation in which there is an increased risk of manatee impact from the Seybold Canal dredge operation or boat/ manatee collisions in the vicinity of the air curtain location, the device will be removed and other turbidity control measures will be implemented. If the Miami -Dade DERM and the DEP determine that the device does not achieve the turbidity control results expected from the device, it will be removed and other turbidity control measures will be implemented. Final 12-15-10 4 Attachment A Final References to "Manatee" in CAP 2 bod FINAL- REFERENCES TO "MANATEE" in CAP2 body Please also see Manatee Protection Plan Update (12-15-10) REFERENCES in CAP2 This Work Plan addresses the need to minimize water volume generated during dredging operations, the management of water collected during dredging, and water quality controls to be implemented during the dredging activities. Finally, it describes the procedures to be implemented for endangered species protection (manatees) and structure protection during the dredging activities. [p. 2-1, Sec. 2.11 Most areas of Wagner Creek and Seybold Canal are frequented by manatees (Section 3.5.8). A Manatee Watch will therefore be onsite at all times during the work. As discussed in the following sections, turbidity barrier design will account for turbidity control while generally allowing access for manatee movement. During Wagner Creek dredging, Manatee Barriers will be utilized to limit Manatee movement into the dredging area. Design and use of Manatee Barriers will be as described in Appendix D, Manatee Protection Plan. [p. 3-17, Sec. 3.5.21 The primary water quality controls to be implemented during Wagner Creek dredging will be turbidity barriers and monitoring. Turbidity barriers will be installed and maintained both upstream and downstream of the active dredging area. Turbidity barriers for Wagner Creek will be solid construction and will be designed to minimize the potential for manatee entanglement. Figure 3-14 shows a typical barrier design. Wagner Creek is narrow (20 ft to 35 ft) and shallow (2 ft to 4 ft deep in un -dredged areas). Turbidity barriers used in Wagner Creek will be designed to extend side to side and to the surface of underlying material. It is envisioned that a typical downstream barrier will be 25 ft wide x 4 ft deep. A typical upstream barrier will be 25 ft wide x 8 ft deep. Turbidity barrier configuration for Wagner Creek dredging will depend on the following factors: 1. Dredging Configuration - Turbidity barrier configurations will be different when dredging to land based containers (WRCs) than when dredging to floating containers. An example of each configuration is shown in Figures 3-15 and 3-16. 2. COPC Concentrations - Portions of OS -1 exhibit elevated concentrations of TEQ (> 1 ppb). Monitoring, dredging production, and turbidity barriers will be configured to maintain turbidity levels at the compliance point stipulated by the permits. 3. Manatee Movement - Areas north of the active dredging area will be checked for manatees and monitored in accordance with the requirements outlined in Appendix D, Manatee Protection Plan. 4. Turbidity Monitoring Results - A Hach® 2100P (or equivalent) Portable Turbidity Meter will be utilized onsite to constantly check turbidity levels. These measurements will be used in the field to aid in selecting the number and proper placement of turbidity barriers. Dredging in Wagner Creek will progress slowly (30 to 50 ft/ day). Wagner Creek is tidal, so both upstream and downstream barriers will be required. [p. 3-18, Sec. 3.5.2.11 All barriers will be removed at the end of each work day once turbidity levels are at or below the compliance point stipulated by the permits. [p. 3-19, Sec. 3.5.2.11 Turbidity barrier configurations for Seybold Canal dredging will depend on the following factors: 1. Dredging configuration - Turbidity barrier configurations for Seybold Canal will be installed to control turbidity while dredging to floating containers. 2. COPC Concentrations - There are no elevated TEQ areas in Seybold Canal. Monitoring, dredging production, and turbidity barriers will be configured to maintain turbidity levels at the compliance point stipulated by the permits. 3. Manatee Movement - Areas north of the active dredging area will be checked for manatees before barriers are deployed and monitored in accordance with the requirements outlined in Appendix D, Manatee Protection Plan. 4. Boat Access - Seybold Canal connects to the Miami River and therefore allows water access for small craft. There are many pleasure craft and small fishing vessels that use Seybold Canal for mooring. Boats will be moved to allow access to the immediate dredging areas. Access to areas north of the dredging will be allowed during non -work hours. 5. Turbidity Monitoring Results - A Hach J 2100P (or equivalent) Portable Turbidity Meter will be utilized onsite to constantly check turbidity levels. These measurements will be used in the field to aid in selecting the number and proper placement of turbidity barriers/ bubble Air Curtains. [p. 3-19, Sec. 3.5.2.11 Dredging in Seybold Canal will progress at approximately 20 - 30 ft/ day. As the dredging progresses toward the mouth of Seybold Canal, turbidity controls will become critical. For this reason, turbidity barriers will be installed and maintained both upstream and downstream of the active dredging area and an Air Curtain will be installed at the mouth of Seybold Canal. Turbidity barriers for Seybold Canal will be solid construction and will be designed to minimize the potential for manatee entanglement. [p. 3.20, Sec. 3.5.2.21 Manatee protection will be a daily concern during the dredging of Wagner Creek and Seybold Canal and will be monitored in accordance with the requirements outlined in Appendix D, Manatee Protection Plan. A Manatee Protection Plan is presented in Appendix D. [p. 3.23 , Sec. 3.5.8] The following summarizes the biological assessment findings: • 238 instances of flora and fauna were observed along Wagner Creek and Seybold Canal. • 39 species of trees, plants, and vines were observer, none of which are federally Listed as Threatened or Endangered Species. • 15 wildlife species were observed. Two are considered Species of Special Concern by the Florida Fish and Wildlife Conservation Commission (FFWCC) and one is listed as Endangered by the USFWS. Species of Special Concern: ➢ Tricolored Heron (Egretta tricolor) ➢ White Ibis (Eudocimus albus) Endangered Species: ➢ West Indian Manatee (Trichechus manatus) This investigation revealed that the project area consists only of disturbed lands and urban areas. It does not offer a high quality habitat to floral or faunal species. Standard precautionary measures will be employed during the construction phase of the project to protect the tricolored heron, white ibis, and West Indian manatee (Manatee Watch). Therefore, no significant impacts to federal, state, or locally listed species are anticipated as a result of this project. [p. 4.1, Sec. 41 Attachment B Final Figure D-1 Typical Manatee Barrier TYPICAL MANATEE BARRIER FIGURE D-1 12 in Rip r\ END POST Typical 1. Installed at least 50 ft downstream of last Turbidity Barrier URAL SOIL 2. Must be inspected, cleaned of all trash and repaired daily Sediment 3. Standard Chain Link Fencing with bottom sections that match the contour at the sediment water interface as well as shoreline contours up to at least 1 ft above the High/High water line. Bottom sections shall be secured with rip -rap 0 High/High Water Line boulders. or similar materials, to prevent manatee entanglement or entrapment. 4. The manatee barrier shall be monitored at least once in the morning for manatee entanglement or entrapment, and to ffT Concrete Block insure there are no access points for manatees into the work area along the bottom, sides or over the top of the barrier. If a manatee becomes entangled in the Manatee Barrier, the Florida Fish and Wildlife Conservation Commission should be notified immediately at 1-888-404-FWCC. 5. Area north of Manatee Barrier to be inspected each day and prior to installation to ensure no manatees are trapped north of the barrier. If a manatee becomes entrapped north of the manatee barrier in the construction area the barrier shall be opened so the manatee is able to leave the construction area on its own volition. 6. Regulators to be notified if Manatee is sighted north of Manatee Barrier %-0 u..i-i2✓fVW-IIL-L 401. Attachment C Final Figure 3-17 Seybold Canal Water Quality Control/ Manatee Watch FIGURE 3-17 Seybold Canal Water Quality Control/Manatee Watch Manatee / Watch Turbidity Curtains Compliance Point CP Manatee Watch 7 Attachment D Final Figure 3-19 Dredging Near Mouth of Seybold Canal Water Quality Control/ Manatee Watch Dredging Near Mouth of Seybold Canal Water Quality Control/Manatee Watch Figure 3-19 Turbidity Curtains Compliance Point Air curtain is in addition to turbidity curtain which must completely enclose dredge area � � f ` City of Miami. Florida Contract No. RFP 15-16-030 CONTRACT NO. RFP15-16-030 DESIGN -BUILD SERVICES FOR THE WAGNER CREEK/SEYBOLD CANAL RESTORATION PROJECT PROJECT B-50643 -Mayor Tomas P. Regalado Commissioner Wifredo "Willy" Gort, District 1 Commissioner Ken Russell, District 2 Commissioner Frank Carollo, District 3 Commissioner Francis Suarez, District 4 Commissioner Keon Hardemon, District 5 City Manager, Daniel J, Alfonso Issued By: City of Miami Office of Capital Improvements 444 SW 2nd Avenge, Bch Floor Miami, FL 33130 1 Iiagner creek Sey5oid canal Restoration Project Rev. 3,17,17 City of Miami Florida TABLE OF CONTENTS RECITALS AND INCORPORATIONS Contract No. RFP 15-16-030 1.1 SECTION i — GENERAL TERMS AND CONDITIONS 8 CLAUSE CONTENT. J' PAGE 1 Definitions 8 2 Time Is of the Essence 15 3 Contract Term 15 4 Natices 15 5 Priority of Provisions 16 6 Indemnification 16 7 Insurance 17 8 Pe-formunce and Payment Bond 20 9 Q'Jalifica:ion of Surety 20 10 General Requirements 21 11 Nlet,�od of Performing the VVor:k 22 12 Y13r'< St3girng and Phasing 23 13 Site I-vestiga`ion and Represe,tation 23 14 Des!,gn-B,, Id Firm to Cl-,e,3k Plays, 5lcecificat ons :and Data 24 1 ,Des'g Firm s R;,s;,,cnsidi;;;y for Darn.agas a,-�d Accidents 24 1 Ac.�ldents 24 17 Sai"e� Pr-2+;a,�tions 24 is Occura' oral Health and Safety 25 19 Labor a; -,d Nl,ateria!s 26 20 Pules. Reg°.,!a`ions, and Licenses; Community Business Enterprise 26 21 Project Management 26 22 Superintendence and Supervision 26 23 Author:ty cf the Project Nlanager 27 24 Inspection of Work 28 25 Taxes 29 26 Separate Contracts 29 27 Lands of Work 29 28 Coordination of Work 30 29 Differing Site Conditions 30 30 Existing Utilities 30 31 Design -Build Firm's Responsibility for Utility Properties and Service 31 32 Interfering Structures 31 33 1 Field Relocation 31 34 Design -Build Firm's Use of Project Site(s) 32 2 Wagner Creek Seybold Canal Restoration Project Rev. 3,17 17 City of Miami, Florida Contract No. 15-16-030 .. CLAUSE � CONTENT �.�'`�' �;� PAGE 35 Materials' and Equipment 32 36 Material and Equipment Shipment, Handling Storage and Protection 32 37 Manufacturers Instructions 34 38 Manufacturer's Warranty 35 39 Submittals 35 4-1 Shop Drawings, V/Drking Drawings and Samples 36 41 Product Data 39 42 Record Set 39 43 Su. plementa! Drawings and Instructions 39 44 Design -Build Firm Furnished Drawings 40 45 Substitut;ons 40 16 City Furnished Dra,,0rgs 41 4' lnterpreta';on of Dra',,,�ngs and Documents 41 43 Product and kla'aria' Testing 41 -19 Fieid Directves 42 50 Cha^ges in flhe YJ3rk cr Contract Documents 42 51 Continuing the Wor;-� 42 52 - Change Ordre 42 53 Cf-a7ge Orta-ar Procedure 43 5z'' No Ora' Changes 4-1 55 V-3-3 Je of Cina^ge �^ �?;' �rVcrk 5 Ex` -r3 V oF!,< DI,'ect,< e 46 57 As -Bili' Dr -,+rings 43 58 L'lcrker's Ident fixation 48 59 Removal of Unsa`is astory Personnel 40 63 Subst,nt:a' Co7,;let;on and Punch List 49 61 Acceo.ance and Final Payment 50 62 NDPES F;eaurwments 50 63 For-iM-9 e -re 51 64 Ex.-- D` Time 51 65 Not -ation of C(a;m 52 66 Ex, "s c_n of Time not Cumulative 52 67 Design -Build Firm's Damages for Delay 52 63 Excusable Delay, Non -Compensable 53 69 Acceptance of Defective or Non -Conforming Work 53 70 Uncovering Finished Work 54 71 Correction of Work 54 72 klaintenance of Traffic and Public Streets 55 73 Location and Damage to Existing Facilities, Equipment or Utilities 56 74 Stop Work Order 57 3 Wagner Creek 5eytold Canal Restoration Protect Rev 3,17 17 City of Miami, Florida Contract No. 15-16-030 CLAUSE[ CONTENT PAGE 75 Hurricane Preparedness ---- - 57 76 Use of Completed Portions 57 77 Cleaning Up; City's Right to Clean Up 58 73 Removal of Equipment 58 79 Set-offs,','lithholdings. and Deductions 59 80 Event of Defa�il° 50 81 Notice of Default -Opportunity to Cure 60 82 Termination for Default 60 83 RzEmed;es in the Event of Termination for Default 61 8.1 Te, ri^a'.ion for Convenience 61 85 R-asoiul'.on of Disputes 62 86 M, _J st;cn-T/3;,ver of J.�ry Tria? 64 87 City May A;a�l Itsa;f cl A,"1 Remed-es 64 83 Pe M,ts. Licersas and Impact Fees 64 80 Co�.�^'ian e ,vita ANo:icable La,,%,s. Ethic and Publ;r Records Laws 66 90 Firm 65 91 T! -,'rd Party Sere ,.,iar`es 65 a^' AsSigrs 66 ,, T,i15` 0` Braaoh OQ 9= y5 Aor!ica' iti Lav a -,d Ve r e of L,i:ga`ion, A.,or; ey's Fe -33 6; 6 A�,7 er'd—.ents A C^, 97 En;,re Contract 67 g., 1J. 1NOcd seri r-at;cc, E� ja; Ern^'oymen`_ Op;portinTy. and Awe 'ca .s ,��it, Dlsabil,_ as Act 67 9-3 Eya;'u2t;,Dn 67 1u�n Ccm--"c- _.es Gro,,,,n, or Produce n tt--:-C�t�y of 1�,1 ami P,lia ni -Dana Cour.i a -dl the Stale of Florida 67 101 P,ya t:es and Pate' -'s 67 102 Ccntin'.�a"on of the York 67 103 Re la,,� of Records 63 10,4 No Interest 68 1 7; 5 Pajments Re.ated to Guaranteed Obfigatlons 68 106 Consent of City Required for Subletting or Assignment 68 107 Agreement Limiting Time in V/hich to Bring Action Against the City 69 108 Defense of Claims 69 109 Contingency Clause 69 110 Mutual Obligations 69 111 Contract Extension 69 112 Nan -Exclusivity 70 113 Nature of the Contract 70 4 ',N_ggrerCreak 5e,fbdd Canal Restorit,or Project Rev 3.17 17 City of kliami, Florida {.CLAUSE CONTENT 114 Contract Documents Contains all Terms 115 Applica`a e Law and Venue of Litigation 116 Survival 117 Joint Preparation 118 Nondiscicsure 119 Main-tenance of Records -Public Records 120 Property Damage Adjud;cat,on Process SECTION 2 • SUPPLEMENTAL TERMS AND CONDITIONS 1 Scope of �ilicr!k 2 Contrast Time 3 Prcgress Payments —'. Liq j da`ed Dgmages S Schedule o{y3lue3 6 Pr^iect Scneda'es 7 Re'�ase o� Lens. Say De, ; - ' F'17 s of Sa';5`a:�t;On 8 Prcgress sleet rgs 9 Rec,uest f�er Inforrr,a'ion 10 Pr^ ect S.tu Facili`.e p 1 T a Se 13 Secur.;i Ccr, u Slg; a e 15 Lines a -u G,-,ades 16 H28 Visa Resor; _ 17 Progress P;-,a`os 1 Y � I-IaZar.'{iri1:5 SECTION 3 — DESIGN SERVICE -S - 1 Design Respors;bility 2 Subconsultants 3 O,+inership of Dcc,�ments 4 Delivery upon Rer.;est or Cancella';on 5 Error a,nd Omission Issues 6 Design -Build Firm's Key Staff 7 Truth -In -Negotiation Certificate 8 Re -Use by City 9 Scope of Services 10 Basic Services 11 Basis of Design 12 Additional Design Services 5 PAGE _ j 73 70 70 70 70 71 71 73 73 73 74 75 75 75 77 77 77 78 78 79 70 79 79 Sv ac m m M M :. %Magner Cr�aK SeyrcEu Car -al Restoration Project Rev 3,17 17 City of Miami, Florida Contract No. 15-15-030 {CLAUSE CONTENT PAGE] SECTION 4 - CONTRACT EXECUTION - Contract Execution Form 87 Exhibit A: Re;Lest for Proposals (P,FI') No. 15-10-030 (Refer to iink to matrix b6ow) - - - ter_= _=- _ ^_DExhibit151:81: Scope of Services attached) - - - Exhibit 132: Negotiated Project Schedule {attached) Exhibit Cl: Negotiated Price (attached) Exhibit C2: Negotiated Schedule of Vaiues (attached) Exhibit C3 Des yn-Baiid Firma ATC Technical and ATC Price Proposals (refer to link to matrix below) - --- - Exhibit D: Insurance Requirements (attached) y - - - -- - - Exhibit E: Performance acrd Pa jment Bond (attached) Exhibit F: Ccmora`e Resout;ons,'Ev�den,ce of Qualification to do Business in Florida Exhibit G: P,es,olution No, 14-0372 Expedited List of Projects Attachment A: Sate Re, -,!,Arg F. -rd' (SRn) Agreement and D!j U JrSe iient Reuest Package Attachment B: S?,IF Prcyra ^ S .^cemen,tary Condi;ions - - -- - _- - - ,_ n _ -- 5 _7 -- Attachment C: Stele Aperopral;cn AJreement and Dlsbursarnent Request Package- - - Attachment D: FIo{°da 1 -i3 -d PJa;�,a` 1n Dis`rc-- (FIND) Gran: Ag-eMments ani? Agree^;ant Disbursement M `r`laver CreeK 5-�ytcd Canal Restor3wn Prclect Rev 3,17 17 City of Miami, Florida Contract No. RFP 15-16-030 PROFESSIONAL SERVICES AGREEMENT DESIGN BUILD SERVICES FOR THE WAGNER CREEK/SEYBOLD CANAL RESTORATION PROJECT BY AND BETWEEN THE CITY OF MIAMI AND DESIGN -BUILD FIRM' This Professional Services Agreement (Agreement) is entered into this 30' day of March, 2017 by and between the City of Miami, a municipal corporation of the State of Florida ("City') whose address is 444 S.W. 2 I Avenue, 1011 Floor, Miami, Florida 33130, and Sevenson Environment Services, Inc., a corporation, qualified to do business in the State of Florida whose principal address is 2749 Lockport Road, Niagara Falls, New York, 14305, hereinafter referred to as the ("Design -Build Firm"). RECITAL WHEREAS, the City issued a Request for Proposals No. 15-16-030 on August 24 2016 ("the RFP"), attached hereto, incorporated hereby as Exhibit "A", for a qualified, experienced Design—Build Firms to perform maintenance dredging to remove accumulated sediment in both Wagner Creek and Seybold Canal waterways, located in Miami, Florida (Work), as more fully set forth in the Scope of Work ("Scope") attached hereto as Exhibit "B". The Scope as described herein, and Design -Build Firm's proposal ("Proposal") is attached hereto, incorporated hereby, and made part of hereof as Exhibit °C". In response to said Proposal, Design -Build Firm has been selected as the most qualified responsive and responsible proposer for the provision of the Services. The RFP and the Proposal are sometimes referred to herein, collectively, as the Solicitation Documents, and are by this reference incorporated into and made a part of this Agreement; and WHEREAS, the order of precedence whenever there is conflicting or inconsistent language between documents is as follows: (1) Professional Services Agreement, including Scope of Services, Price Schedules, and all Exhibits, (2) any other relevant Agreements expressly referenced and attached as Exhibits (such as an access Agreement between the City, Design -Build Firm, and a third party); (3) RFP No. 15-16-030 and any associated addenda and attachments thereof; and (4) Design -Build Firm's response to the RFP; and WHEREAS, the City Commission, by Resolution No. 14-0372, adopted on September 11, 2014, amended the City's list of expedited projects pursuant to Ordinance No. 13045, adopted December 11, 2008, and authorized the City Manager to execute an Agreement, under the terms and conditions set forth herein, in a form acceptable to the City Attorney, as may be necessary for said purpose; and WHEREAS, the City wishes to engage the Services of Design -Build Firm, and Design -Build Firm wishes to perform the Services for the City; and ' Certain terms herein (indemnity hold harmless, insurance. cancellation for convenience, funding out clause, among others) are loll, standing City requirements and may not be modified regardless of whether any exception is taken. Wagner Creek Soybold Canal Restoration Project Rev. 3117117 Ci`y of tli%iiami, Florida Contract. No 15-16-030 V`JHEREAS the City and the Desigr-Buiid Firm desire to enter into tris Agreement under the terms and cond tions set forth herein; and NOW, THEREFORE, in cors deral;cn of the mutual ccvena^ts a^d � rom ses herein conta ned, De3.gri-B Jd Fire a d t`ie City agree as follows. TERMS RECITALS AND INCORPORATIONS: Tie rec:'a'5 a e- true ai"-I correct and a'_ hereby IncGrwora`,ad Int' a"d made a part of this Agre=Tent. T�= C, -.J's R:==0 is r-0 e3,y inccrcoi� 3`ed into and made a part of tis :;g`ee..ent ard attached rere`o as A... Ti 5:-cje o' 5-2,vi4s is I^vre:c Ir>ccran 3'a '- + !-L3 .-,r� de part ` i,,?rt and 1 a rl�' h.'.l of ti i5 Agr/�} r",e Tri : Des g --E'„,+! F'r�1 s R-2sc'Jr s=_ 3-'d i �'•�.l�g Pr:ccsa' datad. 0:t'c'ter 2J. 2�1 13.tlnccrpo. ,?:a_ fr°. a-,--' —a" e a ^a"' cf5 A t e^ .,t as h,yre at:acne� "`xr�` _, _ 'C ' Tre De; , Firm's lrsura-ce Ce �,!ua`e is ^�er='oy irc:,-c�nrata"d inta and mace at c` til 11-1 -n, SE-CTJO'N 1 – GENERAL TERMS AND CONDITIONS 1. Definitions Addemda =? "" �r r`3� a ed t1 r a Bd h c!a'if �� lay. �� _ .. i^.�r��� C� � ��"','Y i ;i cr tre Jr:�Dcse l� it'`a`:f Dor_re.n,3. AuJit!10 anal Sarvlces m_e3m",s a"y as such in a Qr�e- se -sur` c! in conipi oe Fkx cla S:?`".es and Cq Code. Agreement - 's t`i ,-:t 3,n ir�. v =r Is e'rdcnce of tre a.. , nen ! �`,,til��� t:,,, q- � Das ;ar,-3�., F' -m +-Ie �h? �?��. ! r3 . 3,-d, ser,Jtices t:) ..'7:' b r r j' t Des u Fi , , a a t ---!a" Cr�vr. The D+7 io t, a M?Ag 'eem rlt ar tr,e F�,r.�as� Ordv f r t:� 5�v�lf ass gnm�r t. The ,,, rds "ng :merit" and"Contract" a,e sYr,0ryrn0uS. Application for Payment r~,ears tr,e four acceptable to City which is to be used by Design -Build Firm d'-lring t`'e cc'_,rse of" t' ,e VI'3rlk in re-. .sting progr2Ss or f;nal r^,a jment3 a -id w4,;cn fs tc be a-,comma",):ed by s'-,c,-er`aL,,n as is reg�jlred by the Contract QcGu,",ents. Attachments mti.a-zs any sur lemvnta! material or documenta`tlon to this Agreement w, ich are exp,ess!y incorporat=d by re-erence and made a part of this Agreement as if set forth In full. Base Fee means the amcunt of compensation mutually agreed upon for the completion of Basic Services. Basic Services means those services designated as such in this Agreement. L-1 lb agnar Creak Sad ,I i Canal RestGr3tlGr Properct Rev I !' 17 City of Miami, Florida Contract No 15-13-030 Change Order means a written document ordering a change in the Contract Price or Contract Time or a materia' change in the Y/ork, A c1hang3 order must comply with the Contract Documents. City means t"e City c` V s-: F'crida, a Florida municipal corporal;on. In a;l respects hereunder, City*s performa°rce is purl_ a' t }-) t, -- City's caaa,;ity as Owner, In the event the City exercises its regu!a`ory 3d thor'tj as a go,er-,-- _zi --,Dd j. tie exercise of such regulatory a'utront� a -d V` P- erforcer, ent of any rti-:,ulauons cc''es la,Y'3 and ord rances shall be deemed to ha /e cccurrel pursudr_ to c{t_y a as a bcd j ard not be attributable in any manner to the City as a party to this Cor'.apt, For t1r er�-r;,:oses c tris Cortraat 'City" vthout mor'lf` '� n shall r,ean the City Manager, �ca_°o ag� or 3tlor;zed designee as appl,'�aole. City Cornrnis,ion body of the City cf iullami. City Manager r -e3 -s " _ d_'I;, ���c r'eC yr e` a:^� ristra' ,e o;"ice o` tre C ty of kl;a," Coomm!3sioning t G _ =.��3 ry;�,�,n� t--a� bi�,,,r'r,? �`.^^ 3sl^; "y Cra:r">> t� size u`'La 3-� t3 7 r — t �r d tin air 3,C s 3'.e"-3 ?� - - �a`a t 3= �es'•� r=,. 'e e s d;`e r t. T'". - a de , ry J v } CO S S r 32 C:)�7M ,rg ^'ar, ,e.. ca: or .."tr,e ,rs`a'!a`'� a„Y, h p,- a^ce of s jsten's to .1-'.e a"d a con miss'cning re, --ort. Ccnsultan: t'_ e7 e�', f sear 1 Cf t -e City fir'" �'� urc'�s v. w �g cons., uC an, eng,= JJ _ a"� 3r _.+•r tier'.�i;e3 4` a�a Des;n-Bu'icl f"rm's ` ior:t. Construction C`�anya Diracti /a3 r~ _. },' _:�, d rultl,: tc r c` crga- -s t7,3- rme Cor -strut -tion SChcd.fl--z: '3-3 3 CZ T3'7 or c',-- as defined a. -,u req - ria ty t�^e Ccn ,3:t Dosts� :v,ts Contract Docurnants meu:,s t" D''Sg^-� � Conn?--`. i v�;r �v A ,d A ,..r;z l • -- '� t FDP r,a.. ..th., a_on a .. al! lr 3w a`:3 '3 tie �t�. ti P -P t -e �� t',1, ejr 1 iJe t� tE hn r. ,� 3. F P, ° t. D 3 gn Criteria the Des;yn-p'J'id FI'r~ d-ira^j C d l' r °cry. G r7 i`.3 re3. a"j Cia_ - C�7s a ^,� eK 3,^,S+on3 � v 'a �to t -is Ccrtract, and a'I FD; -::PS°: s3 ,av . ,� rcro iy s Tre b--cu—erts v-,icr c;nstl`ute the Cortr3ct'Ar,Ii ha /e the orde of pr!or` sat for h in §5 of this u acument, y Gontract Times �� :s tre r'_, ti= o` Dajs, or tre Caves s3 -ed in the Agreement to: (i) avi-4._',e f,1,13s`ones, if a,- 1 i, �:h C /e �, 3`3- \i+7f7 et co ,e 1+' t + a F '� � - ,•on: ani. (iiij cm,cla. the r,or� so tha: iis re=�y ,or fina! payor_^' a5 e yid_"�c � wry r„� a +,��ritten recommendation of final payment. Cure mears t` -e act;cn by the Des gn-Build Firm, promptly after receipt of written notice from t' ie City of a breach of the Cortract Documents, which shall be performed at no cost to the City, to repair, replaoe, correct. or rernec+y the material, equipment, or other elements of the Vlor'l,t or the Contract Documents a 'ected by such bre-a--h, or to otherMse maize good and eliminate such breach, including. without IimiFation, repairing replacing or correcting any portion of the Yvork or the ProjectEsj site(s) disturbed in performing such cure, 0 1'I3gr'erCreek Sey1' do'-'3na! Restcrat,cn Pr:iect Pe,3 1' fY City of Miami, Ficrida Contract No. 15-13-030 Cure Period means the period of t:me it which tre Design -Build Fir;r is rn'11j,re_d to remedy deflc�ercies in tre VI'ork, or compliance ',Oh the Contr3ct Documer;ts anter receip of 'P ritten N]t;ce to Cure from the City identifying the d'ef'dercies and the time to Cure. Day mean:; a ca'enda- day of 2-4 'hours measured from midnight, to the rex` midnight. Design -Build Contract means a singe contract tha` is amon+, t~e Con',-aWt Docu-7er's lis _j a'co/e, with a :`'Dr t,iU des gn and Construct on of a puollc GCr,,s '- :c}icn �':.t, t p.r j Design -Build Firm rweans tra pe-3cn, firm, or corporation ', ` r `re City has cont-a,ted a --d he perfcrr;ance of any Work, 'A7d for the pa/ cf urdiso�_Io+d iegai deCts pe Under t�'3 Contra�-t. D"s^,'Ied Iegai d?G`.S „ r✓e prCr-ip,. y ,^.a'd aS d sCUte hfm d>> mea^J a ir Or G't; e:"'y t'3t 1 j is ce- u7der Se-.t:C^, �' ;d - to e -'gage ac. �� t^rc 'r~h 3 ' rd or ra- 5 ;crerai ❑aS ��-3a a F;. or a Ge ley C r 'g _tLr�'u age,. C`r rl IS Se ..Cn -171 � to -3 ie o a::_... �1- iV r�,r,='� U_ -y'o 3 1 :) 4 S'3: -,2s to Cr t:) 3`" _r tC era e 13 +{SCaNe ar: litact',,rE� Design CriTari3 PaCkaga mel^3 CCCC,;? ce-or-3^ dlmLoCf the -biiCri^ p3c -ge IS 'L� t- ."3 t] Crec3 _ a y d Cr 3 ID a'" agr wj 3 req es' I �r „rC'' sa' c- to t ay" i•�y _ a r u'� .3;__ ag" t. Tl-_ t, -,e iec, ..,�]_ �. .+� .. f. ]-�, J.; ...✓�, 3'C C _ ; 4, S'esG3:e rel v^tJ. rnat_ ia _t3��ar.3 s.nen,a`c Ids D"S ? u ,C= _,a e3. c `- ,3 Ur"t,^e C --,pec' ccs' or bu'u^y'e! e3' 1 aim S;i^e Je3 S e 3 _ " re'� .3 rr='r'SIC 3 f.r Gtr'' L_ .S ?+W Ci3 r] a^ pa ^,,r g re+;._ re.. e ups Design Crit -aria Profassiorlal { U'� } mea 3-1 t d cy a : acting for t -e , n3 a Cia�_� � `. FI+-nda S'3+_Jes tc cra ..ce a _e ;rare c-Ia a mar"�, ce'_ �a':� a3 a re- 3:. ='_ e,-gi ,ee:" ur`r�er �; `.0 X71. F.G' 1:3 _ 5 tC -,ra _.� ;�" '� 3- Y,'.'C r Cj� hj or !1"u r iCr_i?�i tC tai? �lif tCr t -C prC 1-1 G i�SaiC`._ 5= 'v'=CS. d3:c v? 3"3h','e ser-v''Ces. Cr errg, ,ee`rg ser';+Cv3 '�vlt,., the pram--nIcn Ce gn criteria package. Design Docurnents me3n3 t,"e cCr'3t-_�cticr' piar3 and S :ffcat,nr,S prepare,-ai E ''1 pr r � the ❑=5,�^-u Firm. Director means the Director of the Or';ce of Capital Improvements or designee, who has tine a2lnlority 2nd responsibility for managing the Project under this Contract. Drawings means t~e graphic and piatoria! port!ons of the Work, wn ich serve to shave the design, loca.icn and dimensions of the Yf'crk to be- performed, includirg without limitation, all notes, Schedules and legends on such Drawings. +fin13gner CreQK 5?;LO+ Can it R�7Dlr3t,-r P'R+av 3 1 i I City of Miami, Florida Contract No, 15-16-030 Engineer means the individual or entity named as such in the Agreement. In the event that no independently contracted engineer is utilized, all references to Engineer in the Agreement shall be considered references to the City. FDEP means the State of Florida Department of Environmental Protection, FDEP Award Authorization means the required prior written approval of this Contract by FDEP pursuant to Article IX- Design and Construction Contracts and Insurance of the State Revolving Fund Loan Agreement. FDEP Subsequent Approvals means the required prior written approval(s) of any change orders, modifications, directives, amendments, and extensions to this Contract by FDEP pursuant to the terms and conditions of the State Revolving Fund Loan Agreement. Field Directive means a written approval for the Design -Build Firm to proceed with Work requested by the City, which is minor in nature and should not involve additional cost. Final Acceptance means the event subsequent to Final Completion when the City certifies in writing to the Design -Build Firm, that all work required under the Contract Documents has been completed, accepted by the City, and the warranty period commences, Final Completion means the date subsequent to the date of Substantial Completion at which time the Design -Build Firm has completed its Work in accordance with the Contract as certified by the engineer of record or the City and submitted all documentation required by the Contract Documents. Format Release means when a waterway section (i.e., Operational Section) has been completed, per requirements of the Contract Documents and the City certifies such completion to the Design -Build Firm in writing. Guaranteed Maximum Price ("GMP") means the sum of $18,400,140.00 established in the Price Form referenced in this Agreement between the City and Design -Build Firm for all the costs of performing all of their Work. The GMP is inclusive of all fees, reimbursable expenses, overhead expenses and profit. The City shall have no liability or duty to pay any sums in excess of the GMP, solely excluding, however, any possible additive Change Order(s) granted which involves an increased amount of sediment removed, transported and disposed, dredge water treated and/or drying reagent used set forth in Exhibit C2, Negotiated Price. The GMP is cumulative and payable by the City to the Design -Build Firm for these services, materials, supplies, equipment, permits and their Work. Except as herein provided, the City shall not be liable for any cost, expenditure, and/or fee, in excess of the GMP. Similarly, the City may pay sums less than the GMP due to deductive change order(s) which involves a decreased amount of sediment removed, transported and disposed, dredge water treated and/or drying reagent used set forth in Exhibit C2, Negotiated Price, or proposed credits associated with support securing access agreements as set forth in Exhibit C3, Schedule of Values, In addition, the parties may change the GMP by formal amendment to the Agreement, if warranted. Habitual Violator means the frequent, regular, or repetitive failure to perform Work as required by the Contract Documents and all of said defaults may be considered collectively to constitute a condition of default as specified in Article 80. Three (3) or more of the same failures to perform work as required, will i be treated as a Habitual Violation. Wagner creek Seybold Canal Restoration Project Rev. 3129/17 City of PA3—ni, Flcrda Cartract 11:) 15-13-030 Hazardous Waste means ma}erlals defire. in Secticn 1304 of the Solid Y,'aste D spcsa' Act f =? USC Sector 6903) as a"rer ded from t!me to time Industry Standard mea -s t,;e generei!y accepted rreans. methods and regjlrerrents follo,r�ed by the r em�ers of t,"e marine dredging industry. Inspector mea -s an a_t`ioh7ed rv^re3en`3;;ve of t'le City assigned to r ecessa-y Irspee+:crs of la'e- a's f.irn s7ei Des ;^-13u:;a F1rr^ a ,d of the Viork perfcrrrle't cay Des!gn-B+Ji!d F rm. Laws or Regulations mea -,s a"y a -,d a i applicabie la'rbs r,.e3, reg'-At;ons ordlna-cas codes and cr "s )' a -) J, a^1 ai g Jr�. +e `a' C �,3a, agenc;e3 authcrlt:es, and CoLJ_.S �.a Lump Sum Viork m ens ti,'i c'k !: e pa � a' fixed price complete amounts. Material r—.e3^s re;.1,3 t ;e perfCrr^a Ice cf the liV: rk Maiariai Breach r'ne3--3 r_:i !�-e u- � _ .— ?__, '"-;__ :3 3 a a N1ate rla; Change mr D3. -s re'ev_7, r cr s:�, F't Gr�'r' a.,1n fry, l t i �,i'�Pi `s scecif ed in l5 Cor.!r acl. Po'lle3lona ,T'33�,3 3 e t,ne CG, -'3 ` Do,-_�,r'";i,._; re 3rni ::a'e Cor _ C3' G _" tc 5_Iv's an";a �t1Cr of ,^,e V"er'.i. a'r'otice of ANard "-e F ,-m n:�-t.-e GMs gn-E_,I d Firr" that y a:1ar C -:e C-�-;aot. Ncti%9 To Proceed ? '�.``_.�� le11r- Cr e I sJ o� tic D', actor or �esi�nrve acF,7,cj Jie'�` � -�'ng t,3' a c r �'.cr s N` .v ee - ra , _ ce=r me ar,d dlrecr,g tna: t le Des,gn-GuI'd Fk- r,a-i bey;- S i:A on tr Prole t. !-�pera`.fcnai Section r"a2-3 c_'3 -r s { -'j of Cree, 3'e,- S_�bcl� Ca -,al, T, e--�_ i^�,•t �..�a .3 dem _., a e3 s se� me- ayt3rlstlGS and N Opp -. c^�' �� ors 1-5 a Icca`ed In b`lagner Cres{ and is SeYn(l:� Ca . 'r'r 00undar es a3 estasha In t`�e CAP . , Permits er s a'- regia 'et re •;I :Cr.f. le'g3;, ar 3 r IS'."a}I're appiriv3!s n`.''r.'�ed toP.=`7,:=,1 the YiJrt i m`edl to- pWrr-lTts re`e,enced it t, e Contract Document. Plans and.'or Drawings r ,ens ti -e official yra; hic represen,tatlons cf a Project s). Professional Services moa:.s t ose services ��,Ithln the scope cf the practice of architecture. profess:onai en�gineerfng, or registered s'�rveying and mapping. as applicable, as d=Fined by t^e lags of the S'3'e of Florida or those performed by any architect, professional; engineer, or registered surveyor or mapper in connection with his cr her professional employment or practice. These services ma, be abbrevia'ed herein as "aAvhi` CtJra', engineering services" or "professional serr!ies", as applicable, "which are within this definition, 12 I'la firer Cr?�h 3ar,,a! R3sior3[Fan R -2i 3 1' 1' City of M,am, Florida Con`ra:'t 4". 15-1,-030 Progress Schedule mean 3 a sche'daie, preVared a -d rra nta na(,' by t"'a Fir -r, describing the segues -.e and dura`- lien of the a.t:,Jties ccr-,prising t,�e Design-B,,ild Flrrr's plan to a,corr plish the Work *'i rn the Contract Times, Project r -3-S t-,- _ , = = u ace orad ;o = ' �nur �CInC: frl r� a^rllm„ra= C� ;r-+.�n, in 1-n,n l js, to e, -re e imrr ;e w: a nage and or na ii'ga`;on, rzd' cing t�e rise f-:;, �. ^. _ '� -a,-3 Iv y �,_ _ - n� ci,: ,,4vrfer 3a`� and r j4 ,g da,r3ge to of J` v �., j J Project N13nager r ea s t,"- in a _ _ to,rra-ag-3 tea Project. Re. orris Retention i%e3--, CI`j '-Cll . , -9 t -e 'tura and st3n r� r hr i �, P; -�. _� � .,- "_ _ � f:;r.� cr � F da� s for t, e maraeMant or` �r re �s . t- r=_3 as it a r';- a� e t bus ss naec's and comply �'' , le a' a �I�Jn.a �. P, 1 r�`_� 3i.1 is ro R -a ua3t for Information (?,=1} r eu ae_. _ . t;�e - Fi e - 3 Tf' RFI =s•,,n-Z � cr ire RFI c!•a-I r `�_Nr �. �n 3 . , 'F1 i:v r s a T.,--7 PI iIr':e7rz ..3 ;r- , C, t,`I` t e _ "ler'`.,3} in t, -'e re33Dr for sucr) urd='3• n y ealent Cr rte" 3”--J r� ai _� L� 1 J��u��.- �_'u! r J r1F 1x)33 ache'du1-3 c Suor- +.•a!s r ,� s �ed_ �r��a-�1 a r' ma a �. 4- `rte F uj Des;; Fig,,,, o ✓ J_,-.�_3�� a. v'� rv,i1"r?`�'=c acts i L,eS, Sch- ',JuIe of Vgqalues rave -s a=_h,e��' epj a d ria, ,a „j F; t7 ., De 1 _ r'g N,Vc r't ,-4. -4 �3 i-- :5e De' ;ri- B��lu Firm s A,2,--,Io^s f --r Swope of S2rvices or Sariices r'e3-,,3 a cJ re'�- 3 ? ,.=; r .+ t ta,.c, raac r^+n Shop Dra'Mings r -=-?-s 3', d 3rb: a3 � '. I. ', `{7;n3 s he _ and ct'ner data or n.h are spe'o.`'ca'Iyrera-a,� Or a„embleJ by or for the Design -Build Firm and submit.ed by the Des gn-B.ild F rrn to illustrate some port,on of the Work. Site means la -d3 or areas in ti -e as being furnished by the C+' ul n tvr ich the or{ �s to be p'�".JI`mn-d inciud r, ? r ? "" 3u e -•ne� i e- • nc _ � s. m nks for a.,u.,5s t,,zr..-o a u su& o"ler lams fort: ej by tlne City which ar Cep _ _,.� �r ,,a �,se of the Design-Bu,ld Firm. 13 dr•rer Creek Via. Goth' , y �drd 3t�rd I, n i, 3 17 ' City of Miami Florida Cortract No. 15-1�-030 Specifications mears the' part of the Contract Dccumerts cons,stlrg of rvritte i requirernents for mat -rials, e;. pr7ent, systems, standards, and workmanship as ape;;ed to the Work, and certain adminlstr310/e re j;ref7ents and procediral ma'.fers a;oplicable theretC. State Revolving Fund Loan Agreement mea,^s tie a'tached and in,_,orporated Claa i Y,'3,er State R�`rol i ng Furd Design 3nd Cor.sf,ucr or Loa- AgreG^rer t S'r`113200. j37-2 A :,ust 3e ded 2.�l5.asa^nn frorr, time to t,rne, be",veen FDEP and t..e City. Subconsultant meas a pe -son, firm cr .3rNc-r3 .on t,avrng a d rest Deslgr-BL;-Id Firm for the of perfDrming V/ork•. Sub Des ign-3u;Id Firm me2-1s a Verson furl or corperaI:or,, ha rortra-' `,tri'" Design -Ballo' Fir i-C!Iu--� -19 c;c UP orke l to a s^e-�� .es,g— ac ordir,g to tre Cortract C, -e Y,r C mere' f i 3, _ 3 s not sol ,r, jrk_nd. �rn ^ "z! b, �e - ?r i - - t, Pl_-_�_ �.r'�.,.ni3 s•��,Ct.a`iCn Substantlal Completion m -33"s "-a' c a' ,0-,C1 t -e V,'3r4 Is at a Ie el C+ 4''3, the Ccn' act s,:c~ t -a- t`� C E`_j ca^ mss?, ccoi p/ :;r oGe'a`e tie it a'! C rnpi3'�:)n s,ra I i . d:=7e't t3 hale U IJI 311 re, 'a'u h3 ,ej_rs:.ct;Ur cert" Pro�c'. h3,3 i^specteu and approved e P, g, --"'t I. TIn7� 1� �fla`'r13`3 tiltlOfC m�a,7 4rtr�'` ;� to pa,d for r, tt'a ids'3 =r t.r-e a -,:c scree r4 Cj �'•-J R 1+ „i�+ Price Work r"'a,:3 'r r c; h t�� fir C� t,';E 'basis CC lJ^a't p.r,,Cj Viag,� mates ^-y--;s `_ e e C-4 r _4 expe se t� i e Dei 7 5_ cors -a -1 _, On f n ar- rC'''iJ In t,"1? s^eCl`�� �r'c ���:v a -t cL' ,r es asst , � , a � �� _�,. gneL to prn'nde tn,s tra- f 's'J a' -C' f.Drr,l t.' -e b33 s f--_eS'e(3. fees regard'{ess of 3�t'Ual service3 rn?:er,a's reClo) the Ccrtra:t r-,3.5, e'y.'pr'i'ert, c'_,. _. to ce pro'/Id-nd by t.~- falf;il its Inc'�a .r c D— _��> -_ 1c�,,r it accordarc? �r+r���,-. �-ra,�,,s a d S�e lf;va`.��� r3. r a; rv. ;�,a t, ".o!e or a par. of the Pr ject 3s defined her ctliya`;ons, T'Ire Vlork Work Change Directive 7-33n3 a ,trr ;;en s`.a'.emenl to Des gn-B,. ;;Sued on or a`ter t, E` ective Date of the Ag-eement and signed by the City and recon.Terde,j by Engineer ordering an addi'icn, delet,on, or revsion in the Work, or responding to differing or unforeseen s.:bsurfacle or physical conditions under `,vh! cn U` e Work is to be ,performed or to emergencies A Work Charge Directive wil� not change the Compensation or the CCntr3ctTimes. but is evidence tha'the parties e<pect that the change ordered or documented by a Work Charge Directive will be incorgcra"ed it a subse ,'aent!y issued Change Order follo}v'irg negoti-ations by the partes as to its e`;ao., if any, on the Ccmpersa,,on or Contract Times. 14 ill agr?r Geral R?�stcr3tlrn Prcyi- ctR,v 3 1' 1' City of Miam;, Fiorirda Contract No. 15-16-030 Working Drawings mea -s t"e Des'gn-Budd Firm's plan for temporary st _:. 'tJres such as teMporary s'..pport of open cut exca';a` on. support of ut,",tiesground`,ua`er cor,rol systems, forming and false ,,, orrK for urderpinning, aru for such other wor' as may be relJired for construction but does not become a.r {ntegra, permanent part of the Project. 2. Time is of the Essence T1---:_- t'e esu -"r ;r ��-_�r�ance ofthe I,V:3rk to meet t"e Suostantlal Comp�etior and Final G ^ t B_J'd Firm ,rill promptly perform its dates under the Design -Build try r','3r'<. as much pr'or'ty as it is necessary to caJse the V/Drk to be cc~,c = t,rny �sss ir ac(-'ordarce Wth tie Design -Build Contract. All Viork shall be s'a^-",a ly „ : - r�t�e time limitations necessary to maintain the crit,cal pa`h tie Contr.a'�t. A.r �, '� F, ose for the comm, ^cem,en; a- _. - _ _ ", Drk. a.^d for the de!ivery a'id Oorta7c : City _. 3 ,w F v'r l� �� `7 g- a t -a. � _ ry _y is e� 'e'er r I `" ` ��; a d re�,oy +z s r_ 1`` to fuL ani Conti'aDt Time. to t.- � r's,� ef� for Cir r .::'Dr of t``"e exDept for externa -,r s avcroved 2^tee 'r`', r' - i 3) Ex�'_;sa:'e De D'js, 1`ae1 C= -sail?, t. -ie D=rl-B_i:'1rJ Firm ,e S,:� 5 t -'a„ e:(;_,.I anor-ly to t; e a(ay o ja Irt,"e De- s:cn-&..�lld Cc, ,,-a ot. t 3 f lel' tale Des gr -'3' .: s cont D ?, ie l� Grr{ s ia1 no[ ex( ;Use �,l1'1rl'! W tie �0j ,fra J¢ r✓ cam' ~_ ��--�_,1,� i -I. �� �� _vet Ali ve�t;3S U. e�!1v Cir=r J, Des _y" -�., � F,�, s-7au-e nc'`_ 19r i'a,d t'D mate,,a F", . . S-=;,ers 1"� iao'Dre-S. C,:j Is puro,' 3a',.rg t e righi to h3,=- f, -,e Des;gr- B_ F D r:: _._ _s 'r`;D"<,; _ at t�o Prv; Sts Dr, t -e f'JC dof tree r pae�t to cr e sup tr� t,...- 3. Contract Term Tip _ Ce3 -JC- "_qDt s.- _. v_ Dice upon is3_e':Ce of t`'u ���D',,Ce of A;varu, b4�"G shad be t+"e D�'esign-BJil`� Contre--t bj fl'_ City, The D sign -Build t" , C rf t7a'. t, -le Des -D 'd Contract nay to - cu, a r. u C=r let c` G' te`n,;ra'qu by the Ci:y pursuant to the terms and e t `scally extend this D s-7-5.a'i d Contract for u e he C�:; r s• r�� s ire r��;�-' :D aJ_Dr'a �� e ,- I c p to or, { 12' D 7,js beyond the stated Contract Term, If the right is exercised, the C ra_,'y t. -e Dei - _. '� Firm in writrig� of its intent to ex`end the Contract Term a' the sake rr'ce. tern -a ar' '.Dns for a s^eclfic number of Days. Add tioral extensions over the f `st 'cry hur : ~j (120) Day extension may occur, if the City and the Design -Build Firm are in mutua' agreement of such extension. 4. Notices Wherever either pal,4y desires to g' e written notice unto the other relat,ng to the Deslgn-Budd Cont; a st. such must be addressed to t,�le ,party for whom it is intended at the place last specified; a ,d the place for giving of rotice shall remain such until it shall have been changed by written not!ce in compliance with the provisions of this Art;cle. Notice shall be deemed given on the date 15 r'r�gr?�+ 1 7 5 City of h 1 ami, Florida Contract No 15-15-_ 3G re e, led -.r th,ee (3) dais of nra'llni g. If n^aJed t rougn t.he Uni+,ed States Posta! Nor_;_u seal! ce g;ven on t",e date sent via e -ma] or facs mi!e N '!ce small ca dee-. ed g `!en Vld CC r'er de'j 5e�e upon t e Inl'I . de{1'lerj .aFe b/ C"A Coura er .r!IVr`/ ser-iiv For [�'e Pres=_r'. t`'e Part -es :es gna`e t`�e f.1)Ilcw/ ng as tre r s ?r';'!F piaves for g" ling of nolice. For City of Miami: n P,I Je1',any Rodrnguez, P.E. ©rf.,ce of Cap, -3! I ^ryrv;Almen',; D ry._;r C" j of iM.ami 4 S'i'r. 2" Xperi-je, 8 r Floor ldrni, Fl:), oda 3333"3 For Design -Build Firm: ,%I D. Cr-js`:q' I r!c. r'r.--�.J 1 3 � =3 --9 IF 3'S I1'4e,til 1 3 '� J S"'3 n"a -Item CC 7_. -u :;7r:a 8 P, Tr-. D–s g -P _ i s- a ,pec., C C. r F4 i W1 Di-ciCt Prlo`lty of Proylslon3 r7-_. r`-`�I'cr -o`a'_ -- Cr 3-f L_..,,."�e�; -:2, _^.D i,^C_h a.r t -e D s y-, Cr ,.ria P-- s3 -a J: Vl'n.. c grae-fence Sha,l g':),,err. FD_P Subse �nF ' ..._-�-a _. 3S frim tirre t'3 t1V ' P 3-3 R)_P _ j 3aC� dd ias�e'. t•J a�� RFP F J es r r W 7.� 'r r"s :-7s of id''ia or ccd s _`? rd"'S S '3`.:O s Cr 'Ararrdnr�oS Of I^4t .'.'S rY S:a^uarJs d`_ it cor?f Ict, ti iv Indam ;nifioation Desrj' hol,- save harmless, and def -3-d a` Its OtiPrr coats and e(Ne-isa, t�e C'"7'�. I`_s a;�nclas, I'f's t- U^"?^td;tleS OfflClalS, offlcer3„ agents, represe7t3_, iA3. a7d employees (Co!le'�. ie 1' 'e City" or'T-e indemnitees') from habil,ties, damages, losses, a .d cos`s, InciucIn+g, but no, i -- Oyu to reas,onadle a'torney's fees, to the extant caused by the negligence, fa !ure to foilo',r a-� d a' !e statute, code. permit, or governmental regulation or rule, recklessness or irtentiora' misconduct, a.t or omission of Design-Bu,!d Firm and persons employed or utilize; v� Des.g -B_2d Firm in the performance of this Ccntr act and Wall indemnify, hold harm ess and de`_r,:d the Indemnites against any civil actions, in law or in egaity in contract or in tort,. si a3 �!,t,�' f a'i+rrinist-ative or sirnidar claims. irj_xesor damages arising or resulting from i� r'13gr'er�, —ir—t 5?,r ,i _-_grji on Pr,I-ecl 3 i? !7 City of P,liami, Fl&da Contract No, 15-16-030 the permit_ed Yi:)r'k, These indemnifica:'ons shall sure/ive the terra of tris Contract. In the event that any action or proceeding is broug ; ag3inst City by reason of any such claim or demand. Desig^-Buifd Firm shad. upon t,v -•e.', notice from; City. resist and defend s,1rh a ;tion, at its own cos'. and expense• or proceM'~ �sei sat s`3ctory to the City At`omey This ,viii apply through administrative, fitlga` --sapplemental, bankruptcy, and, or regulatory proceed igs. The Desgn-E-, e<.—s5 y understands and ag—es that any insurance protectl,:)n req�jirel_ "^ ! L�-"?,t OF tit"- _,..'se pro'ilded tty Design-B,aiid Firm snail In ncc "Nay lig rasuons ,1 ,;y, ke u . sa /e harmless and defand the Indemnitaes The inden��f cation pro'r,,ed abo're sha g3`e Des,gn-Build Firm to defend at its own expense to and tnrcugh a,dmi� at: /e, litiya`iDn, regi la'ory appellate. s �ppiemental or bankruptcy procve�ing or tc provde 1:�- sich d3fense a. City's option. any and all suits and actions of every r-, 3 rr e a, -d c'3scr;Nt cr ,, may be t o!_,,~t ap3 nst Ci}y, ar s ng from the VJor'k, whether pe icrme; by Des -fj'_ Fit cr t e ser s eM,gic �d Dr utilized by Des;gn-Build I s� Firm. Tr -3 I. u� .ij ',', �'!``,",� i^� ra^Ce 3`.c 1 ci- C,(p�rat,cn r` t^ r ,t 7 -is Ci h- cr:da tJ vn?'3-cr~sa-• Pr- a�a.Or 725. Fla �_ to t,r7e air 33 a v''!cable tJ time Ccnt,-aa Ct, F.i sra.i ��� I�� a'l .�.1vrG i�� _?- 3 /17ion tr'a- i-i'de � fy t e Cl'y 33 set forth in t-iis Cor ,ash. T-,-=- ❑e-_ ^; 3y'v�s a _ t r°_ Ci :, �'~ r e IlaCl. rC- respon=,b'C C13,73 3`3e I"o"' t -e e C= 3 �3 ir µ`rt^ I r t u CE j' _ - a- Des y _ a u F7 3, - w,'e,`r ' 3 JrCI'ror rn!e_-,,,y a j �� sSiDns b, ❑e�,g 1- _..'� i or C,. -e v, - C:`.y Ir' no 3sG'.'me3 Dr3.-2s 3"y r 3�Cf 3, i ij 0 3� `, �{ =? ❑�S, -� _" Sw�--Dez unser t"_S Agreer' ant Ter) d = ia'3 ray en:s m3,�-e by tmie Cj dens' r_te sep3'a_?. d s:;iict, a, -,d Independent rOns d3 3 .on f -- r � nr x r' �a 0 a, -, .� o t .s in'� mnif:a-:gin, t. rece'pt and sl f,"ciency ofv,�,hici is ;vedge'; by tale Des an-Bui'd Firm. 7. Insurance _ _ �ng art _ -_. c, Du��y3.'_iC�3 Gr iiablite� De_ ra B ;; Fir^. Design -Build Firm 5 a', pro', id e. pay f�,r, a -a Ira ^4a li 3Ce {ar iii all C` is t3 be perfJrmed under this CC, 17--3:? has bee,.,, CO `e.d ar,d a:cepted by City (or f,�rs_ch dur3t,on as Is otrerMse specif;ed heeelnat:eq the Co'/erages set fort,' herein. 7.1, Commercial General Liability A. Limits of Liability Bod iy Injury and Property Damage Liability Each Occurrence General Aggregate Limit S2,000,000 Products,'Compie ted Oper3`ions 32,000,000 Personal aid Advertising lnjury B. Endorsements Required 17 S1 MUM 31,000,000 '/'I ag-er Creek 5e44l°rrjlr, _-.ar'ai iiast.�r3l:on Pr7,lect a�7 �, 1'I City of kliami, Florida Contrast No. 15-10-030 City of Miami, i, Its erected of'cia:s. a^d ZrTlplc' ees listed as arl additional insured Contingent a d Contractuai Exposures ExpicSicn, Collapse a ld Underground Hazard Primary and Non Contributory Endorsement Prodjcts and Com; le`.ed Ope a`;ons covered for a m',nlmum or three years fclic4Y!ng proiact comple, ,. Add,tjonal insjreds on this reaulremert. 7,2. Business Automobile Liability A. Limi'.s of Bcd iy Ind pry a - 'I Pr d„y D3~r,sye Liability Cor;,ifred Singie Umi' C�r�^?d. Sc. ed+jked H rvd. Be Jr �`!`"`n-O'`,, r e d A -'s f "� crd3r,err tints R:.q ;red = r}� ' 1 - C,7) 4I ,' -1 I_s _ C -u: j If 1. a c :a .=s ?^! cm i,Jje�a l sFe` as a -r aa;it".Ona Ir's"ej 7,1 Ylark-3r's Ccrnpans:ifian Lire' '.s _ '�''� cf y US -'&.H. IF APPLIC-AB'-E Employer's Liability A, L'r of Llat-iility 3 _ _ for t', y Injury ca'ase'j y an a id��t ea,n as,ld nt. L, j ca-�sed by d sea3e. ea�; y� p'o fee S 1,CCfur by disease, policy limit '.-f. Um bre#1a, Excess Liability A Limits cf Liabih y Bcd ly Inj,.jry and Property Damage Liability Eech Occurrence 515,000,000 Ag,gregata 515.000.000 City cf IIMiami. Its elected offcia's, instrumerltalit�es and employees listed a, an additional insurer Excess Form over a'I appficabla liability policies con,a,ned herein 13 �r?ek S-3-iLiD41 L3,.al R8-s✓:Lr3t.,:)n PrDject R-�, 3 11 17 City of M,ar, I. Fioric'a Cortr3ct N',. 15-13-03'1 7.5. Environmental ImpairmentJCPL Liability SI(30e CIK e --:;h c13 -n 3rd a'yy'egate 7.6. 7.7. M 7.9 Ci'� -F is e�ecte offi,.lals. Instr'Jrrent3i•`..?s acid employees listed as a- a o�d ,:,Dnai -Ia�,:,Dnai irsured Five Year Report;ng Pericd Payment and Performance Bond 100'',,0 of Contract value `_s e'e,terJ 7ff alS I j` 'Jr ^ta r,�5, and e rplo fees liste`; as an a�)� 'y=? Professional Liability S3 000.00C,S3.COO,COO per Elea- and in tre a Iry a`e. pe, s'art of Prajeot da'=_s`a'l be a d t f 3-) 3-d a'i Consijl:a"1t3. su''c rs J ta:i,s. cr corlra' t_;rs c l a y �N In t",e P t. ProtE)ctior, and Indamnity Liability :,a,-) oil,-' OCID' S2.CC0 DING 1 es Ac, i�sa�ra� Crime Coverage e J _ --es-/ 3,--4 Fcrpe-� A.`? -a Cr e e a s. I. u ? _ a is J��s i's"". a3 Css pa, T,- e Qe ;,-B_, i Fir , is res. c s ;b' - f a es in teras of allies of c- con`a e.a 7cred +r Sec-t;cf, (7, I,,--surance. 7.10. Other Coverage Thi abo',a p°olicie3 shall provide the City of Miami with writtan notice of cancellation from the insurar not lass than (30) days prior to any such cancellation. cr enpra,ied t, do business in the S'a'e of Florida, the folllo+,�,ing 1ua t Ca`.on� s,.a " Issue all Ins•'1ra ,ce policies required above. Tqe c par, r,us' be ra`ud no less than -A-- as to M3-3 � vnt• a, -,d no less than "Class X" as to Fira.7cial S`rer,gtn, by the latest edition of Bests irs_;-once Guide, published by ABest Ccrnpary, aldwick, New Jersey, or its All policies and ror cert.fi�;a:es of insurance are subject to review and verification by Risk Nlanagerrent prior to insurance approval. 13 "I` 3grer ,L; 9K �ar3V R;, � 11 1' City of Miami, Florida 8, Performance and Payment Bond Contract No. 15-10-030 The Design -Build Firm shall within fifteen (15) Days of being notified of award. furnish a Performanoe Payment Bond containing all the provisions of the attached Performance, Payment forms. Each Bond shall be in the amount of one hundred percent of the Design -Build Contract value guaranteeirg to City the compietion and performance of the Work covered in the Contract Documents as well as if -;ll payment of all suppliers. laborers, or Sub Design -Build Firm, and Sub -consultant employed pursuant to this Project(s). Each Bond shall be with a Surety, which is qualTed pursuant to Article 9. Qualification of Surety. Each Bond shall continue in effect for ane (1) year after Final Completion and acceptance of the Y ork vvith liability equal to one hundred percent (100%) of the Contract value, or an additional bond sha'l be conditioned t7lat Design -Build Firm will, upon notification by City, correct any defect;ve or faulty work or r'aterlais which appear within one (1) year after Final Completion of the Project(s). The City must be listed as an Obligee. Pursuant to the req!ire-e,ts of Ser}ion 255.05(1)(a), Florida S`a`.jtes, as may be amended from time to time. Design-BJ!d Firm shalt ensure tha`_ the bcnd(s) referenced above shall be recorded in the public record, and provide City with evidence of such recording. The Payment;" Perfcrman,ce Bond spall be it substantially the form provided by Section 255.05, Flonda Statutes and be subject to the appro,fa cf the Rask Management Director and the City Attorney as to legal form. 9. Qualification of Surety BrJ B-cr_-D Performance Payment Bonds over Fie Hundred Thousand Dollars ($500,CGO.co): Eac'- do J rr,,st be exeoute,� icy a surety company of recognized standing, currently authorized to do business in the S`a:e of Florida as surety, having a resident agent in the State of Florida a nd having been in business w=t' a record of successful cont;nucus operation for at least five (5) years. Tne S...re`y slna'l hc!d a current cert;fica`e of authority as acceptable surety on federal bonds in accordance 14v;th United S`a es De?artmert of Treasury Circular 570, Current Revisions. If the anio+:rt of tine Bond ex_ceJdi t,"e underNriting lim t,a`ion set forth in the circular, in order to qualify. the ne` rv`e^ticn of the Surety sha'I not exceed the undervriting limitation in the circular, and the excess rsks must be protect 1 uy coinsurance, reinsurance or other methods in accordance with Treasury Circular 297, revised Sevtember 1, 1973 (31 DFR Section 223 10, Section 223.111). Further, the Surety shall prod�de City with evidence satisfactory to City, that such excess risk has been protected in an acceptable manner. The City +Wll accept a surety bond from a company with a rating of B+ or better for bonds up to S2 million, provided, however, that if any surety company appears on the watch list that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the City shall review and either accept or reject the surety company based on the financial information available to the City. A surety company that is rejected by the City may be substituted by the Design -Build Firm with a surety company acceptable to the City, only if the Contract amount does not increase. The foliok,4ing sets forth, in general, the acceptable parameters for bonds: 20 �i'i 3gner Creek Seybc+, canal Restoration Prefect Re,, 3,17 17 C;ty of IN ami Florida 10 Contract N,. 15-15-030 Financia€ Size Category Class ....,I CIa3s .... II Class ....IiI Cla3; IV Class V Clava - VI Class „ VII F l c ty of Fi,e H �rd'e� Thousa^d Dollars (3509 D9 , or less. City may accept a Bid Acrd P cry ante Bcrd anc, Pa�„�en B�crd m froa S.�,r „ �tih has t',L'ce the minimum I ar�f,3S a^a Vy t�e Ror'd3 Insurance Ccde a` .. —e t' -,en �"3'In ii i3.� to bid � 3 issued, if vaa'_ I ti e ��e;'sc _ Fav -Ua I^s.rancelIC&je.a�'l if Iss'aGly by t1 U e -'li Ci.y of �,l 3"-, F; - Contra t Nc 15-16-030 agencies a'Ltf,�oriZ?d vl �� � C'tj shad ha /e aIce full r h 5s G the P- at a,l times during the hours of ,�, ,rk ircId ��, 4'�t not Il;7,,ted to. if the- pubk, s r y e3:-, S3�� a^d ',iiQ F '3re era at rISrC. The Des' n- Ji F'; shall be responsible for the gocd coed' cn of the Vi' -Irk, Cr a}e a's urt l ' rr rI for, -a' re"ease f' its c�iiga'.I`Jns under the terms of t^e Contr3:t Dccur"'er -,s Des a i Ic'SSes resulting to It on 3c:COITt of t')e 3 G t cf t"e Y4'3r'R cr Ct'3'3 7t�r Cf t7e yrolsnd, being different from hha, is 3nt','cica,e� s'-a:l be Car fully Injury In a.n h`3iy 103.3 on Its _ vel and a` Its oa%,n y _ ,s da. ^a�� + as ail"JdIC3:� a rJ a CI,j, The Le -s F.-- S.-3 a- 3' t: es C -" _ i" In s .:h In S,c 53'x'. ,ence as ccM^ _ 1' ressor - f h leas` 4. ._ lcca I^ter`ererce . A.! �,- _ ^,�.���; 11 rt7 '7v1�7 � r �r�r 3. .�`�� �^d. _'r3 � t.D '_? .one, Pa ,s 3-)! c'. 3' - --3 f_r +--e ex: , 3 d s 5 3 ue �1 a 3 s:3"d3d r-3 7 53 a� °S "s 5.. _'',�r'., r�.r73' i;.IJ3In !,-"{; f'CI'.iCd. 3�'� s,e a reasonable C' y. Cn'a,l�ar.. 3. `~.`. '"_� D].i;^-�i `.:r5u=�._ Cil W"... Y t`C Jta-�e,C'r "'� r'.,': I_^'3, /�yr�"''c' t. f _ _ r'3Ccess a �3 ?_13 s_..,_. 3�.:r3 Ir 31/ tJ -'s 'SLI _,�� ""`�<, ^,� 3 r� I�,_ l�,C"ti" !es cr J 11 o` Pvrfofmin th-3 Work 3 a en _ C` t�,C^','a7t u = t`4 a r - 'a:3 _ 33 n �3� �d th,a:i S`^r a-� g- �'3i fnd�_.__'y 3 ..Ce 15 t -J 2"Lr3i a al 3r,d ',', ;'+ 1 s IS Jtj '-e L5?', rn .ade Ru C. oo t-3` Cas s. 37d Cooru ^3':on bd_�'r :en theRi:JeCt klanag-2- �'7 �3,a�'3 C'. 3i,d te Des;gri- r Is - E to success:.' e ce�ution a^d completion of t`,e tr-e Project 14tan3ger or Cv .3, .-as;orab+f d `er �_s the ra`e of progress of the `r'lJr� is rct in compliance �nlit,h Sect:on _7 cl ;7e Cor,``3ct, but n'Dt limited to Section 2 of the Contract or V -'e Design -Budd Firm is no` proee_�� Mth tee `A'Dr< diligently or expeditiously or is not performing 31 or any part or the V/Dr'.k a_-CCr.1 rg to the P(oject sched.le accepted by or determined b� t,",e Project. t, -,e Rmlleut Manager shall ha�.e t"e right to order the Design -Build Firm to do either or both of the follo',uing: (1) impr:)ve it3 work force; ar7d,or(2) Improve Its performance In aJcorj3'^cethe sched,:Ie The Fir,— seal! cor^pry with such orders at no ad'dlticna' cost to the CI'y. seven Days upon t^e receipt of a "Notice to Cure'; (3) TI'ne City at its sole cot& may a:s,o ra.e Work perfcrme'd by a third -3-y Des;cun-'Build Firm and deduct such cost from any monies due the Design -Build Firm. 72 rv, 3 1' 17 City of Mla—i. Florida Con'ra nt No. 15-16-030 Werre rna`era's a -e transporte,: in the Performance of the V/ark, veh,cies shall not be loaded beyr✓nd the eaP3,ity recornr�ended by the vehicle m-9nufact.�rer or perml-ed by Fede, -31. Stave or local law, s). V,'h,en It is necessary to cress Curbing or s'dewalks• pr_,tect;on aga!ns' d3mag,e sha'I be prc,Jidej by the Des,gn-B-ild Firm and any da`rayeM clirt,ng grass a-eas s,de,5,aiks or J`."her a`eas s^2!I by recalred 3` t! e expense of the Deslgr1-Bij"(� Flim t) t`,e s•a`;s1,0:tion of the Prcje�t klana der and Consultant. The �'] ', - _. ' ' ;,r- shall furnis;, to the Project (t 3, -lager a cor^Pleta lis ,ng of 24-hour 3 - re, cns b e representatives or the Design -Build Firm arnd a'l of the Dei y Firm and SJbconsui'a-1 s can by reawhed should, e arise s e Je. 12. Work Staqinq and Phasing The 1,'i�r� `_� . - r? 1 =� _� O� lcree in such a r^1� so as'''C' t� i, -,e e 4%ith � r � ,.,rf r„ „ „ t. e normal C'.! r- = Jr 1.-0 r s =-3 o' fa i!!'y. Tne r 3 e 111 r!� !S iJ?l�OrrT'ei', shall be __. �v aJ "rr it n .J - 0 _ � ,=' � t ,�arla�e� a-,, J„_, a�r 'Pi`10m ` neCesj.ary j;"a!I -7e mair'er Ir ',4` t afi, is Pear ca. T^.er S.�a,i h? prig ',t,r -- a--:-- a' cc the Pr ��ct ,�,fa�a_ or or C 5tl udt;Ci mu -n. tie V'rrit,rg tom [:-v aOr C, 'ns!'a,2 : , a "3 a.-4 3 Ce ohne Int9,ru"t on 0f City o era',cns T,"e Des'g7- ,_I,ir.4 Fi`. i jam? roriitai City cp-ra`-(ir s idtj-.er tilts. Vi'or"S is to b Ne fL"rl'. 7 30 ".^3' if C”^ t, ,'r� i�in r"7^rie- t0 the a ' `d:.,_ Oi t'e �r j✓ tM-9',agar a7d Cors Pant. A s.3g-g r _.s- a ' _ -I to a-' or the ConSui`ant 3-d ss�a �" i .: f� =v far;^ sC�� n,'(- 3,1 s -a l :a: as ne;esSar^y d Ari.^r, r _ f 3 Site Ing.>>tiaat;on and Reeresentation T r Des -B� w F', _.� .� �','�'� ti r + �i �' '� � � s t e' li t'es s s _� 7_s 6` as t'7 t,"e n 0`_'.-.'e ?"�'�I Iucat,Cr�s] of loca, cond'' ors a^ticu'a, t of lav e ac' :,v r a,d r33]13, t, -.e coy - , '3i' ar r r _,yrs t, a" e ^ , 1 ��'0'�r C r' -e ta j S .;'-i � e ne . .. -r= ^a; y tJ arid during t.' _ } it l � r� ''"� - -�'�^ r n / i J a. t = c t�"1 I!!f ' �'} ca in a ! ,',a ,t e ori Cr tha c, s' _ J �.-'__ ':'e C'�ntra�- Dccur;enl- Tre D-z� sa` sf- "J Itseir tared on a"y ge'atecrnld0! repoI-S .. � ay pro',;dv ,ns^ect,on of tre PrOi� ti•s% s tees) as t0 the el c7."Fate r c3,`It and y ?ae a, d S a O�e rnaterla!s to be encoun,ered from Inspect ng the 5 +; and frrri e;a a _nmat: n der Jeri from expicra'ory work that may ha re been done by the City or in luded in this Contract Documents. Any failure by the Design -Build Fir , to acquaint itself Nit:, a'! tl,a provJded information and informat,or obtained by visiting the PmjecVs) Sites �Aill r.ct r- Design -Build Firm from responsibility For prooer'y astima',ng the difficult or cost t,nerecrf t"]e Contract Documents. In the e`ient that the actual subsurface conditions vary from t!�e a2.t-:al reports the City provide,, the Design-BuOd F�rm shall notl`Y the C;ty and the Contract Dc,--tn---3 mounts may be abjusted uP or do%,vn decend;ng on the condlt,ons. Adjustment v011 not be ur,reasorably held. 23 6agr,er ural has.�yj+ ,r Pr.Dl,�,,t �� �, 7 City of Miami. Florida Contract No 15-16-030 14 Design -Build Firm to Check Plans, Specifications and Data Design->Bufl- F,rm 5hail verfy all dlrre^sion5, ` uant:tes and dela,i3 s' :�`Prn or, trr7 specif car Ors or other da`a received from Project Manager or Cons:.,113rt as part of k CrJ""act Docs ^ear`s a ;hall nct4f the Project N13nager and the Consul'ari t cf a'l errors cmis3 or -s and discrepancies found thr e !3) Days of discovery, Design -Build Fir ,,lll not be tc t3<e 3,V3nt3ge of a,ry e'ror, cm ss!on cr discrepancy In k -e plans or she' if ca`.ion5 a5 ti e DeS' i'�'Ir? Fir has s -31e res:,ons5 b,kty for design and cons---, c�- Des.g-,-E-id Firm Is also lla-.e far n -q.,as 3n'� yr ra ,borl(3 ras.lti^ from errors. or-,, si �:-s rr d sore -' es In t�e Marls a' d, or 5,cecl'ioa-,ons, 15. Devi n -Build Firm's Ri3sponsibility for Damages and Accidents Des -3-B'.' d ,F7;"rl s- 3 - resco" s Y,' J j3.'S` �'J5=5 or d.a._3ges to ti'_ Caps• 3 cra ��l Gf Co'1t; OI ca f,a Ccnrpie`;or. e<iept for 3-,�" ,^a Pisier t i e Ci:; J ora^ _ , tse a'.� 5 `j`�lr? t..; s1 C s 3 3 J'l to Des,n-B_;' 16. Accidents Tr .. u3=,��'-4�1a F""1 j'^,aI C`o',�-,s 5�..�n e�,'_iSp„7'� ?"� `3. �3 a3 � ., n�r.,s•s3'yGrr"_, �., In t,, -e w aa� ] t_" ,r. r3` 3 j kc p rJJ' ',`r� 1 3) he li .1 tr'v - dJr� Ti Y D5a F'r-i s~,3,1 a sD comY ,,v05,HA *_a S`... Asvc C_�_ � C= i'?�3 -5 !, �ru t _n k ;c D -s _^-5a a F =_ _�- I. F� r7�' r` ,' ,...� �I ..e✓ rn�r_. it~,AVr� �e]. .if ' -J7 v] r=j�� ..J �.,1 Y_,-1il - 'J 17, Safety Pracaution DB_. 3, 5c 'y r3s _ 5 v Jr Init;ar'j r = ..`a - y a" a Su7e,`r`.S;-Ig �o,I� CO�� ci. _ tie �r'r c`'( De;:gn-S Firm 5 a` t.3�Y iegali j r� . -,✓ -r- - / re35 a `'Cris r^r t 5 �`;r JF a b' all pro, de t, pec ss3-y pr trY,er_ dam3y� ;ry or lcss t•,. • Des 3r,-5_. Fir- _- gees cn t- e Prcj c ,s� s te' s, ane c.. e perons pe `orr" rg L= r. rc. 1 • -�-3 ry^. _. F1 -.-., ami. a'I mdteriara Gr e'; r-.=`lt is b? !r'.Cv^rpora`_3d ti`3?rU'n, -aye on cc c-.. e Project site{s), and ' v 3- t~e Pr-, S,`ei�s) or adjacent t<rere,c. Incl; , r -g trees. shrubs lar,n5, 5. r33t3'r43yS S'r°JCtures and OliF:es not designated for removal, relocation cr ent in the course of construction, Design -5,'!d Firm shall designate a responsible member of its organizat,on at the Project sr+=(s) �,vhose da,y sha,l be tre prevention of accidents. This person sha'il be Design -Build Firm's suoerinte^Cant unless otl-,eoxW se designated in writing by Design -Buil, Firm to Project Ma^ager. Design-Bluddl Firm sha!I comply +,vith all applicable laws. ordina^ces, rales, regula`_ions and oraers of any public body ha ring jurisdiction for the sa`ety of persons or property or to protect them from da -age. injury or loss. and shall erect and malntalr all legally required and commercially reasonable safeg'aards for such safety and protection. Design -Build Firm shall notify owners of ad acenk prcv='; and utilities when prosecution of t,�e Work may affect them. All damage, injury 24 r',3gror .r ?k. a��Cli: dr,3, -. jiuf �GCr Pr:Io-,L Re, 3 1' ' Cit/ of M,ami, Ficr;da Contract Nc 15-16-030 or » to any property ca s�,; � -eV'!y or indi -�!e or in part. by Des.gn-Bj!1j Firm any S_ 4 c7r 3 r C^ rect T y i,y h " r;t a an/ora dlr .' ;r or inr'I iy � - r : , a c` tt,em ora-,yor.e for n,hose a,t5 , a -i z` t - ^i i j be liable. s -a'. a fer ac+ e_ D. yr -B i;~ Fir^ . Des,gn-B� Ic' Fir n's dut;es �v S fcr t,,re sa'e a."C' prCte.' ; _ r'rCr s.�a"I C ntlr �? t ' ty r- - - [� u. sem. r titx'e a3 a;l t r'r�r;t is ;C"::�e,ej 3-1'"j pr"iact Ma -,ager r,a 3s_�eia t,^ D a'�-B ifi;Cr al 3 rrtt a nc of Fir, Com -le 1;on. Dfir= �7;�-��'lM F��r^ r-,,3'� to k^e r _,�sy Jn uL p,•.4� I- �'.-�. '_?`��_:� ,4,a3�r i~.? -✓r, ate= J': 'd. 'ected or '^? —e. and ere -y occur -once. Tne Des gn- j ,a _r�1 �� ( ar� "'.. t v'IC'•�a�men+s Cr to OCH Da. e- Co_jn A. EPA, PERA, the CI+_/ 1�,1,��?Fi- , j,, u3 Dew C'Tra- n r'rD -S-S-_3'eCf rid"iC3 a ,� Fio6r_'a 'y Crsdl• h' Cr`t�� s'-3 3= S 3 1 r -,3 ya_ Y - 3,P� la ��;r3 t 71 ? e3�3';, +^' rrCt-3:k C^ of ir3 e_" _ ?a tiPr� + �� i _ C r be D," Usv ^' 3_, a`a^ a l ra u`� t ='� 5 r r�: fcr t,''? 33 'he, aj t""j7� {r t,"'J y .y. ,L+.,i a-lj in acccr�arce' - proY - '13 OCCL3 a'_;CP_al Health and Safetv co'— _. ri'-r' a- i i�.; 5a�s.a^ i,sle.� i+; S _ :)733�-moi .G3 t. 7c-' a ,i, �. 3:ra:. /� �� u� -4 a3 a r 3�'' a pry epi "1 3t b a copa. iu by 13- J .�. ✓� a ti`. i 1-1 f , ._ 11 ��, - -`� ._. (�, �_.S -C_ rn�+"' i ^""�f3.,.v rTi~� NISD� Te Cn� nam_ 3^u .,,v COmr Wars T' =�`w3 Cr 3�t� Ir +., L�3-3 Cif t e s' v3`.a P� - The .-�� ,�� 3 � _ ,. fcr f'r <cl�,s cn, corrosion, and reac.,�n e"a,Jta of r;3,<3?�1Ca! er 3� W.j segs+a G e a -d Ti -pr. _, ; _ 'es '�` er.`-y and sJmptoms of oyer"<p�s'are. Tr.e proper r- :' �.; handling practices, ,necessary personal protective equipment, and of^er safety pr. -a _, ins in t.",e use of or exposire to the sibstaice . including apprcor,a e e-er,erncy ties:. c n case of overexposure. ne Qrrerga,^+cy fcr spills, fire, disposal, a^d first aid. A descr-p±;cn in lai t r s Of t -e k%.wn specific potent,al health risks posed by t7e suWaice intended tc a'ert a..y ~arson reading this information, • The year and—3n,:i, if a i-3i!able, that the information was cempiled and the name. a idress and emergency teles cne number of the manufacturer responsible far preparing the information 23 City of Mia-ri, Florida 19 Labor and Materials Contract No 15-16-030 Ur,`eSS ct"er,,,,se pr0',; _—' herein_ Desigrri-BLJld Firm cr , —'- ay f, -r all und,sputud bilis. prerace. and ".ed In acaorda,nce with a ic F;crnda Sta`.;tes 213.77 t� r0 !gh '11'3, 77 for rra:eria;s. labor, Nater, tools.11 ,tet. ^ 14+,e trans Ort3`ion and o'-er faclilt;eS a,d ser,":es necessary for the prop. r aY 1 _ a cemplet°cn of file V/ork. tempora; y or permanent a^d wiv ether inccrpora`ed Cr to be incorporated in the YIcrk. .3 F r .'.: i-��a"'d ,ri s"na i 3'. Y! t,,:e3 enf-Dr�"e Strlc ''� ".;� •,,- good fie, is e i .. t .,'S:I;J ": � �., y0r�r.. Cr,,., along ILS .,'7"p!©jeeS. S,o Des"gn-Baud Firm. ar_ S��bcons":hart at the site(s) a^c s",a'l not errplcy on the P-'::, =_c', any unr t pets-,- or a jape rot skilled In the Vi:) k tc',+,hien tray are ass g,.ed. 20 Rules. Regulations, and Licenses: Community Business Enterprise The S_. ;e3sfui Dcs � S_ F� ,. a-a'i comply ',,,' h aJ la,'rs and mg,l la`icri3 ap-llcable to C ; a•,t Docta^ ent3. Tr e De31gn-&jiId Flrr^ she I be Mai Ia,+,S t aF r y:oda -)d, 0r SO",':� 3C 'e''d T"" -e C 1 V3,-2" r�� �� +.�t_� ����r +i�Jr t 7. ��� tJ t1 SIJ i� SZE]:3r r.. ' r B-,7 -53 Fi"Le' _� � ` Com- 1`,v' �r�r+•;r+j - k„r;de 13 57! s `.la —_.:"? r��-. v rS M. S_3` �i ap3 In aC sr2"/�i'?,! , S J�"�itci F, ,r s.r ial�erFJ �_•�w,J �r_n r'a V'f t~� JJI!'��Ita 4i�.. �i Cc�v, �i--3-�L ��a �js7 t°�rre .a.. ^ .._ 'v.` 3J�'3r'.� Uc , rw y BSS ^e S o r ! CB= J req!Iirer-, tS fOr i" 3 Cortra�;t. 21. Proiect 4lanaaernent B.. 'y J v_. D.��_.,�e'_� - -_! �1}a.,a� _ _-.�� I!'_ Nrµa°at i7 r".,i: 11 •'" _�� L.,. ::..u"'3_" w _^ �' _ _ -_, t se;urii;; Ol �" - 3. =a r r,,; I v✓�SeS "'� !"•7r�.. �J �'� _�.]u _� �. -7- S-:- 1 _:- c.7S-ib Dei Eu - ry,s a�d S_i re'ease �` s rs feel. ?�' wta;nn iq to _ , df a" Cr �_ _ C___. Cc) mp1e:'J1 22. Suoarintendance and Supervision Its rrscJ ee e, am - �,� �. .. � . ai�i �"'�� � :rl[ly. Tie Des ,,-ur.. � F1r""' 3"� S_ �e�.,'3� i, a t�+���.k ��_3ar'a i"� a _. 3 rem"esenta`.ve 'Itr r�.iJ .. ��� .�, _ .�.� S'te at ,''.,. hc,�s and ;+,r4 s'-_, ha -r f:,'' a_.t�,�ritl by the Des,gn-Build Firm t-, t�e performance of the a g� 3A's `:;r all ce-lessa�y r�a`'erWs P; a _� _ Jacor Jv;�L opt dClay. The cruors of the City are y ren t,lrough the Project %Tanager, +,ti'r;Ulh irS ,'L cC ions are to be strctly and prcmptly follo',+,ed in eery case. Design -Build Firm shall keep on the Prcject during its pr: -g}_S3. a full-time corn; etent Erglish speaking superir•tendent and any necessary a3s;sta"nts 1' s `s`aCtcry to Project M3 -agar, The superintendent shall not be changed exzept wit;n tre consent of Proiect P,lanager, LAess the superintendent proves to be unsat"sfactory to Des y B :ild Firrr and ceases to be in its employ. The superintendent shall represent Des,gn- Buil"d Firr•, and all directicns in wri`,ng gi',en to the superintendent sha'I be as bind+ng as if given to Des;gn-Build Firm and birili be con armed in writing by Project Manager upon the written req,jest of Desi -,^-Burd Firm, Design -Build Firm shall gi,,e efficient supervision to the 'v'lork. 'using Its 26 15l�ljRPf raaR r , CIL' dR31 �i?3i r�I. r Pr01?S:, Re, 3, 17 17 City of Miami, Florida Conrract No 15-16-030 test sk!II and a.tent;an. The Pmject klarlager sha!I be prc,ided telephone numter(s) for the s,peF''n,terdant',,,here the super,r,`ard"?r,r can be contacted during norma" rrarking hours as well as a`iar hours for Lr'lefgerCi'?5 T^;_- Des q,-B1_1lid F,rm's s -" a, a " `-e folb3,,4Ing Irf:)r'713tion in a bound log, the da j- da`e . .and � .ar `actedprogress Gr t^ V,Grk: ti ^rte G' cGr 1 ?i': ^lt� « ^r' J '� for tela da f� Yhor'k, be ng perf-mired mate-ials, S!..lb Q_3 .-3U!I�� Fir, a^a h, + - + l..? -,t. ," u �s � Sa..�_ons�l.ana_ t„ Proj�u_.s} `D's t] t o P , et s'. lud rg r rY��^`at,'%as of t"e Cit./ 3-) s� 3' coed _Icr.s or occ!.rrences ercourtered, and the t, e cf �3, A� 'r•_ -3' ,n s,`ra'I be recGraed in t,-�e dally log in inde,ibie ink. T ^;` 3 3-J s"a'l be au-a:!at)'en a` a'! tir, Js for ips.pect�Jn a] --d cG^y''- n by f roil-ct T`le F"'^ ;�'. i�,1a ag- ❑ os g - ..'� F!r. ^ a7 -d Cors-'113nt shall r?o-et at leas' e ier`/ t'h;rJ (2) wr _eks `.-.' -35 !�F.+`^�l v -..���"� `i. t,I t ie Fr3l1" = ctrl a -3;e' d _�-.--g t. e course 3f 1:1- li', �'r��, tc, i �'r' :'i, a, -,d Tre DLJ•' �^-�_� s� r�`� s3 c, a^� ^y aCrer".s t;"w �`.3 Cf S',Gn If J_ -a� �•, �G'�'s� ci _ -,J t`)e Tj'Drk, a -y CC�tract DG' ur e,^:s � 3 y5 cad CCr' C t'-' I r r''.'/. y an t f ,a.� or a^ e --Drs, om�ss:ans or 'J iraca�cio3 iii ��� Pi �t .^i r4 ', Des j F.r . 's d_�,j t� �,"- .'.. =, .�ly irfvrr, Pi-��'a ti+l3n3ja'a _z� 33 I `,', cr cJ,a� a'_=s2'- _ /r',', Ii G? d' n a`. D _ ui F'r-'s sv�a rs� - D-_ F j'^�'I a -:i 4. -= �','Jr• s asr"a,l �� r�_�___,�'y `.o ^r t' -.e -9 e.. � w�,.�a_. D�ccu^� . F'ri1 s'^3' `e „ .y se rs r:)r ^ _ r.eas r:et = tec. es. s_,erc s _.r� ;�;oce ores oFconstr'2'o^J 23 Authority of the Proiect Nlanaq-�r Tie D _c cry -e a J - t. �G i,�a 3 :' the CCn3 lta^.t. ",'ilt^"I^ t,ne scCpe Cf Its in t^_ 3 CW 1�ts to determine, a'I questlro!ns of F._ a^y nom., rn iA �a.�va %�' �` J Vit a _ .i r (y Cir Irl 2 if `P,a', rala`.irlg tC or cn or `i'"e l,'rl::, a^'a G` tie Y,'Or1k' t be armed urd,r t;n!s Ccrt4-ac,- Docur_. `s. Tho D Q •:�.� r-. ?� _ - - - - e, _ a co �iy 'n,i' - s c� _ tie Pr c;-_-. iN,Ianager Fr -T, s san,o a -m3^ r , _.`5 t,, n`cl et Isla a7er z 3 Ca„,� c' '!r _ - t �' _,�^-F ' F.77. agre s 'rL _ .� t ? �r-;�Ct Marlager s and 'Cr Ccr s.:;tdri s de`3 or r -e osts. ','i ore requests are ma'ae orally, the Project P.IYna' = and, or Cc— - . ;a, r will fciV, up in 4,,ritirg as soon thereafter as is practicable. e t lv,1a^ager and -r Consultant shall have a t�orrf to act on behalf of the Cit} to t,'re a{`unt provided by the Co!:tract, ur,ivss otherxise modified in writing by the City. All instructions to the Design -Build Fir, -T,, sl -all be issued in AriLng, All instructions to the Design -Build Firm shall be iss,_,ed through t`1e Diractor or Project ti1arrager or the Consultant, The Project Manager and Consultant shall have access to the Praject,sl S,te;s) at a!I times, The Design -Build Firm shall or'o',idle safe facilities far such access so the Project %13nager and 27 !`139 re r 'C reek v�_j Uc id'..a n al R-i3t;r ar k, r, 21.;lai.i I , 7 City of N113^ri. Florida Cor, tract No. 1 5-16-030 maj perf..rm t"e r f-jrct,cns L,-.er the Deslg-B-jild Contrast. The Project Manager a 4 ConsMat vdi make pecodn Ws to the Work Site to become g3nerali'j familiar t!` e prigress and g'uak j of the Wrk and to betarmine if the Wcr''c is procaed ng in accordance xith t -e Contract Dccumer`s, Tf e R';;Iect iM3-,ager 0`.r+;i rot be tie fcr ccrStructicn r"aais.S c,hair�" tC, ...as sezuences or prxedums. or for sa`�`i ,�r :ajt'ans and N ,".r"y"a^�s in canre- v,,- - " �� _ _ e^.'. 'Ar';; not !a res^onsbo r-` ;7e Des �- _ _, A Frrr s QXra tJ ca"—j'D!i' t:-eIn ate. �a ice 'p1,'_^ the Contract Doc. r P' -�`. �.1?^.ager _. _ ' _ - Arhli ha rtY a ',lrltf t^� r� ot''r r - -3`. d'Des rct cc^forte t3 Ye v_ act Dc��� _ - - '�r _ ry tr^ _ �' �' _., rlcn, It S ..� ., ' � � � _ ;easa'y Gr - S-SZ9 ne D D€ me CO .`37 lh __.`7e -`S ,7e and Cc'1SJIta:'t -,Spe: ns W AS: 19 --f t7e �r'1.���<� Wt eth9e s-,cr'�!`/ork is f_'.✓" Dined', �.:. ej or ccw -jj NO !70- �,�Ve FYD 00 PA-Ign, - r''.ar CO(?sPan s a '>orlt t:- _'_ _. a, ., s pa _'av , r�. a'y .ti. V _ 3.o bj r,g-C. `a ".r ... yr to e.<e jSa or r'oe, t1 =e _ `'sf 1 Sr`2 y rD r' s to all 1.0 Cr r.S:crs. P17101 iQ7 ge Or Cc -s 1- De-:: gr-iB. u w/ SA Des y"Qj' F,r _ S_,i'3 .. s' r�' er or ar j J WWI l -Ay _ j v_,?'" ce-son pa -r -l-, anti a-, C` t." J Yi+Dri< AA ir-.,-prata:,c7_ a7d of the P; el IW-ag4, a -d CorsA34 s,a'I he Dora 7t_ t 1'r:} t7_ irten; cl ve Cs7yon Evoc .r:'s"'ks. T'a u 1413- age' S.,W r.,. 0 Te Dos J , E. !d F7— lig ,1 n rg A7&n the nVar'k da'y's r:.,omp;j ',4'- 1-e Sxpe of sarvi es. T-- r Y- vg- A SS WS _ _ fir ,fie 3_ 7 O -gar, 33,ary '-e Dol .-E .. Fr,, _. i De= ;—E-"! ` a-js' r-` ar a-,:: �= �' 3-) 71. Insnection of Work I _..tom 7 a--, t7a CYj ,. _. 4 a' is Q /'a a. ess .D L� a r'a r�, d�r,�:'y r�oi-73 !til'_ '�, _...r3. ;:I-,,Das,g,,-GC A F`, S. u�,�pr;`i05 p fool ies Fir SJ��. aacass ail for Inspectr,j measunq and tes40g. WWI . _ CC _"aN D i-i7i_ n Cc,ns'_a,_a�;„ I" v=r Pr �r I\,1 nag s I�`1Sr��nr-tl,-�`. -i !ahs. � tea'' - ���� � , - .s. a j ,r3. C j a W- Or 3 "'•r C y _ s% re;j a -.y poi to 40:0 tD to So 3 j' tes:al Cr are4 DeQ^-F,_„ r r _ 3 J - Pr h.13"ager a -d Ccn-z j of m3a ^ess of t�e rr r f r te5 _ Ir t fi _:. g cr -:)r3,,3 Is tJ be 7aue by 3`' a_=r j Wer than Coy tmYy -.3-s Us! for sash tesnig Tes`,rc, s 3' t u made pror-pr! j ?--d. Ali Cra_-a`. _�a 5�s c` S�I'. i j. If wj or 0a ti+1r ork s:'_,.id be co',emd up "I1r't17ut a ro = c,f eo. 13�uger J to . It f`l Sf, If f= a. the Proje t i. na ,_� �,� � ._ .., P� I, crCons r~k � �u b� c ala, g_ cr Cc r _ _,-= W L -;co S -::-d for e �3:7,,ina`ion aro prope,' j imsFored a, Design -Bu id Firms e0er0 UPWsz =ar,++i_e vWdst !h Desn-Buid Fir- s"a;make arrante-erks forsu'ch tests, , ins e: -: _ - 3 arC a vI T s n, "- " e City's testing la'o _ rwry or entity. The Design -Build Firm shall gme the Or, act -e Corswca 7: Wely not!ce of Men aQ them tests and inspections am to be mala so t#hat the C ';/ or Consultant may be present for such procedures Re-ex3m;ra-:cn or 3qy of the Work may be ordered by the Project Marageror C ns,.. r' and if so ordered. the Work must be urlco'lered by Design -Build Firm. If such is r-!_,": �a in accordance �+,ith the Contraot Documents, City shall pay the cost of nae:<a a` and repha:eYeV uj mews of a Change Cirder If such Work is not in accordance witr, +.—� �G ;fact 73 163yrer :3nai P�Stor3i,,.,n i:, 7 1 7 City of M,aml, Flcrida Contract No 1-10-030 Dcc,a erts Design-B,;i�d F,rm shall pa/ such cost, The Deng ,-B gild Firm sr -,all bear the cos` of ccr-e4t �y desr.roye; ordarnage'd construction, �rrhe;her comple.,,Y or partially comwl�Fed of ti -e Clt/ nr seca e'; Des:gr--B�Jld Firms ca'.,sed by the Design -Bull~ Firm's correct�on or rerrova' of 'rig's ,, ich is not In acccr4ance ^,vth the requirements of the Contrast Documents, I sm�c` r3 s^a'1 ha e no a thor ty t.:) permit da fiatiQns from, or to tela: any of t,e provrs Qns of the Ccr "ra;t D'ocur`"1erts or to dela/ the IP/ork by fa]ure to Ir'S ec'. the ma*-rla!3 and VVcr'5 "Pr'th reas0r}aQ,e pr:,,—r 3S 'r+r "tea} t^a `r�"if`erl Per,—,s3 or or Ir -err rt. r r'A�t 3 s1ru,, �n o+ Pr...�„ N13^ag-2r or Gansu"I}ant. cs,ir'" t of a -.y rn � _ sation, 'P,�a`e isr may be lis crura -.ter or form, or thre gl^frog of any tie g~a _ a y favor by t-- D"s g Bard Farm to any InS ect:3r d rect'y or IS S`r',rt'y _ .1} a^c' any s',ch act on t`,e pad c` t^e Des.gn-Band Firm 25. Taxes Des --'fig F,r— `^3 !� , ., J cci "l .- '�� e _t S_at� rt DE'�.'�,-Di �ir:�. IS r�S� S..,C .,'i rOr ryr""� t c' pert.,-, S_3_� t:.xes a.^ti con-pl/ng 'VIII+ a�I 26. Separate Cortrac+3 t"e Des 'g—B_ d Firm VF d�rny trw '14`ork tha`_ C O1' rzqr_,"rq 37 Y, of t7e De3gr-Bul!d I`I,,,7 Sna;l t Ze a^.'1 pot�n`,a Des!„' -S_ -~._r j. J 3 Lo j r a C- deai ffa ^9 +r r v t T,^ ?i =�t rl?^y j r P,''i a 7 =- Des gy -E_r ld _ FI' m, n c.cru' -a ,^g `-le ccori ra the DS�- D ' , ^ Des FS 41,r r",,!” r•� t" =iy - Qr r S�,I+.S u -on t! e y,0rr- f a y _ Ma r=;.Girl } l) Rr"iect I', a,}a ger C!•'J 7'_o`rere'a tr^a` render it ur 37 11acle fsr s'acn Croce, .. C ��_,".Q 3 a,-,,.4 res j"Ls DO5 gra-B ;''d Firms f3 !u'r2 t'� so ins ect 2 1rj re r` S"3 1 constit'Ute an cF .. c ce persc 'Sinto je`e"c's �P,`�ic Qt;�er esig er3on's ^!c 3.__ `ne e<-=cu'.cn of Des,, 5�'1�F�rm�s ti,V0r'lc. 3r ] a tail �a 7•„ ..W'_. I.. tr. 3] flCm t. e a=s ccC.,a t Tc t e pro^ar 0 ^r 5..-3;+1'.._ `r', _ DeS,^_���'_ _,,'m Shad I";2_..., t"'e ''A'yi�,i j _.° :,3 a.r=awy in N!3ne a,' S,a . at o_, Cc^Sal:? _ 3' j Y S span 3. u S' C^ a t �V r=liJl'? c� 1t5 Of ti - 27. Contract DiccumentS, 27. Lands of Work City steal! provide, as may be in6ca`=d in t,e Contract Documents, the lands upon which the VLA IS tJ to perfor7eiJ, rights-c{f-ova j and e.3sement3 for a':ceS3 thereto and such ether la --,ds as are des,gnated by Cite for t`~ use of Des;gn-Build Firm. City shall ensrire that other persons a'lo,ved access to the Site by City (other than, Consultant, Design -Build Firm and thcse Nerformirg on beha'` of Desig�-Build Firm) do rot act'vply interfere +NIth the progress of the V/ork. Desigr,-Build Firm shall provide a' Design -Build Firms orlon expense and without liability to City, any aid!"onal lard and access t�ere'o tha' may be required for temporary const�ucticr fa-,i';t.es. 23 i'/finer Creel _ _,NCn". C.3r'af P,:�SC-:jrati(7n F r:)l?-t 7�.� , 17 City of M ami, Florida Contract N'c. 15-1�-030 or for storage of ma'e-na:s. Design -Build Firm shall furrlsh to City copies of %,linen perm,,ss;cn obta ned by Design-B.Jild Flan from the ow,vners of such fa ill' es 28, Coordination of Work The PrcJe'3t SIt3i3l may, to Occupied and may operate on a t',�i3 `i -four' , hour severi (%) day a ',vee.k Iii-er-_,le. Dr'3.gri-Bulld Firm si^,a:l ens,_ze tha`. t,, �e er'_��^. � ti-' l%' 'i N - . aces r,t i-npaMt a"Y orgoing oper3"-1on3 at �r^✓,�ct' �} �9+_,' �). 'Jb7iCh as.� I _ �. � � J G` �. ".-'3=_r`ais 2rd e-Jipr --r. Access to alt': Cy'-�s3 f, -Cm the Praf?Ct S ^s 7� a i be ::a'm_J 114'" t"' rr nimize the reg'Jla" a:-=' �r'y'enCy Cper� t:�e factiity. ,^3 p��g,r0�3 w ','J �rw� uru:r tills CcF"`3It may be necessa-y f:r ct;^er des'g" bL,;!d f•r,n 3 a^a }Oe"3� 3 vI']I u"JI Gy the '+/ t.D `,'w'=�'� it or abOw`. t,-e'f0)e,ct. The City r23er1A3 tl-ng�t t s'J h v`,-" h acC .^.�a+ _ C �- t3 a`fCri aJC a33 t] tile r�fCl?':i sit,- flf,e t�? VVJf!{ tY'e Cel_ _JI ^e ^,� at sa rl t , es as t e City ma j reasona`_:ly deem re'cessary. - CC �� _ _� ? _rJ ��� Jt v Y �r� .. _ -.��� ,tJir _"'� urr� �" c^Jntrac. 3 i, wF r =' r9 far DJs - _ w Firm tD p;,3- I`5 fir ,3 tL r /ert ail ?",d delaj. rot Unfea3Cna�ll 1''1Net G IC.`e�'e',�,it- t,~� ^ror�S of oa��r ��ag - �_.''a Ir or a'vo__t thl ? Y;:f1t a"d so arrang= a7d ccn JCt its t,' 7 s r7a'y r-3,Dn-331y coma+ete tho,rti,�,' �S- 29. Diffaring Site Conditions or 'are— ^17 -�a yr ('I1 'J i;',`,^ 15 Cu vr-�'., ri.s a'. tn,z +.�. a`i r = - - �''~' ma v. f . • CO i4 avT P Jim..' I.! iC :f j;�a lid,=3' 3._ t a`, g ? -e Y r ( t 3i = a 7 c Ca Se yf �3e r u ir-3as' Cn t;,e Des gn-3iii ? J F1- , �3 cosF .0 . cr to L:,me 'cul; _ �J a-'1 _,v `, , :r�. Lbl1a. � _t Oha,,�:- � a3 a res -1, cf'L� cGnd't Ci s City S"a Is3;'e a C, ang_ Ord_. e Ji`a'c'y a s° r t�,� Con` a.t P`•'ca or Cor' -act Titles a -id ct^er to fn 3 a",� rur•M .0^.3 ort C.Cr' a:t to r t^e l 7 0?J, . sJch Cing 3 j `C CCrd j. 30, Existing Utllitles aj a t0 Y ark %,vl ba3f;0 r"l %,' Cn t:"' e D,2,,, -; 3 T'-„r1''`=""�� ."3 S"'-,',�+'.� a, -a la �,� .;'r"'. � est Informat,on a'Iaa:i E.3 from ex,�',n'� N a„S 3_''� +,i _ :.+',. h, cr _ -a e u. I,y In'! �_,� �nJ. ! e. tha' tr.ar may be some d,s:r=Ca CI>> a d on-„-33,on3 !n t`'e 10ca+ions a^d q','..es of utilities a, -,d structures 5,^O',�li?• Tics: s-,','•irl aro for the Cort /&,:e ice of tine Desigr B'Jlld Firm, ons and nc res,ponsibl!i+” I �- i. on!y. -Y is. a33Jm 7d by the City for t"eir a x.iracy or completeness No rwgJest for additional cor 1Nensation or contract tlnme result�ng from encountering utilities not show -n knri11 be considered. The Design- B'_,i'c' Flr-n is responsible for Iccating all underground utilities. T} e Ci'y will not unreasonably ir`or,-rat,on rega-:ing said uta hies. and Krill pro'/ide a /a;ladle informa'ion upon re--i.es`. Tie Des gn-Build Firm shall explore slJfl'ciently ahead of tre Work to allo'Jv time for any necessary a�jU3t^ a ts. Tf e Des;'gn-Burd Firrin must coordinate all underground utility loca+_,ons tt roUgn "Sunshine S`a`e fine Call of Fiorlda. Inc.", Mho shall be con'a -,ted a minimum of forty-eight (48) hours bef_-re the Design -Build Firm commences ainy digging 30 J`J 31yrer Creek 3r"f�clw", :aril Rest.,raticr1 Pr:ject IP J 3.1- City of Miami, Florida C .-a.r_ Na 15-16-030 3t Design -Budd Firm's Resioonsibility for Utility Properties and Service Des ejgi-Bid`. Fri^ s Gz''ra'. cr's .. _;4 ca.JSe daMa;Q or I^.. n>e^i;nCa tD ra l'ri/a j. .cr re f ter no: C. l- . 11c` 2 w V gas. wke, a -d' JaA; , or Irrlga`_ cn s js;ems, 170 Deo r -B_,0 Fir -7 Ji a r- Ke a 073 -95r'-. -, re-_essa-y for t�e protection of t! ese ut lit es a: -,d serVicas or 3-j cther knc�;',- _. _es I` oYy all My c1 es tha`. w_ 3"a.`ed t, -e wr s=' :r _`?` - . 3'` IeStor- D'L-3 ad is Vie- ro c . nonce e 3e r „ . rst CO'3 nln� perym iss-on age :y Qr;_�. 'e�S3 an 03 -- ; i ._: IGca`e, exp-sv, a. ^d pi-:) ,d, __'a^j s ..._ar Or a! e+ sAg fan`: r-js�� .'35 �-: I w hJ Mere n G -c ssaiy. Re Dos p-61: F n its s_._ _ _ ;--.._ a' f r7s s~a , ' j aid d ecVj re.spcnstle t •-.a VA. a -d 0701^1 of s.-- _ _�� f:a"Y 137agen jo, expense. IGss. Kc0q,e-, e-ze, 3 a sjQS 3 i �:r 3 . a . _ _/ . 3;ano- `' f;;'_ :ecaIse G` a"j !nj'�'��s a da,7,d -a tw w� h r,a re f -D D=s -B ^ 2- - -e ' �, „ 1 y a� _ 'r�r� 3 �� _ Ne - . C Vr a "C, s ar ay-Js si"34 to row w 1 t a tD t�y +F rir.-,'S ,r e a — -a -ellvo l.. tin v 'O' nw_ 1.y _._�� 1 MA. San-_:-���r""d-a�n as a ss.! G- ?;_ dsTa b` p, _ _.. ._ C'n3 rr� V, nc . .j t"a prop r J��'ra F> In Can f r - ss -�J a 4r^ ^_ j! 33 poss'ble ar?d bean mf se' __ e» y`"`Med bj e owerfoilL{ip'1J the , j, I� .,�� ����A_ 1'111_,-- 3er`/�._ I -] x^�� 'Ir J"`Jr� � - ��_^.I ar� ,^ �^.. u a �� 11__ "' �'^� •�� n :1 = "j z .r y.._ n r ..� l,a 1 � '� :_ 1 _-� S=^,f J-:� i-- J r__ J ,,y ., a^. a7:.1 = a ': .a.-. 1r#a-3- . Cd^ C..:,r'3.'a t --a w .a aJ s [-1 r" _at - Ks.. ,-_ �r r i�1a�`a1� w Qrs,`a-,. a_ D='s F -7 's D(_ v a"d H! C7=— I340 _ < 16 ~ y r_,m—es D'r a r," daa•"a-"� v "6q v S -_ n uness C`"'wks pprc'r°._ In, tie CC .'..a ` a -J as aG)5roi d! ria P, 1.3na'yar c CC,rsuI`ant, Re_ ? -a s pp -O �. � h - r1- _ � �-' s r~ `a. a, �� .- - �'''"a�U CrcF r.��]_, �a,t. a`. Des �~-B�,a Flr�� e I P 0 " 3 4 a- j Ee (,s' ,y U"!�' e3 " 3.-.3 32, irate grin Str>UCttr{es a•ar F aS ..ee-, rna.ae tD 5'r.,D,tir F-3 ar qtr 1Ct'Jrv3 r COMM HM Pe test WMA SAI'ZeS I:5 -a^ l to g jaw:eej and is Grist d as a gJi�e, T -7e Das =�r'fj 7;"I _ a`"ars Den g—Band Firm 5;'1x1, Caar.i,'1'u`e'Ail+^ a -ii a"v':'. l zypa CS. & c q "- S a"': Me r wens ! ^r? a'_Jt:GnS to pr eV d3773y.a r, e _ ..' y s.r'JCt'jrCS Te s_;"M. AM gourd or un,darground, incl" dog h�,'. _ t -a c,4ner of the interz,r 7; s''uc ares place t mr Orary Supports. 33. Field Relocation Dur�n�g tr�e pracess of tic it is expected t"at minor reloca`Ions of the may he necessary. Such relocations sha'I be rrade only by the d _ _ ancf the Prc'e.t Pyla ager or Coasatwl a' tre Des,gn-Build Firm's expense 1f ex!sting structures are e�-�� `ared tha''bll cre`,er; ccnstr'�coon as s,hosn, the Design-B,,ild, Form sha'I rct:fy the Protect Manager or Cors! twf herDre contlnui7,,g t�e V/:)rk in Omer tat the Prflfeat kla^age� or Consultant may 31 City of Florida Contract No. 15-16-03C feid re',lsions as recessary to avoid coni :`- `,4�'h the ex;st ng S,r;rt'lreS Vii ere the Desigr-Build Firer fails to not;fy the Project klanager or C-,nsiultant wr en an e,cs'Ing structure is e-ccun;=,ed. a^d proceeds 4�,ith the despite tl"iS Ir iter{ere^,ce, the Design-BUJd Firm d'Jl?s so at his 3`,4'1 risk. 34. Design -Build Firm's Use of Project Site(s) Lir-. to ` c'r -s n -.a j be pia -,-d on tie Fir- 5 use c the P' I�-�, S ! -,,ns '!tir',l de irae"'.'e:.�.rj the Project I�Ma 'ar. lr a:'�,-cn t'D s..tin��;fv'rt-�`-,Or15, ProJ e';t �V -3�e" r'^aj r -. a&-3 Stir? e a4!:abie tD t�`e De'3,�'-�JEIdl Firm a`. f Is >;��e Lfi�SCre`.�si tis -3,: on a ra adi' ty o` s -aye. The Des:; ;-Build Firm s^a'l a'�3c oord ^a`e an�. 3v�eda"a d-�ir�� day-to-day opera'ions, Tlhc Deng IS-,i;d r-, . s a l lin it is use of tt-a Prcject s .--i s. to at-e Ci -Y'5 c c `� nus GGL,3 :S _es3ary as t^e Pro)evt Sitei s ria j r�r-aln In oPe-3t:cr t^e Y/.D , Tne Des,gn-B_,':d Firr; - -,r`- _ ^� �.� a:t::r t'r�l=.__ 5'�' 7 w t-= -�a_ •-r •`�: v� the Pr:)J,`•--t lMa-.a-e,: 3-33,3- cor.,D,-,-, tC Prc; 5 1 s `�° 3' ra�es a-'.1 re'yalaF;_^s 3'feVr' r,'w Kee. - C 3- r -g a- le,v3 js a^,j ?^` a s .S� ',' 7 n f !' ,., es C;e� ani a'/s la;, e t. - C s a -d' F _ 3' a rio' use a-eas f;r-3,!(rg ardor ptaj 5 u re �n� j fG'r Its te,- a- j r-a:erla,s no- Ci.;! a-,� 'j re_ "�c3 ivhila :)e";C;.,-, rg p2'-�j c- a` a Tr✓ C yIr, I'j ass'_,^,eS r3 �3'tij,-., i`aS 5v-.. '� Ir 3 ,a •a.--�- r _.=SS rr7;ec' 35 +M Itarial_ and Fauipment Des y arra t5 t:' C y -"„a` a. G0^iir3�t ,y+r �l. b� stir L.I r' _.._ .+., .. ',G, ,3� _, ,^ tl'lat a C]� ti'e �l r•�r; •r'J'i._ -.7s tr'ar the specii'.ed ,:'j !S s ��li v t, e > j „ iS`.i y .Sta,lfdard a,rd In vv'Lh tl',e G 1�'1�' t.. , r-,, conforming o min to s-bs' .,:D73 noc: a `,norizad, may he Ccr:s ej d-`e__',� l- r?_.,"eu rr�,= 1,ia a Or Gc�.s_. Des.gn-B+gild Firm sha'I f, --' a � eq� ji-m nt, -, F Th s �r�ra-ran 'S rJ`. 1,. ' _ud b e' 4'� c,,is; cf;3 1 t,� LJCrlrawt DoCLIr e t3. 36. Material and Equipment Shl prnent. Handling. Storage and Protection Pre.a,a-; lr for 5i Vi'hen pra: tLcal, be factory assembled. The equipment parts and a5sembiles that are sl i;p,D dl unasse--''-.1 s: -a' be furnished with assembly Alar and instructions. The separate parts and aaseM'4 :es 5a , be fac'ory match -marked or tagged it a n -inner to facilita`3 assembly. A! asse-7b6es are to be made by t' e Design -Build Firm at no additional cost to the City. y r -a --hired a^d ur�,a n`ad ^a -s s{Jbiect to damage by the e'emer's shall be protected 1JIM, a,' 3_� ca± n f �f_,«•t a C ' r .� ed protective t .o c a s`_ �ra� � �:r,,.� _�, r.. oa. ng or ot`le. ap;.ro',.. , method E✓p,aiNrrert small be packaged or crated in a manner tha. 4vlil provide protection from damage dur;ng si ;gip ng handling and storage. 32 l,agr•er Cra?c --:3r+dl R-�!3tor3t:on Prolai,, Rrev 3 17 Y 7 City of M a,^ri Florida Contract No 15-16-030 Tre c!.t5;d? of ? pa:lka;= --r cr3t? st a ba ade ,ua`ely marked or tagged to Indica'e Its contents j nal"- . and e ljipmen' ar Y . If app'I,cable: approx'r,a'.e , elght: s`a`'e any spe, l4 preca'dt,Ons fir ha ''j 3-1 ind La`e `.:� r-L,rrr^erded re uireme7ts forsrage prior t insta!'a.,or Pack,a.� 7q and Delivery of Pars and Soecial Tools Pr',per'y r-'a,'� to fy ,'-e associa`ed equipment by na:.,e equipment, a, -,d r ;er Pad; 3 h be, packaged 4n a nra"^er f1r ✓pro°eCt;ori 3g tl"e o'er 1e^:S _r ha^. °g air. 3`.eraye. S',rip in totes tha` are marke-is Irbca.e the contents. De;;,e- ^3�5 ? s� �l3' "Cis 5r311 be made prior to tr ; Ji� e1r ent iS sore^a'J�__ a35CC+a. S,7 ori. n' , %' eq'a r 1, ? r�3` r'a' 3-,3 ! to sh, es 'Ar'_ a"'d s�ipp,rg pard. FOB job 5 _- F: s"ali r-� 'S' a seven (7r da, a'j'Jar,ce notice of shipment f -Dr,- mar a-3 cIj-;. 3 r �o r .e o su,Un no. t�',%Jm a copy of the cur --rt c,,' -,:cal Ir pcl-+an -.-a to r'`'e 3rd recon -4 t' e ry ci `, e , f ail q-,Ipr`te'�"and mat?"3's a' - .y , , ti � tom. jo'7 r1....._"�^g 73-d'Ir g storage Ir"s!_,r3",ce. 1n';e,'cry chit` ani egalpr�'cnt Elie' 5 and ='I u � rj rc <'ra cc ,•'we I-7 c_-' 1 c ru_-, �1e; 'pf�"�nt a�u a ;a,s a: tl-- - `e t;:- De; .'' Frr s i y 'gel wss - a -7f e I'd �.. G C G�3�a'� d�_.r i J .� r��e n'I. C't �l1J._ _.. -�..ii pri' - or Ccns 1;a.`7t stair re tri p_,j,a_yl r'3, e" `_ v V �5 - _ r ' a U _ rJ' r �i i,� L'e'For InFar In] tre , ?^� acture"5 x-, d i ."a s Ciiah. r V J c3 C" e4` t?C s!^ r aa or u3 3r I- t e 1 1 Cr It r7 r?a re �y �� �1I 7 53 ^'y p -a`_3, Des, ^-F _ :j Flrl— s -a i tw,4:v _ ? neLessa'y i, V 3.7ur z t'J �.pev rr^ _, e =r,_ crs�j -•ply t"e missing pa --s Ha~,-' n 'P' -3-4 in a�,ccr; a -ca E_,—:�r-ert a -d rra`v-'a's shall 4e stored prior to ir,t_,''a`.cr a3 r= mended by tre M3-ufaLture-- rna`_era;s such as pipe sha,i be stored off t",e ground in approved stcrage t'a'ds Iter^ Sub;ect to damage by t. -e el-:�Vents vardaksrn. or t,�eft sna] be stored In se--,jre bLildlr,gs, I. r=:,uirinc ,of-trol for protection sha!I be prodded bb i'1 t�e necessary env,ronr,v-`a'ly controlled f3-i'it;es at no cost to the City. Insurance The Des gn-B' ild Firms insurance sra'l adequa'efy Lover the value cf materals deliverer' but not yet incorporated into the Work. 33 T13grier geek 5-3 �t co'' 23raf P3st:r3t;or . ;fie,_, ;rte., 3 17 17 City cf M:ami, Flor;da Con -act No, 15-13-030 Irlventory Cortrol E l..'ipr"e,i' a -id male,ia s s`,al be stored it a m3`lner to easy aJ"ess for irlspecl:,3r, aid In iertDry cort•ol_ The Firm s^iii keep a running a�ccun` cf al ma`era!s in s'3rage t:) f3:il `a. r��'a, _, r ar,d t; mss, atm ^rog.-e3s -ayrr + r `o h t ch {.., !-' � � is Jr rla. r'a s 3�1'r r L,�. n , Irs'a;ier� Irl tl �e Wort. E� S V9 Ana^ Prar to A,cept3nce by t�e C,''j Tie De_ - r 1 a`rrr^ _ d' I:.•ro'r'�e '- e re --fired 0 r 3^�'3 t rvr 3 recon .,,re dee r-a.r 33,2i ce Ull 7 s:3rNy� 'd--! L If �`_a ldt.�n, a"ld un} l S,- Ccn t,r°,e as t'"? CI' -y a�Ce":s tI-e ��•,i r e^. for fue-t,rrA orera`R�n. 37��_,s r-a'eFial ord'a,ing CrS'•g' a -d s'- �7 3 37. iM3nufacturer's Instructions Tre C=3'�r-g_ "-' Firm C, ^J i r 3-_I`3 s r�a_1'a s f� t _ G4n1I'/�-- stJr�'; 3x11 i, J`.3'?:;'J o 3 r� S. 3 +: �.�a. ra`r ����ra. _1 j�.. _ C,� -3 Jt LlC�I-, 3 's. Deslyr-E._J,, F!r—, s ci J I"'s��.,. va_ �.�." _,.�-I .. '�'yl'`,1i,.�';e'lt „"'` ��:_�:-�! ..-.ter .,. i,-�s`3 ,3: J" 3�� r�;�1i �3.'"�a�•�'� V,�'.�, YaiJJi;"/J !tells aJ J,'Iirk, 1-4 c; cna3 3 c'e'JJi es iJ t 1e Cc-s',ai`.3!'t for R; -:I --�1 Me3s e 7 e7 -Ls 3 � s J s Cr . ^ 'r lJrC, 3s a^ ;^`.3'y'3� s`�� ;f s`3ri,^G -ea :h pc' -_;ori I,5:3'I ea L4 - cr s. u ri ,y f3ioraV'e r t;�r„ a�ihlch s;ra'IYra ens the : tri+ ra f ,esr. . css, res �s i 3.1"on '+'I} the Pr--, �: _ r ,s,'a:e eah unit of 1rVcrk from in:orrpa' ole Y/:)rk 3s r ..essarj to prevent poter l a a--org each sect!on a7d,'or de`eriorat;on of equipment. ra v �n: +�, t" egclosure Lr t..e r a J'k. ',i,lIch requires inspections a:�d tests to 1, irmize �re reces3rty cf l J ring I,Vork far tlia` p Fp,3se by the Cant-aJt or the manufa�t�rer, a gj3li,`ied representa+,ive shail ti_ w"user tJ C.bserve f'e��. 5' `3u:. ��'� Irstallat}on cordlt�cns. ��3'Ity of',rtiror r A G kmansi^yip, and a ca`I�ns. P,la-l_�fa to �; ; es :a'.,e s -ail provide F rm and the Pro re:''Jrt Cf f;ek—' ct•5?r`r3`.. ;.ns. Jvrt 33 Crty of kl,a.7l Ford3 38, Manufacturer's Warranty Contract No. 15-10-030 De3lyr-1 Firm shall prD,iide all manufacturer; warra"t,'23 AJ �r�,3rr3nt�es. expresse'A a^d, Or imc s` 3'i he made a,'a]adle to the C+ty for rna`eria: cove -red, by t, -Is Contra -,t D< A',1 materia; a7.d e 'uipmer t furnis"ed shall to fJ!!y g':arantved by t,�e Design -Build Fi- aha '3�-,3ry deFecls and &orkmal At no expense to the Cit; the Desig"i-Build Firm sha'l ccr-re,t a -j and a'l accarent and latent datects tn3`_ r^3/ occur 'mt ,in the rnanufaut',,rer's 3`3'e'd �,varr3nt,e5 o--co-me ie�` �p upGn Fina A .ce^tanve of l Project; 3 39. Submittals D '-tea 1d Firr s ^?:F a,d approve all S` op dr3,%Jng. sa UIe3. pr^d+:ct data. schedule of i3 ue3. a d any 3r,� a'i to ma {e sire t'�y cc the C4)r iraJi DO�u ?nt3 De3'-3_-�r".r"g ala 3!�hm;,*'n5 `-a they ha ie �'er,fe'M t 3--d tn,3` tie/ 3 +,ar, a 3 irfxnr-at;or ah^d ,lir' }..' re jlrer`"Wril7 o t,"- l.. •�r.�?'�Do'�G.�,:ie-ls. L>v,r tir–e of s�.abm;ss:on tl,e -'rm• s-3 13� PS [7e Pr- ec` %1a^,3�er m t;t -g cF a -y de ,axion F3 1--e of t, -%e Desg-u'-, t: Firm t3 a :,,se try P, Jtec} P1anager or Cr's shat! m-a'{e tie De3ign-B;:,'.d 1`i'1�T+ solely res W'� for a,'ly Cos's _ i a/ �C ^ct DOcur�enta �a S -J u`a',',� �. �• 3 a" C�r,'3:q a t,"e til-o�' r73- on r%-3 J - te r"' a``d il_, .. D=u FI," 'J, I ��y.i j.Jhr'+�i�a,I • N37e ca _ t' e D ❑ , ,d Firm or h sCi (ter S: ;3 ;e a�-- _ e t t,e L r':'s, for Pr- t P!anager or Consultants action sta np orf;.-3"SeCord tllr�,et';-} Dei ::1 -e Proper bi ock, eatil � s� �= - S�"tip a.�ll^�� a^d ,:3`.a a -d 9a h S3 t e Ccrlr3--t Docur eats Sl-.op dya,r 7 J_ ? `i s lat'_, 5 ?' C?` _ - ala It'rtir'll ? Con7id d tea` e Dom_ u _ . ;� �r as r.,. L'�r�pl;ed with t.. �'.y� -�- of the Contract Documents. ❑?s - v .. s hY4r t,a r1s.0 of a''y dela/s tha` r-3/ 'Jc:,:;r as a result of such City 3` 3,1 no[ --P- liable fcr a'1y mater;ais, fabrication of products orV/or', cc(-, rnced that requires s'Jdm "a s unt.I tie Project Ma'iager or Consultant has returned approved sut)m,ttal3 to the Design -Build Firm. Project Mariaer sha:1 make every effort to revie,,tii submittals +jU;Ihin 4, Days fr r the dare of raceipt ty t;1e Project Manager_ Project N13rager's rev --'ry shah or�r �_ � r conformance w`th des ,g'n concepts and the in`orma+ion provided in the Cont"a^t Dc,�urre: s ~; -e approval of a l`.em s, a!1 rot cons'}t'.:`v approval of aro asse ibly InJu�;" J functions. The Prci_'3t ii,lanager or Cons,J"ant s�a,l retirn the sl�op d"a',��ngs to the Des.:-; -Build Firm for their use and distnbutlon. 35 Yj 3yr or Sayt of ":arA ?,-astcvar ,I r Pr -j 3Ct R -a, 3 1' 17 City of kll1ami, Flor,da Contract No 15-16-03n etcc ep`.aiGe Cr a ri j s;.4n'Itta' s`'a,"l rio` relieve the Design -Build Firm of a b I ^� res;.onsr ility for any de+,ia° ons f -cm tha rc uiremer's of the Contract Documents unless t -e Des'gn-Build Fimi has t^e PrGfec` Kla-ager of til'ie spea;lfic We!!a`.ors a^..j. t�C Pr3iect Manager has iss_. -,� ;;r ;-en apor ,'ial of such deviations, B j aGp`J','r'- a,d Shcp Dr3-,+,ing3. Pro—duct Da`3 and S.D, i.Pies ti^a Des;g"-Bull's Firm rnP-. S �`3 tr^3: a:l r7a`�r'a's f'eld measure ,ent3 and f'e r� CGr S`.rUGtiOr rr''ui'd reare d �-3,j 3 rJ C ,'' na.Cd with the regalre e- .Fs `',_e /Dr", r.. -a peen venfiE", cf :;ked a7d ccor; ra'ed'r;ith thfsContract Doourriert s. Des'y^-Bw''•a F'" s7a'i to fcr t"e Gn of a!! shop dra',+,Irgs copies of pr�c;.ct t�3:w a -d sa--'-les h te-7- tl,e Project P.I?^ra s Cr Cors',�•.a-its s`.anmp of a� 3 �± nOfi to llmiLed to; job s.-3 f,`e recci,' d:)cumerits file. 5.,' Dem" I- J --ted partes or en.�-.es :--3' rro,uire the irlforma_cr. u The D=s Flr s-? . --'5:) Grc, --I O7' 3" Pi37s a � red a"'d pe-- 1 -`ea b'j t.^e T^e C= -s BSI'. t ,Y , shy rr�F = 3. C r3sl,crls'CII ty car e. 3 r" as Ccs li ar•j a-4 3,i `} 1"le 07aI=JT ur Ccr's'2.wits arca r^ t er3�f' Tre D'a3 ter' -B t -e _°� _.3 i u `' _ rcGse ir-Ferde,- of ary sop l 3,4,", -tis Or p'JI :.Jr J 3 s cr -2 J -''s to e Jiremants Of the CCr tfa :t DOCum� Its ^ PrC;_�- cc S-cp Dia,Sr;• -'.7. .7_:v'"`, .a,5 a.,� 5-3' a>. ; ^ _ C; Cos' . / 4':. S1o+c D-3,,yi ,S3 W-or!,k:°n : Dr3winti3 and Samples T.— 1-' _ j^ - -) a: -, -., _- J -'.-it i� t DJC _r � Pry;�s7 ,rya! -` 3, ^F3i a_+ I' -g ] d"3"I��.gs' te.]. rte,^. 1. r�]�� i �-3-3 .-r'^ �'vr a�] 3'"ir� :.r 'u JI �I^F, a -{a Ys as e it t, Des grn Dcc'ur",-r'r= F. 5�.,� ✓P,�.rr��.J�. I.... �Y ,.J-.�.-ti Dr,ar+ri��j's�-1al' .._ �.. v. -.�: tc .,� D'ya'y1-�Jll�i Fii, j bev•Jn;es an S,,cc dial+"g3 s a �. _ _ _•, r, e`eC.�or "md set''ing dr3',`riCgs S-Fe,�_II a',+r',,s "s. r a%faa'�rery agr3, S. ma`er'31 cuts cur-ies. c! .3 •-a.73 Ma'e".a':s cCG ] 1 '� c ] wy] r+: 3'eria:. Sr -2 t-3 r s _-a It 4v r=:�a _ l a rr'ar a,- C, _ vr"ME.s co ,,, 14 FDOT a,id City of N113-ni de5 " s Chex;!<.ed and cc,-. " _ 'r'i OF a'l tr3de5 in'icl,ed be . -- �-� v_._ `;r i by the Ct, a _ - - - , ��� Fir•m�s ;fa^ p of crsucr cre anu ccur�A, a-,� 1Fd-3.","gJ Contra �C rtn.l uir3r:nts rti,•?Ca'JJe Of s4ar"1da'b J�'Jp p^,'ra•..ilc'e or f.`,r otf er real^rs the D_s ,� 5 1 Firm shall describe such variations in his !eller of tra�ismittal If a-:�c=^`.a`cie P in the Contract shall be impfernentew where a'cpr�pria`e If the Deslg� B i! FIr 6 t� escribe such var'ations. he shall not "e rei�; e ieu ofthe rest+Dnslh1!,ty for exe,ut,ng t,1e V/ork in a.CCrdance With the Contract, even though such dra',v!ngs have been reviewed. Vi'ORKII'IG ❑'ONA/VINGS; The terT "V/orking Dra,+,;nags" slha;l be construed to mean tie Design - Build Firm's pian for tarrporary structures such as temporary bulkheads, support of open cut excava' on support of utiiit.es. ground,,%,ater control systems, forming and false vrork for 3,3 'r'r3+�n�rCr�a+c •.?r�r-I_:..3r,31 R'5'+y r3[.Gf' �r71�r;[ ,� City of Mia.rni . Florida Ccr`ra:t No 15-1 �-330 u"r:derpirning a -d for Such Other ,vorC as mal be dG�-s nr t'�a� rry� an Integra' perm'anent part of the Project. �'r"cr'�irg Drar,�ngs sha,l be s'. t7,,t,ed t:, the Prcte,�t I`1 :-,ager at ieas' t,",,rty (30t Da fs (uries.s ot�er,b''S_ sne�ire�) I,- aij ia" e or tnelr be ng rgq_iire,. for tre Y;cr�. 'r',':�r'Jng Dra',4'ngs,r4, t'I r e re1'Jira�. 5"al be pre.Dared S. y.^ad. and by a r�_-g'S,erod profeSS'cr"a' e -g neer c'ur-er;tl y rr3:.';e it S'a'e of Flor'd3, Ir'r�r'�;:� L7ra,t,��' S, err ".a S a'a req I,re�' t0 +,er,;y ':;r s :r. T^a De-3i'gr-BuilFirlm' art Des,-�'Jild F,r,,.., s en '"Per ��51 a'Jrlst�.s f rr; Fie CJ, 3ra,i "a Ie no resppons,:c,; yy �'vr�re y DESIGN -BUILD FIRM'S RESPONSIBILITY T r~e Des ,n -3.'d FirM, a' "�3 'a � �� �.r..-a',.... tj Cr fo' hir" Prc e�. Prlana�; for re,�e,v: 2. Stagy : ea_ C_. ,a S__ -__ rr Des gr-B'aiid F,r-7's S'37_ ire' ya ,rg-na't^ey ha ie bean 'Dasl- .'1-BJ''� F, S C ,t:� tJ ,-,s r' e: 99 i"�� .J D` -i 1 ii v a~... +lam rl IM. �-�, �"_Ir. ,� 'S a7d--crJ'.,_,.__.✓ .., .ter .3... etar J� ,f ,I Ca,aOg a7d S. a �a'a { e; Ca'a.g cr s-3II . - rr7�sJ2t `-1r r-, 3 '`�� ':�'�r 1f�I �-�+ /lam s. �. J�ir�' .M s'%^'..1 ",v f '� _ �J cif Ji �nAY� 'rSf���l tl VG D�Ji I Cr�_ rl s-� p dray i -g for4-1 sLrii_ �..,, ? r�i'�s Cr or u^.A. �� r' ~" .1 .7e to ie7c f1 -3 'ya'" a ~S'_ fir r`� r- - j c a a' i. Ca'--,, t_4 - Y : _ If �. r1a">> r+,':n S C +-a.,,;"� aS a„ _ C i „ cc as Sra, ,. r, f---;-,tn= Er:g�neu , u t-- t"e P"aj e a'S-O✓ In no less t -an t^. _ i � , Days f r c�ea g t,e Dms Cr'. la tal.en by' tie D=s. I3u'd F;rm ,n the la; of S;rco Draly nl Tra-sY =a' to t -e P,:�jeat P,ta ager CITY'S RESPONSIBILITY TnY City by tree Desig,r-Bllli Firm iJ Ir _. _. r,_ w -( „_, a' to be in g� era' ccnfarma^ce wi'' the design cog.: and in general ccmplianc= Cont -alt rec, ;l even',. The City's review and con-. _...s, if any CC s`..'. `.eS a i; condlt',craj, or . a lflle' p' erf' issS cn to use s,.,ch eglii;""ert or me-cd5 a;- � 5 r , uGC t:+'Jte an a ce tance of d nlenS'Cns, r _.:� _ - eS. s of the maier;a�. _',; ent, devPce or it -am Subr»at'e:. Tn,e C,,y is not resp+ur.s:ble for the acc;_.racy or content of t,"le subrnittals by the Design-Bw Ia Firm. 2. Re, e,, a,id re`urn s�,co dra'r+,?rg submitta°s +rf'thin thin',; _ - Days of receiat. 3. Re,e.:t and re`urr S^cp d-a,t,ings to the Des:g 3_, Fr7 +,vt,`lout acton (Stam^ed s✓ "REJECTED-) or r_n,4pr *n th th,e fci'o+,ving applicable --n 37 1'/3r�r,--r ;r=ek S aral 'ir3!0 Pr7)10., EZC, 3 1- 17 City of M a. n;, Florida Ccnnra t No. 15-10--030 a- "Des;g,i-B4Oj Firm's Sta.rrp reqs, red - i^ccrn;�e le'P�fie,,5, �y Des�yn-Buil'-' Firm ". or v b "Subm�t'a! Incomria'e - See Section or -. "Ccn,, act Varjation Not Noted in Transmjt:al", SUBMITTAL PROCEDURES Dr3',v-,j D3`3. 4`/lthin tweniy days a`-.er the A,,,3r� cf the Contract tnA 3"-3 � s•bm;t to tre PrDfect Manager a cont! to iis'.ng cf 7an,-Ja for all ite s fir s" p df3,'r rlgs are to be submit±ed SI^Icp Dr3' -g S -t"^- --3! Sche-' ''e: thirty (30) da js after t e a`; - ve to Proceed. the De E'_,'d F'r^1 s'ra'I s:_,� - - to t"e P",-oject Manager a cor-r'ete shop dra',%Jng submittals ^y t c (ecce=t :vs f.r s'.j'-miss;on, t^e b g,r, - _ =.J�� tes`:ng a -)d ins`a11at,cn v' .`ti'e �'s• s. es and e~,Jip,^ crit. notirg those s . rr .:a s to the prcgTess schedule S�yn�,}t3 Lcg DYsi, B� I"� F;rM spa' r a nta r, an accura`a +-12da`e-a Ion of submi?_a!s 'n,h& a`_ each progrrss r�ee',rg til5l rea.�+'.� -Y t, -e C-, e3 as rid'/" recei'i?: 3"Jch s, J`a"�... 3^,�' �a`�d Si^�, ;f.,,'a,fir', "3 �`�-'^���-1 'f`�J ='-TED 4v, l be r�L.mcd i��t1, J t�v Des'gr,-B-A Firm f3 and rc-sbmlt_a; ,`pit trlr care- ,'ion indica.ed on the ^ ^ Dr ll�`�r' 4n -9""� Dra'r1,j,"g sPee`.. b1"�- Ji t.cr" F,V J,-, "F -r, , � "IJ t C `ra.,� Pu,rem, n`, a,3 Ir LL -e _-est _ '1'e Cfty ars t�- be sc r" -",-or as r,�' t.c invc'fe a _na-ge 1r Contract C: -.f -3/ I- -� e FD 3 7 �., -3`.i3r t,~ } lv'✓n- Jh] 'r!'.^ 311 D; L _ rl - ? ,er=J` t tn- 7. t - �, a:.,pted by i,e Cl-�i. -s:J- - 3 s r, _ 1314_� .n _�e s3me rrurne as first s�bm .=a s. on r-_.._ s tr3"3"1!t:a' ?nu Lir t"a'1 t Dvr =�', rs r= _��`.�a by the Pr+ j�ct 1\.137,ager or p'rD, sut—n::33crus.T.,=�_ _F Fig slal�fr.?'<�3�j'_Dpi .Drsr��'1�I�a'jtH- TPe P, Y. _ , ar a v,Jbr^It'c , s __.cr 'ala ma (;MU -- s' 2' 3'2`Da_ 31 theProjec:a,' ra'-3 �J 1 j'f, i. r�,'�rti15 In c "�IL'e _--J Sc 5' DI a^d a,i!I be conside Re;uctec'' re, 5-sw i7 a rni nimum of five��1 s?:3 CICS auaitfcnal sZ:i a3 required by his 5,Jb Des,gr-E.: !j F'r-s C each s" iop dra,',irg Submltt,ai for Fevie'N. If ca`a;og s,' �`s crrims cma--,�l'3Dture-s' staida'd dr3,',Ir�gs r'3.e � tte�a p " � sup^- as Shop Dra',vings, any ad-,' tiona, {nforrra`icn or c'r,anges on such dra',vings sha:: be type'r,ritte^ or lettered in ink. The rnirimum size for shop drawings sha1 be 11" X 17". Each shop d.r3',-r;ng shall be clear, thoro+.,(,,hly de13)ed aid sha'I have lis,er on it a'I Contract Docur---- s references drawing numbers i, s.;ec!fi�cation section number(s� and the s`,op drawing of re!aled work. Srop dra',�in,gs ,mus' ;✓e complete in every detail, including location of t;,,-� ',Vcrk, Materials, gauges, methods o` fas:ening and s,paoing of fastenings, connections with e-,-er },,fork, cutting. fitting. driilirg a: ldl any and all other recessary informa`ion per standard trach pr3.t ces or as regJJred for any specif;c purpose shall be shown. 33 hirer r?�� S�yCad ,af al Real or-ivcri PrDjort ��, City of NA ami, Fio'ida Contract No. 1 5-10-03+3 ll,rr"e~e pr�fes-, ^ra' ca —or's and or oertificat�on of performance criteria of ma'erials, systems and or e.g'Jip7l are rg'_jired the Project Manager is entitled to rely upon the accuracy and corrpl! ''97e„ of such ca'culat,ons and certificat ons submitted by t"e Des gn-Buil'j Flrm. Calcul3`;c,-s. Lvhen req'.jIr-', s�all be s bmitted In a neat Clea -and easy format t0 fol Vv Desi -5 �1 Firm sha'�' kee : ore set of Shop Dra',vings marked wit�`� Projekt Manager's d -• � s an ,or Consui`an' s aporoval a' the job site at all tunes. 41. Product Data Dom.] 'gn-B� �'� Flrr`i 5:^��ii 5'.a 'r`'it flour (4,1 C0Pies Cf 0rod'Jct d3�i+r+r-3rr aretjl InrDrP-,a''Ijfl _a7d o�,?r�:ii".� and r a �te a�.e ma^ua's it t -ie same manner as shod ` 3,', rg submit-a's. Each copy must be r'are a;�-!'cable prod jcts, models, opt',ons. a-ct}-ler data. Design-Bui,d Firm s"all Ci�rtile ^? t r"O" ufa:t'a erg sta,"dard data t0 provi,J F -'� }I'' a t0 t i-3 V1,cr.k. Des g^-B_i''d Fire' s -a' e s �r�:, 'a' -'es tf at 3-= Sl �r t -a k erg to r � � - .. .. �.. a a:iall be m,ar� t7 t^? a`. Q i5 a^'� t` e Contract Documents. :s and ca'33cir,e-s, 'r`�IrinlJ^. and rJc�'r y d'3g'a "3 C ,e Jia, CO^i (: ca -3, f'n,sne5, d ens"Ons and req'J'r-2d Clea~ances Des -"-'Bj Fi'r' ^a ..r" t a J a ' a l r'cd''ct ua`a l,lrarran;y In`Jril at.,�n a: -d c -r ^ -'' _'J'} pe.l. c cmplet;on of construction. 42. Record Set De7'g^ 1, laJl s�!'e place at :,'_ Pimject', s} sites a CQC1 of tre C�,+,~�Jt. c. -3 re -,o cco j ���'.` _ ^ s�'. C` ti^ Cor .'act ent3 inc'_id ^'y t0 all '�a ,..�_.., :a� � � _ ___.,.�.. �",.,err n'��. �"'-'� �"•.5. C!^a^.ye �+" ��� �i I� div reJ1ris Cc) s'.._,,.,C^ prr,�g",Z.5 S:; . - J a3'IVr as �`...'] SSL :�� tn„ Pr.J,�.t I�rla�lag`�rQ" �.rCr-3��'.u�'«. Ir gccd .r: a^H- a , dta}ea t. s a'' a g ria, c_,r;ry ccrs_"u�t:on. fir. re'ccry _ c'cur v^ts s�a'i uC�_ _i? y L d _ 'a :� De7 a' -�� i' F;Cr tt 'QLy .J�!` t C�d;I F, tie 1 I tJ a C C'_' --3 '1`. Ore rr3�� to ata;�t JL'e �i'f fC to f C a C;-, v C C^a gaa Cor1s._ict.on Cn3l-'ye D rect:ves and Fled as 1,e] as a -j cl ,r�`;ca`icr,s. and a'i concealed a -d t.,—i=of p"it,ir''g cs''ll u`;y se^ -,1C_-3 D_slgn-B_iid Fir""' shat; ce-t,fy the acCUr?;,r J` t: e u. 3t -2d r / ___� r...00 d QJ: �n'.3. As :3 C-"`,-7- r'OJ@dtii to City's CO'i O:''n to pay D sil'... Firm t"e Des;gr- B _:' Fir- shall �r J r„ '' Cu, Sat,afO:tOry tJ ti"a P , Jt i,la 1a t^O` D?C �j�-3�'il Firi iS J '; ,`.;�__ �u�iy 'update t; �e record doCUm��^tom. Frc sina'I be aocuratelj IOCa`eru cn the record documents r -Jr less tria-, t,,-vo f2i perma,lent fe0`,;res (e.g Int:?rior or exter;Qr r"i0`� face;}. fii,e ruCCrd �GG"� "e^`� S^cn'l be CiBan an� �uii Ch3:1 Com, GOr'uCtf[Jns and d;rT'ensiCnS s ;, in a reit fe -inner in red. The raccrd documents steal! be ava:lable to tro City fc~ `e er Y upo^ : s "at;cn of the V/or'k a- : as a condition precedent to Design -Build Firm's a = e't to E,, ia. payment, the record documents shall be delivered to the Project Manager 'cf t: _ Design -Build+ Firm, The Record Set of Dra'rving shall be submitted in bQ,h hard copy and as u'ect,"chic plot and .dwg files. 43. Sujqpfemental Dra`Mri s and Instructions The Project klanager or tDes:gn Criteria Professionai shall have the right to approve and iss e supplemental Instruct ons setting forth written orders, instructions, or interpretat.ons concerning the Cont -act Documents or its perforrrance, provided such Suppiemental Instructions involve no c"ange in t` e Contract Documents Price or this Contract Documents Time. 30 I63gner jr�'jtcrI_; --anal R35tcr3t,cr �~.71 r,t pi, 3. . City of Miami, Florida Contra -,t l'lo_ 1 -1'a -03o Pro;ec' or Desn Criteria Profess,ona steal base the right to mcd Fy t o dela is of the pia -s and specif'.cat,3ns t3 supplvrTlant the Mans and sp?:�tf�cationS ar'dlti0na plans. dra'r,,ings or 0-)r"af',un as the proceeds, ail of ',which Sl'a'y tie considered a7 pa -t of the Con,; -3:t Da --urs `s f roe t , j __- In case O d Sa'�' r Znctl �'',Y�a" the w'rr ..v ? gr 1C pert;ors o the Contrast Decumv s the Nrft`en portlofl sha11 go'/e,i-n, 44. Design -Build Firm Furnished Drawings r; a j r-3';'_lir? the Des,'gn-Bu^I,.1. Flr,7, to f'-irl isr- des',-. S-'oo a' ,r as -bull`. (111,3111 ,y 3 dew �Od .�g n tr e ra,-,e a a 3--,�p• o+i t.'2 �I /'Dr k to to per', ;e; Tr e a0^"Se3 to tree ffer`_ -` types Cf ✓,J.tr;l ,� shad, a re of the dra,vr.;S: in _a' a m3 -'C t; ACCEPTED - I'q PPDCEED AS C JSP=� 1 :D - M,ror c`a"ges or 113 Ca QrCCa=-' a__3vta-Ce r' e.{ C]S'v = ae7 U' C Fw Crj 7-- re �j� C•` _7 �� t t%e r�lm --'�'y ?ae^ref' --- - 3 a - re ;,e t,"_ 33:0-3 1 45, Substitution.; a rr r` -,a - I_v -Cr t�7e na _` a �. �:•lr! � 4t' S iir. _ I ?..,. t.S `, -, - - -1- .,.�n 1a':j �,ai .. Uni;ss. ..ra ,l,,,,�..:�,',. �s --a:r^,y t`dt ^1 IS e.-7,_ye n =._ ?�3 or c�a' ^iaf7' o` ot.`, su Wi _ - i "1 �C E^_ n ReCCrd IT ].. .- t� '^3"''0"' 13 J_,.. ,��?-I w �'�3l• �, ' - tJ r�a:�ria; or e,' ;-aTr'-�) C' a':� - Y _ r-3 .e,MS C IMa�e-.a.' r ITM. FI.— 1e -S cruse a Bu Id F,r`"i ]ru - .�C Engineer of �, �'..V r',. fora ,._ , tie f�rj�.i�rr�a b f tea genera des g-. be sl7,,= ?',. of e ,ua! Sub3tanCe tJ tr 3` sv _ �'� and s_, -_". c, t^Z same use as t;na: S� _ -, ed. T _ ,application shall state that the a--ec)tar-:'n of tie proposed s.:bst` ;lz r . p ce- Des:g Build Firm's achievement of S _ -gntial Cc:-,- on c. on time. r,Oether or not a --septa -e of the subs`i:ute for use in the Work ,', _ � ,Jre a cha , ,e in any of tine Contra--: Dccumerts to adapt t",e des;gn to the proposed substf'_.'e ar ,� ,,,� - her or not IncorpoFa`,Cn or use by the su'^S`;tut3 !n ConneCt;On 'hl:h the ViE7r'{ IS 5_, = t tC : ''r"" r` r` r license fee or royalty AJ tiiaria` c,s of the proposed subsFitute from that s� : �.r be Ir _�_.._ =a' in the application and avai'l3tle ^maintenance, repa���r and repla;er"er,r ser,, to ird,isa', 'j The application also shat eentain an itemized esl. mate of ail Costs that ,vii; result direcVy or ind,recVy from acceptance of s, -ch substitute, including Costs for redesign and claims of other 40 Cr.�a e, ,'i 3jrar a j . Y"Jr7lC ;3ri1 -�'.7C'=f3[.,7r City of Nliarni. Florida Contract No 15-16-03C D�i�'-'J!I+� PlrrT�j ar�ec�es+ p o l� h �� c + �" � I t r s�, ,,,,-g d. a�, �. o+ ,shish shad ne cons...l ed Gy t,,e Engineer of Record in e/a'_tie proposes sib `'rite T, -Ie crg neer of Record may require the Design-B+aild Firm to fur,- s`: at Design -B il+d Firm s exp ense add't:cnai data about tine proposed substitute. If a spe`Ifid mean, me`"����� ,� e, sequence or prcce+dure of construaon Is irdicated in or re'iu!red by Contract DJcu,^�ent;, Design -Build Firm may furnish or u',;�=e a su;3t,tute mean r�e`hc technique. s � _. _, � _ � s . _ ' _ r� of Ccns`.ructon acceptab�= ,- Eng rear of Record, if th,e De.s;gn-8.'- informahcn to a'io',a tie Erg neer cf Recr� t de'errrire t^at t _ s_;J_. = a'e^t to t-9' indicated or r �ir� he t c - �' d by the Cor rs t Docam+ents T�� 3"-: „ ty the Eng neer of R lords a'! La ["8 same- as t�"�os� r�'ila� "�� I fir5��3'.�:Ute rra.- ,.i ? equip ent. Tre E-gi; eer of Re ane City sha!I be t"? sole judges of the acceptability cf any subs'It^ate. s - I. -i be irsta:leor e i v`,�'houl tre City's and tr�'e Engineer of Record's s"3 �_ ��,-r_ .,�: by e,,.-er a Ci1112nge ©-�,Ier or a^ apprc'!e(, s .a Tr J C4' R: _ ,"e Des y^ -B ''' Firm to f mish a, as v_'a' i a,_ �_I3r3 -v or - -r 5- -`y'i`i r_e3_,e-t to an) C .1 w �i E -q -nee - o' R-3cx! r , -s t -le p,,-D-os?af s ., _.. 3.tr C ,. -e DSS+g^-Budd FIr t:�r? -DUr3e t+^e City fCr t".-- 'a'yv� fir - Isub s,+,,+ e. _�i ar,.d respo+.3�=1� / f._' -e +s+-' �_. .alcf'3 c .3'We _ .ra 48, City Furnished Dgwina3 C:z cr the F�crida S.a,_1es ;as cr, raparuu by CH2�.M HILL e7_.3 _-es t,^,e r"esgi cr`.e - a re- ss f,rtie Deslcn-Biui�,a Firm t� p ,41L, r- trm'r',':r:� t-15 PrJ,eC,,. 47 linter rotation of Drawn n s and Documents ^5 a`_ Pet=na,�r to b� cO 3'��t�nt.. - r-�u`.a�� y �.Crlan.3^ry, an,,, S �f�'J!u shouuif,' a: j e rxs. i3. ccr';Icrs a - Cigai+. _ 3 b? f_ " w'3 g3 and, or 5cecif iGat;ons, to tria Sof, me^iia' int ordlscrepan+;y and the D.siyn- U IGS Firm agree3 t3 ? j �" ;�;t P,Izi -ge 3 , _ l; s decision ant" perform t^e Vicr'k in P, t; e uv _ the P. act c.r t7., Consul ant. Yjhera tie Des,-_ Fir is rot e a _-'re R-_,ect Manager's or 3 s'e�is;cn and the Design- 82d�F rm d,sag,aes t; e Dei g-B�_j'Id Firm s�a _ fy tea Pr ct %13 -ager that the Des+gn-Build Fermi res=_rr,es the rig' ^t to a cla^m for a- eq, :'ay. the Contract based on the decision. 43. Product and Material Testing The Design -Build Firm — LLst prnvide for its own construction quality ass,.(ance and qua�,ty control inspect ens testing and material cert,flcatlons and not rely upon the City for these services. The City will not be raspons bla for ma`_eria,s testing of any ty C e (e g . grout for rock'Soil anchors) All qua'i'y a;surarce ser'iiCes 33 may be required by the appro'v'ed project specifications shall be the responsibility of the Design-Bjild Firm. 41 ,'r3gn?r Sa, colC Canal Restcir3,,oar :^?Ipot a�, 317" City of kl,aMl, Florida 49. Field directives Cor tra ,t No. 15-13-033 T re Project M-:r,ager cr Consultant may at tames issue Fleid Dlr?yt pies .1 -3s: -ad on v,sits to the Pr^,'act=s} SVtels) S,�c� FIe!d D'rectives shall be issUod in v,rlt,r;g and the D�,s�g ;-Bj� Ild Firm Shall be re,u!red t'D comp.., .n tr e d recti'/e. V/l ere the Des gn- e B�ii�J Firm ue;,e� � s fila_ the �,ec.r.. �jv„ s :,ats�e t"e ',VDirk, V -e Design -Build Firm shat i&1 'Lf,in for` g'�nt (43) hours. notfy t;r e P ~' � forty -e � r3liec" ^,l3^ay a .-e d:restive is outside the sco^e of the Work, At that t rre the Feld D:-e,:t ve r,a _ _ r tie Desig'1-13uild Firm m3 j be requ,fed to s;abrrit a reques' hr a cna^ge t0 t�_ a r Y -e,e the Des;g^ i-Bull'd Flr7 Is 7ct:f'ed of t* -e CI;'y's trd: une 3--- t -e Design -Build Firm d saz,ees t -e D-3,gr,-BJI;d Flrli s^a D'es gn-Bul:d Firm (as W ',?a t; .e rig t t3 r" a <e a ci--m for t" _ [!r -e v33 a _^ ti e'r e ! Dir'ective, At not seal til? Desiy-B'_ll'd Firm refuse tv cor,',piy e dry_. ,� FaT.,e to corn'pjy wi'_h the der-�.';e may result it a d?terr,+na_,on that t' e Design-B'_j+ld Fir---. is. in default of the Contract. 50 Change; in the U/ork or Contract Documents a�3- �. ^.` 3'.. Do' �a" `5 a^d'i',:'�G�t n�' 3 to 31f .'�.re'j City rase ' n-5 3^d s,.Ct! iirre33e3. da_r?eevs D -i7 elt�tjV:� d+e t e Co' 'r3 :t Dcc3.rrien`-5 as ,may to consld�-. : or Cas,rab'e to co,r7,ie.— t_+,,,i u�.� 2uo>✓pt3�ly the proposed cons truct;o" of a Pro, -.. In a �, sa-,s`artcry :-a,�^�ar. A^p e�c�,3 :� aa�_,na' UVsr't wi".hin t;,e scece of Prejecr�s1 must be 3 5` cy r ea^s ap`'rcrra`3 Field Crle-3 a:-.1-1 B p3 e, i3 I 7`_. r.7 r C a ge Ore`;. to :cr.a in a v, :h�': T!; 5 s el. t�'3n s, a i rc' �^J1 e is �z .7 of Ona Cra lrs :.te meted A-dJe5 rot e Des;:3 D_ii 3" _ a r =- re _. es a,_ "c'.' er un,dar t, C07,:ra3t and Fio 3 La,'1 51 Continuing the V`lor.� IJe 3 J -- � � e`i�r; j.'��•�.. � 3a--� cr'i t`�e Y, r�r{ a"'+� 3 �^'ems t� ti.� r.3' ^r37> s3r'e'J � - .w � a�.I d S..0 � ' e � l �y .�uirs or a•5a7 ear e itis ''p'i't t C', -_i-c' ., - -Ates or d sagreements corce ,-g a re�'ues. far a a re�-_;es' a c )s-,� or Ccntra3` t:r e r.r c,�'� et''or. The i`r rif s"3 I i.0 be d�i3 ed rem res 3l Jt fe s c -- a 52. Chan(,,e Orders ofCCt^,e�- tl�icr," `Ari:^ire t�,-e scope of the Prrolecti,S) vbhicn a`a not J C, i iv Ord 1-J or udiy. `�' 1n s lrc!L: d"n'g ail charige3 a, -Fe, -,1-101 or tiFe C ;ntra3t Time. shah ce by C ange Orders a,ncrc`,ed in at 31-' isss ed i.; acccrua^3e'Mth the pro•risior-s of tre City, I" ~,4 t s3' `33tory ad:ustme ca^not be rea,hel� for any item requiring a cha gc in the `-� :'' ' Cor`' -=i --t Time, a.,d a Change Order has not beer Issued, City reserves the r fight a` its sterminate the Contract as it applies to the items in question and make sLich a`r? = _ ;,ay be deemed necessary t3 complet-= ttie disputed work -or t the sucm� n�a`_ter lr �.r ;_;ter -e Director as set forth in Article 3:5, Resolution of Disputes. D,-rng the pendz,cy of the d' te, a^d upon receipt of a Change Order, approved by City, Desi'g7-Build Firm sf"a'l pr- -,- ceedtie change in t,e Work involved and adv, se the Pray --t Manager. a id D,re3`cr in si-g 'Mthin soden (7) Days of Design -Build Firm's agreement or d:,;a'-eernent vv,t``i the rnet"od, of a^yprovided in the Change Order for determining the propose'. a-d;us'�-ent in the Contract Price or Contract Time. -1z i'13 re? �r,?K j�?', M+7iC Canal Wiest Jr3cor° Pr)j9Ci R-, 1 1 7 1 - City of Nlia—i, Fonda Cantract i°io 15-1 -r330 On a: crov3' ofany increasirg toe Con, -act Price, Design-Euiid Firm sra'i ensure that the perforr^ance bcnd and paymert bond {if applicabiei are in, se d so that each re`'ects the total Contract Price as increaser'. ,yth the resulting increase.'!,'. res mark p, in bond ire ��um re mbursed by the Citi . The Ci o e- h City rv�e' ie3 the �' .. r� c; �a"iges '�t! Ire, r"3� re �I- i. ;' t �d'� t::�n3 �� � s-�u � �- � ons o or r� c ther. v3'--3 of t' -e 1�' F 1..� of Ji �� !!cC{ $��C','rr In the Gon'_ra:t are eylt"11f1 the g3r-ar3l A,.'3 j s..�h --Fa- es be ora Nc EA --3 �,Vor,� 3^3 pi-r3uant tC x1.1'17= , orders _ t`1;- Prci-�-::t tree: ti e Vi,:vr{. 37 L7.e Protect t~,l.s^ager ma} d re'ct• lo.der cr rec �e r7 1 _ - .,� _ _ _ _ � ._ � � _. � riorn in+v;-,� -� at+,+,hich t+�e Des:�;^-Euild Firr1 d�---S rc b� E v De- 3,-ds.�-a l JJgpromptly dr-, 1-1 , 1,-e,A,. r� P- 1�,Ia-7aa' a 5---7 rv:Cri c ''�.� u i�rCr �' - :e( 3 In',C'''ie'd: 13 a dry y `,e C '�y �= _ `} to `.?Se 51 n at;:r a3 It r- ee-r adi's 2dle 1 4 ! g Cr s n d 3,0uted I4l/0r'S. 53 Chane Order Procedure E'� r3 4x11 i4, 5�u' res iii _. =q-Aaac aaj 3je C` c4e:red3ef 4 '-.s rese�-, ; F'- r-3a3� = re?5: { _ 33/'^g3 rW'3ye" t t^� C._r`-a 'ems}J= r-, r_. r. _ - ✓< 15r ^r Cedarr Cy a f OF._ t:) Dei "' ✓ _ Ffm CI '; . J y^ i a� iri-'e E- C:(-'3 Bad F 'r, i _ --- L F i ob:u s� f� _ _ .,-3- tie Ex" --9 I,Vr _ . i` s b y tie De 3 i�d Fir 'src Ria •Y7�rl,�',_ j^�I' in" . �� r�� 'R�`�� r�r�s,-,rJ t✓ i�''� C� ."_._. `l� -,�~ "" '_ - f ` ..= 37-- Ci-- � Sit T�.., I i ? Dry Jr' -Cu of t+ -e cos, pr:;posal�Jnst"3tli'q its fe357n3_ _ e33. In ~,a�:c�~- ire 1 r ,a,' re��.ir that t, -e Des +�--B i!d Finn su- . - an} or al of CC 3: �ru3�.'.�',r Vii' r ar'ccs's(car CC -3 `_s is lir r, -3s r, t, � i J class ca: 2, d C,e--re-a� rates in .sjrpert of Design -B ilc Firm's Ciange Propose' Request. The Des9--Bu Fr 's C,^,a;-ge Propose' Request mus: include any sched'j'e revisirors a^d an expi.ana,:cr cf tre cos` and sc�edule impact of the EExtra bVlcrk on the Pr o � s1. If the Des,gr,.- Bulld Firm fa to notify the Proiect Manager of the schedule changes asst--ia,ed with the Extra Vi'ork, it vi�'i be deemed to be a, -I ackno'Niedgment by Design -Build Firm that the propesad Extra V/ark wiil not ha,ie a,ny sch ed,A!ing corsegiuences. The Design -Build Firm agrees that the Charge Proposal Re;'_,est in no e',en; include a combined profit arid o,,erheau rate in ex: --ss of ff,een Cf the direst labor and material costs, unless the Project Manager determines teat the con,- e.<,-., and risk of the Extra VV-rk is such that an additional factor is a-3 ccriate The Reques' f'.? / to aCCepted or modified by negot,atiors bet'rVeen the De3ign- Build Firm sr the City. If a- ag—ement on the Extra Vl/or:lc is reached. both parties shall exacute the Extra ander in 'r, :: r -g ',�a a Change Order. Unies3 otherwise stated in the Change J3 d'i-9grer Creey ����+311.' Cana! Res'ur3r.^)n=',Jlac_ _, 7 1' City of k1;a;mi, Florida Contract No. 15-16-030 Crier, t;,.. execU on by the Design-&i!d Firm o� -e C�ange Cr;.r sha'I se,-Je as a re ease of the City from al cialms and Ilabfllly to the Desag, -Build Firm relating to, or in connecLon Obit +. the Extra Yilr�, in,c! ,d',ng a^y ,moa it. and any pror alts. neglect or defy ,lt of the City relat'ng to t .e Extra Work. UwtCn execi-`.'In of a cf a,^ge or -4=r t,Cat Yf-z C`j tl-e Ccn:',`aCt Time the De3g i-B'dd Firm s-a"I ,,,,,thin fl'/v +.-: �s:. _ss days s'Jd,it a rv;is�-P"oject schrdule re`!ect'ng t, -e c1laiges 3ya'ns_ ti e baselines _ 54 No Oral Changes Except tw the ?xte^t expres3'y set f.o(t,, In t' -'.e C0,7','3ct. no change or modif`caticn, li, termwi ati5rl or d s -a-qe of tre Cof �'� f �, i7 any form,, `A,haLLS�e-/e� sl` 3,I to valid,or en"Droeable It Is r h,n,� a- -4 3i9, -,ed b y t`e %art;: s charged, thern',vitn or t,�-e'; duly au,t�orized repre5en1,31;'je, 55 Value of Change Ordar Worts T ? _ i? of 3 by h3 .ge P. Cr Ci a f Clam f,�, r a inr,rea3e Jr ? Ccnt.'3:t Price sh2 I tie W:)r!{ iIr4oi;-ed i3 ^.a u _--s co -T3 ^?: in I^e C3r^ ,,act, by aCpl�.3`r_n prides iC t�e q'J3n:it!es i,. : s u m 'tF ai 3=Ce,ji? we Oi a 1�_,� ;h s V, Desitin -B,_6. d Fl, -7, and Prolect Manager cowairs a c. "mpc7ent for and prrf:t. C� t -e das 3 C€ t. 3' rt „ ��`:', ,?d 3s prov;ded 'n t, -J3 CC"Fra,Cr p'us a Des -- B_ IJ `,r", s t -_e fort i erhe3 :! u s des= 3 3 hr:) e r t t, -- a -d pa d 1J/ DeJ _ rye e t''a til r'c de_.i �sa In tom_ Ci _a'g-= Qrue CXC l33 to in 'h,r"_nq by .: e Prcje„ co3t3spa `e lin ? ,I-_ 1"_3 r'C lin 17-,a,:/ c` --e s4,31 Incl;ade chii ', ;e ,3,5,17g It3—S a -N S"I n - !"c!_j e. a, J" CI ..'e c -03's lta- Izel ,a J'1 C'Cst3t 1U 1J--- , t"e d re^C _ _'7y of 'A ),-X des rice_,' if' t'lf; Charge PFoCcs,aI R;A ;e 3: L�d� s - r a» _ J. �c,n by Pr .. iM_ga ,aye, ar d Des �^ J `ir Payr cps`_ r not ernal'_yefull or t.`'e'';`i�r, c'J`ie:ed by the C '? t-e'r`r' r�. Pa jr3 _'S = =� t Csi �`'r c eF r3 }4 ",C, 5. ,3 3"v p3, ta_tes. o ir'S?rs or ,i,crbi Tlvr, s cc: i" 3 I�a,e. 4'a�at n 3 ;� fl31id31 hal arr _.,' Jn 3 J_. l p syees sh3I In�lud? aidmti-_ si+sy,The expenses of pe -,„w r„ ir,g t,ne VJior< a`�t er regtJa; nda ' or legal h,clida s slnail be included in tie a o',e h `ens t ed � �u i �y J to t, �e exp.. � a.��n,criz.,u by' Clty Cost o' a:' rra`eria's a-1,,, e'C,_ ,-: 'int furnished a,^d ircorpera'ed In the IvVor'{, including costs of t'3nshcrtaI:an and stCrag�-: ',-'"eCf, and manufacturers' field serv"ces required In cClnnect.lon t- `e',v!t�. A'1 cas'- '7:cu� ascrue to Design -Build Firm unless Clty depos,ts funds De -s gn-Build Flrm Ic -,a,A? payr,-ents. In which case the cash discounts shall accrue City. M trade uoun_s. re` i:es and refunds, and all returns from sale of surplus materia's aid e'=, a =ent sh= a icrue to City a. -,J Design -Build Firm s�a'1 n,a',,e prc'ris,ons so that t, re j maj - `a Rent _ of a'I ccnstr°uctior, equiament and and t"e parts thereof 4vhether `; sr- Design -Build Firm or others in accordance wt`l rental agreements approved by City `-_ a.',ice of Consultant and t"a costs of tra,nscortat�on, loadirg unloading insta la`.ion. 4-f ytir3gr'r r reeK s?ynol,: '._; nai Restcr3i On Pr'_ijec, Ri-, 3 " 17 City of Miami, Florida Contract No. 15-10-033 dis,ma"t'irg 3rd remotiai the-ec , all i,n a ccrdance'mfh the terms of sa,d agreements The renta of any such equipment, mavhinery or party s^,a'I cease ',V en t.^e use thereof Is no longer recessary for the V/ork. If by the City. Desigr-&,!d -_: +aln compefti re bids for U' -le Change Order NiVork. Des •g-i-Bu+!d Firm shall deii'ler s_ . c . _ �s to the City who wil determine �r,hich bids Arils :? 3 Ce -2a If the S -At D" , t 1e pa'd on the das,s cf cost of t',he Y/ jrk pl,ws a fe ��a D� 7Zgn-a_�'. r'-r"S cos' of t7e sha'I be determine: in the same darner as Des . -as F r„ s cos, of t;.e �!'JJr''t. A!I S_i�- Des g7,-Bu,ild Firms s"ail be subiect to the o"ner Pro', s ;r.s c tr.e Contract Documents insofar as applicable. „ The t_`7 ccs` c t^e shall !rclL:d e any of the fcllo'Arng: Cz�3t c- sp_,4 r:ljding, but not limited to, consu!t3nts, engineers, te-st"rlg lav'J`3`v'r'e3 3^ia 3 ,"ra rs em;c!oyed for seri'ces spe'clf,ca' re'a:ed to the perfJrmance of t e Y/36, de3-�r Ued in tre Change Order. • Svc eme :a' cc `s irri'Jd ng the fcllo,,�,+n+,' • cr �r- Jr n' _e333'j t"a ^,��3:,]^, tr3re+ar� s 1CSs_e e.(pe'ses of ❑ 3'gn-Build 3 e i- : sa,"a:Ile of ��_. s C r, ?,c`. 'r. "S C a Yip v"; ex:ect for t-3 _ `` f" t; -e Site c' C,'e Y,'Drr . • C+� 1"1 r g t'�^s cr 3:,Jn a-r,a n:era^ce, cF a'. r7 e`er'? 3. 5 'r'clieS a Jlp,r v^.t. a 3 c f: and te^,por3ry fa i! rea a` the s to 3-d vt a'.I,r_- c t -e 3'e in to pe'=,rrna^ce cF t`e',`r "<. art. !e» r. sJ '", re -3 ,ns t"e yr jlgr-B l? •J ;rr ry e't D --8 F r - _ Div -3 _ - a , _�5 c.:-�. 1� Des', --E Naim r.s a�,, T-_ _3` es _7. d sa-i_ary fa11 . es 31 r—r,_ e,C4 _ ses s: 11- 33 to ars. bry dls}3^.ce te; h re ca'f3. te'� �Jn Xr s _ _ s 3 .y ca3i, '}erns it c�.nrC:t,cn wl',h t^e Slior . • Cc_. c` yr ;far _,-1. a cJr�s an' in3J`3^�e regJ'r�� te—,a'J3e of c^a 1`ea lr t`e V Di'� T:7 e to , C3t c} C."e. Y/3r!�" s'ra'f not icc;Jde ar'y aft"-;-- Pair- ft; City of {kl,arni, Florida Contrast Nj 15-16-030 Costs die tc tie negligence or neglect of Design -Build Firm, any Sub Des gn-B ,ild Fir-,, , S,bcor,sul'ant. or anyone dErecriy or ind,rectly employed by any of them or for *I-,,cse acts any of them r -ay be- liable including but not lir,�ited to the correction of defect /e lork. disp,csa! of ma`eri:a's or wrongly supplied and ma'<'ng -cod any damage to pry pRr'y. genera' expense costs of any k nd and t, -,e cos', if any ite-' not sceclfi::31p y. and express jIr'-I'aded In -,is Artcle Dei 3 De�;gn-5'uC;d F,ri f -.r cvet,e3d a -d prof _ s' -al' 35 f'>H ii ■ n i^l Jy�31 j _ _ •`, Cr If none can be agreed upon. ■ A fee base c=-�cer,ta es of t,' va"o , p+orf;cns of t. -.e cost of t".e tii'r'Jr+� • !'r"a-e tre Des a'f- erfcr^-s tete YiDr'•t. Design -B Jlc' Firm's fete s`^a!I be ten oer ent (' -).. • '!'i�.--j'�.. Ue]f.-�� Dom'E'_.� J+ % ��.l. 3"v If a s+.�;e.,r�"`.r.-�.-- �� _ _ -. st v- the pi',s a. tiie De5 '- _.. r�r�,. 3 .3 fee f7, o`/er'..e33 3-,a p.r^'f.. T ■ �,�fee'5^, + - - ----? ccr'J �'_.� aQr s�_��eri'� }�. v��'s -e a`�'Icun t Err civ=, S 13 C,tj `� _ .1 - ?-ge r', = ,as alts +n a re: degrease 'Irl c C s a... ^'-r ?r, .y�d'J ���_ 7 e- r� tom_ _ ? h �- r n'y. +C rcr _ Ry tiJ`Jcrk nerf'vrrnad. rel . e . _ !_' _ ��` .,� r !^r �<, - .� �� •iil"�� _7�•j. C� ] ,'. �,: i,� ��. �'J `-j'1+',y.+ri'' Cf ti v lJ'ir7rC t",Ea` 13 @ i. c -:e is h(f+y'w i`.,`j 0' S'_,�( `J'r✓��� 1 1 ���er I^ t� -a Cnarg� V " 1 Sa! be 13 a41uS. t ,e un:- ^+I,.e.+lf w.. y �r^iar'an.�V. IUMO s6rIii 'r4 le`.Fef the is a- a.d c, -:--J:-. cr rc r! (.n f 3,1 sibm:t a^ ir" 3. CC5t a5'.73y� -?.,. .. tC t�'C ProJe.h Prla;�ag�r, . • +'v?t�or"rr 7--� 7i the ^yu'an;.i,es id Lnitpr'; s f Fr r-3`.er;3 s. 3�or a,, i, ,pr^e^ d Ct7 1 i. an • �e ere er a cis ge ir. ,cJ�� Des^, -3 .°Id Firm ?~W cone or more Sib Cesign-n--i!d Firms ar+d Is a- Ii -crease in t, -,e Contrast Price, overheaa and prof;' p-rcentag for Des;gn- _ 3 al� he Ittirn1 e a'ely. ^r 3 pub Des gn.-Bai!d Firm s. z d se..ar ■ Eii 37ce Dr;.�r Slate +,Jl''Nn t'e bcdy of t�e Cha.^,CJ.e Proposa: It Is basad L;Cn ;� Et rl �, n'3-''Ct:3`e lump sum, or "cost of the Viork." 66. Extra Work Directive reach an ag-ement r ":n ra.spect to the proposed Extra liV: k, or in case of a�ten�at^g ylr^umstances, t�`,e a, n—j, rc,vr� .=legis iss ? a directi^/e to t�a Dzsig B.jI!r_+ Firm `o d3 tl-e pror,Dsed Extra 'r'lor1. aly uPcn r= eiat of tra Ex`ra'�'lork Directive, t"e Des B-'�! Firm shall be obliga'ed to procae :' ivil, l the V/-,rk set forth in tha' directive. 13 J'#agrrer;�reeK �-AnJl R3St'-r3t,0r Pr]I+e^-` Ra,7 1- 1 City of Miami, Florida Ccntr act No 15-16-030 Except as proiidded belo',v. tape Design -Build Firs, shall be entified to initiate a d spate pursuant to the Article 85 Resolution of Disputes by fumisNng a ,v+;r t'en statement to tie Project Manager w�thin five {5; days of t"e Extra Di -e.' ;e, based upon; any aspect, of such Extra V`)or'k +rahich the Desigr,-Build Firm disputes S..ach cspate must rala'.e to specific ma''_ers rased or specific maters reserved by t,;e Deign-B.IId Fi,m in its pro, osa' and bade not been reset/ed prior to the issaahce of the Ext,3 i- -re. The wnt'en s'3'ement must set fortn a'l details of the Design -Build Firm's c 3,-, u _ banner that the d spu4ed it -2m vv -33 scecifted in the Design - Build Firm's propos.3l Dur, -', �L = ae� of any d'isp'ute ere,�rd r, the D- �ig B i' s'i h � e �s -�- a Id Firm must Aproce proceed 4+i�tn Id+r'C�`'� as set f,-)r'h !r,-- ._.. = r', _ ,. Dlractiv unless cther,tr:Se ad Wised by tn�e Project Mia ager's }�!� r'�iA ir�'� .r _ _ 1J. l��_ /er•'f tlne-e is a d s„ut�e as to pry Vey tl e Design -Build Firm ,4'l,'Ce pa" In 3CC^vr 3 C= t--3fes, : �a,agr3,ph. T%3 pail-ner,,si'Ar'i� be in f,;ll sa','sf3Ction of the Des,yn-B� 'a Fir fc~ a _ s'_ment to the value of the Contrast. Cor•ira.,Sal cr f,,r F,<'_3 ��+�'cri� Ir' the e r'C.rt _ 3"_ �S inab •'y to agree upon a mLt_]ai!-/ s3'sra;,t.rp Cr',e j^;, to 3j 1Di!0r',S: Nc p3!'"'" _ _ ce r- : C t'C (7e De far Ex' , -3 '!+i :r5 In ex:es3 of "Ast'uai and h4,e�e7_3_•y C'uS+" r';r .n i.3 t:) 33y t. 3.,-1 r:3`_ a r"3rk-°,� or ten pe—.e� (1 Coo) Mels r:( -.-a 1gV3r''( fS _ �,y the Deig^.-Build Firm or his Sub Deslg^-Bu ,ld Firm Ari ex-_eot:c^s mi.'s' be by t` -e Pro�:t ,tanager. 3 ? N3:e33a I '_ v..' s7a'1 a.t'ua' a^lam r'eves33'y Cost of t: e ary r-33 e by '.-e Des'g-.- .. - peri a� ,., ""'.�. /�' �'i,'J .•��. t. �_ a i 1U .., _�. , � ,� _l :r'i� !�:Gf �^ ��''�`''� ��..`.�h 1[��le _i.., U�,. �f ��: Injira,c.,e Lir �l <.., _� to -(es -+'�7._, _ T Fe �^ J','.�'. ' y-� �_�r� Al Irl ,l ail Vi'. are J�7 In p�_�.�. f? hi / 3-o4 crJ'.. /�'d.,_...age n5ar3�o'` e r" 3^CC a"a �3 Cr.r�� � OCCa�l7�^e'� 3 ��1 y by t Ext, -3 1J'1'or''; (v) the a:t'Ja' aid _�:5�'`;/ G `a`_ C� . r.e 3c5 f aX{ _35r tie e of suc'ClieS ate" sma' tCCIS not Icer aF?d bl .a' c es. ,ca! I ,,e - pG',+,sr fer such , a- a -1 a reas�rab'� rental for the same t7e Proiect kla'-lige`, 3"v (',i) a, -.y abb,tona ma:e,`a's n= ;fer t"e performance of tie Extra Work. Ca Se _ .{ cr r" ate` U's "?' r 'a Jlra: t be dJr e Cr f rn s"?oi Uiz:der t"-- I prCV1 r 3c so S-31" at t. -,e e-: o` ea -,h day fern;soh t; tie City such d'ocU S 'a.. -i as t:l� City n r '?' p'ori ng a!I the ccs'S of t.,e E.xt-a ^3yr!len1L5 an a., as ,tnv Des,,n-a�Jl; Firm sha;l rendera�i itemized Sta'c f,rea.h class Of 19 --or a -id for ea'o;, kind of materia V"3r, 3s a cond ',on pruCe'dent to t e Indus cn of Such payment In a pa a. es':rna'e U;:oin, L -e st of the Citythe Design -Build Firm sha'I produce for audit by the Cit%, tock,3, VCur r rs. C:' --,,'ye bar -a rlhg labor a 3�:'�ni3. re.: rds or ot"1er documents sho',vrg the actua' ccs' fcr ar d materia's Such locum -,-s s,-= 2 � b+ndirg on the Cty. The Project hyla^ager s' a'J det_e-mine any c,.,est;ons or dispu'e as to the correct cost of such la^or or mater:a's or plant. In case tine Design-Bui'd Firm is ordered to per_ -r r under this Art c'e ',0- -_ , In the opinion of the Project klanager, it is impracticable to ha e' ]rr^ems by Ve Des syn -Build Firm's o',vn employees t--- Design -Build Firm will. subject to L- w rc;3! of the Pr t klanage`, be paid tde aotual cost to Design -Build Firm of such Work, in a'diticn there'; five percent (5',D) to cover the Des gn-Build Firm's superintendence, administration and other overhead expenses. 47 i'r3grerireek saiGl l , 0.3nal Rester3Cc?r Pr 1 ecl, 1- Rt, .3. 17 t? City of Mar,'. Florida Contrast No 15-16-030 Pa jment cf a-ly amount under this Ah!cle shaft ce s's:b;vot tJ sl�tsepuent a -d ' and appr3va!, d,saoproval. modification or revision by representatives of i City. 57. As -Built Drawings During the Vlork. Desigr-Bui!d Firm shall, r- ,-`f,-or- t�-e Dra,t,'r3 aid S;,ecif'ca}Ions as a^profed by the Pr _: ' Dra,�s s�-Io','A'g cw ract'y a -d aa.ura`.�i'� all chars; _ s r, � J r`lJr'{ as It constr'a^ted. It I 3 -yS-B,:!' dry s `Jr or,is3;or s _ to S AS -Sul' :JrreJt and a;cura`.0 if-: Or it or b 'o',', t,-,-- ccncru'3 f' - -:3'e tie S ze voi'age in ea.h condul'. rt 3-k t0 re cry a�;tJa! cons,'.-ucticn: On -s _e s to Work as fol:owsi Dec: re'a',on tJ f'flrsrr firs, Poor c'a'um. r3`,Cf 3 3-d cr- ^3 3^a a -d lcca'!o'rS of v3'`Je5 l'oca,cr3 Jf underyrJurC 3 1 acci. eIa^r=_3 re, n d } Ne 3, ,t JJi-3J3 i,- J,er- "3 ln313"ed DlOe r a`e`'�i, class, eta. L._ _a' cJ- or 11 �t� r'� F I4 -� `11- in ^� 'ee rc sit _I',J' d to u... L�e3 �"� �- -� ar1�1e3 O.On•., a �, Yo'1 ti^� r; .Ort, ref�r3!lva vIs ✓ e .aid aJC?33 e fea'. _ '^,e S'"uCtJre. A' cOru''J'llr d'.cl with Iocat;cns of Il -3 —3 MS T, d•C� Oe,iD, I n -a r,Lena^ce. Flee C -erg e3 in s and s. C': ;i S ?1v Zf -. V_373gers ._ Cv 3'i. a' ^. `._ rItj Cha-g-3C'n" ' D=�3 _ f',•.- .. �� i'^' `_� i✓'Jri`" .t Dra'r'lirgS h er _ Jt-;Ical paneG loca',Orrs. '�,!.d�-; 3 r'' �r 3ar11'a scredale C a �3 a� "urs tJ Des -�Jli� �li lS r -c r' s and Jr JN 'u ^3 ,5, '.-g-S. S:e,i`,::3`Drs a, -d rad r:a, Leggy b'y mar' each sectio^ t:, record.. • `,la^u'a t'arv�. trate na- e ca'a'cg cumber and s_lprG ofeac� �ro�_,�' 3-d Ite.rrl of V �,J; ^t actJa'Gy irs}a'',led r al ti Pr , Manager's D Corsil:a _ s " r ns`, .-.,- s Or.'er. rJ"J� Dr3,', r:y3. 3rJ, i coples for ea ,2,, -c -ss e';r C „ he l oOjated mo` l!',, 'y' as a cold•. Jn F-- CCr3i:" t Jri c; r 'y o hI ltd jd t hr i! r� f b Ca r.y or uJ1. n a' ait;On] a3 J :e d 4 ig3 5'J.^e. aid Baa.- I f a Flrcr'da Il:;nse': Rey sterad Lard S'Jrveyor. 53 Worker's Identification The Des.gr-B gild Firm s employees, wino include any Sub Design -Build Firm, and,or SulbcorsL!'3 `' s a!I wear ani identificaticn card provided by the Design -Build Firm. The ident;f ca`.cr c:3,� snail bear the employees pict'Jre name. title, and name of the employer. Fa'r= by a Desin-Build Firrr,'s employee to �,�,e�r such identification may result in his removal f= t— Vlxlk l."`. � 3 'r r t:me as tf e Identlfica', gar d Is oota'ned and each removal s"a l nc' ac: as a bass fir t;,e Des'gn-B,i!d Firm tc a c!aim f.Jr an extension of time ate Ib-3grL-r ;r_aK v y rl_! 13n.al Rest,rir_Icr P':)lpct r 3,17 1' City of f`rl;a,'mi, Fiorid3 59, Removal of Unsatisfactory Personnel Contract N -c 15-16-030 The City nra j ,3�e rer,,aest to the De's.g-�-Bull' t re-"-Dvai and r�� as er'L of a—, cer3Jrr�i e^ Bio/ed or reta ned by the D23 g --E,::_: F . -;r a^j or Suh- D by the De3lgn-`3 ;iId Firm; to prc J 1 a --:i _ serr es or Y,''cr'' of th,e Ciontra;-t Do e i's. Tre Des,g �_J . F�r s - Cont. 'a'l r s;,ond r'3 ±,^,e Citi ',. 3_ , (7) Da/s of re:r�- .--t of sUcn with ether tre r r cv3I -9nd rev 3,=r^an: of 3 ^re ce Air; -end ` :� on aJ t r./ tn�`. r -~a j r.of e, ur Tr a C,+) s.all ti the r� _ 3 of unsa`,s`a:twrj : er rr_ frcr- a»,—ed Ti Des -Rr3r Ova' c 3 -j of I$3 d':�es r'•tct re'"Ji'c 1 1�.. to r�itli n ar o Cr.. 60 Substantial Completion and Punch List - - --A Is cr'"'�!�.e and the -e a -e no r-3-.er131 3rd or sJ� _a a / ^� r C': u. _' _ �� _ ;�. F•c �? R. e3s�'a3 bean Iss'jed I,r 3I y F, s' -a s i��� 5_c�_s� �•�n _ ;v��.� Fc r ^e 5 yr rer- y t. D-3 3)� tl1`rDu' '�"'rB1 �' F,. r✓� v'ies th3L t.'_ �r�r'_.1,. I� s'1cs_3'�}? �j Gcri-',,71-`_?. the De yn-B-1 i! r- r7- s v a: 'P, : : C'-1 or C':)n::_ co e Des r33 C tri., Deja Cr v +7J .?.�L ai �.s 1 If Jll 5 r3Ie, - ��.ice �.'�--.-.. .i�. T're Pr 1� s t.. -� - a^ - 3, 3 c p �. ^3� - - �=^� u e ^•e �.� � � t. � ,r ,^��,r..-;`._ � n�`I, j ?;—_ DeSi�^- U'..r t, -,s irspect�cn. t�-- Pi �,yect 'Ie C _. ' e -s recels�33ry. Aflj r�r,3;ni^, ry as .h Llst , or14 TrC � -_ i 7' re „"w is'e De3:y^-BuIL Fir—, its cc 9.3'._r - aJ dv. T`'Liat s^d.1 'Ce slr,,��� Pr,, e3` Dei ��- . I' F... - ;r,.y t.-„_ t, -e Leat con.a r.3 t, -e ecassa`y r . CC.___ Cllr,r`{ T"- f:? tie Dei ts+g-1 t Pr l� a Slwu'sL ,,�.a C, a_ I:"s� �_ F�'r�, P�.�� _, L!s` s^�-3 rot re,�e re t"�v Das:- B,;iId Fir.- from t f r _,,s t.^ _ P,-,, t S'Jhst3 F a1 Ccs^- et on I-soe'-nio- and compie,irg the Project tJ tie JaL sfa u- -n of ttl^Ge CIE j V/1ere the Purch Las`. s min��romissionsaid defer`]. the Mal,-ag-.r 5-3 Indica- t` e thv Vicr'� is SUb�t3 ;.3 ' J U_ civte suUJe :t to completion of the Punch Lis`. Yd`,rierz t.7e Pru' --':t C- - �-ropriate firm that the Yiork is net substa7' :C!y Proje t M3ura�e, s'-1,3 p'rcii�- a lis: of all open items recessa�j to a_ ;a v ,� .•a� Cemp)etior, Upcn compfe:ion of such Wx'K, the Des;gn-BJ%-14 F:'r s r� S-ibst3ntial Completion inspection. The Project hPanayar and the Design -Build Firm small agree on the time reasonatiy required tc complete all rema ring Work included in the Punch List. 49 3 17 1T City of ivUar;li, Fly -,,i Contrast No 15-16-030 The Ci'j ','r'ii'epare a(.ait�flra`_? of Subs art: a, Completion int ? fJrril whICI1 511ai1 83t81-1is"1 t�e Date of S_:�s`a-' a! Corm; leticn Once subs-antial ccmpie`lon is achieved the City s,'nail be responsible fsr secu- ty. ma;n`erace, hea', ut.i t,es, damage to the Project site. and insurance. and s"a'I l'si a'l V,'-Drk yet to be sa+isfy the ren,uirer,e^-s o the Contract Documents fcr Fir a: Comple'ior Tire 13 '_, � ,� , �� � � a^Y 't,:_,7s cf corr9ctl ie ',`1 Dr'{ on slJch IIs`, dGes rct a,It�r t^Z resror.3 ul': 'y of D_7s -_ u r . ±D Cir"�''_. ?' of the in 3ccora37De `NItn ti,e CcrLract Dccur-ent3 1,V3—ant'es _ �� `. Cs '�� �t Documents s,- _cm^,er.ce or the da`e of Fina! AcCeptu . = r or .`,Jt 1 Cr " ,'a'ed porton the' otrerwse pra,,'ded it the Contra,t DocLr _r,:s 61. Acceptance and Final Payment • wt ' o �� n -B Firm th�at the i5 ready f!r f n3' Irscection a^d a..ce :a•nc Prsje fvlana7. ,a;�d• Dr Cc s_:'`a^t s a' ten (10) Da s. r .a`<v an ;3y" ,- and, or Cci r,i 7rlC acceptable. tie rCi JIB P� d tamen,J a=r, r "?4 ams `'-.� _ ha, S'Cr .. Docume-ts a7e fully shall tr Va-a er. sta'.;i5 at t, e t �"1 e c?=,^ p?'s red f~r a, aD �pt� Dc' i�rd�_ the terms a^d Gond tens then J Before iss a��� 3f t -e Fina' Cer*.f�-�3'e for Payment FI, sn,a,'E dei,�ver to the Project ate e a s of w ii i -s a' _ ng c c t: e Con:, �` c u ��D �` f �a��� D ,ur^� 's ,.s it �-.II in liu S'J�C7r33J'ar.�, an Jay De�''gn-Bu'!d I-irr j .. � _. �^. .:'-J: ?., ... .,. .� are3S ',4'.R t�^,- tilV�rk f'a5 beer C3 d, a^ r� _� :% , 7 ] r t f ^3 ca a`r ^,> �uJ, cJ a 1 n; a.,;ol ca' on Des,ga- ba'a rrr s a-4 a 1I„ _ _re-5'r�,�rra^`, 3 prior t:. re ` itn? F'na. C_~li -a:e fsr P a rw,=,.'t, p_`a '. afel' ✓u r �'v`.cr7 t s Yate -;a y deluyo. _�i�`3 Jn r'': fa.a't of D��:,yam -B.� :: C ._�� Pr- rest P,la,-,age' J- • es. C:� S._a! S'ucn C, - _n? t c�t or t: ca a^ die fcr t:-31 Cort,�r CJ-ti�,s}'!`r�ir(f�''?er'a^ j;J,f1'., r�� I :� ^l j. y u by r^a u'rde t e ara co�'t:'ins ��',e' f ra! nay-- -t. '_,pt that i` s^.a'' rs _^rs`,- to a'rVaar of c!a --s 33a"Ce or f'�,^a 2 ?i �. spa' c 5'.`,J' a v', 'a ''3 c 3 `s d'j Dv_� gr-P�i11 Fir", exse t-c-s-e_�s:, f a:3 In 'ca�ccrda�,cu yt,l r _ vr3 t?Con t'ast a^d de j Des y , as la�� ��w ca`_ i, -e ', Jn For u^Cr, t re u" pF 0 e1'-3t,On. reg iut,cn of any o jj, s,3 "g issues =-d Issi�arce of f'nal pa jmw;-t, t.ne Prciec` Va--a`_r s-311 ne_ fy V -e Design-B'u'ld Firm it v,rlting or the closeout of the R-cllect. I- a-., ere Fii-a1 Comple"on sha'I occur upc'n the folio',+ring. (i ail Punch Lis' Items ha 13 be?~ Jr u and 0i Des:y -Bu{!d Firm has delivered to City copies ofa'l documentation req-.jir--d is be de;i;eAed to City under t`I's Contract. 62, NDPES Requirements Design-Bji!d Firm sha!I comply with t" -Ie Sta`e of Florida rules and reg'-;lations for the Nat,onal Pollutant Discharge Elimira"�on System (NPDES) includirg but rot Jim'ted to a'i permitting. Notices of Intent ar+d tre Storm Water Pollution Prevention Plan (S'! PPP) All costs for NPDES and S`,'/PPP sha11 be included in the Bid prices. For further informallion on compliance re ;uiramerts f'or NPDES and S'vVPPP contact the City of Miami Public V/crus Departrnent at X305} 416-12010 or visit the State of Florida website at htt:)./ t,"vx ,deo state fl us ',+'aFar stor7l'Nater n^des , Design -B gild Firm is responsible for 50 h3egr. rOr3e'C S-3 %3r'ai Rast rx:an Project Rai, 3 17 17 City of NLami, Fiorid3 Contract No. 15-16-030 obtaining coma,lel a7,d pay-ing fcr any req"alr-`PDFB applicator, or permits that may be required. 63 Force Maieure Should any f3 11,1--a to perform on the part of Design-Bu,!c' Fir- be due to a cord't.or of force m3jeufe as t a`. farm is int-rpretea under Flor;da ia'�i. the Cit f -3-, eX+yrs G`fl Of time rea�Jn3cl'�' co nmensar3te tjrJth t"e time lost due to the Irrpa ,t of such cord t;cn. Ir Firm is de13/ed In per v nn any 0Cl;g3'lon under t~,e Con tr3--t Dc,- ; > d"-�e tJ a f rte r 3'� - r_ r,d *Ll the De_ IF h :._ c� , ,���� o ��,�r, _ "rm s �a.l req a G;me e>;:e^� c� Cry ;.nfn t',�,� (moi ',+,^rClr� d3js Of S340CL1rfef e, Cf as So��+ bj the C :y A, = 3xtensiori sha!I be subject to r -t ;a andS: �a�' nct re Ga.Se for a, j cIa m by Firm fcr extra campensat;on i e3s add `'ori' se ';i:es a -e regJ f3:+ Fo `,f . _,re does not include inclement weat"er exceat as rda-, !a v 3-d i ay net a--ts or Of sib-deSI gn-buiid fir;m S 6,1 Extension of Time 1"re-� re IG t-, S SeJ`, c+� tD t.",- Des g -Btali Fir -r S-3"1 be dee--d to IrcJ +� ma`1�'a1 �� `�• 13J'Ofers and �.'e", �: ��Cc;cr,�,l`,3n;s �:i� S'_rG Li�-y �S r.,_Bl.11id FirT" `r�rhet�er ,y cr n+c_ In pry', ;,r cccor,tr3 t �P�'�:, t,. -e D= Firm for t°�� p ;rpose of tis art;cl--. F-Irm 15 de'ay3d a' any t7-3 dLlr'ng t". ;.I-OSre>j C t. -,e �hior;k cf,,4 t -e C�- _ T;ach, e t.c Q-': cvd !`,TPJ by t,")e negle.t or fa,'� _ c- t;,e l or a F_rce S=-. f= ,1 In t! e Co";,'3CF S1,31 --e 3j th? CI'.y Ti'�� TQC rJ` Cnu {,TP a-,, GG3 r? Ce D1z ---E.. ..r (-•Ir'" �'f r��3v'''� I? Ir�ej.._��'f:�' ..� --....a t' - 15� {.. r e tie �r�ICr 4iil J� 3 . ;a I j 3Cd ne_J3sa j de yid, Ca._e c�i =`_ be a,C 14e'd bj t ? Cerci7e flf '{ rel V'3 p c3:r.J" e` fid r..e3sare3 'BVI ii.e' C u :fes or ar`er ':-,e cccu'rr (!iCe of file Ga-asC of delay. Nota: A ce 3 jr� r-; a'1 th- _1 ted.`. 3rs o` t,`Ie above s-allbe dee-ed an Excusable Del3y Ti Ci'! reg / the f:g,- a 3 j _ 3 'CUS'y ��-ed Ifs"��Seq ei,tiy t Pr ;e -�,l13 sr -3_a �� n-B,_,,I, F-fiIn,lppcl or a req'-ies`. fir an ex`ens cr of t:"7=-',ti;33 e,":�ried h&,',�-ler, that such 1nformatlon or fts ch.3,e resuite+d in a de:Jia - " ren�� For an Excusaoie Deily 3 ' rg k e acc is z` e P ofe�t `rl3na�er ",,, , _ 7 or sn0rten any extensIof` pre',ic, if tie Des g—BL;l Firm acted In rn!ia,'ce uo,cn t"- gr?nt�ng of such extension a -d S :e e'k'e-s"or, +fay b3S3, r Cr-, information vihich, a',thoug" la'er found tJ ha le been erroneous, alias s �bm,tted in g,sod faith by the Design -Build Firm. The request fcr ar Excusable Delay shall be made within ten (10) Days aFtar the time when the Design -Build Firn-, krov, s or should ha',e knc',�fn of any cause for which it may claim an extension of firm and Sl pro',,lde a-ly actual or potential basis fcr an e,ftens on of time. ide;ntifyirg causes aid d3scl as fully as practicable at that time. r = ;d ex,-ected duration of the delay and its e`tect on the completion of that part of the V/ork I,: n.;r ed in the request. The Project Manager may require the Design-BjI!d Firm to furnish s:jch additional infcrma+!an or documentation, as the Project Manager shall reasonably deem necessary or helpful in considering the requested extension. 67 r'! agr ar r. ?er +riu -YlaC P—St,]r3ti+y, Pm erct 1 t?a, 3 17 17 C1ly of M,9.7i. FPorida Cont -act ND 15-16-030 Tr?j :3:, F,r- 51a,1 nct be --WAi ed to an exter,sicn of tj,-.e unles3 to F,m' 3"1- 13t.', y af%or3trato3 that it 15 ent;tled to such ?Xsw ?5ion, Pa-,a g er 31^,..2'1 e e-3,or t'Ea4 d rre7, -es+ f, C;< X53 1 ❑-lads Ir' a ro?3�r;atle pef rjod ot;f�'e ho' . ,,,9,ertf'2 D3 ^ ,-DIJ'.� .y � Firm sha 1 be the VII ori ray fid re=3 14, -ss of i'33 fs3'�v'a a de,- .r'Jb".� ".,' D s,gr-Bail+ Firm a.'gree3 or f2ga to of t7'Aliu of'gir ma j dei3y to Des,gn-D_ ji;'- t,7e F'roJ?'--i iMa'"3g3r a rf `, ? ^err r �r or c ` er "3 v._ - �_��� _ . rlJ��ich th3 saw_ 3-31P ha te_ The CIT spa 1 3"'. or C_� _�,tiJ'J� as ,-e Clr' '.�. j ma � vim T. - De De Jn_g " 1n de`aalt. 63 Notification of Claim Lv•Jr`.,`a Ti"` c. _^2 .. C- y ^? J�3> - � - Des , .r r .� - �1 ,x,13 la -r 1 - if r� - _ 43 3t 1 _ ` t.-1 . ve- (_ ,��Yi �, � _^� C.3 ,7 aJ.^'J "e'D a=--'31" r�:�� 3J �e ;-i5 e, I u333rv5,A"ct"e0'- 2". e". A a ; _-a v- T' .,e or C;nt-=,t. Pr --e shall ce d,.� -�' t ,e Prcla�t �,�_ dry a1�Gra . ; J7, Desi-'�-Buiid F'I,—m s Da_ma ea ft�r D�'a, f'a'a, f I` CI.'y an. Des, -''1- J ,JJ3 aa` I. 14 t '���7; u^U 5 -e ca a^ eec+� -� -., v1�'a"'�=� }`''' t•r',i Com, ":f. �i t;M= V'f ,�a ie-� If n,iL sitm,"e-d 1^ sh-'cr of ti -is A'i in a^ aim . _:�' v �'..� _� t. ' � Gs`_ on Gr;' --a r� 3J5 c'' 3 fsi^, nnofa_; .'sr re Cf D: -5'7'1 -tau' _ a as n t.-,3 Allip eo S'_,ue�ays s-� „rude bili r(`: F] Des gn-B� ild F v �3yoc! by City, fir.;,, f'cods la or d or^id? 5 _� �f'^ a ',baa•`. i t C+Y'r,� `ilen3 or a '_7 of God. 66. Extension of Time not Cumulative In cas3 t"-- Firm s^a'I be delayed for any perjod of t:--3 by t`,%,o (2) or r,-rm the ca_'Ises r~'- ^ '� In A t le 63. Exzusable Delays the ❑?s,', �_�N F 5 ., . U .. a s��.3'a`. v.t—^son for -3 ;i` ore of the ca'Jsos; oflly one periled fo, the 67 Design -Build Firm's Damages for Dela No claire for damages or any claim, other than for an extension of time, shall be made or assert -ad against City by reason of any delays except as provided herein. j� City of M:a,rri, Florida Contract No 15-16-030 De3lgr-Build F rm Si'1a'i not be ent,tled to an Increase in the Con`_ra'st price or payment or compensa-ior, of any ','<Ind firer-; City for direct, ind rest, consequen'Ia', impact or other costs, expenses or damages inched "(,- but not limited to cos's of acceleration or Irefficiency, arising baca�ss3 c r�'ay,°a4n---nce or hindrance from any case -M^a°scever, %r,hether such cr hindrance be reasonable or u-,,rea3Crab�? foreSee3hle or i _ cr _, , _ _ _ cA unavoid ie; r ir'ed e a� , + ab p b"r ho',� / t a. this prov,3;cn sinal not by Design-B,-jIId Firm for actual delays dje to "ad fa t`s or a-1tvA on true part of City. Otiner,� ise. Des gn-i3 ;ild F;rm, s-a'I be :. .y to e<'_ -s cf the Cont -3s! Time for comp;e'lon of the Il ork.a 5 ;'�? s �t ar d � 1 e*.siu3i"r3 ro,'";edl for -:"'-s�-�It'�'3 de'ay, in accorda")c=o"' a tb t'e rr� t ^d lI'� NO EXCEPTIONS, Excv:ctf,s m ce rr, se s n-:, 'ca"ly prJ,rid ; `_ In the Con`-3�t Documents, the Design -Bu, ld Fire agrees t� ^ �'<� ^� ^^ da ra•�e; for d= a; -f 3nj K;n:,' in the gerfcrm,ance of the Contrast DC+ _, e,nts ',',°nom any act or Cr- 57- — o` t!^e City or a^ j of Its r-uresenta:,,es 15 a- =x u_ _ or ct` �,.,e ; tau Deny B ild F:r�. a; e5 tear a:,y 5,ch v S - a ^, _ �`._ u 3� G j an ? 4ie Cno e tJ corgi-ple: Ge :r 3 ,ve Of t -e Ir '.- -, D ;• -B_• Fir- 3',one aa5_; S ii 5( o 5a' f1 �-ais, ' =-'3js in pro e33irg Jr a rJi' 3 v� d`3,Y',n�S. sam les or otner " `a;s Srt' f-. �c bide U = p SLi � _. 1 � r r deter'n^,I,^ ers, ar3'/ai5. r--P:,--s. InSpeCt;On3, or tests of the r, :r•-, i- 3 `... -� J ;a�-�� �� DeS'gn-Build Fir— j -a'! n,�t ren--;�r`a ,, et3�"y ccm pensatlon f-,- City dei31s ! es5 a cc�K-i 3 -a5 t. -e City ay v;35 solei] to a `,4'il.i• q 0 „ 3`'a de 3._ 3 _J ,r ? C::/ S_..' itb a_t I . '1 f3Tn1 I I,i ^ y L _ ae_ In 5d _. 5 __._. 7- e L r=('d t? 3"_e^1^t to ?_ t edcroJ _ _��t� _ ��,� e 3�D .3—t!ne C _j s 5 'e e 1 66 Excusable Deli/ `cors-Corncans�ble delay Desigr-B— 1.11 Flrr"`, IJ Gnt .'els t7 a t, ' s - Jf t'— C :act time for e35n day the V, or'k Is ,de 3j j d'�e to E'4:..3-9 e De.ay. D du�u,m, nt its cla m f„r aiy t,me ex* ens:or a5 prc,ided in A cle 65 la _ Cairn, hereof, Fa'' --Ire f - n- srn e `n C'a'm h-3re a = o. De .y 8 � .ri to c ,�,i „ ,�: sle "�, �dotlf'ca`ion of � � ,. uof as to n” s � particular e•,ent of dela j s"a:I be deemed conclusively to constitute a �3iver, abandonment or relingals�-irrent cf any a: -d all clair-. s resulting from that particular event of delay. 60 Acceptance of Defective or Ston -Conforming Work The Ciry, in its sole dissreton, may elect in vViting to accept defective or non -conforming bVork instead'' of requirirg its re-no,fal and correction, In such Instances. a Change Order will be issued to reflect an approuria'e red,-ction in the Contract sure, or, if the amount is determined after final payment, airy difference in the amount shall be paid to the City by the Des,cun-B-„Id Firm, . 53 h igrer Credit S?yf Diu .anal Rist 7r3t'or ter' IP:; Ra', 3. 1 ' I' '71' Its J�o Dei �n ✓_, _ v v _ _ -�_ :� __ .'S a� er dors and is a'sc ca -s_ s r _ = C `, C s awed jointly or roncurren: , :_ Des - B. : F1 . cr its S-,� D_ F S , '3_, _3 :3. su^ I ers or vv!'a.7rs a: -- Tr a ,-e enter son a^d no cor- ensa` _ delay Desigr-B— 1.11 Flrr"`, IJ Gnt .'els t7 a t, ' s - Jf t'— C :act time for e35n day the V, or'k Is ,de 3j j d'�e to E'4:..3-9 e De.ay. D du�u,m, nt its cla m f„r aiy t,me ex* ens:or a5 prc,ided in A cle 65 la _ Cairn, hereof, Fa'' --Ire f - n- srn e `n C'a'm h-3re a = o. De .y 8 � .ri to c ,�,i „ ,�: sle "�, �dotlf'ca`ion of � � ,. uof as to n” s � particular e•,ent of dela j s"a:I be deemed conclusively to constitute a �3iver, abandonment or relingals�-irrent cf any a: -d all clair-. s resulting from that particular event of delay. 60 Acceptance of Defective or Ston -Conforming Work The Ciry, in its sole dissreton, may elect in vViting to accept defective or non -conforming bVork instead'' of requirirg its re-no,fal and correction, In such Instances. a Change Order will be issued to reflect an approuria'e red,-ction in the Contract sure, or, if the amount is determined after final payment, airy difference in the amount shall be paid to the City by the Des,cun-B-„Id Firm, . 53 h igrer Credit S?yf Diu .anal Rist 7r3t'or ter' IP:; Ra', 3. 1 ' I' City of Miami, Florida 70. Uncovering Finished Work Contract No. 15-1�-0Q The Pm]ect Manager's. and cr Irsrector"s r`ght to make inspections shall include the rg�-t to order tl` e Deslyr-Duil'd Flan tD u -,cove, cr tape doavn pert crs of f�nisned The Pr j-ct Var:a'ger shall no`.ify t' e Des1gn-B,,I!d Firm In ',,jriting ccrcern,ng a'l unco-,,erect fin!sned'!',Grh Snou!d the V1 ars( prove tD to in aDCCrda"Ca 'Piit.� the Contract DFocUMents. t"1? Ur:c'ove-ng cr taA;rg d,.�,n a, -,d t1he rewlaslrg and t"e restara`on of the parts ger oved ',viii be trea`ed a3 Extra Y/cri for the PurNcse of a- : `cnal compensut on ani; ar ex!e^s"cn of t m'e Sr,:��jld tie uxa. invd �rC'r atiS`3atvrj nuc,^ unco'r�-'ng to„ing replaDirg a. --I rn3IDr3`..(.-r ^,n' be a' the e,� ensu _ D=�Ig�-8uii� Firrn. S_” exile ses stall also include City fCr a^� y and .. �. _ = ��� cr costs b j I`„ Ii'lcludlnrg E-'mplo fess �a 3ri25 Or r?Ia`.? �cst. a`t; �uta'r �;•�_ repiacef-ent in connect';on such uncoverin 13�1rg d'D,'i 1, r�nlacing r�3'C`3"Crl -2' the Froj s!_� 71 Correction of Work 1= = rte_ 'ed t: v Des =; C+-'';ua•.,t as (4 as ra ^g t0 csr l to t^ J Crn -? t D+ c� sJ 1',-e cGssr', le cr a`t ComGIY':on a r:ot faor'-,a 1^st3l'ed orCO"IP,e:-d. TI -L-- V -s �7-CB'u'l'"t Fir -1 a, dlrW'^+ aru Ccs`. Ci ra l Tiin,g a^'! -Dr C;�rrec l^C. S_. COS`. ui t ,c C1"y s and .,C sMr,'Ce3 thereby made essa`f I DeE.�'. f� .^,a_ -9ge -s 2': G� "� �_ r;� a in X141 �, ..c 'ry �! t�-- "_ _Vi q,9a.-�".,�� v• Cr '-aCt D'1 a ^r;`S Cr Gi S.'.-�w t7� rr _,'{. r'1.�� i re -i s�r �._�: F.Jer�J'� y r fa `e tD 3.J l.JniGiy, t: Ik: uw J F.r-+s CQG -d tnat the Ds3 _ J Ac W;,ltrie Gvs. :� reu i4Dn h:' u dr^ia^d i rle CI s,,tD alp reaS^iiaC., cos`.s not' inclu'd -g reas+arla:,'- 3"-- ejs fe;3 r'G_e333-1!f i,,C_. rid ucr^ t",v Fir—'s refusa! to paj t,, -e a.`,Cr� cos's. i'i•1 r'+ 3`a a ' �i�g Fara y --orf', in t, --a =,e _ erg r.c j 3r�S` +_' : rg F3rj �.: v 7 _r'i,e�• �:. ,! ar i vjes, ,he City r -a', �.;~'te a�u a" ��e Sa L'r r.,_ pri r nct:C neCe3sa-y tD cor,=-=' haza'-lOVS �_ t •',r',^ C i,' 1r _ �c� -�' 4r'� r� of to Des g1-Bu`!u Fir', r,c ce -I.g in av4�r�wa�:l.''r5,lt;� t,�e ter, -,'resents of tre Cor—:1- Ir. t .as m3 i c? �s u• d j t"e Cor' ravt Do' um?n s, or by the s.C'v--,3 ',La'`a, ` "i C I CCrtract DCci-r e'I'S• an j of tr3'N5 ,rk is r not ., CC aDt Daccun"ier t3, t` e Desig'.-gild Firm s' -,a. a`ter rece;pt of a kvi-e^ not,ce f om the City to do so. The City shall give such nonce promptly a``er discovery of the condition, FalJure to ra;ect a,ny dwrective Work or rna`er a! sha!I not in any way prevent la`er re;-.-_. such defect is discovered or obligate C{ty to Final Acceptance. 54 h34jr er ;r k j -z! jtd,i Can3i Restc:r3i:t~r` I�rii?r:t City of P,flami Florida Ccntrart No 15-16-030 72 Maintenance of Traffic and Public Streets Scoce of VI:)r!k Fir -i spa l - rasacnsible fir t"-r`ls' y v'i'y 3..'.3 Fer`]r,^? "r ICf"4 under the Contrai'. Du _., _ '�^ T -e ccs, rol t-.. Des gr-B,iid Firms Bic'. ReS'Jla`iors its 'c �'_ y ._. or Its p 3 tC ....—.j. C"f"V I .i. 'L.'� Les I, i�if .�TCJ V'.JT4J.t ,°,3� �. 1 u`'w Dr _ .', C-1'3, T° 1„ DatJ�gn-8,., F r.. a _ Y by 3'1 ai. ,l catle a,,,J r-3 1�. �r-3� �,f 3 Tra` C (�,fD ;'n p1 �.� k3 _ a�, i. :v.�.. u- C— S. r "arr%~c,J`'`�.. a°`1•dy1u- :.r=^r �i^� -u �,-�I�. tsi'?^Pr'!-3C as r-2'- „raj b 5r � G Ir �} � yy//�� IL-1• II^^�'�11 +�L f I � :� a ^� J {{ {_lam -'�r TI'4 -r L/L• _'�° D;I°_e� i�11 ._'IJV 'J-�d FDCT P_'a r'i �.y �.�- --"J_ --_ .tea-., 1-a= < _ - B Tr -- . s` -.a 1e ri3 a 'a r.e' a� c to es�'c^ vu '= cor- -1 J _ d �. s�as ID--z�: s`a^� j3 3 = aa or a �y. D' _ 1" '7' FDJ I cr a7 C,` e i!r se a `. _ 4 11— `C1 �.Y Tr_ r a .�� - __. v u _ _., _ _ rte`._ �rJ n� t-= s'^a b= by 'Lr? P' � D4part� ��ar'. • �C �����'`�_ !: 'd F+'`'"� a�� J'.a a' in?- .a4 -=-s 1G'��,rtira"i'. ram r" --4 ��r' 3•ry �' tJ 'rb aI7 f'��.�. '�`.� ^.i :�� �•r�l `3''l .. ��' _��_,. t�v P" ...• Ae�a-9 ac,. J`- ' vv �r e...7u r-'a�, .�� rC; .�.� t",,e Des. -,-E Flr�-,- tei'o u, tra L. • x.� ; 3'ed oi' C`., r^ai a s`Cr� ad;a i tl7 Cr pa :a ' i aeon a be a��'y',a` dna +fed t -a -{c sa`='y a` a„I (r -e3. T% De_ - `i G' Firm shall prc,,--4 33 � a�CesS tc a a'�;a;e r:)zCe'tj d.Jring construcLon. F,r 5 a v_ r-33cC`ls cle for thY pr r ?' R-.•]ri and rT'a.^'_? .^,Ce ci a , MOI and sa::e-I der :e3. l^ a :Cord y -,ce W,O` ti -,e Manual o; T-af;c Cont.-ol De Aces ?,1'J T CD, aid FDO T P,oad',43y and Bride S;ardards index drartr., g br ck. In ad' it,on. the De3'gn-BJild Firm sha!f be respers�ble for providing the Proiect Manager 1,0h MOT pla-is fcr lane closures andr'or detcurs for a,;pro',a'. These purls (s°ice'ches) s"a'I be produced signed. a;�d sealed by a prolessiorla` Fng:reer reyisterac in the S'ate of Fior da. employed by the Des gq-B,AId Firm and+ certified under FDOT Procedure NPIL N.D. 626-010010 V,'heru e1zavatcns a,e to be made In the V'cinity of s!gnall--e'd Intersections ca`.tentlon Is directed to the fact that vehicle loop detectors may nave been embedded in the pavement. Verify these loca'_;crs by inspe'cting the site of the York and by contaratirg the Sunshine State !'r3ljiO- 01ir ^'_k 5-i,t;I. 3-1ra1 Req?.,r3t�';r DIDjel, pi, I 17 17 City of Miami, Florida Contra -.t No 15-1�-g3lg Orae-Ca!l Cen,e- (1-3 C--132-4773). forty-eight (43) hours prior tc any exca;a`ion. Any Icoo detector %,+;hieh is damaged,lr,ha'"er shown on the Flans or not, shall be repaired or replaced tc the satisfaction of trio i``,i am; Dade County Sigrs aid S`gral Di vision (ID5-592-3. 70). Y here a�pi cavi, the Design-Bj+Id Firm s^ail no' y t^e Tra'''' Divls;on t',`,enty-four (2-' hou s in a: lance of the const —ct,'on date or forty-eight i431 hraurs in ad'iance of censtrjctlon within any signalized interse! on. • Te-, Ncf a- ca ,e— irl, ,v;! t- over Q!! cull in pa iernei It 3rg3s. and a'so is tc be rc_,`v� over s,43'e D--�,a,r areas. Vi'hen tre ta;Y;-sora-y pa /ement for rc�.._,rg,, 13 no !Gr ige r ? c��u"j. :+ s-aJ Ue and tri,.. S'`,3 e or rrejia,; arras res`�-re.j to revious ccnd"t Un. • 3,' r 3rd ^a� :,—,a:= ccns`rJ-t:on 3^3 1 Je ger-,3rked as r� ��!r4'1 b/ tl'e Traffic Di'!13!crl. -e r C t C „1 tape a�G'�C-'a`� 'e - } e- „+ n --r �v' -�_il� s 1, �.� [� 3+_Ir t 3`. a+I ? ��� a -y NL'r3. La -e Oo3'.�res a IF�l�e�e C,:urjt�f: .t.�r'i � t�'C Pry,=tet sna Ir ,,olve !a -p- c' s -r j v'l.i �. st-C"�tj to^i� f'JII 'tiling s�ai La-= C!-su'v o7 -7i octa ^,e'� r',`,� -a'�s prior tc pia.-r;ed i d3, c" glener3 r o, to -3 ,.. s --'s or fc =rte 5t av r`J y. r s ✓I 7t� 73. l_.oca`I-)r and Darn, acE� tc+ Pxistinq Facilities. Equipment ment or Utilitias HJ �3" 3a C. �� , 1,7ej%'.a'`ls. �:tj a�11'. =s 3- _',', . Cr t� a` t e 0��� -. �a`.�a aI` in tr+ � locti`On. i� 3i .3�, tJc [. v Des�yr,-Build Fir-~ s ' 11,'y, Ir �_ _, �,'., e3'.. (.'",�,n- tDfl-:-`� inn !'� a'l �.��_��'Crr 3``e ,ted 4yt, 1U ?r i iC ? �'. ? 3 r t 'r4' . U '3 d� t: t."? Design -v l!d Firm becaJsz� of C a-ld -?"rages sjIfered as a t,^ereoiF ,. .y _., �',e 3}. 41) Days pr. cr tat 3't C- y �J`i' t7 3'."3 a f--, �cs"',e �InLe`y' _ _ rJ IU+�at'e rulo` 3`.'Gn Cr Crl c' tha_ LjI 11,, may to ir co. , i`.:.Cr end gered by the proposed cors'r1,rt:an. Rea , _�, _ c, ,v3'e- rr 3lns or other iutil;t_--s for t`''e con of the Design-B.aild Firmbe Des"gn-Bu(Firm. A;l charges by u*J!Iy con v s ,,or temporary support of its utilities s�Ee pa:d for by the Des gn-B�-ild Fir^ . M costs of utility reloca`icn to avoid conflict , a,l be tre responsibility of the utility company involve`. No additional payment will be made to the De51;g,7-Bwiid Firm for utility reloca,ions, regardless of avhether said relocation is necessary to avoid confl!ct with other lines. The Des`gr-B jiid Firm shaJ scrod plc the Yfork in such a manner that the Ylo(k is not delayed by the utility providers relocating or supporting t' eir ut,lities. The Design -Build Firm shall cocrd,nate its actifit,es avith any and all public and private utility pro'v'iders occupying the right-of-way No compensation w1l be paid to the Design -Build Firm for any loss of time or delay, 5>" vIla;rer';reek J?/tcw 'a.al Restcr3,:Cr P-3,o,-� City of Miami Florida Ccntract Ned 15-15-030 AI! overhead. surfa';e or unde grounr, struct_,res and utiirtes encountered are to be carefully protected from injury cr displa;emer1. _ All da ;;_,fie to such structures is to be completely repaired W�fr'r a reascnabie time: reec`e�s dela/ ~gilt! not by to�erate, - The City reserves the night t0 rens='.I,;1 s_ich da, -rag -3 by erder'rg Nartles to r''a'/,e sicn r9pa`r5 a' the expense of f` e Dps'-B'�ifd Flr�m Ai! such repa rs rr3:e by the De ign 'd r e e d r s -Baia Fi m are to b made, to t,.e Sat:S`�;t.wr of the Ut.lit 0',4'r er f�iil d� 1a a'� ut;lit,es mL15' be r3^la,e� Or f�ll'j r= �,�,j ! ep A, r.. ars are to be inspected by t~,e utdity c,f,ner prior to backfilling 74. Stop Work Order T -e C-ly ma j. at 3-)! t r -e by ,,,,;-en to the Des:gA-8ruil; Firm, req: ,,:re tt-.e Des'gn-Brei'd r — ^ tc a : c•r a. , red• c' the Ylcr'w, for a period of up to nirety (900) da j;or a, -,y lesser t,,e date the ord lir is to the Des'gn-Bu 'd Firm. a.nd fc, � - , _ � � �,r _ tri pa, •:es may afir e. An j such order shall be specificalky r� C� -_5 a to tits pa-ay-3Pi Y/ lir t,�e p rlod of nlnety uhf- 3�� __ Sr=��' "=;� a S':pY,'Drk0 14erisd_ ',e ....r t0eDeng^-D-�Jrd - a-, e< -_ h ,',r a �a-05 ha,- 3g',e t~ -e Cl,,.sf'a _ �a _ trove t:.cr cr ■ �a`_ t-- `,'i cr!t _, , _ , y �sc,h crde� 33 in A�7•-le 32• Terl—I,ra`_:�;n fcr Conven erre. 11 a S'c': ',},vr',; or=e' ! i-je,- _ cr t'" period ,of the crde, or any et`. n3_ teye' f 8,1w'e5, t ❑�� y^-B's'rd fl—,r.7 s,-3:' Yl•er'-� 6tii:`,ri cor`lYensa"0:7, a` t -e s'a-, zj ra`. or T','a: TP^-_,s3l� DO 3-3 E.,�_. _ � Ji�r. i Ot to e,tCe:_-d J .J1 - De= J- S.. 1r - w _��cr j'N'j`.�^'j ✓� v,u _3n ex,-`r-3,Cn ct-e t: -e rsr Sc' n. C tot e ex`er:.�at i t'r, vasor3t e co' cn of trie Pro; e a" 3y . ti -3 rJes''�',e _ ,,enh t�7e- P—f�U- I�,�a^'dyer r t Sd�re .. o +-r' . ,', a nary due sJiz_-!,r' to Des !7n- I'd _ rel __,e 0' �-�nn'l�r _ "�s� ti �,�i `�� cin_' __ __�� rJ + Desi�-J�;a FI` C r S f3.aC- Fgr --. "es, -Baled rir7 s�n� not J' or t-- ar e or t: -e 33 a c tl'e is3ualce or a S,op Y,'._-rk Orer. 75. Hurricane Preparedness Dsrl�, S Gn e --d by t, -,e US"ates V, e Ij,l�"-=� a3 i, t,^r? ❑�s {yrw- air' Fii a: no cyst tv t 1 Ci �, fa:- �,�'ire P' r=at sl`_= In re3:•1i 3e to a!! e re' y, r uy� "w+ t Project Ni, - a "as gl,,er notice of same. Co� ::. anysc ca^� '1 a ni^��� or arer: preca-it:ons vt ll not n `iti to 4d *i r _ r co s_ aI rLona r•,�r � r rC . SJS en51^� -�'t` e !r`lJr; ca'_�sed by a t7re3'ened or achsa! s`Orm event. rega-gess of w`7et`-er the C `y has creel sLjoh suspension, will entitle the Design-�Euild Firm to additional Contract time as nor<_-�� oensable. e.(usable delay, and sY;a!I not give rise to a claim for compensable delay. 76. Use of Completed Portions C,tj shall ha re ti:e right. a` its s,ol-2 opt on, to ta�,e possession ofaancl use any completed or pa,tia'ly completed port,cns of the Project,$). Such possession and use shall not be deemed an acceptance or beneficial use or occupancy of any of the Vlor',, not comp;e`ed in accordance vvth the Contract Documents. l` such possession and use Increases the cost of or delays the ~!Toric, 57 r'I�ryrar .creek Rastx3t[or Pr�l?r=t R-, 1 17 1' City of I\Aami. Fiorida Contract No 15-10-030 Desigr-Bu,'d Fl,m 3r+a, we ent "ed to reas3nabl. ex`.ra cc p.r3a',cn. or reascna:,le extens-on Gf time or both, as determined by Project Manager. In the..rt Clt'j t3�es pcss?33icn of an j Completeor pa,`;3'% portions of the Prsje 1, the Sha] a' cur; Cit,/ sha'I give rot'ce t'c Design -Burd Firm in w-i',^'g at leas, thirtj (3'3) DajS pr --r to CI'.y's :nterded Dccupancy of a designa`.'ed area mum fele the t '-icStan'ia' Co r -I-! or tre t7 i_, prJlfl'. 0' � f"'., .. ,� tr d.3'gra`r ai va of a Cer',f'ca:. of SJbs,ar)t,a Cor-^ole'.;cr f-:)7 Pr -sect P,1ana�ar. , ' U cr P." -Y. IIM3, iss'.,?^tee vF 3 Ce-:, ca'e- of C,D"'?-,e,Ior, &'y if%J l a3S-;r"'e of Cit'j and p _ UJI� 37. 3`3'tCf',+,1""3 .:j t -e c'cc'_,gied area. ' LJ3 g^-rUa:O r _ _. _ ? Ife'I j no`. : rr t ? Ce :� _ S_i"'S`.3^i.;a Cor` p•et,�l CC v J a3 P-,r:,n'_ S, a r i,a Cc c rr thy_ por:or� of Vv rF v -.I. rC C 4. U,FJ3 _ ca .cn fir tura' C3lr Vin:. P.J; user _-3 3 3 C t,. ? Ci` FHi a' Pa/-re—1 r=13','ie to the occupied a"ea. ' I' Ci`j r -I_ it n�°:�33.3 y `:� r.,_1_.= j c, L'� 3 r^f1�• -�-, ,^�� ,�^' .'+�3 tilrl,�.r�'i rr'yr t7) Ccc_+r'37Cy '?r Use 1 C tc a t,r. e r, . -2 i j a -e-'_ _ -J Des g"-ua i -h"7 .0 � .7._ 'r'S� � LC .. .. ��,.s�' j O.f e' a r '0 !:-zoC ] y ^r - ,GJCCU D -s s�,a it ce ca- :. r 77 Claanlnq Up: City's Right to Clean U De- 3;,g !' 'J Fir-' S 1? v,' + m.3 vkewO t:,e pre"^iS �S f --2e f"u a:GUr^uI ;,on or ',v/ Its: Durii r o^3. -'a':. ^. ti -e DeS.r E�'Id Fir -n S 3: ? id U3ee' D_s _ E, -j � ir, 1 spa'! r3 J'�e ? 3 -c r- _ j aPro i '.', 3, 33 Ael. as I'S t3c�s, CUr;atrUct:cr eq-iip-ent, m3ch-,nery and 5.F, - a3 r"13'_ '?'S I' Dei fa 13 t:) cie3ln up d'.:rlr'g tl e CF t`fe Yi,-r, cr a' the Gf V "'< Cit .J r.— j d0 s:) a:~d t . Cost tl-erecf Si:3 ! ce &a`ge's t0 DeS''gn-BIJIPj Design-Bui'd Firm a^d sac,3-3'e Des gr-B-ji'd Firms as to 1:1ler m,cy dean uN and Charga the cost the-re+of to the Design -Build r e :-e--`ora as t Project %lanager and or Consultant sha'I determine to bejusr_. API mate-ria's be removed from the Prclect,$) at the end of each day Cl, -:-37 -3':C"S s'rould be Controlled to limit dust and ot'-er paticPes ad^ering to exis`_ing surfaces 78. Removal of Equipment In case of ter!", inaticn of tr IS Contr.3 t bef:)re complet'on Fx a:ly ca -,3e ,�ha`soever. Des gn-B"Ild Firm, if rot'.fzd to do so by City shall promptly remo°,e a ,y part or a'P of Design -Build Firma equipme—� a., 3._,cp! es from t;`le property of City. If the Des;gn-Build Firm does not ccmoly wth �a City of iNAami Fiorida Contract No. 13-16-030 City's or�er, the Ci'y sr ail ha re the r�g"'t t, re -lave such equlpr-narrt a^d Supplies at the ex-e-sp of Design -Build Firm 79 Set -offs, Withholdings. and Deductions The Clty may sat -off, "Old from any payment due t Design -Build Firm. such sums as may ' - r ab ; _ ea n i J protaaT tie City's interasts as datermired by the Cilj, and soe �l.:ca it a 'o;y, In tr -'_apt or �y apohcabla !a'?! Incl!,d,rg vo,'thout lir-itaaon. the fci!o%%,ing. ty a tn;rd pa`J ex::ept tl^Irw ear,, Co'lerwd by DeSll n -g a Flr�s rsura�ce: 'alit Anj Lir ;Ja a,� Dar -;a es anr'.or; A"7 urea iu�a r=wa= �sa�t o',`a� by the Design -Build Fir--, to the Clty. The City sha'I r Das �'rf -3 "e S a ' � ra d to the D�?tilr�r-B Ii d r a�'���_3^ :`; " e LC:a Co/e4 �f i Pro r' t Pa�'rient A �� 30, Event of Def auIt c; r'' C^ �^ o De tle i t -e s,�r-B�I�� Fkrm, t• -D hemin -as a d`ea� a /ent o` De`a' . sea„ I V _ a fo - Is rra'e,lai,rlf�_ i r� �� y/Ing tiAlllen 5'JC,`1 breach .e m.Ii i � rbji t e- City. �^ T �' Lr) ----Lr)----- '��-C�.� ��, Fig'^1 7,a5 r-ot O?,'`.. -a t'= ra.ls to anrr,a'/c a'sr cr t;- o_,�a- in- -=` 33 C„ 'ct a r I� _ . ` . =`a alt, t v De ,;n- " gny f. rt,� Cee r� 'T �� v I: le deC aa t, _ C _� s las Cr� a a n ry _ ^ — y CI _ ti'oGi.L3' t. e e`ora, a:'d a7 5 C � � - u.�� to t,`'e 135�a".Cc of i°'e of a,- In tee e',er,` of C ccn r sir �`a t 'Is fv _ �:I,i-,13 r :e tDes fere^ u'., ah�fE ha F _' =. .- Dais `,o, t"a rc as e a +ems ,e .o he Da - _ u _ t s `y" F err i _r r � anj' aid a i Cf 1n, a r ^ ;d have C u^cn�rece`pt cr tea 1� s f no.,ce tine Des gn- B_ -_ease 37� �e fcrma�lce under this Agr_ T-_ ues y -Bu FIrM, i a3 ra`_ISa'd or fa'ad. ax ept it ca;e for ��.� _ - a <, nsron of t,'rla is _ _ to S . / p. r�r f s� ,e'� S'3" cr crDvide,� rr cie-li ? �i s'a i J of Staff top Jrrl • Tc= �� Fir,,, has failed to ma'�e przimpt payment to S_,:� Dvsign-Build Fir,-, suppliers for any services or materials they have pr;'; -' �� ��>'_-;" _' Firm has 'be'::orre Insolvent or has a3slgned the proceeds rece,Ved for the be _e. ; _ _ „^_R_jiId Firms creditors. or the Design -Build Firm has taken adv3rit3ge cf any Ir ,_ _ �r dettor 2re,a[tar la',b or If the Des:gn-B�ild Flrir s affairs hia Je been put in the hands of a receiver; The Desiyr-Build Firr- has f3 led to obtain t`le approval of the City ',here regjired by t"e Coria �t. • Tne Des;, ^-B'-I"d Firer f,as failed in the representation of arly Warranties stated herein - 5) eloiyrerCree,,, j.='ibt, l,, ural R�istoratll,r PrcIpct R?, 11 � City of Miami, Florl,'aa Contract No 16-16-030 ~✓'Then. in t ie op nion of the City re33or:�7- g,cunds for uncehainty exist with respect to the Design-Buiid Firm's ability to perform the City shall notify the Design -Build Firm in writing tn3` It MUSS W't,"' , e F me frame S-. f;r ^ in the CI±y•s r?g'Je's}, provide adep".;a`e assurances and a Pian cr ant cn to t. -,e City I^ of the Des'gn-Build Frm's ab+llty to perform in accorNance'Ai'h t"a ^ the Ccr'raut Docur,ents. In the event that the Desiy^- Build Firm fa.Is to pr:)/'l-"-- tD t, � Ciy ti -:e requesl-d 3SS ranCe3 IVthW the prescribed tir-e fra ne, the City may: o Tree'_ such fa'lu're as a repud at,on of the Contract a-,*' or; Reno—t to any re—ie,-4, for treaC� proiidej i eG e , or Ly law, ircluding but not tJ. ta�,ng cver tie Pe —,'crmarice of the or a -y part t.ner eof either by itself or t+nrcf-.gy G'ra's. In Ci,� r, ,ay, a' its saie d�scr=t n te-mi,na'e the Contract f73r default, the Ci_y or re re3eni..3':ves may pass ss;or of a;l an,,,;:�a--le Cr f,�r '���3 ..i�. t`e i-3ru 1!l3:.Ors 5"a 1 wry t: T -r ..-:: �"' ��r C: , - _ _ _�. 3-d t, --e jha 1 have no n3'_:Jre tvr 81. Notice of Default -Opportunity to Cure C, 1 dam_ "r- tl,eDe�l B'aii� Films rS in c `a_, . 3f theirobllg3tion5 D s'g'r-Lba.. i. -J ri'i S13e r `.� :�a5 �; for der --JI . _-e D:. v .-',7 i�•� �� ..� _ 3- def -1rr'._F=t .. ,,- a 3--e sit-.. �� t,ii� , f' 1.v -e M�e C��� r'_ / �. '� �.,� '��'C�. Tn- C+.f , _. f' g -a— �j-�41��J�.. (-, t -s ti"� racer; r ,;r j .i ?l-= C r_ �3 .'^ -price'_ v a ,� '_3"= C'rr� : 'iV3 Te CItVS ru.e a-: oc 1.3 c'--- D=s -E, _1 F n a i ha e a by is ouvn f3rcces or aro—er De - B_,in_urrac' r, it b.e frcT _. y s}r-s o,e the D Ssgn-aw City. 82 Termination for Default c�i is t.7 ccmp�y In 3 m,anne- t,at Y,OU"- 7, a� N13'erial urea ::n !tj'i"n a -J f -e Cor. "3-. DGcurr' ;r't3 cr fa 's 13 v a J of I'5 hCrJ n -e J_ JJ ; S - .-`3-;1_. U2 tr 3 u `3_il' h���urder u. 1n a� t,cn tG 3il re _ vs a a Ab e t. i ,,.ray ir.. -�' a.el j, u tten c Design-4ui''d Fir te'7 1'e t�--s CC ",-3 a-- for ,a ,h+ch YIrteen pel•,,rr. p-2 by th- e Clay t� Dei';' ��i'd Firm 'r�,<lile Des i'5'jild Firm �,+res it small be Irrmed,a,ely re.ur^e ; tri' t '.err r r;'3y "d any p-31,-- -reef or or�er a Y"-rF 4 sto^pa;e u,^.. sic t, -,e as t:.e issues cc cerning compliance = e rs== , Design -Build Firm under3`3:^d3 a^d ag,ev'3 tha! termina+,Cr: of th:s Contract urt,�t`-i3 fes; `�:!e shad not release Design -Build Firm frcm any obligation accruing prior to the e,r ecu e d3'a of term, inatlon. Upon Termination for Def3-J' and the City fully sa,isfyng all of its obi 3U':crs under this Contract the City shall have full use of the VI/ork Product in connection City's completion and occupancy of the Project. A finding of default and subse ,uent ttir- r•,t un for ca _,se may include, wr thout limitation any of the following. • Design -Build Firrr fa s to obtain tike insurance or bonding herein rugu+red by the Contract. 60 brig ra_r Crq?K Cana! hastrr3r,or Prefect R,,/ 3 17 17 City of 1iNAarr°i Florida Contract No 15-13-030 DeS� r-BJ;id Firm fa -13 tc comply in in a manrer t,, -%a' ,, + c,u.� `� 215 IN,13'erial Bread v/i,,7 ery cf to dluties and-� tine Con,ract Docur ,,enls 5 3 e d "•o s s t fortn .� „ t•- 3 na' ter��rs cr ccn��l � n e + in Ccntr3--t. befcr,: anj spe':ified period a'Ic��,'res ._ Mare sl_�r-h de�a'alt. Des„gn-Ba I,. Firr. f31Is t'3 Comm-3rce the r'I: �In t,��e t rne'-3rres pro'i'ded or cont �la'ec ie _'r Cr Fa 1s to corrNie`e t e 4!-�� in a t:+n^e?j 7-9--e as regiji, et by t^e Ccr `ra.ct. rr I: n33 zeen d e`3`,.. r°e'j `, 3' the Fir -r has been e'�Cr'�'�'.�5�j t7r4—, .lna`.C:d under 5;�3°l 3? beerlO�Cl.rrvU u�derh erg for Cor'fenience. 83. RarreTss in the Event of Termination for Default Def3�]t ccc� t;j-- Des-3-,-S_,'j F.,rr a^d t' e bond pr3',�der, If aprlicadle) s ��a he y.,f'e: of _ 1 '�'4 l� ,.a'ei33l- f�)r'il 4,amI`i ��" a—s res.. +"'g r c' °Ir",`�.`, t ��. - ...J�:j .� i� r_`; -:.ter .� t J re- � � -, C .� l; , u �e F 5"3 s /5r 1rlti 33 'C- t r3;",Dn a-Ij a !ac r•I ,e" 3P, rr 1'e 3 s rC, ],',`-ap3'u fur Ce CItj,I fr:) S,te. Tr e CI ass_, v_ rs iai fcr ta' e D_s-6,,�IJ.F.s r� to rer-. s-j,h � frcm t •e Pril+�cf:s s `els} as r=;'�red. 1. F=irs"" 3 .a�l a s3 re—a Iia'3:3 3^1-1 C3 7s to t,we Deslgn- IFirmn s {31JI.. .�rr.a r t, fY ..�. �r, ., C,tf Fj. 8-4, T rmi; ation for Convan;enca t...a"_� I_.. t� r"''"3�'n a7 o+. _ i'r rr,. u�. f� F.-.� a .. t. -z CI`,, Case to .r 3 • _-fin r' _, = i j t v L: I j', y FI. i'. `J _, !'r _ I�a'J,. by t"e C,` j Va—;, ger s _i s`3 `e tre c333 " t}a _ _7j=t7,. Ccn`_r3::tca-,,,, 'v3 313 t"e Project, s) s,`et 31 TFe &,,j av�r� a _. �J 3ssC' i3 e�',', s :a�; y ray'.1?`-rj a 3r]'i?15 f 3 CA? -17 c ;Ir,' s ,'I n� �, c Fc Prc•_ e' C} a zer;-(r�o\ii�a�. W ,/ J� up t1 D3 f:3 t.e C,APZ 3^.. �_�rn': tl�.. f.ne e,.-, ,rt L�Y' CI`iFDJ C�,' a r�_ se l,r ,f _ 3X+v 1dCd t' "e,f 3m- iriti �1i.1 re 7e r'f'e.� t ie r� r i t� t�?rM nares t�e .t for Ccri lenlan-- I I,e D1�.J �•' h-�J al k�.. �r: ..���I uPcrj r.-".(`.e'P' 0' sj: Ilit,,-e, unless oE+.r..-,vs� d :-ectlad by tnq C`/. cr, t"e Project s! on the date specified in the notice ("the i Ef - .:,a D31e-); Tai,,- s--,- a;ton as may be ne;essa4'y fir tre pr7tacton pre3erya`.on of tie City's ma`en•a,s and property; Cance, a'; --ancela�le criers for rna`erials and ey'jip rlent; Asslrn to t` City . -„'ver to the s:te. or 3 -ii other loca`,or speafied by the Pro” Ma-ia'-er a-, 3�-le orders for 3 --id e, -,a ^:sant t."131 can not othe^Abse be used ex- - cry ur ;er the Centrad a - ,J a , ee s t ,a'l fabrca`ad for the sole purpcs-2 crk and nct incorporated in the 61 e'r 3grer Cr-7�eic j9yt ,, r :.3r it R>;t.rHQI` Pyr eCt -3 1 7 Citj of Miami, Fiorda Contract NO, 15-15-030 ' Ta( -e no action tha' shall Increase tri? amoun s pa jaci ib f t,^e City under the Ccn,,ract Documents; and reascra`cie measure; to mltlgate the City's Iia:)Ilry under the Contract Dccuments ' AI! cna,-'s s�etcle7 s'r. d e3, dra,vlrgs, report ot.-er r r,a I r" C C S an�, .�_ : d�Cu nt'3 InCIJ ,ng e'iu� trCrli dDr:um-nts, rala'eyj to Vi':)rk authorized unde' the Crn.; 3 f, ',5,1e_ ?r f+r1i3^gid or not. must to t-m,.ed over tc t, -,e Cay Failure to timely de!iver the d. cumer'at or s -a ca-�se tovvlthroid recourse I-1 m t Ir Firms s d �,i d �y Des•grl-�L,,., r'ir � :an.�i a�, ..r�rl_!r"?fl:a_ �r'� I el ��� to t�-a City. I - tee evert t',at t' e C t'y N13^ager exercises its riga^f to t=r7inate tine Contract purse -giant to tn.e C-c�'rac'L D-_ ..- e ._ the City will pay the Design -BJ! Firm- a,-, -c),j3 7ce irm a,-,-c)r437ce the Con`ra ar. prior tD the ere 3-," or ter-w-2,',rr a' t�le cor.-3c or',ce far s'..1Ch Iv, I' Uri l- Cc ssa ','!It^ te- C enr (1 °� . } a a"i _ S r sago(, by tty rCr t 3`� �F ,_ :, _ r�rn" r g i/ ar'< t^a' is a CN=nse3, 'P. ca_ Cn rf. Ca-: ircu-r 9� wr r s' n'� u _ „ . - ., _ ,_ r =;n, tie Project. o To o=.`.. ,_ pre a t, e fair and rey' aJ s-= be h,� r c tele prl+ce e3tabllshzd a�3 a r=5::1' of :r = _ _ ,.�;',. 1� r.D even!. solaa a i- -djei. t , s Pa'a3,,,r exceed the gra c mum ucat Ir' tr�e Contract, 1 ,1-- a,.,,. 1+�.". �'J� �'�"�1 w� '73j' b- O-IfJa- ty ail pay—e-3 cn,mti ,`s,a�. to ....3 A.� _ s"a'' a__ ,tea t'j t,,e DeS+g--B;2'u' Frm r a ic., ,Ys as _n�. tr,. C.f 3,I3�r_,�` -fit','-'" it,-,7er. ti- ^Cl,y may 3--S CL-- and �a�U_ _, t 3 A,_!cie a�j 4!a ,'a ii; ay hale a 3' Des g --E- F rr" i. t:) {.133 p•c.-3 or rd3r' a" -,a as u as' -i ,of a I e- a'.. --,')for Cry-,enionce_ • ;,, aymen's r^ ae Lrd� tn? C nt'aot ares dject to a:�d e ty a j� of a,r, r 'nts Ci s ;,, ._ . in fu, me la due Firm uerder t"is Article t�e De_ y d F,r— -.`S ii Cit f'a1�l Lase of they ;!'a ,-X a --d ?"'y' Yi'ori,C Prodi-ct tj Comr7iele ti -se Pr ,-pct 3-d su - ', - i - ry t e Proje',t. C'`i'1"'.. -��' L �S � -�.� .. Fi J 'Alrr''C pr�d'.:ct S,_2!1 N3a3 t� t�e Clfy SjtieCt t,:) t�7 f•c'',',4Pr�L� I ` rr Ta;',C.r'3: Cayr.es tnaF. f1) Des -n-B,-1.� Firms 'i CrCG'•.jCt is r1Jt ir-�eC,redle. to ce Su�t.a�1e for us rn the P.-:) unless corni,'eted and s�gr^ed by Dee -va;!a Fir Firms v,crl;� rrCd-:rt is Intended for L se Cr re -se by tree C,r j C` C s _" Crs to t"e Project or u j " prr;ect; (iii) any SUCrl LaSe. U»�' Firm's birCf{,CrC+.0�uutllabli,tforiii v(poSUre to Design -Build Fin -- 85. Resolution of Dispute3 De3'gn-Build Firm and agrees tha' all d;sputas vet,veeri it aid the City eased upon an a!laged vsolation of the terms of this Cyan°ra ;t by the City snail be submitted for reso!ut on in the folio',ving manner. The im','a' s' --:-p sha'I it -e for t"e Design-5ulld Firm to notify the Project Manager Ir ',,iritirg of the clam or dl.scute and a copy to the City of M ami personnel ident.fied in A-iC!e 1 Notices. dz lh1 igr't'_r Cr�,?K ti'i"CIC Caul R?St-rit C+' Pr71ect ��, 3 17 17 City of Mialmi, Florida Contract No 15-16-030 Sl�c� lc ,�e Design -Bund Firm and the Project Manager fall to r'soi ie the c',spu'e the Design-B�Ad F r -n shall submit t"air dispute in wi-iting with a'i supporting documentation, to the Assistant D e.tcr-C'�n}ria ts, as iden',fled in Article 4 lJ'shces. Upcn receipt of said not,fica`icn the A. s `anII s�:all reiie,v lone issues rel31.rve to the claim or dlscute and iss,i a finding. the De -"-Bi Firm and the As3is`3nt Direct,,r-C'cr'r3 Wts fai! to resolve t"e dlsaute t^e Des'-'^-BU,'d F'r^n sra'l s'-or-itnelr d s'oute Pn `,,,it,n• 'rt,'t.l s fi f5Da e -e:+.I t.7 Sucr7i; s-ich apreal of the 'Prr'r'�n f nd+rg s -a] consI t-2-- a�Cepi3nce of the f'nd,ng by the D✓s,'g�-B� I' F rm Upon receipt of sato' notf;ca'inn the Director slna'I review the Is3ues relative t� t, le X13*7 or disol-'e and is3ue a Written finding Des�g� Bim'''. Firm - any f+art"er appeal in w iting Days to tj-ie C+:'j N,t3"a7- r3 �Jre to 3 3'_,_ _'octal of tine Yvritten finding sha'I const ..-,`_> axCv ,ance cf the ~'a ^g j . e D -CrF r — e3: tJ the C'j (k.t3^age" far his,'he" r Jt•.C',. 13 t':) salt r? of In ccnnectcn Nllana�=rs dIe vl ! Comm ss �r DeJ -r�' u i 3ru l nc'. t e J 7 i. l' '1'a�i i su iu X35. is X33 r rac�'r'e CP'/ 1�ri3^avers wr`-gin Cecla' r a7pr�r'ed by tfie City Comm55'Jn li • A :` 5 i`± l.� i d3js x'33 VYp,r�� arty" S. tt'ng t3 tri'? City iN ager a d-taiied .l y a 3__ „': Y J J'V' 3-7'x,�C( aI rj' r ne'_} ria 3 i 35 ai _ a"e Ci'j fd�3� jr-3 w=-;3 7n is sad, to 'vltf' ii33 ','.3 .2 _Ji-. t.;�4, t:ie y ori—e Ins:.51 t~7� ^�' h^ 133 js 0 Ic: s sa } J --93,s Of a = -; 3-j C D._ C 15 t^ e .ire a��� r�:>;� ._ ti_ It Is res_:': cs t'f _ Dajs a, -.e Fir. a L _ . ~r _',`r' rk. the a s :3jd-ess a!',oopctGcns to ark ��e.er.r �3� _ 3 • _reurtder a T--e� '' r s _, �- 3 'j 3g' �� a '7e 3 J - r' -ting to a de e—.ina : o n spe ;if:,:;a , ,,a 'ie3 _ der ms's and remedies under S''3'e l3 rv, If s3.d pia, 'r c : •a k l Y :7 tri_ r=�_, �n`s of this Art;cle. The fir -;sing prac?._, U��ss's o� sn 31 _ ., ie reined/ tha- rA_,s. �� Nloyed in the event of a d,spute. '- g any off e_ pro,�ei•�n to the contrary in this Cont -act, Design -Build Firm shall not be liable based cn contract, tart, negligence, strict warranty, ind'errnity error a^d or,-s5;cn or any ot"er caJse Whatsoever, for any consequential, special, purotr,e or exer"'1a:3"r 43 - ages or da'sin,g from or in correction With loss of utility service, loss of use, Toss of revenue or pr --f`' i,3=a' cr anticipated). loss by reason of shut.o'!vn or nor, -operation and City herety releases Desigr-Build from any such ii3�ility. 3 Ih3gr'eir Creek S,',/ 7L ll:-ar]aY RestJr3r:or P—ii--, FR-�', 3 17 17 C1tj of klla ni, Florida 86. Mediation -Waiver of Jury Trial Contract No 15-16-030 �-3 �r;ng the course unless o:,v s fcs find mutiali'y co '[on 5-3-a o`Flcri�a a bads T^e Des-g-�-S,-jI'd Fir,"' 3g --es t� s n-,!ar contract, pr 1`r's :)-s ,'r J Yn-� es ^-lj_, l F r-rs reta'ned for t^� l�}r fir'{, t"'' ecj prov,' r,] f -r r;cr- bl as t ,e P-:73" r7 vc,,anism fcr d!spL1'e r=s?I'Jt;dn. t:-��",=s 'r�_, ,:'.y 4+Jal /u t� ei' rIQ^` to 87. City IN17iAvail Itself of All Remedies (`? (�' •J ^"?J � � i I`j J �� aa. � � =r�'j �"�r� F'� `. s��. �a Ear � J�rl t� It i �,`r nr �<.st"'� s-' 8'('S`,a i �t "v,se'', r`cr^ t.. -e t1 t.y")� a. ^: a� cf:=n a i� J:..�� ��` a :s ". � �'-:r�''ea,�"JI'�. T(e nf:.e der"'"ini�' of t -19y eyeCt,3 r'; t:) =•C_ - a` t s3- .. 1:fMe cF a -f, r T ^e C. , 3 a s as sy_ �� r,� CCS.; act D 3-- rc- ylJl�! a- in a - ._ � �" ra s a - U-4 �a y Cr fn e��:j. 33 Uicensa, and Imcact Fees ''fir Cc --'j ti -e S-3'. c; F'or'da. cr cthe'go'rernmenta' eri'._,��. ECS aj ;J`,'ti�rL;s= ri'oJ'd - j �Jtir'ti I L. " 1 7 a -fid re -2'-4, ty l=�u-a1 S:u' l la,,,s r'u a-. re�_IIa' r. f t,�e iris= '1t,rJ r' F tr i _ fi - j' _ Des• CEr^ curs 2 - t_C -3 _t ^,� _ >=dare' a - d -a 1 Fvr cl Das Dei g --B I,.1 FIS„ 2-d ma —n va'.ld for tie t5 p�ryr7,et 'a v'i F r ,-i J _, F.� � _-� _. � r�� � _ JAI .�f i, ;s iJ be NerFv,`med for aN —5,- ,DJ 'rir Dr! ,rg CC- tine Pf,� a Ce-., --a:= is req!., red. Fees f,r P_: Is REQUIRED BY THE CITY AND PAYABLE TO THE CITY 1= DeZa] . . .s F 3 s -Ctl 3s IN 3S'c P=r7it. r,I.a;orTra�es Nf --- _-ar'ca 1, E'-_ . a! and P�mcr g Fees PL,„ c V, -',s Fees. such as Line and Grade, Exava`_;o{-. De',�ateFlrg and NPDES Flies. De; en±; Fees) by virtue of this ccr,s`,,uct,ln as part of t; Y Contract sh3'! be rel•��r'3�d to . D Firm by the City through ar, X'o,,tJance Account SLt for h=r=gin. e'J' �e --ed by an it , _ _ _ - other acceptable documenta:.or issuerll by tie public en`i`.y P=� ' Fees ra'mc;_.rse,—ent to Design -Bused Firm, shall be for t:7e act -:a' arr nd _ �ount a in r,o e'r nt _,'-•uiu�e rrofit or o'ierhe3d of Design -Build Firm, and or marlvup. Perm' `.yes re;a`ed the Des{grl-Build Firm's opera ions (e,'g perrr;ts for dumps`e,s, job trailers et;:.) are not reimbursable. h.4 it i,rer �r3�4t JC IC jr ii Res,,--r3t,r P --mart Via, 3 17 17 City of Man i, Flor,,�a Ccntra'::t No. 15-1:,-030 89 Compliance with Applicable Laws. Ethics and Public Records Laws The Design-B_Ad Firm ;shalt comply +N th ail applicac,'e IaW,s• reg�;Iatlons. building and c0:7,structcr ccde3 of the Federal governiment. the State of Ficn,,3. t" County, and tl?e City. Tre a"e^.`_ion of tie Desigr-B"I!d Firm is directed to the re -re . _-•e Florida Building Coda a,ru t"e Cees of Prl,ami-Dade County and the City of �_ming the Gua'If�"ca',iDns f_r Desig-B�Id Firm S•jb-D_7sign-EBui!d Firm doing b'us, e;s 3"Y.'4-7ere In the Cltj. T; a Des -B_;1 a -j Orco; , a,i Ethics C �es Sta._ares, rancas ofthe S'3'e Pore�.� _. -Da e County a.^d the City of M aM T1'-_ F . -i sh3;1 co(-p',y t _ Ps A.:'. C�a �' . 1 10. Pc St '.._, _ -n Fi nd ru'.e _ _, _ . o ua S'� 1 -J7 S� ` f+��. a3 '�^�ica� NI N� ! �� ._ _ - �I:� F.r'-� shall add;t'Ona'ly i'a: on i 1 i keep and ma nt3 n per==: nu _-essa i ; - IJ be ree,. (v_: w, . e Ci '.y to perform this service; r r- _ - i ? e S S t' _ _ _ �s an tie c� `. —s and cone tions aS the Clay or 2 c'her,,Jse pro,,Ided by 1-9,1,: (3) s_. = rr.a r_.. ��o(�S ..-a r'_ _ -Drrr :er.. ;-i, e(e o` r, -or, d:s,:fos re are rot a'' re ; r�-a (l:r.y public re arc'; and t:`3 1S'3 '` (. ��� t1 t.' _ l _ („ words Irl l:s rc� SSS �n :r_0!7 termf�na".,on or thlS Agre_. _`': 3 des' -:)y a;n j G_: �a' p' reCordS ti^at ?-e e or :,c(',id1erf_!al and ex=_Tpt i) n;,�e' y ;! rv,. 3 r _:3t be prof dmd t^ t Ir� a fFes, City sa'cn tv noicr syste s 90, Indepand,r,t Desi.,n-Build Firm D.��'_ -__ _ r "'r l� : 2?' a C'.:5. aSS ., -i aS a^ aV eS tJ per•;..- f!'ror<Jnrr- r.rm': L7� F r.�.'�.�-..�...i.7 3n, -,J :_es t -e De -7 t„3: 3'3'�S t__ - t, a..—I CE t:` _ ^ L3 r}`'' _ C -j -sr37, r y"".. p = ' r '•c jc- tle '•"'t nct I, i '.ur j con---: 4?rvra3; L F I( jf:r3 lr� ue~ef;'s; ss, r^en.'cer7l- or cred t_ i�� rr-ma's Fkrr s :a` srz,l rc' C. e Dyees 0 Cf a^: �7_ _i' �_.- i acne 5� '3 iS�nv TJX' t.-= r''i'`r3C'<, .-u t�On ? sna'! it -pose a, -,y I,ab s _ :,' on the C ,.; on acc _rt of the ❑es'� -B_; _: r s a�_s. CC'ISScrs• I+3 IIt S or C=,.:cr1S Ct r ar _ trios. u: any p son: f rm. as5cci3 ',Dn, corpora' cn. or 0rg3^;za`,v „-a;ed by the Design-B,�ild Fire as a SJR Cor15' ���^. I^' �v_^_:--f D?31C�ra-BJlld Flr'",',S, Spec' � +'S`_, t'a -3, C: - j =e. Srr'vant or ag-art or fo` tares Te but not tJ Ln� �C� .,. Ir3_,'3 mac. ';forker's con"pensatlon a.;d 3 .�- : a:ion, of iegis'a',cr cif a.ny kind. The Design-Bui`d Firm hereby agrees to ind em-i:f j and hold the City ago rs' a;ny such liab�ii.:es. even if they arise from actions directed or taken by the C1` 91. Third Parte Beneficiaries Neither Desigr-BJldl Firm ncr City intends to directly or subs'an11a' a third party c r -j_. Contract. There`:)r_ t"e parties agree that there are no third pa`', _ _ -1 aries to thCc la and thal. rc rd p3 -:j aha l be ent *led to assert a claim against e . e- cf t"em based lap _ r Contract. Tn.- patties expressly ackno,Medge tha' it is not their ;r' exit to crea'e any rg-.:S cr obligations in afn,i third person or entity under this Contract. e5 '!+13C rer Cr!�-?K. J-:yLcl,, �-ir"al R-3srar3ti,�r P„, 3 ''1” City of Miami, Florn"a 92. Successors and Assigns Contract 1,;D 10-13-030 Tre ^.�r��r^'� . � �'r ��IS CC'r'• _,�. 3 ,3'i co( t7@ tran ferre,� �1��'� � v�� � ��p� `.� Cr aslg! ed City. It is of j-3r5idil{.-0 : S, --i a',r':1 � t 4 Gr pa-tnershlp shares cf i:; 3 D-5'gr-EJ!ld Firm, a merger r , _. S S3 y _ ass grr an; t -,r t`.e benefit of creditors sna -3., :ems ed tra^sort Ons tnal . a-� ass ,nr ^` ar sale nera°.nd+ rea1a ring Prior C�t� a �rrc'ral. i trarsf, v",7oa, C,.y sha,i be cease fir t^e C =y to rt.''I,fy this Ccrtra:t. Any Y;, -. -°'a' Fra C,`, S c:^^s-3nt snail be nul; and v^id. The DesFire', s"a! -)3're fl= ;,�:h The City may re'.;-vra bordirg ct"a� sa��f'ty, Cen,,f�ea f S 3'. :s a7d ta'{ ra_'jrrs f, -:Dm any proposed 3ssig,^ee aid t:7e ?;Cv ;J}an cf an eSS "f'rr' 3S3 in a';-er,myn Ir a form sat,sfadt:rry to t`le C+`j At'' - ef' .3s a cot,; ,,:Ori pr�_v e'it to co s J rr rig e(J^rd!,3! of an ass°gnment, T~ Des g^ � Fi.,7 and tra C,ty e -3--h of^dam one 3-,c!t er, the'r c3 --'s s cce53 rs.eg-31 �G rr re7: u_. vas -n 3s;. --s to tt-d othe- ra- Ji rr s C a :al 1 t: ii .. n3 --e,3 SS -2 S, 1s�7' r=-- =-SJ"�3`_ ,-3 a^u 333'(ns cf s'J.r' 7` j 'f re3 a r0'iv d i'S c C3 -`r3 --t. 93. N13taria!ity and V'Vaiver of Breach Des ag--a t,13` ea_n fe Tire .se^;. d'2y. a, -,d c .Fg3-'on Sit f r, n 3a�S_3 1' 3i ane it per.3nt to ti ie fcr�, 31jor, c� t CSC :r3'�: Dv ti�ere ti r�2_-,'!3; term hereof. pts S-�!� '.�" t'1 L� C"�Tt�.3 sF -.�•-:� J"u fJ: Vii. y.. r' Jam_ _ '7v•1 _ J'� ... �"'� Ccs—rti-_t 3 ger D� 3,i j ",--23 :n of a f;n 3l's' -. _ �J 3 ✓t7e'Ysem .a,,,3 v C a j]__y ce JnS.,'_. __ _ _ a r' cJ..'ir, Li t:',e t `rT 3 cf t, - e CCrl:ra vt 94. Seve rabi!ity In tle- e -e-.tra'.--3--' pr - ,i: '� c`t-,3 CO3-7tralt D'-._. I.7 is c'e` . / a C1... Ccl: "e,ern, j°_;ris' _t D t3 b ,;e'g-! or urenf:�r:a•ab'e t"°en Surf L;^ ; `Jroe3b'e Cr L.�._.,, .a° s;cn s 3'i u e;t sea f'v i s Cd^t'3 t. ar'j t -e r3r73 rder of t-- Clonus, --Dr;^ c - ^iMe in N ` ,1, 7t3 t, l a'� In'g t . 7'�! r t u d ..• _ r ` r' f�a`erl? f e^d 31 c+s=� 'u �,t t^? f'y ,S cf 7f? fa - _ _" id Cc,.,a,. in �a try`, A.. e`. _.cr pr'.),�S _ir 3-3., CiC m3'�e r,,'z:,in ..-de7i (7) Days a .e CnC 't. -e- s r 95, Applicable Law and Venue of Liti ation; Attorney's Fees Tins C^r- -ac1 s' -a' 1 e- sr-Leati In VI3 . - D 3 j e CoL� 3 c 1e, -a! actj;cn is necess3r% b� either p31;j v,-:,� to tre enfor man[ of a�) ar or condit�ons heren excl_:s'iy \,enue fir tine enfir,,err,en' of same sha'I lie in N1:3- -Da,:= C :'/ Florida. Each party snail bear the�r res;Ce':tive attorney's fees The co°u— a,�,3r1. the N`e as ling party court costs. 96. Amendments No modif',cation, ari e^(.Jmer,t, or a;`era`ian in the or tons conta re,' he-e�n sha'I 'be effectl'Je unless ccn`a,ned in a written document prepared ',`. ',,-,e same or slmllar f'in a,lty as this Contract and exeuu'.ed by the City Manager, Director or d• sigr,ee 1`r eater CreeK Carai Rest:3rati°.n Pr,)fact Rao 3 17 17 City of Miami, Florid -9 97, Entire Contract Contra --t No 15-13-030 The C.r`.,r'a:t a3. r,3,,to ar,�e,,ded rec,--s n� kha n nr,ra 3r.r,4 irlegra`ed a^a t o Ci sj � a �J�e'S�wa a l �Jror cra b. I..-`._C-7)r'1a._Ii.ay not be Cain, -..'2-,.' ed changeu. .. `3-d 7 7--,v"3�j re n a, -y respect, at a^� - a`" t.re execution R-,eof, e:Xu2c`. by a �Al'.. �`.�u v e<��a`.e 'l4+,,, tl-e salre !'l+31'/ar '-,Ye _, �r pa-� yawn or 3r� p�3/'Sir Cr t u Cor——.1 IJn'�Jr ?^:`s sa'j rot I -e :J—er of LJ ori.. n�—] N 98. Nond:scrim nation, Equi! Employment Opportunity,and Americans with Disabilities A -,t Dei g -`3'-,jr Fir., Y f L'� ritrf_� a S r;, ^, `? aj�'n5_ a '; _'ate f l ita G c'ns 3-,d a _ CC-:i:t. t T-3 1 �a-rd rI -3- , Des,--, ? 7 --sans r44Lr ane �i+. r�o Fie.�,t Qccum,-3 it.] r -ad=- to of ra.e, Fe 'gion. co�Dr, Ct�nr?f sex.J3l a'I`'.:?1`J5 ^yi j Uori j or •-•�• 'r -- l r. ��. 1. 5,d •i�l S:� ' I a �.3] ] f`ci. r1] ve- 99. Evaluation :'tyle 3: ,1,_ L'~ t7= - 3 7e3 3-., - - .�. - � .. � 1 r 3---3 'O f t -. - CC! ! G � - J r_.., a 'l � � _ , _! . 3 , .,n rr, C c- c d a S D Ye #J t, -.e LJ=s� -_.a : i 'i .,. n.� �r- r7 ?7 e S in C -i,* fi �'e I -.r 100. Comrnoditia3 Nlan'afa-ture,d, Grown. or ProdLiced in the City of Miami. Viarni-Dade County and, the State of Florida e...'r'e Sia' a,� _ u'e = _ _ �. C, v r^ re ci-'' r�-'�i 3 tJ ^' tla � C -, __ � I _. + _'"rte � J��v`u 1!�! ll ur 101. Royalties and Patents A f==�, roj�,. ?^� �IJ s ]r 2 j' I`'!� _ �i �' _�� fn,ent+ar,s, or patent of a 7 y al-,Cle. 3-,C e Cr ?f be used L _ _ anf fn3^nen I.-? con+neu'ed 'rr `r t"e _ Imo' wyl'J, of t e'i;'�r'�; cr a- t ^ancon. are " ��' Jded in t"e prices - ces stipula`—d in the Contract far said Work. 102, Continuation of the Work ,any `,at ccm,-nence3 prtr to and �,�, � I �x' �' �� --, fiord L -e e <� -3,' or, da'v of the cu'rrenI ccrltra-r per'c+j shall, unless to ^?`?Ci by te,.,Ueen tre City and I, -- involved Des"g--B'-2d Firm cen` un'.Il or} a`, the s3--- C�� _�� `-ti'"3 �^,c condlkicns 1417 ;`13r]f er Creek --3r al RasI)r3t!+-r PrciF,vr R�r 117 1-7 City of t,li3 Florid Cont -act Mo. 15-16-030 103. Review of Records CI' j s^all ha ie tri r. t-, inspect arld copy, at City's experse. tIlle boons and racoma and a counts c€ Dee :-, - F -m ,r,hich rela`e in any way to I" e Project s i. a -d to any clam for ada tcra' worm ^sa` —3J --i by Des'--n-B.,;ild Firm, and to cord'uct a- 3.:d t of t: f,'narcia' and aocOur, _,r. r cC'�5� r- m r, ei ba g ��� -c _ td Fir 'r, Ich r ai� to a Prop ,t sl an'., to a�y clam c" a �it;or^a' come rsa'lon ^'a j- tj --�s,--B,--IId Firm irci.,jding but rct I!-?' r=1 t. aiI Cajryil rgCID rts Ii -Voices for s a'c_ --ccun,s. Such records s^a'l corf:= to Ge^C-ally ACceoted A3COU ^g P. C ; - - :.. S ,-t, r .i a , or it it -, (G qP and sha'I c j a ` �s� t, csa t -a s s re, hied to the Con',,act. P.aro- s suo�-1. t� t p-:) !S, ns of PL; -;,,c Record La Fl(o,da Sia:utes Cnap`er 119 sanall be �.ep: it a^coria s.acr s`.31-j'e O_"-er,v5e raF3,n ard rranv a ,ai abie to C'i f a _ cns and re. :.s and aicc'urts finarcia! or 'h,hich rel3'e to t;-= PrC:3 fir a period of five {31 ypa f:)li"c','. ng Fn- Cor-, ,let;on o; the Prc}A":tis . Ti -e C -3s .:' " r trees t r a .7 -3 n ar a�co�^. sfs`v t, a` pr-- ,'oas fcr account.^g . r: s'n a_ a:v dt.,cu ..rta_,on a ader--a`e For da._r.""Ifi'r'"y a!'C"t,a�l;e COSt.s" D=ay -BW 3 s -a," cerel;);J t,"'- c --Ce' r -7s a -d repo( -,s acc= tam to t"o City far tn,c �J, ,]`!�`i ...r a is Ilaf'i�J✓Ile .L .niF L" � �✓ilii a..L Dn'Lia l�f �:i L.] 104. No lnt3rest 3�es ;a 1. __ l• t=. .c µms/ a- a. CI3.ms for --3-3_vs o" a,j tjce. 5`13 r=`. be 3_, _li tc irl*erest IM -e- 33 ' -?a3 s = ;.eS tc ire pay— e't o` S"'3:1 3=1y L� `,a ~ arm 105. Paynnents R-l.-i`�d to Guaranteed Obiigations T"e Cl'., may . --, a -y pajr :s to t _ ;,,a -e such sans as ma j reascna''-:y be n -ces-=a"y tc 3"S:Jr-3 oM-letlon of t� c je n r? is ; = c . ,e Y',oiA. rt Cr " vl _ T he Cl',) r sy' C= _. a^, jitS COS+ ti -e Contra:i. t f TI Pro, �_ V'rli ��� r r to l.N,-t7,hcI�'r S�aV Iv tiie cf t -,e defec'L;vo Vl--r'S. ��u" m7— ., d has;s for the or d��u,tl:�n Upon t`1e P-oject M3.13g=r's determina'ion that the, Desiyr-Builu Firm has fuff;'led its ocliga}ions. the City ,t,il' pa j the Design-Bui;d Firm any monies o,,ved, subject to Design-B.iild Firms submission of, or cornpiia,nce %r,ith, any remaining documentatior or obligation, as the case may be, in accordance with the Contract Documents 106. Consent of City -Required for Subletting or Assignment if the Flr- ass gns trarsFers sublets or otner,v'se dlsPoses of the Contract or ftS right. tiJe or in or to the same or any part thereof, in whole or in part, witncut the previous consent in ,ti,'I', :; of the City, such action snail be an Event of Default. Nothing herein shalf either res'.- ict tleryF.' of t^e Design -Build Firm to assign monies due to, or to becor,e due or be 68 +qtr lyra- -�ro-2k Ja',"'�- ?.'.1'.. ''',! of R-3-! 3 17 1 City of i Florida Contact No 15-13-030 construed to hinder. prevent or affect any assignment by the Design -&-Ad Firm for the benefit of Its creditor made pur5,ant to applicable 107. Agreement Limiting Time in Which to Bring Action against the City In t`,e e're L the Firm may be deemed to ha ie a caJse ofa,--ti,:)- agsirst tine Citr. ro a -t. in s a' i e cr "e r—a'nPa L� the Desigi-Bjild Firm against t, -;e- City c�-ur, any claim a-is.ng Cf r v ,v . ;r` aYP Docurlent3 by reason of any act or Gr" 5sor re,,wife.^ e^.t Qf t� C` r art o; sha ! ne ccr"f" enced 'v+il;nin Si:( I6 i Qnt,^S .. a`:�et�he dt`al'ine of bea ', if f,na payment e t has nct T c^L - S ` s�a�3`_3 ._ p;wt,on of the Yj Crt or upon any c!almrQ d`,� �' to mQni3s rvauired to be reta ^e'er '_ 3-1j Q--cC a`_y the Issua''C3 of the said certf:cate, unless sJCh action is C1,. = - n S :(i _ n, a`-er s'.:Qh monies h3-�ome due and p3 fa.0 e ur aer the terms DiocurT -`s cr if the Ccntrast is t_-r7;rai-ed or chola-=d abandoned under t, e - rhe co--- -- Such aCt;on is CCr ^,enc3d ',V;*,thin S ;{j riGn� _` `'?rtneda to { sa_ _at o, of aba,ndorimen,t by the City 108 Defanse of Claims ce a.!v c an; I a' a,+:Cr' ory�. in a ly tirva f tela. ^g he-_ r t + an r, r eg o Q o the /Vor' 3S -2 (2 eSS'f pr�,!ded herr n. t."e Des,gn-S'_i�!j Fir.,, sia' d ';gent,y render to t` VI. i a` -=r al cr'3' uv.i �nsat'un Is m,-A13.i -ree l r ^ a " a i �' .r _ y a�, u1n, any a . a _,ss;s. rc.. ,+,hlch the C, y r- ay r_, v of t^e Des'g�$a''. r ;r„� 103. Contingency C13use �:I,3vi �F f�.:T�.'� ��A CC"'r�' I =�_ _ cY �T.�•�'_ ., r v� ash .- ..Crt`3:P ij s,.i�'iJCI t•� a"_ -ten or d,ae ',D la --x C,. -i Cr ` CS _ 3 rs� iC �a!3 Of �u (�! `^' / 2F)' a 5 CUP �:e 110. Mutual Obliga`_ions Tn'S ���� '��'.. cr a ge C�ti�r, t _,� Cir ...:'i. a-V��r'rti'' Cf�a'ICa`iQrs issued U rQUi lit' DCG!Jrl�nta s�pere es a'! pFe,'G,Li- m:'f , Con a ,]3.,cnS @,,1dlu res: v i t t, 3 Wt rnaP`�r �r `~ ••'� ./ t -31r dam' f a_i t,n lf'___� ire t".-' C1 P a'-' S �1-7. sons'_-jed for Me Ir_ended or Cti;err!r"��, o,fany tmrd party t: l` ,S n'ot a p"_,a- S'_.c3 a"j ,c' 3 ;tarty Gr ct.'Cr4'3e ru 3'.e'� (by Vir`JC Gr v'r CGRtrrl r nerhlp r G sta_ritory control) to a pa-kj In twcs- s -D ns ,', ---= t;,L Ccnt: act Documents r.U,oses an indemnity Gbl:-ga ion on the De3ign- B , F,-7-. e C ', �/ ''s e :-,�s-2, elect to pa-. --p 3'e in the defense of the claim if theCity s�.� is so ci-&C _ r e r may. at its n a {pense. defend Gr set'!.-- any such claire iT t.+e Desl n - � _ ; � P' - ,,i! defend s;c �r � � - .. _ _ �. _,- ,y s - ;ch C�a;m, and thCr3a,'e See!C In,.,3f�"nity fCr such cost from the DeFirm. 111. Contract Extension Th.e City ruse -,,es the right to etiercise its option to extend the Contract for up to ninety (90) Days beyond the Grig!na' Cont~a^t period. In such event, the City will notify the Design -Build Firm in �xriting of such ex°ensions. 69 ,'jeer 3rCr��K Jed, riry lanai �es'cr[rJr P ---iµ. R3, 3 17 1' Cit/ of Miami Frori(,4a Ccni; a:t No 15-1 �-r03C' 112 Non -Exclusivity I` is the inle-t of tie C,`, into a Contract a�I Design -Build Fir --, 1-3 33 n. h; -e Civ res3^,e3 the rgl,,, �ia to per'nrm or ca -s: tr ce Ner t"e T ork and sarvi,es, or Ces.'r; ed In a- a- ni sees `. u mut not IIr^ ted LD a,5,a,r1' _ J. c ^t .sits ef 0 a^/ Des', -B� I�I� ,���^ .:� - _ t� I,Ilsrk ,vith its o',),n e-piloiees 113 Nature of the Contrast Tr'e D_s 'L emiid F� - S _. _ . . tr �= r".�� J� .r`• In t -e CcntrTa_t DI- r.��e 'J Inv D_ Ign_ s73' prC l _ �`_, _ _ .I _'n`,o,- CI1/ Ina �aspec[3 cf t,-,, peri 3r— e �. Tie Dei g r av• ". - �' �` .t GCc , re tr� ✓rT u 1 a a �e�'_ a,: re- a� �j- e �-e Sa.--3 u3 3": Try D -_. f_ 7 ? I I?y!Jr,.. t� '� ]_:pC ,eS 3 ,- I'! _ r f3r t .e v+ 3,�dt �a 7 �..� Ll�e Cj,l, SISI �.I I If�ll� rot be 11 Contract Documents Contains all Terms T" ❑- --' r,a 3'I J J'„ Incrr�cra` d rere„n cY r�=firer cc ;3 t s 3 3--1 C;= a' -_r' c/ t— p'a- -- Cf _J •f / 3-y _Ir ti e Ccn-,2 1 ere -7. 110 Ao lica'c'a Law and Manua of Liti ation T , C(: 3 _, Is n� -'t c� a^, j 'rr 3 +:f ttemis cr cor, "s r rr'n Yitlll ale ll sCGl.+l '. li_f, Florida. 110. Survival Tr— pa�.d- a,J cclia..crs r Cc-. act Docs - _�r tr t� _. .._ ? J ti= �.. _ ,n rare.Jr �IC_J-J• - � .,,iu -. - '�- _ _ - L _, I ntr� Cont,'3 Cj na`are ",bould cor`:,-i a N te. i 3:,on ca-ce!la`.:)r rJex'-) r3..Dn 117. Joint Preparation P;epa'3';o,r of this Ccn' 3�, f as a joint effort c' , e �'f a^rte Des:ori-Build Firm aru tTe result,rlg djcumem sha'I r:ct. s._ = i as a matter of judo;a' construction, be construed more se,,'erel/ against one of t'r.e p es t^a" a^y other. 113. Nondisclosure T�, r -e e.C`.e^! allo,,9ed b/ la%v� ❑_� Firm agree rc. to di;,.�Ige. fUrnlsh cr m3se a,3,l3ble c any t�ird person, f:rm or org3 _s.; n, with,out Dire--t--r or designee'; pr'.Gr written consent, or ,Fess Incident to the proper per'-",a-ce of the Design-B_Ad Firm's ehilgations here—ander, or in col_.rse or j,rd'cIa' er e proceedings where sucn information has been properly rn,3.:on concerning the services to be rendered by Design -Build 70 rIragreryrr ; ,'_ I: :anal' r�r,,r'';Ii'+'.( �;I , I City of kliami, Florida Contract No 15-15-030 Firm, i,ereurder, and Design-B'Jild Firm shall re1'Jlra all of its empioyee5 agents. Subconsult3r+ts and Sub Des�gn-B,�iid Firms tc comply with the provisions cf this paragraph. 119. Maintenance of Records: Public Records Tre Das:g�-BJE!d F rm 'h!I keep records a^d s-�pportii d'ocumenta';on 'r,h cr' concern 3r rvfle.-t its Ssc::,�r Ser,, --es here'_rder. Recoras s,,o'ect to tl-e pm'v'3lons of the Pjblic R=cons La,v, Flor'�-� S'a'uces Cra:�;er 119, s;,-a'I be kept in accordance ,%rQh the applicable 3`3`.J'ta5 �t 3en,4'�e ."'e re-..-r�-; 9 -ti PAbe retairied bythe Design-BLl d Firms ,, for r r,imur- of . r� j 'je�-s fd` t7e da.. _ this Agr-em-e r or the date t�e Pr l -f ct Is Cor" s !3'e- The Ci'j C,' a -y ag.=i-ts or reres?,'',3: ,e3 of t -e Cil s'p%a -„,1_ :-e ri,; -+ t,-sJ:it. 1,1s�e., a JrecOrds a^,� C1JCU u r often ?; t” i =e" neve;sa y d ,ring c'erod of t11 --E ." : _ ^t and dung tr ,e three (3) year pe..od s �c-:,' aoc,- prc, d,d. � s, ---h ac' , j s",9 , to conducted only dur'ng normal Design -Build Fir^� sha i rlOt be ra C ,r: ^ ,n,' 'raj Ci-/ tD '. _ e (`i7' ata is res,dir'9 in Clt j" facia ',e5 as an e.t`u4 -3 C: j 5:1-- a e a:,r '. C '.y s'JCer, i S,c D -s g^ D 'i F `m 3^3 i aJ 41. '-. a' lire `a: on. (1 = _ a _ :. ' I j r ec 'a � r� s ~'� . ^a � a. d r., essarily',�rould be bj . City a.ces5 to public record, C e sa^ e ter7s ar 1 19. FlDr;da .J exemp' or `J-.. 3r'd e; = f' 'm - _S_.. _ � rI- et_ti as a "-frt) yet rr` cos*, 'e a,,j d V`;. -a' = _ r 14'? _'s _ cr .3 e a l5) ry;:' 3 77 clic City in a f,:r"^a`_ :� �a:..n 'sir' the Ci f'S . o 3' j 3ySte^" slj D=7 �r-'_J� J Firm u: �`- . a t- .�w �J'�.-. any , '. '_ ^ b F:c� q _ �� c:.as3 p-c',�s :^� rec,ulred d Das ��-BrE, � r r,— . 3. a`. 'S O';t; 1 eK� -3-se a"' a` n'o cos' to t -e C';j. IF THE DESIGN -BUILD FIRM HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE DESIGN -BUILD FIRiNI'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (305) 416-1830, Via email at re-',�Iar email at City of Nl;.3,ni Office of the City Attorney, 444 SV! 2" Avenue, 9l" Floor, Miami, FL 33130. 120. Property Damage Adjudication Process: The Des Mgr -Build Flmi s .a to the extent pcssibie, prevent damage to public and private � a77the V )o rik Ex:e t f�)r damage that resuts from the Design -Bulla Firm, dredge prism sew ed in t^e CAP2, assuming that appropriate protective measj--3 t` -e Design -Bu i ` 7-,--' s, a:1 be responsibla for performing the repair or replacement oa-gid priva`e prope r*,/ t- ' has been damaged by t,e Design -Build Firm's equ' pment, er�•- .lees er a'gent's incl_,'-' a;l associated' cos`s. To es'ablish a record of the cone ':on of ti e p-1 37d pn,,ate prcrer', ^? Design -Build Firm shaPl perform Pre- and Post- Cors'ructcn Sur,eys cors th the Surveying Speclfica"on (Section 01 32 23) of tnie Des.gn Cr:eri,a Package included in the RFP. Accordingly, the Design -Build Flrm 71 r'i3grer Creek Re 1 1 17 City of Nliamr. Flor da Contract No 15-16-030 understands 3,, d agrees tha; all public and private roar',v31s and property �amage d;sputes sl-�a'I be resolved in the follo,,ving manner. a1 Tj"_ De—sig--Buil- Fll,-r es`3,-jks,-u a dedicat9d da -rage netlflca';cn pr:)ces3 as Pah cf Its Public In'orr3'.cr Prrr.� `� ram t,t asped est a` t"e De3.gn-Ba ;1 he fir 1 �f' �"� Firm is ' k s. po n, cf cont3ct far all property damage cla ms. The City's. P-oje ;t klarager s"a,l be ccpied on a l -crresc'.Jndence bet',veen rh? ❑o -S -y -ga'id Firm and 3-,y prccert'/ c'Ar^ter s-ibmf:'.',1g ca d3t"13,--3 r.3 „ ^, T e ❑esig�-S_.�,. F, r7 slr a,1 c-mmp'-ij in,es';g.a'e all cia�rni a -d respond to t -he cia rra.-1 , ^Ir 53 days. cj T' -e D:'3 g E, F rr s -a l Pror~Ntiy repa r an j da ,age it determ,nc5 to be its fa_:!'. at its sole expense Srlo'� ,J tJ dez�fall to resolve a clam in"ici+,lnlg un ; s:,l.,+ed prope:*y r � D3DfS. t-� Ci -y r-. , _ _ _ -1--hours' nonce. ^r:)coed to re -_3,r, rebUIL.. or c 1e,,4'sp. rz„`7re Si.C� �r nS� i 3s r 3� be dye�r,.j r. e s3`y a^d the CT'_y 11,Ji deduct the cos, t^are, -J 3;-. k; 3 3 a j c e c o C, t`e ❑es,g:, 51�,;Id. Fir— u rd-i�r the Col -,'.`a=`.. F`:i =?:, ^?'j ,', �, -7e �` _�_1 1 3 �3 g- -- i5 1,�=h.c.3ti in t -e Po5t-_cnS` ur �iiri�e if, t'ne da—,age co, rias)" -Dy a'_ 3uie to d- __I cn:s,ralti_ __.v its cPera`,cn,s 2,-,1 if s� is a +'� d3^ age ,.�.�i� a , �1-_ tJ!` �^3'�r3 `rcrl r✓3,�,3ge "rib'_^In q,) d3yS, dr Gi l gyp'`' pCr �) r' 1er 5 a,� e ement and ';-e ❑-e3'r -Bjlld Fier^ s�na'I^ot:�r t �'S P'� =:t V3 -)3g C.7( IM_3 ❑ En �?r 3, V S=3'�'�,-^� !J F,r. a I` -J_.=?�� ❑'_-7 -%�.�. Jr11 -� rr���;µ ^..3 J tree DeJ 'rJ ••._v �I!d �a3 c e "7 . 'IJ -5-3" le 7__ 3,3 CJI. t n D 1-' ] a 3.,^ 33 to Firm. Cl y _-g3ge a SPecl3i I�,ld3t�� f`cl�, Itj res_,ve t"e clam. i . c`.e` to a`na'l t,nemseives of tI. } ,3 a- � ❑es�'g.^,-B_Od Fir m �,b .i s"-,- a for,'r S`.a` i g tie y r3�3 b'n,'. -�gi U� 3l Vaster �� �icz :s,3,q s^3'1 " "3 al. - _ �.- th,_ ci:3,rra 1t and t -e Des,_ -S F,,,m. The S:J=;'i3,1 1IM:53'e's c'e s!. , r-= s = -_ , _ - J,,iI=d by FIor!da Ia-,b. 77 Y/3(7-3rC,i� h R3stor-ticr Pr-,it_rt RJ, 1 1' 1, City of Uami, Flcr r; ' Go�:rt ND 15-1„-030 SECTION 2 - SUPPLEMENTAL TERMS AND CONDITIONS 1. Scope of Work s_a` . _cl d ^j I y3' or con:ra.f t:) t! -le Des '�r-au -� F,~- 2. Contract Time -i ed by Design -8,61. F ^-), or prcc'_,rnd from L r--essa"y desiig^ sA�'r_ys incl " --„rai: r�''� __. .^J .�„ � o«h3.r �^.. II -J �.. .. .. �.�� �J i _ .-� _ t��✓ preoa�a .fir' �t t�i� r`J.�1 . �}' �l?1+l I.��. rY Ili it"�� J_.] yl_U2a� C D'ccur,v ^j I y3' or con:ra.f t:) t! -le Des '�r-au -� F,~- 2. Contract Time s-3 na.e thrga hundred and forty-s�'/?n 3471 Da s'c Cor—;'e' is Iss.Ae, d re Des'gr-3u1;a Flr,�-i J,1a,i -ave a, -i a., _ ~a thii-ty (30) Days fcr t --,r3 3. Prograss Payments F -. —3, ?^ i3L �n c.1-. aj• �i��.'< J^�" - _� _ �._ _ i tA-- D-3 �-3! P2.1— : A: c =3 '.' For J t r„ fr3-re f--,- ` r %. it 3 5 _ 1 �f �r'_I _,=5 I� ^ r J c D” 5-3, 5'a.. t"���� ,'�"_a�.� �as�-�.,���+r.. 5.x;1_., .^'9i^..., a -s T;' .i0ra .� N 1 71 S gn-8_A . -1r 1 ;3'._ : :r t ?e u� l v3� _ ^ 7 r;`r'u•3 Prcr`. P2 C �' - Te e ert; 1 =, o a' r. rs u3 e1 by D -sig, _ sr _ a red by City untl Final r� by the C A, j ea -red or —,3 �;u s 3 . . _-, "e to the benefit of Cit' --rr=t3 rage s -al' be in 'r+irl`,Ay In a St3nd3lor're document. City may ',% N'cid. In t p3,` , pay ren`, to Such e;<tn-"as r—ay be necessary to protect itself frcrr, loss on account of: • Defecti ie Work not remedied ' Cla,ms f,!ed or rea3onable e'vi.Hence Ir c --a-.ng probable f, of cla ,--s by other parties against Design-S,.aal(--4 Firm or the Cf'ty beca.:se of Design -Baru Fir— zS , ri such c U QSS SLICI ialm5 are covered by Design -Build Firm's insurance. Failljre of Desigr-Build Fl,, -m to make payment, pr'cperly t-:)Sab Des,gr•-Bild Firm, Subccnsul'.ant, or for ma`erial or labor. • Damage to another design-b�ild f:'rm not rerre-died 73 ,Iiagn,erCr-z�ek j�,ncor '.anal ` esE;r3[',7n a„ra;t mar 3-1- 1 L w Ili it"�� s-3 na.e thrga hundred and forty-s�'/?n 3471 Da s'c Cor—;'e' is Iss.Ae, d re Des'gr-3u1;a Flr,�-i J,1a,i -ave a, -i a., _ ~a thii-ty (30) Days fcr t --,r3 3. Prograss Payments F -. —3, ?^ i3L �n c.1-. aj• �i��.'< J^�" - _� _ �._ _ i tA-- D-3 �-3! P2.1— : A: c =3 '.' For J t r„ fr3-re f--,- ` r %. it 3 5 _ 1 �f �r'_I _,=5 I� ^ r J c D” 5-3, 5'a.. t"���� ,'�"_a�.� �as�-�.,���+r.. 5.x;1_., .^'9i^..., a -s T;' .i0ra .� N 1 71 S gn-8_A . -1r 1 ;3'._ : :r t ?e u� l v3� _ ^ 7 r;`r'u•3 Prcr`. P2 C �' - Te e ert; 1 =, o a' r. rs u3 e1 by D -sig, _ sr _ a red by City untl Final r� by the C A, j ea -red or —,3 �;u s 3 . . _-, "e to the benefit of Cit' --rr=t3 rage s -al' be in 'r+irl`,Ay In a St3nd3lor're document. City may ',% N'cid. In t p3,` , pay ren`, to Such e;<tn-"as r—ay be necessary to protect itself frcrr, loss on account of: • Defecti ie Work not remedied ' Cla,ms f,!ed or rea3onable e'vi.Hence Ir c --a-.ng probable f, of cla ,--s by other parties against Design-S,.aal(--4 Firm or the Cf'ty beca.:se of Design -Baru Fir— zS , ri such c U QSS SLICI ialm5 are covered by Design -Build Firm's insurance. Failljre of Desigr-Build Fl,, -m to make payment, pr'cperly t-:)Sab Des,gr•-Bild Firm, Subccnsul'.ant, or for ma`erial or labor. • Damage to another design-b�ild f:'rm not rerre-died 73 ,Iiagn,erCr-z�ek j�,ncor '.anal ` esE;r3[',7n a„ra;t mar 3-1- 1 City of kliami. Florida Contract No. 1'-1 -G30 • Liyulda`e'd damages axessed by the Clty and Change Orders due the Citi for ex+_anded construction administration ■ Failure of Design -Build Firm to pr.-+rde ary and a;l dccuments reqs.,+red by the Contra�.;t Documents. The City `Hall pay, and the Deslgr-Build Firm s^:s'I accept as f'al' cor pe,^sation for the tt-e sums scecif�eJ in tie Des'gn-B Ad Firm's s-ilb -t:al t3 t, Contr3�t Docs mer1`3, as a ce-lte,� U"7 t� e Cit'' If CI'j 'ef-saes to r -a;' - J + ,Jf t7e fu,i aM. t re��ies' d by Design-Bil"d Fir -n, City r ust gl',e De---Bu1'. F:r-r, z rur.- rot,ce 3' _ tra rvasons for s_,ch at'3 a, d prbmpt'y Fa/ ri F',rm ary deduct;on of t,ne a,r,ount withheld City shall j C3/ Des gr -€B -i' 4 Fi'7_ ` eat ^ell. or any a:,'.stmant taher3t3 a r?ed t0 4vhen tr rebs n fsr s'_, . aat on is r� _ - v- en.+risa neya`ed Upc—, a 3a;3e� �et3 ru':gin "a F 7C�`.� ru3Cl _ C a:,_ or simila,- r^.roress 11��-ice'" =r* ,5 • �� .:r tr-- f , 1 J c9y�';nC, in a,,. ., _, .. rr33 +''_ mss_. _�.. a�"J:.Jf't Fr: mi::. Pair e, _ r� a, ti� ^� f --.r r� `er;a' r ^r N - and a�r' + arl �c +r ` e3,g�-_� I-:rrrl _ a. s '� ��U� ;� a s.�r a at t. - J'e si or '!`rn-:3 a ic'i r 1_,�3t Is r-ade fbr s or eq--,' Pment r -c` e a t^ s,te cc at some c'.; � r _r� _ - `a`:an ms surml__ed a' the ta. e of s_;`bm:ss or by the De3'g^.-B.ullr' F"rm w'r �'a -rte _e3 a a� 3fe `.e': Ilv13r3r�' F Urs--,. S --,r=d (]—Pre—ses f3rr to es".abisr; tie /'+..n,3 ^> 2.. ',r 'U.`'l :�.,',J De3,gr-B_, F rsta sci is 111 ;i t� re ��v s s'he'd "a a s _ r 3r, + a3arS .�s.. davge C` 133 far ar j rea3on. Pe�,-+t-a. d-, rot Inc! -,M- t -e L'v+dat3d F"� J�"eua e 'r'r'l' t br� d - not wJC.vJ3eJ fer pa- yme lt. , Liguidat3d Damages T,,e —�r r, is 30 a�: ya="? .��7 tj ca" c t'e Prcj=c[ lr. t7e tir-e s=. _ .. D�' V1 ,.I i 3as fD'.3,"S 1:-1 t7 Com!?;� ,, �..W r` _ -�Te 37�rvl�` Ir' L: -e CC --'-2,. Da'�u„e'n` L r .a /-+ , _ .,7 lfi �.+.: �"i �.... Cli r`i ^ry pay C 'rear a,r,j �,'ery Day cf une'(.used de'a, s� c” thousand dollars !'j1,{�l IJ ur Daj 'r4�Ich is r hj agreed upon not as a p -a'j t_,+. a3 Il uldated damag?S. In th,e e an` of a de a, r 'beyond the t ~e _a^,a set fa r,,- in Ine Contrast Documents fir Fina' Comple': ;-- Des,gr-Build Firm shall. pay tc the City fbr each and e eery Day of aro ceased dela - = _. A offi`,e hundred dollars (S 500.00) per Day which is hereby agreed upon not as a peva •y cu' as liquidated damages. The City shall notify the Design -Build Firm that it is incurring kquida_ed da, -cages. The es;,, -,--P- F ".l sri� ' a so be notified of any apps-Dved e:(:eJtions or ex`enslons, The total a-rount of : ., a'e'v damages shall not exceed ten percent (103',)) of the total Contract Value. The C `"j 3 ra e tl e } to d,3 -duct liquidated dannages assessments fr m any pa jment due CF r+rel r r-af t n``e ',acme due to t,`�e Deslgn-Build Firm under a, -if ccrtraut the Design- B'ullU Firm has ,', rt r'~. City. In case the amount. which may become due hereunder, shall be Fess tray [ ear, Ilgi:idated damages due to the City, the Design -Build Firm shall pay the 74 3 1 7 17 City of Miami, Florins Contract Nc 15-13-C33 difference L pon demand by the City. Should t`'e Des gn-Build Fire fail to ccmper;sa`.e the City f:.r any Piq i ;3ted damages. the City steal! consider t`,ls as a farm of indebtedness and may deny any futuure Y/� )rk ul t",e Contract or any other City contract unt,P s.ich Indebtedness is pad in full to the Ci`y 5. Schedule of Value3 TI -3 Des ° Firm m.,s`. sibf it tt'ree (3) ccoiJ"s of a Schedule of Va'iJes. whi--,: be D3js of t`n� issl.iance of brie iNDtice of Alward. The Scr^ S-a' f �"���`� 3 r� l _� ��=� ��'rti, 1 of Eabora^;I mesa. e`'aI of a`! ca`.e.:l c'V, t Des - _ii!d Find s oa.-d profit s"c),—, �: segrata line iterri, E_ _ a'I be ids % d ,e o the m _ . ,u 't� t��� _ -e� an tlt' f e �3,�f s� � t�cn section or rhes; �_ _ _ � _� of 3 The N113,-a-er or Consultant may req -e f�r'her brea.�nc j—, after re The City r_sei /_3 t -e rim t� reqlil such, Information from the Des _ -�_, - as r -,a ce n ,assary tor _. y of rues Scnedule of V3,l T--9 S.rdulas cf Va'i�as s�a'1 rot exceed f",o Sontr3ot. L._3 sha'� -�4a�a"�. ti +.1 �� ted 5atrr,"3! h City's ,— _ _ o u- v _ of t e Ci J Des y�,- rJ_, 6. Project Schedules iJ=�lr ->��, 1 Irma J���" _ i.. _ a ��� �'vlr J d�7�r�rl J' '.; ���I��� $q moi'; �'?� ��ti/' "1 +�. i� $��b he".�,i '1 ``jj o _-3.3 „3 d ^-4 s"? 5'JOJ�Ct t -t e t I'b�ain e a -d Consre/,e,,,, Qj ani. t� J.w .i i ... r „t� c, s3 d s�,�C'.-'. �_�I� t-5� Dei g --B_ ! '.a Firm bawl, 1.i C aha! a7d! 5 ._. r a: sb ?' ti capa` a Incorpor3tad I(a tJ t e 24 x 33 ir(, s. Th dei j- d - - ='d `e sl-aI be pr?:)a"ea In LI -a fur n o: a b3 C 13 + 4�r1t 1 s�pa�w`a hcr;zo";a' ca,s 1,:, =d' order �r7' 'lav , �J :u spa .e if, `rb,2nts fror,- `.:-e S13 -IL of Co 3tr .. V Y F.r }'iaort da / 0, ea -,7 � I���` f y !ls'il -f any 3,or equcr' Win` ins`aila`ion n"' Cont -3n' of she, -r, or Indica`e the folic�,b ng. 1. cr des,gn by a�t"vi'y re`lecting tn�_ cwcr� _,1 ,�. -sc_-s bie fwr t! e a Wit. iY 2. Ccc _iv`_e cf constrjction-,ctl,dity re`,ect:rrg tiha` tie Des'gn-B l!n Firm or Sub Des.'gn-Bjild Firm is responsible f e3 :h activity. 3. D3`es fsr tone beginning and cc: 4; `:on of each ma;or element of design and construction in no more than a hvo-bbeek incremental sole. -1 Items of iv -,l tat mus'. be accomplished to achieve substantial completion" a. P,13;or disciplines or trades of work b. Filter dc,,�,rt me c. Time fir Design -build Firm's subrnint s fabr'ca"on, a�id deliveries. d Time re, b y Dos gr) -Ell Firm and the City to review a!l submi"3ls 75 �r3lj}�f Cr��K J?�Yi= is 3f �I K��i f3'i, r - -j.'_t ?'r 3 }' 97 City of M a-ri Fiorida Contract No 15-16-C30 e Time by City to support any Fre-C,e,3-,ona' arib Start -u- testing f Time require fcr t"e relcca'aon of utill'ies. if -e'by Design -Build Firm. 5 Percentage of com'piet on f, -.r ea;h item as of the da`e t.--- sChed'ale prepared C D3'es for Deslg"-Bjild Firm's sL:bmottals. 7. 03'e3 fCr a^; re -sired Cit-furnlshe'd m3'eria!S or equipment. DaI eJ 33C'�`3 3.vr'it`.3 S ',v! C'3 f'J a C,`y In add';or ii3O S'r,all pro'!'de A ils` of a , I. ,3� i—: 3rd t` eir a-,tiJ-a`ed da'es o" de'Ive`y t�,siJr 1a I '3`-vrial , _ ua -- s s�-_, ry`lect aC.u3!Vors-s:;'e..,i. and a ry roe Ui—D,ie ;t,ons c- N soef a dJ'rV^ fJr Gc)rs ,- c' cnuoH-3'3S 3 3 3�'+ Ci J r ?'S 33 'r'lel 3S a;' a'"S.Sr.0 .C` a^� a-/ rJ� eCs'0rS 1�3`e3 0' 3: »� S Shc, _ "a� a j3 -S.. -.I .c ll�'u I(J',IJ '.�?1 it.��?-'.7I3t ate': tr'�e _ ar gash f��,v sF?-i� beSubm't.ed v>> • u ;= rder tra' I 3 _s t�.e Con , � . DciL,: ^t T+r e f,r ccr �? t7 31 ��r✓� _ - " - _' �= 5-3 i r=S. 1!7 1^•�[[^'=�3.�y 5:.."', ..v'a �•3y"' � a-2, -3,. n. !�_r�, ���.� 3� �_.��d �1b 33 .r� tn� I-r'?J �'�1-i1'�. s--:-. .a_ �3 _•, f-,.� tr3 �! {'I �u. „ .lk^,� w�.. P- 7. R='ea,: of L`r•�ns,'Sup C a3i;in-Buil] Firm's Stat-ament of Satisfaction r 5.� -�J i Ir` _ -3_`S a"1 �_.' �vS `.-_.. t.,� tJ 3 1'r Cr{. rr3 3 S 3 nt C,- 3- a..., [� lrr�r'.'r5rh:. in t -e P,":.]53� Fayme-,- vy tin,. Dei g- C,3 '„'S 5tiCu'r :;a 4�-;- 3S o` OA.� ':r3 :eS 4? ld tw3c rJ +v'r J`( r 3` na'S Or I"3 r9 I'3 . `� 3' C 3'S a tr -'rte","..ad'' t� 3., ''S^. ..' r', -' 3, r v r a� is f.`?, Y' Cy t7•3 se J o' Tr_ Des Frm s�3' . "e'g^ ~� +t',it� t',e seccr,d rewl�es` f'Cr ©a�^ a"a�in a P3rt!31 P,3L S_ DSS of Sa'.=-altcr far each J I:r r;?J" �� J.: �. "-I._ Su',.I`� d' -)C %31�'.v.a_�on ('-}ay delaj pair TCltf' '3�3S0 Cr -�r 133 been Subritted. The De3'gn-Build Fir -.-T- Sha" Submit re -,.-,est, fJr any Project,sj vii er.. Sub De31'gn-Build Firm, ardor S_._ ha -re rrr Cr ,ted Tr r;k a Flra! Release of Lien/Sub Das'' "-E Al Firm.. and Cf S3t.s`a'-t;cn for za':;h Sub Des gn-B i!d Firm, Succ �su''a marked 'S r3 t; cls. F3':`S t� au r SUCK G�'ee r^E `3`_.i1n wO re3.:lt In de!2y In pc -3 -' cr tie Cqy 'r,�' - "+. f� .�_ �� `r = paymentsuch funds 35 reCvssar'y to satisfy any Sub Des'r�'-�-Build Flrm, -9r'+'. --� S'-oC„Cs.:l 3.-t lams. !';�?ra ti ? Qesig has subm �}�,1 3 Perf'or,n u^Ca'Pa went ^d, tre e !d D sig^ -Buy , Firm may. In lieu rf t7e Re'e3se of Lier,Sub Desgn-B'-Jld Firm 3nd.Jr Su'bcorsultant State-ert of jatls`3CtOr, saUr- t C,pnSen' of Surety to Req-,isit;on Payment. 72 f',?,y^fir'-... �_''� _�'(�.f�'G” J3f',3 �35'�rlf,,,- Prllrer=[ ;��� 3 i' 17 City of Migmi, Fiorda 8. Progress Meetings Contract No 15-15-030 The C,,y shah coed°.ict a pre-ccns`r,-;ction conference pr"cr tc the commencement of the York, DesiC Balld Firm sha'1 hoid progress coortna'on ma-tings as required by the Project °Im3rra�er cr Consul°ant, to prov/ de for the tlrreiy completion of t,`re Y/ork- Des;gr-B,�ii Frm sha'l a -range and conduct fe;�,1 ly fob s.te Project status meetings "r'r't"- t,`le Proier;t ltrl3^ay e3 y or Cons°ul`3,nt. Dei Flrr'1 s� ail '_ise tre job site f �`.If1yS a� 3 ,cc1 1 f --,r t^ pi--fJl3 y" :f "'r`r r°{ 3-,d enf: fCl" g sem" a1 :3 d r. fJ+` establls 1°rI� �r�C �,U es. ���Cr slCli'.e3. a-ld Ide . f _. _ �i.;horlty far all pa,`,.es tc cleari'J "un:ers'a-d DUr'!n>g these - gs Design -B s-_. _ fy t7 e pa ty or a -.;es respon3;ble far follo,v;ng up on any dviay iter`'s Or a -d Des ��-B'-W 1 Firim sf;'all note the act on to de taken by Fir^I siva I �,em. lnclud,rg RTFis ai "". Snap D'r3 V- Des g-i-Bi-il l Firm snail a"empt tu`1em for approp'r�ate C— fir k<e —'ng mirtJtes Of the n , 3 s`..n'�`.' i _ ids t3 a'l prart, ,?5 Tr— Des;-,-B:�' s -�' -9--a-ge fort e oa',cica z 7 3 f i`s Su'I Des,g B -i Frm,s. S- JL-s�al`3""tsa.-' J' re Ir s ','r" e'1 the PrjJe3t %Ianage rs-'a°res 'rir pros ",Ce, I Q>>,- -B1°la Fir—, 3"3 3'- r- riut.e3 of t!,e a'lu d -3`_:b, cop;es of t-` e r'-!:, ut s tc3 s i,: c1 ie,., a => ! - 0 e s Bj, 1,-' Fi`- s� °.. ar�� .S 1. t.. Pro, e'er t �r l a"n a g e, ° N C i•al a _, t'rr�-'rb=?{ i2) i3ck-3-=a a .c -I an ayf. :mss a: d sutm ass. 9. R-�c,uest for Information -e De- 3,g--_ - F sou s _, f=',='pu=s: fir Fim' �rcs "`'a- _ Co C.-- .".a 7 dr3r'rrr3S a 1,,,:"�3_ or rr11;i. AJ reg _3 s 7 :—z sr ? .3 :r' -a`. c "i r 3 tie a,r' a-,.• Jr s1ti t'aa{Icn zz S,3'' �l de Its r3__ ��?�,�^ for ra33i:it, I �= _�'� 3�j C''s sha l r-3spGnd In 1, Proj3<,t Site Fawilities T:'. _ D - _ --,E- i Flr.i" s, -i,3' ar•3�';? for a! 1 F"� t', s) s'�! i3c'I,:;es as r "3 j ne-essa,y to ;;^able C•r Co -s_, `a-_'3 re.cD, t -e re , r.'/e d' -At -S 3 nd to aCCvn--3date 'an;% raNr�S� �3 ;'res of t"e Ci'j tie City maj' choose L� r --a present a' t;;e Pro�e3t;st. Des i -bJ'I Firm s, F,rrr's, sippller s, ma-erlai rersons s personnei shall riot Use t; CI 1-Y re 3tr C^is tl-3' M3 j be -a ,a gat at the Pr,iecLs,9 sit-- 4` ,`,out the prior consent of the rra,a�er J` t v fa:.. wr Pr klarager�,vhere Is no manag=r of a 1`3c l;ty. The Des'gn- Su :7 F:r,— s -,all m3 -tan a' his o',�,^ e.<�ense. in a sanita,y condition. s ch Ecco,_- cCa`;cr 3 for the Lsa of his employees as is necessary to comply n,ith tr"e requirerrenLs GI-acter 46 of the Build.ng Code and cif the State of Florida Department of 37d Rena'biG'a'',e Ser),ices or Dade Cc _/ e De^�i-*" ent, The Des gn-B ild Firrn his _ ,ices or his S.v Desig^-B"gild Firms --r _ v _ _ � rr,mit nc public nuisance or I -s3 3-1 j f3clllties tr'3`. f'3 ie rcL teen specie c3 j � r� r''' ��� for use t�-'e Design -Build Firm The Desigr-B-Jld Firm sha'I fern s' an adequate supply of drinking rva`er for its employeas and its SLibconsultants and Sliit-Des'gn-Build Firms' employees 7, I13i�F`af ;r��k 5�a�ul'. �ir31 �'S��r3Fi�r = ;' oar j C,ty of M. 3-ni, Fio.'Id-n Cortract No. 15-15-030 T ere sr3'1 be adequate provis cns ma-"-- by the Des'gn-B,,.,a Firm to ersiire a 1 d spcsabie ma`er�a's are properly d.sposea of and do not create a ru'sance to t' e City or the public. The !CCat. n C` r:- tem^crar'y facili'IeS s"all ce sutl,ect tc tre aavrcva! Gf the Project klar�a'ger or ConS'.:itan" 11. Temporary Facilities. Utilities, and Construction ❑eS'y� r n Cs3a`y L. t:) the s :-3 si.,cf as S=fcr ^e',4 _.:. r Of 3:: .. tofaclii-y. The De3i'ti�-B.-A r+`r� sr�' �<= a� a .a_� � � ,',' :"�:_� '. � .cE ; - - 1 ra Qes �Su�ld FY,r. s-'3 l ansa be resti - s _ _ for fur ,'�� a ? a receSsa-, fcr the ^S,=1 . : G 3^,2 Ma u - rtempora,—,/ ...t:liliC3 Tr! P -eject Manager r -,3j ajt^Gr' e t USS G` e't,S',Ut�lit'ei. '� de,iS on �A T be made a` sale dis:re`.;ar of t`1+e PrCiear M ---age, arvd tn3 CI`y, Fir -, S ? = �. !nom`' a-+,nd mal �vra j fa. t e5 � - _ Qr S`r 1r tlor, r?5W4-:1C11:/•? s:=.-_ 37,4 _s u/ -'e", OrJLseu. bL;1 r,..,` h J a� � a _. .achy ` [` re1J•re� L s-3 ^,,'_.'st C crew:e rS 4 t!,D, s. and m -s` rG' ,'aia=3 re^i'a,r= „e'ts a -af!e codes ar� sy?r�uruS. J to o ''! t,'3n ar� es3a - - r �-Y!rrd �v ' C :e� � �� i.�r aiy P GIeC:',SJ s to fa; e3 3i'� '.'t 1. t;es De= g,,-B_,i!j Firr, , s;r:all a'sG t r socr3 _ t ? ri S'.cr facli !, a en. Des gr-E3(,ild firm na be respcs�3 = f,r Nayr-✓nt fcr a'i fees t^e i' "F •.�." a."'11 use Gt 1'' te,-30raJ fa� L!e3 and .,lite3. fr, G. a ^ .s e5 a ti G Nr.7pe 1 _ 3 a ,V Ir�i' S�.y r esv s G i ra J',a' a r� d'a 1vJc7 su ? es J" t.7 r ra' ,tt` Gccc a ?. i vC _'z'j fe, a3' i'. :�r'w, t e 'Jrje CF t e '',�%�`4 i' is r4 33?";, tJ rei„ ati o or d's`.' rl} a, t- D_'.3,_ , : F s G',+,r 3e, PI'v; ~e a s'a;`ad a ter ; _eery ferYc .'J U ., t:Ye r enc., is r��1ac The Projec� be 5G fcr i're d a`_lor of tl-le nee ess]"y far {fro /IdiY n'g a t;mporary fence and the t,r;oe cf te'� cepa y fe�'c be used. �eS�_Aa,_ for Tem _:ar'y S:"�Ct'JrvS I 1 ecce . 'y s Ccntr?3t. tie DCS', -`J',: Fir^1 lenc f aru Saiaty Gr a�, to �Cr`� :_. eS Gr'r4Cr!�; anr� J rYi. a G'a^T? l'r i ,a resu" fr fa,'u re a' r ? - 1 ! um th r T J r t^ ' I ra _ s'. � _:On, r�. 3 Cr ^ era:,cn and and sa'/C harrriess the C,,y from a!l C&ms, sui':s or a. ,-'ars a d dw7 1��3 or cr's's C' arls;ng by reaE�cn of fa�lure to c0mpl'y `rti1'" t,^e a'Cove 12. Project Laboratory Testing Services T-- Ge_ Fir -n sha'1 prc',i''e a d pay for all Project LaooratoryTesting Services to perform reg'w,l `.ry rec,uired testing quality ass,;rance, and gua!ity control testing The Design -Build Firm is a's'c respcnsible for a!I re -testing where the V`lork or mater!a's fa'l a test. 7,7e City at it3 -,-scle d 3crat'on may conduct separate indeperderit test ng for verif caticr, purpcses In, instances Oere the City's tast:rg dices not verify the testing provided by the Design -Build Firer t, -'e De3igr-B-j!d Firm sha'I arrange for re -testing of the'/`Dark or replacement of the V,'or!k a, its o';',r _c3t Yi`ere the Qa: gr -13u 1d Firm has re-testng perforrra'd tape City's Project kla-a�ersna!1 be r,c; fled rr ad'/ar,ce of s:jch testlrg. Should such testing confirm the City's findings the Design- B'-�Id Firm sn3'! re,-Iace cr ccr,e:ct all Work necessary to enure compliance with the Contract 73 7 City of Florida Contra t No 15-16-030 ❑oc�u"nn'ts In such instances a'I re-tesling re -wore responsibility of t�e Firm. A,ny de'ays or costa to the or re-,xork that may res'.It s, 3" not r' -,r,—, the taa,s for arty claim by the F. " _ -- �n-B,.Jd Fir—, s� �a'l be re 3.c, = vl? fir i v= e cC35`5 4vfth ail tOSt:r by t: ie C,`'j ,4—z Ir'r' r15 IS found tc rot CF i," _"r �, :e "-- '3-.1_ ❑ricuments- Costs ref s -cit re --5's s.-ai he deducted frc,r- ,-eA a yea. 13, Security T^,'i_ � i5 `c G-� :r sd ri ay rot be a se..'re 3�'e ?-� �_" wail' R'ay, a ocss ` t e s `e T-- > ,� _ Fir- s'^a'I ha re sD 3 s :' - c a IDe- _ I-,'�-, 7 li°r Yriq �,... �.-. �. ._.. -� ..,,'V ert, t. an'J 1'� �rIS, at t Prr; s j,-., e CIF/ S^u'l i---' 1033 tQ a�,_, `_�r'.�'3. s� 3 A'� Ic n! a,^,d ti'r3r'� a to D S S - 3'^13'I C� raj Q 3 r1� fair t7e Or re^13ue i n' of all 1l17r�,� such fTa.a,'a:s, tai a7'-' „ e L. 74. Construction SignagQ C; ' = -.rte r'^7v_`.S t� i �'���-'� FI" S^•a 0'i1'� �Oi `."J fG, Tie Ci=j s"3 r tre a ld I.aj tOr the signs at t'e p e- n Th- D= -s Fir; 3";a i f., -n s", t -e t,,%, 1' Q) City signs at the • Tr'-- ��� 3,'y-' rr '..`5� .. .. F`� i 1 � rte... `at.'�n- ay'I. - 1 F.. j^ �.'�:. .o �..tlla'�t=� or f.'-a3�., r T--3 �`�� ] ? J ., °�� a f' --u, (-Ii ci e T— Drs -- ...— _.71 Y'I� _ .. 3S tali—.°a �. t^._ L'S—,a, ..a� 15a^ ... 1,rlt l �, y = • Tine SuL ^ a 3 g 7 S, _. J - 'a`_=� f --r i 0 R-2 _. _ _ .G . _ R,- 3' c , -3'c i , s,-^ s cfes_," Ir�.j y r�'a^:� a-�, r3 a'��e .r. iwr? I,?',Ti's Cclor3 3ail a ., .�. a ,',"��_e. %e S,- "g- C!"�ae All ..� C!, -* r, ° 7�_� Tii C'. 11', �r�,'1.. t-�� L�i'ty Sea' In ' T - D,:-;' '"-�'t F rte; a^� .f r'13' a _ -a.N car-;, `llr"''aF7 - 3 L`S _, - C-S-F- aPCro"-al uy the Cc' -3 a,nt. • Tre ��j�.. ala 3 e. a,d tl-, C.ty ap1pro•,e try icfor all Signage. 15. Lines and Grades Tro D03,g,^, Ui:� Fir,S~311. at Its tJ'a4r E;CpO 3v v3tau 4crl ';ng a,`�d construction hr-�s P --id rad3s aS fir te Pcecad shall ;efy ble for te accuracy theiecf;. 16. H2B Visa Report Tr,e D=, - F:.. _ s_ h. e � ^3Y,- = 3 - q a roc,rt on tie C_s ten- fJr03�-I S..tco'.'7'_. aS_,.- D05'C r`a. S ? !-23 '!'=� _`S r t roVldl� trills irlfOrrTl3t,Or'a'r':, ., - ray =^t 3=Ci1�;3" a ', r result it a crccess:ry t e cay,�,ent application. 79 rti3,Jr�r�r� k l t - P�, -'' City Of M a�-, Floro_a 17. Progress Photos Contract No. 15-15-030 of t' -le Yiork the Design-Bu:'d tvv.? u ; t3l photogr3�,hs to doc'_ tet _ on s Firm s"Pa„ su�rr' '.r _ - .3n CD-ROM and prlr t .. a r.rs' pa f r t 3 2 Deng,-Balld F:. 7-- GG .a iy tai.? digital ccn3'., �I.Dcuf . 1,` e prcg 2ss.-g fir}a' coli ple',cn. of the V,'ork a- _ ;h= I ,n .'ea on CD-RONI and printer" copy r; '� ea 1n a�cli^,a`ion for payment. All Pic,_, _s r^�s` "� ��;jr ;�'� aid time stabped. Pril -.s' 'Ce on 8'X1T h,gn resoiu?;on glossy v,'^t color print patter 13. Hazardous Malarial N,Dming t -,s Gcr"ray. >,ra' to cons`ra?d or interpre'e.� as r�__Ir ng Deng-i-BLJId Firm to s'a`U3 .,- a- � tie C:+"y a;lkno'N'edges tnat Dv�irJn- .. _ `irm does not a --t in t,le ca,�:3::il j r_-, ass -i—_ tT0 s'.3`a'3 of. t Ca'y cr otl"Or3 as a..�� ?r3` ',' 'olper3'or, IransPoreF, Or Cr i' 5 rt3`_, _ 3-v 1"3za-do is su s`ance or IJp33`e a3 .."y = '.�_ 3 a -e- tie r]-;?' c Conservation and _;--`I Ca.—,d LiG3ti';'y Act cCE i , a 0 c-cr. ^ancz. The City ,' I _=i Des, Da -4 F -f . has-;_nje� ro c3"_ In 3- w �� n0 r?so in til,!y r a W a JI. ,sem - - 7;c fc C.. a�:_�A cr .a_i.�^ of a�-�� r. W:�� �_,s ";,a�_ . c� ��...��^ cor:�� ` .,� ru�sa-�c�. or c%e, a; or if ary. if 33 easy in f t� DI O 3, O Ha -7a -E -DI S 1!a'vria Ti C, -j- Sg^ f �3a"f f� li`�3t3 far the of` -s;`-3 J . Dei ;n -Bald Fir , in _, y S, e- e r t,� , Va _ Cr.�e` S-3jc"c�.1 Cana R=..�r3~c,n Rr pct ;R=P rl_r-,ce 5-1 _-G 30 City of Miami. Florida SECTION 3 - DESIGN SERVICES 1. Design Responsibility Contract No 15-15-030 A:! Pr,fess ora' Services s�-a'I be rc'1! d by f.r., s licensed to re-form such a-=rd3,ice fit, 17 all applica-le F,or da Sty' . . and the requlremen`s of the Sate FIC Del,:a-.mer.t or P,cfess,cra! P.='g�lat:on. D-_ ;--Build+ firm shall be for a asOe'M's O" tr ���'� O tf' 3 Prlject ii ,� �Aa`l a:a'o be respc^5 _, fVr rr3nagerient t. -e f'rM s; Prov°+dog Pr3fes3onal Services undo Cent _, `,,. rg cc^,tared 'r t,-;, Ctcr:�a�r sra'I crea`e any contra7,tual or bus�ne3s re p bet,lve. Ci`y a �d t a Cons��!-a _ T --e Qosgn-3.aild Firm a�kno�,v!edge's that S�.�bcc-sj"3� 3 a -e e,-[- / -'-7r its dlreation, cs _ . _-',i3i,(-. retention, and,or discharge. 2. Subconsultants shall be per`Jr-ef pur3'Ja^` t:) apOro.priate -e Des 3 -Bui;d F., arm l:s Subccns lta^t.s, 4`,hich shall ccnta:n 17 ur,de, t -,s MD' ling conta'hed .n t.' -is Cc ra,. S"a., 3-f `_ J`i 3:t.aa ci °�u3 res3 r !a`,or3^ r� „=0 tn,9 C1 --y a'd -e are e, irely I's d,rect.,. cc-_ _ r,+c,d fy �"s Pro., s3� �1inou_ pear , •'�� � , in rw.a Cris ,J ? rt,ri_ en request t;.? Design -BL � t ^, I^e r_a,^ ,, a-,,rnc, ed h^++ s_a_, y t v ,,nS ." ,;o��,_ s'J��_i�'.ltuon 3. &,vner3hip of Document? S. -., r a'n cr w •-, Fes' . r-' a -.. '1S ,,,e a_ -3 u3,3 d�DIe:r&�, .tet,—s-c d gra C.v 3 A 3 f-,,. 3, ��r i"'i�'e a Yi -i _ _ _ `a tra 1s rher 1 t`-? caCJ',= > t7e pr Ue y of t -,e C!'y 0, this Ccr`ra:t ,,,ithcut restrction Or . S,ab e�t tJ t"IO terr'S a^ ' ..,,':s of t-,, is and �4!!l be made aIn c i ray_ to City a, any t'me d_rLe performance of s_,cn ser'JICes a,nd.cr Upon ccml� cr t= m.ra`.cn of t:7is Contrant. Ccns:.I`ant a,nd,or the Des:'g7i-BLi,!d Firm shall not r=.'v -J. a-erla' _ ^ o o"'" `.s or pa`erlt a-ly it ve t' el r nom- 1je ^, s on d � ope u U �- this Contract, Ti C+ty s r? rig ,'. t- ','S1ti e s `e f'or !nSCeGtICn Of t ie V/ork and t%e-I'DdUcts of Consultant Tli? C:rsz'_i .3_t s' -_n'! �� per.`�il��d to ro'a'n �Joivs, inc!'u ,-; reprodu bla copies. --r --or-3'.,3n and' reference in connection w;tl,, the City's use and occupancy of the Pr: Ate, 4., Delivery upon Request or Cancellation Fal'.,. ,-3 of t,e C' rsJi;ant tc promptly de!iver all such d'ccuments, bath hard copy and digital, to the Di, for or designee v,!thir ten (10) days cf cancellation, or within ten (10) days of request by the Citj shall be just cause for the City to w-ithhold payment of any fees due Consultant until Cons'- :ant de!i',ers a,! such documents. Consultant shall hare no recourse from these req uiremerts. 5. Error and Omission Issues Natrr `'^s`ar ng a;+y ot;;er provision to the contrary, the standard of care for all Professioral 5erw'ic�= = ,Dr—ed or furnished by the Design -Build Firm under this Ccntract will conform to the Ind+us`r,1 Starda d of care, skill and diligence as woufd be provided by a prudent Design -Build Firms in s'.-cly,ng desig�i-build services naliona,Iy in the United Sta`es on projects of 81 ,', iiyr'er'..',?K S 3,f -,:I'. .:d"3' :�eswr3t-,r 'r',iei:[ R3', 3 1' i' Cltj of I\ a^ri, Florida Contract No 1 :5-1 �-1 3'13 'z s�ze a d co� riAxity, f`Jothing in the Contract Docur-e,�,�lII'� re ;wire a le,ei of per'ormance ^er t"an t^is inc'L,5`rf Standard of care No other re.cresentaticns. express or implied a^d no ra �tj or �ara,nlee is inc'-ded or intended in the Ccntac' D,cul for t`?e Profess;ona' Se :es pe, -for -red t/ t,ne De3,,n-b�,1d F,� ., Des'g,--B-Fir Is re3;n7,-s,cle for t,re cr and is a -55t3 re3,;liing any breaih of th°e Ir'� _ ��, S'a^��1a�d of care In the by or on beha f e Deng^ -5-, Fir-., Des F.n-. cf t, e drarv'ng3 a^C ,S r=5^onS: - r, -r ail c ;3`.3 ru3 : y f l u S 3i"" �r Cf 1i53.Dn3 Irl the d"�'A 5 ^� S^�?CIi��,3:1'7r o. Design-Bui!d Firm's Kay Staff Dasign-Build Firm';�f35 5 ,e `.e� bj Cltj, In cart• c t,1e bass of 1a:l f ca` ,,.3 of Des to CP'ry S svllclt.a`.Ion, 33C�.�,�'L�1, -4 F'r 3-3 viS'..�r t. -a' K -3,,-J 3y ln':il...d ng -_-s r,ej S''` 3"5 _.r31a _ C rr r _n _, C a5 s3 d Kej S,3� is I^ D- 3;,n- �. a--ep'ac" ID re:1�r Dlr.... ..:dr ._ i�a'y r;�� Ill °t�! 5•..,cn I �! c.,_ a3 i^; d3 � 'j *� :� }'� 7_' �vl!I j �'73w: l i j S-3- FD're,tcramt f'el ; ' S°"J-3 nli ability t� rer=rte 7. Tl ri-INagatiation Certificate 3 'd FY,3 r.3'�3 spa ..47•� �_ -..� y .^� J' +.~� pI'�!^ Jh �`.." areas`a'e l.G-.'...l v•e. li _ ��+ ! - [ �rc� 3� a^'r t _ 'n t �'e`.� .'w'" b_ .5_, Plc,:._ 8. Re -Ilse by CI°v I- i_j k, s`;r''a iG'_i -D_° J _,D 7.:-:'�:` '1:, �I Vl rvr'i V'r�.,er5 f.3, i re`r11 d '4'•r �r� +rr1l"i inti,I',�d cam) s4ru ° .. r�,4!'nlJ4. �i a` t�� C,J5s _C__._ 3 / .1- �J is Cr- yrs_ S_ _r' 3'`—e3. S_„r.r- Fire �. - .err`l3 3- - .,on5 of t�is Co, 1-a--'. 9. Scope of Services G�-3 , -= . F .. ua pr _ _ _ y esit r a:;coro'a.,!ca °W!rit- a'I .aopllcao!e -g the Florida B,-�'-''ng Code FDOT `r! _. F orida. Code ofOrdinances. a, -id a3 set in tyle Contract Dc:s. s�all ful as Basic Services compre�^_._profession;ai se; --,ices for the Proje t described in Article 1g, Basic Services, and if a o!e, Additional Services. 10, Basic Services Del cor^r -'e Pro fes3 on3' Services a5 5. f: I;- . ;33i(5 l Florida B,:Ild,ng Code la'est e" -n, a F..: '. J� __-. _ s _ �•I. r _ .3. I _ :lr_ Cod�'''j an!r lJ'ruinaii-,es. De51;�- �rli!,�. s -3I 3� City of M,a,mi, Florida Contra.t No 15-10-030 maintain e'h st,' o' j'Jailiied perscnrel on the Y/cr'k at a" `.mes tc perfcr 53tisfa:i3fly. the Y/Drk as specified in t-',-ieCoWract. ❑�� _ �i 1 Firm 3 l s % t a` least one {�) ei?ryC' f;, d' 1 cL'r ?^ a ,s �} cocieS M1 ry f! of d _ - J r4 al.jir-d IJ r! yr 1113 nH J 3 Yil,''�i�ut F r - p y i iv ro /a' by City. DeJ'� Du id Flr; �n;a l c nro--v-�-, Y,ytil tn� <' J,' tl e t33'< ra3 been is3 .ed by City as 'B33;r- - ?.e I a 10,1 De/eIrnrrec f Od 10.1.1 Cf Prr Ma^ ,3�er , 3,nu j --ri= :t�cr'a,' 1. . e 5e -21 +�U. _ ti r!; .+r t�' W " �_ �_.S c- e`7 er'�s of tie ,r'�� t �fv'il ,� � 10.2 C,-- ..'fir, Do',-Lr~er's f+r re r'r'i" aa� ..,� C; -y. 1. DaS,•gn D _11 F' Y sn . r ' ;5, f_, r y J lam, f��a un`,� =ce ie. ir^ 4,Y. . �� I,-'JYII Cby fv t f �.a " ]' [:rc.• Y�sa j ani c es re . , e DMs j _B,il--4 r r^ 0' Its res�0+�j• I;' eS ! 3 _ re'?`., Gila o, �a ., 3 C 15. Des g,-_ F s-� =1. a l p est _'s Ir a`�,� c`' _ _ - 's am n-3, -3 .—e+ -'s !`e:essa"j 3^3� _ re -,Arced tc ^.�' , uNC! Is3;'7^ 70i aah r 3; o+ 3u r-.erjt 2. Des 3al': Fir" y^3'. - f ,.,r (4) f -.'ll s 7e copes cf ^e c' -9 ' �n"'3 a, -,d 6C t;c d - �, y �peC, c3, nS, a + i _ _ cr (I t g 'a c ✓y it r_ ~3`. "D_, and ,d',v- forr~v's. I0.2,1 Permilt..'rg "d f'sl ]',v-I_;J "7f. r'=rrh _s ?` t e? =st a d.,r rg !-e %� " "�' -r .�Y ill, Irl + j` �!�" ' - _ re -Y�r, ct,,., Co��� Jaion D'u._. Ci , Cc :j S-3 1 ? u F4:e-3 w. =7 na,;r �, u �'i�' t.-- p - t fa,,, J"=�'^."a�t 'i`,'t" tYne Ci,j a -j n rc'u i,'�'� an'y al.::i.�8u.�1;�.3_ -... c= a'Jcna,a --j' '.e3 prior to acpr3val by the City of tre f'rrYa! set ar,-, ~^g of ... -,t� cr ice` t� C_ -s,,. ,Lct'or t- app;ica�le portion Gf 'L�e Yi7r;4. At a-ytime dLr`Y^g tl,-re of the !rr� , r�ere rde- r_� Des gr -B+ 'Id Firm shal promptly a-;v}se t"e C�' _ Ircre3ses I" ccs'3 s=' f-,,'- it the Sta'=-ment of Frcbabla Ccr'Yst+"�ct,on Cost �.'', anJ oplrlcn o` tlDesi--B'a:!r� F�. „ r caJsed by t, -,a rer,u reme, ` s} of such r?vie',+js by t,`he pv ent'tLes Upon con-ic?etion of d,y r�jn, permitting by tf e permittng ent,'ii;es the Design -Build Firm s a:i Provide t'ro (2) full size se3'vd copie3 of the dra-,�,ing� and specficattans. By the pern,' ;rg entities t!re Design -B+ ild Firm s�=, 3•a pro'v da d'g'a' versicns of the drv`ngs �n .d'n,g and .ndfi forma't's. The spe'�if;ed addlt'cr= :_ and cor.1 t,or,s sha!I be provided in 'Doth .pd; and doc for ats. 33 17 1� City of Miami. F,orida Con',rat No 13-13-030 14.3 Ac",—, iristr31:;on of the Construct cr Contract 10,3.1 The CCrs` 1 �t 3n Phase `�wilf _ �Gr _ _ -cement of + _ � .t ei d when the cons.ruct,on a' .��" � �fh n Dos ;r E ' has pro,,c-_. `. c''ccurrents. y As -F _, I' ,wr=,{, s a _ Des c- s -7 '.y _ [rie CI,y d u s _ J. Des ---Build =°yea ;._- _ J_ _, a `ds =~ _ .,-3 da Jeby la -iv. 10,3,2 T—_ CCrs' �. 3s �_re�e `'�, ie of tr 'e Cty Curing t'�e ConsPr 3�- s"a 3� ani' C'S~ -9 t are t^e 3utnonty to a't on be ,a"If of t�e Ci,y t-1 t"'-- e(:ed I" t. -e G _"? s _ t' - �' 'emert3-y Cond,ticns of tns ConS`rU' t:or CG^t'3;t and 10,3,3 The C cr i'.s a3S'r-r,� r' r� _ t ,� +� n,� + {ia,� - a` a y Z' .3 t. � j!na i r,s tr S•.� tv Go U' l i. Gia i_..orS. 7,^ 3 `r�le� Y C33 S, � 3`. _. Rte! 3`_.-'.,_ e en's tJ ascer?a,- !)e nr- grpss Jr ti'a 'VS "-e 3 a .,. _ j'"";. ._ _,��" f'e'j In�G_�E,:�r:, t3 33�c'f`w�n 3,i tV�_ rG d"•dV �!__a 1 _ rFl -� �. ] �:.I W '`1 :3,:r�'��'ua-,:e a`� _ _ 1..�_ .rd ur.'c er `1, T C _ s.._ v sl.s receSS3_' f _ _ - rt, cy e a, -,O -crit'., - 13,. s =, _ :a -c`+ :n s" a i rnrG',irs'e,- t i�? Dv_ E Fir" a no aY Tf _ �''i r '_a f_� f Sert3ti're S- re_ G t -e 1!'r `' w a r Cu ^d �� 73`. may be o 3 V; r =3 'a`, 3a It d v J _ t„ 1 r.�t a x•_'_1 :3 t d �._ �aJ".a 5 4'r', r� ����old %rat"mss} 2" r-3-3 ^'e' li'�5.. �i I =s Se ?s. Cry_ ua; u7 T 5 10.3. = T- Prc est 1',!3ria _ "3: f137 4JItj "N':'- a Y",'i'._ 7 rte` t r f d 3�:'se"i�: s,`la'i dao f -e r3 st `Js a -a pr-gress f tn? Y" "K Cr` f 3 r 7 3 fu _ e: � a h,y a Ci;'y The CsIha'i sb� ,j' t,ria reports waekI} Tne Pr31--wi INlanay= ".d ! ascerta'i tha`. tl-le V,3r,, is dsGe-.a ie to t'�e City The Project - _ ,ti +' +'• e ��. •y.. ;� 17'x, 1 li" Y..�rii _.�- ,_. tai n E. � svoC of Th -3 �„ �7e 'i + � t _ T Prv, �.�d� v 5n? asa ]_ 'r .�s'Jriri� tha_ ? Des' l 1r^ la a� ura°e an' ccm o'_ n `a.,o-s 're f'e'' rep3 -Ls S -.-- s ~-s. t 3n a r+ ort^'� ha,,_._ Tt a's's or r" rutea of me=_in'� vs i^ t; y r v V . s' �� the Dcs B gild F rr a d —3y res'_lf` i^ 3 ^Cr`,C r1J_ t.:n i {� _ - f f; s`; ?',sr fwes a d tG the Dees g -,.-Build Firm. 14,3.5 Buse on cb5o ,a`,a rs _. '-_ s `3 u.;d corsulta:ion a4ith tire Ci'.y. the Consultant s"y'' u .-,-„ine t, -e arciunt d -,'e the D.�- ;7 -Build Firm basad on the appr:)ved schedule of va'ues a- sirail recommend aoprova! c` v_;c" :mount as appropriate. This recommendation shall cors` ate a reoreserta' :i,by the Cc _ -: to the City that, to the best of the Consultant's ir1`3 - 4 _ _ - .,,a J . -,as progressed to the port indica`e- a^d t;r1at, fl -e q -u 10/3rk is in a:Gord3,7ce 'r -:� the Contract and the Design -Build Firm is ent t!ed to amount s'a--d on the requisition subiact to: 11 A deta'led eva`ua`icn of the Vlork for conformance w, ,, the contract upon subst3rt`.al completion, The resul`s of any s,_ibsequent tests required by the ccrtract. 8-t re= -K 3?r CIC Canal PP7t,;raticr Project 7R � 3 $7 11 City of M,am,, Florida Con`sct No 15-16-03 3, NL Dr de/1'3'. or S frOr "2� w trJ Cor � _' r fJ to p3 y e �' ,�`. �y =��' .pon at a r= ;' �s,`;on s r _�. 3s s-a`e� Prlo,r '3 re _ -^� y rw _' ' t ) t, - Firm t e Cons,_," _ 3"-9 a n CI`y c� .. s`�. _Is Of t^ I,Vork re �`,ve to tra ConJ`, _.- �cras� a.'r�h,.i- s,' �a11 eL3r�y s f _' By recomm-r: ro'/31 of 3 pay—[ ' r 3.l 3 - s 3 e u _ t.D re�ros_ = _ �, r?S C ^<3 3 r ,r'rr�3' P_lmcse the D;S.-g. E_i r 3S Cc^,s`'"..t.cn Ccn'.-3,t Price, 10.3,6 Tlj-e C� _� a spa, e r i�.c pre`e_ c` tie r' wire ,e c: t e Ccntr3 t Docurrarr_ 3 7 T�= -i -rJ.. �7 ,.� ,-�.. -•� h �'�_�� � r✓J t � �.. � rv'Cr's�i,''3 n 3�3 3":0 lnt�"ira`.3:i'7n3 nv:,3;a.-j f� II_..77 Cc � yfr �' �-r .,_ :rte ..� _- -' �� .. ��.^Cr i";'3 C'") 3 g—_ a-. J"`31' r; .,... r`r� _.� �� 7 r,� r'f'�"'"'3 i. r"•.. r"i' 121 03Is, C"I a', i3 7�J vi a -u F r3 3: tJ tl o ra.=...•3f7 a,a Dccu v7_3. aid shad we 10.3,7 T- C' �'_-. 3r,3 v P' r 3 t_e r r .�'�. ... _.. _ .�'"'�. ! it _-' � f�. .. 3����3t';,�7 r! �� ?r_ .-, ., _ ^" - r��3�^a`,a ^, r. -,;• - h c "35 �_� i v" ,1.=' 3 w' = r'` j `_ P,- :r GrI 10.3.8 Tna CD. s'_.:3 t s-, -�' r= ,.ery 3"" a -yr ta'd,_ ?: ro - s r,7as 3 C 3a_ J _ Gf + a t ,� Cl.j 3 Pr^ -u4 e V-'.r�'�1.'�. �"3 u``C r� 3 Or C-- _ S . u _ J �j 3 ? _ �?^CrCi3 `e`r h4 3 ! i, P IV,r?^� _ J 1'' N _,C ,?' C,r,S. _3 tra F, �f _: NII-,age,'r°r`i7 c3 wu:' 'ref: -,en e`C 13 i� F t7e t-� s fcr re r r 90.3.9 The C� :�^t^'�� i� _ 3 = - a� f .- r'` r 3�='�Je3ta.. �'1 cl'i a^C' 5 ai and re.,Cr'lrr,end 5�,:tri k.= 3 re ,l_iest for Change Order or Cra",,a Procos3l r- _. s- !' _ Cons -a -i - rr tar C 3 ,s ra e',`; ? r' � to k City, f'is t'Br reccmme -_13-!c- Cr Ci op0Sed a such recomr7endatior. 10.3.10 T'_C�r3_l'`.3� �`. in conj�.'ncticn �,t, C ork upon receipt of the Deslgn- req peat for completion inspe _ - _„ of t"e Project and snail. prior to d� t e Citi re rend eKecution of a "Cerklf Cate of Acceptance for 5ubstarit a1 85 Y'i 3grt?r Cr -.?K jaru_i'-! RD-5t0r3t,;r City of U3,ni Rorid3 Contract filo. 15-1,'25-03C Ccrrpieticn a`'er f;rs`_ ascerta ning tha' t _ P~n,it is sw:;s'_ o'e- In accor,:arce ;{nt the contra:' ry . , _ -s`s Ti-,- Ccrs_,- . s --e in con; t ras�rta`!,/e3 of the Cit/ 3' tie Des 77, 2r of a--/ Ga y _'3Cre ?r CICS in the Firm In @=r-=. Fior a S'a' ate 213 735 OF t-. 5' the Cons_. 3, S -All execu'lo' of a - f." ' ti a ."1?nt tot- = ��_ - jl- 'B. I-� F, Upon 5a',s`a be s,J F. ' _ to _9' a =�� rel!a3�3 of iiPrS•'Cia: S J r S . U t - _.nld Firm, 117,3.11 Tf,,a C�rs_'rart s;��. r: , t�? Dea n -Build FirT's "as built" dra,vrgs a '-' t 1, �� y �u s�bml them to # a r j Iw :� a rfc,a' c� _re C ns l'a Tiru Des g 7 -Buil d Flan is r s:�crs'ole for pra�:arirg the 'as C" i• 'ngs 1©.3,12 T,--. D- "y^_ -i F, ., S. ti' r r !C f F� crg ^,a .. Ir:l'-jj r,,g : a"L'Ily3 r;i sC tJ 'as CC,--. Imo._ "y t'.'_ mvr._ CF..��-w i. (ac �S .. 3'd Licon t".'e ar.Clara .;y liE Des "-B_J''u Fir? Tile Gr'r �, 'e^t 'y �. a G�cJCUI'''� 3 as e t, R c:r Se t"� '' _ y of t; C`/,r'r r J J��CI'^i? 52` of all find d o c r -e n, ce f, r vW �e C frwj �, ge d y •11 �, ,�" _/ C. 3'y hJ j t."� fQ 3',�r-Ball r;r"'i. The ❑csl �'�-� �;�U t -'e C.-Ij c-' -_ I i ) C":�r-' S=, or ReCCr: D,e'a"r'r'• 3', In AatJ C,"%DD tn, c" 11. Basi; of Dss;an C' _J3 L3a f Ir _ v J;'J - 3 3 Ct ��� y � I_ .S r ,- r1 , C -fit t�� ❑✓S y"-S�''a i a" Cr rv;_3 j}J t, C �r1 �r'S Ca eQ Cc! Ce 12. Additicnal Design Services .`J �r•�'_�J 31, teF'.i t�� �'.�. C'' i- �'"�� SC'r1!'] �ta� uj City tha' rCt - �i'-'a�w3 neu Ifl'f'Jrtr3-t, 5:,l3e Nr2ed Lei r. ?, n !'/3f,ei- 3 f 7,, City of Miami, Florida Contract No. RFP 15-16-030 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, this the day and year above written. AT EST: r� Tod B. Hannon, City Clerk ATTEST- Print NameWBLi�-R Title: 15W_rA e___ `"City" CITY OF MIAMI, a municipal corporation By: Daniel J. Alfon "Desiegn-Build Firm By:Ktc_wya_—_ - C -Q`fr, � Print Name: Title: V1 e.E R�/SPT (Authorized Corporate (Corporate Seal) APPROVED LEGAL FORM APPROVED AS /AND RRECTN SS: REOUIREME, Victoria Mendez n --Mari /Shar i City Attorney /� Risk Ma agem r r" Director 87 Wagner Creek Seybold Cana Restoration Project Rev. 3117117 Cary of Mia7,i F,or ja Ccn*ract r1c, RFP 13-16-030 EXHIBIT B1 SCOPE OF SERVICES Pr l &00 _ e SnoPP of S e"'./ m'N r , a5 speclf�ed 1''.e"., n. 83 317 1' City of NI 3.-i Fer,da EXHIBIT B1 SCOPE OF SERVICES Contact tufo RFP 15-16-0 30 1. Overview Tr, City of M.;a-nl re`zrred to as "t~e City") is contracting with Sevenson Emir ,n mental Ser,�os. ger �r`er referre,J to as "Design-B,,ild Firm") to perform rr�' ess;ol�a dr ed ^, to row 'fs accumulated sedirnent !n the Y/agner Creek aid Seybcld Canal 'P,a`.en,',a,_ icca`ed in Miami, Florida. The overall project goal is to remove sed,7ents too aoh e,e imprc,ed d,a nage and, or navigation, reduce the risk from contamira`ion in a focus on t•^y bubllc,''Piorker safety and minimizing damage to existing struct�res, land, ve,g -'3-ion and'JlAdlife, 2. Project Background f -x7 Y agnea Ca _ ,< a- :c, cid Canal rerre_ents a ma;'or tributary to the Nliami R,ver, dig dra neNe f a. -v _ _^ 1f tie City. The project area is loca'ed in the City, wi+,bin F':_ -da, and is situa`�)d along a 1.57 -mile (7,850 ft.) tributary to t,e Nka-nl Ri,er, T, agr?er Cree'< and Seybold Canal. V'lagner Creek and ti -ie nolirme_m t',';_-`' ;ds cr` Sefbc'�" Ca^a' are Icca'ea in Section 35, To%,ins lip 53, a,nd Range 41 of + - '- - n r ru of Se7ooid Car t,,j e _, _ _ so_� _ � �; ;al is lova- in S ct!on 2. To',�,r�s7ap 54 a -d, RI-,-:! ZI -11 County i rte r -i3 -e -,t 3.-n-3 n 3 d-2,' 3 .f per. a 3;u -a urt�-, ''i urea. 'vti,",n land I`!s3ge consisting ma,r�y of i , ` es = -.a .._� i'.,_;j:. '�� T 3gne, Creek. rece=ves �g C -o Easir and merge, ir':_ � J Cana'. Seybod Canal r 'lne�ta to I�_= M P t,,vo (2) miles north",best of B,scay-le Bay, Bot;l Y,agrer Creek and Seybold Cana' are tidal. His.,�`ca'ly, Y1'3gr,e- Creew'P a_ -3 mala tributary to the ikliami R,ver. I: was fed by several fresh P,a'er s , "�3 tee- e!i7ina'ed due t.D urban dwve:-,,7. (Cantilio el a!_ LOO),. Tc_uy `;ay -e- Cree<, 13 �—a n-_7.ned by the City to provide s`_ uonveya-Ice for t"e C -c Ba3i,-i Mcs` er=a_ of ate not accessible or na'.:- i-_:- �0�`. d, -,e to sha!:ow *3'er d=_P',,-,s eau tea proms„ e _ y, g bridges. YJagner Creek is aN : _ =, 5.500 ft. long and ra.nyes frcrn 22 ft. to 4� f' f= ,,nth a depth ranging between 3 ft. and 6 ft. The poi -,ion of IA'agrer Cree _ _nth of I`'N 11 th Street was renamed Seybold Canal a en John Seybo',d dreJiged it it t _ E• -,';old Canal is approximately 2,350 ft. long and ranges from 25 ft. to 63 f;. A basin is located at Seybold Canals northernmost extent. Seybold Cana. e geographic borders of the Biscayne Bay Aquatic Preserve and is classified by t`1e Fic:-da Dara-tment of Environmental Protection (FDEP) as an Outstanding Florida Water. At one time, Seybold Canal pro,,ided maritime facilities for commercial fishermen. Today, Seybold Canal and its turning basin are bordered by residential property and lined by seawalls, docks and other types of revet~ient structires. Seybold Canal is a navigable waterway. The west side of Seybold Canal is bordered by residential housing, and the east is a mix of residential housing, �iliagr-er Crso� Se'/told Caul Res'ura'..or Project Rev 3 17 17 C tf o` M w- . FIar:Ca C act No RFP 15-16-030 nor n arUia' prDpertes. industrial properties and urde ielope~parcels. Seybold Canal flow; urdeI,- the NY/ V Street Brdge (Hu,mpback Bridge) aid into the M,ami Rl�/er adjacent to NVI T- Avenue. 3, Project Work Plan T Crr_ .., �� ^�. - "A-1 — �Iers,cr 2 (CAP2), ,0ch was completed in Augus' 2(-)C9 ser•�es as 'vas's of design tie- tiA,aS used to se:ure tf-,e Couriy. S -d"_ and Federal Permits. ate 3 dd 3J'G as ref- rerce '.']C'a� cots on 'Ie City's Off' of Cac��ta� Improvements' e,rtS (OLI) til'�eCSi`e W-P, I_i- ro,, C7P,Pa ccr�:,,n";-S.'P P 1516030 Sj000r Ti Cr" -moi 'd`; tS Cre2d'atJ �Ci JIi W '.-V . �`d a f' ?' rv�.0 11 r�11J!ruf Fn!5 and procedures, Cr»< a -d Sem t,o�,j Cana! fDr a^ ,; a s' 1 : The ra cm r en vd cons'r,ct.on s _e,,rfl a� t, -e r^ -;,"1 s`awa :s _ <::a ia`_e re -,;3,,,e ar tra 'sc ,r dred;,ed t, -e � ijtJ is to be c,CpOSad t tre a� lr yen t ES r ad TnC CAP2 a~. eases tr,e I^aJ.i to n' -:, iz= b' d {"'o;� *,� gerera`ed d'..rin dredging na r7g a-j� '1til�F..q-_L31,� to ��'..e y 1 des ccs ',-ie prDce _. —3 �e Ir-.pler ?rted C �3� -S ( d a'�� 1 a^d Ct, ,e n; e- 1 I g - l= "- L - J ._.rLl f- �y,Jn L,Jrin� the dr'I.ay �I`,' v I {.�� � C6:1 dDvJ iot re�'alre 'gr„r, _a�cnaeolod .l,a1 Tre Cl-, a^e Cer t �a e t--'� C - nd;tr t e cool tion ti'at if arci-aealcg ya, t'. , ,^cr tide C: j', P,a,,rlrg and Zon rg cr, ce 3 h u' rs of d s:o-,ery and tela. a,� a -.;fasts s-,a'l be dcna'ed to € :s'cfl 3.-n I. 4, Desinn-S+.gild Firm's Devia+ion to Co --'i l5'd 'i, :he CAP2 11it J 3.d .^. r_'r='� (✓ ,Le C --' Ir ©'. .. .r.. T� �''i1J�'I F'�Y }' , re ^�i � - .j - �- �, Ci;j�S pr;,Cu' r`rye. process Ir'!'t�� %r�w�oSerj t0 o.�.;?r inr�Cr�-:c`S t -•.a_ Go end cost or oto -e? bene" S Dr rad uCe City, Te C!',y hurl t;,aL tho 3 aF—a'e'Leri �r: c--"cep`L (ATC) �approa�h pro'cosed J e y I^I it e ed r. bee, ' V I of b to v D..s' n'Bui,. i-i� ii f "f„S. n:-... tie J. �raiUe o i7e it e '�-' the -'N t t City Tre 5p CIf;G 2'C• ent5 of Deslci B12d Firm's ATC Pro-;nsal treat were accepted by the City include a I Srnent rem ,,e� wmaedg�nrwill be load -3d via a smail conveyor d r.,;r.'y `vAhin,l the e<ca ra'or into sma!I (10 cubic yard) scows. are then---tshedto a desigra'ed unload nig a*ea onshore,,vhere a second piece of equipment unloads the sco,,,,(s) into 25 CY V,'TC's for transporL to an offsite dewatering,'treatment facility. c) Once the WTC's leave the site they are transported directly to the secure de,,vateriac, "treatment facility for amendment with Portland Cement. d) Dredge Plan #1 and -2 (03-1 through OS -5 / Wagner Creek.) — turbidity control within specif'c areas of Yiagrer Creek include the installs{:on of a portable hydro -dam. This is touted a5 adding additional protection for the environment and human health, because It Yiag-er Creep Se/Sold Ca. -al Res -orator P -elect Re{ 3 17 17 City or i, For da ContrEic, No, RFP 15-10-030 Is it—,ore secure t, -,an typica! si!t curta'rs, a '' _ _ --,Pre r'anatees fr cm enter!ng Ime w)Fr areas. Dr:�ge Pian #3;OS-6 l .,;je7bold Cana' - ::r ���:�.ci' turbidity curtain arrangement is ed (A al to ' 3T "utNe 1.7w q by tie CAP 2) that can be r3' sad - to ma= --S . _s am - so_: -- s in "mater depths. This metrod of d tl 'moi a 'c',4a Fir safe passa je u' ; u_so : ; protects manatees. Sey` o A Caral-e 0elged sed , ent a11 bei i ted dimct!y into 16g CY watart,ght _ _ os and then traisv Ved via Me NUami RiS,er to an offloading area adjacent to the s i nys de A aterirg `raa'_ment I, % and ten placed on the treatment pad f.Dr the add,;on C' PoWnt Cement. (as pre,ious; y described above) T ^aese r;w akr'is raq,.,re a da -en -"i r 9';Cn h'''y t! e CJ_rt./ _. me prosed elements are the C=kP2 c, at require a CAP2 r _r :r. T4 responaNno fir ergaging the _'_,^F,! a ^d --`'Cr rW_ a`,-r� a, ;, —s a3 a'r eil 3s s _'_ .. m, 3 _ -- "Dva's res`.s vti t e L7�si^gin-S'_lIV� Nota; Refer to Exhibit C2, Deign -Budd Firm's ATC Technical Proposal for more d?tails on the devia#ions from the CAP2. 5. Proiect Location T r e P -w ewo " PUSes We wee locKed he -seer NY 2C Street' and taie confluence cf C37a vi -d tre 034We The -PrveW has tee—, ina s•< Ocer?`_ona! Sac. D"'s �'�s r�-�4a1 - C' {. 34 Ssibc! Caw as present d .tet ,J'at, in Fig.Jre 1. Figi. ra 1 -Operational Sa ions v' $�T'� t•'r�_ f• 3i• y_ t vl .._ .. _—���'+- 'mac •a.,, ` a„�e ""�"f} _ _ ��,ik'�. � � .y��".a�. - � b'�„i-S�4 _RE PIZ � f F I 4` 3gMr Cnek SeynoW Ca -a! Restoranor Pro)ect Re 1 3 17 17 City of NI,a—I. Fcr Ca C,r.-ract No RSR 1 5-13-0317 Thee= OSS de''ired pr,;ma„!j to t�-' ch3-3�,teri3",.-S 3rr: t,'e Ident;`ied remof3! tecrnig,,es. Other re3s3r'S fcr defining t, -e individual OJs I^c�,,-j dl co-apyi,rar„n reyuirerrents, a, -cess planning. an'� Mnjs;cal projei-t break,00irts S rye's}. CAIP-2 Cpn`a rs a a!ytical data. volume ca'cuia`.,ons as as tf-e chara:;teriSt;cs and !Oca`. crs cf S-3 -3 t] ce b/ O5. lil/he 3 ^ :priate an OS has been 5ub1.`.i`/idedl a-eas 'ri,i_ ; e!evatad ie',els of 2.3 7.3 -TCDD - 2.3 iu,ovn tr _ 3 en`s IT`Qs r'r'3 yne' Creek cc of v�a ^,1 e `ems de ceu :j fii, (�l OSS 3. is s_.;ara. �,� .seri .' Se,fh011 Canal, IS 0J -v. i .. -Jt 03 ` r -11�,7:;iaFh oi Y1ZJ S .�� e:{;ide3 J'cul,•'east to ii`Pill 14 ` This a e3 ls sjrcunded by rn7��^ y, _ 3 ', comp e al proPerties. a;ld e,Vof '�3`3 f t^v is -r!,3 >_'. .y ;vents. it 'Pas _•e _.., W= 03-1 cor ,3 -et v'o;_n :3 of seia'Sj TEQ O -S-2 sou, L:` NY' 1-1` Ai r e a--i� ex'err s t:� Nil/ 13 S'reet. OS - i3 uQ �e� h/ t ecunt'j 5 �cVU�,^F e=,`d! �'d�C ' wS Or t ?3s: S �e an u reS'�a ,tldl PF�)Psties on the `,Ues` lr a rtw`f'e',V Jf d3ta from t' e v3riouS Sa'1p""y c'Ier1:5. I'_ 'itia3 ,`1eJ a` 07-27 ccn'a r,e� tr'c'u-" =s of sem r^er`_ 4r:F r a-� 3 j -3;ev T SO 1e',e''S. ris j =. s�� I`a',', 1� S' e. ani {t �.�'3 s��'� 3 t P�'J'r' 1 S_ret. This �.. . s h i i s h,V I _ '-+ C. '1 `��:'I l� J'�'r<���al I, _ f'_:.��� "a � �I 'n f•��r.f 1r1� 4v!i �.',rT�l ��'1 '�1 J5 La. w } ,5 CGr a 1 d n j I� i .-t''gr She= _'. 'S. �. 0-----' re7. 1S c^ F V s�, a3S} Sine cl Ci I�j',t, 1rt S:,v . -a ,.1 !` Yi 12 l ' a^ s s 3S' to S'2!'., F 3 .'.' 33`3 OJ-' IS hiou ,de”; h j (-.e s on s?S'vc GSR c^..mt. 3 sUj e3s3 N",`/ 11JTi 7e=t'cn t e;- C eS So 3s`, las' 1�3. �er*,Ys 3-� .'? CicL<n`li s T13 -rangy on t -e ',`,-s- s;�e a--� a rl.{ 2 reS'�'ant:a! hlous'ny a'ld e 3 ;-., elsJoed ca ue a^14 n','propery an the ca3_.c n. 5,, _ C•r3e , tren f o',�,s Seil-cli Gana . hh 0J-'_', Seyooij Cara! v Jy ".S S.;ut, o I�', ! Jt�� 3� C�1s rad j h �. � , l5 e It c i^Jn ne�,tJ 11�11.� t a i,%1!a7ii R,,er. 6. City's Responsibijities Tie City ',',T pro'i''e cor;t act aJm,^istra`.Ior serv'ce, to include construction oversight ar.d rspec' on ser',!ees arta q'13!ity acceptance r --views of some, or a'.! of the work at its sole a suret,or Ir a-, e,ent, tnp- Desg—Build Firm must pro'rix-le, for its o'r%,r construction q"-�a!ity asSjra-ce -,a lty control irs,p-2-ct ons, testing and f11aleria� cert�fica`,ons, and not r:?I'j the Ci`y fof ` _ senjj ces T:,e Ci`�y.,,iH riot be respcns'b!e for md`_eria!s testing of any tyce �. yJai ty as _,"? _=e`,'Ces 3s r.a j be req'a'Ired by the appro'ied project s, fi t`1 na ti e resp'�1 3.vi,i•`.j c` tie Des g,n-Buil': Firm, Tie City does not guarantee, warrant or affirm the 4 i,'agi,er Crve-c Je'fbc'v Ca^ai R33:ura'.:Or prcieCt Re,, 3 1' 17 Citi of M a- F cr;Ca Cc -:.,act No R=P 15-16-031) d�'3 !s 'j.rp'a'/'Ci-is s`rjr-tjra� a -I'- 7jr cl:, e' In res':g3ticr s a3 oC ar: j supcl erg by t!7e Clty including soil borings, 7. Design -Build Firm Responsibilities The Des gr-S-.s,F r r .- �V __ _ , r a,l s rtj su,`re's. irciud ng gra. s. 'a,2`,Cr3a U i�3s�re1, ^`3. `y= =r�� -cap in-,es,,I-a-ons a^,d designs, s'.. ;,, ,.a� a -j ana'jsis. cc'r _ _ -e rn's (maj inclua'e b',,' ct lid tic to. Nat.on3' P, uta^ D s��3�ge F �--1,^3:,on Sr,._ _a� �.ght of Way Clos',:re Pe -n- ng Perm4 and Fence s ,a- or r: r s or aP,crc/3's) - cument prepara''on and s v" -. 3 '^rc',a's a c_-s`-;jc`:on o., or te`cre t -e Fro c. Co ---=:on Da'e indicated in F --n's Cor, -3:t :t Dccuments T-_ D a^- ar r J-3 a 3 �� re3 r.s y f = a iv� rjC� er`s:cr cf t'' Pr and a� iaC = .3 ce3sary t] .0 ;I "a 'r`,'_ tl--e S,,3'-2 Re-,- ^9 i 3� D G -3--s t -e FDZ-a A,", .a _ G—a„r a� 3 �e� a -d inc.-r;Dcr3`.ed. tD ig ir'irJ:v?s for ra! 7 er3� 3 `.3 to , - City are a:curate and Corrp e`er T.� r-1 Jrl `s reg3'u ng�` -r33 j- r7 i„erV;a, ij j i';' r33�_i is ^f 1-- a .� a,t. s+cne-1 j, lines' ate. an'a NA''a a ,fa E C �' a;c t"� tri'? furd'r'g I �' ❑W3_, u F _ _ is -a' bei: t`'Pr no, . .._��'J, aCG�I niin� a^+� ln`rCiC,�n� pra�_ yes S! to me=, Sta'-3 Ci t" C 'f Reg '131ory 3yvri, a ? - ti -3--j _„ 3'3, a "�. C` -`s a3 Ca33ssa cJr _ 3t r-a—aue i , Gf r. _ —�n] i.Jrii-3ra. .�. n to tn.- In A-3. - -.7 B C E rd D t'D tr' : Cort -2 S. Project Ro uiremant3 and Provisions for Work A. Governing Regulations: The perfcm�uj by the Des:gn-S-,:!d Fri sna'I be in ccm,ciia,-,ce with all applicabie a.,d municipal codes including but not limi':ed to, the S,a'e of Florida, County, the City, anU o:r � rvg'-�la';ons that may be required in a�ditlon to t're requirements specified in the Sclicita'ion a,d Contract, The Design -Build Firm sna,C use as their prima�-y s'3,,dar�, the C'y's Engineering Standards for Des gr, a, d Construction, which can be foind at the lir-. c _ r-,'-q--.o; con- CITP Pages Pr3cu-erre tCccCr.ur, es.R-P 15151-3K S oc,i:- D cc'umArt3 hf nl h33 rer Cree,, Sad-101,� Caul R;�s'.cra=,o^ PrDI-c- Re'i 3 17 17 Cit/ of �AaTr F'Crda Car:rar-,,Nj RFP 15-16-030 TFe D=s,gn-E_,'j Firm snail be res;ocnsrble f:,r prepa-'r'g ail r .2e333"j CI"iP2 r-.od'Tica`'iors. Cerr"rt n C ` Herm permits and for payrrg any aSsOCia`ar fees. NI approva�s and Ee - '.3 I'Dr a particular Cons1ruct:1on a :t;vity',0i be a:rq'.Ira� to Commencing tea ra- . ar G `�Ct'1 a:i'Jit'y. De'ia%S dee to InCon'lrlete per, -;t Cs yes age,7cy _j .1 processing tire la -,k of pajmert ora ,y s,na'i be tj �Dr t,--- Des.gn-BuIld Firm. ars: 'P,li rot ".'e --ons sjf-rc ent r9asOr for h ; I -s �. r ;:r^�� a�.'i't es are ti`le resconsibii!ty of t—. Des Firm a. Surface Yiater: �e des s�'a p—var�d in a:CO'da^r-e Chapter h,2-25), Rag.la`on of .SEsr1-,i Viat?r D��r a g an� r ride Ad-7inistra`jvs Come, lb, State and Federal Agencies: ' a�. �a� 1 _; ear �oa7e -' it 373 a, -.d 433 J'.a, r•= r„, _. _ as �`a_�_ 87_ -,Crda Ad ".rils`.ra`.',e COGS. 399, offne ea�"!`la��r�oi,a�'�pa`a114arrd115,T_- 3�. C' -le- �- o` u�ra' Rvguia.;ons 1,CFR). c. County Agencies: C=rI7 ..ung r� 5-,3 .i'� �'` pa'�NY,� _•__.:f���".� r'r-'f"�.r 3�. `�'r��,� r9L�„�Ir�:�= �5 ui� an� -- _ 3' - P. '. Ccu l _ _,.- ?` a rn h.--2 Cir ' C%,. r'r.. �.. hI�C hearlrlg]. Of Crounty Coa��issicnor; r a,i G.:rcr County Board, for d. City Agencies: n. r pc reyllr s �'� cl-y�rep3� { Ir 3-�e 4b'=n tie r s re�, er"len-.s aid regL,ia' or.s.rare a'a`:on of all permits a^ -s' and t r? a� _ 3 .:gin of a'; app;; Cale Ci,/ re'a'dpermits Shall be ti e cif the Deng -Bu a Firm. Shoo''' it be req -i---.1 t^e Des;gn-B,:iid Firm sh l -e^-r nd epr, en+ ,y a' pJ .l; h a:. a, r�.;�.�s t`:: Ci r � easings. prese,r.a�.,ons tc tl-e Board of City ss:cr'ers ora;�y other City Board. for project renew a"rd approval purpos?s. e. Resource Surveys: The Desig^r-ELJid Firm shall be responsible for all resource surveys perta;ning to 4t,ork in and above the water, The Des`gn-Build Firm s^a"I obta n permits vh, rile actlrg as a-1 a'-,thorized agent or aJt�orized recresenta'ive for the City for permitting purposes only. Any f --:es levied cn tl'e Design-Bui`'u Firm by permitting age^cies due to noncompliance, small be t' e sale ros,oansibility of tre Design -Build Firm. I r'ragre- -ee-, Se -gin J Carat Res,ora'+on PrC,ect Rei 3 17 17 C,t/ of NI a^i Ford3 Cor.:,,3c' No PrP 15-10-0301 B. Survey: The Des�� Ba''', Firm shall perform a"I boundary and t-zoy-apnic surveying and maoping san wes ne,essa,y to comp"ete Ke design and constr..-, c aspec-ts of this Project. Sa" O) av: 7320 ^1 L+inArvn!a o cco ly sita al Ne'. . Fcr-n S`-3'jtes an,J d a"�'rli'�3`Oie r r'u�e3 ir Fl -�rc!3 Aimns"a_ we Cade. This work mus: _� �'f 237,055, Fi3. S"'qt., .3s aoo '.nbt as t= rq ln-nd s1r'reyors and rappers Me i,1. T hnlca atand3rds for Prom ova 51 , ey wo - n.d `Mappers. Chapter 5J-17. F C, a}i,c Code ( F.A.C. ). pu a�av w Sect:. '72.027, F lor'da Sta`utes (F.S) a-! a-,, r- ,-uct;ons frons V; e Clty, Tms nnea a so �U 7 y ��+r, n t;ne Departs .., E7,' - :y Pr, .ection Rule, Chapter 1 F kC r3se' 177 S. and the De; a t pf En'.!rcnma.a. PrD�I_ :tvon. C, Vvrifi :axion of Existing Conditions: The Des.;" -B_, ,;"i ..w to rvS� r � olt' for ie _._...W t'S ng By even: :0 cf 17e .CaVact. toe DesIn-BuY Rrm spev&c?ll' and agrees 1.12' t:'_ r,'-�ds Ge 7g compema?A f r Jinves:gations of ecwn sne un'd ^ir'., lg 3'_;cnla e K.e3t:ga..:cam s s_ t3 s'-pport the des:gq ..±404=0_ Q Ve G Nn-& _ F -r i _. t~?` 3-, Kr.1r-a! on b' -,g prcY'de.J by the C�:yfs ne-Y) t= WI-_ ' e Ce: _, iQak i rn r cc'mpie', g a�e�a � std J I�. N:''' -7> :70- �rc`i`3 �� �r'^ C+3+ �', d� t3 to t''CuC;r"j no a'd!tlonai y3rizo sat _ to za A i.n `_,r e mr. of a y lra�vwraves a me pre n^r',ner y in`�.'',rt1' a%rr. Tre Doi, _. .� J+�U� �.�1 �.J ������r't and t We e%Very;cre ajt-,jr', u'a �i'�� CO iQWCton to - - _j it 2 37� cr bu! ,,ng In :asnntu a s..ch a3 s gns and sig soulnes. 3 g-3 3 :I_,: - in ins. V)rmv,'at. fa_-ik' es ar, 'e-3 t:,2' are rot to be rap'aced a3 W J V3 F yc. If such items an d 73;ed by tT-e Des --B. ld Fi-m during the c3rOnW7 po,no, the damage sha'i A replaced at the Dei Jr -B iIJ Firrn's expense D. Subrnittals: 1. Pians: �-P :a-�3 rest meet t'ne r�;ninum contents:` a �a,�ic��.�ia�� rhasa say � .:al pr'o r to z _ 35 n in re natt The partil,Uar phase or each sutsBal On i be clearly 70s: c7 the c`,,er sheet. Component submit:a's not be accept -3'u. ,A) Tf e Des Firm shall pro`v de Codes or req-Jre'd review documer, s 33 listed beion a. 100"S Plans (consistent with the CAP2 as modified): Five (5) - sets of full-size Plans • Five (5) - sets of Calculations. • Five (5) - sets of Pre -construction Survey. it Fi',e (5) - copies of Technical Specifications. ,l ag"r C Vel CaftW: 0-1 Re cor3r:Or' Wgect Raw 3 17 17 Citi of M ar^ i- F or r'a C017 -3c -'N', RFP 15-16-03C FI'ie f5) - copies of Cover Leiter that a;1 commer`s " 3;e and a s,cacific list of any unresolved issues. • 0^e (1) — CO cclrta,'ning afl of the above b. Record Set (consistent with the CAP2 as modified): 5 1 ,. y A., R- c� S -s d'ccurnee7 n q I II r, y.-! a -d �w e,J h t5 s. all b mama ,y s �,�, ,. 5 � ., �� th � DeS.-- Erg, ,eer registered in the S`3 -3 of For:da, • Fi ie ; 5 i - sets of full-size 'Plains • F `re D-) - sets of Ca'cula{ions. • FM ,g ` - cc ies of Pc5 -cc _ _, ... Sur -r3% • F', cc 3c`T" i -a S _ :a`;r5. • F, p es c- Cc ,e Let`e� tea, a' 1 `5 . a deer ad �r esse'� 3 a Sc'e'ir I st c' ary unresolvej Iss jes C^e (1 } - CD co in a:i c tt 3 aoc ,,e. J 5=3 1'J'', P' -s vt,"; be 'de 1 `t ,e C, 1: r ,n r of f.' { ) lc icDn3�'^eC a a > a a !a aj, r3'c as-2! a d Flrm s r s:�. 3^3 0- a D s' -ua w' :a ( es r r - - ^_1 Q.... D. .- 1 .t .5 u_..� �.- �: �, �ra ._ .. � C-'/ - a - a-_ ..... l.,e DeSi��n-r•,J'�s F I re 3 -D: f` r:. t, a. ©S a <' 0S. if re I rr3 _, ase5 a`v r e , t D _ = S•_': F. s"a . ce rei`e� tJ C1 Tre Des g�-3_,'a FIF�T sra'I ccf-,—P�e` the S-. -s P'3i�ct is being t Tire Reccr, Set becomes the a. cf tMe Prcject. A;1 d,3;gn c,a yes sra be sgne,� a ,; sea!e c, E- e- of Recoru. The Re Se. s a'r t a' charges initi3'ed e Cies _ -E_. Firm or ti)e City. Tr- Re ord Set sha' S _ =' on a Final Project CD a',�g +,vth one ( 1 ) sigrW� ed hard co,py. The City Record Set prior to Final Acceptance :r c der to accent the Record Set. 2. Milestones: Ir 3Jdit.cn to various s_;t--;ttals mentioned throughout this docurr^ent, the Design -Build Firm sh,31 s_; m'' mor"-Iy project sta',us reports. incluCing, but rot IirrSlted to, such rein �ursem� � 3--kages for phased upda.es as reguirad by tk.e loan documents and grant agreements Y/31,'i e, --r'?i stfhlDl} Ca -a! 'P,2slord:.or, Prrject D� 3 1' 17 I N.. r City of P,1 a-r� F'orda E. Contract Duration: Corr'1r_, Nh RFP 13-1 F -c 31, I'1 r1 agent tie Cor`.,-a:t e'ara`,on ex:;eed Three Hundred and Forty -Seven 347 Da%s far �J� `3 t:�� CJ �I?'_1Qn, 'Nlt� �a�'.ir�i �'� Thirty 30Days Fir final cor-pC�,n.,crl. a" -2 a aper,ofr� 4 f `^? r.i`j. Tr? �a�^y�`i�`d P+-.;fa;t Sche-1'jiv is 3"3a , ec as Ex('16t S2 Project Schedule: 1. Limitations: T^e r7 r,mu r_ "?e� c- a�:, r�t.es 0 the Project Scr ed+,fe are luted belu',{r •,�,�r�J Da`e Dl's • Des g,) S._.r,,ejs • Das; --i D'.-ra,�crs • Des.gnS� 's • Dvs�gr Re,i ,jr,s b, the cit • t_r��+ ..nr- �"1`�� P.r;'Y"1 t ��i�e�n J,on� • ^,la`e,'�u;s C't�.�c -� Tras�::rg Dre='g � • D nta+ - 1� OS S 9 n c • MOT Clcs-,res 3-1d Praposad V/ark Hours • H�I;da�s a Spe--ia' Eve,,1,3 • 5_,�s}a.rt�a' Ccr;pl-eticn • F�r.a' C� ;,^e:'cn Da`= F^r All V'r'orlk • Firm CCSB s Ge n,�-,e �e^= Pa ka��s.'Fiinancial P,e ren e� for t"e Lca,-i and G-A7+a F. Key Personnel/Staffing: The Design -Buil,- Firm's v,ork shall be perforrned and directed by fief Parsornel iden`if,ed in t,�e Technicai Proposal submitted by the Design -Build Firm (see Figure 2, Key Personnel). Vi-ggrer Cree-c S?y" +C C -3 -al Re5'ar3'-or C�rolec; F'e'n 3 17 17 City o` h,1 ar . F cr-d,:I Figure 2, Key Personnel Personnel 1 M -hael Crys,a 1iM a A K, -::r --.s 3 Scot` A Ila r v M3A Bre', er Cr,�tract f?,=P 15-16-030 Position Title Program Ma^agar Q'aality Ass'aran,e'Q' a'i:y Control Manager Healt,n & Sa`ety N`13nager ContraMts Ccrrpliance SYeoialiJt KaFinancial Ccmpliance S ecialist Public Inforrra`,on Ma`iager Des:gn Ma: -a3 -a. ' `-I C'� (Manager _ P,..;R, � , M 1�sa Cone u.,�,ol� - n Ma,k Giyrn Structure; Eng ^ear J Ct"r'stlan t~,IJ a r Uti'I`y Ccord na`,on G. and Progress Reporting: a a - - - -,a`a �r'� neve",^� C `j pe—son—,ii a".d 01",-r S �t " '� ar,u.�r �u �. _ SsJ��. T -:=-3e +^ -,z!f mut nc` t, s Clef Te.s sl_i f`-:�sjo I'j,;lcn • Pemi,t Cc:) -; na`,on • 1 -ccs' Agency CoctJ;nat,'on • S�cpir,g �,Raa`,ngs Packages a^d Up -i forth-- Lc -an a,,d Gra. ';s U -1e Des .gn-Bw11'd Firm si'nall mViet ,4Jtri tl-e City 3"d ot,"ers as rey'Jes ed by a i,,, ,? (+/ basis. to piovid-e a "look ea^, ---q. of 'L.7,n- U, -coming D,,'rg cont, ,ctcr, t^e Dwsign-Build Firm shall meet with t'r,e City s Corstructicn 1�R� ger on a �,%,eekiy bas's t'a provide a one-week "look aheadfor a t:"nt;es tL be par caned during the upcoming week. The Design -Build Firm shall, on a bi-weekly basis, provide written progress reports that cescribe the items of concern and the work performed on each task. Ti:grerC-Ie,, Sejll-Olc: Ca--� Ras':)ra:,on Protect R -e, 3 17 17 Citi or %1 3— Fcr,da H. Public involvement; 1. General: Corrar'. Nu RFP 1 ;_-1 F-0 30 wing to all irtere,'e'd Kars rs a-)' a go, r rys� 5 r*+crr,atlon regarding the de/e�Pr-ie,,7t of t e Pate-_[. I` is ee _meted _ a' t^e D --s g E, Firm 4lrlli follo',v t,e Public Purl pr_se:,,=-2 jr' t^e CAP2 a' a Public M-aetings: T f ❑_3 311 sjc: - r: r-_.,Jsa'y for t"e Citj t 1 .Js 37d 5. 3 i`.3, 3'a r a Jt D' v -- �,- ''':)`,a�of nuc !r'� ^ tD the s'a of 1,IcA in each OS. w; A`. ie3;. 3_ u js C� v i. s'� t of b4�rk In ea;h 03. ? pl t:''c !rT'7rr' a;:.,n t -e r=s. �� j vla'� n` JJeJ in t'''om area 'lS h�r� S1r .0 r'4 ',+,i+� tj 1 scUss lyse ?: c fi: tC ;hos? areas. needed tD �.__S-`/f3r."-3Clt'j u� y'a271:s e`. ye5z3ry for = 3y i� oaf e'xCu-a(1ge C,F 3^a e _ 3'3 in tJ seer them as L) the Crog,ess, erC cu L) T _ Ces;g cn a7 as -needed b�a_,s a rd vie c'r-•,nel to a3SiJ± tl �e Lirf. The ❑ a: jn-:]i.ia+.11 FIr",i JPia'I a a rv'�_�ests f3� •� r CU`'�y5 tJ t ie City. Tne Des,ri-B5 Id Firm s.-Ia I Inf�:)rm t;:1e City cccu'r wit. -out pr,cr not' 3. Public VV:)rk.shops, Information Meetings: The- erc','idw a'l the s:iwport services listed abo're in Item No. 2, Public M. enngs. All lega'.d',splay ads a,rrourcing +,workshops" information meetings a^d public meet;'rgs 'Mll be prepared a -,d pa`d for by the City. The Ci'y wvill be rr;vrsible for the legal;'d,splay advertisement3 for design concept acceptance. The C',; \Md also be responsible for preparing and mailing (includes pos'age all letters am-__-7.irg v',orksl-lops an+d information meetings. ,'i acrer C'ee- Sake - uana� Re5'ora'.-On P,,z+:r Rev 3 17 17 City of JM.a - i, F orca PFP a-1 3-01) 4. Public Involvement Data; The Design-B,-j,!d F;r7 snail be res--onsible for the follo',5iing. ar Coordlna`ing Min the City �� d�r�`IF�'rg :J+�ssJie ,"e'rlt and r�/le',V ager �„es �^d pro'/!Ing ra-^e� a^d �Gr'ta�t irfcr m3L --In fir these agercies to the City. ,I p;J'r`tJ re";, ire ex:)e-t"Se {3`.3ff memters) to assist the City on an ��-reeled basis. �' Pre^a-1r� - �r _��--�rc rU,de�_ � a�d'�r eoriputer gonera'ed gra; r•ics to ��pi'ot i D' --3c -"a'Ion ,t,itn L:,e Clty and otne' a'�eno es. r -e I _ Cr tau Picjec,. a^d raglres rr'3 `,3 , _' le--�-s. a -d espe-.ia-�y rect our.ng a�: a`-3 a^y `: t' cu gs hrticla 3 s.i,h as t h 3 s e men` vd s;; -a l he 4 Fpro,;.wer t-� the Clt/ f�;r its use rev - ' ds. "n to co,'e�-t ''y -';! - i-2 ` .J.�, talo Fir maj be =� 7�J'�. ty t ie C, i. t':) pre2,3"� nq ;1"e3 a�+off the T -3 C. , ,'r' r.,"e .'r a r�scc,- ses prior, to release. 1, Qualrty Vanay43;nent Pian (Q1411'): 1. Design; ce a—J.,- s;.+'I fir t e 'ds5 ui a.r' a --d Jt e-service3 by t e Design -Build Erm Under tills Contrast. praoedj-es tc be �Lt.Rizcd to veriry Irdep�r''� `Iy Ca r ,''e,', a d��gn drail,'rs, speclf�ca`i"JnS. alnd of er a= 3 car' cF tie Ccf `"?3t. In aja,:ion, tn? Q1,IP s,i31i a Qua '; . ss:ra�c= CA ,3 ,'o c--r,rm t -a' the QC— proced i -es a -e fJ''c,veJ The Des ^-b-l' Firm 5173 i SJribe ho',1i the Checking ^d re 1`e'i1, prJcesses are to be 3 1.-, re _" prcced:ires',,,ere The Q%IP may be one cj ��_ D�� =--B _1 hJ F;, ~� as ,cart of their norma! operat;Jn" or it may be one t- is Pro; .. The Des'gn-Bund Firm shall submit a QNIP +,virgin 1:5 r,cr',t;rg dais „t_en N.-tice to Proceed. A marked -up set of prints from the QC sha�l be "ted wi`h each revie,,v submittal. The responsible Professiona� Engineers or Surveyor that performed V' e QC as +,yell as the QA kla .ager steal' sign a s:a`ement certifying that the revie,,v was conducted_ The Design -Build Firm shay, 1,vithout additional compensa:'on, correct a'I errors or deficiencies in the surveys. designs, drawings, speclflcat cons, and or other services. i11 agrer Cree, S? j'5,oid Ca^ai Pas,crs' or Project Re./ 3 17 17 City or NI a~i Flor da Contract No RFP 15-16-0I]i Nc f�it,r�caticr or cons.l%U .,or a ;ti'n'es ',%,!II ^ccl r l nt;l all reia,ed design re and ^ dra,%,ing re/lew comments a,e re,cived 2, Construction: T'-, Des: -;n -B,-.,, Fir- s-lall be reg rs,b e for de/31o.,ing and maintainirg a Gons'ruct;cr Q a ' j i c rol P an. Des gr -B Flan steal! cocrd nate the r QC prog,am ��to the City s C,�n3 ��'.�n h,lanager and submit fir a�prova,_ Tr;e Ci_"j 3 —'s tc inspect Co^5`.`�_:.� `:�s- Tf,,e Deaign-Bull. Firm r '.�_�es`.e'd bf t"- C;`j - 1, v r+aa��-y prcaU'ct3 and Se-,- Jej a -e by 7,9 Fr r 3:C...'. --- 7,--.. 'o,�,h t�U Cn;; avt D,- -- u -; J, LWSon Offioar: Tr r G`r a^d J t^_ D� -E-'!� Firms a'�3, :es ^n -.Cr �ate a L'3 r ._ 3� a Y �...�� Y,''I be t,ne r=pres�-`a' /e the r resce:t organi=',or,s for tane Prop':-- . K. Computer Automation: 7-- Des ; F.. ce r- tc s!_b flit f'ra' doc, er`s and f sr� Cc _,-,a.�ea Des��r a^d Dram g ±C -\DD d 3�gn and cccr�';-.a`o g=�metry f es in L. Quality Control (QC); Tri Des '" .. s�= _ r_s-c-S t. e f3' pr -,,"c' -:g OC Cn^s`r ct.on lnsu�.th a5, _-I pr-- , u1d by the C,;j3 M. Testing: The Des ,^,r `B i Fir-, s'`'at1 t:e reSpons b!e for a!I r, a`=- 7 s `es'I i'y" Tre Ci`j cr i_s r eye _a' ,e� r, i rc, per-' Dr—;a,icn tasting services. N. Adjoining Construction Projects or Evants: pr ,_3ts cr e,737'3 tha' wi!I be or maj be Impacted by in:s or ew'en;s under tile f_Jr1sd,cton of the Clay 9. Design and Construction Criteria: A. General: T-- Design -B, -Ad Fir—^ s;na!l be responsible for: detailed plan checking as descrice,; in the Ric P 2Ad Contract. Be`cre construction activities can begin, signed and sewed des g^ p!a, s a -td ca' ula,,ons supporting t�e des'gn trust be revie,,,,ed by the City and -r rde; y^ce Sij'or,-At 3ls sha'I be complete, and shall include a'I tire supporting infor-a';cr nece;sar'y fcr re;e,u. LJ --on approval by the City, the pians Nmll be stamped 'Released for Cor '-,tion" a -d in`'a'ed and da.ed by the revie,,ver. Any construction instated by tl-e Viagner Cr2-3,c S?/7o1--,, Ca -al Res'ora' or P-n,ect Rev 3 17 17 C ty of Nl.am . F'.or.da Coy . ac: Mc RFP 15-16-030 Qes;c n-Bul!d F mi z.r1c7r to rece `1ing a 1r� Cedie,apfd Sku YG� "ReI?aSea ]r Canstruct:cr' s a'I be at t"e sole risk of tine Design-B,IfdFir,m. B. Utility Coordination; T G a s 3 L,;. Iz� a s,ng:- ded; ;a`ed person respors tie f;;r ma- ag rg a'I T:� s sha'I to cont;3ztaafly refe ed to as Ire U' I,`1 Cc. -a , 'r/ds Iden* ed in the Des: j -B-Ad Firms Prcposa: Tre Dei '�� B- F s Jt,! Iy Ccord,r:at cr Marager sha'! be responssble f,,r masa^irg a'I u`„i`j c:_c,-, ,;ar tir. incl_;d,ng but not !i',Eted to, the follc',vng- �f'S��I^.G C+,GCrj --)' cjr';' 3-ldY a-,' AlI1es anr� c-nu�cte,' In a'ccor. arce t 1� CAPZ a:,d f� -� _�i'_.f�I l., 1F7 of trtv ` ontl aet d cu e I s. �. l j v `f7g 3” e< 3`."'j ' . ; ' s a"': any ne,,v IrS`.3 i3t cCf if rC ,.h,q.j. - r C��s�� arra"It ��v� =�a: �c�n pa��kages a^'d rvcorrmen�d:r?g escn pe,m`• a^c,; to se.� on tl-e COfT?� dt,C' `.� of tie P"MI, �'a �cf to t1? Qas'gn-B4IEi Fir,. pid:IS. (`11. a3 r_ 3 d Firm's �. Scred�l �g u`;ii / r-ee--rg� kee-irg a�'d r 1�'`•, 3 and e -3_r r g e{; eq' f i':c'?, t on 2 nr?S;I;fid iS7'��S Q!]',Iv d 4 ��.� r_:i f 3`".c=� d^d Cl3 �?j t3 3` Ll'• r 1, ='� 3-d r`r -"3-or ,, properly ccoru ndt� {_ T_ ?'ie f..� Lrr .. .��Jn of t,1L P, oject '1�r ^. �,`1 a- F_= �._v'�rli �.`� a,P; Jr��` s 3- �i j a�'j cccr.�. r „�,�� I�'iC Ir". I IY;��r�unin l)i G�}.4 Scne'duile3. .shine Sate One Ca'I tick -e'3. :j pr:c, to construCt;On a .'i1`•�S'rb _ rr�d'� re-To'13', de-ener-,izi^g de3ctiva'.cri, re'ocat,on c a �; Is'.-e,�: of u`,I .,es. ` re-, u i re d . 9. P-), d -_ Prc;est ull-da'es tc tine City, as req_iested, I S. Cccry -a`,Cn 'rv. `.-.3 C `-j or 3^y IssL;GS Mat arise concerni-'� r . , l,. -s ,! erit of uti[ity ,r,ork cos`s. as required. The Qesi+gr.-BIui!d Farm s,-a;l be responsible for all uti]ity coord�,,-.-. ccOr�lnat,:n e forts s,ha'1 include, but are not limited to, permitting, d-Ytirg negotia''Ing, aard executing al} r.ecess3,y leg3' ay, — ientS and adm1 -^ C' -r ^g : i;''j Coordsnat;on meetings and ensuring gnat a''! necessary pprr its are acqu're{d l� Vy'-ig^er Crea{ Se';co,d C.s^al Re�'ora,on P,o;ect Re, 3 17 17 City of hliamn Forma Cortract No RFP 15-16-030 C. Basis of Design and Work Pian The CAP2, prov,".'s the ccr-3`--�cton tAork plan, which is generally described below, and served as the ba-�,s of the Project permits and approvals. in addition, the Design -Build Firm shall comp�V't t."e Des;gn C11'er'a Package. Both the CAP2 and Des'gn Criteria Package can be loca`ed using this link: L -2 --de, r- Cr ' 7P Procu"emantO000rtur,it'es RFP 151503g Succort D'�lUr'1�'" 5 hYr'iI 1. Sire Access meas "Mthin Y/agner Creek and Seybold Canal is limited by h!g) dens,t/ "_ �: �", s rg"e f3 "ily res;de--ice3, o /erhead utilities, and trees. Other a:: -'Este S`Fe =t acoess for trL,-ks and O'l er equipment, avoidarce of nat:aral h3bita`s, a"ovegr7n,i a be''•o,trgr`;,-nd un'it'es, and structures along Wagner Creek and Seybold Canal. 2• Sediment removal dred� ng acprcY:wes 4bere cons d'ered as pa;t of preparing the CAP2. U.`1i72�e!y it Lh3s d3'.ti ned tn•at mecha^'cal sed men' r'moval and han1 i,7'g 3corcpr13:3 f:rr b"7tr, Cree'.S and Sa;ytol•a Ca -3!. a -e seiera' d's`in';t rr l -apical sediment rer,ova!,dre{dge a� i'v3 ^i3S tnak 3'- ��' j a��l �a ;3, d--3 to t^,e various cCr'a lions �,%iith n tie 033 dredg ^'� 1j5 a, op -en b"ricket cl---7sheil, or envlrQnmenta1 bucket, as ,practical, is the bes` me`_ .,fid f., -r dread"rlg t7- rea--hes of Y/agner Creek and Seybold Cana'. Nlechanica' dreug'-y vt,!II be p rffcrme-d from the land as well as from t`�e water- side. The select,cn of t -e mechanical sediment remo,/al techniciues prcNosed by tyle Del;�-F,_,'. Firm s73'! into consideration a run-ber of li^" IJv'! Uri' S3'ety, S3 3n' tj7e, a';C33s d 313csal Criteria. permit requirements. d3brlj, Ut �.e3 strU UrcS. Crit g3 pri3m5, and Des:gam-Builder ey jipment capabllitles 3. Dredge Sediment Stabilization R?,luirements at t~e d spcsa" site s'ip+ulate that all materials must pass the Paint Filter Test. Because cf t` e of the sa,diments (i.e , wet, thixotropic). it will be necessary to add a chemically inert absorbent to the dredged sediments before transport to the approved disposal facil,ty. Potential absorbents to be used are as follows: • Super -Absorbent Polymer (SAP) • Combinations of SAP, Bentonite and Portland Cement • Sawdust • Cement Kiln Dust • Portland Cement • Coal Derived Fly Ash (if derived from Class C coal) u `l/agner Creek Seybo+d Ca^al Res'.orat,on Project Rev 3 17 t 7 City of Miam , Florida Contract No. RFP 1 5-1®-030 The effectiveness of the absorbent used vvW depend on a variety of factor. To minimae the weight of material shipped to the landfill, a SAP is the most likely material to be used. Ho�&e ger, a bench -scale evaluation of each of the potential abscrten,ts will be perforrred '.ef:-re dredg!ng beg,ns to determine the effect /er.ess on the potential for d _,st dispersion dur ng m x ng, the d,-Dsaga r3'e3 ([,e. pour " r =; :re, per ton of removed 5e imentl and the es'mated cost for =a,r,. The propose' a_ ...eats ki+rill also be analyzed v ens'_re tha` they P,ould not coc— bu`e d �`erent or a-- : cnal contamina`ien to the sec;- tints. As the Des c __c _; ', F rm proposed using Pcrtiand Cement and provided pricing for same. a -y de/�a_'lc-,s s�-a" re ,•sire approval from the City. 4, Engineering Controls and Environmental Protaction Tr= CA,P2 the fol' _',,,ng 3-11 e ',i!`cnmenital reg'_�Irements t~at shall be followed: • Dredging Limit Controls • R= -suspension and Residijai P,lanagement a) Turbidq Contro;s b) of Manatees c) Boa: access Vv'a-e- Qua i'y li,luf`i'�-rlf g • A.!r Qua'ity N13r)ltoring • Ngo se Ccr`_,`ol • Ground Prctect;cn • Spill Protection • Ntana`ee Protection 5. Waste Nlanagement A,l gen .:-rated soil, liquit�3 V1�ili be ba3ed on tli'e v,a3ta cha.-a::terizatir:.n ana'ysi's performed. The CAP2 pre3e-ts tie fo!'oJ ing 4LaS`.e manag-ement reyulrement3 that s�,lall be follo,+red: • General regtJi-ements • Vlaste Storage Time Limit • Labels 6. Transportation and Disposal The Design -Build Firma shall prepare Sediment and Free Dredge Water Transportat;cn Pla,a before work begins in each OS based upon the dre-ging approach for removal operations. The plan shall include truck routes from the dredging areas to the appr\;ad disposal facility that Mil minimize transport through residential areas, to the exp ent practicable. The plan will also address the follcwing� l'% V/agner Crew, Seybold Ca-ar R2storat!on Project Re, 3 17 17 Cit -/ of Nl ar', F orr,d3 Cortract No. RFP 15-15-1330 • Ad iance plann+ng with the appropriate City (police, fire. emerge -,Cy services, transportation) prior to the start of k,+ ork • Equipment a^d road -,+,3y cleaning criteria • Approied das;gnated truck hauling routes • Noise coli and specified operating times • Ti-,--- and size of truck fleet • Tra`c control perm't req"jirer�ents and contacts • Barricades, signage, and flagman • Public sa`ety i. vol cement • M3n'est3 bills of Ia:!ing.`,,,elght tickets • Res'cr3'-;on Sed „e-' a,1� Free D�: ._ �r�,?: T`a 1S�rf �:.c Piar Sia a�So 3'1]Uia`. j_ C r fS rz�C�S.S3ry fDr !--3j J a^a unioad'ng of tra 1Sut7i a3 e-re,genc; � 'ate per3c,---31 _ cf ;lt and prooedUreS in CaSe of a sJlt, Tr? CAP2 a ,d t-3Chnic,?, S e :a'crS Nr�S�^ t SP,aate tri Sv;r�rta`.i0n and disposal regia �nm; '3 In3F 3--a" be f� c%,, =-j. Based c r,S:3 Baa Ire Jf;^ provided In t``e CAP2. r -Cs i , lay^_ Cre='{ a^j ~e7 o d Ca -,3 Sed `s -eat 1,,7 have orig na`ed in rj^C;F. asp s`ag ��,g ",5,h ch cse-��te'd on I ^`"; 20-1 S'.-ee - �� ; t. s Is n .Con. m, u. . a s_-- r,-1 _ as dvr'r_j In a CFR Pa- 2- S,:--a-I D. T `ore. tle Vi'al--ler CrV= U By jb'cfd Canai sedlment3 have been a3 hayed Gn 4.1 CFP, Part 261 ,Subrart C, arid compa'ed to t, � C3poSa f3Ciilt'�u3 acceptai:e crlturia f:;r TEO 37,d other contaminants. 7. Restoration _ess to ti^e �r'lagner Crev:. d e'd'g:�g a.'ea3 ray r� ,uire entry in'o sorre of t"o ad;acs �t 13"- gars pr^ e li�S. I t'?]e cases once a'ceS3 ay'?e!`1?,"ts are SeCu'vu by tree D-51�;."-BJH ,� F'xm, ter" co-ra`'' p-7,pei-tj may be re u' ed t] a",:)',tr e-,- + ?^.,°ie ole a:�Cess tc se,"Iment r?mo`/a' ar a3: t-esq areas sha;l be restore.� to pre-&e'dg,ng Gond+tions by the Design -Build Firm. immed ateiy after work is complete. P:a'7ned restDra'ion a t ,it ?s may include, but are not limited to, fence r= a �3' �plaFcement, rep'acement of ground cover, and re-installa'lon of any land-based pyla ca' structures cr utii and repa'r of parking areas and curbs. The appropriate levet of planring and record-keeping will be used during construction to minimize the need for restoration activities. Planned restoration activities, within the scope of this Proieet, do not include re,cairs or rep13:ement of structires corrpromised d.�e to rem,Dvq-' of sediments from the water,tia fs To a raid disturbance of in -,+,star structures due to dredging, the proposed dredge cut lines a' -d Grades shoN,vn on the cross-sections in Volume 3 of the CAP2, Section 5 shall be fleld- verified in order tb remove the maximum extent of sediment possible without 'r'iagr'er Creek Sey�Do d Ca.-iaf Res`cr3,-on Project Re, 3 17 17 City of Va ,i Fcr,da Contract No IFP 15-16-030 corrprcr-ising structures located adiacerlt to or witnin the designated dredging area, These res -.ration activities will be evaluated on a case-by-case basis and addressed as specified in the Contract. S. De3Fgn Documentation, Computations and Quantities T^- Des' -J11 -1341d Fi-m shall subm t to the City design notes and computations to t` e desigi Concl!js�ons reac�ed during the da`/eloprnent of the Construct on -I, -is. T.-- d-s;g,., ;,,;r.e an J conlp,'t3tlon shoe's sna!l be fully titled numbered, dated, indexed 3 s ^ed by 1'1-e c+e3:gne7 -9-, checke`. CornpL.t-- output fears and ether oversized fDlde� tJ a s.�=- = x 1 i T:"a.d1:-9+� back folder .s�^��! ba in a hard-back tc ff'e City. A, 1,-e Prcje--r Corrplat, r: a f,Ta' s: of design notes and and saa'-1 by t"e DeSg B_,�'a r s'�a'� c.e s-_,br^;t` d wll t' e se: of plans and tracings. Tre ces ;n ca'lcula°•cis shall include, but not be liml!ed to, t! e fDkowing data: Des;gn sta.-J3-ds • Des'g,caIcu!3t cnS DGS", �i c`d- =isc - s C:.J r'/e s o. Sar;vy Details Tr C,-.�� s�s'1 r, ,�_ '�� s�.`,ey a✓Nrca,is ge^..`a'ly descrted below, The Fir,n pa epee -Cons`: n kr�a use of video and st,ll pec; graphy on =--:i-.h peon -``1 a ' s vert to t''— work areas, Identifying the existing a - the - -a ^ cor4 tins c' he c y c y o` ir-meof such property may be by tri-. li� a-,_ :'c—. _ e Des g�-�_.' r-!- s. -a I pro -,id--:- ea�h ore er wlih a ccc� of t:� 5ur-,,ei and ria ,e ear ^-" s g ai a);da Jt t^r results of the Each 0',`,^ r S'na'i be r',erl t,- c.o `t,n vl[ey, d o r -� • � ..G It} t� rim r. the VI e3. (`�C Cons. JCt;Gn cc.e-3—r3 v,,11 be t -e Pi`-Co^5;-,lotion Sia`,d-y is ccm,p�ete'd, Signed by tie c�,vner, and subrrirted to the City. Once the v1ork ac-nvities a, -e complete for a given OS, the Des.gn-Build Firm shall perforin a Post-Cc,^s`ruction Survey for ea ;h property in the Pre -Construction Survey, identifying any neve or additional damage to t, -,,e property, or to any improvements on such property. as ccr~,pared to the Pre -Construction Survey. Provide each property owner with a copy of the Past -Construction Survey for their property, and the Specialty Engineer's assessment indicating the presence of damage or no damage, and 3•n the event of a the Specialty Engineer assessment of whether the observed damage in relat,�an to the Pre -Construction Survey is or is not the result of the Design -Build Firm's �,vork, and have each owner ackno,Medge receipt. INacrer Creep Svy5oid Carat Reslorat on Project Re,, 3 17 l Cat/ Or kI a'^ F or'da Cont -act No P,IFP 15-1,3-030 For each property where no nek,v or acqd,t cna' damage is identified in t"? Post- ConstrJct:on Survey the Design -Build Firm's Specialty Engineer shall. 'within 30 calendar da/s. cV;tify no damage was caused by the work. In the e',ent this certificat.on is disputed by a property o',v^er the Design -Build Firm sina"I resol',e s-,c,n d,'3pute in good f3.th vithin 30 ca"en,d3r days of nor_:fication of the dispute. and d c ose an/ re'a:ed a^resolved dlspu*es or suits after Fina" A3ceptance. Should the Des.g -0 Id Firrn fa;l t7 re5oive the dispute vWhin 3!) dais, in accordance with the Engineer may, upon 43 hours' notice, proceed to repair, rebuild, or s'Jch p,oi�:erty as ma be deemed ne,e3sar and t y �- y. h? City vr111 deduct. �._ .,"erec`from a -y n'cnies d'� _ tc or Which may beccme due the De �gn-Build Firm ui t-., Contract. F,�, ea ne y or ad,d:t.ona - a --'age Is ide .if ed In t,7e Pcs'-Constr�:ct�on S u, r'o e t ? n ` j ❑ g -5'J{ Firm's S^'ulay En, Jeer 53,1, 4Y''nn 30 calendar days n-ine if t,n-2 ��g-3 coUld be reasona-fy 3'-.-t'e^IG tG the Des'gn-Build Firm's'AJork, such, fs the cas- repa r ti -e damag3 ose'', c a-,Yjust clam fcrre a'rs from 1 p f m darnag., ,'r'�n!n 30 d3,�s, and provide evidence to t; e E,,-- r -er of such se'tlement, or of the property o,^,ner s 3 ` hent 3n,d acceotance of rea rs, be`or3 Final Acceptance. d3m3g- ',�r'tn a ^rCGer'� o',^,ner, re57,e s� Gh d�saut� 7h, fjOxvd fa . ';, a :3` da,ts 0` lo, f,Ca`'on ;_.f i -e a -y related unresol,ied 0 7c'�;es 1 a .ef F ra Acceora,nce S- ' t� _ S.'I: F fa l e h, .� � D,s;g� �-r~; to res�l; t e 30.In3:ccrdaice'p,' —Con"'pct, the -eerrTa L' = y, pcn 3 hours" Ce r ;� 7- t.,,_ze.e� to re'a'r, re' 'Jlld. Or 0t ei,�r`�e res:7re S.a.^ prcryertIy as may be deemed r;e,e5sa'j 37 t v Lil j vv',II ded',act the cost t_r2ol f= a"y mon es due or ,,vtilch ma/ beccme d ,e the Des?gn-Build Firm under the Contract. re'a'ed Ger ;`i Cat'vns us d�S�nU d ab0'ie t;7 tie the da`_ c-fn3! ac.,-, �ar,c� per t��e Ccr)'rect. 10. Reimbursement Reporting The Des,,n-8ui1d Firm shall be resccns ble for the prepara','on, �,i,ith the City's Finance De a gent. of a;l reimbursement pac3ges for the loan and grant agreements, D, Shop Drawings: The Des'g ,-Build Firm sha'l be res pons ble for the preoar3t'on and approval of all Sl-.o,,)Dra-,,Jngs. Shop Dra%vings sha'l be submitted to the City and sha11 bear the stamp and signature of the Design -Build Firm's Engineer of RLcord (EOR), and Specialty Engineer, as appropria`e. The Clty will review the Shop Dra',vings to evaluate compliance with Project requirements and prov+de any findings to the Design -Build Firm, The City's procedural review of Shop Dr3',,,ing3 �,vcu!d be to assure that tt e Design -Build Firm's EOR has approved and signed the dra dings ti -le dra',vings have been independently revie'xed and are in general 14 +,,,Vagr^er CreeK Seyljo6Caul Restoral:on Prclect Re, 3 17 17 City o` kfiar, I. For r,a Car,, -act No RFP 13-16-030 confl-rma^c? 'ry't" the p r's. The City's reijew would not be constr!.:ed as a cJ,-�Iplete a 'd detailed re'lie',i, Shop Dra,,,'^gs submittals must be accompanied by sufficient informa`-;on for adjoining comipor,er:'-s ,r 3'e3a` of 5,�7r1� to a$D,x for proper vla'.3tlr.n of 5�c� SnOG Dra,ti!ngs smlt:ed for re'"in",%i E, Sequence of Construction; s''^a'l not commence un` I ,'re Pre-Ccrstruct,cn Survey is complet�'d by Ci+f, The Design-Bo,i d F rm the 5,,,,ork in a logica' ma'^^, -?r a^d tyle foilowing obiectives' • "Jo �r.�pac; to the 02v,_',ons • �,+ , r == t;n? impa.t t3 ut:'It:es d'ur-9",cnS ail of Traffic (INI'CT) + h l t o o'rera'l t me for ccrst',-lction F. Hours of Operation C.. j`-rUict on a:ii'i'- es r- ay Gf 3 %Marl t,:)5 GO�r tit- '•1 r ?.," =j. si,< (5) �3 s Der irrGe<.. yLr=(�L'!"ys 5Gr"G i-r"i.4 rimed of t,17e V- �_.-s a�����.�. t'y tr, pity. J�� e e„s a,i n in'cludl-c 'r5+'',roj 1. 3:';, r, .s='A,?'iurs a3 a^^iiCa�le, G. Stormwater Pollution Pravantion Plans (S'r`JPPP}: T,,=- an Erosla , Con -,31 Ran t; -at complies 1 ith t`'e Storm 1111131_ _ Pc /e:,- G^ Plan (SY,'PPP) a3 r:-q,ii— �DisUharge 51s'en (NPDES1. 1-1. Maintenance of Traffic (MOT), MOT -e. , J Pr iz-:t "a' '3 u - =7_, 4s flagmen, ar;d setting of trs 'c con7ol e � v���,_ . a.nd s gi��age. Lane and street closures shall be coordinated ,,v— t"e Florida of Tra-sportaticn (FDOT) f --r 4,,ork as applicable, and may a so require Cod's',,' Ci`y approval. In addit on, prior notlf'caticn of adjacent landowners snal' occur. Clcsura pans shall be developed and submitted to the City, and well in ad.rance of anticipated closure dates. 1. Traffic Control Analysis: Tne Des,�gn-Build Firm shall design a safe and effect;ve Temperary Traffic Control (TTC1 Plan to move vehicular traffic during all phases of construction. T're areas shad include. b,i�t are not limited tc, construction phasing, utility reiocatio,n, drainage struct.ires. signaPiza:ion, ditches. front slopes, back, slopes, drop offs within clear zone, and traffic monitoring sites. 'i`; a,,^er Cree,c Seybold Ca^ai Re5t0r3ron Project Re i 3 17 17 City of Nlia-ni For d3 Contract No PFP 15-16-030 The TTC Plan s,rali address how to assist with mair`e-aice of traffic throughout the d+urat cn of the Contract. The TTC Plan sf ra'I be p;-evared by a certified desig-er +rrho has completed the FDOT's tra nirg course ar,d in accordance with FDOT's Des,gn Sta^da-�s a -d the Road-,vay Plans Prerara'icn Manual. 2. Temporary Traffic Control Plans; s"a'! u`. lite Index. Series 6S0 of FDOT D'es,gn Sta,rida;ds, 'xhere -cards be in u 'e e =`e adeg 'a. a detail d TTC Plan sha,l be �e y°eyea. The D�, ;,-�3_, = Frnr shall prepare pian s`ieets notes, a d details to incl-ide S), ge;iar3' rot9s a -id constrict�on segjenCe sheets). t'/p 'd e`3 plan shee:lsi. T e ,sg-8�,id F.-�� sha!} pr=pa"e ad�ltiona; e v'-,.ee c ° � ,3 SUCK as CrOSS 5e tions Y,a!I d t� 13. a,na Jnag4 pii -.g as f eress3ry for proper c:^stn°uctun a^d impier-,entation of the TTC Plan. 3, Traffic Control Restrictions: AJ I7e -5 tC the 1-3pectors, local C!'! IPt jh .. ln--r-n,� ,-n Pn74 Pr ct M 3—ager 1. Environmental S-rrvices'Permits; T - { e Des ��-��� ' � r, , � � - c° �ie for gp -4proposing construction �, ._ . :� rs � pr ;.ar�rg ues,gns an+� t a -a CCns,s,e y,t 1 the ex;st3°ng permits. J. Landscape Plans: Tre Dei F,« J a:e inside tre rig It Oi rL3 j, eijF ng la,nda'wa }InCJ Impacted cy °.he con3,,J same when work is corrple-- bd K. Health and Safety; The De3 g^ S_ "� Fs�a'I ut;afaa a single dedicate person responstie for health and tie pe'ormance of the wog' <, to implerrent, monitor. and enforce the S,Ie Say -n'j Plan. This percn shall be contractually referred tc as the Heath and Wety (`, 3-2 e- (HSM) and l,vas identified in the Design -Build Firm's proposal. The Health and Sa`ely Manager s,nall hale no other duties. The Design-Bu!Id Firm shall notify the City in writing of any change in the identity of the Heath and Sa`ety Manager. The Health and Safely Manager sha!I be approved by the City In audition. consistent kvith the CAP2, it is the Design -Build Firm's responsibility to determine if one person on site during construction activities is adeg,�a:e for the work trey are performing or if a Safety Trained Supervisor i STS) is also required to assist the HSNI in his,'her duties '!',agger Cree,< Se/bois Ca",a� Restora[on Prosect Rev 3 17 17 City of NI a F cr i,; 10. Legal Requirements Con,roct +`J,_ RFP 15-16-037 Tne Contract is s_"j —,, to all applicable Federal, State, County, City and local la,,vs codes, crd -a-ices, rules and regulations. the loan documen+s and t,"e grant a fire=meats. that in any a`fe°ct any and a',I of the services covered herein_ Lack of k-a,Oedge by the Design -Build s`1a`1 In ro P,ay be ca',jse for rape` from respons bl!&y for ccr'iplla--,ce Mlh these re,_, ren ants. Des,, -B Id Firm shall fully comply with all appl,cable Federal. State and loca! loan a,�d grant requirements. The foregoing wl,l Le considered as par, cf t �: es cF r mance of the Design -Build Firm ur;der the Cont, -act, 11. Non -Appropriation of Funds lrl tre e,e—i+ tnal Ins *f c�� fn;�S a'_ approprlated and budge�il or funding is other,vise Gna r�• �� v In 3 '/ f's,ca' !� s Project, i,^e Clt'y 3,]? I r,? i � t l,r :�' i'�� r,g' to t?ff7 ina'`.G t'-,9 -e to the De- ra - a ry or eaper' hL ��gn-S_Iid Fir , „ .�to.,+ . ^ i ceI �., to t. �sei,tatun IS M,]Ie that any pa *.cLla"'P,ork Ora^y proje tjs) ,, l! ba ass fined to any 12. 'Eusines Tax Receipt s ;a o .c ,t t^ City's Business Ta c Re.�i r t 'BTr�,") ra ; re� erts in accordance A• c I = -gid '` t.`'c Ci`j flf 1�,� a^1i Codi. as a -,,Y ..-, .-, alt! a i� r�i1.. .. CoG!?tf Sias ess Ta S :�ca -�' f B 1 R ). Des gn-Su1'd F,F7, ,v': i a c _� -es3 !ci_a` ,�n u*:s tde t ;e C,,y, s``A I meel a" app'lI;.ac�e Tical BTR requirements 13. Minium Qualification Requirements A. Gsneral Contractor (a component of the Design -Build Team) T re CI` has c-;n`rac.e'1 ,,l`n a qualified and experienced D,_7s:,yr-B,.,ild Team, as defined in §' 7.1-=Y Fl rid S a.u`as ircluding a Genera' Cont~a'czc: as t"e lead firm. The City has eon t`e Des Firm's prcposa! to Uef:r,r'ne'q�,ailFlicas_.'. 'ons ha /e teen me: fcf the Gereral Contractor. The Gene,al Contra-ct:�r shall: a 1 Possess a m ; GI f've 7) ye3'S of experience as a prime dredg;rg coni 3,,tor a7d ho!; a ci_r--it a:tl, certif ed license as a General Contractor, under its current b'�s �ess -,e, as a'jthcrized to do business in tr~e Stale of Flor!da. bi »3,e exp r' :,-v as the prime dredging contractor in at least three (3) projects of and complexity (e.g., contaminants s:jch as diox;n. dredging with se� ,.ynl vJ-I'Ur- s equal to, or greater than 45,00C cubic yards, in an urban/populated locaton and with a contract value of $5 million, etc.). c1 Have a prs,�e- record of successfully completing projects consis'_iny or the foI!o',%Jng components: marine dredging. sediment management, transportation and disposal of contaminated sad meats and debris, rradntenance of traffic, signage underground and overhead utilities, excava ion and site work. U'lagrter Cree,t Seybold Canal Res oration Project Re, 3 17 17 City of h,1 � - ,ar CcnInct I Io RFP 15 -15 -CID B. Design -Build Firm TI~e Cty has rel;e'd on t'^e Design -Build's Firm proposal tc determine that minimurn ;oa`,cns have been met for the Design-B;jild Firm. A Design -Build Finn is a firm CorrNlying all ra-: -,,rem=nts of Section 237.005, 171cnd3 S`a`.ut3s end as de;'. ,,e 1 t� ere'r' in 3e- :r3 • s-1*2:-t t3 I,ir–,:L�d ex:;eptlons beIo,,,r, the Desl"yn-Suli'u Firm shad. �i3i3 3 f'lnlfTur" -f f-ve ye ats Of e;Cp?,"'enCe, Urld3r Its CUr�3nt bliS'riesS ram pe `':-7rg as a Firm for similar prcj=cts of sl,milar scope and complexity. The City ,v _ra , a ,car U 3' from a N5'Sn-B,i;d Firm, as defined In Section 237.035. v-"'�3 5: �_,_=s. ss vrS'vl a Des gn-B�.dj Flr,^- ha3 less t".an the 5il}�V'I ted e :- L ^�3, Its cUr ,. 4 _3�3 3 ^a 3^ 'til �r7 the r-3 Drs pnnilp..3Is and,or n' "> r3 m:n Frum e^ !1 yews ro"e,an: c'ro -:�t exp ce for a: 1-333' 1,3of s'nri'ar s ^ y 3rd C?r 3C;`J i= g Corte-, lra;its s'ach as a ox!r ' ,`, r.� sedlm?nt vrDlulies a ' } � c' 4' �� nn r� i „� ,3 u'.at.. .�a� �5.u.;Q cubic ya,�,s. n a�, �_..._. _. �_=� toca'.ion and'n;it,h a etc.) and stall ha /e t - ss'cna! liwenses and cf as r:Tai-ed of K'7 Pe-sonnel. �� ., _ f-�e_�c-� _� �yu5. Flori•tia. S 1 '.es: ty t`)at: S = a i tp eng3g3 !`: cr a car°,�,,.?J C.,t: qua'iFI-,l agent, or -71. C23 to pia: tice or t- W 1 t -o ,crall:rx �etrng, ce . -3-1 r,7 ;,r s 431.71? to practice or to ar- - .-. -- re: or ce .� : , +, �,'er s. 4 Q 1, 319 to pracfce or to c7: -n,, to I ..d�3 g _F !tii ract" r'3 "?3 a s"^y 3 v_ :'3rt Vb.+a d-3.3ign-build arrd con StruCtlorl of 3 ^ C(Jr 3t,� iCtiof7 protect. ' park3g3' mea"iv C,-,'- H:'��periJrma ,C3-orier'+ted 3'e'r g.3 or cI,";�a`!ons of the pL;C. J CCnSttUGtion project. The ,C'-r,^.u5-a Of desgn, criteria p3ck3ye is to f-lrrrish 3 iffCl3l,i r, cry a`:ora tD permf design -build firms tD pr:,l a bid or a response t7 3.1 raq!;est for proposal. or to peri It an agency tO irl a r,ngct;a.nd design -build contract. The design criteria pa"ckaga must spe ify pv-flrmance-based criteria for t^e public construction project. inc'!L. ,rig t, -Ie legal description of the site, survey information ccn,cerni.ng the site, interior space requir-ements, material quality standards• sche, lc layouts and conceptual design criteria of the pil cost or budget est,`mates, design and construction schedules. site del, elopment requirerr,ents. provisions for utii ties. stormvvatvr retention and disposal. and parking requirements applicable to the project. (k) A "design criteria professional' means a firm who holds a current certificate of reg,,stration under chapter 431 to practice architecture or landscape architectire or a firm who holds a current certificate as a ,3 Viagrrer Cree< Seyoold Cana! Rastora; or,, ProleCt Rev 3 17 17 City of N1,3 -xi Florda Cor,.tract Pa; RFP 13-16-030 CEJ' iuC? en l.neeC L/ l�?CCt a�t�C' �� topractice e "g(" ,e r: r, e pio,red by or under contract to the agency for the prjv:d ng of p-r�fJss,cra! architect services. landscape archite;t ser,ices. or µ -;r sgrllrces in connection with the preoarat'on of t, -;P design C. Key Personnel Tie Das gn-P _. : F r-, s ',vr shall be directed and performed by Key Personnel _.d in t'r - I -2J^r --a' Pr: ��csal by t, e Design-B,iild Firm a^.d shad conS,s`_ of toe f „ ^g list L,- ind wl-.4ua's • ' .�.��a, E�nginee. Qua COrtrol (QAI'QC) Nla,ager • .iii.y L. v..l -=1�C1 .1'�n Nlar-,ager • P�,�lic if'�'�r""a�: r'r iliarag�r • v ^,rr3:t� Ccr-,P,;a ,ca Specia ist • Fina -c C rr-ii.. .e S.ceciai •st a �} p I�v7 G'J id Firms Pr csa1 to datY % r� [.Ir3 Des ;n-BUiid Fdr-r r,_� �cr �_. na- r �_ e mini^num y alifl a��oos req_ire,7-e,)t, for Key Personnel The are a7 a} Project Manager s-,_ ' 'a ie a minim_�m of ten 0131 yea's of experience (e,g es thro! i t t� IIf3 oft t� proj�ctj � fDr a,F three e t wr Gf s' I'a.' scope a�'d cc-ple- conta i lraa" s s_�cn az5 d''dg "g „°'r sv irncrt +,ollimes eGau; tD. cr g.rYa:=- t,na,n 45,000 cubic J3 -acs. pr1`e. 3cl j i^ u,� u,53-I,'poou+a'ad loca`;or a- ,d ',Wltn a value of on m Ilion, TI—_ Project P,lanager is not expected to be on -Sita at ail h --les. b s Design Manager s' -~al! be a professional engineer (PE) license: in the State of Florida (1g1 years of experience (e.g , respons tie fcr rnana;girg all th? the design dra+,,,ings) for at lea;; three (3) projects of similar scope a-1c^n`aminants such as dioxin, dredg'ng v,ith sedir-nent volumes ea�_ial to, or greater t -an 435,000 cubic yards, preferably in an urban,'populated loca`ion and +;vit 1 a contract value of S5 mWicri, etc.). The Design Manager will be considered the Design -Builder Firm's Engineer of Record. c) Construction Manager shall have a minimum of ten (1g) years of experience serving as a construct.on manager (e.g., responsible for the principal and lead person on-site planning coordination, and control of the project, da.,'y rra�agerrent of construction a t:vit,es and personnel and administration of the construct,on contract) for a` least ,4 V/agrier C,eeK Seydoi� Ca^ai R,_s,ora;,cn, Protect R3,1 3 17 17 City of Ill am", Flor-da Contract No R P 15-16-030 three (3) pro;®cts of sir -;lar scope and complex;ty (e.g , Conta-nirants such as dredging with sed:men` volumes equal to, or greater than 45,000 cubic ysrds, preferably in an urban,'popula`ed location and with a contract va°ue of 55 million, et, - The Constructior M -i pager is expected to be on-site at all times. d} Structural Engineer s'^a!I be a professiona! engineer (PE) licensed in the State of FlaCrids "r, th a rein, -,r- :uf ten (10) years of experience {e g , responsible for creat ng d`a `A-gs a-ld s2e: Ong, performing calcula'.�ons. re'/+e,xL ng the work of other eng'i�ee`s -Cor stru"Ct'on act'A'IeS} for `least t"lree (3) prCfaCtS Of similar s.Cre a-ld c._' ;, g , contaminants such as d Cxin, dredging Gv'th sed:r?er,t vci' `yes eg' ' ro. g'ea-v- than -15,000 cub c yards, preferably in an urban; populated va'ue of $5 MWicn, e`: ). Tr[s requirarnent must be met wri' - a~Y contract as a rdsa!t of t-il s RFP. In tre e;e"nt this Key PersC�,�e� Me` et eu' the r�r r _ no'ed i-.,,�;.,��n`s . d aCo,ra in a:�otr�er s'a`ri s}, and nave �s ,tic=�, t:n�rswess t� o #u tf,e F;�da P from the o "erstat "'s1 :mus` .i✓'• .E.ne lik. cense r", e b? s'ab� i_te• a tie 'r --e of s!,bmission of the proposal. e) Construction Quality As,urancel Quality Control (QAlQC) Manager sna'I have a Min, . cf ten yea -s of experience (e.gresp. f -.a- �r r1a, ----d ,e, --r— � ^.g � d'y C'ua it/ su ncQ Cc _ tC CC' tn-- estacl sl" - r— st3-�dar"�S serving -as - C r e3 7 —a-43 max.^ 11 I l ' ^� fai^w� imay. 1j Iln a '4 Jo�"a!'�"�� C`5 Cuai:ry Nie cerci` fj Utility Coordination Manager sha'i have a minirnu'm of ten (10j years of experience perforr ,ruti�ity coa-- rat;cn is accardanceyv{th City. Cc;j,�`j. Deca,"men,_of Tra sCor*aF, r t ^t"=r t y and l' - - -COTi r i _.ilii st ares. pC .Cies. ar j :l res knowledge of 1-e Cary. Cc,-rFDOT, or other a#:lity plans product.'� process and utility w'ucr; recon pract;~es 3,-d kno,,'/Ied e of City. County FD07, cr other utility a;ree�Aents. s`a�da s, poliC;es• and procedures. g. Health and Safety Manager shall have a minirrr".gym Cf tun (10) years of experience -_ as a _ _ 3rd safety manager fora` least three (1 pr lects of sim{ar scope a -:cc{ -' :; ;e.g , con'arninants such as d oxfn, dredging with sediment volumes tha7 45 000 cubic yards, preferably in a:7 urban,'popula'ad Iocalw and bait;' a c-ntraCt value of 55 miliion, etc.), satisfactory completed OSHA 40 hours iritic' training in Hazardous Waste Site Field Investigation, 3 days onsite apprenticeship, and 3 hours of specialized training, possess a current certification in cardiopuimonary resuscitation (CPR) and multimedia first aid (and at#ended refresher training within tie past 12 months), kno,,vledge of emergency preparedness techniques and considerations, including onsite a--Cidents'exposure, procedures for rredi 1a' emergencies a. -7d heat stress and Cold stress prevent or. symptomology, and trea`,—enc. specific, familiarity with OSHA regulations for gereral industry (29 CFR ragner Creak 3ey7o�d Canai Res'ora, on Project Rev 3 17 17 C�ty of k1iar- i, For da Con'raet No RFP 13-16-030 1010) and t' e constructicn indus`ry (29 CFF; 1020). OSHA 17 -hour CcnstrtJct:on Sa.`ety tr31'ning preferred, experience in implementing the abeve-ci'.ati; OSHA re-,Ja`ions 35 a desgnated Health and Safety %13 -lager, expo -:e --e * :rk,ng on ore flr more ha_7a-d%s 'N3st`„' S-teS, experience �r,lth the ty^es Gra /1t:es t; a` ',vJ1 be Ccrductad at t"-_ bite and experience 4tiilth air monitiring equ!pment ope'3:fln (if regui(ed �, h� Public Information Manager sha!I hale ten (10) years of exp nerce serving as a P,It n r^'�',fl,n r d ,�y'�r for at lea3t thr e (3) municipal construct,on projects and erru!*-media communication programs. ij Contracts Compliance Specialist s.nall have ten (10) years of experience ser'Ang as a cort-acts0my�i? sue�,a' st - for at less` t, --2e (3) mun,cipa cons`-uct:on ^rojeots. Tre Cr "3w'� Vic, 3n�e S 'Gia ivt S^u' COr i� franc!3 ass is u 3 nd:^g s,�,ces of tie V,4-.7er Cr_ -2k a,d Se,tu': Dredg,^g a", �ct irc u FI`,� g`ants 3:-, Sta'9 Revfll'rrg Fun, (SRF) lean (egairerrv,nts and USAGE. FDEPDER;M pe,,mit apclications special and general co } ' p nd,��or,s, processes Ail pra,`'a,`e reports, s,,b-lit ccrrv;pc,- -- lois as re,T ired by t,.. USAGE, FDEP and DE-RiM L j a Financial Compliance Specialist s -'a'F be e Sate cf Fior CP1 of/A_-(;epiL-ed iy �c��l.."i. �"'y Pi , cVes I.:.IriIl. A��v��r_. - a'a`�'�-�'S ,�.`iS. J•_fe ^r,e ;t A��^�('::^� J-�'aa'�.J �:�. _ ''J,7JJ� I,,#�Jt S`.':e 3';d icca' gra'+e:r -e^: la,+.s 3- ei - - f at=+1: to y]'+Cr-•i ru �' S� ^;S a-_, �E ��� ra'✓a pr:fl('+'irirlC e{ epi e of g`a 7 7c,_: d , 3 y grant accounting Using fe_�_rai a. -C' -z`.3`e r'=lies and `r r guP at;On3 f-, - Gbiii gra; tees-' wGr'� rg '. r, c1biejge con `r=, -it cc, 41,9 ?�,a cicseo�}. Aoii `y to ara;yze and systema`.�a i LY! , ,�hn ! _ E �f �^ � ice k) prepare correspondence ar.d reports i k row 4 e are biiiings, collect funds f-cri the w'a^ ors. cc rd_-ct grant and ma�ntain grant records; Kno',v ho,,� to prepare ryimbursement to gover:,me,nt,a° loan program and reper;ing�conrpiiance for cr,ase�' du ,e-p(--ent funding. D. Field Personnel The Design -[32d Firms field personnel, including applicable Key Personnel, shall ha ;e cor-pi ted 40 -Hour HAZVVOPER OSHA Tralning (OSHA 20 CrR 1010.120ter(4) and possess a current certification. 14. Community Business Enterprise Requirements The City Manager has made a ',t,ritten finding that deems the requirements of the Ccrnmunity Business Enterpr°se requirarients set fort`s in Section 13-87(p), City Code. are not applicable to this Con`ract due to the uriq je nature of the highiy specialized t+vork being required Yi3grer Creak S?'jooid Cara R�storat on Project Re f 3 17 17 City of M am. Florida Contract No RFP 15-16-030 15. Local Workforce Participation Requirements The City Manager has mad- a written finding that Local Workforce Participation requirements set forth in Suction 18-89,fj, City Code, are not feasible for this RFP due to the unique nature of the highly specialized work being required. 16. Project Schedule The City relied on the Des�gn-B_j�Id Firm's Proposal t,p determine that the Design -Build Firm's Project Schedule demons rated adequacy; the Negotiated Project Schedule is attached hereto as Exhibit B2. 17. Schedule of Values The Cite retied c, the Des g^-8ui'd F cm's Pr000sal tc. determine that the Design, -Build Firm's Sc.' ed_;le or va'ues !scud d +rn cu -,e) base; ;n t"e Pro,ect Schedule, demonstrated adequac t e Negotiated Schedule c` V3:ues is a`ta had hereto as Exhibit C2. Y; 18, Performance and Payment Bond Refer to Exhibit E 19. Price The Price is based i9r,ciudes a, --,y and all costs or expenses to be incurred by the Design- Burld Ffrm ln ccmp'at,719 a'I a,�-.ect, cf the design, -build Project, including but not limited to design. plans approval, herrn _0 g c s.rc fca`lor. close-out and start-up of the Project. The Pr i c e, in a14 rice, t a'l d r art ccsts a" d, e`('oenses. Includes all other costs and expenses including but not limited tp s -ch costs a3 t�„e Design -Build Firm's general, administrative and overhead costs: project ma,nager-ert and s._cvrvisory costs; a'I fees, charges and taxes; labor, direct and indirect paymil costs- insurance and bond costs; cost of equipment, material, tools and transpor at:cr; a, a cUe at,rg mar, n (fir fit j. Refer to Exhibit C1 for Negotiated Price 20, Subcontractor/Subconsultants'Supplier Information For t^e purpose of tris Contract.-&-i3consultant” and ..Subcontractor" are used interchangea'a y. A Subcons-Item or Suhccntractor is any individual, firm. entity. or organization, other than the employees of the Des�gr,-Buifd Firm, who has or will have a contract with the Design -Build Firm to assist in t e ,performance of services required under this Contract A Subconsultant shall be paid diractly by the Design -Build Firm, and not paid directly by the City. The City retains the right to accept or reject any Subconsultant proposed in the Design -Build Firm's Proposal, or proposed prior to Contract execution. Any and all liabilities regarding the use of a Subconsultant shall be borne solely by the Design -Build Firm, and insurance for each Subconsultant must be maintained in good standing and approved by the City throughout the duration of the Contract. Neither the Design -Build Firm nor any of its Subconsuitants are considered to be employees, partners, affiliates, or agents of the City. Design -Build firm is expressly prohibited from substituting Subconsultants or Subcontractors without prior approval of the City. Listed below are the SubconsuIlan ts'SubcontracterS listed in Design -Build Firm's Proposal: V, agner Cree,, Seybo+d Canai Restor3t,ion Project Rev 3 17 17 City of M ami, Ficrida Contract No RFP 13-10-030 Figure 3 Subconsultants/Subcontractors Listing Name of Firm Consulting Field/Discipline 1 AECC%I Technical Servtces. Inc. Design, QC/QC 2 Angie Bra°,,ver & Associa`e3. Irc 3 Me':i3 Rela"cns Group. Irc, 4 Tile Sharpton Group 3 Arc Surve j,ng & �,la^ping I rc. B 'r'd =3t3 P, 13 a e re 7 Vias` IiM?na---n er , S Clef; Berry, Inc. 9 Test America 13 Gynn Gectec^n,ca! Engrae� ng 21. Refarance Docurnents Contract Compliarnce Public Irr;volvement F;nancial Compliarnce Surveying & M.-o,cing Disposa' Hazardous Disposal 'fV-gste,,vafer Disposal Laboratory Testing Structural Engineering �e=e ��•-e.-� tura Contr a'�:t for r✓r.=.rte n' r3 Iry r 3 a- 2O,3=_ ? `e U v ,lg f `� ani arm dei^y made (]a't of i ie Crn',-a it or 2-1j ct^e, tr`la, a. -e ccrnnected or related to tr,�is Project. ex:e;,t as Ot,,:SO s aclfca;'j S:aed c n No Contained In these r-=f?rencad hiJ OriLa' 4ermit �"]cum9nt3 s,�all be Cons` L-ej' as r�nr�3�n`,3 iJn of any curreen` f,ald Col �it',�n or a -.y Or facts U -c- ',i1h W t -e DrSs gr) -Ba I•J�Firm can rely upon in t, e perforn a" of t'iS F j' F G - do um n COr ti3 .. A, in ormat,on r -a In t"�S� rO��'Orl�cM C tS r iaSt b VC' " f .3 proper 1`3:;tU31 In vest,gat;or,, T a agrees t>"at by acceo',1 9 ccp1e3 c{ the r,storicai r fmi; documents, ar j a^•Y -3; c!2'—,,3 for d373ges, t°me or an j other Impacts ba3ed Ghon tine documents are exrress!y ,5,a ;e.d P,efer to Appen :,x 1: Documents Matrix for krks to a'I reference dccum'ents: htt :/Idev,miami ov.coml,CITPrPac;e;`Procurer,ient0 ortunitias,'RFP 1510330 Su000rt Documents,html 22. Attachments/Exh!bits Attachments and Exhibits lis:e'u are hereby incorporated into and ma -de a part of this Ccntract. Refer to Appendix 1. Docu7ents Matrix for links to all reference documents ht`_o dev m amigov.corr QTP Pa'^es'ProcurementO000rtinit�es'RFP 151 3'J S"Ocort Docu ments.html: b1i3g-er Creek Seybold Ca-& Restoration Project Re' 3 17 17 C+t7 or M,ami. For da Appendix 1 Documents Matrix Cor,trac' No RFP 13-16-030 Pleas_ use tine folloYi!rg Ii -,k and attached Documents %latrix to access the PDF files electronica'ly for A,tachme it s a^d Exhibits related to this Contract. htt :/idev,miami ov.com,'CITP/Pa es/Procurement0 oor-tunities!RFP 1516030 Support Documents.htmf Reference item Document 'Document' Type/LinkI xhi�it y Req � s` fir Praposa's (RFP) No. 15-16-030 Design Build Ser,,ice for FDEP Environmental Resource Permit - Extension Letter N,'A '-'ryv'iV-,,ner Cre ' and Seybold Ca~ia Res` -a_ un Project. B-50043 {PDF) F_ x- c t A for Fed aes` for Prccosa's (RFP) No 15-10-030 (PDF) = City of Mia, -m, Fiorida Contract No R,rP 1:-16-030 N'', A USACE Permit -Plan Vie'N N, A ;USACE Permit - Extension 1 USACE Per -7 r - Extens cn 2 SRF Loa^ 4,.�--e7ent a -d Disbursement Request Pa�'tage E S`a`e Ret _ . " F !-,�(SRF) Program SuD.pinrnentary Condit!on,s a ,a D+s.�,ct (r -IND) Grant Aj—eemen's and FIND and Sed�,m,antat,on Control Inspe tor's Enc! of Document LPDF r (P_D F i PDF) t PDF; L�DF) PI) F� iPDF) PDr=1 '1'l3grer CreeK Sey')cld Canal RUa'ara,.on Project P,a, 3 17 1' Citi/ cf kharrli. Florida EXHIBIT 82 klYGOTJATE0 PROJECT SCHEDULE ^Cra-t No. RFP 15-16-030 89 `r' 3grer reek Sayt:cly Cane Rastor3t,on Pr„ ect R� r 3 17 17 Design Build Services for Wagner Creek/5eybold Canal ALTERNATE BID ID Task Task Name Duration Stod Finish Predecessors Cost 2nd Quarter 3rd Quarter 4th Quarter list Quarter 2nd Quarti Mode _ Mar Apr May Jun Jul Aug Sep_ Oct Nov Dec Jan Feb Mar Apr 1 p Wagner Creek/Seybold Canal 274 days Fri 3/31/17 Mon 3/12/18 $18,400,140 2 ® p Notice To Precede City of Miami 0 days Fri 3/31/17 Fri 3/31/17 3 p Performance and Payment Bonds and Taxes Odays Mon 4/3/17 Mon 4/3/17 2F5+2 days $229,0004 4f3 4 p Onsite Preconstruction Meeting 2days Tue 5/9117 Wed 5/10/17 21 $16,800 $16,908 5 q Premobilization Submittals 65 days Fri 3/31/17 Thu 6/22/17 $754,000 tr 6 s Construction Quality Control Plan S days Fri 4/14/17 Thu 4/20/17 2FS+10 days $10,000 $10, 7 p Parking, Noise Control, Dust Control 5 days Fri 4/21/17 Thu 4/27/17 2FS+15 days 510,000 $10,300 8 o Decontamination Plan 5 days Fri 4/21/17 Thu 4/27/17 2FS+15 days $10,000 $101300 9150,000 Survey and Reports (051 to 056 50 days Fri 4/21/17 Thu 6/22/17 2FS+15 days $150,000 $150,000 -; I }� 10100% Plans + Specs Consistent with the CAP 2 20 days Fri 3/31/17 Thu 4/27/17 2 $574,000 $57,000 11 °0y City/Hill/DERM Review Package 10 days Fri 4/28/17 Thu 5/11/17 10 $0 $0 12 100% Plans and Specs Approved by City/DERM 0 days Thu 5/11/17 Thu 5/11/17 11 $0 5/11 13, Permitting Fees 27 days Fri 3/31/17 Mon 5/8/17 $10,700 14 fir,? Submit Permit Modifications to City/Hill for Review 0 days Fri 3/31117 Fri 3/31/17 2 $8,000 /31 i 15 aal City/Hill Review DERM Package 2 days Fri 3/31117 Mon 4/3/17 14 $0 H $o 16 Submit Permit Package to DERM 0 days Mon 4/3/17 Mon 4/3/17 15 $0 473 17 q DERM Review Package 15 days Tue 4/4/17 Mon 4/24/17 16 $0 G $0 18 Address Comments Rod 2 5days Tue 4/25/17 Mon 5/1/17 17 $2,700 VS2 00 19 ® SubmiPermit DERM Rnd2 0 days 7 ! 20 DERMiRev Review Pacckalge (Find 2) 5 days Tue 5/2/17on Mon 5/8/17 19 $0 ��1 1 T 10 I 21 DERMmit Modification 0 days Mon 5/8/17 Mon 5/8/1720 ( 6 22 AccessAgreements 191 da s Tue 4/16/17 Sat 1217 $168,000 f 1 23 c; Access Agreements 051 15 days Tue 4/16/17 Tue 5/9/17 645F $23,999 "iiiiiiiiiiiiiiti 23 999 24 G. Access Agreements OS2 15 days Sat6/10/17 Wed 6/28/17 77SF $24,000 ( 24,000 25 p Access Agreements 053 15 days Thu 8/10/17 Mon 8/28/17 935F $24,000 24,000 26 Access Agreements 054 15 days Tue 9/19/17 Fri 10/6/17 1055F $24,000 I j 24,000'.. 1724,0013 Agreements OSS 15 days Sat 10/7/17 Wed 10125/171175F $24,000 11 24,000 28 ' r Access Agreements OS6 15 days Fri 11/17/17 Sat 12/9/17 130SF $24,002 III 4,002 29 Access Agreements Offsite Property Rental 15 days Tue 4/18/17 Tue 5/9/17 64SF $23,999 now23 999 30 p Mobilisation 38 days Tue4/11/17 Tue 5/30/17 $900,000 31 p Equipment Fabrication Offsite and Trucking to Site 30 days Tu 4/11/17 Fri 5/19/17 21FF+30 days $700,000III 700,000 32 ti Trailer Setup/Office Space 5 days Tue5/2/17 Tue 5/9/17 4SF $501000 I 50,000 33 ®r,. Before Dredge Hydro and Topo Survey 30 days Fri 4/21117 Tue 5/30/17 3055+15 days $150,000 $150,000 34 q Third Party Utility Location 191 days Tue4/18/17 Sat 12/9/17 $54,000 35 p Third Party Utility Location 051 15 days Tue 4/18/17 Tue 5/9/17 645F $7,715 I 7,715 36 Third Party Utility Location 052 15 days Sat 6/10/17 Wed 6/28/17 77SF $7,714 "�1j �IT7,714 37 Third Party Utility Location OS3 15 days Thu 8/10/17 Mon 8/28/17 93SF $7,714 38 q Third Party Utility Location 054 15 days Tue9/19/17 Fri 10/6117 105SF $7,714 39 ® Third Party Utility Location 055 15 days Sat 10/7/17 Wed 10/25/171175F $7,714 7,il,714 17,71S 7,714 40 p Third Party Utility Location 056 15 days Fri 11/17/17 Sat 12/9/17 1305F $7,714 I 7,714 41�jc Offsite Property Staging 15 days Tue4/18/17 Tue 5/9/17 64SF $7,715 '.. 42 Progress Meeting 274 days Fri 3/31/17 Mon 3/12/18 $181,000 '.. I 43 q Progress Meeting 274 days Fri 3/31/17 Mon 3/12/18 2 $181,000 $181,ollo 44 Contract Administration 274 days Fri 3/31/17 Mon 3/12/18 $271,000. 45 p Contract Administration 274 days Fri 3/31/17 Mon 3/12/16 2 $271,000 _ $271,000 46 p Regulatory Compliance 274 days Fri 3/31/17 Mon 3/12/18 $58,400 I 47 p Regulatory Compliance 274 days Fri 3/31/17 Mon 3/12/18 2 $58,400 $58,400 Task Summary 9-aam-11111i External Milestone 4, Inactive Summary -=" "- Manual Summary Rollup Finish -only Project. Wagner Creek ALT 2.2.17 r Split Project5ummary Inactive Task 7 Manual Task Manual summary V - - - -- Deadline i Date: Thu 3/30/17 Milestone ♦ External Tasks """"-' """ Inactive Milestone Duration only Start -only C Progress '. Page 1 Design Build Services for Wagner Creek/Seybold Canal ALTERNATE BID ID Task Task Name Duration Start Finish Predecessors Cost 2nd Quarter 3rd Quarter 4th Qtrerter 1st Quarter )no Quart "Mar ,8 Mode Mar - Apr May - Jun Jul Aug Sep Oct Nov Doc Jan Feb Apr 48 Financial Compliance 274 days Fri 3/31/17 Mon 3/12/18 $44,000 49 Financial Compliance 274 days Fri 3/31/17 Mon 3/12/18 2 $44,000 - $66,000 50 q Public Information Services 274 days Fri 3/31/17 Mon 3/12/18 $231,000 51 q Public Information Services 274 days Fri 3/31/17 Mon 3/12/18 2 $231,000 $231.000 52 '�,� Reporting 274 days Fri 3/31/17 Mon 3/12/18 $359,200 S3 Reporting 274 days Fri 3/31/17 Mon 3/12/18 2 $359,200 $359,200 54 I Site Preparation 178 days Toe 5/9/17 Mon 12/11/17 $1,192,000 55 $ Site Preparation 051 2days Tue 5/9/17 Wed 5/10/17 35 $100,000 100,000 56 ® Site Preparation 052 2 days Wed 6/28/17 Thu 6/29/17 36 $92,000 - i 92,000 57 q Site Preparation 053 2 days Mon 8/28/17 Tue 8/29/17 37 $50,000 3 50,000 58 q Site Preparation OS4 2 days Fri 10/6/17 Sat 10/7/17 38 $50,000 4 $ 50,0 0 59 '� Site Preparation 055 2 days Wed 10/25/17 Thu 10/26/17 39 $50,000 j i 50,000 60 a[ Site Preparation OSS 2 days Sat 12/9/17 Mon 12/11/1740 $50,000 50,000 61 �, Site Preparation Offsite Staging Area 10 days Tue 5/9/17 Fri 5/19/17 35 $800,000 $800,000 1 62 Manatee Protection and Monitoring 223 days Wed 5/10/17 Tue 2/13/18 $532,700 63 Manatee Protection and Monitoring 223 days Wed 5/10/17 Tue 2/13/18 6655 $532,700 $532,7 64 051 Dredging 44 days Tue 5/9/17 Thu 6/29/17 $1,881,522 " i 65 Install Bladders and Curtains lday Tue 5/9/17 Tue 5/9/17 21 $20,000 y 1320,000 66 ® Dredge and Transport Sediment 36 days Wed 5/10/17 Wed 6/21/17 65 $1,097,314 $1097,314 67 p Dredge Water Treatment 36 days Wed 5/10/17 Wed 6/21/17 66SS $85,984 it-� $8 i,984 68®, Stabili2e, Loadout Sediment, and Disposal 36 days Wed 5/10/17 Wed 6/21/17 6655 $557,524 $5 i7,524 69q Maintenance of 70 ® Turbidity Control and Monitoring 36 days Wed 5/10/17 Wed 6/21/17 6655 $33,700 0 $31,00 / �jJ � 71 q Air Quality Management 36 days Wed 5/10/17 Wed 6/21/17 6655 $8,500 $ I 1 f ffff 1 72 Gas Remove Bladder and Curtains 1 day Thu 6/22/17 Thu 6/22/17 71 $10,000 T$1 0,000 I 73 Remove Equipment from Water 2 days Fri 6/23/17 Sat 6/24/17 72 $10,000 'S.0000 ' i 74 p Decon Equipment 1 day Mon 6/26/17 Mon 6/26/17 73 $10,000 10,000 75 Move Equipment to 05-3 Location 1 day Tue 6/27/17 Tue 6/27/17 74 $16,500 76 Site Restoration 2 days Wed 6/28/17 Thu 6/29/17 75 $12,500 572,500 " 77 q 052 Dredging 50 days Wed 6/28/17 Sat 8/26/17 $2,207,428 78 ® Install Bladders and Curtains 1 day Wed 6/28/17 Wed 6/28/17 75 $20,000 '$20,000 ' 79 T, Dredge and Transport 052 Triangle Across 5days Thu 6/29/17 Thu 7/6/17 78 $150,000 I i $150,000 1510,000 80 p Decon Equipment l day Fri 7/7/17 Fri 7/7/17 79 $10,000 1$20,000 (._. 81 p Move Equip From Triangle to South of 16th Street 1 day Sat 7/8/17 Sat 7/8/17 80 $20,000 82 4 Dredge and Transport 052 South of 16th Street 36 days Mon 7/10/17 Sat 8/19/17 81 $1,035,520 53, 35,520 83 Dredge Water Treatment 36 days Mon 7/10/17 Sat 8/19/17 82SS $96,904E$9 •904 1 84 q Stabilize, Loadout Sediment, and Disposal 36 days days Mon 7/10/17 Sat 8/19/17 8255 Mon 7/10/17 Sat 8/19/17 8255 $714,304 $37,900 57 $37J,900 ll I4,304 85 86 '1, Maintenance of Traffic Turbidity Control and Monitoring 36 36 days Mon 7/10/17 Sat 8/19/17 82SS $29,700 52�,700 87 p Air Quality Management 36 days Mon 7/10/17 Sat 8/19/17 82SS $9,7001 1$9,2L00 88 �y 41 Remove Bladder and Curtains 1 day Mon 8/21/17 Mon 8/21/17 84 $20,000 j$21p,000 1 89 �p Site Restoration 2 days Tue 8/22/17 Wed 8/23/17 88 $31,200 - t $71,200 90 p Remove Equipmentfrom Water 2days Tue 8/22/17 Wed 8/23/17 88 $10,000 - 1 F,5>1o,000 91 Decon Equipment lday Thu8/24/17 Thu B/24/17 90 $10,000 hS 0,000 1 92 t Move Equipment to OS -3 Location 2 days Fri 8/25/17 Sat 8/26/17 91 $12,200 }11$12,200 1 93 f_ OS 3 Dredging 33 days Mon 8/26/17 Thu 10/5/17 $1,490,490 94 Install Curtains and Manatee Gate 3 days Mon 8/28/17 Wed 8/30/17 92 $30,000 3530,000 Task Summary External Milestone i Inactive Summary - Manual SummaryRollup Finish -only 3 Project. Wagner Creek ALT 2.2.17 . lit Project Summary Sp Inactive Task Manual Task I Manual Summary Deadline 4 Date Th. 3/30/17 • __�<,,,,., -._- _.-.. Milestone • External Tasks Inactive Milestone - Duration -only ^- - - -- Start -only C Progress Page 2 Design Build Services for Wagner Creek/Seybold Canal ALTERNATE BID ID Task Task Name Duration Start Finish Predecessors Cost 2nd quarter 3rd quarter 4th quarter ht Quarter 2nd Cl.art 8 Mode Mar Apr May Jun Jul Aug Sep O Nov Dec an Feb Mar Apr 95 It Dredge and Haul -Nights 25 days Thu 8/31/17 Fri 9/29/17 94 $807,234 Ss ,23 96 Dredge Water Treatment 25 days Thu 8/31/17 Fri 9/29/17 9555 $71,400 $7.,4130 97 Stabilize, Loadout Sediment, and Disposal 25 days Thu 8/31/17 Fri 9/29/17 96SS $411,856 1,55 95 a Maintenance of Traffic 25 days Thu 8/31/17 Fri 9/29/17 9655 $73,000 57 ,000 99 q Turbidity Control and Monitoring 25 days Thu 8/31/17 Fri 9/29/17 9655 $9,900 59900 100 101 y q Air Quality Management Site Restoration 25 days 2 days Thu 8/31/17 Fri 9/29/17 965S Sat9/30/17 Mon 10/2/17 97 $S,900{�yy�55900 $34,500 f (yyy$ 4,500 - F 102 Remove Equipment from Water 2 days Sat 9/30/17 Mon 10/2/17 97 $10,000 0,000 I. 103 q Decon Equipment OS3 to 054 Move 1 day Tue 10/3/17 Tue 10/3/17 102 $20,000 1 e i$ t $ D,eOd 104 ® Move Equipment to 054 2 days Wed 10/4/17 Thu 10/5/17 103 $16,700 16,70 105 cp 054 Dredging 16 days Fri 10/6/17 Tue 10/24/17 $800,645 j 4sio'O 106 q Install Curtains 1 day Fri 10/6/17 Fri 10/6/17 104 $10,000 2 E� 10 107 � Dredge From Parking Lot and Haul- Nights 10 days Sat 10/7/17 Wed 10/18/17106 $469,526 L? l $469,526 ' 108 °� Dredge Water Treatment 10 days Sat 10/7/17 Wed 10/18/1710755 $31,840 $36,840 109 Stabilize, Loadout Sediment, and Disposal 10 days Sat 10/7/17 Wed 10/18/1710855 $200,879 $2 0,879 110 �., Maintenance of Traffic 10 days Sat 10/7/17 Wed 10/18/17108SS $22,800- $2,800 111 ® Turbidity Control and Monitoring 10 days Sat 10/7/17 Wed 10/18/1710855 $3,800 $31800 112 q Air Quality Management 10 days Sat 10/7/17 Wed 10118/17108SS $2,400 $2400 113 p Site Restoration 2 days Thu 10/19/17 Fri 10/20/17 109 $12,500. $ 2,500 114 Remove Equipment from Water 2 days Thu 10/19/17 Fri 10/20/17 109 $10,000$ 0,000 115 a Decon Equipment Sday Sat 10/21/17 Sat 10/21/17 114 $10000 i $ 0,000 116 p Move Equipment to 055 Z days Mon 10/23/17Tue 10/24/17 115 $26,900 26,900 ' 117 p OSS Dredging 42 days Wed 10/25/17 Sat 12/16/17 $2,053,729 1$20,000 1118 Install Curtains 1 day Wed 10/25/17 Wed 10/25/17116 $20,000- 119 Dredge Nights From Winn-Dixie Lot 34 days Thu 10/26/17 Fri 12/8/17 118 $1,260,005 1,260,005 120. Dredge Water Treatment 34 days Thu 10/26/17 Fri 12/8/17 11955 $80,896 80,896 121 Stabilize, Loadout Sediment, and Disposal 34 days Thu 10/26/17 Fri 12/8/17 119SS $412,S28 412,528 122 Maintenance of Traffic 34 days Thu 10/26/17 Fri 12/8/17 119SS $20,000. 20,000 123 p Turbidity Control and Monitoring 34 days Thu 10/26/17 Fri 12/8/17 11955 $12,799 12.799 124 q Air Quality Management 34 days Thu 10/26/17 Fri 12/8/17 119SS $8,001 8,001 125 q Site Restoration 2 days Sat 12/9/17 Man 12/11/17121 $12,500 �$12,500 126 Remove Equipment from Water 2 days Tue 12/12/17 Wed 12/13/17125 $20,000 ,$20,000 127 4t Decon Equipment 1 day Thu 12/14/17 Thu 12/14/17 126 $20,000 j $20,000 128, Demobilize Small Marine Equipment 2 days Fri 12/15/17 Sat 12/16/17 127 $187,000 $187,000 129 056 Dredging 71 days Sat 12/9/17 Mon 3/12/18 $4,964,527 130 Ilk Install Air Curtain 2 days Sat 12/9/17 Mon 12/11/17121 $60,000 $60,000 131 p Mobilize PC400 Dredge and Barge S days Tue 12/12/17 Sat 12/16/17 130 $200,000 $100,000 132 Dredge 056 60 days Mon 12/18/17 Wed 3/7/18 131 $1,881,370 f� $1,881,370 133 ® Dredge Water Treatment 60 days Mon 12/18/17 Wed 3/7/18 13255 $299,337. $299,337 134 Stabilize, Loadout Sediment, and Disposal 60 days Mon 12/18/17 Wed 3/7/18 132SS $2,258,920 2,258,920 135 [. Maintenance of Traffic 60 days Mon 12/18/17 Wed 3/7/18 13255 $20,600 �1 520,600 136 ® Turbidity Control and Monitoring 60 days Mon 12/18/17 Wed 3/7/18 13255 $22,600 11122,600 137 Air Quality Management 60 days Moo 12/18/17 Wed 3/7/18 13255 $14,100 I`1�i 14,100 138 Site Restoration and Demobilization 4 days Thu 3/8/18 Mon 3/12/18 134 $207,600 $207,600 Task Summary W -m -milli External Milestone Inactive5ummary - Manual Summary Rollup Finish -only 3 Project: Wagner Creek Date: Thu 3/30/17 ALT 2.2.17; Project Summary InactiveTask - _-- Manual Task Manual Summary V-6-OVDeadline i Milestone • External Tasks 6-"--,ai i- Inactive Milestone Duration -only - Start -only C Progress I Page 3 City of Miami, Florida Contract No. 15-16-030 EXHIBIT Cl NEGOTIATED PRICE 6 4`legner Creek Seybold Canal Restoration Project Rev. 3,17 17 City of Nliamn , Florida EXHIBIT C1 NEGOTIATED PRICE Contract No. RFP 15-16-030 Price shown below is the prce for rrcvidirg all Seriices specified' in the Contract documents and include all labor equipmer€. rratenals allowances. taxis. contig ger,cies. insurance, overhead and profit. Bid Description Quantity Unit of Cost per item Extended Item Measure (S) Cost S) 1 Rer`,rTarce , Payment 3cnds and 1 LS S 229.000.00 229 000.00 Taxes 2 Orslte Preconstructlon M9er ^c 1 LS S 16.800.00 S 16.800,00 3 4 Prerrobili atlon Submittal; Perr tt Fee Allow -ince 1 1 LS LS S $ 754.000.00 10.700.00 S S 754.000.00 10.700.00 5 Access .Agreerrents 1 LS $ 168.000.00 $ 1 68 000 00 6 7 N,Ic�i'i�:3.i,:r T�iir; P3, -'y Lltiliti Locator 1 1 LS LS S S 90C.000.00 54.000.00 S S 900.000.00 54 CC0 00 8 9 10 PrDGr2„ },feet rgs Oo,` a .rr 3.rat n r Vq larcr C r c,lierce 1 1 1 LS La LS S j 3 181.L+moo 271.000.00 53.4 0 CO S S S 181.600.00 271 CCC_00 5a A00 00 1 ! Firarc;al Ccr-cuarce 1 LS S 44,000.00 S 44.CCC C0 12 P..ii,r'r`_r7,i Lr S�rnce= 1 LS S 231,CC0.0G S 231.CCO OC 1.3 rceper'lr,g 1 L5 5 359.200.00 5 359.200.00 14 Site Preoarat.cn, C;,;,iprnent S.argrg 1 L5 S 1.192.000.00 S 1.192,000.00 25 arO c;intamira ,cn Pad 3, 1 LS S 30 5F,0 0o $ -S46.500 00 15 Est ma*ed Contract Construction Costs (OS -1) LS a 5;2 7.0 CG S 5.32.700 CO 29 Sediment R3moval from OS -1 -- 4 ,570 CY 3 243 CO S 1 1 1 17.3 4 CO - T,-3 - 3- - _ . , 3^ G sCCsal a C 902 T C*+3 v 7?C CC S 171 380 CO 31 T -O> Y 1 LS $ 37,900 00 5 37.900.00 l 3 Tia^ � _ ,r 3r,d DscC_3+ 3 70 5.144 T&',i3 j ud.0C 5 304 81-34 C0 _ T -'O>- 1 LS S 9.700.00 $ 9,700-00 1 DF= 3;, 214,961 GALLON S 0 40 S 85,9844,1 2'0 Drjiry __, ���_ 1 016 0",0 POUNDS S C,08 S 81.280.00 1 LS S 19.500.00 S 19.500.00 _2.3 _ A,r 1.634 LS S 8.5i;-0.00 S -$850C.00 24 Site R s` ra r 1 _5 S 12.500.00 S 12.560,6C 25 Demci:J -a€ cr 1 LS S 30 5F,0 0o $ -S46.500 00 Tot31 Est ma*ed Contract Construction Costs (OS -1) 56.833.322.00 29 Ore s'�e W 3 0 r Trea,r^en€ 242260 GALLON S 0 47 S 96.90 4.00 2: Sed'inent Removal form OS -2 5 14;3 C S 24,J 10 5 1.235.520 C0 Go Uemobilration 1 LS S 52.200 00 S 52 200 00 Total Estimated Contract Construction Costs (OS -2) S 2,207,428.00 1 I ransper'ation and Disp:csal a 0 1.634 TONS S 190,00 S 319.960.00 TEQ> 1 un, co 23 Transportation and Disposal a O 5,419 TONS 5 56.00 $ 303,464.00 TEO> 1 ugAg 29 Ore s'�e W 3 0 r Trea,r^en€ 242260 GALLON S 0 47 S 96.90 4.00 30 Dn irr Ra3,tertc 1.136.000 POUNDS S 0.08 S 90,880.00 31 Maintenance of Traffic 1 LS $ 37,900 00 5 37.900.00 32 Turbidity Control and Monitcring 1 LS S 29.700.00 S 29.700.00 33 Air Quality Management 1 LS S 9.700.00 $ 9,700-00 34 Site Restoration 1 LS $ 31.200 00 S 31.200.00 Go Uemobilration 1 LS S 52.200 00 S 52 200 00 Total Estimated Contract Construction Costs (OS -2) S 2,207,428.00 1 City of Miami, Florida Contract No. RFP 15-16-030 Bid Item 36 Description Sediment Removal form OS -3 Quantity 4.338 Unit of Measure CY S Cost per item (S) 193 0G S Extended Cost (S) 837,231 00 37 Tran;cor�ahcn and Disposal a 0 TE!D> 1 ug; k3 0 TONS S 3. aylJ.isirl S - 36 Transporaticn and Discosal a C TEO> 1 L q k} 5.086 TONS S 56.00 .3 335.216.00 39 Dry�ge WaterTreat;rert 173.5()C GALLON S n 43 S 71.4,(j 130 4 Drylrc; Reagent- 953.000 POUNDS S 008 c3 S 75 1a7 0r'' 41 Mainterance of Tr3F is 1 LS S 73 DC0.00 S 73 00C.G0 42 Turtid t° Cartrol and klcn;tocr, 1 LS S 9 900.00 S 9.DCC.C13, 43 A.r Q�al t_� Tara ?r^?r.t 1 LS S 5.900.00 S 5 9001,DD 44 Sri Rist=rati3n 1 LS S 34.500.00 S 34 530•CD 43 Democili_atvon 1 LS 3 45 700 CO S 46.700.00 Total Estimated Contract Construction Costs (OS -3) i j 5 99a S 1,490.490.00 3. aylJ.isirl 53 ,• LS S 2.4,:0 CC 5 43 Sad mens Removal form OS -4 2.09-1 CY 3 229 CO S 479 525.00_ 12 S c -3 -r I a S S - 1,i u3 Total Estima _ConS`7uction Costs (OS -4) S rl3 S S 8,0.645,00 1� �3':.'r arty -J 2.391 T'OP,i5 S 56 00 S IX. 171.4.. - Sediment Removal form 03-5 1.33 Kc, GAS LON S 0.13 S 31-840.CC 8.000CC 64 4^2 JDCG POUNDS 5 0.08 S 39 03,C0 3' —_ --- LS S 27 K0 D0 S 2-2. 3t Q j,, 52 — .. _ - ��, �,I' 'r i 1 i j 5 99a 3 3 S 3. aylJ.isirl 53 ,• LS S 2.4,:0 CC 5 2 4'D Cr, 0.40 S LS S I ? '-r Dr S 12 S c -3 -r I L S 41 ?1-0,00 5 1,i u3 Total Estima _ConS`7uction Costs (OS -4) S rl3 S S 8,0.645,00 r- h_r', I and LS S 12.8,X CC - Sediment Removal form 03-5 1.33 CY S �?5 ^, 5 1,-7'I rr500 2 a:^� L71J� 7E�i a _ T=D> i u ,{3 J' T3NS 5 - 0 - v3 Tra spor 3t:Or a,, -C S I}M. a = 5 99a TONS S 56.CC S 335.8V8 ,C ^9 Gra3.='r`la'.erT�=�[ ert 2�2.240 GALLON S 0.40 S all 102-16.1";0 n8 -O(, POUNDS S n '-�8 S 7,13 '1C0 6' Lla r: ^ar] T Tra' 1 LS S rl3 S 23.Cr0 0f: e� r- h_r', I and LS S 12.8,X CC e3 A,r cis3t-, M3 LS 8 .:�_1= -'J S 8.000CC 64 LS S 12.3C.0 Cr7 b3 EerrG lll_al,cn 1 LS S 227 S 22TCGC•CG To+.31 Estimated Contract Corstruction Costs (OS -5) S 2,053,729.00 2 City of Nliami, Florida Bid Item Description bh Sediment Removal form OS -6 67 Transportaticr and Disposal a G T?=O> 1 u -.' r8 -Tc-:Q> Tr3rsperta-,or and D�spcsal a 0 1 ug k� 69 DreiSe ''r', 3tor Tr=_a ,Inert 77 Dr,r,r F?�3,-�r- 71 P,1a,rtvnar ofTra"ic Quantity Unit of Measure 23.793 CY 3 0 TONS 3 32.835 TONS 3 718.3x2 GALLON i 5.252 GGG POUNDS 3 1 LS 5 Contract No. RFP 15-10-030 Cost per item ($) LS Extended Cost (S) 90 r0 S 2.111.37` � - 5 - 14 1)(') GO 5 14 1,'f,r_�, 0 40 5 299 336 8G G 08 5 420 i -p ^,I- 2'1.ae0.00 S 20 5rC- r(� 72 Turf hair, a -C LS 3 22 6CG GO S 73 .4:r �;..s.�i;, �•�_��,_ �S 2nt 1 --Ls 3 14 1)(') GO 5 14 1,'f,r_�, 74 S LS LS 5 S 7.r,:0 00 2� 1 9CO 00 5 5 7.r",CO ra 29�? rXC r,- Total Estimated Contract Construction Costs (OS -6) 5 4964,526.00 Total Estimatad Contract Construction Costs (05-1. 2. 3. 4. 5 and 6) $18.400.141.20 OPTIONAL ITEM BATE SCHEDULE H.3u 3 ,r_ r i'r-: 'c - il^ 713.3-12 :.rs HRI S 2 v 5 OC D3ii•r S:a c r T'r? -.25? ^i n - EAY S 23 ^6' 'V, `UTAS: cf 1,33 tCr--s yarj jar"l bs,,,i 221 lbs'c+! V, 05 Location I Owner 651 I Public Easement OS 1 I Assumed City Property Assumed City Property - Tax OS 2 Map does not Say Who Owner Is Property in Severson Bid I � i .rSc .fir '21 Q Proposed Alteroative NA. NA NA Savings to City For Assistance with 5 )5,000.uu) I City assit with access to area shows S (t,f)oU 0ul City assit with access iU 1� od ah owi City assit with access to area shop yellow. Location Owner Property In Sevenson Bid Proposed Alternative tr 1 Proposed Property Owner Is Michael shave r� #�� �uk w?� 652 Alternate Property Owner Is MIAMI GAUL COUNTY PUBLIC HEAL7H IFiUST 01 Property Owner is MIAMI-„ 1 , Cis 3 UAOE COUNTY PUBLIC. d ' .F-;. HEALTH TRUST and � NA UNIYE RSITY Of MIAMI � F r� - VPr ry4 :I MIAMI UAUE COUNTY 054 GENERAL 5ERVICES ADMINISTRATION now.'.csr._ 7 WIN-0)UR Is Managed by KIMCO and South Fast t,•- 055 Grocers 'Y Alternate Property is Miami �!r'�' Rade County Water and - 1 1:5 Sewer • 1 1jv�setcvlrrd,� i J. NA Savings to City For Assistance with T '— Property Negatlatians Notes City assist with access to the property located behind the hospital rather than using Michael Shaya property. Mr. Shaya { KWIC GD} has been non responsive. Sevenson would have to work upstream and dredge atte55 water depth and finish the projeol from upstream to downstream. 5 (*u0U.00)1 Access to the small area circied In red. (1,0oo.001 Use of parking lot circled JII red , at night. Sevenson nteel with Juan Pelay {Chief{ on January 3G'201.7 and he was aware of the 13u,WW0 Uu( project and was wining to work something Out. City would assit Sevenson with Access to the area circled In red. OS tocationSavings t]wner Property In Sevenson Bid Proposed Alternative to City For Assistance with Property Negotiations Notes r y- 056 City of Miami I Would need city help to get access for our " - {2,000.00} Air Coillpressor to 4e Used at the entrance + to 056. OFfiM Assistance ? {15.U00.00� City asset Sevenson obtaining the permit modifica[lon. Total Give back-> S (t0z,00[ 00i VN VN VN ww_o _mom * _Paw kkq - AljadOJdam a_sv ,w w_w 9,e,m, I .m _eE3_, __ .s <;A yV . .�}!. ��A \ ww_o _mom * _Paw kkq - AljadOJdam a_sv ,w w_w 9,e,m, I .m _eE3_, __ .s -pal ul p -l -p eo3e a41 0l ssa33V 411- uosuana5 11Sse pina- All:) Suf41awos lllo- 01 MullllM sem pue loafwd (00'000`otr) a41 Jo aJeme sem 04 pue dLOZ 'of A.elluef uo (pl4]f Aelad uenf 41Im Paw uosuana5 14MIu le - pap ul papa13101 Sullied to asn f luu'o0o-e) -pa3 ul papip pale news a41 01 ssa17V I oo'owo Lwea3lsumop o1 weallsdn wo3� laafo3d a4] 4slull pue 41dop Sal am ssa»e aMpaip pue weagsdn 410m 01 ane4 pinom uosuana5 •anlsuodsaa uou uaagse4 (u0'Ooo'oE) eAe45 -3py Apado3d eAe4514e431yY Mulsn ue41 3041e1 lelldso4 a41 pulLIa4 PO4e3ol Aliadu.d o41 of ssd33e 4Il- lslsse Alli I suol1e1108aN AUado3d T- 411- 411- a3ue+slssV rot A;201 sSul— VN Lamag pue Sal em Aluno7 ape(j IweI1N sl AUadoed aleulallV .S3ajojg Ise 14Plus Pue O)WIM A4 PJSeuesy s1 31Xa-NIN% sS0 NOI1VS15INIWUV 53711111351VS3N39 Vso A1Nno"l 3gVO IWVIW t�.rJ�'� 1IC r r�, G ii +A ,�. # IWVIW 30 ALISN3A=Nfl '4� lsnal HL1V3f1 ]I vend A1NfIO) 3UVLI E50 F',.�.. -IWVIW sl laumo ANadoAd I �I Slti If •�+. I'MUL HL1V31-1 0I113nd WE]A1NI101adoid alaW I sl Jaum0 AUadwd alewallV Z50 eAe4S Ide43lW ' le[tll s1 idumo Aliadoid pasodold 1 f PIS uosuana5 ul Ay�.1Jo.d 3aum0 �'-- uoHeaa3 50 Total Give back-> $ 1102.000.0pj Crty of Miar;li Florida Contract No 15-10-030 EXHIBIT C2 NEGOTIATED SCHEDULE OF VALUES XE V/3grerCr -K SejCclrr ..a -al Restarannn Ra,, 3. 17 17 3evenson Enviranmental3ervices, Inc. ARematrve Rid - Schedule of Values REV 330.1] /vu C'- City of Miami, Florida EXHIBIT C3 DESIGN -BUILD FIRMS' PROPOSAL Click on link below for document matrix: Contract No. 15-16-030 1�tto, "ae i.m ami a r.com"CITP'Pa. ;'Procur,rr�ntOcco tunities'?=l� 1516030 Suppe rt Documents.html M Wagner Creek jeybckc Canal Restarmon Pralert Rev 3,17 17 City of Miami, Florda Cortract No 15-13-030 EXHlIBlT D INSURANCE REQUIREMENTS 93 Vi3grer Creek So;ito c'. saral Restoration PrD1ect Rav 117 17 --1 16 CERTIFICATE OF LIABILITY INSURANCE MM,�D VrY't` 11i �--� 3 // 2 21/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DCES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERS). AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER, IMPCRTAINT. If the certificate holder is an ADDITIONAL INSURED. the pc icy(ies) must be endorsed. If SUBROGATION IS WAIVED subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). NAME Corey Santonocito - First Niagara Ris:c Management, Inc PHONE (716)319-5300 FAA 726 Excnanga St4ee, Suite 9•�7 `=-MAESS corey.santonocito3fnrm.com - - - Buffalo N! 14217 Ns�RED _ Sevenson Enviror.=nentai Services, Inv. 2749 Loc;caort Riad Niaga-ra Falls NY 1.43'5 i A :cam r:i Ir'.%T:= .kiI[1==P 1x-1 7 PRCCUC�cR 00051755 _,TOMER D a INSIjRER)5) AFFORDING COVERAGE NAIL # NSURER � Travelers Pr - op Casty Co America 1904_6_ - NSURERsNatrZ Union Fire Ins Cc of Pitt 19445 iNSUR-ER-- Great A-aerican Insurance Ca of 22136 -- INSURERD Zurich American Insura:ice Co. 16535 — ouc�.o_o � -- i I- ._ _-?-- (--,A _ L I- _S . haS _ �.. - L-7'_..' �_ D'N .4A i' - -_ J }.ILL -1c'{,..`r'-y-:)? 7,E PCS ICY PERIOD ihl Gl �r�-�� �, -'•Prl-L,5'- ""�,h,� �`" -=AL1°=1.!='I- Tz�1.I DR __ ,I _- a`" - = _. _- ---� -M1 I_`- r`; - �-._37;` - T 'i1iIC -i THIS LIQ E .,.ter ..e 1,Ile ` - =C�-�,,''I`T�-� �, �]_P,�,4 .= 3- T -E TERMS 1-i DF 3-i,- =.F Nj',R.14�E _ _— N=: N';� �f_'•NI.MEE? 'Mh7 ,- PA ^A .,C '!'fv,, UNTs �oE\11�c �E2 __., A.'_ -SI. __ .� __- - �.:: 9':0':4] �R,"..42]'?l6' +•Ic- _�' -I- - - -r3 J3r.�r' _ 4 ), :73Z TS!l :j r't-.11Z=1.31 Z7�=�r_C'1�= r{L'eil 7 1 '27,11/2311- /- �-"J� - — F]rm, P51 .3P-23)--- --�' No�Mmo 04 05-77 -:_ 5,000,600 AJTlVZR LE _A31L T. NC'N-:4V,NE-: i B MARE_ �_.�3 L=e_ BE 0127'13423 7 !.•231-3 7 1/2017 cx�tiJ, 25,0017,000 X Ei _5� Aa ---`l ".,,t. -E (EXCOss pi:) 25,00C,000 11- A WORKE?3 :CM?=v3A-ON DH'J3207146. CXn920�157 7%1/2715 7.'1/2u17 P+C �-�-__ .:--1- 7- AND EVI'L:v'ErZa=_,.13ILI'1',{,N ,_hll a _ � U.S. Longshor= en 6 N A E-ESCN4C=9CE.ti- > - S,D001coo IM JI,LIS[❑N [1 VI-, _ ______ H3..'4r C.^•Ja-: a,ya -L GIS=ASE-`A--VlPI_1'«- i C Leaned/Rented ETz-.paent MAC 4237244 7111/2015 7/1/2017 $1,000,000 D Pollution/Environmental PE' 4'_37399-17 7'1/2715 7;1/2017 Cy,-.=r,�.�._r=c3,a $10,000,000 DESCRiP"CN OF CP'' -RA -'CNS LCCA -CNS VEHICLES ;Attach ACORD 10`. Additional R=marks Schedule. If more spaces required) City of Miami, its ela::tad :)ffi -a:.s. Ins trsmantali tie -3, aid employees are l.stad as additional insureds when .ami -,r= -d by writtan agraement. �, �..•.""" ,.,n1 nv�uc..n UANI.CLLAF IUN City of Miami 444 SW 2nd Ave M -ami, FL 33133 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 40THORIZED REPRESEN'A`:VE Bruce Rogers/'CSANTO AL.Ui L7 tLUU`.t"J'J) 9 1988-2009 ACORD CORPORATION. All rights reserved. INS025 - The ACORD name and logo are registered marks of ACORD Cit/ of Miami, Florida Contract No. RFP 15-15-030 Wagner Creek Seybold Restoration Project Insurance Requirements W:thout limiting any of the cher obligations or iiabilities of Design -Build Firm, Design -Build Firm shall pro,ride, pay for and ma�nta;n in force unci! all of its'NoFk to be performed under this Contract has been completed and acceded by City (or for such duration as is otherwise specified hereina`terl, the insurance coverages set forth herein. 7,1. Commercial General Liability A. Lim is of LFa AiiJ Bcr'ily Inj,ary and Property Damage Liability Each Occurrence 51.000,000 Ge-r^e,a' Lim? `. $2,000,000 Prr.+d:,cts'Cc+m;clNted Oper3`ions S2.000.000, Per3orr31 Advert°sing Injury 51,000,000 B_ Endorseme,^ts R.equired effected cff!Cla13, I13`rUf72nt3lile3 a"d employees listed a3 an Insured Cont rge.,t and Contractual Exposures Expios o;, CoI'3-se and Underground Hazard Pr!:, -3-j a-c Nc+n Contributory Endorsement Pro!_.:t3 a ' Ccrnple`ad Operations covered for a minimum of three yea, -s fc !o%,vl ng prefe:;t ccrrrplet on. Ad.it,o� nal insureds included on this requirement. 7.2, Business Automobile Liability A. Limi's of Liability Bodily InjJ,ry and Property Damage Liability Combined Single Limit Ary Aato,OtivredlScheduled Includ ng H red. Bormo,�ed or Non -Owned Autos Any One Accident $1,000,000 B. Endorsements Required City of kliarni, its elected officials, instrumentalities and employees listed as an additional insured 7.3. Worker's Compensation Limits of Liability Statutory -State of Florida Waiver of subrogation City of Nliaxi, Florida Contract No_ RFP 15-16-030 USL&H. IF APPLICABLE Employer's Liability A. Limits of Liability S1.000,000 for bcd ly injury cajsed by an ac--ident, each accident. 31,000,000 for bodily injury caused by disease. ea.h employee 31 007 CCG for bodily injury caused by disease, policy limit 7.4. Umbrella,'Excess Liability A. Limits of Liability Bodily Injary aid Property Damage Liabi!iy Each Oc. ; :r-e-gce 315.000,000 Aggregate 31 x,000 000 City c %I�3,-n1 its e,e_,e.-a cfficia:s. ins}rf men,,a i;iAs and employees lis'ed as 2:1 additional insLL -ed Ex;e.ss For--,- a'' cable liability pol'.^ies contained herei^ 7,5. Environmental Impairrnent,'CPL Liability 33,00(1000 each cla rn and a greg a`� CiCy of SNI ?1y.. ItS C �te. officia!a. In3`�'LIT<<��� _.?s a d employees listed a3 Fi,,e Year P, pc,h;n,g 7.6. Payment and Performance Bond 1001"0 of Contract value City of Mami, its e`eot�r� cf dais, irs`rumen`a "es. an. eT7, ployees as an Obligee 7.7. Professional Liability S3,O0i3,OOM3 000,0G0 per clam and in the aggreg3:e. Re'ro Date Inc!-jde� ter start of Project date. This limit sha!I be equally app�icab�e and provided by arty a,;d ail consui lant3. su'Lconsultants or ccntr3 ct-�r3 e,-iga-7afj in the Project. 7.8. Protection and Indemnity Liability Limits of Liability 52,000,000 52,000,000 Jones Act Included City of kliami, its elected officials, instrumentalities. and employees listed as an additional insured 7.9. Crime Coverage Employee Dishonesty and Forgery Alteration City of Iiia ni, Florida Contract M". RFP 15-16-030 Limits of Liability $1,000.000 City of Miami, its elected officials, instr umentalit es. and employees listed as loss payee. The Design -Build Firm is responsible for ail applicable d4ductibles in terms of a'i lines of co ierage, or policies herein contained. more specifically noted in Sectiori (7) Insurance. 7.10, Other Coverage Such cth=:-r insurance cc,ierage required by FDEP pursuant to Section 9.03 of tine State Revolving Fund. Tha above policies shall provide the City of Miami with written notice of cancellation from the inurar not less than (30) days prior to any such cancellation. Cr apprc,'ad to do business in U, e State of Florida, Mth the follo',v'ng q�_.a:I;ca,cr�s ;-a'l iss--e a'I insurance policies required abode: Tr;e CDrr a f must be ra`Ud ^v 1e33 t un "A-" as to manageme^t, and no less than 'Class V as to F;`�a—i :0 S'.e�g b� t-- la'.il ea _ cn of Best°3 I�;sur-, ce &,i,de, published b� A.�.l, BeS: All p'ol!ri�3 ". r�)r cet: f Gates o' In3U fanr e ?-- 3--,' ori: Ja. t 1,! , a^oma t • � n - 3 ,r . _ vi �� S , „�' ��'� •� �,ri�..r t7 ! S' rwlce arDroba . City of Miami, Florida Contra=t No. RFP 15-16-037 Wagner Creek Seybold Restoration Project Insurance Requirements V/I't'~-,at I!-7 ani of the other obligations cr liabilities of Design -Build Firm, Design -Build Firm Z: 3a 1 pro�iiu'-3. � aY Fir and mainta,n in force until all of its Viork to be performed under this Corr; -act has been conA e;eu and accepted by City (or for such duration as is otherwise specified nerainaftvrr, the insurance coverages set forth herein, 7.1. Commercial General Liability A. Limits of Liability In;urya7d PrDperty Damage Liability Ea:h S1,C00,000 Oereral Aggrygate Limit 32,C00.000 Pr�--ts.Compie�eid Opera.ions $2,000,000 Pte. �, _ r? an Ad rertising Inj.ary S1,C01D,CCC B. Eruorsements Required cf Nl -r: i`j e tti of"; -9: 1( jtrl �a�`� .. �: '� " I� �? Ilj`�� as Rge and Cort-a.tua' Exvc5 ,res Cn, C.: a._,se and Underground Haz3`1. Pr173-y R'lor Ccnt,tutory indcrseme,-,t Covered fdr a r",I,"tnl`Jril of trlr£'e )harm f'oilo,�r?gig pro,e'�t completion. Additional insureds included on t1is req � irement. 7.2. Business Automobile Liability A, Limits of Liability B'odi;y I-;1�ry ar,d Property Damage Liability Combined Single Limit Any Ajto/O,, rred, Scheduled Including Hired, Borrowed or Non -Owned Autos Any One Accident '$1,000,000 B. Endorsements Required City of Miami, its elect --d officials, instrumentalities and employees listed as an additional insured 7.3, Worker's Compensation Limits of Liability Statutory -State of Florida Waiver of subrogation City of Miami, Florida Conrract No. RrP 15-15-037 USL&H, IF APPLICABLE Employer's Liability A. Limits of Liability S1.000,OGO For bodily injury caused by an accident. each accident, 51,001] 000 for bodily injury caused by disease, each employee S1,C00,000 for bodily injury caused by disease, policy limit 7.4, Umbrella/Excess Liability A. Limits of Liability Bod,ly Injury and Property Damage Liab+lity Each Occurrence 515,000.000 A,J`egatY 315,000,000 City of M,ami, its elected c i la's, instrumen`aiities and en-ployees listed as an additlonal Insured EX --SSS Form ova' a': applic2b:e habl'ity pcllcies contained heroin 7.5. Environmert3l impairment,CPL Liability S3 000,000 each olein~, and aggre i -v C�'f Of ti,�.a�l. its `ected of lcta's, ins`,-umenta°hies and employees listed a� 9-1 add Frio Year Reporting Period 7.6. Payment and Performance Bond 900 of Contract value C ty of )S,I i'3 elect? -11 of' -.dais, Ins•'.r.-("ental lies, and employees listed as an 7.7. Professional Liability S3,000,000,33,C0u,000 per claim and in the aggrega'e. Re`, o Da'.e Inc,,"jded per sta-t of Project date. This limit s�a'l be equally applicable and pro,�ided by any and all ccns.:ltants, subccnsuitants, or contra tors engaged in the Project. 7.8. Protection and indemnity Liability Limits of Liability S2,000,000,S2,000,000 Jones Act Included City of (Miami, its elected officials, instrumentalities, and employees listed as an additional insured 7.9. Crime Coverage Employee Dishonesty and Forgery Alteration City of NI ami, Flo, oda Contract NO. RFP 15-16-030 Limits of Liability 51,000,000 Ci'y of Miami, its elected officials, instrumentali`ies. and employees lis'ed as loss payee The Design -Build Firm, is responsible for all applicatle deductibles in terms of all lines of r.o,/erage or policies here n contained. more specifica!ly noted in Section (7) I^surance. 7.10. Other Coverage Suchr ct` r ;rs -r3-ce cc isra0e repuared by FDEP pursuant to Section 9.03 of the Star Re ,-c,!v;n0 Fund The above policies stall provide the City of Miami with written notice of cancellation frcm the insurer not less than (30) days prior to any such cancellation. do tuS r'as3 i,- t— S13ty of Flcr'dg, "r ii the fo:lo,,l irg yJ lif;da'fcn3. 5 ��I f» a,�r "3Jr n o pokcies required abo`le' The [ ''us' h3 r3-eJ ro !--33 'A -"a3 to ma ager+ ert. a~d no less than —Class X as Cy t --e ed !'3r 01 BeaJ I�s,,.ran ye pi-;IIse"a.d by AAl Best J-ersej cr is M policies andlar rt `e - of ra. -e oricr t, Insura,�ce acrro.,31. City of Nliamf, Florida Con'ra::t No R7P 15-10-Q30 EXHIBIT E PERFORMANCE BOND AND PAYMENT BOND 9-1 4'r ayrer Cr3ak S-ytcld Cara! Reatorat.or Pr.-lec:t Ra-, 3,17 17 Performance and Payment Bond The Design -Build Firm shad within fifteen (15) Days of being notified of award. furnish a Performance/Payment Bond containing all the provisions of the attached Performance Payment forms. Each Bond sha!I be in the amount of one hundred percent (100''.0) of the Design -Build Contract value guaranteeing to City the completion and performance of the Work covered in the Contract Documents as Zvi ell as full payment of all suppkers, laborers, or Sub Design - Build Firm, arxd Subconsultant employed pursuant to this Project(s). Each Bond shall be with a Surety which is qualified pursuant to Article 9, Qualification of Surety. Each Bond shall continue in effect for one (1) year after Final Completion and acceptance of the "l Oth liadility eq,4 to one hundred percent (100°0) of the Contract value. or an a:�it;o^a' bcna s'a;f be conditioned that Design; -Build Firm will, upon notification by City, correct a,ny defective or faulty work or matera's wh ch appear within ore (1) year after Final Completion of the Pmject;s). The City must be listed as an Obligee. Pursue -'L to the re qu re-ents of Section 255.051l Florida Statutes as may be _rerded frorr- ti -e to t;i7e, Design -Build Firm s;^,all ensure that the bondts) referenced abo,,e s;na'! be reccr�v,d in the public records and pro,,ide City with evidence of such re,rd rg T,'re Payer` Pe;fcrmarce Bond shall be in substantially the form provided by Se -non 255 05 F 'oriva Statutes and be subject to the approval of the Risk Nlaiiagement Director and the City Attorney as to legal form. Qualification of Surety Bid Bonds, Performance/ Payment Bonds over Fide Hundred Thousand Dollars ($500,000.00y. Ea_h bcrd must be executed by a surety company of recognized standirg, currently aut"crized t7 do business in the State of Florida as surety, having a resident agent in the S`a`e of Florda and hav; ng been in business wr th a record of successful continuous operation for at least five (5) years. The Surety shall hold a current certificate of authority as acceptable surety on federal bonds in accorda-ce with United States Department of Treasury Circular 570, Current R.—ilsions If the a,mci_-t of the Bond exceeds the underwriting limitation set forth in the circular, in order to qua;lfy, the net retention of the Surety shall not exceed the underwriting limitation in the circular, and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September 1, 1978 (31 DFR Section 223.10, Section 223.111). Further, the Surety shall provide City with evidence satisfactory to City, that such excess risk has been protected in an acceptable manner. The City will accept a surety bond from a company with a rating of B+ or better for bonds up to $2 million, provided, however, that if any surety company appears on the watch list that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the City shall review and either accept or reject the surety company based on the financial information available to the City. A surety company that is rejected by the City may be substtjated by the Design -Build Firm with a surety company acceptable to the City. only if the Contract amount does not increase. The following sets forth_ in general, the acceptable parameters for bonds: Hurd -ed T !-o-sa^d Dollars {�� C' I_ or less, City r -ay accept a B' nd Pe ,a -:o 6'cr:' and Payment Bond from a rely }n,hilch has trvicc the �m s .sols capita' req.:ired bythe Florda Ins- e Code at the time t�e if t, "a S-irety is oth r,fl; se i , ccm �e i+iii e p e n ci a� th roi.,isions of a -id if t1� 5'Jr�'% ccr pa.,y hci-3 a current!y valid Ce ±li�Ca`e C, 3 _f -v U-ie!� S'a'es the TreaS'.,ry under Section 93,D4 4 1 +.Y Z 1 c e U-I'ed 5t3`.as Ccl1e_ a� r a� r- Pirlr, d F-�m tir-e t� trma A be me E,d Bond a- d the Pe'ar-�amiPa) me Bond. V _ n �"-gel-lt 'eq _ ; of any grantor agency a,e se' forth within the RFP, I' there a `4 r -O 9 st-;nye y._. e eats the provisions of ti -is sac;,on sha'! apply. Policy- Financial Amount of Bond holders Size Ratings Category 500,001 to 1,000.000 B+ Class .....I 1,000 001 to 2,000,000 B+ Class .... II 2.000,001 to 5000.000 A Class ....III 5,000 001 to 10,000 000 A Class ... IV 1 I.CCO,C01 to 25,000,000 A Class .,. V 25.000.001 to 50,000,000 A Class ... VI v.G00,G01 or r! -ore A Class ,. VII Hurd -ed T !-o-sa^d Dollars {�� C' I_ or less, City r -ay accept a B' nd Pe ,a -:o 6'cr:' and Payment Bond from a rely }n,hilch has trvicc the �m s .sols capita' req.:ired bythe Florda Ins- e Code at the time t�e if t, "a S-irety is oth r,fl; se i , ccm �e i+iii e p e n ci a� th roi.,isions of a -id if t1� 5'Jr�'% ccr pa.,y hci-3 a current!y valid Ce ±li�Ca`e C, 3 _f -v U-ie!� S'a'es the TreaS'.,ry under Section 93,D4 4 1 +.Y Z 1 c e U-I'ed 5t3`.as Ccl1e_ a� r a� r- Pirlr, d F-�m tir-e t� trma A be me E,d Bond a- d the Pe'ar-�amiPa) me Bond. V _ n �"-gel-lt 'eq _ ; of any grantor agency a,e se' forth within the RFP, I' there a `4 r -O 9 st-;nye y._. e eats the provisions of ti -is sac;,on sha'! apply. City of Miami. Flo, ' Cort a:�t N ). RFP 15-15-030 EXHIBIT F CORPORATE RESOLUTIONS AND EVIDENCE OF QUALIFICATION TO DO BUSINESS IN FLORIDA 96 'illagrer Creek Seybold Canal Reitaraticn Project Rev 3 17 17 City of Miami, Florida Contract No. RFP 15-16-030 CERTIFIED COPY OF CORPORATE RESOLUTION (This Resolution needs to authorize the signatory to sign) "WHEREAS, Sevenson Environmental Services, Inc., a New York corporation, desires to enter into an agreement with the City of Miami for the purpose of performing the work described in the contract to which this resolution is attached: and WHEREAS. the Board of Directors at a duly held corporate meeting has considered the matter in accordance with the bylaws of the Corporation; NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS that Michael D. Crystal, a Vice President of the Corporation, be authorized and instructed to enter into the Agreement with the City, and said Vice President and the Secretary are hereby authorized and directed to execute the Agreement in the name of this Corporation and to execute the corresponding performance bond, any other document and perform any acts in connection therewith as may be required to accomplish its purpose." IN WITNESS WHEREOF, the undersigned hereby certifies that the foregoing resolution was duly adopted by the Board of Directors of Sevenson Environmental Services, Inc. on this 2211d day of March, 2017. Sevenson Environmental Services, Inc., a New York corporation Print Name: William J. McDermott. Title: Secretary Wagner Creek Seybold Cana} Restoration Project Rev 3i 1717 [} tail b% E=ntlt% N II11.1 Detail by 'Entity Mama 14 : - _ `.VENTAL ScR'VICES INC F 3t.';, D,cum-i^tN.;rnicer FEl;EIN Number :";.1' Dade Flied __ry Smte N Status =VS L:',Cie ='1FT '`�.�SR��. ALJ �I �-lY_✓ 1'. A "S v c TA,LL.-%—�SSE: = FL 333' f 13,-e CI,a-,;:,'. 1 v, 1', ', 5 Name & Address Tali Pres cer: Dire:;z;r ELIA. k ichael 27=t3 LOCKPORT ROAD NIAGARA FALLS NY 143C5 Title DVP ELIA. LAURENCE A 2-,-19 LOCKPORT ROAD NIAGARA FALLS NY 14305 Title DS Paze [ m', i11i tiC.lr:11 U11hi1.ill'_' [11ldil"v ( t11'pt)['jllt)ll,,11",:11SC-1I'c11R:11111[),:tall.'111LjUiI-%tNPC Illit�... ! t7 -201 Dctaii h% f:ntit� Nanic MCDERP,IOTT VYLJAM J V49 LOCKPORT ROAD Nf,?.:aAR,-�, F,AL�S IVY 113%5 We T AMS—RING DENA.%I Yli ' _ DORT ROAD Vie: -3, P,,-1 FALLS NY 113:. Me ;E-0 I E is Am R J, 2719 Lwow Raw N"Sna Flo NY 1420 A -n"-31 ::10�p"5 Raport Yaar Filed Date 2C'5 C3,17 2515 l z1'3 J �J 1 Z_ IJ2r�i. loge , o , I1UP. 11 . , LIE - I/. M-� I 11,jl Iirti (',IJ-h(+rtitik3nti,�.ircIi �,:Gtrdhf:,:ultfX�I IiI.'il,LlUiF•t rc-Fut iti... : 17 ,111, City of Miami, Florida Contract No. RFP 15-16-030 EXHIBIT G Resolution No 14-0372; Expedited List of Projects 98 Ti3gr.er Cr-i�eh 5aybold Canal Restoration Project Re,4 3,17 17 Introduced: 9,'11'2'0 14 City of Miami V a FL 33133 Text File File Number: 14-00920 Current Status: Pas;ed Version: 1 Matter Type: Resolut:cn �"—)LUTION OF THE kll ALIT CITY COP, MISSIOI J. V`JITH ATTACHNI�NT(S) AMENDING OF MIAMI'S LIST OF EXPEDITED PROJECTS. PURSUANT TO ORDINANCE NO. ' ADOPTED DEC=%13ER 11, 2008. BY REPLACIi iG THE CURRENTATTACHiMENT "A.' `1',1 --,, "ATTACHIVENT,L. - 913114 REVISED." ATTACHED AND IN( -OR PO RATED. FOR THE P-'= - SE OF INCLUDINlD tJPCO`,II+`JG CAPITAL IMPRO!/E,iMENT SOLICITATIONS AND P,F DJ TS. '3'18. adopted December 11. 2008, amending ChaNter 18 "f !� III of the Code = -- _ V Fior,da a3 amendeC ("City Code). the "Procurement Ore can,,e ena L 7entitled "Economic St,mulus A,,+13rds & Agreements" (''Sect;on"); and :-�-,J t. - =',', '.7-Vit:^ri established measures tojt`mulat? the IoCa? ecOnamy, by ary-1; 3 process t .3 ` 3,,t/ 3, c profess _^-,I sere es a raoiTents and ccr,tra^ts for v� �^ �' '�t5 Ida. _ 3 -11�t3chment "A cf sad Cm!'--, nce, and u-`�j, ad a_tJfIZe,titlana of t, ad,�-3' for, reCCfJ?;--e..-y rade ,i. re c; 37d :3 /3,"-J3`2 rest/ r,ses and a4'lard cGn1'3cts fcr tt e Ijst;d projects' a ,d p,ursu37-_ tc vl`y Code Sect"on 13-117,b) tie City Commission may add or dere-' proje--t3 from .-.ttachment "A" by passage of resolutions-, a, -,d ., -i7 R=AS. as these protects req,-Jre efficiency across planning procurement. and 1,-rpleme^t3t,cn of crograi:"', ccmponent3. the Capital Improvements and Transportation Program "CITP".) a'd t,' -'e Gly M3 ,ager recommend amtend'rng Attachment "A." by replacing it with the a:73 � ed "/'\"achmer, - q'10,'14 REVISED.'" vr,hich includes upcoming CITP solicitations and ccnstr'rcti �n projects. 3rd r"/'r~EREAS. pursuant to City Code Section 13-117(e). amongst the requirements for such a pr,}e the Office of Ma -agement and Budget will perform a revie-u of budget availabiiity prior to the ti,,',e of a%vard of any contract: NCT'. THEREFORE BE IT RESOLVED BY THE C0IMMISSION OF THE CITY OF MIAMI, FLORIDA. Section 1. The recitals and findings found in the Preamble to this Resolution are adopted by reference and incorporated as fully set forth in this Section. Section 2. An Amendment of the City of Miami's list of expedited projects, pursuant to Ordinance No. 13045 adopted December 11, 2008 by replacing the current Attachment "A." with attached "AU3whrnentA- 9110/14 REVISED" attached and incorporated. is authorized for the purpose of including upcoming capital improvement solicitations and projects. Section 3, This Resolution shad become effective immediately upon its adoption and signature of the Mayor. {1} City of Miami Page 1 Printed on 19,2017 {1 r I` the Mayor does not s,gn this Resoiuticn, it shall become effect ve at the end of ten (1 a) cal ---id a- days f-orr t" e date it was passed and adopted, F the Major vetoes this Resclut:en i' ara'i teccme z"e:a�ve immediately upon o,/e,,-ride oft"e veto by the City Commission. City of Miami Page 2 Parted art 3, 9/2017 ECONOMIC STIMULUS Expedite Legi$fation Adacnrrrerd 'A' - 31',114 ,RE`PSE❑ Pro-ect $ Name District Actions CONSTRUCTION (inciudes design-buiid) i;'r:]r;31reE-^cacvav lcr•,em=m'^?r-pl 1 aCded- c^ rgsrlicotatcr E -a ;a 8 Arfinia'vlaca �cr n rlt 3r,:dl7 1 3rdetl- n sciirirat.cr E-4: i' Far ccn 'arc 2,:Ictrg sLe;-,cn .,Gce^ 3cdec- ccr'^ Pq ;ciiutat cr• E -n "A crura 7 r9 W -j -3r mm Mas— -an .Recat'3 Park, 2 adder cCr rC sciic;tatcr Bir, A,er;e � acded- scec rg sclictat,cr 3E )r; 3r..est irrcmva, ers S?sE r -3u d1 a acdeC- acror-r icl,c?aricr 3-3 r3 Ccc„.r ;rc,,e 9 dress ,r rover -?rt DjSrrc' S.cewa!4 me 2aCd}c- ccammq 3chcitat'cn S,:L7 ^ca.snGr a Raax.v y arc ur3i ace Ircrr.erer s 2 .3cdeo- .acemir sclirir dt;gr 7.,:ac•.vav and Cr3-ra-p .mcr2+emenrs a _d c- ',ccor ;n 3cliclal9or a --d 3rr�-t ir-er^vemrrts Ella lar'. 2 13Cdec- uoccm:n srliCiiatPon i3 -3E]-7' t,t, ;r.i i'i .rr-;r ; �YE,n eawaEl ; 3aa',vai- 2 '3cdec- iccom:n salicEtaticn .a, ii`?cdmva Imcr'-,vere, t F,D,e-t a IaCccc- uoccm n sciicdatEcr 13-3[;c;f -vr ;,; ._r, 3a;v?r �'-i l i 1 acCec_., cam ^ Sc^cl'3tor i? -734,4 1;= ' a ""L.e "'arl'N3' I!"Gry,erc:, tS - $ar wrl8 ,�, �3 s 7 7 5 aCCPc- �comlrr ;r.! cl'a*.r_,r -5<'"•1� ',�r 3::'”- .^'_K �eYr,� a .a"a �, ,.' '�G+et•, S 3ccP_r'- JLC -emir. 3C.E'Clt-,ncr ,-3(,I.e =„ F GY1 -IG9 i Jaarcavn 3reerw9V S adcer- jr"OMrg 3c';citaCcr ! 3-- = 1rE3n: •rer ^ _ aa',-41ia^ G r:P^ S 4iiam+ a,a '. ?RO;cs3,v�rAL ScjR?JIC=3 SOUCITAT'ICN �L •� �ril��'E arec•-9 "vr•7rr-erla@3 9!4 adder- -iccom rg sci-c;-s:,cr City of klia mi, Fiorida Contract No. RFP 15-16-030 ATTACHMENT A Sta`e Revol,;in g Fund (SRF) Agreement and Disbursement Request Package Refer to link below; 99 4'l3gner Creek Canal Restor3ton Project Rev 3,17 +7 City of kliarni. Florida Refer L) link bwiovi ATTACHMENT B SRF Program Supplementary Conditions 1 i30 Contract No. RFP 15-16-030 r`i agrer Croak S?,re,711 Canal Restor3tjor Prp1,?r--t R2,, 3, 17 17 City of Miami. Florida Contract No. RFP 15-10-0130 ATTACHMENT C S'a'e Ar Ag-eemer,t a^dl ent Request Package S -3L link below: to] Tidgper Cr=ek j?'/G' h� Can 3i RLS,.-,r3tiorr Prilr7i'.[ 1P?,. 3, 17 1' City of PAami. Florida Contract No RFP 15-10-030 ATTACHMENT D F..arida Inland Navig3'Jon District (FIND) Grant Agreements and Agreement Disbursement Refer t:) fi , t below 102 IiIi-igrer Crack seyboIC Carat Restcrah,r arolect Re,, 3 17 17 Caty of Miami- Florida End of Document IA Cort,-�.�t No RFP 1-5-13-03-0 r`r 3,r -2r Cra ;k. Sa,rao�d virai Ra9t:)rac cr Pr-j�-r ?, 11 1'