HomeMy WebLinkAboutExhibit 1CONTRACT FOR
DESIGN -BUILD SERVICES FOR THE DESIGN & CONSTRUCTION FOR
SEAWALL STABILIZATION AND REPAIR PROJECT
CIP PROJECT NO.: B-30538
IN&UP HATED * f
i8 9.1
Mayor Tomas P. Regalado
Commissioner Wifredo "Willy" Gort, District 1
Commissioner Marc Sarnoff, District 2
Commissioner Frank Carollo, District 3
Commissioner Francis Suarez, District 4
Commissioner Michelle Spence -Jones, District 5
City Manager, Johnny Martinez, P.E.
Issued By:
City of Miami
Capital Improvements Program
444 SW 2nd Avenue, 8th Floor
Miami, FL 33130
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Exhibit B
TABLE OF CONTENTS
SECTION 1 - GENERAL TERMS AND CONDITIONS 6
1. Definitions 6
2. Time is of the Essence 9
3. Contract Term 9
4. Notices 10
5. Priority of Provisions 10
6. Indemnification 11
7. Insurance 11
8. Performance and Payment Bond 14
9. Qualification of Surety 14
10. General Requirements 15
11. Method of Performing the Work 16
12. Work Staging and Phasing 17
13. Site Investigation and Representation 17
14. Design -Build Firm to Check Plans, Specifications and Data 18
15. Design -Build Firm's Responsibility for Damages and Accidents 18
16. Accidents 18
17. Safety Precautions 18
18. Occupational Health and Safety 19
19. Labor and Materials 20
20. Rules, Regulations, and Licenses 20
21. Project Management 20
22. Superintendence and Supervision 20
23. Authority of the Project Manager 21
24. Inspection of Work 22
25. Taxes 23
26. Separate Contracts 23
27. Lands of Work 23
28. Coordination of Work 24
29. Differing Site Conditions 24
30. Existing Utilities 24
31. Design -Build Firm's Responsibility for Utility Properties and Service 24
32. Interfering Structures 25
33. Field Relocation 25
34. Design -Build Firm's Use of Project Site(s) 26
35 Materials and Equipment 26
36. Material and Equipment Shipment, Handling, Storage and Protection 26
37. Manufacturer's Instructions 28
38. Manufacturer's Warranty 29
39. Submittals 29
40. Shop Drawings, Working Drawings and Samples 30
41. Product Data 33
2
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
42. Record Set 33
43. Supplemental Drawings and Instructions 34
44. Design -Build Firm Furnished Drawings 34
45. Substitutions 35
46. City Furnished Drawings 35
47. Interpretation of Drawings and Documents 35
48. Product and Material Testing 35
49. Field Directives 36
50. Changes in the Work or Contract Documents 36
51. Continuing the Work 36
52. Change Orders 36
53. Change Order Procedure 37
54. No Oral Changes 38
55. Value of Change Order Work 38
56. Extra Work Directive 41
57. As -Built Drawings 42
58. Worker's Identification 43
59. Removal of Unsatisfactory Personnel 43
60. Substantial Completion and Punch List 43
61. Acceptance and Final Payment 44
62. NDPES Requirements 45
63. Force Majeure 45
64. Extension of Time 45
65. Notification of Claim 47
66. Extension of Time not Cumulative 47
67. Design -Build Firm's Damages for Delay 47
68. Excusable Delay, Non-Compensable 48
69. Acceptance of Defective or Non -Conforming Work 48
70. Uncovering Finished Work 48
71. Correction of Work 48
72. Maintenance of Traffic and Public Streets 49
73. Location and Damage to Existing Facilities, Equipment or Utilities 51
74. Stop Work Order 51
75. Hurricane Preparedness 52
76. Use of Completed Portions 52
77. Cleaning Up; City's Right to Clean Up 53
78. Removal of Equipment 53
79. Set -offs, Withholdings, and Deductions 54
80. Event of Default 54
81. Notice of Default -Opportunity to Cure 55
82. Termination for Default 55
83. Remedies in the Event of Termination for Default 55
84. Termination for Convenience 56
85. Resolution of Disputes 57
86. Mediation -Waiver of Jury Trial 58
87. City May Avail Itself of All Remedies 58
88. Permits, Licenses and Impact Fees 58
89. Compliance with Applicable Laws 59
3
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
90. Independent Design -Build Firm 59
91. Third Party Beneficiaries 60
92. Successors and Assigns 60
93. Materiality and Waiver of Breach 60
94. Severability 60
95. Applicable Law and Venue of Litigation 61
96. Amendments 61
97. Entire Contract 61
98. Nondiscrimination, Equal Employment Opportunity, and Americans with
Disabilities Act 61
99. Evaluation 61
100. Commodities manufactured, grown, or produced in the City of Miami, Miami
-Dade County and the State of Florida 61
101. Royalties and Patents 62
102. Continuation of the Work 62
103. Review of Records 62
104. No Interest 62
105. Payments Related to Guaranteed Obligations 62
106. Consent of City Required for Subletting or Assignment 63
107. Agreement Limiting Time in Which to Bring Action Against the City 63
108. Defense of Claims 63
109. Contingency Clause 63
110. Mutual Obligations 63
111. Contract Extension 64
112. Non -Exclusivity 64
113. Nature of the Contract 64
114. Contract Documents Contains all Terms 64
115. Applicable Law and Venue of Litigation 64
116. Survival 65
117. Joint Preparation 65
118. Nondisclosure 65
119. Acceptance or Rejection of Bids 66
SECTION 2 - SUPPLEMENTAL TERMS AND CONDITIONS 66
1. Scope of Work 66
2. Contract Time 66
3. Progress Payments 66
4. Liquidated Damages 67
5. Schedule of Values 68
6. Project Schedules 68
7. Release of Liens 69
8. Progress Meetings 70
9. Reauest for Information 70
10. Project Site Facilities 70
11. Temporary Facitilities, Utilities and Construction 71
12. Project Laboratory Testing Services 71
13. Security 72
14. Construction Signage 72
15. Lines and Grades 73
4
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
16. H2B Visa Report 73
17. Progress Photos 73
SECTION 3 — DESIGN SERVICES 73
1 Design Responsibility 73
2. Subconsultants 73
3. Ownership of Documents 74
4. Delivery upon Request or Cancellation 74
5. Error and Ommission Issues 74
6. Design -Build Firm's Key Staff 74
7. Truth -In -Negotiation Certificate 74
8. Re -Use by City 74
9. Scope of Services 75
10. Basic Services 75
11. Basis of Design 79
14. Additional Design Services 79
SECTION 6 - CONTRACT EXECUTION FORM
1. Corporate Resolution 81
2. Form of Performance Bond 82
3. Form of Payment Bond 84
4. Certificate as to Corporate Principal 86
5. Performance and Payment Guaranty Form 87
Form A. - Subconsultants 89
Form B. — Key Staff 90
5
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Section 1 — General Terms and Conditions
1. Definitions
Additional Services means any Work defined as such in a Work Order, secured in
compliance with Florida Statutes and City Code.
Attachments mean any Attachments to this Agreement which are expressly
incorporated by reference and made a part of this Agreement as if set forth in full.
Base Fee means the amount of compensation mutually agreed upon for the
completion of Basic Services.
Basic Services means those services designated as such in this Agreement.
Change Order means a written document ordering a change in the Contract Price or
Contract Time or a material change in the Work. A change order must comply with the
Contract Documents.
City means the City of Miami, Florida, a Florida municipal corporation. In all respects
hereunder, City's performance is pursuant to the City's capacity as Owner. In the event
the City exercises its regulatory authority as a governmental body, the exercise of such
regulatory authority and the enforcement of any rules, regulations, codes, laws and
ordinances shall be deemed to have occurred pursuant to City's authority as a
governmental body and shall not be attributable in any manner to the City as a party to
this Contract. For the purposes of this Contract, "City" without modification shall mean
the City Manager or Director, as applicable.
City Commission means the legislative body of the City of Miami.
City Manager means the duly appointed chief administrative officer of the City of Miami.
Commissioning means the employing total building commissioning practices tailored to
the size and complexity of the building site, building and its system components in order
to verify performance of all components and systems and help ensure that design
requirements are met. This includes a designated commissioning authority a
commissioning plan, verification of the installation and performance of systems to be
commissioned, and a commissioning report.
Consultant means the engineering firm selected for the purpose of performing
construction, engineering and inspection services of the Design Build firm's Work.
Construction Change Directive means a written directive to effect changes to the
Work, issued by the Consultant or the Director that may affect the ITB Contract price or
time.
Construction Schedule means a critical path schedule or other construction schedule,
as defined and required by the Contract Documents.
Contract means this document, the RFP the Addenda, the Response to the RFP, and
the Design Criteria Package, plans & specifications developed by the Design -Build Firm,
and any change orders, modifications, directives, clarifications to this Contract. The
documents which constitute the Contract will have the order of priority set forth in §5 of
this document.
Cure means the action taken by the Design -Build Firm promptly after receipt of written
notice from the City of a breach of the Contract Documents which shall be performed at
no cost to the City, to repair, replace, correct, or remedy all material, equipment, or other
6
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
elements of the Work or the Contract Documents affected by such breach, or to
otherwise make good and eliminate such breach, including, without limitation, repairing,
replacing or correcting any portion of the Work or the Project(s) site(s) disturbed in
performing such cure.
Cure Period means the period of time in which the Design -Build Firm is required to
remedy deficiencies in the Work or compliance with the Contract Documents after
receipt of written Notice to Cure from the City identifying the deficiencies and the time to
Cure.
Design -Build Contract means a single contract with a design -build firm for the design
and construction of a public construction project.
Design Criteria Package means concise, performance -oriented drawings or
specifications of the public construction project. The purpose of the design criteria
package is to furnish sufficient information to permit design -build firms to prepare a bid
or a response to an agency's request for proposal, or to permit an agency to enter into a
negotiated design -build contract. The design criteria package must specify performance -
based criteria for the public construction project, including the legal description of the
site, survey information concerning the site, interior space requirements, material quality
standards, schematic layouts and conceptual design criteria of the project, cost or
budget estimates, design and construction schedules, site development requirements,
provisions for utilities, stormwater retention and disposal, and parking requirements
applicable to the project.
Design Criteria Professional means a firm who holds a current certificate of
registration under chapter 481 to practice architecture or landscape architecture or a firm
who holds a current certificate as a registered engineer under chapter 471 to practice
engineering and who is employed by or under contract to the agency for the providing of
professional architect services, landscape architect services, or engineering services in
connection with the preparation of the design criteria package.
Design Build Firm means the person, firm, or corporation with whom the City has
contracted and who will be responsible for the acceptable performance of any Work and
for the payment of all legal debts pertaining to any Work issued under this Contract. A
"design -build firm" means a partnership, corporation, or other legal entity that 1) is
certified under s. 489.119 to engage in contracting through a certified or registered
general Design -Build Firm or a certified or registered building Design -Build Firm as the
qualifying agent; or 2) is certified under s. 471.023 to practice or to offer to practice
engineering; certified under s. 481.219 to practice or to offer to practice architecture; or
certified under s. 481.319 to practice or to offer to practice landscape architecture.
Design Documents means the construction plans and specifications prepared by the
Design -Build Firm.
Director means the Director of the Capital Improvements Program or designee, who has
the authority and responsibility for managing the Project(s) under this Contract.
Drawings means the graphic and pictorial portions of the Work, which serve to show the
design, location and dimensions of the Work to be performed, including, without
limitation, all notes, schedules and legends on such Drawings.
7
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Field Directive means a written approval for the Design -Build Firm to proceed with
Work requested by the City or the Consultant, which is minor in nature and should not
involve additional cost.
Final Completion means the date subsequent to the date of Substantial Completion at
which time the Construction Manager has completed all the Work in accordance with the
Contract as certified by the engineer of record or the City and submitted all
documentation required by the Contract Documents.
Inspector means an authorized representative of the City assigned to make necessary
inspections of materials furnished by Design -Build Firm and of the Work performed by
Design -Build Firm.
Notice of Award means the written letter to the Design -Build Firm notify the Design -
Build Firm that they have been awarded the Contract.
Notice To Proceed means a written letter or directive issued by the Director or designee
acknowledging that all conditions precedent have been met and directing that the
Design -Build Firm may begin Work on the Project(s).
Plans and/or Drawings means the official graphic representations of a Project(s).
Professional Services means those services within the scope of the practice of
architecture, professional engineering, or registered surveying and mapping, as
applicable, as defined by the laws of the State of Florida, or those performed by any
architect, professional engineer, or registered surveyor or mapper in connection with his
or her professional employment or practice. These services may be abbreviated herein
as "architectural/ engineering services" or "professional services", as applicable, which
are within this definition.
Project Or Work as used herein refers to all reasonably necessary and inferable and
necessary construction and services required by the Contract Documents whether
completed or partially completed, and includes all other labor, materials, equipment and
services provided or to be provided by the Design -Build Firm to fulfill the its obligations,
including completion of the construction in accordance with the Drawings and
Specifications. The Work may constitute the whole or a part of the Project(s).
Project Manager means the individual assigned by CIP to manage the Project(s).
Request for Information (RFI) means a request from the Design -Build Firm seeking an
interpretation or clarification relative to the Contract Documents. The RFI, which shall be
clearly marked RFI, shall clearly and concisely set forth the issue(s) or item(s) requiring
clarification or interpretation and why the response is needed. The RFI must set forth
the Design -Build Firm's interpretation or understanding of the document(s) in question,
along with the reason for such understanding.
Risk Administrator means the City's Risk Management Administrator, or designee, or
the individual named by the City Manager to administer matters relating to insurance and
risk of loss for the City.
Scope of Services or Services means a comprehensive description of the activities,
tasks, design features, objectives, deliverables and milestones required for the
completion of Project or an assignment with sufficient detail to allow a reasonably
accurate estimation of resources necessary for its completion.
Subconsultant means a person, firm or corporation having a direct contract with the
Design -Build Firm or the prime Architectural Sub -consultant for the purposes of the
design of this Project.
8
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Sub Design -Build Firm means a person, firm or corporation having a direct contract
with Design -Build Firm including one who furnishes material worked to a special design
according to the Contract Documents, but does not include one who merely furnishes
Materials not so worked.
Submittal means documents prepared and submitted by the Proposer under this
solicitation.
Substantial Completion means that point at which the Work is at a level of completion
in substantial compliance with the Contract such that the City can use, occupy and/or
operate the facility in all respects to its intended purpose. Substantial Compliance shall
not be deemed to have occurred until any and all governmental entities, which regulate
or have jurisdiction over the Work, have inspected, and approved the Work. Beneficial
use or occupancy shall not be the sole determining factor in determining whether
Substantial Completion has been achieved, unless a temporary certificate of occupancy
has been issued.
Wage Rates means the effective direct expense to Consultant and/or Subconsultant, on
an hourly rate basis, for employees in the specified professions and job categories
assigned to provide services under this Contract that justify and form the basis for
professional fees regardless of actual manner of compensation.
2. Time is of the Essence
Time is of the essence in performance of the Work. Design -Build Firm will promptly
perform its duties under the Contract and will give the Work as much priority as is
necessary to cause the Work to be completed on a timely basis in accordance with the
Contract. All Work shall be performed strictly (not substantially) within the time limitations
necessary to maintain the critical path and all deadlines established in the Contract.
All dates and periods of time set forth in the Contract, including those for the
commencement, prosecution, interim milestones, milestones, and completion of the
Work, and for the delivery and installation of materials and equipment, were included
because of their importance to the City.
Design -Build Firm acknowledges and recognizes that the City is entitled to full and
beneficial occupancy and use of the completed Work following expiration of the Contract
Time.
In agreeing to bear the risk of delays for completion of the Work except for extensions
approved in accordance with Article 68, Excusable Delays, the Design -Build Firm
understands that, except and only to the extent provided otherwise in the Contract, the
occurrence of events of delay within the Design -Build Firm's, control, the Work shall not
excuse the Design -Build Firm from its obligation to achieve full completion of the Work
within the Contract Time, and shall not entitle the Design -Build Firm to an adjustment.
All parties under the control or contract with the Design -Build Firm shall include but are
not limited to material persons , Subconsultants, Sub Design -Build Firm, suppliers and
laborers.
The Design -Build Firm acknowledges that the City is purchasing the right to have the
Design -Build Firm continuously working at the Project site for the full duration of the
Project to ensure the timely completion of the Work.
3. Contract Term
The Contract shall commence upon issuance of the Notice of Award, which shall be
issued subsequent to the execution of the Contract by the City. The Contract shall
9
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
terminate upon notice by the City that the Contract has been closed -out after final
completion or otherwise terminated by the City pursuant to the terms and conditions
herein set forth.
4. Notices
Whenever either party desires to give Written Notice unto the other relating to the
Contract, such must be addressed to the party for whom it is intended at the place last
specified; and the place for giving of notice shall remain such until it shall have been
changed by written notice in compliance with the provisions of this Article. Notice shall
be deemed given on the date received or within 3 days of mailing, if mailed through the
United States Postal Service. Notice shall be deemed given on the date sent via e-mail
or facsimile. Notice shall be deemed given via courier/delivery service upon the initial
delivery date by the courier/delivery service. For the present, the parties designate the
following as the respective places for giving of notice:
For City of Miami:
Mr. Jeovanny Rodriguez, P.E.
Assistant Director
Department of Capital Improvements Program
City of Miami
444 S.W. 2nd Avenue, - 8th Floor
Miami, Florida 33130
For Design -Build Firm:
Scott Alfele
President
Ebsary Foundation Company
2154 NW North River Drive
Miami, FL 33125
During the Work the Design -Build Firm shall maintain continuing communications with
Design -Build Professional and the Project Manager. The Design -Build Firm shall keep
the City fully informed as to the progress of the Project(s) at all times through ongoing
communications with the Project Manager.
5. Priority of Provisions
If there is a conflict or inconsistency between any term, statement requirement, or
provision of any exhibit attached hereto, any document or events referred to herein, or
any document incorporated into the Contract Documents by reference and a term,
statement, requirement, the specifications and plans prepared by the Design Criteria
Professional, or provision of the Contract Documents the following order of precedence
shall apply:
In the event of conflicts in the Contract the order of precedence stated below shall
govern;
• Revisions and Change Orders to the Contract
• Contract , as it may be amended from time to time
• Plans & Specifications
• RFP, and any addendums issued thereto
• RFP Responses
Where provisions of laws, codes, manufacturer's specifications or warranties or industry
standards are in conflict, the more restrictive or higher quality shall govern
10
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
6. Indemnification
Design -Build Firm shall indemnify , hold harmless and defend the City, its officials,
officers, agents, directors, and employees, from liabilities, damages, losses, and costs,
including, but not limited to reasonable attorney's fees, to the extent caused by the
negligence, recklessness or intentional wrongful misconduct, act or omission of Design -
Build Firm and persons employed or utilized by Design -Build Firm in the performance
of this Contract and will indemnify, hold harmless and defend the City, its officials,
officers, agents, directors and employees against, any civil actions, statutory or similar
claims, injuries or damages arising or resulting from the permitted work, even if it is
alleged that the City, its officials and/or employees were negligent. These
indemnifications shall survive the term of this Contract. In the event that any action or
proceeding is brought against City by reason of any such claim or demand, Design -Build
Firm shall, upon written notice from City, resist and defend such action or proceeding by
counsel satisfactory to City. The Design -Build Firm expressly understands and agrees
that any insurance protection required by this Contract or otherwise provided by Design -
Build Firm shall in no way limit the responsibility to indemnify, keep and save harmless
and defend the City or its officers, employees, agents and instrumentalities as herein
provided.
The indemnification provided above shall obligate Design -Build Firm to defend at its own
expense to and through appellate, supplemental or bankruptcy proceeding, or to provide
for such defense, at City's option, any and all claims of liability and all suits and actions
of every name and description which may be brought against City whether performed by
Design -Build Firm, or persons employed or utilized by Design -Build Firm.
This indemnity will survive the cancellation or expiration of the Contract. This indemnity
will be interpreted under the laws of the State of Florida, including without limitation and
which conforms to the limitations and provisions of §725.06 and/or §725.08, Fla.
Statues, as amended from time to time and as applicable to the Contract .
Design -Build Firm shall require all Subcontractor Agreements to include a provision that
they will indemnify the City in a similar manner to the Indemnity provided in this section
by the firm as to Subcontractor's work a. .
The Design -Build Firm agrees and recognizes that the City shall not be held liable or
responsible for any claims which may result from any actions or omissions of the
Design -Build Firm in which the City participated either through review or concurrence of
the Design -Build Firm's actions. In reviewing, approving or rejecting any submissions by
the Design -Build Firm or other acts of the Design -Build Firm , the City in no way
assumes or shares any responsibility or liability of the Design -Build Firm or Sub -Design -
Build Firm , under this Agreement.
Ten dollars ($10.00) of the payments made by the City constitute separate, distinct, and
independent consideration for the granting of this Indemnification, the receipt and
sufficiency of which is acknowledged by the Design -Build Firm.
7. Insurance
Without limiting any of the other obligations or liabilities of Design -Build Firm, Design -
Build Firm shall provide, pay for, and maintain in force until all of its Work to be
performed under this Contract has been completed and accepted by City (or for such
duration as is otherwise specified hereinafter), the insurance coverage set forth herein.
11
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
7.1. Worker's Compensation insurance to apply for all employees in
compliance with the Statutory "Workers' Compensation Law" of the State
of Florida and all applicable federal laws. In addition, the policy(ies) must
include:
• Waiver of subrogation
• Statutory State of Florida
• Limits of Liability
• USL& H Endorsement
7.2. Employers' Liability with a limit of One Million Dollars ($1,000,000.00)
Dollars each bodily injury caused by an accident, each accident. One
Million Dollars ($1,000,000.00) Dollars each bodily injury caused by
disease, each employee. One Million Dollars ($1,000,000.00) Dollars
each bodily injury caused by disease, policy limit.
7.3. Commercial General Liability (CGL) with minimum limits of One Million
Dollars ($1,000,000.00) per occurrence, combined single limit for Bodily
Injury Liability and Property Damage Liability. General Aggregate Limit of
Two Million Dollars ($2,000,000.00). Coverage must be afforded on a
form no more restrictive than the latest edition of the Comprehensive
General Liability policy, without restrictive endorsements, as filed by the
Insurance Services Office, and must include:
• Products and/or Completed Operations for contracts with an
Aggregate Limit of One Million Dollars ($1,000,000.00) per
project. Design -Build Firm shall maintain in force until at least
three years after completion of all Work required under the
Contract, coverage for Products and Completed Operations,
including Broad Form Property Damage.
• Personal and Advertising Injury with an aggregate limit of One
Million Dollars ($1,000,000).
• CGL Required Endorsements
o City of Miami as an additional insured as per endorsement
GG 2010 11/85 or its equivalent version
o Contingent & Contractual Liability
o Waiver of Subrogation
o Premises and/or Operations Liability
o Explosion, Collapse and Underground Hazards
o Primary Insurance Clause Endorsement
City is to be expressly included as an Additional Insured with respect to
liability arising out of operations performed for City by or on behalf of
Design -Build Firm or acts or omissions of Design -Build Firm in connection
with general supervision of such operation.
7.4. Business Automobile Liability with minimum limits of One Million
Dollars ($1,000,000.00) per occurrence combined single limit for Bodily
Injury Liability and Property Damage Liability. Coverage must be afforded
on a form no more restrictive than the latest edition of the Business
12
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Automobile Liability policy, without restrictive endorsements, as filed by
the Insurance Services Office, and must include:
• Owned Vehicles.
• Hired and Non -Owned Vehicles.
■ Employers' Non -Ownership.
• Employees included as insured
• City of Miami as Additional Insured
7_5. Umbrella Policy
• Bodily injury and property damage liability with limits of Two
Million Dollars ($2,000,000) each occurrence and an aggregate
limit of Two Million Dollars ($2,000,000).
Excess coverage over the policies as follows:
• Commercial General Liability
■ Business Automobile Liability
City shall be listed as an additional insured.
7.6. Installation Floater (if applicable)
Required for the installation of machinery and/or equipment into an
existing structure is required. The coverage shall be "All Risk" coverage
including installation and transit for 100 percent of the "installed
replacement cost value," covering City as a named insured, with a
deductible of not more than Five Thousand Dollars ($5,000.00) each
claim.
7.7 Owners & Contractor's Protective
Limits of Liability
Each Occurrence $1,000,000
Policy Aggregate $1,000,000
City shall be listed as an additional insured.
7.8 Contractor's Professional Liability
Limits of Liability
Each Claim $2,000,000
Policy Aggregate $2,000,000
7.9 Protection and Indemnify (IF APPLICABLE)
Limits of Liability
Each Occurrence $1,000,000
Policy Aggregate $1,000,000
Jones Act Coverage Included
The above policies shall provide the City of Miami with written notice of cancellation or
material change from the insurer not less than (30) days prior to any such cancellation or
material change. If the initial insurance expires prior to the completion of the Work,
renewal copies of policies shall be furnished at least thirty (30) days prior to the date of
their expiration.
13
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Notice of Cancellation and/or Restriction --The policy(ies) must be endorsed to provide
City with at least thirty (30) days notice of cancellation, material modification, and/or
restriction.
Design -Build Firm shall furnish to the Capital Improvement Program the Certificates of
Insurance or endorsements evidencing the insurance coverage specified above within
fifteen (15) calendar days after notification of award of the Contract. The required
Certificates of Insurance shall name the types of policies provided, refer specifically to
this Contract, and state that such insurance is as required by this Contract.
The official title of the Owner is the City of Miami, Florida. This official title shall be used
in all insurance documentation.
Companies authorized to do business in the State of Florida, with the following
qualifications, shall issue all insurance policies required above:
The company must be rated no less than "A-" as to management, and no less than
"Class V" as to Financial Strength, by the latest edition of Best's Insurance Guide,
published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies
and /or certificates of insurance are subject to review and verification by Risk
Management prior to insurance approval.
8. Performance and Payment Bond
Where required by the Contract Documents the Design -Build Firm shall within fifteen
(15) calendar days of being notified of award, furnish a Performance/Payment Bond
containing all the provisions of the attached Performance/Payment forms.
Each Bond shall be in the amount of one hundred percent (100%) of the Contract value
guaranteeing to City the completion and performance of the Work covered in the
Contract Documents as well as full payment of all suppliers, laborers, or Sub Design -
Build Firm , and 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 year after Final Completion and acceptance of
the Work with liability equal to one hundred percent (100%) of the Contract value, or an
additional bond shall be conditioned that Design -Build Firm will, upon notification by City,
correct any defective or faulty work or materials which appear within one year after Final
Completion of the Project(s). The bond shall be subject to the approval of the Risk
Manager and shall be substantially in the form prescribed by Section 255.05(3), Florida
Statutes.
The City must be listed as an Obligee.
Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, as may be
amended from time to time, Design -Build Firm shall ensure that the bond(s) referenced
above shall be recorded in the public records and provide City with evidence of such
recording.
9. Qualification of Surety
Bid Bonds, Performance/ Payment Bonds over Five Hundred Thousand Dollars
($500,000.00):
Each bond must be executed by a surety company of recognized standing, currently
authorized to do business in the State of Florida as surety, having a resident agent in
the State of Florida and having been in business with a record of successful
continuous operation for at least five (5) years.
14
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
The Surety shall hold a current certificate of authority as acceptable surety on federal
bonds in accordance with United States Department of Treasury Circular 570,
Current Revisions. If the amount of the Bond exceeds the underwriting limitation set
forth in the circular, in order to qualify, the net retention of the Surety shall not
exceed the underwriting limitation in the circular, and the excess risks must be
protected by coinsurance, reinsurance, or other methods in accordance with
Treasury Circular 297, revised September 1, 1978 (31 DFR Section 223.10, Section
223.111). Further, the Surety shall provide City with evidence satisfactory to City,
that such excess risk has been protected in an acceptable manner.
The City will accept a surety bond from a company with a rating of B+ or better for
bonds up to $2 million, provided, however, that if any surety company appears on the
watch list that is published quarterly by Intercom of the Office of the Florida
Insurance Commissioner, the City shall review and either accept or reject the surety
company based on the financial information available to the City. A surety company
that is rejected by the City may be substituted by the Bidder or proposer with a surety
company acceptable to the City, only if the bid amount does not increase. The
following sets forth, in general, the acceptable parameters for bonds:
Policy- Financial
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 5,000,000 A Class ....III
5,000,001 to 10,000,000 A Class ... IV
10,000,001 to 25,000,000 A Class .... V
25,000,001 to 50,000,000 A Class ... VI
50,000,001 or more A Class .. VII
For projects of $500,000.00 or less, City may accept a Bid Bond, Performance Bond and
Payment Bond from a Surety which has twice the minimum surplus and capital required
by the Florida Insurance Code at the time the invitation to bid is issued, if the Surety is
otherwise in compliance with the provisions of the Florida Insurance Code, and if
the surety company holds a currently valid certificate of authority issued by the United
States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United
States Code, as may be amended from time to time. A Certificate and Affidavit so
certifying should be submitted with the Bid Bond and also with the
Performance/Payment Bond.
More stringent requirements of any grantor agency are set forth within the RPP. If there
are no more stringent requirements, the provisions of this section shall apply.
10. General Requirements
The employee(s) of the Design -Build Firm shall be considered to be at all times its
employee(s), and not an employee(s) or agent(s) of the City or any of its departments.
The Design -Build Firm agrees that the Design -Build Firm will at all times employ,
maintain and assign to the performance of a Project a sufficient number of competent
and qualified professionals and other personnel to meet the requirements of the Work to
be performed.
The Design -Build Firm agrees to adjust staffing levels or to replace any staff personnel if
so requested by the Project Manager, should the Project Manager make a determination
15
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
that said staffing is unacceptable or that any individual is not performing in a manner
consistent with the requirements for such a position.
The Design -Build Firm represents that its staff personnel have the proper skills, training,
background, knowledge, experience, rights, authorizations, integrity, character and
licenses as necessary to perform the Work, in a competent and professional manner.
The Design -Build Firm shall perform the work complete, in place, and ready for
continuous service, and shall include repairs, testing, permits, clean-up, replacements,
and restoration required as a result of damages caused during this construction.
The Design -Build Firm shall provide temporary facilities and controls necessary to
perform the Work and to ensure safe and proper access and use of the site by the
Project Manager and the Consultant.
The Design -Build Firm shall at all times cooperate with the City, or the Consultant and
coordinate its respective Work efforts to most effectively and efficiently progress the
performance of the Work.
The City, the Consultant and other agencies authorized by the City, shall have full
access to the Project(s) site(s) at all times.
The Design -Build Firm shall be responsible for the good condition of the Work or
materials until formal release from his obligations under the terms of the Contract
Documents.
Design -Build Firm shall bear all losses resulting to it on account of the amount or
character of the Work, or the character of the ground, being different from what he
anticipated.
All newly constructed work shall be carefully protected from injury in any way. No
wheeling or walking or placing of heavy loads on it shall be allowed and the Design -Build
Firm at its own expense shall reconstruct all portions damaged.
The Design -Build Firm shall at all times conduct the Work in such manner and in such
sequence as will ensure the least practicable local interference. Design -Build Firm shall
not open up Work to the prejudice of Work already started, and the Project Manager
may require the Design -Build Firm to finish a section on which Work is in progress
before Work is started on any additional section.
11. Method of Performing the Work
When measurements are affected by conditions already established or where items are
to be fitted into constructed conditions, it shall be the Design -Build Firm's responsibility
to verify all such dimensions at the site and the actual job dimensions shall take
precedence.
The apparent silence of the Contract documents as to any detail, or the apparent
omission from them of a detailed description concerning any Work to be done and
materials to be furnished, shall be regarded as meaning that only the best general
practice is to prevail and that only material and workmanship of the best quality is to be
used, and interpretation of the Contract Documents shall be made upon that basis.
If the Project Manager or Consultant reasonably determines the rate of progress of the
Work is not such as to ensure its completion within the designated completion time, or if,
in the opinion of the Project Manager the Design -Build Firm is not proceeding with the
Work diligently or expeditiously or is not performing all or any part of the Work according
to the Project schedule accepted by or determined by the Project, the Project Manager
shall have the right to order the Design -Build Firm to do either or both of the following:
16
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
(1) improve its work force; and/or (2) improve its performance in accordance with the
schedule to ensure completion of the Project(s) within the specified time. The Design -
Build Firm shall immediately comply with such orders at no additional cost to the City.
(3) The City at its sole option may also have Work performed by a third party Design -
Build Firm and deduct such cost from any monies due the Design -Build Firm.
Where materials are transported in the performance of the Work, vehicles shall not be
loaded beyond the capacity recommended by the vehicle manufacturer or permitted by
Federal, State or local law(s). When it is necessary to cross curbing or sidewalks,
protection against damage shall be provided by the Design -Build Firm and any damaged
curbing, grass areas, sidewalks or other areas shall be repaired at the expense of the
Design -Build Firm to the satisfaction of the Project Manager and Consultant.
The Design -Build Firm shall furnish to the Project Manager a complete listing of 24-hour
telephone numbers at which responsible representatives of the Design -Build Firm and all
of the Design -Build Firm's Sub Design -Build Firm and Subconsultants can be reached
should the need arise at any time.
12. Work Staging and Phasing
The Work to be performed shall be done in such a manner so as not to interfere with the
normal City operations of the Project site or facility. The manner in which the Work is
performed shall be subject to the approval of the Project Manager and Consultant, whom
if necessary, shall have the authority to require changes in the manner in which the
Work is performed. There shall be no obstruction of City services without the prior
written approval of the Project Manager or Consultant. All requests for such interruption
or obstruction must be given in writing to the Project Manager or Consultant 24 hours in
advance of the interruption of City operations.
The Design -Build Firm shall familiarize itself with normal City operations where the Work
is to be performed so that it can conduct the Work in the best possible manner to the
complete satisfaction of the Project Manager and Consultant.
A staging plan must be submitted to and approved by the Project Manager or the
Consultant prior to the start of construction and issuance of the Notice to Proceed. Such
staging plan shall be revised and resubmitted as necessary during construction.
13. Site Investigation and Representation
The Design -Build Firm acknowledges that it has satisfied itself as to the nature and
location(s) of the Work under the Contract Documents, the general and local conditions,
particularly those bearing upon availability of transportation, disposal, handling and
storage of materials, availability of labor, water, electric power, and roads, the
conformation and conditions at the ground based on City provided reports, the type of
equipment and facilities needed preliminary to and during the performance of the Work
and all other matters which can in any way affect the Work or the cost thereof under the
Contract Documents.
The Design -Build Firm further acknowledges that it has satisfied itself based on any
geotechnical reports the City may provide and inspection of the Project(s) site(s) as to
the character, quality, and quantity of surface and subsurface materials to be
encountered from inspecting the site and from evaluating information derived from
exploratory work that may have been done by the City or included in this Contract
Documents.
Any failure by the Design -Build Firm to acquaint itself with all the provided information
and information obtained by visiting the Project(s) site(s) will not relieve Design -Build
17
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Firm from responsibility for properly estimating the difficulty or cost thereof under the
Contract Documents. In the event that the actual subsurface conditions vary from the
actual City provided reports the Design -Build Firm shall notify the City and this Contract
Documents amount may be adjusted up or down depending on the conditions.
14. Design -Build Firm to Check Plans, Specifications and Data
Design -Build Firm shall verify all dimensions, quantities and details shown on the plans,
specifications or other data received from Project Manager or Consultant as part of the
Contract Documents, and shall notify the Project Manager and the Consultant of all
errors, omissions and discrepancies found therein within three (3) calendar days of
discovery. Design -Build Firm will not be allowed to take advantage of any error,
omission or discrepancy in the plans or specifications as the Design -Build Firm has sole
responsibility for design and construction. Design -Build Firm is also liable for damages
and/or re -works resulting from errors, omissions or discrepancies in the plans and/or
specifications
15. Design -Build Firm's Responsibility for Damages and Accidents
Design -Build Firm shall accept full responsibility for Work against all losses or damages
of whatever nature sustained until Final Acceptance by City, and shall promptly repair or
replace, at no additional cost to the City any Work, materials, equipment, or supplies
damaged, lost, stolen, or destroyed from any cause whatsoever.
16. Accidents
The Design -Build Firm shall provide such equipment and facilities as are necessary or
required, in the case of accidents, for first aid service to person who may be injured
during the Project(s) duration. The Design -Build Firm shall also comply with the OSHA
requirements as defined in the United States Labor Code 29 CFR 1926.50. In addition,
the Design -Build Firm must report immediately to the Project Manager every accident to
persons or damage to property, and shall furnish in writing full information, including
testimony of witnesses regarding any and all accidents.
17. Safety Precautions
Design -Build Firm shall be solely responsible for initiating, maintaining and supervising
all safety precautions and programs in connection with the Work. Design -Build Firm
shall take all necessary precautions for the safety of, and shall provide the necessary
protection to prevent damage, injury or loss to:
• All employees on the Project(s) site(s) and other persons who may be affected
thereby;
• All the Work and all materials or equipment to be incorporated therein, whether
in storage on or off the Project(s) site(s); and
• Other property at the Project(s) Site(s) or adjacent thereto, including trees,
shrubs, lawns, walks, pavements, roadways, structures and utilities not
designated for removal, relocation or replacement in the course of construction.
Design -Build Firm shall designate a responsible member of its organization at the
Project(s) site(s) whose duty shall be the prevention of accidents. This person shall be
Design -Build Firm's superintendent unless otherwise designated in writing by Design -
Build Firm to Project Manager.
Design -Build Firm shall comply with all applicable laws, ordinances, rules, regulations
and orders of any public body having jurisdiction for the safety of persons or property or
to protect them from damage, injury or loss; and shall erect and maintain all necessary
18
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
safeguards for such safety and protection. Design -Build Firm shall notify owners of
adjacent property and utilities when prosecution of the Work may affect them. All
damage, injury or loss to any property caused directly or indirectly, in whole or in part, by
Design -Build Firm, any Subcontractor, Subconsultant or anyone directly or indirectly
employed by any of them or anyone for whose acts any of them may be liable, shall be
remedied by Design -Build Firm. Design -Build Firm's duties and responsibilities for the
safety and protection of the Work shall continue until such time as all the Work is
completed and Project Manager has issued the Design -Build Firm a notice of Final
Acceptance.
Design -Build Firm must adhere to the applicable environmental protection guidelines for
the duration of a Project. If hazardous waste materials are used, detected or generated
at any time, the Project Manager must be immediately notified of each and every
occurrence. The Design -Build Firm shall comply with all codes, ordinances, rules,
orders and other legal requirements of public authorities (including OSHA, EPA, PERA,
the City, Miami -Dade County, FDOT, State of Florida, and Florida Building Code), which
bear on the performance of the Work.
The Design -Build Firm shall take the responsibility to ensure that all Work is performed
using adequate safeguards, including but not limited to: proper safe rigging, safety nets,
fencing, scaffolding, barricades, chain link fencing, railings, barricades, steel plates,
safety lights, and ladders that are necessary for the protection of its employees, as well
as the public and City employees. All riggings and scaffolding shall be constructed with
good sound materials, of adequate dimensions for their intended use, and substantially
braced, tied or secured to ensure absolute safety for those required to use it, as well as
those in the vicinity. All riggings, scaffolding, platforms, equipment guards, trenching,
shoring, ladders and similar actions or equipment shall be . OSHA approved, as
applicable, and in accordance with all federal, state and local regulations.
If an emergency condition should develop during a Project, the Design -Build Firm must
immediately notify the Project Manager of each and every occurrence. The Design -Build
Firm should also recommend any appropriate course(s) of action to the Project
Manager.
18. Occupational Health and Safety
In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section
38F-41.03 of the Florida Administrative Code delivered as a result of a Project must be
accompanied by a Material Safety Data Sheet (MSDS) which may be obtained from the
manufacturer. The MSDS must include the following information:
• The chemical name and the common name of the substance.
• The hazards or other risks in the use of the substance, including:
o The potential for fire, explosion, corrosion, and reaction;
o. The known acute and chronic health effects of risks from exposure, including
the medical conditions which are generally recognized as being aggravated
by exposure to the substance; and
o The primary routes of entry and symptoms of overexposure.
• The proper precautions, handling practices, necessary personal protective
equipment, and other safety precautions in the use of or exposure to the
substances, including appropriate emergency treatment in case of overexposure.
• The emergency procedure for spills, fire, disposal, and first aid.
• A description in lay terms of the known specific potential health risks posed by
the substance intended to alert any person reading this information.
19
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
• The year and month, if available, that the information was compiled and the
name, address, and emergency telephone number of the manufacturer
responsible for preparing the information.
19. Labor and Materials
Unless otherwise provided herein, Design -Build Firm shall provide and pay for all
materials, labor, water, tools, equipment, light, power, transportation and other facilities
and services necessary for the proper execution and completion of the Work, whether
temporary or permanent and whether or not incorporated or to be incorporated in the
Work.
Design -Build Firm shall at all times enforce strict discipline and good order among its
employees, Sub Design -Build Firm , and Subconsultant at the Project(s) site(s) and shall
not employ on the Project(s) any unfit person or anyone not skilled in the Work to which
they are assigned.
20. Rules, Regulations, and Licenses
The successful Design -Build Firm shall comply with all laws and regulations applicable
to provision of services specified in the Contract Documents. The Design -Build Firm
shall be familiar with all federal, state and local laws that may in affect the goods and/or
services offered.
21. Project Management
Where a Design -Build Firm is awarded Work, the Design -Build Firm shall be responsible
for all Project management, including any and all subcontracts necessary to ensure that
the Work is performed in accordance with the Contract Documents. Project
Management shall include, but is not limited to: obtaining bids from subcontractors and
suppliers; coordinating the securing of all permits; obtaining licenses and inspections;
ensuring that subcontractors, and Subconsultants comply with all City requirements;
performing the Work in accordance with the Contract Documents to the satisfaction of
the Project Manager; paying all Sub Design -Build Firm s and Subconsultants; obtaining
release of liens/claims fees; and obtaining temporary and final Certificates of Occupancy
or Completion.
22. Superintendence and Supervision
The Design -Build Firm shall keep the Contract under his own control and it shall be its
responsibility to see that the Work is properly supervised and carried on faithfully and
efficiently. The Design -Build Firm shall supervise the Work personally and shall have a
competent, English-speaking superintendent, or representative who shall be on the site
of the Project at all working hours, and who shall have full authority by the Design -Build
Firm to direct the performance of the Work and make arrangements for all necessary
materials, equipment, and labor without delay.
The orders of the City are given through the Project Manager, which instructions are to
be strictly and promptly followed in every case. Design -Build Firm shall keep on the
Project during its progress, a full-time competent English speaking superintendent and
any necessary assistants, all satisfactory to Project Manager. The superintendent shall
not be changed except with the written consent of Project Manager, unless the
superintendent proves to be unsatisfactory to Design -Build Firm and ceases to be in its
employ. The superintendent shall represent Design -Build Firm and all directions given
to the superintendent shall be as binding as if given to Design -Build Firm and will be
confirmed in writing by Project Manager upon the written request of Design -Build Firm.
Design -Build Firm shall give efficient supervision to the Work, using its best skill and
20
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
attention. The Project Manager shall be provided telephone number(s) for the
superintendent where the superintendent can be contacted during normal working hours
as well as after hours for emergencies.
The Design -Build Firm's superintendent shall record, at a minimum, the following
information in a bound log: the day; date; weather conditions and how any weather
condition affected progress of the Work; time of commencement of Work for the day; the
Work being performed; materials, labor, personnel, equipment and Sub Design -Build
Firm s and Subconsultants at the Project(s) site(s); visitors to the Project site, including
representatives of the City, regulatory representatives; any special or unusual conditions
or occurrences encountered; and the time of termination of Work for the day. All
information shall be recorded in the daily log in indelible ink. The daily log shall be kept
on the Project(s) site(s) and shall be available at all times for inspection and copying by
Project Manager.
The Project Manager, Design -Build Firm and Consultant shall meet at least every two (2)
weeks or as otherwise determined by the Project Manager, during the course of the
Work to review and agree upon the Work performed and outstanding issues. The
Design -Build Firm shall publish, keep, and distribute minutes and any comments thereto
of each such meeting.
If Design -Build Firm, in the course of performing the Work, finds any discrepancy
between the Contract Documents and the physical conditions of the locality, or any
errors, omissions, or discrepancies in the Plans, it shall be Design -Build Firm's duty to
immediately inform Project Manager and Consultant, in writing, and Project Manager or
Consultant, will promptly review the same. All Work performed as a result of such
discovery, will be done at Design -Build Firm's sole risk.
Design -Build Firm shall supervise and direct the Work competently and efficiently,
devoting such attention thereto and applying such skills and expertise as may be
necessary to perform the Work in accordance with the Contract Documents. Design -
Build Firm shall be solely responsible for the means, methods, techniques, sequences
and procedures of construction.
23. Authority of the Protect Manager
The Director hereby authorizes the Project
of its agreement with the City, designated
questions of any nature whatsoever arising
way relating to or on account of the Work,
Work to be performed under this Contract D
Manager or the Consultant, within the scope
in the Contract Documents to determine, all
out of, under or in connection with, or in any
and questions as to the interpretation of the
ocuments.
The Design -Build Firm shall be bound by all determinations or orders of the Project
Manager and/or Consultant and shall promptly respond to requests of the Project
Manager and/or Consultant, including the withdrawal or modification of any previous
order, and regardless of whether the Design -Build Firm agrees with the Project
Manager's and/or Consultant's determination or requests. Where requests are made
orally, the Project Manager and/or Consultant will follow up in writing, as soon thereafter
as is practicable.
The Project Manager and/or Consultant shall have authority to act on behalf of the City
to the extent provided by the Contract, unless otherwise modified in writing by the City.
All instructions to the Design -Build Firm shall be issued in writing. All instructions to the
Design -Build Firm shall be issued through the Director or Project Manager or the
Consultant.
21
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
The Project Manager and Consultant shall have access to the Project(s) Site(s) at all
times. The Design -Build Firm shall provide safe facilities for such access so the Project
Manager and Consultant may perform their functions under the Contract. The Project
Manager and Consultant will make periodic visits to the Work Site to become generally
familiar with the progress and quality of the Work, and to determine if the Work is
proceeding in accordance with the Contract Documents.
The Project Manager will not be responsible for construction means, methods,
techniques, sequences or procedures, or for safety precautions and programs in
connection with the Work, and will not be responsible for the Design -Build Firm's failure
to carry out the Work in accordance with the Contract Documents.
The Project Manager and Consultant will have authority to reject Work that does not
conform to the Contract Documents. Whenever, in his or her opinion, it is considered
necessary or advisable to ensure the proper completion of the Contract Documents the
Project Manager and Consultant will have authority to require special inspections or
testing of the Work, whether or not such Work is fabricated, installed or completed.
Neither the Project Manager's nor Consultant's authority to act under this paragraph, nor
any decision made by him in good faith either to exercise or not to exercise such
authority, shall give rise to any duty or responsibility of the Project Manager or
Consultant to the Design -Build Firm, any Sub Design -Build Firm, Subconsultant, supplier
or any of their agents, employees, or any other person performing any of the Work.
All interpretations and recommendations of the Project Manager and Consultant shall be
consistent with the intent of the Contract Documents.
The Project Manager shall notify the Design -Build Firm in writing where the Work does
not comply with the scope of services.
The Project Manager will not be responsible for the acts or omissions of the Design -
Build Firm, any Sub Design -Build Firm, Subconsultant, or any of their agents or
employees, or any other persons performing any of the Work.
24. Inspection of Work
Inspectors and the City shall at all times have access to the Work during normal work
hours, and Design -Build Firm shall provide proper facilities for such access and for
inspecting, measuring and testing.
Should the Contract Documents, Consultant/Inspector Project Manager's instructions,
any laws, ordinances, or any public authority require any of the Work to be specially
tested or approved, Design -Build Firm shall give Project Manager and Consultant timely
notice of readiness of the Work for testing. If the testing or approval is to be made by an
authority other than City, timely notice shall be given of the date fixed for such testing.
Testing shall be made promptly, and, where practicable, at the source of supply. If any
of the Work should be covered up without approval or consent of Project Manager or
Consultant, it must, if required by the Project Manager or Consultant, be uncovered for
examination and properly restored at Design -Build Firm's expense.
Unless otherwise provided, the Design -Build Firm shall make arrangements for such
tests, inspections and approvals with the City's testing laboratory or entity. The Design -
Build Firm shall give the City and the Consultant timely notice of when and where tests
and inspections are to be made so that the City or Consultant may be present for such
procedures.
Re-examination of any of the Work may be ordered by the Project Manager or
Consultant, and if so ordered, the Work must be uncovered by Design -Build Firm. If such
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Work is found to be in accordance with the Contract Documents, City shall pay the cost
of reexamination and replacement by means of a Change Order. If such Work is not in
accordance with the Contract Documents, Design -Build Firm shall pay such cost.
The Design -Build Firm shall bear the cost of correcting destroyed or damaged
construction, whether completed or partially completed, of the City or separate Design -
Build Firms caused by the Design -Build Firms correction or removal of Work which is
not in accordance with the requirements of the Contract Documents.
Inspectors shall have no authority to permit deviations from, or to relax any of the
provisions of the Contract Documents or to delay the Work by failure to inspect the
materials and Work with reasonable promptness without the written permission or
instruction of Project Manager or Consultant.
The payment of any compensation, whatever may be its character or form, or the giving
of any gratuity or the granting of any favor by the Design -Build Firm to any Inspector,
directly or indirectly, is strictly prohibited, and any such act on the part of the Design -
Build Firm will constitute a breach of this Contract.
25. Taxes
Design -Build Firm shall pay all applicable sales, consumer, use and other taxes required
by law. Design -Build Firm is responsible for reviewing the pertinent state statutes
involving state taxes and complying with all requirements.
26. Separate Contracts
Prior to the commencement of the Work the Project Manager will notify the Design -Build
Firm of all ongoing projects or projects scheduled to commence during the Work that
may require coordination. The Design -Build Firm shall be responsible for coordinating
the Work with any other project to minimize any potential adverse impact. Design -Build
Firm shall not be entitled to any days of delay for failure to properly coordinate the Work.
The Project Manager will assist the Design -Build Firm in coordinating the Work.
However, the sole responsibility for coordination rests with the Design -Build Firm.
If any part of Design -Build Firm's Work depends for proper execution or results upon the
work of any other persons, Design -Build Firm shall inspect and promptly report to Project
Manager and Consultant any defects in such work that render it unsuitable for such
proper execution and results. Design -Build Firm's failure to so inspect and report shall
constitute an acceptance of the other person's work as fit and proper for the reception of
Design -Build Firm's Work, except as to defects which may develop in other Design -Build
Firm's work after the execution of Design -Build Firm's Work.
Design -Build Firm shall conduct its operations and take all reasonable steps to
coordinate the prosecution of the Work so as to create no interference or impact on any
other Design -Build Firm on the site. Should such interference or impact occur, Design -
Build Firm shall be liable to the affected Design -Build Firm for the cost of such
interference or impact.
To ensure the proper execution of subsequent Work, Design -Build Firm shall inspect the
Work already in place and shall at once report to Project Manager and Consultant any
discrepancy between the executed Work and the requirements of the Contract
Documents.
27. Lands of Work
23
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
City shall provide, as may be indicated in the Contract Documents, the lands upon which
the Work is to be performed, rights -of -way and easements for access thereto and such
other lands as are designated by City for the use of Design -Build Firm.
Design -Build Firm shall provide, at Design -Build Firm's own expense and without liability
to City, any additional land and access thereto that may be required for temporary
construction facilities, or for storage of materials. Design -Build Firm shall furnish to City
copies of written permission obtained by Design -Build Firm from the owners of such
facilities.
28. Coordination of Work
The Project Site(s) may be occupied and may operate on a twenty-four hour seven day
a week schedule. Design -Build Firm shall ensure that the performance of the Work does
not impact any ongoing operations at Project(s) site(s), which also includes the delivery
of any materials and equipment. Access to and egress from the Project Site(s) shall be
coordinated with the Project Manager to minimize interference to regular and emergency
operations of the facility.
During progress of Work under this Contract, it may be necessary for other Design -Build
Firm 's and persons employed by the City to Work in or about the Project. The City
reserves the right to put such other Design -Build Firm s to work and to afford such
access to the Project site of the Work to be performed hereunder at such times as the
City deems proper.
If this Contract requires a portion of the Work to be tied into work done under other
Contract(s), it will be necessary for Design -build Firm to plan its Work and cooperate
with other Design -Build Firm s insofar as possible to prevent any interference and delay.
The Design -build Firm shall not impede or interfere with the work of other Design -Build
Firm s engaged in or about the Work and shall so arrange and conduct its Work that
such other Design -Build Firm s may complete their work at the earliest date possible.
29. Differing Site Conditions
No adjustments to the Contract Time or Contract Price shall be approved due to differing
site conditions as the Design -Build Firm is solely responsible for all aspects of design
and construction of the Project.
30. Existing Utilities
Known utilities and structures adjacent to or encountered in the Work will be shown on
the Drawings. The locations shown are taken from existing records and the best
information available from existing plans and utility investigations; however, it is
expected that there may be some discrepancies and omissions in the locations and
quantities of utilities and structures shown. Those shown are for the convenience of the
Design -Build Firm only, and no responsibility is assumed by either the City for their
accuracy or completeness. No request for additional compensation or contract time
resulting from encountering utilities not shown will be considered. The Design -Build Firm
is responsible for locating all underground utilities. The Design -Build Firm shall explore
sufficiently ahead of the Work to allow time for any necessary adjustments The Design -
Build Firm must coordinate all underground utility locations through "Sunshine State One
Call of Florida, Inc", who shall be contacted a minimum of 48 hours before the Design -
Build Firm commences any digging.
31. Design -Build Firm's Responsibility for Utility Properties and Service
24
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Where the Design -Build Firm's operations could cause damage or inconvenience to
railway, telephone, fiber optic, television, electrical power, oil, gas, water, sewer, or
irrigation systems, the Design -Build Firm shall make all arrangements necessary for the
protection of these utilities and services or any other known utilities.
Notify all utility companies that are affected by the construction operation at least 48
hours in advance. Under no circumstance expose any utility without first obtaining
permission from the appropriate agency. Once permission has been granted, locate,
expose, and provide temporary support for all existing underground utilities and utility
poles where necessary.
The Design -Build Firm and its Sub Design -Build Firm s shall be solely and directly
responsible to the owner and operators of such properties for any damage, injury,
expense, loss, inconvenience, delay, suits, actions, or claims of any character brought
because of any injuries or damage which may result from the construction operations
under the Contract Documents.
Neither the City nor its officers or agents shall be responsible to the Design -Build Firm
for damages as a result of the Design -Build Firm's failure to protect utilities encountered
in the Work.
In the event of interruption to domestic water, sewer, storm drain, or other utility services
as a result of accidental breakage due to construction operations, promptly notify the
proper authority. Cooperate with said authority in restoration of service as promptly as
possible and bear all costs of repair. In no event shall interruption of any utility service be
allowed unless granted by the owner of the utility.
In the event water service lines that interfere with trenching are encountered, the
Design -Build Firm may, by obtaining prior approval of the water utility, cut the service,
dig through, and restore the service with similar and equal materials at the Design -Build
Firm's expense and as approved by the Project Manager or Consultant.
Replace, with material approved by the Project Manager or Consultant, at Design -Build
Firm's expense, any and all other laterals, existing utilities or structures removed or
damaged during construction, unless otherwise provided for in the Contract Documents
and as approved by the Project Manager or Consultant.
Replace with material approved by the Project Manager or Consultant, at Design -Build
Firm's expense, any existing utilities damaged during the Work
32. Interfering Structures
An attempt has been made to show major structures on the furnished Drawings. While
the information has been compiled from the best available sources, its completeness
and accuracy cannot be guaranteed, and is presented as a guide. The Design -Build
Firm shall field verify all locations. Design -Build Firm shall coordinate with any affected
companies, including utility companies and take necessary precautions to prevent
damage to existing structures whether on the surface, above ground, or underground,
including have the owner of the interfering structures place temporary supports.
33. Field Relocation
During the process of the Work, it is expected that minor relocations of the Work may be
necessary. Such relocations shall be made only by the direction of the Project Manager
or Consultant at the Design -Build Firm's expense. If existing structures are encountered
that will prevent construction as shown, the Design -Build Firm shall notify the Project
Manager or Consultant before continuing with the Work in order that the Project
25
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Manager or Consultant may make such field revisions as necessary to avoid conflict with
the existing structures. Where the Design -Build Firm fails to notify the Project Manager
or Consultant when an existing structure is encountered, and proceeds with the Work
despite this interference, the Design -Build Firm does so at his own risk.
34. Design -Build Firm's Use of Project Site(s)
Limitations may be placed on the Design -Build Firm's use of the Project(s) site(s) and
such limitations will be identified by the Project Manager. In addition to such limitations,
the Project Manager may make storage available to the Design -Build Firm at his sole
discretion based on availability of space. The Design -Build Firm shall also coordinate
and schedule deliveries so as to minimize disruptions to City day-to-day operations.
The Design -Build Firm shall limit its use of the Project site(s), so as to allow for the City's
continuous operation. This is necessary, as the Project Site(s) may remain in operation
during the Work.
• The Design -Build Firm shall:
o Confine operations at the Project(s) site(s) to the areas permitted by the
Project Manager; not disturb portions of the Project(s) site(s) beyond the
specified areas; conform to Project(s) site(s) rules and regulations affecting
the Work.
o Keep existing driveways and entrances serving surrounding facilities clear
and available to the City, its employees and the public at all times; not use
areas for parking and/or storage of materials except as authorized by the
Project Manager.
o Assume all responsibility for its tools, equipment and materials, including any
materials purchased for the Work and not accepted by the City, and its
vehicles while performing Work for the City and/or while parked or stored at a
City facility. The City assumes no liability for damage or loss to the items
specified in this paragraph.
Access to parking and egress from the Project(s) site(s) shall be subject to the approval
of the Project Manager.
35 Materials and Equipment
Design -Build Firm warrants to City that all materials and equipment furnished under the
Contract will be new unless otherwise specified and that all of the Work will be of the
highest quality, free from faults and defects and in conformance with the Contract. All
Work not conforming to these requirements, including substitutions not properly
approved and authorized, may be considered defective. If required by the Project
Manager or Consultant, Design -Build Firm shall furnish satisfactory evidence as to the
kind and quality of materials and equipment. This warranty is not limited by any other
provisions within the Contract Documents.
36. Material and Equipment Shipment, Handling, Storage and Protection
Preparation for Shipment
When practical, equipment shall be factory assembled. The equipment parts and
assemblies that are shipped unassembled shall be furnished with assembly plan and
instructions. The separate parts and assemblies shall be factory match -marked or
tagged in a manner to facilitate assembly. All assemblies are to be made by the Design -
Build Firm at no additional cost to the City.
26
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Generally, machined and unpainted parts subject to damage by the elements shall be
protected with an application of a strippable protective coating, or other approved
protective method.
Equipment shall be packaged or crated in a manner that will provide protection from
damage during shipping, handling, and storage.
The outside of the package or crate shall be adequately marked or tagged to indicate its
contents by name and equipment number, if applicable; approximate weight; state any
special precautions for handling; and indicate the recommended requirements for
storage prior to installation.
Packaging and Delivery of Spare Parts and Special Tools
Properly mark to identify the associated equipment by name, equipment, and part
number. Parts shall be packaged in a manner for protection against damage from the
elements during shipping, handling, and storage. Ship in boxes that are marked to
indicate the contents. Delivery of spare parts and special tools shall be made prior to the
time associated equipment is scheduled for the initial test run.
Shipment
All equipment and material shall be shipped with freight and shipping paid, FOB job site.
The Design -Build Firm shall request a 7-day advance notice of shipment from
manufacturers, and, upon receipt of such notice, provide the Engineer with a copy of the
current delivery information concerning equipment items and material items of critical
importance to the Project schedule.
Receiving
The Design -Build Firm shall unload and record the receipt of all equipment and materials
at the jobsite.
All costs for receiving, inspection, handling, storage, insurance, inventory control, and
equipment maintenance for the Design -Build Firm -Supplied and City -Supplied materials
and equipment shall be included in the prices Bid and no extra compensation will be
allowed.
Inspection
Immediately upon receipt of equipment and materials at the jobsite, the Design -Build
Firm shall inspect for completeness and any evidence of damage during shipment. City
supplied equipment and material shall be inspected and inventoried together with City's
Inspector. Should there appear to be any shortage or damage, the Project Manager or
Consultant shall be immediately notified; and the Design -Build Firm shall be fully
responsible for informing the manufacturers and the transportation company of the
extent of the shortage or damage. If the item or items require replacing or supplying
missing parts, the Design -Build Firm shall take the necessary measures to expedite the
replacement or supply the missing parts.
Handling
Equipment and materials received for installation on the Project(s) shall be handled in
accordance with the manufacturer's recommendations, and in a manner that will prevent
damage.
Storage
27
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Equipment and materials shall be stored prior to installation as recommended by the
manufacturer. Generally, materials such as pipe shall be stored off the ground in
approved storage yards. Items subject to damage by the elements, vandalism, or theft
shall be stored in secure buildings. Items requiring environmental control for protection
shall be provided with the necessary environmentally controlled storage facilities at no
cost to the City.
Insurance
The Design -Build Firm's insurance shall adequately cover the value of materials
delivered but not yet incorporated into the Work.
Inventory Control
Equipment and materials shall be stored in a manner to provide easy access for
inspection and inventory control. The Design -Build Firm shall keep a running account of
all materials in storage to facilitate inspection and to estimate progress payments for
materials delivered but not installed in the Work.
Equipment's Maintenance Prior to Acceptance by the City
Provide the required or manufacturer's recommended maintenance during storage,
during the installation, and until such time as the City accepts the equipment for full-time
operation.
Salvage Equipment
Any salvageable pipe, fittings, or other miscellaneous material or equipment removed
during construction and not reused in the Work shall be cleaned, hauled, and stored by
the Design -Build Firm at his own expense, where directed by the Project Manager, and
shall remain the property of the City. All other material shall be disposed of by the
Design -Build Firm at his own expense.
37. Manufacturer's Instructions
The Design -Build Firm shall:
Comply with manufacturer's requirements for the handling, delivery, storage, and
installation of all materials, and equipment. Where required by the Contract Documents,
Design -Build Firm shall submit manufacturer's printed instructions for delivery, storage,
assembly, and installation.
Comply with the manufacturer's applicable instructions and recommendations for the
performance of the Work, to the extent that these instructions and recommendations are
more explicit or more stringent than requirements indicated in the Contract Documents
including the Contract Documents.
Inspect each item of material or equipment immediately prior to installation and reject
damaged and defective items.
Provide attachment and connection devices and methods for securing the Work; secure
Work true to line plumb and level, and within recognized industry standards; allow for
expansion and building movement; provide uniform joint width in exposed Work; arrange
joints in exposed Work to obtain the best visual effect and refer questionable visual
effect choices to the Consultant for final decision when applicable to the Work.
Recheck measurements and dimensions of the Work, as an integral step in starting each
portion of the Work.
28
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Install each unit or section of Work during favorable weather conditions, which shall
ensure the best possible results in coordination with the entire Project(s) and isolate
each unit of Work from incompatible Work as necessary to prevent potential interference
among each section and/or deterioration of equipment.
Coordinate enclosure of the Work, which requires inspections and tests so as to
minimize the necessity of uncovering Work for that purpose.
When required by the Contract Documents or the manufacturer, a qualified
representative shall be present to observe field conditions, conditions of surface and
installation, quality of workmanship, and applications. Manufacturer's representative
shall provide the Design -Build Firm and the Project Manager a written report of field
observations.
38. Manufacturer's Warranty
Design -Build Firm shall provide all manufacturers' warranties. All warranties, expressed
and/or implied, shall be made available to the City for material and equipment covered
by this Contract Documents. All material and equipment furnished shall be fully
guaranteed by the Design -Build Firm against factory defects and workmanship. At no
expense to the City, the Design -Build Firm shall correct any and all apparent and latent
defects that may occur within the manufacturer's standard warranty. The Contract
Documents may supersede the manufacturer's standard warranty. Manufacturer's
warranties will become effective upon Final Acceptance of the Project(s).
39. Submittals
Design -Build Firm shall check and approve all shop drawing, samples, product data,
schedule of values, and any and all other submittals to make sure they comply with the
Contract Documents prior to submission to the Project Manager or Consultant.
Design -Build Firm by approving and submitting any submittals, represents that they have
verified the accuracy of the submittals, and they have verified all of the submittal
information and documentation with the requirements of the Contract Documents. At
time of submission the Design -Build Firm shall advise the Project Manager and
Consultant in writing of any deviations from the Contract Documents. Failure of the
Design -Build Firm to advise the Project Manager or Consultant of any deviations shall
make the Design -Build Firm solely responsible for any costs incurred to correct, add or
modify any portion of the Work to comply with the Contract Documents.
Each shop drawing submittal shall contain a title block containing the following
information:
• Number and title of dravding, including Contract title and Number
• Date of drawing and revisions
• Name of Design -Build Firm and Sub Design -Build Firm s, (if any) submitting
drawings
• Name of Project, Building or Facility
• Specification Section title and number
• Design -Build Firm's Stamp of approval, signed by the Design -Build Firm or
his checker
• Space above the title block for Project Manager' or Consultant's action stamp
• Submittal or re -submittal number (whether first, second, third, etc.)
Date of submittal
29
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Design -Build Firm shall sign, in the proper block, each sheet of shop drawing and data
and each sample label to certify compliance with the requirements of the Contract
Documents. Shop drawing submitted without the stamp and signature shall be rejected
and it will be considered that the Design -Build Firm has not complied with the
requirements of the Contract Documents. Design -Build Firm shall bear the risk of any
delays that may occur as a result of such rejection.
City shall not be liable for any materials, fabrication of products or Work commenced that
requires submittals until the Project Manager or Consultant has retumed approved
submittals to the Design -Build Firm.
Project Manager shall make every effort to review submittals within fourteen (14)
calendar days from the date of receipt by the Project Manager. Project Manager's review
shall only be for conformance with design concepts and the information provided in the
Contract Documents. The approval of a separate item shall not constitute approval of an
assembly in which the item functions. The Project Manager or Consultant shall return
the shop drawings to the Design -Build Firm for their use and distribution.
Acceptance of any submittal shall not relieve the Design -Build Firm of any responsibility
for any deviations from the requirements of the Contract Documents unless the Design -
Build Firm has given written notice to the Project Manager of the specific deviations and
the Project Manager has issued written approval of such deviations.
By approving and submitting Shop Drawings, Product Data and Samples, the Design -
Build Firm represents that all materials, field measurements and field construction
criteria related thereto have been verified, checked and coordinated with the
requirements of the Work and have been verified, checked and coordinated with this
Contract Documents.
Design -Build Firm shall be responsible for the distribution of all shop drawings, copies of
product data and samples, which bear the Project Manager's or Consultant's stamp of
approval. Distribution shall include, but not be limited to; job site file, record documents
file, Sub -Design -Build Firm, suppliers, and other affected parties or entities that require
the information.
The Design -Build Firm shall also provide copies of all plans approved and permitted by
the required governing authorities.
The Design -Build Firm shall not be relieved of responsibility for errors or omissions in
any and all submittals by the Project Manager's or Consultant's acceptance thereof. The
Design -Build Firm warrants the adequacy for the purpose intended of any shop drawings
or portion of a shop drawing that alters, modifies or adds to the requirements of the
Contract Documents.
Nothing in the Project Manager's or Consultant's review of Shop Drawings, Submittals
and Samples shall be construed as authorizing additional work or increased cost to the
City.
40. Shop Drawings, Working Drawings and Samples
The Design -Build Firm shall submit to the Design Criteria Professional for acceptance, if
any, such working drawings, shop drawings, test reports and data on materials and
equipment, and material samples as are included in the Design Documents prepared by
the Design -Build Firm, or in the DCP.
SHOP DRAWINGS: The term "Shop Drawings" shall be construed to mean Design -Build
Firm's plans for material and equipment, which becomes an integral part of the Project.
Shop drawings shall consist of fabrication, erection and setting drawings and schedule
30
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
drawings, manufacturer's scale drawings, wiring and control diagrams, material and
equipment lists, catalog data sheets, cuts, performance curves, diagrams, materials of
construction and similar descriptive material.
Shop drawings shall be prepared in a manner and sufficient detail to enable the City to
determine compliance with all FDOT and City of Miami design standards.
Drawings and schedules shall be checked and coordinated with the work of all trades
involved before they are submitted for review by the City and shall bear the Design -Build
Firm's stamp of review and acceptance as evidence of such checking and coordination.
If drawings show variation from Contract requirements because of standard shop
practice or for other reasons, the Design -Build Firm shall describe such variations in his
letter of transmittal. If acceptable, proper adjustment in the Contract shall be
implemented where appropriate. If the Design -Build Firm fails to describe such
variations, he shall not be relieved of the responsibility for executing the Work in
accordance with the Contract, even though such drawings have been reviewed.
WORKING DRAWINGS: The term "Working Drawings" shall be construed to mean the
Design -Build Firm's plan for temporary structures such as temporary bulkheads, support
of open cut excavation, support of utilities, groundwater control systems, forming and
false work for underpinning, and for such other work as may be required for construction
but does not become an integral permanent part of the Project.
Working Drawings shall be submitted to the Project Manager at least thirty (30) calendar
days (unless otherwise specified) in advance of their being required for the Work.
Working Drawings, where required, shall be prepared, signed and sealed by a registered
professional engineer currently licensed to practice in the State of Florida. Working
Drawing submittals are required to verify compliance with this provision. The Design -
Build Firm and the Design -Build Firm's engineer assume all risks of error; the City shall
have no responsibility therefore.
DESIGN -BUILD FIRM 'S RESPONSIBILITY - The DESIGN -BUILD FIRM shall:
1. Check all drawings, data and samples prepared by or for him before
submitting them to the Project Manager for review;
2. Stamp each data Submittal with " Design -Build Firm's Stamp" indicating that
they have been checked. Shop drawings submitted to the Project Manager
without the "Design -Build Firm's Stamp" will be returned for nonconformance with
this requirement;
3. Determine and verify field measurements and construction criteria;
4. Determine and verify specific catalog numbers and similar data (other catalog
or manufacturer's data not pertinent to the Submittal shall be crossed or marked
out).
5. Determine and verify general conformance with the Design Criteria.
6. Not begin any work covered by a shop drawing returned for correction until a
revision or correction thereof has been reviewed, accepted and returned to the
Design -Build Firm by the Project Manager. The Design -Build Firm shall be
responsible for and bear all costs for damages which may result from the
ordering of any material or from proceeding with any part of the work prior to the
review and acceptance by the City of the necessary shop drawings;
7. Carry out the construction in accordance with shop drawings as returned by
the City with no exceptions or as noted and shall make no further changes
therein except upon written instruction from the Engineer;
31
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
8. Submit to the Project Manager all shop drawings, samples and schedules
sufficiently in advance of construction requirements to provide no less than thirty
(30) calendar days for checking, and appropriate action;
8. List exceptions to the Design Criteria taken by the Design -Build Firm in the
letter of Shop Drawing Transmittal to the Project Manager.
CITY'S RESPONSIBILITY - the City will:
1. Review shop drawings, data, and samples submitted by the Design -Build Firm
to interpret the work depicted on such Submittal to be in general conformance
with the design concept and in general compliance with the Contract
requirements. The City's review and comments, if any, constitutes a limited,
conditional or qualified permission to use such materials, equipment or methods
and does not constitute an acceptance of dimensions, quantities, details of the
material, equipment, device or item submitted.
2. Review and return shop drawing submittals within 30 calendar days of receipt.
3. Reject and return shop drawings to the Design -Build Firm without action
(Stamped "REJECTED") or review with the following applicable notation:
a. "Design -Build Firm's Stamp required - Incomplete Review by Design -Build
Firm ", or
b. "Submittal Incomplete - See
c. "Contract Variation Not Noted in Transmittal".
SUBMITTAL PROCEDURES:
Preliminary Shop Drawing Data: Within 20 days after the Award of the Contract the
Design -Build Firm shall submit to the Project Manager a complete listing of
manufacturers for all items for which shop drawings are to be submitted.
Shop Drawing Submittal Schedule: Within 30 days after the Notice to Proceed, the
Design -Build Firm shall submit to the Project Manager a complete schedule of shop
drawing submittals fixing the respective dates for submission, the beginning of
manufacture, testing, and installation of materials, supplies and equipment, noting those
submittals critical to the progress schedule.
Submittal Log: An accurate updated log of submittals maintained by the Design -Build
Firm and subject to review by the City at each scheduled progress meeting.
When reviewed by the City each of the shop drawings will be identified as having
received such review, being so stamped and dated. Shop drawings stamped
"REJECTED" will be returned to the Design -Build Firm for correction and re -submittal
with the required correction indicated on the shop drawing or listed on a "Shop Drawing
Review sheet".
If submitted drawings or schedules show a departure or variation from the Contract
Requirements which are in the interest of the City and to be so minor as not to involve a
change in Contract Price or time for performance, the City may return the reviewed
drawings without noting an exception.
If the Design -Build Firm makes a determination that conflicts with any part of the Design
Criteria Package, the Design -Build Firm shall give written notice thereof to the Project
Manager. This does not constitute a change order until accepted by the City.
Re -submittals will be handled in the same manner as first submittals. On re -submittals,
the Design -Build Firm shall direct specific attention on the transmittal and on re-
32
Design -Build Services for Seawall Stabilization and Repair Project RIP 11-12-033
submitted shop drawings to revisions other than the corrections requested by the Project
Manager on previous submissions. The Design -Build Firm shall make any corrections
required by the Project Manager.
The Project Manager will review a Submittal/re-submittal a maximum of two (2) times
after which the cost of review will be borne by the Design -Build Firm at the Project
Manager's standard hourly rate. No partial submittals will be reviewed. Submittals not
complete will be returned to the Design -Build Firm, and will be considered "Rejected"
until properly resubmitted.
Design -Build Firm shall submit a minimum of five (5) sets, plus additional sets as
required by his Sub Design -Build Firm's, of each shop drawing Submittal for review.
If catalog sheets or prints of manufacturers' standard drawings are submitted as Shop
Drawings, any additional information or changes on such drawings shall be typewritten
or lettered in ink.
The minimum size for shop drawings shall be 11" X 17". Each shop drawing shall be
clear, thoroughly detailed and shall have listed on it all Contract Documents references,
drawing number(s), specification section number(s) and the shop drawing numbers of
related work. Shop drawings must be complete in every detail, including location of the
Work. Materials, gauges, methods of fastening and spacing of fastenings, connections
with other work, cutting, fitting, drilling and any and all other necessary information per
standard trade practices or as required for any specific purpose shall be shown.
Where professional calculations and/or certification of performance criteria of materials,
systems, and or equipment are required, the Project Manager is entitled to rely upon the
accuracy and completeness of such calculations and certifications submitted by the
Design -Build Firm. Calculations, when required, shall be submitted in a neat clear and
easy format to follow.
Design -Build Firm shall keep one set of Shop Drawings marked with Project Manager's
and/or Consultant's approval at the job site at all times.
41. Product Data
Design -Build Firm shall submit four (4) copies of product data, warranty information and
operating and maintenance manuals in the same manner as shop drawing submittals.
Each copy must be marked to identify applicable products, models, options and other
data. Design -Build Firm shall supplement manufacturer's standard data to provide
information unique to the Work.
Design -Build Firm shall only submit pages that are pertinent. Submittals shall be
marked to identify pertinent products, with references to the specifications and the
Contract Documents. Identify reference standards, performance characteristics and
capacities, wiring and piping diagrams and controls, component parts, finishes,
dimensions and required clearances.
Design -Build Firm shall submit a draft of all product data, warranty information and
operating and maintenance manuals at 50% completion of construction.
42. Record Set
Design -Build Firm shall maintain in a safe place at the Project(s) site(s) a copy of the
Contract ,one record copy and one permit set of the Contract documents, including, but
not limited to, all Drawings, Specifications, accepted shop drawings, amendments,
Change Orders, RFIs, and Field Directives, field and performance test records,
construction progress schedules, as well as all written interpretations and clarifications
33
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
issued by the Project Manager or Consultant, in good order and annotated to show all
changes made during construction. The record documents shall be continuously
updated by Design -Build Firm throughout the prosecution of the Work to accurately
reflect all field changes that are made to adapt the Work to field conditions, changes
resulting from Change Orders, Construction Change Directives, and Field Directives as
well as all written interpretations and clarifications, and all concealed and buried
installations of piping, conduit and utility services. Design -Build Firm shall certify the
accuracy of the updated record documents. As a condition precedent to City's obligation
to pay Design -Build Firm, the Design -Build Firm shall provide evidence, satisfactory to
the Project Manager that Design -Build Firm is fulfilling its obligation to continuously
update the record documents. All buried items, outside the Project(s) site(s), shall be
accurately located on the record documents as to depth and in relationship to not less
than two (2) permanent features (e.g. interior or exterior wall faces). The record
documents shall be clean and all changes, corrections and dimensions shall be given in
a neat and legible manner in red. The record documents shall be available to the City for
reference. Upon completion of the Work and as a condition precedent to Design -Build
Firm's entitlement to final payment, the record documents shall be delivered to the
Project Manager by the Design -Build Firm. The Record Set of Drawing shall be
submitted in both hard copy and as electronic plot and .dwg files.
43. Supplemental Drawings and Instructions
Included as part of the Design Criteria Package is a CD titled: Supplemental
Documents, which includes documents number two (2) through fourteen (14).
The Project Manager or Design Criteria Professional shall have the right to approve and
issue supplemental instructions setting forth written orders, instructions, or
interpretations concerning the Contract Documents or its performance, provided such
Supplemental Instructions involve no change in the Contract Documents Price or this
Contract Documents Time.
Project Manager or Design Criteria Professional shall have the right to modify the details
of the plans and specifications, to supplement the plans and specifications with
additional plans, drawings or additional information as the Work proceeds, all of which
shall be considered as part of the Contract Documents. In case of disagreement
between the written and graphic portions of the Contract Documents, the written portion
shall govern.
44. Design -Build Firm Furnished Drawings
A Contract Documents may require the Design -Build Firm to furnish design, shop and/or
as -built drawings depending on the nature and scope of the Work to be performed. The
following applies to the different types of drawings.
The Project Manager and/or Consultant shall, after review of the drawings, initial and
mark the drawings in one of the following manners:
1. ACCEPTED - No correction required.
2. PROCEED AS CORRECTED - Minor changes or corrections identified.
Work can proceed subject to re -submittal and acceptance of the drawings.
3. REVISE AND RESUBMIT- Significant changes or corrections are
recommended. Submittal must be revised and resubmitted for acceptance
prior to Work proceeding.
4. REJECTED - Not in accordance with the Contract and/or Contract
Documents due to excessive changes or corrections or other justifiable
34
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
reason. Drawings must be corrected and resubmitted prior to any Work
being performed.
Revisions required by the permitting jurisdiction must also be reviewed and accepted by
the Project Manager or Design Criteria Professional prior to resubmission to the
permitting agency.
Acceptance by the City shall not relieve the Design -Build Firm from responsibility for
errors and omissions in the drawings.
45. Substitutions
Substitutions will only be considered after the award of the Contract. Whenever
materials or equipment are specified or described in the Contract Documents by using
the name of a proprietary item or the name of a particular supplier, the naming of the
item is intended to establish the type, function and quality required. Unless the name is
followed by words indicating that no substitution is permitted, materials or equipment of
other suppliers may be accepted by Project Manager if sufficient information is submitted
by Design -Build Firm to allow City and Consultant to determine that the material or
equipment proposed is equivalent or equal to that named. Requests for review of
substitute items of material and equipment will not be accepted by City and Consultant
from anyone other than the Design -Build Firm.
If the Design -Build Firm wishes to furnish or use a substitute item of material or
equipment, the Design -Build Firm shall have a maximum of two (2) re -submittals for any
substitution or approved equal to be reviewed by the City of Miami Project Manager
and/or Architect or Engineer of Record. Contractor shall comply with the original contract
documents and specifications after the two (2) re -submittals have been deemed "non-
compliant with the contract documents.
46. City Furnished Drawings
The DCP as required by Florida Statute §287.55 has been prepared by Atkins Global.
The DCP establishes the design criteria necessary for the Design -Build Firm to perform
the Work under this Project.
47. Interpretation of Drawings and Documents
Drawings and specifications are intended to be consistent, be mutually explanatory, and
should be used together and not separately. During the performance of the Project(s),
should any errors, omissions, conflicts, ambiguities or discrepancies be found in the
drawings and/or specifications, the Project Manager or the Consultant will clarify in
writing the intent of the drawings and/or specifications and the Design -Build Firm agrees
to abide by the Project Manager's or Consultant's interpretation and perform the Work in
accordance with the decision of the Project Manager or the Consultant. In such event,
the Design -Build Firm will be held to have included in its Contract Price the best
materials suitable for the purpose and/or methods of construction.
48. Product and Material Testing
The Design -Build Firm must provide for its own construction quality assurance and
quality control inspections, testing and material certifications and not rely upon the City
for these services. The City will not be responsible for materials testing of any type (e.g.,
grout for rock/soil anchors). All quality assurance services as may be required by the
approved project specifications shall be the responsibility of the Design Build Firm.
35
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
49. Field Directives
The Project Manager or Consultant may at times issue field based on visits to the
Project(s) Site(s). Such Field Directives shall be issued in writing and the Design -Build
Firm shall be required to comply with the directive. Where the Design -Build Firm
believes that the directive is outside the scope of the Work, the Design -Build Firm shall,
within 48 hours, notify the Project Manager that the work is outside the scope of the
Work. At that time the Field Directive may be rescinded or the Design -Build Firm may
be required to submit a request for a change to the Contract. Where the Design -Build
Firm is notified of the City's position that the Work is within the scope and the Design -
Build Firm disagrees, the Design -Build Firm shall notify the Project Manager that the
Design -Build Firm reserves the right to make a claim for the time and monies based on
the Field Directive. At no time shall the Design -Build Firm refuse to comply with the
directive. Failure to comply with the directive may result in a determination that the
Design -Build Firm is in default of the Contract.
50. Changes in the Work or Contract Documents
Without invalidating the Contract Documents and without notice to any Surety, City
reserves and shall have the right, from time to time to make such increases, decreases
or other changes in the character or quantity of the Work under the Contract Documents
as may be considered necessary or desirable to complete fully and acceptably the
proposed construction of a Project in a satisfactory manner. Any extra or additional
Work within the scope of the Project(s) must be accomplished by means of appropriate
Field Orders and Supplemental Instructions or Change Orders.
Any changes to the terms of the Contract Documents must be contained in a written
document, executed by the parties hereto. This section shall not prohibit the issuance of
Change Orders executed only by City.
51. Continuing the Work
Design -Build Firm shall carry on the Work and adhere to the progress schedule during
all disputes or disagreements with City, including disputes or disagreements concerning
a request for a Change Order, a request for a change in the Contract price or Contract
time for completion. The Work shall not be delayed or postponed pending resolution of
any disputes or disagreements.
52. Change Orders
Changes in the quantity or character of the Work within the scope of the Project(s) which
are not properly the subject of Field Orders or Supplemental Instructions, including all
changes resulting in changes in the Contract Price, or the Contract Time, shall be
authorized only by Change Orders approved in advance and issued in accordance with
the provisions of the City.
In the event satisfactory adjustment cannot be reached for any item requiring a change
in the Contract Price or Contract Time, and a Change Order has not been issued, City
reserves the right at its sole option to either terminate the Contract as it applies to the
items in question and make such arrangements as may be deemed necessary to
complete the disputed work; or submit the matter in dispute to the Director as set forth in
Article 85, Resolution of Disputes. During the pendency of the dispute, and upon receipt
of a Change Order approved by City, Design -Build Firm shall promptly proceed with the
change in the Work involved and advise the Project Manager, and Director in writing
within seven (7) calendar days of Design -Build Firm's agreement or disagreement with
36
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
the method, if any, provided in the Change Order for determining the proposed
adjustment in the Contract Price or Contract Time.
On approval of any Contract change increasing the Contract Price, Design -Build Firm
shall ensure that the performance bond and payment bond (if applicable) are increased
so that each reflects the total Contract Price as increased.
Under circumstances determined necessary by City, Change Orders may be issued
unilaterally by City.
The City reserves the right to order changes which may result in additions to or
reductions from the amount, type or value of the Work shown in the Contract and which
are within the general scope of the Contract Documents. Any such changes will be
known as Extra Work.
No Extra Work shall be performed except pursuant to written orders of the Project
Manager expressly and unmistakably indicating his/her intention to treat the Work
described therein as Extra Work. In the absence of such an order, the Project Manager
may direct, order or require the Design -Build Firm to perform any Work including that
which the Design -Build Firm deems to be Extra Work. The Design -Build Firm shall
nevertheless comply and shall promptly and in no event after, begin the performance
thereof or incur cost attributable thereto and give written notice to the Project Manager
stating why he deems such Work (hereinafter "Disputed Work") to be Extra Work. Said
notice is for the purposes of (1) affording an opportunity to the Project Manager to cancel
such order, direction or requirements promptly; (2) affording an opportunity to the Project
Manager to keep an accurate record of materials, labor and other items involved; and (3)
affording an opportunity to the City to take such action as it may deem advisable in Tight
of such disputed Work.
53. Change Order Procedure
Extra Work shall result in an equitable adjustment (increase or decrease) to the Contract
representing the reasonable cost or the reasonable financial savings related to the
change in Work. Extra Work may also result in an equitable adjustment in the Contract
schedule for performance for both the Extra Work and any other Work affected by the
Extra Work.
The City shall initiate the Extra Work procedure by a notice to Design -Build Firm
outlining the proposed Extra Work. Upon receipt of the notice to proceed with the Extra
Work, the Design -Build Firm is required to immediately start the Extra Work. The
Design -Build Firm is required to obtain permission for an extension to start the Extra
Work if it is beyond the Design -Build Firm's ability to start within the allotted timeframe.
The Design -Build Firm is required to provide the Project Manager with a detailed
Change Proposal Request which shall include requested revisions to the Contract,
including but not limited to adjustments in this Contract Price and Contract Time. The
Design -Build Firm is required to provide sufficient data in support of the cost proposal
demonstrating its reasonableness. In furtherance of this obligation, the City may require
that the Design -Build Firm submit any or all of the following: a cost breakdown of
material costs, labor costs, labor rates by trade, and Work classification and overhead
rates in support of Design -Build Firm's Change Proposal Request. The Design -Build
Firm's Change Proposal Request must include any schedule revisions and an
explanation of the cost and schedule impact of the Extra Work on the Project(s). If the
Design -Build Firm fails to notify the Project Manager of the schedule changes associated
with the Extra Work, it will be deemed to be an acknowledgment by Design -Build Firm
that the proposed Extra Work will not have any scheduling consequences. The Design-
37
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Build Firm agrees the Change Proposal Request will in no event include a combined
profit and overhead rate in excess of fifteen (15%) percent of the direct labor and
material costs, unless the Project Manager determines that the complexity and risk of
the Extra Work is such that an additional factor is appropriate. The Change Proposal
Request may be accepted or modified by negotiations between the Design -Build Firm
and the City. If an agreement on the Extra Work is reached, both parties shall execute
the Extra Work order in writing via a Change Order. The execution by the Design -Build
Firm of the Change Order shall serve as a release of the City from all claims and liability
to the Design -Build Firm relating to, or in connection with, the Extra Work, including any
impact, and any prior acts, neglect or default of the City relating to the Extra Work.
Upon execution of a change order that affects the Contract Time the Design -Build Firm
shall, within five (5) business days submit a revised Project schedule reflecting the
changes against the baseline schedule.
54. No Oral Changes
Except to the extent expressly set forth in the Contract, no change in or modification,
termination or discharge of the Contract or, in any form whatsoever, shall be valid or
enforceable unless it is in writing and signed by the parties charged, therewith or their
duly authorized representative.
55. Value of Change Order Work
The value of any Work covered by a Change Proposal Request or of any claim for an
increase or decrease in the Contract Price shall be determined in one of the following
ways:
• Where the Work involved is covered by unit prices contained in the Contract,
by application of unit prices to the quantities of items involved.
• By mutual acceptance of a lump sum which Design -Build Firm and Project
Manager acknowledge contains a component for overhead and profit.
• On the basis of the "cost of Work," determined as provided in this, plus a
Design -Build Firm's fee for overhead and profit which is determined as
provided in this Article.
• The term "cost of Work" means the sum of all direct costs necessarily
incurred and paid by Design -Build Firm in the proper performance of the
Work described in the Change Order. Except as otherwise may be agreed to
in writing by the Project Manager, such costs shall be in amounts no higher
than those prevailing in the locality of the Project, shall include only the
following items and shall not include any of the costs itemized in herein.
Payroll costs for employees in the direct employ of Design -Build Firm in the performance
of the Work described in the Change Proposal Request under schedules of job
classifications agreed upon by Project Manager and Design -Build Firm. Payroll costs for
employees not employed full time on the Work covered by the Change Proposal
Request shall be apportioned on the basis of their time spent on the Work. Payroll costs
shall include, but not be limited to, salaries and wages plus the cost of fringe benefits
which shall include social security contributions, unemployment, excise and payroll
taxes, workers' or workmen's compensation, health and retirement benefits, bonuses,
sick leave, vacation and holiday pay application thereto. Such employees shall include
superintendents and foremen at the site. The expenses of performing the Work after
regular working hours, on Sunday or legal holidays shall be included in the above to the
extent authorized by City.
38
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Cost of all materials and equipment furnished and incorporated in the Work, including
costs of transportation and storage thereof, and manufacturers' field services required in
connection therewith. All cash discounts shall accrue to Design -Build Firm unless City
deposits funds with Design -Build Firm with which to make payments, in which case the
cash discounts shall accrue to City. All trade discounts, rebates and refunds, and all
returns from sale of surplus materials and equipment shall accrue to City and Design -
Build Firm shall make provisions so that they may be obtained. Rentals of all
construction equipment and machinery and the parts thereof whether rented from
Design -Build Firm or others in accordance with rental agreements approved by City with
the advice of Consultant and the costs of transportation, loading, unloading, installation,
dismantling and removal thereof, all in accordance with the terms of said agreements.
The rental of any such equipment, machinery or parts shall cease when the use thereof
is no longer necessary for the Work.
If required by the City, Design -Build Firm shall obtain competitive bids for the Change
Order Work. Design -Build Firm and shall deliver such competitive bids to the City who
will determine which bids will be accepted. If the Sub Design -Build Firm is to be paid on
the basis of cost of the Work plus a fee, the Sub Design -Build Firm 's cost of the Work
shall be determined in the same manner as Design -Build Firm's cost of the Work. All
Sub Design -Build Firm s shall be subject to the other provisions of the Contract
Documents insofar as applicable.
The term "cost of the Work" shall include any of the following:
• Cost of special consultants, including, but not limited to, consultants,
engineers, testing laboratories, and surveyors employed for services
specifically related to the performance of the Work described in the Change
Order.
• Supplemental costs including the following:
• The proportion of necessary transportation, travel and subsistence expenses
of Design -Build Firm's employees incurred in discharge of duties connected
with the Work except for local travel to and from the site of the Work.
• Cost, including transportation and maintenance, of all materials, supplies,
equipment, machinery, appliances, office and temporary facilities at the site
and hand tools not owned by the workmen, which are consumed in the
performance of the Work, and less market value of such items used but not
consumed which remains the property of Design -Build Firm.
• Sales, use, or similar taxes related to the Work, and for which Design -Build
Firm is liable, imposed by any governmental authority.
• Deposits lost for causes other than Design -Build Firm's negligence; royalty
payments and fees for permits and licenses.
• The cost of utilities, fuel and sanitary facilities at the site.
• Receipted minor expenses such as telegrams, long distance telephone calls,
telephone service at the site, expressage and similar petty cash items in
connection with the Work.
• Cost of premiums for additional bonds and insurance required because of
changes in the Work.
The term "cost of the Work" shall not include any of the following:
• Payroll costs and other compensation of Design -Build Firm's officers,
executives, principals (of partnership and sole proprietorships), general
managers, consultants, engineers, estimators, lawyers, auditors,
accountants, purchasing and contracting agents, expediters, timekeepers,
39
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
clerks and other personnel employed by Design -Build Firm whether at the
site or in its principal or a branch office for general administration of the Work
and not specifically included in the agreed -upon schedule of job
classifications., all of which are to be considered administrative costs covered
by Design -Build Firm's fee.
■ Expenses of Design -Build Firm's principal and branch offices other than
Design -Build Firm's office at the site.
• Any part of Design -Build Firm's capital expenses, including interest on
Design -Build Firm's capital employed for the Work and charges against
Design -Build Firm for delinquent payments.
• Cost of premiums for all Bonds and for all insurance whether or not Design -
Build Firm is required by the Contract Documents to purchase and maintain
the same, except for additional bonds and insurance required because of
changes in the Work.
• Costs due to the negligence or neglect of Design -Build Firm, any Sub Design -
Build Firm , Subconsultant, or anyone directly or indirectly employed by any
of them or for whose acts any of them may be liable, including but not limited
to, the correction of defective Work, disposal of materials or equipment
wrongly supplied and making good any damage to property.
• Other overhead or general expense costs of any kind and the cost of any
item not specifically and expressly included in this Article
Design -Build Firm's fee allowed to Design -Build Firm for overhead and profit shall be
determined as follows:
• A mutually acceptable fixed fee or if none can be agreed upon,
• A fee based on the following percentages of the various portions of the cost
of the Work:
■ Where the Design -Build Firm self -performs the Work, Design -Build Firm's fee
shall not exceed ten percent (10%).
• Where a Sub Design -Build Firm performs the Work, Design -Build Firm's fee
shall not exceed seven and one half percent (7.5%); and if a subcontract is
on the basis of cost of the Work plus a fee, the maximum allowable to the
Sub Design -Build Firm as a fee for overhead and profit shall not exceed ten
percent (10%); and
• No fee shall be payable for special consultants or supplemental costs.
The amount of credit to be allowed by Design -Build Firm to City for any such change
which results in a net decrease in cost will be the amount of the actual net decrease.
When both additions and credits are involved in any one change, the combined
overhead and profit shall be figured on the basis of the net increase, if any, however,
Design -Build Firm shall not be entitled to claim lost profits for any Work not performed.
Whenever the cost of any Work is to be determined pursuant to this Article, Design -Build
Firm will submit in a form acceptable to Project Manager an itemized cost breakdown
together with the supporting data.
Where the quantity of any item of the Work that is covered by a unit price is increased or
decreased by more than twenty percent (20%) from the quantity of such Work indicated
in the Contract Documents, an appropriate Change Order shall be issued to adjust the
unit price, if warranted.
Whenever a change in the Work is to be based on mutual acceptance of a lump sum,
whether the amount is an addition, credit or no change -in -cost, Design -Build Firm shall
submit an initial cost estimate acceptable to the Project Manager.
40
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
■ Breakdown shall list the quantities and unit prices for materials, labor,
equipment and other items of cost.
• Whenever a change involves Design -Build Firm and one or more Sub
Design -Build Firm s and the change is an increase in the Contract Price,
overhead and profit percentage for Design -Build Firm and each Sub Design -
Build Firm shall be itemized separately.
• Each Change Order must state within the body of the Change Proposal
Request whether it is based upon unit price, negotiated lump sum, or "cost of
the Work."
56. Extra Work Directive
If the parties fail to reach agreement with respect to the proposed Extra Work, or in case
or extenuating circumstances, the City may nevertheless issue a directive to the Design -
Build Firm to do the proposed Extra Work. Immediately upon receipt of the Extra Work
Directive, the Design -Build Firm shall be obligated to proceed with the Work set forth in
that directive.
Except as provided below, the Design -Build Firm shall be entitled to initiate a dispute
pursuant to the Article 85, Resolution of Disputes, by furnishing a written statement to
the Project Manager within five (5) days of the Extra Work Directive, based upon any
aspect, of such Extra Work which the Design -Build Firm disputes. Such dispute must
relate to specific matters raised or specific matters reserved by the Design -Build Firm in
its proposal and have not been resolved prior to the issuance of the Extra Work
Directive. The written statement must set forth all details of the Design -Build Firm's
claim including the manner that the disputed item was specified in the Design -Build
Firm's proposal. During the pendency of any dispute hereunder, the Design -Build Firm
must proceed with Work as set forth in the Extra Work Directive unless otherwise
advised by the Project Manager's written instructions. In the event there is a dispute as
to price, the Design -Build Firm will be paid in accordance with the following paragraph.
This payment(s) will be in full satisfaction of the Design -Build Firm's claim for an
adjustment to the value of the Contract.
Compensation for Extra Work in the event of the parties' inability to agree upon a
mutually satisfactory price shall be as follows:
• No payment will be made to the Design -Build Firm for Extra Work in excess of
"Actual and Necessary Cost" which is to say time and materials plus a mark-up
not to exceed 10%. This will not vary, whether the Extra Work is performed by
the Design -Build Firm or his Sub Design -Build Firm . Any exceptions must be
approved by the Project Manager.
"Actual and Necessary Net Cost" shall be deemed to include the actual and necessary
cost of the Extra Work for (i) labor, which includes wages, payroll deductions, if any,
made by the Design -Build Firm as employer pursuant to bona fide collective bargaining
labor agreements applicable to the Work; (ii) contributions to the State Unemployment
Insurance Law, (iii) excise taxes pursuant to Federal Social Security Act; (iv) any
increases in public liability and property damage insurance or performance and payment
bonds occasioned solely by the Extra Work, (v) the actual and necessary operating
expenses (except the expense of supplies and small tools not operated by mechanical
or electrical power), power for such plant and a reasonable rental for the same (including
small power tools), as determined by the Project Manager; and (vi) any additional
materials necessary for the performance of the Extra Work.
41
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
In case any Work or materials shall be required to be done or furnished under the
provisions of this Article, the Design -Build Firm shall at the end of each day furnish to the
City such documentation as the City may require supporting all the costs of the Extra
Work. If payments on account are desired as the Extra Work progresses, the Design -
Build Firm shall render an itemized statement showing the total amount expended for
each class of labor and for each kind of material on account of each item of Work as a
condition precedent to the inclusion of such payment in a partial estimate. Upon the
request of the City, the Design -Build Firm shall produce for audit by the City, books,
vouchers, collective bargaining labor agreements, records or other documents showing
the actual cost for labor and materials. Such documents shall not be binding on the City.
The Project Manager shall determine any questions or dispute as to the correct cost of
such labor or materials or plant.
In case the Design -Build Firm is ordered to perform Work under this Article, which in the
opinion of the Project Manager, it is impracticable to have performed by the Design -Build
Firm's own employees, the Design -Build Firm will, subject to the approval of the Project
Manager, be paid the actual cost to Design -Build Firm of such Work, and in addition
thereto five (5%) percent to cover the Design -Build Firm's superintendence,
administration and other overhead expenses.
Payment of any amount under this Article shall be subject to subsequent audit and
approval, disapproval, modification or revision by representatives of the City.
57. As -Built Drawings
During the Work, Design -Build Firm shall maintain records of all deviations from the
Drawings and Specifications as approved by the Project Manager and prepare As -Built
Record Drawings showing correctly and accurately all changes and deviations made
during construction to reflect the Work as it was actually constructed. It is the
responsibility of the Design -Build Firm to check the As -Built Drawings for errors and
omissions prior to submittal to the City and certify in writing that the As -Built Drawings
are correct and accurate, including the actual location of all internal piping,
electrical/signal conduits in or below the concrete floor. Indicate the size, depth and
voltage in each conduit.
Legibly mark to record actual construction: On -site structures and site Work as follows:
• Depths of various elements of foundation in relation to finish first floor datum.
• All underground piping and ductwork with elevations and dimensions and
locations of valves, pull boxes, etc. Changes in location. Horizontal and
vertical locations of underground utilities and appurtenances, referenced to
permanent surface improvements. Actual installed pipe material, class, etc.
• Location of internal utilities and appurtenances concealed in the construction,
referenced to visible and accessible features of the structure. Air conditioning
ducts with locations of dampers, access doors, fans and other items needing
periodic maintenance.
• Field changes in dimensions and details.
• Changes made by Project Manager's or Consultant's written instructions or
by Change Order.
• Details not on original Contract Drawings.
• Equipment, conduit, electrical panel locations.
• Project Manager's or Consultant's schedule changes according to Design -
Build Firm's records and shop drawings.
Specifications and Addenda: Legibly mark each section to record:
42
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
• Manufacturer, trade name, catalog number and Supplier of each product and
item of equipment actually installed.
• Changes made by Project Manager's or Consultant's written instructions or
by Change Order.
Approved Shop Drawings: Provide record copies for each process equipment, piping,
electrical system and instrumentation system.
As -built documents shall be updated monthly as a condition precedent to payment.
For construction of new building or building additions as -built drawings signed and
sealed by a Florida licensed Registered Land Surveyor.
58. Worker's Identification
The Design -Build Firm's employees, who include any Sub Design -Build Firm, and/or
Subconsultant, shall wear an identification card provided by the Design -Build Firm. The
identification card shall bear the employee's picture, name, title and name of the
employer. Failure by a Design -Build Firm's employee to wear such identification may
result in his removal from the Work until such time as the identification card is obtained
and worn. Such removal shall not act as a basis for the Design -Build Firm to submit a
claim for an extension of time.
59. Removal of Unsatisfactory Personnel
The City may make written request to the Design -Build Firm for the prompt removal and
replacement of any personnel employed or retained by the Design -Build Firm, or any or
Sub -Design -Build Firm engaged by the Design -Build Firm to provide and perform
services or Work pursuant to the requirements of the Contract Documents. The Design -
Build Firm shall respond to the City within seven (7) calendar days of receipt of such
request with either the removal and replacement of such personnel or written justification
as to why that may not occur. The City shall make the final determination as to the
removal of unsatisfactory personnel from Work assigned by City. The Design -Build
Firm agrees that the removal of any of its employees does not require the
termination or demotion of employee(s).
60. Substantial Completion and Punch List
The Work shall be substantially complete when the Project Manager, in the reasonable
exercise of his/her discretion determines that the Work is complete and there are no
material and/or substantial variations from the Contract Documents and the Work is fit
for its intended purpose. Upon Substantial Completion, the Project Manager and the
Design -Build Firm shall sign the Substantial Completion Inspection Form. The signing
of this form shall not relieve the Design -Build Firm from its obligation to complete the
Project.
When the Design -Build Firm believes that the Work is substantially complete, the
Design -Build Firm shall request in writing that the Project Manager inspect the Work to
determine if Substantial Completion has been achieved. No request for Substantial
Completion inspection is to be submitted until the Design -Build Firm has obtained a
Certificate(s) of Occupancy, Certificate of Completion or Completion or a Temporary
Certificate of Occupancy or any other approvals from agencies having jurisdiction over
the Work.
The request for Substantial Completion Inspection shall include a written certification
that:
43
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
• DCP has been reviewed.
• Work has been inspected by the Design -Build Firm for compliance with the
Design Criteria.
• Work has been completed in accordance with the Design Criteria
• Equipment and systems have been tested in the presence of the Project
Manager and/or other City representatives and are operational.
• Work is completed and ready for Substantial Completion inspection.
The Project Manager shall schedule the date and time for any inspection and notify the
Design -Build Firm and any other parties deemed necessary. During this inspection, the
Project Substantial Completion Inspection Form will be completed as necessary. Any
remaining Construction Work shall be identified on this form and shall be known as
Punch List Work. The inadvertent omission of any item from the Punch List shall not
relieve the Design -Build Firm from its obligations as detailed in the DCP and the
Contract. The Punch List shall be signed by the Project Manager, and the Design -Build
Firm confirming that the Punch List contains the item(s) necessary to complete the
Work. The failure or refusal of the Design -Build Firm to sign the Project Substantial
Completion Inspection Form or Punch List shall not relieve the Design -Build Firm from
complying with the findings of the Project Substantial Completion Inspection and
completing the Project to the satisfaction of the City
Where the Punch List is limited to minor omissions and defects, the Project Manager
shall indicate that the Work is substantially complete subject to completion of the Punch
List. Where the Project Manager determines, on the appropriate form that the Work is
not substantially complete, the Project Manager shall provide a list of all open items
necessary to achieve Substantial Completion. Upon completion of such Work, the
Design -Build Firm shall request another Substantial Completion inspection.
The Project Manager and the Design -Build Firm shall agree on the time reasonably
required to complete all remaining Work included in the Punch List.
The City will prepare a Certificate of Substantial Completion in the form which shall
establish the Date of Substantial Completion. Once substantial completion is achieved
the City shall be responsible for security, maintenance, heat, utilities, damage to the
Project site, and insurance; and shall list all Work yet to be completed to satisfy the
requirements of the Contract Documents for Final Completion. The failure to include any
items of corrective Work on such list does not alter the responsibility of Design -Build
Firm to complete all of the Work in accordance with the Contract Documents. Warranties
required by the Contract Documents shall commence on the date of Final Acceptance
completion of the Work or designated portion thereof unless otherwise provided in the
Contract Documents.
61. Acceptance and Final Payment
Upon receipt of written notice from Design -Build Firm that the Work is ready for final
inspection and acceptance, Project Manager and/or Consultant shall, within ten (10)
calendar days, make an inspection thereof. If Project Manager and/or Consultant find
the Work acceptable, the requisite documents have been submitted and the
requirements of the Contract Documents fully satisfied, and all conditions of the permits
and regulatory agencies have been met, a Final Certificate for Payment shall be issued
by Project Manager, stating that the requirements of the Contract Documents have been
performed and the Work is ready for acceptance under the terms and conditions thereof.
44
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Before issuance of the Final Certificate for Payment, Design -Build Firm shall deliver to
the Project Manager a final release of all liens arising out of the Contract Documents,
receipts in full in lieu thereof; an affidavit certifying that all suppliers, Subconsultants, and
Sub Design -Build Firm s have been paid in full and that all other indebtedness
connected with the Work has been paid, and a consent of the surety to final payment;
the final corrected as -built drawings; operations and maintenance data, and the final bill
of materials, if required, and payment application. Design -Build Firm shall deliver the
written Design -Build Firm's and all Manufacturer's warranties prior to issuance of the
Final Certificate for Payment.
If, after the Work has been substantially completed, full completion thereof is materially
delayed through no fault of Design -Build Firm, and Project Manager so certifies, City
shall, upon such certification, and without terminating the Contract, make payment of the
balance due for that portion of the Work fully completed and accepted. Such payment
shall be made under the terms and conditions governing final payment, except that it
shall not constitute a waiver of claims.
The acceptance of final payment shall constitute a waiver of all claims by Design -Build
Firm, except those previously made in strict accordance with the provisions of the
Contract and identified by Design -Build Firm as unsettled at the time of the application
for final payment.
Upon the receipt of all documentation, resolution of any outstanding issues and issuance
of final payment, the Project Manager shall notify the Design -Build Firm in writing of the
closeout of the Project.
62. NDPES Requirements
Design -Build Firm shall comply with the State of Florida rules and regulations for the
National Pollutant Discharge Elimination System (NPDES) including but not limited to all
permitting, Notices of Intent, and the Storm Water Pollution Prevention Plan (SWPPP).
All costs for NPDES and SWPPP shall be included in the Bid prices. For further
information on compliance requirements for NPDES and SWPPP contact the City of
Miami Public Works Department at (305) 416-1200 or visit the State of Florida website at
http://www.dep.state.fl.us/water/stomiwater/npdes/. Design -Build Firm is responsible for
obtaining, completing and paying for any required NPDES application or permits that
may be required.
63. Force Maieure
Should any failure to perform on the part of Design -Build Firm be due to a condition of
force majeure as that term is interpreted under Florida law, and then the City may allow
an extension of time reasonably commensurate with the cause of such failure to perform
or cure?
If the Design -Build Firm is delayed in performing any obligation under the Contract
Documents due to a force majeure condition, the Design -Build Firm shall request a time
extension from the City within two (2) working days of said force majeure occurrence.
Any time extension shall be subject to mutual agreement and shall not be cause for any
claim by the Design -Build Firm for extra compensation unless additional services are
required. Does Not Include inclement weather except as permitted by Florida law and
may not include the acts or omissions of Sub -Design -Build Firms.
64. Extension of Time
Any reference in this section to the Design -Build Firm shall be deemed to include
material persons, suppliers, laborers and permitted Subconsultants and Sub Design-
45
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Build Firm s Firms, whether or not in privity of contract with the Design -Build Firm for the
purpose of this article.
If the Design -Build Firm is delayed at any time during the progress of the Work beyond
the Contract Time and/or Notice to Proceed (NTP) by the neglect or failure of the City or
by a Force Majeure, then the Contract Time set forth in the Contract shall be extended
by the City subject to the following conditions:
• The cause of the delay arises after issuance of the NTP and could not have
been anticipated by the Design -Build Firm by reasonable investigation before
proceeding with the Work;
• The Design -Build Firm demonstrates that the completion of the Work will be
actually and necessarily delayed;
• The effect of such cause cannot be avoided or mitigated by the exercise of all
reasonable precautions, efforts and measures whether before or after the
occurrence of the cause of delay.
Note: A delay meeting all the conditions of the above, shall be deemed an
Excusable Delay.
The City reserves the right to rescind or shorten any extension previously granted if
subsequently, the Project Manager determines that any information provided by the
Design -Build Firm in support of a request for an extension of time was erroneous;
provided however, that such information or facts, if known, would have resulted in a
denial of the request for an Excusable Delay. Notwithstanding the above, the Project
Manager will not rescind or shorten any extension previously granted if the Design -Build
Firm acted in reliance upon the granting of such extension and such extension was
based on information which, although later found to have been erroneous, was
submitted in good faith by the Design -Build Firm.
The request for an Excusable Delay shall be made within ten (10) calendar days after
the time when the Design -Build Firm knows or should have known of any cause for
which it may claim an extension of time and shall provide any actual or potential basis
for an extension of time, identifying such causes and describing, as fully as practicable
at that time, the nature and expected duration of the delay and its effect on the
completion of that part of the Work identified in the request. The Project Manager may
require the Design -Build Firm to furnish such additional information or documentation, as
the Project Manager shall reasonably deem necessary or helpful in considering the
requested extension.
The Design -Build Firm shall not be entitled to an extension of time unless the Design -
Build Firm affirmatively demonstrates that it is entitled to such extension.
The Project Manager shall endeavor to review and respond to the Design -Build Firm's
request for Excusable Delays in a reasonable period of time; however, the Design -Build
Firm shall be obligated to continue to perform the Work required regardless of whether
the Project Manager has issued a decision or whether the Design -Build Firm agrees or
disagrees with that decision.
With regard to an injunction, strike or interference of public origin which may delay the
Project, the Design -Build Firm shall promptly give the Project Manager a copy of the
injunction or other orders and copies of the papers upon which the same shall have
been granted. The City shall be afforded the right to intervene and become a party to
any suit or proceeding in which any such injunction shall be obtained and move to
dissolve the same or otherwise, as the City may deem proper.
46
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
The permitting of the Design -Build Firm to proceed with the Work subsequent to the date
specified in the Contract (as such date may have been extended by a change order), the
making of any payment to the Design -Build Firm, the issuance of any Change Order,
shall not waiver the City's rights under the Contract, including but not limited to the
assessment of liquidated damages or declaring Design -Build Firm in default.
65. Notification of Claim
Any claim for a change in the Contract Time or Contract Price shall be made by written
notice by Design -Build Firm to the Project Manager within ten (10) business days of the
commencement of the event giving rise to the claim and stating the general nature and
cause of the claim. Thereafter, within twenty (20) calendar days of the termination of the
event giving rise to the claim, written notice of the extent of the claim with supporting
information and documentation shall be provided unless the Project Manager allows an
additional period of time to ascertain more accurate data in support of the claim and
such notice shall be accompanied by Design -Build Firm's written notarized statement
that the adjustment claimed is the entire adjustment to which the Design -Build Firm has
reason to believe it is entitled as a result of the occurrence of said event. All claims for
changes in the Contract Time or Contract Price shall be determined by the Project
Manager in accordance with Article 67, Design -Build Firm's Damages for Delay hereof, if
City and Design -Build Firm cannot otherwise agree. It is expressly and specifically
agreed that any and all claims for changes to the Contract time or Contract price shall be
waived if not submitted in strict accordance with the requirements of this Article.
The Contract time will be extended in an amount equal to time lost on critical Work items
due to delays beyond the control of and through no fault or negligence of Design -Build
Firm if a claim is made therefore as provided in this Article. Such delays shall include,
but not be limited to, acts or neglect by any separate Design -Build Firm employed by
City, fires, floods, labor disputes, epidemics, abnormal weather conditions or acts of
God
66. Extension of Time not Cumulative
In case the Design -Build Firm shall be delayed for any period of time by two or more of
the causes mentioned in Article 68, Excusable Delays the Design -Build Firm shall not be
entitled to a separate extension for each one of the causes; only one period of extension
shall be granted for the delay.
67. Design -Build Firm's Damages for Delay- No Damages for Delay
No claim for damages or any claim, other than for an extension of time, shall be made or
asserted against City by reason of any delays except as provided herein. Design -Build
Firm shall not be entitled to an increase in the Contract price or payment or
compensation of any kind from City for direct, indirect, consequential, impact or other
costs, expenses or damages, including but not limited to costs of acceleration or
inefficiency, arising because of delay, disruption, interference or hindrance from any
cause whatsoever, whether such delay, disruption, interference or hindrance be
reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable;
provided, however, that this provision shall not preclude recovery of damages by
Design -Build Firm for actual delays due solely to fraud, bad faith or active interference
on the part of City or its Design Criteria Professional. Otherwise, Design -Build Firm shall
be entitled only to extensions of the Contract Time for completion of the Work as the
sole and exclusive remedy for such resulting delay, in accordance with and to the extent
specifically provided above.
47
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Except as may be otherwise specifically provided for in the Contract Documents, the
Design -Build Firm agrees to make no claim for damages for delay of any kind in the
performance of the Contract Documents whether occasioned by any act or omission of
the City or any of its representatives (whether it is an Excusable Delay or otherwise) and
the Design -Build Firm agrees that any such claim shall be compensated solely by an
extension of time to complete performance of the Work. In this regard, the Design -Build
Firm alone hereby specifically assumes the risk of such delays, including without
limitation: delays in processing or approving shop drawings, samples or other submittals
or the failure to render determinations, approvals, replies, inspections or tests of the
Work, in a timely manner. Design -Build Firm shall not receive monetary compensation
for City delay. Time extensions may be authorized by the City in certain situations.
68. Excusable Delay, Non-Compensable
Excusable Delay is (i) caused by circumstances beyond the control of Design -Build Firm,
its Sub Design -Build Firm s, Subconsultants, suppliers and vendors, and is also caused
by circumstances beyond the control of the City or Consultant, or (ii) is caused jointly or
concurrently by Design -Build Firm or its Sub Design -Build Firms, Subconsultants,
suppliers or vendors and by the City. Then Design -Build Firm shall be entitled only to a
time extension and no compensation for the delay.
Design -Build Firm is entitled to a time extension of the Contract time for each day the
Work is delayed due to Excusable Delay. Design -Build Firm shall document its claim for
any time extension as provided in Article 65, Notification of Claim, hereof.
Failure of Design -Build Firm to comply with Article 65, Notification of Claim hereof as to
any particular event of delay shall be deemed conclusively to constitute a waiver,
abandonment or relinquishment of any and all claims resulting from that particular event
of delay.
69. Acceptance of Defective or Non -Conforming Work
The City, in its sole discretion, may elect in writing to accept defective or non -conforming
Work instead of requiring its removal and correction. In such instances, a Change Order
will be issued to reflect an appropriate reduction in the Contract sum, or, if the amount is
determined after final payment, any difference in the amount shall be paid to the City by
the Design -Build Firm.
70. Uncovering Finished Work
The Project Manager's, and/or Inspector's right to make inspections shall include the
right to order the Design -Build Firm to uncover or take down portions of finished Work.
The Project Manager shall notify the Design -Build Firm in writing concerning all
uncovered finished Work. Should the Work prove to be in accordance with the Contract
Documents, the uncovering or taking down and the replacing and the restoration of the
parts removed will be treated as Extra Work for the purpose of computing additional
compensation and an extension of time. Should the Work examined prove
unsatisfactory, such uncovering, taking down, replacing and restoration shall be at the
expense of the Design -Build Firm. Such expenses shall also include repayment to the
City for any and all expenses or costs incurred by it, including employee salaries or
related cost, in connection with such uncovering, taking down, replacing and restoration
at the Project site.
71. Correction of Work
Project Manager or Consultant shall have the authority to reject or disapprove Work
which Project Manager or Consultant finds to be defective. If required the Design -Build
48
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Firm shall promptly correct all Work rejected by the Project Manager or Consultant as
defective or as failing to conform to the Contract Documents, whether observed before
or after Substantial Completion and whether or not fabricated, installed or completed.
The Design -Build Firm shall bear all direct, indirect and consequential cost of removing
and/or correcting such rejected Work, including the cost of the City's additional services
thereby made necessary.
The Design -Build Firm further agrees that after being notified in writing by the Project
Manager of any Work not in accordance with the requirements of the Contract
Documents or any defects in the Work, the Design -Build Firm will commence and
prosecute with due diligence all Work necessary to fulfill the terms of the Contract and to
complete the Work within a reasonable period of time, as determined by the Project
Manager, and in the event of failure to so comply, the Design -Build Firm does hereby
authorize the City to proceed to have such Work done at the Design -Build Firm's
expense and that the Design -Build Firm will pay the cost thereof upon demand. The City
shall be entitled to all costs, including reasonable attorneys' fees, necessarily incurred
upon the Design -Build Firm's refusal to pay the above costs. Notwithstanding the
foregoing paragraph, in the event of an emergency constituting an immediate hazard to
the health or safety of personnel, property, or licensees, the City may undertake, at the
Design -Build Firm's expense, without prior notice, all Work necessary to correct such
hazardous condition when it was caused by Work of the Design -Build Firm not being in
accordance with the requirements of the Contract.
If, within one (1) year after the date of final completion of the Project or within such
longer period of time as may be prescribed by law, by the Contract Documents, or by the
terms of any applicable special warranty required by the Contract Documents, any of the
Work is found to be defective or not in accordance with the Contract Documents, the
Design -Build Firm shall correct it promptly after receipt of a written notice from the City to
do so. The City shall give such notice promptly after discovery of the condition.
Failure to reject any defective Work or material shall not in any way prevent later
rejection when such defect is discovered, or obligate City to final acceptance.
72. Maintenance of Traffic and Public Streets
Scope of Work
The Design -Build Firm shall be responsible for the maintenance of public streets
and traffic control necessary to perform the Work under the Contract Documents.
The cost of traffic control shall be included in the Design -Build Firm's Bid.
Regulations
As used herein, any reference to Miami -Dade County, its departments, or its
published regulations, permits and data, shall be synonymous and
interchangeable with other recognized governing bodies over particular areas or
streets, or their departments, published regulations (i.e., Manual of Uniform
Traffic Control Devices (MUTCD), FDOT Roadway and Bridge Standard Index
Drawing Book), permits or data. The Design -Build Firm shall abide by all
applicable laws, regulations, and codes thereof pertaining to Maintenance of
Traffic (MOT) on public streets, detour of traffic, traffic control and other
provisions as may be required for this Project.
Maintenance of Traffic (MOT)
• The Design -Build Firm shall be fully responsible for the MOT on public streets,
detour of traffic (including furnishing and maintaining regulatory and informative
49
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
signs along the detour route), traffic control, and other provisions, throughout the
Project, as required by the Manual of Uniform Traffic Control Devices (MUTCD),
and FDOT Roadway and Bridge Standard Index drawing Book. Traffic shall be
maintained according to corresponding typical traffic control details as outlined in
the previous noted standards. No street shall be completely blocked, nor
blocked more than one-half at any time, keeping the other one-half open for
traffic, without specific approval.
• If required by the Project Manager, Traffic Division or FDOT or as otherwise
authorized by the Project Manager or Consultant, the Design -Build Firm shall
make arrangements for the employment of uniformed off -duty policemen to
maintain and regulate the flow of traffic through the work area. The number of
men required and the number of hours on duty necessary for the maintenance
and regulation of traffic flow shall be provided by the City of Miami Police
Department.
• The Design -Build Firm shall provide all barricades with warning lights, necessary
arrow boards and signs, to warn motorists of the Work throughout the Project.
Adequate approved devices shall be erected and maintained by the Design -Build
Firm to detour traffic.
• Excavated or other material stored adjacent to or partially upon a roadway
pavement shall be adequately marked for traffic safety at all times. The Design -
Build Firm shall provide necessary access to all adjacent property during
construction.
• The Design -Build Firm shall be responsible for the provision, installation and
maintenance of all MOT and safety devices, in accordance with the Manual of
Uniform Traffic Control Devices (MUTCD) and FDOT Roadway and Bridge
Standards index drawing book. In addition, the Design -Build Firm shall be
responsible for providing the Project Manager with MOT plans for lane closures
and/or detours for approval. These plans (sketches) shall be produced, signed
and sealed by a professional Engineer registered in the State of Florida,
employed by the Design -Build Firm and certified under FDOT Procedure NPIL
No. 625-010-010.
• Where excavations are to be made in the vicinity of signalized intersections,
attention is directed to the fact that vehicle loop detectors may have been
embedded in the pavement. Verify these locations by inspecting the site of the
Work and by contacting the Sunshine State One -Call Center (1-800-432-4770),
48 hours prior to any excavation. Any loop detector which is damaged, whether
shown on the Plans or not, shall be repaired or replaced to the satisfaction of the
Miami Dade County Signs and Signal Division (305-592-3470).
• Where applicable, the Design -Build Firm shall notify the Traffic Division 24 hours
in advance of the construction date or 48 hours in advance of construction within
any signalized intersection.
• Temporary pavement will be required over all cuts in pavement areas, and also
where traffic is to be routed over swale or median areas. When the temporary
pavement for routing traffic is no longer necessary, it shall be removed and the
swale or median areas restored to their previous condition.
• Pavement markings damaged during construction shall be remarked, as required
by the Traffic Division.
50
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Maintenance of Traffic for Bypass Pumping
• The Design -Build Firm shall take appropriate steps to ensure that all temporary
pumps, piping and hoses are protected from vehicular traffic and pedestrian
traffic.
Lane Closures
• Where construction of the Project shall involve lane closures public streets, the
following shall apply:
• Lane closures require a Lane Closure Permit, obtained two weeks prior to
planned construction, with a minimum 48-hour prior notice to local police and
emergency departments (some police jurisdictions may require considerably
more notice). Lane closures of a one day or less duration will generally not be
approved for major collector streets or for arterial streets during the hours of 7am
to 9am and 4pm to 6pm weekdays.
73. Location and Damage to Existing Facilities, Equipment or Utilities
As far as possible, all existing utility lines in the Project(s) area(s) will be shown on the
plans. However, City does not guarantee that all lines are shown, or that the ones
indicated are in their true location. It shall be the Design -Build Firm's responsibility to
field verify all underground and overhead utility lines or equipment affecting or affected
by the Project. No additional payment will be made to the Design -Build Firm because of
discrepancies in actual and plan location of utilities, and damages suffered as a result
thereof.
The Design -Build Firm shall notify each utility company involved at least fourteen (14)
calendar days prior to the start of construction to arrange for positive underground
location, relocation or support of its utility where that utility may be in conflict with or
endangered by the proposed construction. Relocation of water mains or other utilities
for the convenience of the Design -Build Firm shall be paid by the Design -Build Firm. All
charges by utility companies for temporary support of its utilities shall be paid for by the
Design -Build Firm. All costs of permanent utility relocation to avoid conflict shall be the
responsibility of the utility company involved. No additional payment will be made to the
Design -Build Firm for utility relocations, whether or not said relocation is necessary to
avoid conflict with other lines.
The Design -Build Firm shall schedule the Work in such a manner that the Work is not
delayed by the utility providers relocating or supporting their utilities. The Design -Build
Firm shall coordinate its activities with any and all public and private utility providers
occupying the right-of-way. No compensation will be paid to the Design -Build Firm for
any loss of time or delay.
All overhead, surface or underground structures and utilities encountered are to be
carefully protected from injury or displacement. All damage to such structures is to be
completely repaired within a reasonable time; needless delay will not be tolerated. The
City reserves the right to remedy such damage by ordering outside parties to make such
repairs at the expense of the Design -Build Firm. All such repairs made by the Design -
Build Firm are to be made to the satisfaction of the utility owner. All damaged utilities
must be replaced or fully repaired. All repairs are to be inspected by the utility owner
prior to backfilling
74. Stop Work Order
51
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
The City may, at any time, by written order to the Design -Build Firm, require the Design -
Build Firm to stop all, or any part, of the Work for a period of up to ninety (90) days (or
any lesser period), commencing no sooner than the date the order is delivered to the
Design -Build Firm, and for any further period to which the parties may agree. Any such
order shall be specifically identified as a "Stop Work Order" issued pursuant to this
paragraph. Within the period of ninety (90) days (or the lesser period specified) after a
Stop Work Order is delivered to the Design -Build Firm, or within any extension to which
the parties have agreed the City shall either:
• Cancel the Stop Work Order; or
• Terminate the Work covered by such order as provided in Article 82,
Termination for Convenience.
If a Stop Work Order issued under this Article is canceled or the period of the order or
any extension thereof expires, the Design -Build Firm shall resume the Work without
compensation to the Design -Build Firm for such suspension other than extending the
time for Substantial Completion to the extent that, in the opinion of the Project Manger,
the Design -Build Firm may have been delayed by such suspension. In the event the
Project Manger or Consultant determines that the suspension of Work was necessary
due to Design -Build Firm's defective or incorrect Work, unsafe Work conditions caused
by the Design -Build Firm or any other reason caused by Design -Build Firm's fault or
omission, the Design -Build Firm shall not be entitled to an extension of time as a result
of the issuance of a Stop Work Order.
75. Hurricane Preparedness
During such periods of time as are designated by the United States Weather Bureau as
being a hurricane warning, the Design -Build Firm, at no cost to the City, shall take all
precautions necessary to secure the Project site in response to all threatened storm
events, regardless of whether the Project Manager has given notice of same.
Compliance with any specific hurricane warning or alert precautions will not constitute
additional work.
Suspension of the Work caused by a threatened or actual storm event, regardless of
whether the City has directed such suspension, will entitle the Design -Build Firm to
additional Contract time as non-compensable, excusable delay, and shall not give rise to
a claim for compensable delay.
76. Use of Completed Portions
City shall have the right, at its sole option, to take possession of and use any completed
or partially completed portions of the Project(s). Such possession and use shall not be
deemed an acceptance or beneficial use or occupancy of any of the Work not completed
in accordance with the Contract Documents. If such possession and use increases the
cost of or delays the Work, Design -Build Firm shall be entitled to reasonable extra
compensation, or reasonable extension of time or both, as determined by Project
Manager.
In the event City takes possession of any completed or partially completed portions of
the Project, the following shall occur:
• City shall give notice to Design -Build Firm in writing at least thirty (30) calendar
days prior to City's intended occupancy of a designated area.
52
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
■ Design -Build Firm shall complete to the point of Substantial Completion the
designated area and request inspection and issuance of a Certificate of
Substantial Completion from Project Manager.
■ Upon Project Manager's issuance of a Certificate of Substantial Completion, City
will assume full responsibility for maintenance, utilities, subsequent damages of
City and public, adjustment of insurance coverage's and start of warranty for the
occupied area.
■ Design -Build Firm shall complete all items noted on the Certificate of Substantial
Completion within the time specified by Project Manager on the Certificate of
Substantial Completion, as specified in the Punch List and request final
inspection and final acceptance of the portion of the Work occupied. Upon
completion of final inspection and receipt of an application for final payment,
Project Manager shall issue a Certificate of Final Payment relative to the
occupied area.
■ If City finds it necessary to occupy or use a portion or portions of the Work prior
to Substantial Completion thereof, such occupancy or use shall not commence
prior to a time mutually agreed upon by City and Design -Build Firm and to which
the insurance company or companies providing the property insurance have
consented by endorsement to the policy or policies. Insurance on the
unoccupied or unused portion or portions shall not be canceled or lapsed on
account of such partial occupancy or use. Consent of Design -Build Firm and of
the insurance company or companies to such occupancy or use shall not be
unreasonably withheld.
77. Cleaning Up; City's Right to Clean Up
Design -Build Firm shall at all time keep the premises free from accumulation of waste
materials or rubbish caused by its operations. During construction, the Design -Build
Firm shall sprinkle with water, sweep and use other means to eliminate dust annoyance
to adjacent properties. At the completion of a Project(s), Design -Build Firm shall remove
all its waste materials and rubbish from and about the Project(s) as well as its tools,
construction equipment, machinery and surplus materials. If Design -Build Firm fails to
clean up during the prosecution of the Work or at the completion of the Work, City may
do so and the cost thereof shall be charged to Design -Build Firm. If a dispute arises
between Design -Build Firm and separate Design -Build Firms as to their responsibility for
cleaning up, City may clean up and charge the cost thereof to the Design -Build Firms
responsible therefore as the Project Manager and/or Consultant shall determine to be
just. All combustible waste materials shall be removed from the Project(s) at the end of
each day. Cleaning operations should be controlled to limit dust and other particles
adhering to existing surfaces.
78. Removal of Equipment
In case of termination of this Contract before completion for any cause whatsoever,
Design -Build Firm, if notified to do so by City, shall promptly remove any part or all of
Design -Build Firm's equipment and supplies from the property of City. If the Design -Build
Firm does not comply with City's order, the City shall have the right to remove such
equipment and supplies at the expense of Design -Build Firm.
53
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
79. Set -offs, Withholdings, and Deductions
The City may set-off, deduct or withhold from any payment due the Design -Build Firm,
such sums as may be specifically allowed in the Contract or by applicable law including,
without limitation, the following:
• Any amount of any claim by a third party;
• Any Liquidated Damages, and/or;
• Any unpaid legally enforceable debt owed by the Design -Build Firm to the City.
The City shall notify the Design -Build Firm in writing of any such set -offs, withholdings
and deductions .
Any withholding, which is ultimately held to have been wrongful, shall be paid to the
Design -Build Firm in accordance with the provisions of Local Government Prompt
Payment Act Section 218.70, et. seq., Florida Statutes.
80. Event of Default
An event of default shall mean a breach of the Contract or by the Design -Build Firm.
Without limiting the generality of the foregoing and in addition to those instances referred
to herein as a breach, an Event of Default, shall include but not limited to, the following:
• The Design -Build Firm has not performed the Work in a timely manner;
• The Design -Build Firm has refused or failed, except in case for which an
extension of time is provided, to supply properly skilled staff or provided
sufficient quantities of staff to perform the Work;
• The Design -Build Firm has failed to make prompt payment to Sub Design -Build
Firm , Subconsultant or suppliers for any services or materials they have
provided;
The Design -Build Firm has become insolvent or has assigned the proceeds
received for the benefit of the Design -Build Firm's creditors, or the Design -Build
Firm has taken advantage of any insolvency statute or debtor/creditor law or if
the Design -Build Firm's affairs have been put in the hands of a receiver;
• The Design -Build Firm has failed to obtain the approval of the City where
required by the Contract;
• The Design -Build Firm has failed in the representation of any warranties stated
herein;
• When, in the opinion of the City, reasonable grounds for uncertainty exist with
respect to the Design -Build Firm's ability to perform the Work, the City shall
notify the Design -Build Firm in writing that it must, within the time frame set
forth in the City's request, provide adequate assurances and a plan of action to
the City, in writing, of the Design -Build Firm's ability to perform in accordance
with the terms of the Contract Documents. In the event that the Design -Build
Firm fails to provide to the City the requested assurances within the prescribed
time frame, the City may:
o Treat such failure as a repudiation of the Contract and/or;
o Resort to any remedy for breach provided herein or by law, including but
not limited to, taking over the performance of the Work or any part thereof
either by itself or through others.
• In the event the City may, at its sole discretion terminate the Contract for
default, the City or its designated representatives may immediately take
possession of all applicable documentation and data.
• Where the City erroneously terminates the Contract or for default, the
terminations shall be converted to a Termination for Convenience, and the
54
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Design -Build Firm shall have no further recourse of any nature for wrongful
termination.
81. Notice of Default -Opportunity to Cure
In the event that the City determines that the Design -Build Firm is in default of their
obligations under the Contract, the City may at its sole discretion notify the Design -Build
Firm, specifying the basis for such default, and advising the Design -Build Firm that such
default must be cured within a specified time frame or the Contract with the City may be
terminated. The City is under no obligation to issue such notification. The City may
grant an extension to the cure period if the City deems it appropriate and in the best
interest of the City, without waiver of any of the City's rights hereunder. The City, at its
sole discretion, may have a default corrected by its own forces or another Design -Build
Firm and any such costs incurred will be deducted from any sums due the Design -Build
Firm under any contract with the City.
82. Termination for Default
If Design -Build Firm fails to comply with any term or condition of the Contract
Documents, or fails to perform any of its obligations hereunder, then Design -Build Fimi
shall be in default. Upon the occurrence of a default hereunder which is not cured within
the time specified to cure the default if one has been granted by the City, the Director in
addition to all remedies available to it by law, may immediately, upon written notice to
Design -Build Firm, terminate this Contract whereupon any advances for which Work has
not been performed, paid by the City to Design -Build Firm while Design -Build Firm was
in default shall be immediately returned to the City. The Director may also suspend any
payment or part thereof or order a Work stoppage until such time as the issues
concerning compliance are resolved. Design -Build Firm understands• and agrees that
termination of this Contract under this Article shall not release Design -Build Firm from
any obligation accruing prior to the effective date of termination. Upon Termination for
Default and the City fully satisfying all of its obligations under this Contract the City shall
have full use of the Work Product in connection with the City's completion and
occupancy of the Project.
A finding of default and subsequent termination for cause may include, without limitation,
any of the following:
• Design -Build Firm fails to obtain the insurance or bonding herein required by
the Contract.
• Design -Build Firm fails to comply with any of its duties under the Contract
Documents, with any terms or conditions set forth in this Contract, beyond any
specified period allowed to cure such default.
• Design -Build Firm fails to commence the Work within the timeframes provided
or contemplated herein, or fails to complete the Work in a timely manner as
required by the Contract.
Where it has been determined that the Design -Build Firm has been erroneously
terminated under this Article, such termination shall be deemed to have been occurred
under Article 84, Termination for Convenience. The City in its sole discretion may
terminate the Contract without providing the Design -Build Firm a written notice to cure.
83. Remedies in the Event of Termination for Default
If a Termination for Default occurs, the Design -Build Firm and the bond provider, if
applicable) shall be notified of the effective date of the termination and shall be liable for
55
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
all damages resulting from the default, including but not limited to re -procurement costs
and other direct damages
The Design -Build Firm shall stop Work as of the date of notification of the termination
and immediately remove all labor, equipment and materials (not owned or paid for by the
City) from the Work Site. The City assumes no liability for the Design -Build Firm's failure
to remove such items from the Project(s) site(s) as required.
The Design -Build Firm shall also remain liable for any liabilities and claims related to the
Design -Build Firm's default.
As an alternative to termination, the City may bring suit or proceedings for specific
performance or for an injunction
84. Termination for Convenience
In addition to cancellation or termination as otherwise provided for in the Contract, the
City may at any time, in its sole discretion, with or without cause, terminate the Contract
by written notice to the Design -Build Firm. Such Written Notice shall state the date upon
which Design -Build Firm shall cease all Work under the Contract and vacate the
Project(s) site(s).
The Design -Build Firm shall, upon receipt of such notice, unless otherwise directed by
the City:
Stop all Work on the Project(s) on the date specified in the notice ("the
Effective Date");
Take such action as may be necessary for the protection and preservation of
the City's materials and property;
• Cancel all cancelable orders for materials and equipment;
• Assign to the City and deliver to the site, or any other location specified by the
Project Manager, any non -cancelable orders for materials and equipment that
can not otherwise be used except for Work under the Contract and have been
specifically fabricated for the sole purpose of the Work and not incorporated in
the Work;
• Take no action that shall increase the amounts payable by the City under the
Contract Documents; and
• Take reasonable measures to mitigate the City's liability under the Contract
Documents.
• All charts, sketches, studies, drawings, reports and other documents, including
electronic documents, related to Work authorized under the Contract, whether
finished or not, must be turned over to the City. Failure to timely deliver the
documentation shall be cause to withhold any payments due without recourse
by Design -Build Firm until all documentation is delivered to the City.
In the event that the City exercises its right to terminate the Contract pursuant to the
Contract Documents, the City will pay the Design -Build Firm:
• For the actual cost or the fair and reasonable value, whichever is less, of (1) the
portion of the Project(s) completed in accordance with the Contract through the
completion date, and (2) non -cancelable material(s) and equipment that is not of
any use to the City except in the performance of the Contract, and has been
specifically fabricated for the sole purpose of the Contract but not incorporated in
the Work; and
56
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
• To the extent practical, the fair and reasonable value shall be based on the
price established as a result of the Contract. In no event, shall any payments
under this Paragraph exceed the maximum cost set forth in the Contract.
• The amount due hereunder may be offset by all payments made to the Design -
Build Firm.
• All payments pursuant to this Article shall be accepted by the Design -Build
Firm in full satisfaction of all claims against the City arising out of the
termination including, Further, the City may deduct or set off against any sums
due and payable under this Article any claims it may have against the Design -
Build Firm.
• Design -Build Firm shall not be entitled to lost profits, overhead or consequential
damages as a result of a Termination for Convenience.
• All payments made under the Contract are subject to audit
Upon the City's payment in full of the amounts due the Design -Build Firm under this
Article, the Design -Build Firm grants the City full use of the Work and any Work Product
to complete the Project and subsequently occupy the Project.
85. Resolution of Disputes
Design -Build Firm understands and agrees that all disputes between it and the City
based upon an alleged violation of the terms of this Contract by the City shall be
submitted for resolution in the following manner.
The initial step shall be for the Design -Build Firm to notify the Project Manager in writing
of the claim or dispute and submit a copy to the City of Miami personnel identified in
Article 4, Notices.
Should the Design -Build Firm and the Project Manager fail to resolve the dispute the
Design -Build Firm shall submit their dispute in writing, with all supporting documentation,
to the Assistant Director -Contracts, as identified in Article 4, Notices. Upon receipt of
said notification the Assistant Director -Contracts shall review the issues relative to the
claim or dispute and issue a written finding.
Should the Design -Build Firm and the Assistant Director -Contracts fail to resolve the
dispute the Design -Build Firm shall submit their dispute in writing within five (5) calendar
days to the Director. Failure to submit such appeal of the written finding shall constitute
acceptance of the finding by the Design -Build Firm. Upon receipt of said notification the
Director shall review the issues relative to the claim or dispute and issue a written
finding.
Design -Build Firm must submit any further appeal in writing within five (5) calendar days
to the City Manager. Failure to submit such appeal of the written finding shall constitute
acceptance of the finding by the Design -Build Firm. Appeal to the City Manager for
his/her resolution, is required prior to Design -Build Firm being entitled to seek judicial
relief in connection therewith. Should the amount of compensation hereunder exceed
$100,000, the City Manager's decision shall be approved or disapproved by the City
Commission. Design -Build Firm shall not be entitled to seek judicial relief unless:
(i) it has first received City Manager's written decision, approved by the City
Commission if applicable, or
(ii) a period of sixty (60) days has expired after submitting to the City Manager a
detailed statement of the dispute, accompanied by all supporting documentation,
or a period of (90) days has expired where City Manager's decision is subject to
City Commission for approval; or
57
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
(iii) City has waived compliance with the procedure set forth in this Article by written
instrument(s) signed by the City Manager.
In the event the determination of a dispute under this Article is unacceptable to either
party hereto, the party objecting to the determination must notify the other party in writing
within fourteen (14) calendar days of receipt of the written determination. The notice
must state the basis of the objection and must be accompanied by a statement that any
Contract price or Contract time adjustment claimed is the entire adjustment to which the
objecting party has reason to believe it is entitled to as a result of the determination.
Within sixty (60) calendar days after Final Completion of the Work, the parties shall
participate in mediation to address all objections to any determinations hereunder and to
attempt to prevent litigation. The mediator shall be mutually agreed upon by the parties.
Should any objection not be resolved in mediation, the parties retain all their legal rights
and remedies provided under State law. A party objecting to a determination specifically
waives all of its rights provided hereunder, including its rights and remedies under State
law, if said party fails to comply in strict accordance with the requirements of this Article.
86. Mediation -Waiver of Jury Trial
In an effort to engage in a cooperative effort to resolve conflict which may arise during
the course of the construction of a Project(s), and/or following the completion of the
Project(s), the parties to this Contract agree all unresolved disputes between them shall
be submitted to non -binding mediation prior to the initiation of litigation, unless otherwise
agreed in writing by the parties. A certified Mediator, who the parties find mutually
acceptable, will conduct any Mediation Proceedings in Miami -Dade County, State of
Florida. The parties will share the costs of a certified Mediator on a 50/50 basis. The
Design -Build Firm agrees to include such similar contract provisions with all Sub -Design -
Build Firms retained for the Work, thereby providing for non -binding mediation as the
primary mechanism for dispute resolution.
In an effort to expedite the conclusion of any litigation the parties voluntarily waive their
right to jury trial or to file permissive counterclaims in any action arising under this
Contract.
87. City May Avail Itself of All Remedies
The City may avail itself of each and every remedy herein specifically given to it now or
existing at law or in equity, and each and every such remedy shall be in addition to every
other remedy so specifically given or otherwise so existing and may be exercised from
time to time and as often and in such order as may be deemed expedient by the City.
The exercise or the beginning of the exercise, of one remedy shall not be deemed a
waiver of the right to exercise, at the same time or thereafter, of any other remedy. The
City's rights and remedies as set forth in the Contract Documents are not exclusive and
are in addition to any other rights and remedies in law or in equity.
88. Permits. Licenses and Impact Fees
All applicable permit fees, including those assessed by the City, are the responsibility of
the Design -Build Firm. That includes also any other permit fees not directly related to the
actual construction of the Project(s), including but not limited to, licenses, permits and
fees, such as Permits for dumpsters, job trailers, etc., which may be required by Miami -
Dade County, the State of Florida, or other governmental entities.
Except as otherwise provided within the Contract Documents, all permits and licenses
required by federal, state or local laws, rules and regulations necessary for the
prosecution of the Work undertaken by the Design -Build Firm pursuant to the Contract
58
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Documents shall be secured and paid for by Design -Build Firm. It is Design -Build Firm's
responsibility to have and maintain appropriate Certificate(s) of Competency, valid for
the Work to be performed and valid for the jurisdiction in which the Work is to be
performed for all persons working on the Project(s) for whom a Certificate of
Competency is required.
Fees for Permits REQUIRED BY THE CITY AND PAYABLE TO THE CITY (e.g.
Building Department's Fees such as, Master Permit, Major Trades, Mechanical,
Electrical, and Plumbing Fees; Public Works Fees, such as Line and Grade, Excavation,
Dewatering and NPDES Fees, and Zoning Department's Fees) by virtue of this
construction as part of the Contract shall be reimbursed to the Design -Build Firm by the
City through an Allowance Account set for herein, evidenced by an invoice or other
acceptable documentation issued by the public entity.
Permit Fees reimbursement to Design -Build Firm shall be for the actual amount and in
no event shall include profit or overhead of Design -Build Firm .
Permit fees related the Design -Build Firm's operations (e.g. permits for dumpsters, job
trailers, etc.) are not reimbursable.
This Section is given in further compliance with the "Public Bid Disclosure Act", Section
218.80, Fla. Stat.
89. Compliance with Applicable Laws
The Design -Build Firm shall comply with all applicable laws, regulations, building ,
technical, life safety, electrical and other applicable construction codes of the Federal
government, the State of Florida, the County, and the City, including without limitation
the Florida Building Code, as amended. .
The attention of the Design -Build Firm is directed to the requirements of the Florida
Building Code and the Codes of Miami -Dade County and the City of Miami, Florida,
governing the qualifications for Design -Build Firm and Sub -Design -Build Firm doing
business anywhere in the City.
90. Independent Design -Build Firm
The Design -Build Firm is engaged as an independent business and agrees to perform
Work as an independent Design -Build Firm. In accordance with the status of an
independent Design -Build Firm, the Design -Build Firm covenants and agrees that the
Design -Build Firm will conduct business in a manner consistent with that status, that the
Design -Build Firm will not claim to be an officer or employee of the City for any right or
privilege applicable to an officer or employee of the City, including, but not limited to:
worker's compensation coverage; unemployment insurance benefits; social security
coverage; retirement membership, or credit.
The Design -Build Firm's staff shall not be employees of the City, and the Design -Build
Firm alone shall be responsible for their Work, the direction thereof, and their
compensation and benefits of any kind. Nothing in the Contract shall impose any liability
or duty on the City on account of the Design -Build Firm's acts, omissions, liabilities or
obligations of those of any person, firm, company, agency association, corporation, or
organization engaged by the Design -Build Firm as a Sub Design -Build Firm s,
Subconsultants, expert, consultant, independent Design -Build Firms, specialist, trainee,
employee, servant or agent or for taxes of any nature, including, but not limited to:
unemployment insurance; worker's compensation and anti -discrimination, or workplace
legislation of any kind. The Design -Build Firm hereby agrees to indemnify and hold
59
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
harmless the City against any such liabilities, even if they arise from actions directed or
taken by the City.
91. Third Party Beneficiaries
Neither Design -Build Firm nor City intends to directly or substantially benefit a third party
by this Contract. Therefore, the parties agree that there are no third party beneficiaries
to this Contract and that no third party shall be entitled to assert a claim against either of
them based upon this Contract. The parties expressly acknowledge that it is not their
intent to create any rights or obligations in any third person or entity under this Contract.
92. Successors and Assigns
The performance of this Contract shall not be transferred pledged, sold, delegated or
assigned, in whole or in part, by the Design -Build Firm without the written consent of the
City. It is understood that a sale of the majority of the stock or partnership shares of the
Design -Build Firm, a merger or bulk sale, an assignment for the benefit of creditors shall
each be deemed transactions that would constitute an assignment or sale hereunder
requiring prior City approval.
Any transference without City approval shall be cause for the City to nullify this Contract.
Any assignment without the City's consent shall be null and void. The Design -Build Firm
shall have no recourse from such cancellation. The City may require bonding, other
security, certified financial statements and tax returns from any proposed assignee and
the execution of an assignment/ assumption agreement in a form satisfactory to the City
Attorney as a condition precedent to considering approval of an assignment.
The Design -Build Firm and the City each binds one another, their partners, successors,
legal representatives and authorized assigns to the other party of this Contract and to
the partners, successors, legal representatives and assigns of such party in respect to
all covenants of this Contract.
93. Materiality and Waiver of Breach
City and Design -Build Firm agree that each requirement, duty, and obligation set forth in
this Contract Documents is substantial and important to the formation of the Contract
Documents and, therefore, is a material term hereof.
City's failure to enforce any provision of the Contract Documents shall not be deemed a
waiver of such provision or modification of the Contract Documents. A waiver of any
breach of a provision of the Contract Documents shall not be deemed a waiver of any
subsequent breach and shall not be construed to be a modification of the terms of the
Contract Documents.
94. Severability
In the event the any provision of the Contract Documents is determined by a Court of
competent jurisdiction to be illegal or unenforceable, then such unenforceable or
unlawful provision shall be excised from this Contract, and the remainder of the Contract
Documents shall continue in full force and effect. Notwithstanding the foregoing, if the
result of the deletion of such provision will materially and adversely affect the rights of
either party, such party may elect, at its option, to terminate the Contract in its entirety.
An election to terminate the Contract based upon this provision shall be made within
seven (7) calendar days after the finding by the court becomes final.
60
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
95. Applicable Law
This Contract shall interpreted and construed under the laws of the State of Florida
regardless of conflict or choice of law principles.
96. Amendments
No modification, amendment, or alteration in the terms or conditions contained herein
shall be effective unless contained in a written document prepared with the same or
similar formality as this Contract and executed by the City Manager, Director or
designee.
97. Entire Contract
The Contract Documents, as they may be amended from time to time, represent the
entire and integrated Contract between the City and the Design -Build Firm and
supersede all prior negotiations, representations or agreements, written or oral. This
Contract may not be amended, changed, modified, or otherwise altered in any respect,
at any time after the execution hereof, except by a written document executed with the
same formality and equal dignity herewith. Waiver by either party of a breach of any
provision of the Contract Documents shall not be deemed to be a waiver of any other
breach of any provision of the Contract Documents.
98. Nondiscrimination, Equal Employment Opportunity, and Americans with
Disabilities Act
Design -Build Firm shall not unlawfully discriminate against any person in its operations
and activities or in its use or expenditure of funds in fulfilling its obligations under this
Contract. Design -Build Firm shall affirmatively comply with all applicable provisions of
the Americans with Disabilities Act (ADA) in the course of providing any services funded
by City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of
disability), and all applicable regulations, guidelines, and standards. In addition, Design -
Build Firm shall take affirmative steps to ensure nondiscrimination in employment
against disabled persons.
Design -Build Firm's decisions regarding the delivery of services under the Contract
Documents shall be made without regard to or consideration of race, age, religion, color,
gender, sexual orientation, national origin, marital status, physical or mental disability,
political affiliation, or any other factor which cannot be lawfully used as a basis for
service delivery.
99. Evaluation
Design -Build Firm acknowledges that upon completion of the of the Work under the
Contract Documents and/or at any other time deemed appropriate by the City a
performance evaluation report will be completed by the City. A copy of each
performance evaluation shall also be . forwarded to the Design -Build Firm. The
performance evaluations will be kept in City files for evaluation on future solicitations.
100. Commodities manufactured, grown, or produced in the City of Miami,
Miami -Dade County and the State of Florida
Whenever two or more competitive sealed bids are received, one or more of which
relates to commodities manufactured, grown, or produced within the City of Miami,
Miami -Dade County and the State of Florida, and whenever all things stated in such
received bids are equal with respect to price, quality, and service, the commodities
61
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
manufactured, grown, or produced within the City of Miami, Miami -Dade County and the
State of Florida shall be given preference.
101. Royalties and Patents
All fees, royalties, and claims for any invention, or pretended inventions, or patent of any
article, material, arrangement, appliance, or method that may be used upon or in any
manner be connected with the construction of the Work or appurtenances, are hereby
included in the prices stipulated in the Contract for said Work.
102. Continuation of the Work
Any Work that commences prior to and will extend beyond the expiration date of the
current contract period shall, unless terminated by mutual written agreement between
the City and the involved Design -Build Firm, continue until completion at the same
prices, terms and conditions.
103. Review of Records
City shall have the right to inspect and copy, at City's expense, the books and records
and accounts of Design -Build Firm which relate in any way to the Project(s), and to any
claim for additional compensation made by Design -Build Firm, and to conduct an audit of
the financial and accounting records of Design -Build Firm which relate to a Project(s)
and to any claim for additional compensation made by Design -Build Firm including but
not limited to all payroll records, invoices for materials, and books of accounts. Such
records shall conform to Generally Accepted Accounting Principles requirements
(GAAP), and shall only address those transactions related to the Contract.
Records subject to the provisions of Public Record Law, Florida Statutes Chapter 119,
shall be kept in accordance with such statute. Otherwise Design -Build Firm shall retain
and make available to City all such books and records and accounts, financial or
otherwise, which relate to the Project(s) and to any claim for a period of five (5) years
following Final Completion of the Project(s).
The Design -Build Firm agrees to maintain an accounting system that provides for
accounting records that are supported with adequate documentation and adequate
procedures for determining allowable costs.
Design -Build Firms shall develop the proper forms and reports acceptable to the City for
the administration and management of the Contract Documents.
104. No Interest
Any monies not paid by City when claimed to be due to Design -Build Firm under the
Contract Documents, including, but not limited to, any and all claims for damages of any
type, shall not be subject to interest including, but not limited to prejudgment interest.
However, the provisions of Section 218.74(4), Florida Statutes as such relates to the
payment of interest, shall apply to valid and proper invoices as defined by the Local
Government Prompt Payment Act..
105. Payments Related to Guaranteed Obligations
The City may withhold from any payments to be made such sums as may reasonably be
necessary to ensure completion of the Project(s) with respect to defective Work,
equipment or materials which may be identified by the Project Manager.
62
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
The City may deduct from any payment due the Design -Build Firm an amount equal to
its cost incurred on account of the Design -Build Firm's failure to fully perform its
obligations under the Contract.
The Project Manager, prior to withholding or deducting any monies hereunder, shall give
the Design -Build Firm notice of the defective Work, equipment or material and the basis
for the withholding or deduction.
Upon the Project Manager's determination that the Design -Build Firm has fulfilled its
obligations, the City will pay the Design -Build Firm any monies owed, subject to Design -
Build Firm's submission of, or compliance with, any remaining documentation or
obligation, as the case may be, in accordance with the Contract Documents
106. Consent of City Required for Subletting or Assignment
If the Design -Build Firm assigns, transfers, sublets or otherwise disposes of the Contract
or its right, title or interest in or to the same or any part thereof , in whole or in part,
without the previous consent in writing of the City, such action shall be an Event of
Default. Nothing herein shall either restrict the right of the Design -Build Firm to assign
monies due to, or to become due or be construed to hinder, prevent or affect any
assignment by the Design -Build Firm for the benefit of its creditors, made pursuant to
applicable law.
107. Agreement Limiting Time in Which to Bring Action Against the City
In the event the Design -Build Firm may be deemed to have a cause of action against the
City, no action shall lie or be maintained by the Design -Build Fimi against the City upon
any claim arising out of or based upon the Contract Documents by reason of any act or
omission or requirement of the City or its agents, unless such action shall be
commenced within six (6) months after the date of issuance of a final payment under the
Contract, or if final payment has not been issued within six (6) months of substantial
completion of the Work or upon any claim relating to monies required to be retained for
any period after the issuance of the said certificate, unless such action is commenced
within six (6) months after such monies become due and payable under the terms of the
Contract Documents, or if the Contract is terminated or declared abandoned under the
provisions of the Contract unless such action is commenced within six (6) months after
the date of such termination or declaration of abandonment by the City.
108. Defense of Claims
Should any claim be made or any legal action brought in any way relating hereto or to
the Work hereunder, except as expressly provided herein, the Design -Build Firm shall
diligently render to the City, after additional compensation is mutually agreed upon, any
and all assistance which the City may require of the Design -Build Firm.
109. Contingency Clause
Funding for this Contract is contingent on the availability of funds and continued
authorization for program activities and the Contract is subject to amendment or
termination due to lack of funds, failure to allocate sufficient funds, reduction of funds
and/or change in laws, city polices, city written directives, program goals or
administrative procedure manual provisions , regulations, upon thirty (30) days notice.
There shall be no recourse from a termination under this section.
110. Mutual Obligations
This document, change order, field directive, and written clarifications issued under the
Contract, and the Design -Build Firm's submittals, shall constitute the Contract
63
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Documents between the parties with respect hereto and supersedes all previous
communications and representations or agreements, whether written or oral, with
respect to the subject matter hereto unless acknowledged in writing by their duly
authorized representatives.
Nothing in the Contract shall be construed for the benefit, intended or otherwise, of any
third party that is not a parent or subsidiary of a party or otherwise related (by virtue of
ownership control or statutory control) to a party.
In those situations where the Contract Documents imposes an indemnity obligation on
the Design -Build Firm, the City, may at its expense, elect to participate in the defense of
the claim if the City should so choose. Furthermore, the City may, at its own expense,
defend or settle any such claim if the Design -Build Firm fails to diligently defend such
claim, and thereafter seek indemnity for such cost from the Design -Build Firm.
111. Contract Extension
The City reserves the right to exercise its option to extend the Contract for up to ninety
(90) calendar days beyond the original Contract period. In such event, the City will notify
the Design -Build Firms in writing of such extensions.
112. Non -Exclusivity
It is the intent of the City to enter into a Contract with all Successful Proposer(s) that will
satisfy its needs as described herein. However, the City reserves the right, as deemed
in its best interest, to perform, or cause to be performed, the Work and services, or any
portion thereof, herein described in any manner it sees fit, including but not limited to:
award of other contracts, use of any Design -Build Firm, or perform the Work with its own
employees.
113. Nature of the Contract
The Design -Build Firm shall provide the services set forth in the Contract Documents.
The Design -Build Firm shall provide full and prompt cooperation with the City in all
aspects of the Work to be performed.
The Design -Build Firm acknowledges that the Contract Documents require the
performance of all things necessary for or incidental to the effective management and
performance of a Project(s). All things not expressly mentioned in the Contract
Documents, but necessary to carrying out its intent are required by the Contract
Documents, and the Design -Build Firm shall perform the same as though they were
specifically mentioned, described and delineated.
The Design -Build Firm shall furnish all labor, materials, tools, supplies and other items
required for the completion of the Contract. All Work shall be accomplished at the
direction of and to the satisfaction of the Project Manager.
114. Contract Documents Contains all Terms
The Contract Documents and all documents incorporated herein by reference contain all
the terms and conditions agreed upon by the parties hereto, and no other agreement,
oral or otherwise, regarding the subject matter of the Contract Documents shall be
deemed to exist or to bind any of the parties hereto, or to vary any of the terms
contained herein.
115. Venue of Litigation
This Contract shall be enforceable in Miami -Dade County, Florida, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or
64
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
conditions herein exclusive venue for the enforcement of same shall lie in Miami -Dade
County, Florida.
116. Survival
The parties acknowledge that any of the obligations in the Contract Documents will
survive the term, termination and cancellation hereof. Accordingly, the respective
obligations of the Design -Build Firm and the City under the Contract, which by nature
would continue beyond the termination, cancellation or expiration thereof, shall survive
termination, cancellation or expiration thereof.
117. Joint Preparation
Preparation of this Contract has been a joint effort of the City and Design -Build Firm and
the resulting document shall not, solely as a matter of judicial construction, be construed
more severely against one of the parties than any other.
118. Nondisclosure
To the extent allowed by law, Design -Build Firm agrees not to divulge, furnish or make
available to any third person, firm or organization, without Director or designee's prior
written consent, or unless incident to the proper performance of the Design -Build Firm's
obligations hereunder, or in the course of judicial or legislative proceedings where such
information has been properly subpoenaed, any non-public information concerning the
services to be rendered by Design -Build Firm hereunder, and Design -Build Firm shall
require all of its employees, agents, Subconsultants and Sub Design -Build Firm s to
comply with the provisions of this paragraph.
119. Acceptance or Rejection of Bids
The City reserves the right to reject any or all Bids prior to award. The City reserves the
right at its sole discretion to waive minor informalities or irregularities in the Bid.
Reasonable efforts will be made to either award the Contract or reject all Bids within
ninety (90) calendar days after Bid opening date. A Bidder may not withdraw its Bid
unilaterally nor change the Bid amount (Adjustment Factors) before the expiration of one
hundred twenty (120) calendar days from the date of bid opening. A Bidder may
withdraw its Bid after the expiration of one hundred twenty (120) calendar days from the
date of Bid opening by delivering written notice of withdrawal to the Capital
Improvements Program prior to award of the Contract by the City Commission. Once
the City Commission approves the award, the Bid cannot be withdrawn under this
Article.
65
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Section 2 - Supplemental Terms and Conditions
1. Scope of Work
Design -Build Firm shall, consistent with applicable state licensing laws, provide through
qualified, licensed design professionals employed by Design -Build Firm, or procured
from qualified, independent licensed design consultants, the necessary design services,
including architectural, engineering and other professional services, for the preparation
of the required drawings, specifications and other submittals to permit Design -Build Firm
to complete the Work consistent with the Contract Documents. Nothing in the Contract
Documents is intended or deemed to create any legal or contractual relationship
between City and any design or other consultants under contract to the Design -Build
Firm.
2. Contract Time
The Design -Build Firm shall furnish al labor, materials, equipment, tools, services, and
incidentals to complete all Work required by the Design Criteria at a rate of progress that
will ensure completion of the Work within the Contract Time.
Design -Build Firm shall have two -hundred seventy (270) calendar days to achieve
Substantial Completion from the date of the Notice to Proceed is issued. Design -Build
Firm shall have an additional thirty (30) calendar days for Final Completion of the
Contract. The Work shall commence within ten (10) calendar days of Design -Build
Firm's receipt of the Notice to Proceed unless the parties mutually agree otherwise in
writing.
3. Progress Payments
Design -Build Firm may make application for payment for Work completed during the
Project(s) at intervals of not more than once a month or upon completion and Final
Acceptance of the Work. All applications shall be submitted in triplicate and the Design -
Build Firm shall only use the City's Design -Build Firm Payment Application Form. Where
the time frame for completion of the Work is less than or equal to one month or a
Schedule of Values is not required, the Design -Build Firm shall submit the appropriate
documentation as defined below. Supporting evidence to be included with any
application for payment shall include, but is not limited to, an updated progress schedule
as required by Article 4 of the Supplemental Terms and Conditions and a partial or final
release of liens or consent of Surety relative to the Work, which is the subject of the
application for payment and any other information required by the Project Manager or
Consultant. Each application for payment shall be submitted in triplicate for approval.
City shall make payment to Design -Build Firm within thirty (30) days after approval of
Design -Build Firm's application for payment.
Ten percent (10%) of all monies earned by Design -Build Firm shall be retained by City
until Final Acceptance by the City. Any interest earned on retainage shall accrue to the
benefit of City. All requests for retainage reduction shall be in writing in a separate stand
alone document.
City may withhold, in whole or in part, payment to such extent as may be necessary to
protect itself from loss on account of:
■ Defective Work not remedied.
66
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
• Claims filed or reasonable evidence indicating probable filing of claims by
other parties against Design -Build Firm or City because of Design -Build
Firm's performance.
Failure of Design -Build Firm to make payments properly to Sub Design -Build
Firm , Subconsultant, or for material or labor.
■ Damage to another Design -Build Firm not remedied.
• Liquidated damages and costs incurred by City and/or Consultant for
extended construction administration.
• Failure of Design -Build Firm to provide any and all documents required by the
Contract Documents.
The City will pay, and the Design -Build Firm shall accept as full compensation for the
Work, the sums specified in the Design -Build Firm's submittal to the Contract
Documents, as accepted by the City.
Design -Build Firm may be paid for materials or equipment purchased and stored at the
Project(s) Site(s) or another location. Where a payment request is made for materials or
equipment not incorporated in the Project(s), but delivered and suitably stored at the site
or at some other location agreed upon in writing, the written documentation must be
submitted at the time of request for payment. Payment shall be conditioned upon
submission by the Design -Build Firm of paid invoices and an executed Material
Purchased/Stored On -Premises form to establish the City's title to such materials or
equipment, or otherwise protect the City's interest, including applicable insurance in the
name of City and transportation to the site.
Design -Build Firm retains sole liability to replace such stored materials or equipment as
a result of damage or loss for any reason
Requests for payment that do not include the updated Project Schedule and required
LEED submittals and/or reports will not be processed for payment.
4. Liquidated Damages
The Design -Build Firm is obligated and guarantees to complete the Project in the time
set forth in the Contract Documents or any approved extension of time the Design -Build
Firm shall pay to the City liquidated damages as follows. In the event of a delay in
completion beyond the timeframe set forth in the Contract Documents for Substantial
Completion the Design -Build Firm shall pay to the City for each and every calendar day
of unexcused delay, the sum of one thousand one hundred and forty eight dollars
($1148.00) per calendar day, which is hereby agreed upon not as a penalty but as
liquidated damages. In the event of a delay in completion beyond the timeframe set
forth in the Contract Documents for Final Completion the Design -Build Firm shall pay to
the City for each and every calendar day of unexcused delay, the sum of five hundred
and seventy four dollars ($574.00) per calendar day, which is hereby agreed upon not as
a penalty but as liquidated damages. The Design -Build Firm will be notified of any
approved exceptions or extensions. The total amount of liquidated damages shall not
exceed the value of the applicable Contract Documents.
The City shall have the right to deduct liquidated damages assessments from any
payment due or which may thereafter become due to the Design -Build Firm under any
contract the Design -Build Firm has with the City. In case the amount, which may
become due hereunder, shall be less than the amount of liquidated damages due the
City, the Design -Build Firm shall pay the difference upon demand by the City. Should
the Design -Build Firm fail to compensate the City for any liquidated damages, the City
67
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
shall consider this as a form of indebtedness and may deny any future Work under the
Contract or any other City contract until such indebtedness is paid in full to the City.
Upon final completion of the Project should the Project not be able to obtain a LEED
Silver rating, and the deficiencies cannot be corrected to obtain said rating, the City shall
deduct as Liquidated Damages 5% of the cost of the Project to offset the increased cost
of materials used in the effort to meet the LEED Silver rating.
The City shall notify the Design -Build Firm that it is incurring liquidated damages.
5. Schedule of Values
The Design -Build Firm must submit three copies of a Schedule of Values, which must be
submitted within ten (10) calendar days of the issuance of the Notice of Award. The
Schedule of Values shall indicate a complete breakdown of labor and material of all
categories of Work on the Project. Design -Build Firm's overhead and profit should be as
separate line items. Each line item shall be identified with the number and title of the
major specification section or major components of the items. The Project Manager or
Consultant may require further breakdown after review of the Design -Build Firm's
submittal The City reserves the right to require such information from the Design -Build
Firm as may be necessary to determine the accuracy of the Schedule of Values. The
combined total value for mobilization under the Schedules of Values shall not exceed
5% of the value of the Contract.
The approved schedule of values shall be updated through the submittal of the City's
Design -Build Firm Payment Application Form.
6. Project Schedules
Design -Build Firm shall submit a proposed design -build Project schedule, with any sub -
schedules of related activities that are essential to its progress, within ten (10) working
days of the Notice of Award and such submittal shall be subject to the Project Manager
and Consultant's review, comment, and acceptance. Subsequent to such review of said
schedule the Design -Build Firm shall establish said schedule as the baseline schedule.
All Project Schedules shall be prepared in Microsoft Project 2003 or earlier unless
otherwise approved by the Project Manager. At the time of submission of schedules
Design -Build Firm shall submit a hard copy as well as an electronic version. Such
electronic version shall not be submitted in a .pdf format and shall be capable of being
incorporated in to the City's baseline schedules. Maximum sheet size shall be 24 x 36-
inches.
The design build schedule shall be prepared in the form of a horizontal bar chart with
separate horizontal bars for each design task, construction task in the critical path in
chronological order. Provide horizontal time scale in weeks from the start of construction
and identify the first work day of each month. Identify listings of any major equipment
installation milestones.
A. Content of Schedules; show or indicate the following:
1. Complete sequence of design by activity reflecting the Subconsultant
responsible for the activity.
2. Complete sequence of construction by activity reflecting the Design -Build
Firm or Sub Design -Build Firm responsible for each activity
3. Dates for the beginning and completion of each major element of design and
construction in no more than a two -week incremental scale.
4. Items of work that must be accomplished to achieve substantial completion.
68
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
a. Major disciplines or trades of work
b. Filter downtime
c. Time required for Design -Build Firm's submittals, fabrication and
deliveries.
d. Time required by Design -Build Firm and the City to review all submittals.
e. Time required by City to support any pre -operational and start-up testing.
f. Time required for the relocation of utilities, if required.
g. Activities performed by Design -Build Firm.
5. Percentage of completion for each item as of the date the schedule was
prepared.
6. Dates for Design -Build Firm's submittals.
7. Dates for any required City -furnished materials or equipment.
8. Dates accepted submittals will be required from the City.
In addition the Design -Build Firm shall provide:
1. Provide a list of all long lead items and their anticipated dates of delivery
(equipment, materials, etc.) Monthly updates shall reflect actual versus
projected, and any revised projections
2. Provide a projected dollar cash flow spend down for each month of
construction. Monthly updates shall reflect any change orders as well as
actual versus projected, and any revised projections.
All updates of schedules shall be tracked against the baseline schedule and shall be at a
minimum submitted with each pay application together with any updates to the long lead
items list and the dollar cash flow spend down.. An updated schedule against the
baseline shall also be submitted upon execution of each change order that impacts the
Contract Documents Time for completion. Failure to submit such schedules shall result
in the rejection of any submitted payment application.
Subsequent to review of the initial schedule submission the Design -Build Firm shall
establish the reviewed schedule as the "baseline schedule". Design -Build Firm shall
then prepare and submit all updates to the schedules utilizing the tracking mode within
Microsoft Project.
7. Release of Liens/Sub Design -Build Firm 's Statement of Satisfaction
The Design -Build Firm warrants and guarantees that title to all Work, materials and
equipment covered by an application for payment, whether incorporated in the Project(s)
or not, will pass to the City upon the receipt of such payment by the Design -Build Firm,
free and clear of all liens, claims, security interests or encumbrances and that no Work,
materials or equipment will have been acquired by the Design -Build Firm or by any other
person performing Work at the site or furnishing materials and equipment for the
Project(s), subject to an agreement under which an interest therein or an encumbrance
thereon is retained by the seller or otherwise imposed by the Design -Build Firm or such
other person.
The Design -Build Firm shall, beginning with the second request for payment, attach a
Partial Release of Lien/Sub Design -Build Firm , Subconsultant Statement of Satisfaction
for each application for payment. Failure to submit such documentation may delay
payments. The City may, in its sole discretion withhold payments for Work performed by
Sub Design -Build Firm , Subconsultant where no release of lien has been submitted.
The Design -Build Firm shall submit with the final payment request, for any Project(s)
69
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
where Sub Design -Build Firm , and/or Subconsultant have performed Work, a Final
Release of Lien/Sub Design -Build Firm , Subconsultant Statement of Satisfaction for
each Sub Design -Build Firm , Subconsultant marked as a final. Failure to submit such
documentation will result in delay in payment or the City withholding from the final
payment such funds as necessary to satisfy any Sub Design -Build Firm , and/or
Subconsultant claims.
Where the Design -Build Firm has submitted a Performance/Payment Bond the Design -
Build Firm may, in lieu of the Release of Lien/Sub Design -Build Firm , Subconsultant
Statement of Satisfaction, submit Consent of Surety to Requisition Payment.
8. Progress Meetings
The City shall conduct a pre -construction conference prior to the commencement of the
Work. Design -Build Firm shall hold progress and coordination meetings as required by
the Project Manager or Consultant, to provide for the timely completion of the Work.
Design -Build Firm shall arrange and conduct regular bi-weekly job site Project status
meetings with the Project Manager and/or Consultant. Design -Build Firm shall use the
job site meetings as a tool for the pre -planning of Work and enforcing schedules, and for
establishing procedures, responsibilities, and identification of authority for all parties to
clearly understand. During these meetings, Design -Build Firm shall identify the party or
parties responsible for following up on any problems, delay items or questions, and
Design -Build Firm shall note the action to be taken by such party or parties. Design -Build
Firm shall revisit each pending item, including RFIs and Shop Drawing, at each
subsequent meeting until resolution is achieved. Design -Build Firm shall attempt to
obtain from all present any potential problems or delaying event known to them for
appropriate attention and resolution. Design -Build Firm shall be responsible for keeping
minutes of the meeting and distribution of the minutes to all parties in attendance.
The Design -Build Firm shall arrange for the participation of its Sub Design -Build Firm s,
Subconsultants, and/or vendors when the Project Manager requires their presence.
The Design -Build Firm shall maintain minutes of the meeting and distribute copies of the
minutes to all parties in attendance. The Design -Build Firm shall prepare and distribute
to Project Manager and the Consultant an updated two -week look -ahead schedule of
construction activities and submittals.
9. Request for Information
The Design -Build Firm shall submit a Request for Information (RFI) where the Design -
Build Firm believes that the Contract Document's specifications or drawings are unclear
or conflict. All requests must be submitted in a manner that clearly identifies the drawing
and/or specification section where clarification or interpretation is being requested. As
part of the RFI, Design -Build Firm shall include its recommendation for resolution. The
Engineer and City shall respond in writing.
10. Project Site Facilities
The Design -Build Firm shall arrange for all Project(s) site facilities as maybe necessary
to enable the Project Manager or Consultant to perform their respective duties and to
accommodate any representatives of the City which the City may choose to have
present at the Project(s).
Design -Build Firm's, Sub -Design -Build Firm's, supplier's, material persons 's personnel
shall not use the City restrooms that may be available at the Project(s) site without the
prior consent of the manager of the facility or the Project Manager where there is no
70
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
manager of a facility. The Design -Build Firm shall provide and maintain at his own
expense, in a sanitary condition, such accommodations for the use of his employees as
is necessary to comply with the requirements including Chapter 46 of the Building Code
and regulations of the State of Florida Department of Health and Rehabilitative Services
or Dade County Health Department. The Design -Build Firm, his employees or his Sub
Design -Build Firm s or Subconsultants shall commit no public nuisance or use any
facilities that have not been specifically provided for use by the Design -Build Firm.
The Design -Build Firm shall furnish an adequate supply of drinking water for its and its
Sub -Design -Build Firms' employees.
There shall be adequate provisions made by the Design -Build Firm to ensure all
disposable materials are properly disposed of and do not create a nuisance to the City or
the public. The location of the temporary facilities shall be subject to the approval of the
Project Manager or Consultant.
11. Temporary Facilities, Utilities, and Construction
Design -Build Firm is required to provide any necessary temporary utilities to the site,
such as electric, water, and sanitary services to the site for new construction or additions
to a facility. The Design -Build Firm shall make all arrangements with the local utility
companies. The Design -Build Firm shall also be responsible for furnishing all materials
and equipment necessary for the installation and maintenance of any temporary utilities.
The Project Manager may authorize the use of existing utilities. Such decision will be
made at the sole discretion of the Project Manager and the City.
Design -Build Firm shall furnish, install and maintain temporary facilities required for
construction, and shall remove them upon completion of the Work. All facilities shall
comply with the respective federal, state and local codes and regulations and with utility
company requirements. Materials for temporary facilities may be new or used, but must
be adequate in capacity for the required usage, must not create unsafe conditions, and
must not violate requirements of applicable codes and standards.
The Design -Build Firm shall be required to obtain all necessary permits required for any
Project(s) site facilities and utilities. Design -Build Firm shall also be responsible to
maintain such facilities in a safe and working condition. Design -Build firm shall be
responsible for payment for all fees and charges for the installation and use of all
temporary facilities and utilities.
All such facilities and utilities remain the property of the Design -Build Firm and the
Design -Build Firm shall be responsible for removal and disposal of such facilities prior to
Final Acceptance.
Temporary fences: If, during the course of the Work, it is necessary to remove or disturb
any fencing, the Design -Build Firm shall, at his own expense, provide a suitable
temporary fence which shall be maintained until the permanent fence is replaced. The
Project Manager will be solely responsible for the determination of the necessity for
providing a temporary fence and the type of temporary fence to be used.
Responsibility for Temporary Structures: In accepting this Contract, the Design -Build
Firm assumes full responsibility for the sufficiency and safety of all temporary structures
or work and for any damage which may result from their failure or their improper
construction, maintenance or operation and will indemnify and save harmless the City
from all claims, suits or actions and damages or costs of every description arising by
reason of failure to comply with the above provisions.
12. Project Laboratory Testing Services
71
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
The Design -Build Firm shall provide and pay for all Project Laboratory Testing Services
to perform regulatory required testing, quality assurance, and quality control testing. The
Design -Build Firm is also responsible for all re -testing where the Work or materials fail a
test.
The City at its sole discretion may conduct separate independent testing for verification
purposes. In instances where the City's testing does not verify the testing provided by
the Design -Build Firm, the Design -Build Firm shall arrange for re -testing of the Work or
replacement of the Work at its own cost. Where the Design -Build Firm has re -testing
performed the City's Project Manager shall be notified in advance of such testing.
Should such testing confirm the City's findings the Design -Build Firm shall replace or
correct all Work necessary to ensure compliance with the Contract Documents. In such
instances all re -testing, re -work, and delays are the sole responsibility of the Design -
Build Firm. Any delays or costs to the Design -Build Firm for testing or re -work that may
result shall not form the basis for any claim by the Design -Build Firm. Design -Build Firm
shall be responsible for the costs associated with all testing by the City where the Work
is found to not be in compliance with the Contract Documents. Costs for such retests
shall be deducted from pending invoices.
13. Security
The site where the Work is to be performed may not be a secure site and the public may
have access to the site. The Design -Build Firm shall have sole responsibility for the
security of all Work materials, tools, equipment and Work at the Project(s) site. The City
shall not be liable for any damage or loss to such materials, tools, equipment and Work
and the Design -Build Firm shall be responsible for the repair or replacement of all Work
such materials, tools, and equipment.
14. Construction Signage
Where required by the Contract Documents the Design -Build Firm shall provide
construction signage.
The City shall provide the Design -Build Firm the wording and layout for the signs at the
pre -construction conference. The Design -Build Firm shall furnish the two City signs at
the Project(s) Site(s) as follows:
The first sign must be 4 feet wide and 8 feet high and constructed of pressure
sensitive 2 mil cast vinyl overmounted with 3 mil Mylar and mounted to 1 MDO
with painted back. The sign shall be mounted on 4 inch square wood or
perforated "U" channel metal posts painted white, and be readable at eye level.
The colors to be used on the sign are as follows: the background shall be white
with blue lettering; the seal shall be white and gold with blue lettering form.
• The second sign shall reflect other funding sources for the Project and shall
reflect the Project information. The sign shall be 4 feet wide by 8 feet high by 3/
inch (thick) exterior plywood, suitably mounted and readable at eye level. The
colors shall be blue and white. The background shall be white and all lettering
shall be blue Helvetica. All paint shall be rated outdoor enamel. The City will
provide the City Seal in decal form.
• The Design -Build Firm shall also post appropriate construction site warning signs
at the Work Site. Such signs shall be posted to warn pedestrian and vehicle
traffic. Signage shall also be placed waterside to alert boater to the construction
zone, requiring idle speed and a minimum clearance distance. Design -Build Firm
shall provide drawings for the signage, which shall be subject to approval by the
Consultant.
72
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
• The Project Manager and the City shall approve the locations for all signage.
15. Lines and Grades
The Design -Build Firm shall, at its own expense, establish all working and construction
lines and grades as required for the Project and shall be solely responsible for the
accuracy thereof.
16. H2B Visa Report
The Design -Build Firm shall submit with each payment application a report on the
number of its employees and the number of employees for each Subconsultant and Sub
Design -Build Firm that is working under a HSB visa. Failure to provide this information
with the payment application may result in a delay in processing the payment
application.
17. Progress Photos
Prior to commencement of the Work the Design -Build Firm will take digital photographs
to document existing conditions. Design -Build Firm shall submit these photos on CD-
ROM and printed copy with its first payment application Design -Build Firm shall
periodically take digital construction record photographs to document the progress,
including final completion, of the Work and shall be submitted on CD-ROM and printed
copy with each application for payment. All pictures must be digitally date and time
stamped. Printed photo must be on 8"X10" high resolution glossy single weight color
print paper.
Section 3 — Design Services
1. Design Responsibility
All Professional Services shall be provided by firms licensed to perform such services in
accordance with all applicable Florida Statute and the requirements of the State of
Florida Department of Professional Regulation. Design -Build firm shall be solely
responsible for all aspects of the design of this Project and shall also be responsible for
supervision and management of the firm(s) providing Professional Services under this
Contract. Nothing contained in this Contract shall create any contractual or business
relationship between the City and the Consultant. The Design -Build Firm acknowledges
that Subconsultants are entirely under its or the Consultants direction, control,
supervision, retention and/or discharge.
2. Subconsultants
All services provided by the Subconsultants shall be performed pursuant to appropriate
written agreements between the Consultant and the Subconsultants, which shall contain
provisions that preserve and protect the rights of the City under this Contract. Nothing
contained in this Contract shall create any contractual or business relationship between
the City and the Subconsultants. The Consultant acknowledges that Subconsultants are
entirely under its direction, control, supervision, retention and/or discharge
The Design -Build Firm shall not add, modify, or change the Consultant or any
Subconsultant listed in Form A without prior written approval by the Director or designee,
in response to a written request from the Design -Build Firm stating the reasons for any
proposed substitution.
73
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
3. Ownership of Documents
All tracings, plans, drawings, specifications, maps, computer files, and/or reports
prepared or obtained under this Contract, as well as all data collected, together with
summaries and charts derived there from, including all electronic digital copies will be
considered works made for hire and will, based on incremental transfer wherein the
above shall become the property of the City upon payments made to the Design -Build
Firm or termination of this Contract without restriction or limitation on their use, and will
be made available, on request, to City at any time during the performance of such
services and/or upon completion or termination of this Contract. Consultant and/or the
Design -Build Firm shall not copyright any material and products or patent any invention
developed under this Contract. The City shall have the right to visit the site for
inspection of the Work and the products of Consultant at any time. The Consultant shall
be permitted to retain copies, including reproducible copies, solely for information and
reference in connection with the City's use and occupancy of the Project.
4. Delivery upon Request or Cancellation
Failure of the Consultant to promptly deliver all such documents, both hard copy and
digital, to the Director or designee within ten (10) days of cancellation, or within ten (10)
days of request by the City, shall be just cause for the City to withhold payment of any
fees due Consultant until Consultant delivers all such documents. Consultant shall have
no recourse from these requirements.
5. Error and Omission Issues
Design -Build Firm is solely responsible for the coordination of the drawings and
specifications and is solely responsible for all costs resulting from any errors and/or
omissions in the drawings and specifications.
6. Design -Build Firm's Key Staff
The parties acknowledge that Design -Build Firm was selected by City, in part, on the
basis of qualifications of particular staff identified in Design -Build Firm's response to
City's solicitation, hereinafter referred to as "Key Staff'. Design -Build Firm shall ensure
that Key Staff, including Consultant and Subconsultant Key Staff are available for Work
hereunder as long as said Key Staff is in Design -Build or Consultant's employ. Design -
Build Firm will obtain prior written acceptance of Director or designee to change Key
Staff. Design -Build Firm shall provide Director, or designee with such information as
necessary to determine the suitability of proposed new Key Staff. Director will act
reasonably in evaluating Key Staff qualifications. Such acceptance shall not constitute
any responsibility or liability for the individual's ability to perform. Key Staff shall be
listed Key Staff in Form B
7. Truth -In -Negotiation Certificate
By executing the Contract the Design -Build Firm certifies that wage rates and other
factual unit costs supporting the cost of the Project are accurate, complete, and current
at the time of Notice to Proceed. The original Project price and any addition thereto will
be adjusted to exclude any significant sums by which the City determines the Contract
Price was increased due to inaccurate, incomplete or non -current wage rates and other
factual unit costs. All such price adjustments will be made within 1 year following the
end of the Project.
8. Re -Use by City
74
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
It is understood that all Design -Build contract and/or Work Orders for new design Work
will include the provision for the re -use of plans and specifications, including construction
drawings, at the City's sole option, and by virtue of signing this Contract the Design -build
Firm and the Consultant agrees to such re -use in accordance with this provision without
the necessity of further approvals, compensation, fees or documents being required and
without recourse for such re -use. The Design -Build Firm and Consultant will not be
liable for re -use by the City of plans, documents, studies, or other data for any purpose
other than that intended by the terms and conditions of this Contract.
9. Scope of Services
The Design -Build Firm agrees to provide comprehensive professional services in
accordance with all applicable law and building and environmental regulations, including
the Florida Building Code, FDOT standards, and the City of Miami, Florida, Code of
Ordinances, and as set forth in the Contract Documents. Design -Build Firm shall
furnish, as Basic Services, comprehensive professional services for the Projects
including, but not limited to those described in Article 10, Basic Services.
10. Basic Services
Design -Build Firm agrees to provide complete Professional Services as set forth in the
tasks enumerated hereinafter, in accordance with the Florida Building Code, latest
edition, all federal, state, county and • City of Miami, Florida, Laws, Codes and
Ordinances. Design -Build Firm shall maintain an adequate staff of qualified personnel on
the Work at all times to ensure its performance as specified in the Contract.
Design -Build Firm shall submit at least one (1) electronic set of all documents and five
(5) copies of documents required under this Article, without additional charge, for review
and approval by City. Design -Build Firm shall not proceed with the next task of the
design Work until the documents have been approved, in writing, by City, and an
Authorization to Proceed with the next task has been issued by City.
These services, hereinafter referred to as "Basic Services" are summarized as follows:
10.1 DEVELOPMENT OF OBJECTIVES
10.1.1
Design -Build Firm shall confer with representatives of City, the Project Manager, and
other jurisdictional agencies to develop several options for how the various elements of
the project will be designed and constructed based on the scope of services.
10.2 CONSTRUCTION DOCUMENTS
Design -Build Firm shall produce 50%, 90% and Final Construction Documents (100%)
for review and approval by City, which shall include the following:
1. Design -Build Firm shall not proceed with further construction document development
until approval of the previously submitted documents is received in writing from City.
Approval by City shall be for progress only and does not relieve Design -Build Firm of
its responsibilities and liabilities relative to code compliance and to other covenants
contained in this Contract. Design -Build Firm shall resolve all questions indicated on
the documents and make all changes to the documents necessary in response to the
review commentary. The previously submitted documents review (check) set shall
be returned to City upon submission of subsequent submittal and Design -Build Firm
shall provide an appropriate response to all review comments noted on these
previously submitted documents.
75
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Design -Build Firm shall submit four (2) full size copies of the drawings and
specifications, and one digital copy in .pdf format, plot, and .dwg formats.
10.2.1 Permitting
The Design -Build Firm shall file and follow-up for building permits at the earliest
practicable time during the performance of the Work, the necessary portions of the
Construction Documents for approval by City, County, State and/or Federal
authorities having jurisdiction over the Project by law or contract with the City, and
must coordinate in obtaining any such applicable certifications of permit approval by
such authorities prior to approval by CIP of the final set and printing of the
Construction Documents for the applicable portion of the Work. The Design -Build
Firm shall promptly, at any time during the performance of the Work hereunder,
advise the City of any substantial increases in costs set forth in the Statement of
Probable Construction Cost that in the opinion of the Design -Build Firm is caused
by the requirement(s) of such reviews by the permitting entities.
Upon completion of dry run permitting by the permitting entities shall provide two (2)
full size sealed copies of the drawings and specifications. by the permitting entities
shall also provide digital versions of the drawings in .dwg, and .pdf formats. The
specification additional terms and conditions shall be provided in both .pdf and .doc
formats.
10.3 ADMINISTRATION OF THE CONSTRUCTION CONTRACT
10.3.1
The Construction Phase will begin upon commencement of construction and will end
when the Design -Build Firm has provided to the City all post construction services,
including documents, As -Built drawings, Design -Build Firm's record drawings,
warrantees, guarantees, operational manuals, and Certificate(s) of Occupancy have
been delivered to the City and the City approves the final payment to the Design -Build
Firm. During this period, the Design -Build Firm shall provide administration of the
construction contract as provided by this Contract, and as provided by law.
10.3.2
The Consultant, as the representative of the City during the Construction Phase, shall
advise and consult with the City and shall have the authority to act on behalf of the City
to the extent provided in the General Conditions and the Supplementary Conditions of
the construction contract and their agreement with the City.
10.3.3
The City or its, respective representatives shall visit the site to conduct field
observations, at a minimum on a weekly basis, and at all key construction events; to
ascertain the progress of the Project and shall visit the site as appropriate to conduct
field inspections to ascertain the progress of the Project and determine, in general, if the
Work is proceeding in accordance with the Contract Documents. The Consultant shall
provide any site visits necessary for certification if required by the authorities having
jurisdiction. Threshold inspection shall be provided by the Design -Build Firm at no
additional cost to the City. The City or its representatives shall report on the progress the
Work, including any defects and deficiencies that may be observed in the Work. The
Consultant will be responsible for writing minutes of all meetings and field inspections
report, as well as the distribution of the minutes. Consultant and Subconsultants will not
be held responsible for construction means, methods, techniques, sequences, or
procedures, or for safety precautions and programs in connection with the Work.
10.3.4
76
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
The Project Manager shall furnish the City with a written report of all observations of the
Work made by the Design Build Firm. The Consultant shall also note the general status
and progress of the Work on forms furnished or approved by the City. The Consultant
shall submit the reports by weekly. The Project Manager shall ascertain that the Work is
acceptable to the City. The Project Manager will determine if the Work is being
performed in accordance with the scope of services. The Project Manager shall assist in
ensuring that the Design -Build Firm is making timely, accurate, and complete notations
on the "as -built" drawings. Copies of the field reports shall be submitted on a monthly
basis. The Design — Build Firm's failure to provide written reports of all site visits or
minutes of meeting shall result in the rejection of payment requests by the Design -Build
Firm and may result in a proportional reduction in Construction Administration fees paid
to the Design -Build Firm.
10.3.5
1. Based on observations at the site and consultation with the City, the
Consultant shall determine the amount due the Design -Build Firm based on the
approved schedule of values and shall recommend approval of such amount as
appropriate. This recommendation shall constitute a representation by the
Consultant to the City that, to the best of the Consultant's knowledge, information
and belief, the Work has progressed to the point indicated and that, the quality of
the Work is in accordance with the Contract and the Design -Build Firm is entitled
to amount stated on the requisition subject to: a detailed evaluation of the Work
for conformance with the contract upon substantial completion;
2. the results of any subsequent tests required by the contract;
3. minor deviations from the contract correctable prior to completion;
4. any specific qualifications stated in the payment certificate and further that
the Design -Build Firm is entitled to payment in the amount agreed upon at a
requisition site meeting or as stated on the requisition.
Prior to recommending payment to the Design -Build Firm, the Consultant will prepare a
written statement to the City on the status of the Work relative to the Construction
Schedule, which shall be attached to the Design -Build Firm's payment application. Such
statement shall be prepared immediately following the requisition field meeting. By
recommending approval of a Payment Certificate, the Consultant shall not be deemed to
represent that the Consultant has made any examination to ascertain how and for what
purpose the Design -Build Firm has used money paid on account of the Construction
Contract Price.
10.3.6
The Consultant shall be the interpreter of the requirements of the Contract Documents
and the judge of the performance thereunder. The Consultant shall render
interpretations necessary for the proper execution or progress of the Work upon written
request of either the City or the Design -Build Firm, and shall render written decisions,
within maximum of ten (10) calendar days, on all claims, disputes and other matters in
question between the City and the Design -Build Firm relating to the execution or
progress of the Work. Interpretations and decisions of the Consultant shall be consistent
with the intent of and reasonably inferable from, the Contract Documents and shall be in
written or graphic form.
10.3.7
The Consultant shall have the authority to recommend rejection of Work, which does not
conform to the Contract Documents. The Project Manager has the authority to reject
Work where such Work does not comply with the project specifications. Whenever, in
his/her reasonable opinion, the Consultant considers it necessary or advisable to insure
77
Design -Build Services for Seawall Stabilization and Repair Project PFP 11-12-033
compliance with the Contract Documents, the Consultant will have the authority to
recommend special inspection or testing of any Work deemed to be not in accordance
with the Contract, whether or not such Work has been fabricated and/or delivered to the
Project, or installed and completed.
10.3.8
The Consultant shall promptly review and approve, reject or take action on shop
drawings, samples, RFIs and other submissions of the Design -Build Firm. Changes or
substitutions to the construction documents shall not be authorized without concurrence
of the City's Project Manager and/or Director of Capital Improvements. The Consultant
shall upon receipt of shop drawings, samples, RFI's or other submittals by the Design -
Build Firm, timely review and return the shop drawings or submittals to the Design -Build
Firm with comments indicating either approval or disapproval, with a copy to the Project
Manager. Consultant shall provide the Design -Build Firm and the Project Manager with a
detailed written explanation as to the basis for rejection.
10.3.9
The Consultant shall initiate and prepare required documentation for changes as
required by the Consultant's own observations or as requested by the City, and shall
review and recommend action on proposed changes. Where the Design -Build Firm
submits a request for Change Order or Change Proposal request, the Consultant shall,
within ten (10) calendar days, review and submit to the City, his/her recommendation or
proposed action along with an analysis and/or study supporting such recommendation.
10.3.10
The Consultant in conjunction with the City shall examine the Work upon receipt of the
Design -Build Firm's request for substantial completion inspection of the Project and
shall, prior to acceptance by the City, recommend execution of a "Certificate of
Acceptance for Substantial Completion after first ascertaining that the Project is
substantially complete in accordance with the contract requirements. The Consultant
shall in conjunction with representatives of the City and the Design -Build Firm prepare a
punch list of any defects and discrepancies in the Work required to be corrected by the
Design -Build Firm in accordance with Florida Statute 218.735. Upon satisfactory
completion of the punch list the Consultant shall recommend execution of a "Certificate
of Final Acceptance" and final payment to the Design -Build Firm. Upon satisfactory
completion of all items on the punch list all necessary closeout documentation shall be
submitted by the Design -Build Firm, including but not limited to all guarantees, releases
of liens/claims and such other documents and certificates as may be required by
applicable codes, law, and the Contract before final acceptance shall be issued to the
Design -Build Firm.
10.3.11
The Consultant shall review the Design -Build Firm's "as built" drawings and submit them
to the City upon approval by the Consultant. The Design -Build Firm is responsible for
preparing the "as built" drawings.
10.3.12
The Design -Build Firm shall furnish to the City the original documents, including
drawings, revised to "as -built" conditions. In preparing the "Record Set" documents any
certification required under this Contract including the contents of "as -built" documents is
conditioned upon the accuracy of the information and documents provided by the
Design -Build Firm. The original documents as well as the "Record Set" shall become
the property of the City. A reproducible set of all other final documents will be furnished
to the City free of charge by the Design -Build Firm. The Design -Build Firm shall furnish
78
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
to the City one complete set of "Record Set Drawings", in Auto CADD Version 2000 or
such other format acceptable to the City.
11. Basis of Design
it is imperative that the City understands the implications of design decisions made
during the design process. Especially in the early stages of design, it is important that
the Design -Build Firm provide insights into the implications of a given choice,
12. Additional Design Services
Additional design services shall be handled as a Change Order to the Contract.
Additional Design Services shall be for the provision of Professional Services requested
by the City that were not included in the approved design documents or within the Basic
Services contained in the Contract. Upon request of the City the Design -Build Firm will
prepare and submit a Change Order Proposal, which shall include the deliverables and
costs. The breakdown of the costs shall be provided on the City' Work Order Form
spreadsheet.
79
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Section 6- Contract Execution Form
THIS Contract (contract number) made this day of in the year 2012
by and between THE CITY OF MIAMI, FLORIDA, hereinafter called the "CITY," and (name of
Design -Build Firm)
IN WITNESS WHEREOF, the parties have executed this Contract as of the day and
year first above written.
WITNESS/ATTEST Ebsary Foundation Compay
Signature Signature
Print Name, Title Scott Alfele
ATTEST: (Corporate Seal)
DESIGN -BUILD FIRM Secretary
(Affirm DESIGN -BUILD FIRM Seal, if
available)
ATTEST: City of Miami, a municipal corporation of the
State of Florida
Priscilla Thompson, City Clerk Johnny Martinez, P.E., City Manager
APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND
REQUIREMENTS: CORRECTNESS:
Calvin Ellis, Director Julie O. Bru, City Attorney
Risk Management Department
80
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
CORPORATE RESOLUTION
WHEREAS, Ebsary Foundation Company desires to enter into a contract with
the City of Miami for the purpose of performing the work described in the contract to
which this resolution is attached; and
WHEREAS, the Board of Directors at a duly held corporate meeting has
considered the matter in accordance with the By -Laws of the corporation;
Now, THEREFORE, BE IT RESOLVED BY THE BOARD OF
DIRECTORS that the
(type title of officer)
, is hereby authorized
(type name of officer)
and instructed to enter into a contract, in the name and on behalf of this corporation,
with the City of Miami upon the terms contained in the proposed contract to which this
resolution is attached and to execute the corresponding performance bond.
DATED this day of , 20
Corporate Secretary
(Corporate Seal)
81
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
FORM OF PERFORMANCE BOND (Page 1of 2)
BY THIS BOND, We , as Principal,
hereinafter called Design -Build Firm, and , as Surety, are
bound to the City of Miami, Florida, as Obligee, hereinafter called City, in the amount of
Dollars ($ ) for the payment whereof Design -
Build Firm and Surety bind themselves, their heirs, executors, administrators, successors and
assigns, jointly and severally.
WHEREAS, Design -Build Firm has by written agreement entered into a Contract, Bid
No: 11-12-033, awarded the
day of , 2012, with City which
Contract Documents are by reference incorporated herein and made a part hereof, and
specifically include provision for liquidated damages, and other damages identified, and for the
purposes of this Bond are hereafter referred to as the "Contract";
THE CONDITION OF THIS BOND is that if Design -Build Firm:
1. Performs the Contract between Design -Build Firm and City for construction of
, the Contract being made a
part of this Bond by reference, at the times and in the manner prescribed in the Contract;
and
2. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including
appellate proceedings, that City sustains as a result of default by Design -Build Firm
under the Contract; and
3. Performs the guarantee of all Work and materials furnished under the Contract for the
time specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN
FULL FORCE AND EFFECT.
4. Whenever Design -Build Firm shall be, and declared by City to be, in default under the
Contract, City having performed City obligations hereunder, the Surety may promptly
remedy the default, or shall promptly:
4.1. Complete the Project in accordance with the terms and conditions of the
Contract Documents; or
82
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
FORM OF PERFORMANCE BOND (Page 2 of 2)
4.2. Obtain a bid or bids for completing the Project in accordance with the terms
and conditions of the Contract Documents, and upon determination by Surety
of the lowest responsible Bidder, or, if City elects, upon determination by City
and Surety jointly of the lowest responsible Bidder, arrange for a contract
between such Bidder and City, and make available as Work progresses (even
though there should be a default or a succession of defaults under the Contract
or Contracts of completion arranged under this paragraph) sufficient funds to
pay the cost of completion less the balance of the Contract Price; but not
exceeding, including other costs and damages for which the Surety may be
liable hereunder, the amount set forth in the first paragraph hereof. The term
"balance of the Contract Price," as used in this paragraph, shall mean the total
amount payable by City to Design -Build Firm under the Contract and any
amendments thereto, Tess the amount properly paid by City to Design -Build
Firm.
No right of action shall accrue on this bond to or for the use of any person or corporation
other than City named herein.
The Surety hereby waives notice of and agrees that any changes in or under the
Contract Documents and compliance or noncompliance with any formalities connected
with the Contract or the changes does not affect Surety's obligation under this Bond.
Signed and sealed this day of , 20
WITNESSES:
Secretary By:
(CORPORATE SEAL)
(Name of Corporation)
(Signature)
(Print Name and Title)
IN THE PRESENCE OF: INSURANCE COMPANY:
By:
Agent and Attorney -in -Fact
Address:
(Street)
(City/State/Zip Code)
Telephone No.:
83
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
FORM OF PAYMENT BOND (Page 1of 2)
BY THIS BOND, We , as Principal,
hereinafter called Design -Build Firm, and , as Surety, are
bound to the City of Miami, Florida, as Obligee, hereinafter called City, in the amount of
Dollars ($ ) for the payment whereof
Design -Build Firm and Surety bind themselves, their heirs, executors, administrators,
successors and assigns, jointly and severally.
WHEREAS, Design -Build Firm has by written agreement entered into a Contract,
Bid/Contract No., awarded the day of , 20 , with City which
Contract Documents are by reference incorporated herein and made a part hereof, and
specifically include provision for liquidated damages, and other damages identified, and for the
purposes of this Bond are hereafter referred to as the "Contract";
THE CONDITION OF THIS BOND is that if Design -Build Firm:
1. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including
appellate proceedings, that City sustains because of default by Design -Build Firm under
the Contract; and
2. Promptly makes payments to all claimants as defined by Florida Statute 255.05(1) for all
labor, materials and supplies used directly or indirectly by Design -Build Firm in the
performance of the Contract;
THEN DESIGN -BUILD FIRM'S OBLIGATION SHALL BE VOID; OTHERWISE, IT
SHALL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE
FOLLOWING CONDITIONS:
2.1. A claimant, except a laborer, who is not in privity with Design -Build Firm and
who has not received payment for its labor, materials, or supplies shall, within
forty-five (45) days after beginning to furnish labor, materials, or supplies for
the prosecution of the Work, furnish to Design -Build Firm a notice that he
intends to look to the bond for protection.
2.2 A claimant who is not in privity with Design -Build Firm and who has not
received payment for its labor, materials, or supplies shall, within ninety (90)
days after performance of the labor or after complete delivery of the materials
or supplies, deliver to Design -Build Firm and to the Surety, written notice of the
performance of the labor or delivery of the materials or supplies and of the
nonpayment.
2.3. No action for the labor, materials, or supplies may be instituted against Design -
Build Firm or the Surety unless the notices stated under the preceding
conditions (2.1) and (2.2) have been given.
2.4. Any action under this Bond must be instituted in accordance with the longer of
the applicable Notice and Time Limitations provisions prescribed in Section
255.05(2), or Section 95-11, Florida Statutes.
84
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
FORM OF PAYMENT BOND (Page 2 of 2)
The Surety hereby waives notice of and agrees that any changes in or under the
Contract Documents and compliance or noncompliance with any formalities connected
with the Contract or the changes does not affect the Surety's obligation under this Bond.
Signed and sealed this day of , 20
ATTEST:
(Secretary)
(Corporate Seal)
IN THE PRESENCE OF:
By:
By:
Design -Build Firm
(Name of Corporation)
(Signature)
(Print Name and Title)
day of , 20
INSURANCE COMPANY:
Agent and Attorney -in -Fact
Address:
(Street)
(City/State/Zip Code)
Telephone No.:
85
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
CERTIFICATE AS TO CORPORATE PRINCIPAL
, certify that I am the Secretary of the
corporation named as Principal in the foregoing Performance and Payment Bond (Performance
Bond and Payment Bond); that , who signed the Bond(s) on behalf
of the Principal, was then of said corporation; that I know his/her signature; and
his/her signature thereto is genuine; and that said Bond(s) was (were) duly signed, sealed and
attested to on behalf of said corporation by authority of its governing body.
(SEAL)
Secretary (on behalf of)
Corporation
STATE OF FLORIDA )
SS
COUNTY OF MIAMI-DADE )
Before me, a Notary Public duly commissioned, qualified and acting personally, appeared
to me well known, who being by me first duly
sworn upon oath says that he/she has been authorized to execute the foregoing Performance and
Payment Bond (Performance Bond and Payment Bond) on behalf of Design -Build Firm named
therein in favor of City.
Subscribed and Sworn to before me this day of , 20
My commission expires:
Notary Public, State of Florida at Large
Bonded by
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Page 86
PERFORMANCE AND PAYMENT GUARANTY FORM
UNCONDITIONAL/IRREVOCABLE LETTER OF CREDIT: (Page 1 of 2)
Date of Issue
Issuing Bank's No.
Beneficiary: Applicant:
City of Miami
444 SW 2nd Avenue
Miami, Florida 33130
Amount:
in United States Funds
Expiry:
(Date)
Bid/Contract Number
We hereby authorize you to draw on
(Bank, Issuer name)
at by order
(branch address)
of and for the account of
(Design -Build Firm, applicant, customer)
up to an aggregate amount, in United States Funds, of available by your
drafts at sight, accompanied by:
1. A signed statement from the City Manager or his authorized designee, that the drawing is
due to default in performance of certain obligations on the part of
(Design -Build Firm, applicant, customer) agreed upon by and between the City of Miami,
Florida and (Design -Build Firm, applicant, customer), pursuant to
Bid/Contract No. for (name of project) and Section 255.05,
Florida Statutes.
Drafts must be drawn and negotiated not later than
(expiration date)
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Page 87
PERFORMANCE AND PAYMENT GUARANTY FORM
UNCONDITIONAUIRREVOCABLE LETTER OF CREDIT: (Page 2 of 2)
Drafts must bear the clause: "Drawn under Letter of Credit No. (Number), of
(Bank name) dated
This Letter of Credit shall be renewed for successive periods of one (1) year each unless we
provide the City of Miami with written notice of our intent to terminate the credit herein extended,
which notice must be provided at least thirty (30) days prior to the expiration date of the original
term hereof or any renewed one (1) year term. Notification to the City that this Letter of Credit will
expire prior to performance of the Design -Build Firm's obligations will be deemed a default.
This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not in
any way be modified, or amplified by reference to any documents, instrument, or agreement
referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any
such reference shall not be deemed to incorporate herein by reference any document, instrument,
or agreement.
We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under and
in compliance with the terms of this credit that such drafts will be duly honored upon presentation
to the drawee.
Obligations under this Letter of Credit shall be released one (1) year after the Final Completion of
the Project by the
(Design -Build Firm, applicant, customer)
This Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International
Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions of Florida law. If
a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law
should arise, Florida law shall prevail. If a conflict between the law of another state or country and
Florida law should arise, Florida law shall prevail.
Authorized Signature
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Page 88
SUBCONSULTANTS
FIRM NAME
CONSULTING FIELD
Keith & Schnars, P.A.
Structural Engineering, Survey, Permitting
Construction Eng. Consultants
Specialty & Geotechnical Engineering
Wingerter Laboratories, Inc.
Testing, Inspection, Soil Analysis
Hayward -Baker, Inc.
Specialty & Geotechnical Engineering
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Page 89
KEY STAFF
NAME
JOB CLASSIFICATION
Matthew Shiring, P.E.
Project Manager
Yosmel Milian, E.I.
Construction Manager
Victor Dewitt
QC Manager
John Weidner
Superintendent
Robert Schuler, P.E., P.G.
Testing & Geo Analysis
Vincent Hull
Anchor Installation
Dustin Hatch
Anchor Installation
Ed Garbin
Specialty Engineering
Mike Bone, P.E.
Specialty Engineering
Mark Moshier, P.E.
Design -Principal
Jonni Joannou, P.E.
Structural Engineer
Brian Chunn, P.E.
Structural Engineer
Coriann Sales, P.E.
Structural Engineer
Barbara Russel, P.E.
Structural Engineer
Matt Neddeff, P.E.
Engineer / Utility Coordinator
Eric Wilhjelm, P.S.M.
Surveyor
Joyce Howland
Permitting Specialist
Design -Build Services for Seawall Stabilization and Repair Project RFP 11-12-033
Page 90
foundation company
MARINE AND ENGINEERING CONSTRUCTION
2154 N.W. North River Drive. Miami, Florida 33125-2297
01c. 13051 .325-0530 • CC; E:502 • Fax (3051 325-8084
Ebsary Foundation Company
Lump Sum Final GNIP Pricing Propsal For:
Design Build Services for Seawall Stabilization and Repair Project
RFP # 11-12-033
Date: 9/21/2012
BIDBASE SCOPE OF WORK
Bid Item
Description
Unit
,Est --..Unit
Price
Bid.Total
,Remarks
100
Bond
LS
1.0
$ 74,000.00
$ 74,000.00
Bond and Insurance Premiums
200
DESIGN - Predesign Mobilization and
Exploration
LS
1.0
$ 90,000.00
$ 90,000.00
All predesign and development - exploratory
work and Permit Application
300
DESIGN - Initial Design and Submittal
LS
1.0
$ 30,000.00
$ 30,000.00
Primary Design Coordination and Design
Submittals
400
DESIGN - Final Design Approval and
Permit Issue
LS
1.0
$ 24,000.00
$ 24,000.00
Final Design Approval and Permit Pick Up
500
DESIGN - Construction Administration
LS
1.0
$ 19,000.00
$ 19,000.00
FOR Construction Administration and
Inspection
600
DESIGN - Substantial & Final
Completion Deliverables
LS
1.0
$ 7,000.00
$ 7,000.00
Final Approved Drawings
700
Permit Fees
LS
1.0
$ 50,000.00
$ 50,000.00
Allowance Account for Permits
800
Construction Mobilization
LS
1.0
$ 85,000.00
$ 85,000.00
Mobilization of Construction Activities
900
Site Work & Demolition
WF
1,450.0
$ 170.00
$ 246,500.00
Earthwork, exploratory excavation, demolition,
hauling
1000
Backfrll Between Seawalls
WF
1,450.0
$ 40.00
$ 58,000.00
Backftlling with Fiowable Fill
1100
Seawall Concrete Cap Repair
WF
1,450.0
$ 240.00
$ 348,000.00
Spall Repair, Expansion Joint Repairs, Epoxy
Injection, Concrete Coating
1200
Grouted Soil Anchors
WF
1,450.0
$ 895.00
$ 1,297,750.00
Core Drilling, Anchor Installation, Anchor Caps
1300
Site Restoration
LS
1.0
$ 40,000.00
$ 40,000.00
Final Site Restoration, Grading and Cleanup
TOTAL = .$ 2,369,250.00
Two Million Three Hundred Sixty Three Thousand Dollars and 00/100
EXCLUSIONS:
Landscaping, Grass and Tree Removal and Replacement
Utility Work (Electrical and Plumbin
Promenade Concrete or Paving
Paving
Site Access (landside Access is required for a minimum of 40ft from
Bulkhead Face)
Utility Relocation or Restoration
Bulkhead Sheetpile Replacement or Remediation
using the Grouted Anchors to Pull the Wall back into plumb
location. We anticipate the Wall moving some during the
prestressing, but there is no guarantee how much movement
Handling and Removal of Contaminants
Asphalt or Paving
INCLUSIONS
Design, Permitting, Labor, equipment, materials and supervision to Perform the Scope
Quality Control and Inspection
Prevailing Wages and Insurance
Taxes
Submittals
The proposed bid base scope or work is Final Lump Sum Pricing for each item. All
General Conditions, Overhead and Profit are included in each bid item. The above
pricing is the Final pricing for each item
Temporary Rip -Rap Relocation during installation, Rip -Rap to be Stockpiled on site and
replaced after work is complete.
Cleanup after each night of work
We appreciate the opportunity to quote this project. If you should have any questions please contact the undersigned at your convenience.
Very Truly Yours,
EBSARY FOUNDATION COMPANY
Matthew J. Shiring, P.E.
Vice President
9/21/2012 1:57 PM
OF
ism? eittii
City of Miami
Capital Improvements Program
RFP No. 11-12-033
June 15, 2012
B-30538
Addendum No. 1
TO: ALL PROSPECTIVE PROPOSERS:
The following changes, additions, clarifications, and deletions amend the above -captioned Request for
Proposals, and shall become an integral part of the Proposal Responses and the subsequent Agreement.
Please note the contents herein and affix same to the documents you have on hand.
THERE WILL BE A NON -MANDATORY SITE VISIT HELD ON:
TUESDAY, JUNE 19, 2012 AT 11:30 A.M. EST.
THE STARTING LOCATION WILL BE AT THE ENTRANCE OF BICENTENNIAL PARK AT THE MIAMI-
DADE PUMP STATION NUMBER TWO.
ALL PROSECTIVE PROPOSERS ARE STRONGLY ENCOURAGED TO ATTEND.
PLEASE ARRIVE EARLY IN CASE OF ANY UNEXPECTED TIME DELAYS DUE TO PARKING AND
OTHER NAVAGATIONAL CHALLENGES THAT MAY BE FOUND AT THE SITE'S LOCATION.
THIS ADDENDUM IS AN ESSENTIAL PORTION
SHALL BE MADE A PART THEREOF.
REQUEST FOR PROPOSALS (RFP) AND
eovanny Rodriguez, P.E., Assistant Director
Capital Improvements Program
This Addendum should be signed and dated by the Proposer and submitted as proof of receipt with the
submission of Proposals. The Proposer by identifying the addendum number in their Proposal and by signing
and submission of their Proposal shall serve as proof of receipt of this Addendum.
NAME OF FIRM:
SIGNATURE:
DATE:
Design -Build Services for Seawall Stabilization and Repair Project
Addendum No. 1 REP No. 11-12-033
Page 1 of 1
City of Miami
Capital Improvements Program
RFP No. 11-12-033
June 18, 2012
B-30538
Design -Build Services for Seawall Stabilization and Repair Project
Addendum No. 2
TO: ALL PROSPECTIVE PROPOSERS:
The following changes, additions, clarifications, and deletions amend the above -
captioned Request for Proposals, and shall become an integral part of the Proposal
Responses and the subsequent Agreement. Please note the contents herein and affix
same to the documents you have on hand.
Please be advised that the RFP Response Due Date has been extended to July 2, 2012
at 2:00 p.m.
The deadline for Additional Information has been extended to Monday, June 25, 2012 at
5:00 p.m.
THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE REQUEST FOR JPROPOSALS (RFP)
AND SHALL BE MADE A PART THEREOF.
Jeovanny, o�rl uez, P.E., Aistant Director
Capital l ro meats Prq
Design•8uiId Services for Seawall Stabilization and Repair Project
Addendum No. 2 RFP No. 11-12-033
* ,,,111i N„U •
C O R 1v •
City of Miami
Capital Improvements Program
RFP No. 11-12-033
June 25, 2012
B-30538
Design -Build Services for Seawall Stabilization and Repair Project
Addendum No. 3
TO: ALL PROSPECTIVE PROPOSERS:
The following changes, additions, clarifications, and deletions amend the above -captioned
Request for Proposals, and shall become an integral part of the Proposal Responses and the
subsequent Agreement. Please note the contents herein and affix same to the documents you
have on hand.
Please be advised that Section 5, Part B, of the Evaluation Criteria has been modified as
follows:
EVALUATION CRITERIA
Responses shall be evaluated according to the following criteria and respective weight:
> Qualifications & Experience of the Team Maximum 6 points
➢ Qualifications & Experience of Proposer Maximum 6 points
> Design & Construction Approach & Process Maximum 6 points
Qual. of Project Manager & Construction Manager Maximum 6 points
Technical Capabilities Maximum 6 points
Price Proposal Maximum 70 points
Design -Build Services for Seay.all Stabilization and Repair Project
Addendum No.3 RFP No. 11-12-O33
THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE REQUEST FOES PROPOSALS (RFP)
AND SHALL BE MADE A PART THEREOF.
Je. rann "odriguez, ' . ., Assistant Director
Capital I - provement. P ogram
This Addendum should be signed and dated by Proposer and submitted as proof of
receipt with the submission of the Proposal. The Proposer by identifying the Addendum
number in their proposal and by the signing and submission of their Proposal shall
serve as proof of receipt of this Addendum.
NAME OF FIRM:
SIGNATURE:
Design -Build Services for Seawall Stabilization and Repair Project
DATE:
Addendum No. 3 RFP No. 11-12.033
.... +
� n n
I er:
•0 R
City of Miami
Capital Improvements Program
RFP No. 11-12-033
June 25, 2012
B-30538
Design -Build Services for Seawall Stabilization and Repair Project
Addendum No. 4
TO: ALL PROSPECTIVE PROPOSERS:
The following changes, additions, clarifications, and deletions amend the above -captioned Request for
Proposals, and shall become an integral part of the Proposal Responses and the subsequent Agreement.
Please note the contents herein and affix same to the documents you have on hand.
Request for Information
Question
1
Page 25 of the RFP states that "The proposer shall engage the services of a
qualified and experienced Marine Structural Engineering Firm to perform the
necessary structural evaluations, analysis and designs". Please provide the
definition of a Marine Structural Engineering Firm.
Answer
1
The definition of a Marine Structural Engineering Firm is "The structural
engineering firm must possess a minimum of ten (10) years experience in the
design and construction of steel sheet piling bulkheads, bulkhead restraining
systems and concrete repairs and restoration in a marine environment."
Question
2
Page 32, Article B2 of the RFP states that the price proposal shall be submitted
concurrent with the submittal of the Technical Proposal. Is that still the plan?
Please indicate when a field visit will be scheduled.
Answer
2
Yes, as stated in the RFP, ''The Price Proposal shall be submitted in a separate
sealed envelope concurrent with the submittal of the Technical Proposal,
utilizing the Price Proposal Form. The Price Proposal shall consist of line item
costs for design, permitting, and construction of the project described in Exhibit
A supported by separate costs for design and construction."
Question
3
Please confirm whether Load and Resistance Factor Design (LRFD) or
Allowable Stress Design (ASD) will be used to perform the sheet pile analysis.
In accordance with FDOT Structures Design Guidelines, Chapter 3, Art. 3.3.13,
LRFD Methodology is required.
Design -Build Services for Seawall Stabilization and Repair Project
Addendum No. 4
RFP No. 11-12-033
Page 1 of 5
Answer
3
Either Load Resistance Factor Design (LRFD) or Allowable Stress Design
(ASD) will be acceptable.
Question
4
Exhibit A — Document 1, Appendix A, Page A-7: Given the length of the rock soil
anchors at some locations, it is likely that the angle of installation will approach
40 degrees as shown in Figure 7. Has any consideration been given to the
potential for downward movement/settlement of the sheet pile as a result of the
vertical component of force applied by the soil anchor? This potential downward
movement can create additional cracks along the concrete cap.
Answer
4
The angle and length of soil anchors shall be determined by the DB Team. The
potential for downward movement /settlement of the sheet piling shall be
considered in the design of the soil anchors.
Question
5
Page 10 RFP, What would constitute an acceptable out -of -plumb position of the
sheet pile once the soil anchors have been installed and proof 'load tested"?
Answer
5
The intent is to realign the seawalls and reduce the amount of tilt and lean as
much as reasonably possible, without causing harm (overstress) to the existing
seawalls. For visual purposes, the City would like to have the seawalls plumb.
As a guide, the outward tilt of the seawalls on the order of 2 to 3 inches would
appear to be acceptable.
Question
6
Page 21 Part N of the RFP, Are Utility As -Built plans of the area adjacent to the
project available? If not, will the City of Miami provide this information?
Answer
6
Utility as -built plans are not available and thus the City of Miami cannot provide
this information. The DB Team will be responsible to contact utility companies
and to perform on -site investigations in accordance with the applicable laws and
regulations governing same. Refer to Section VI of the RFP for Verification of
Existing Conditions.
Question
7
Page 13, RFP, Please provide the magnitude of the vehicular traffic loading
used for park maintenance which needs to be considered in the sheet pile
analysis.
Answer
7
For Case Loading 2, use a Uniform Surcharge Loading equal to 240 PSF
throughout the project limits. This surcharge loading will suffice for both
pedestrian and vehicular traffic conditions and any combination thereof.
Question
8
Will a bid bond from a qualified surety be an acceptable alternative to the
$15,000 Proposal Bond Check? Standard AIA forms can be used or an
Design -Build Services for Seawall Stabilization and Repair Project
Addendum No. 4
RFP No. 11-12-033
Page 2 of 5
alternate form provided by the City.
Answer
8
Yes, a bid bond from a qualified surety company is acceptable.
Question
9
Will the City permit temporary Stockpile of existing rip -rap on site in order to
allow access for anchor installation?
Answer
9
The City will permit temporary stockpile of site materials to allow access for
anchor installation. The DB Contractor to define the quantity of materials to be
stockpiled, the desired locations and coordinate the placement of said materials
with the City. Stockpile areas shall be restored to elevations prior to undertaking
the seawall restoration work.
Question
10
Is there a specified minimum setback for heavy equipment adjacent to the
existing seawall? Is there a maximum permissible surcharge load for equipment
(i.e_ PSF allowed on the uplands portion of this project)?
Answer
10
There is no specified minimum setback for equipment loadings. The DB Team
shall determine the minimum setback distance to prevent damage to the existing
seawall during construction activities.
Question
11
Will be city be responsible for coordinating adequate access for all portions of
the seawall; most importantly uplands access to the construction performed on
the North Side of the Property.
Answer
11
The City will have a Project Coordinator assigned to this project. The City will
assist the DB Contractor with coordination issues related to access to the
project site. The DB Contractor will be expected to provide sufficient advanced
notice to the Project Coordinator so that coordination issues rnay be addressed
in a timely manner.
Question
12
Page 25 of the RFP states a minimum of 3 references are required from owners
of similar projects but form RFP-DB-PP states "list no more than 3 projects."
Please verify if more than 3 projects are allowed for this proposal.
Answer
12
List no more than three (3) projects as stated on Form RFP-DB-PP.
Question
13
On page 35 of the RFP, Section H includes an item called "sketches„. What is
required for the "sketches" section and what are the limitations as far as number
of pages, size of sheets. Is this a section to include figures to be referenced in
the technical writeup?
Answer
13
There are no specific requirements and/or limitations for the submission of
Section H - Sketches. The DB Proposer should furnish the City with information
in the form of sketches, drawings, figures and other graphic representations to
best describe his knowledge, understanding and intent to design, permit and
construct the project as described in the RFP.
Design -Build Services for Seawall Stabilization and Repair Project
Addendum No. 4
RFP No. 11-12-033
Page.3.of 5
Question
14
Figure 7 form Exhibit A of the Atkins concept plans shows a 3 ft "exploratory
excavation" area behind the wall to locate obstructions. Yet there are apparently
a myriad of previous possible obstructions within the approximately 45 ft range
of the extent of the proposed soil anchors behind the wall. What is the maximum
allowed extent of exploratory excavation associated with this project?
Answer
14
Figure 7 from Exhibit A (Atkins report) is conceptual only and should not be
construed by the DB Team as a contractual limitation. With the exception of the
project site adjacent to the new MAM (now under construction) , there are no
restrictions and/or limitations on the extent of exploratory excavations
associated with the project, and thus excavations may be undertaken as
deemed appropriate and necessary by the DB Contractor.
Excavations adjacent to the new MAM project site however, will be restricted to
the extent that excavations 'by the DB Contractor shall not adversely impact the
ongoing MAM construction work including but not limited to: new underground
utilities, new seawater intake piping, new building foundations and structures,
etc. Refer to Reference Document 12 for MAM construction drawings. Close
cooperation with the MAM contractor will be required and the City will be
responsible to coordinate and manage these activities.
Question
15
This question is related to question 3. The proposed landscape plans provided
with the RFP show extensive proposed irrigation and landscaping including
trees in the close vicinity of the proposed seawall repair work. Please verify if
the proposed landscaping will be complete prior to performing seawall
rehabilitation and, if so, will the design -build team be responsible for the
replacement of landscaping features damaged or removed in order to facilitate
construction or as necessary for exploratory excavation.
Answer
15
The proposed landscaping and irrigation work will be undertaken and completed
after the seawall repairs are completed by the DB Contractor.
Question
16
Please verify whether or not the scope for this project includes the construction
of the sidewalk (baywaik) promenade walkway. if it is included, please confirm
the minimum and maximum width for the walkway.
Answer
16
The new Baywalk construction will be undertaken by another contractor and is
not part of this RFP scope of work
Question
17
Please verify whether or not the scope for this project includes installation of any
planters, landscaping or uplands restoration or other items not directly related to
the installation of the seawall soil anchors and seawall repairs.
Answer
17
The new Baywalk construction including planters, landscaping and upland
restoration will be undertaken by another contractor and is not part of this RFP
scope of work. The DB Contractor shall grade the areas disturbed by his
construction activates to match elevations prior to undertaking the seawall
stabilization work.
THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE REQUEST FOR PROPOSALS (RFP) AND
Design -Build Services for Seawall Stabilization and Repair Project
Addendum No. 4
RFP No. 11-12-033
Page 4 of 5
SHALL BE MADE A PART THEREOF.
1f/
J-• and Rodri e , P.E., Assistant Director
pital Improve �i�e is Program
This Addendum should be signed and dated by the Proposer and submitted as proof of receipt with the
submission of Proposals. The Proposer by identifying the addendum number in their Proposal and by
signing and submission of their Proposal shall serve as proof of receipt of this Addendum.
NAME OF FIRM:
SIGNATURE:
DATE:
Design -Build Services for Seawall Stabilization and Repair Project
Addendum No. 4 RFP No. 11-12-033
Page 5 of 5
BID ITEM:
CITY OF MIAMI OFFICE OF THE CITY CLERK
BID SECURITY LIST
DESIGN -BUILD SERVICES FOR SEAWALL STABILIZATION AND
REPAIR PROJECT
BID NUMBER: RFP No. 11-12-033
DATE BID OPENED:
Monday, July 02,2012
TIME:
2:00pm
r
BIDDER
BASE BID
BID BONI) (ER)
AMOUNT
. CASHIER'S
CHECK _
Keith and
Schnars, P.A. / Ebsary Foundation Co.
S.ee Attached
See Attached
"C::7.•=7;•.q, 5:717.:.;ni ”.3 r:, --7-7.7::. --.
ref.:-7.•:.71.7.7...1 f.....'"--.7..''.7 . ..-." -.' "
T'',.-,-1
- '.. - — -.
?.
,-..-
'.77'.'n el7 2
' ---,.'--: L-1c..c'-_.: C.T0
.'•:.7,-.'1.'7-',
Till
oi!.-2197.r C'.1;..5..7::4 !: .".^ • ''....' - ..!. :,'.:
cle Ivai.viiry ;2 ;Y c r:13'/ ca; L'.• .-...—
• ' • • :, 2.
If:
L'2,...:
---
_.
_ .
_..
_...
...
‘ t
g
. ---- ---
..f,-. -.........,
1 eps-oiit-Receiving Bi (s)
On
7/ 3 h
Today's Date
rec ived (1) bi on behalf Capital Improvement
CifDepartment
PREPARED BY:
Deputy City Clerk
OMNI REDEVELOPMENT DISTRICT
COMMUNITY REDEVELOPMENT AGENCY
INTER -OFFICE MEMORANDUM
To: Johnny Martinez, P.E.
City Manager
Date: August 13th, 2012 File:
Subject: RFP No. 11-12-033 for the provision of
Design -Build Services for Seawall
Stabilization and Repair
From: Mark Spanioli, P.E. References:
CRA Director of Engineering & Construction
of&
Background
Enclosures: Supporting Documentation
On May 24, 2012, Capital Improvements Program ("CIP") issued Request for Proposals ("RFP") No. 11-12-033
for the provision of Design -Build Services for Seawall Stabilization and Repair, Project No.: B-30538 (the
°Project°).
On June 2, 2012, CIP received one (1) Proposal for the Project from Ebsary Foundation Company ("Ebsary").
CIP staff reviewed the Company's Proposal and determined that (a) Ebsary meets the minimum requirements for
responding to the RFP and (b) their Proposal is responsive to the solicitation.
On July 23, 2012, Atkins, the City's Design Criteria Professional, concurred with CIP's due diligence findings after
conducting a detailed responsiveness analysis of Ebsary's proposal (see attached).
Findings
The Evaluation Committee ("Committee") was appointed to evaluate Ebsary's Proposal and score the
qualifications of the firm based on its review. The Committee was comprised of the following professionals:
1. Jeovanny Rodriguez, P.E., Assistant Director, CIP, COM
2. Gary R. Milano, Coastal Habitat Restoration Program Coordinator, PERA
3. Mark Spanioli, P.E., Director of Engineering and Construction, CRA
On Thursday, July 26, 2012, the Committee met, evaluated and scored Ebsary and its Proposal based on the
following six (6) components, as stated in the RFP:
A. Evaluation Criteria
1. Qualifications and Experience of the Team (maximum 6 points)
2. Qualifications and Experience of the Proposer (maximum 6 points)
3. Design and Construction Approach Process (maximum 6 points)
4. Qualifications of the:
Project Manager and Construction Manager (maximum 6 points)
5. Technical Capabilities (maximum 6 points)
B. Price Proposal (maximum 70 points)
The result of the Committee meeting is as follows:
Firm Total Score
1. Ebsary Foundation Company 296 out of 300
August 13, 2012
Page 2
Recommendation
Based on the results of the Committee's evaluation and scoring of the firm's Proposal, CIP hereby
requests authorization to enter into negotiations with Ebsary for completion of the Project.
Additionally, CIP hereby requests permission to reject Ebsary's proposal and re -issue the
solicitation in the event that negotiations with Ebsary fail,
Your signature below will signify your concurrence with the above recommendation and your
assimilation of these findings as your own justification based on the requirements of the RFP and
the qualifications of the Proposer.
Approved:
Joh �, MartineP.E:, City Manager
cc: Albert Sosa, P.E., Director, CIP
Alice Bravo, P.E. Assistant City Manager
Enclosures (3)
, City of Miami
...,;; ;;, „ Capital Improvements Program
} \
om`
Evaluation Committee Final Ranking Form
Project Title: Design -Build Services for Seawall Stabilization and Repair Project
Committee Member
Ebsary Foundation Company
Jeovanny Rodriguez, P.E., COM
v
/
Gary Milano, PERA
5 (o
Mark Spanoli, P.E, CRA
( U
Total Score
z (---
Ranking
(
Name of Committee Chairperson: o2%
__S"t 1 < o L r
Date: July 25, 2012
```�, �,F. f City of Miami
Capital Improvements Program
Evaluation Committee Ranking Form
Design -Build Services for Seawall Stabilization and Repair Protect
Evaluation Criteria
Maximum
Points
Ebsary
Foundation
Company
Qualifications and Experience of the Team
6
' n�-ur.�4 2: ft tc.0
Qualifications and Experience of the Proposer
662
�w;;' �;��=x;"�%7�ae •.S� to d',.
"=: si•.m�-ra.-c�a; 32kir.;.itd.�+:
Design & Construction Approach and Process
6
Qualifications of Project Manager and Construction
Manager
6
' I, -q- , "Z fie. "i
Technical Capabilities
6
Price Proposal
70
3 0
Final Score
1 6 0
Committee Member:
Date: July 25, 2012
City of Miami
Form
and Repair Project
,. �,F.
- Capital Improvements Program
,.I. 11 1.1111 -
'�,, ,:�).4 Evaluation Committee Ranking
Design -Build Services for Seawall Stabilization
Evaluation Criteria
Maximum
Points
Ebsary
Foundation
Company
Qualifications and Experience of the Team
6
..-5-----
Qualifications and Experience of the Proposer
6
.7„,_ ...,,,,.„,„:„
,,,,,, ,. ,,,,,,,,,,,„,
Design & Construction Approach and Process
6
Qualifications of Project Manager and Construction
Manager
6
.5--- --,
Technical Capabilities
6
...C.- .
Price Proposal
70
7a
Final Score
t
96,
Committee Member: /11'/1
/
Date: July 25, 2012
City of Miami
��� �,�. ,ie
Capital Improvements Program
�Evaluation Committee Ranking Form
Design -Build Services for Seawall Stabilization and Repair Project
Evaluation Criteria
Maximum
Points
Ebsary
Foundation
Company
Qualifications and Experience of the Team
66
-e:;,;,� dam, �a.�k
+ ,
Qualifications and Experience of the Proposer
6
Z ,' 'rK- 'HST ,-,,,,t 3
Design & Construction Approach and Process
6(0
Qualifications of Project Manager and Construction
Manager
6
j° ,,
`�
Technical Capabilities
6(0
Price Proposal
70
- 7 0
Final Score
(o o
Committee Member: k s"c 01-J cf--17
Date: July 25, 2012
ATKINS
July 23, 2012
City of Miami -Capital Improvement Program
Attn: Mr. John DePazos - Sr. Project Manager
Miami Riverside Center
444 SW 2` d Avenue, 8th Floor
Miami, Florida 33130
RE:
Response to the RFP
Design --Build Services for
Seawall Stabilization and Repair Project
Project B-30538, RFP Number 11-12-033
Subject: Atkins' Review Comments
to the one (1) RFP response
Atkins has reviewed the one (1) response for Request for Proposals Desiqn- Build Services for
Seawall Stabilization and Repair Project B-30538 RFP Number 11-12-033 submitted by the
Ebsary Foundation Company, dated July 02, 2012.
Atkins herein provides the following technical review comments related to RFP Sections A thru
i with a focus on Sections F and G, as these sections relate to technical issues including; the
project approach, construction methodologies, project schedule, value engineering and project
permitting. We reviewed the non -technical sections for general compliance only with the RFP
requirements.
Section A- Proposal Letter and Narrative
a) Form RFP-PL was provided.
b) Form RFP-N was provided. Narrative comprises one (1) page and adequately describes
the Proposer's team members and team member qualifications.
Atkins comment:
a) The Proposed Team appears to be complete and qualified. The Proposed Team is
comprised of:
• Ebsary Foundation Company- Project Management and Prime Contractor
• Keith and Schnars - Surveys, Design and Permitting
• Wingerter Laboratories- Geotechnical Engineering & Materials Testing Services
• Construction Engineering Consultants, Corp.- Soil Anchor Analysis and Design
• Hayward Baker, inc.- Soil Anchor Specialty Subcontractor
ATKINS
b) The proposed Project Manager is Matthew Sharing who is a Florida registered
Professional Engineer (PE) and a Vice President with Ebsary Foundation
Company. Ebsary has a long history of foundation and marine construction
projects in South Florida,
c) All technical requirements of the project team are addressed including the areas
of expertise, knowledge and understanding of project components and
complexity.
Section B- Qualifications of the Proposer
a) Form RFP-QP was completed.
b) One (1) page resume of Principal -in -Charge was provided.
c) Copies of local SBC were completed.
d) Table of organization was provided.
e) Form RFP- WC was provided.
f) Copy of business licenses was provided.
g) Copy of State Corporate and other State of Florida Registration was provided.
h) Letters from the insurer carrier were provided.
i) Letters from bonding surety were provided.
Atkins comment; The required forms, licenses and letters appear to have been provided.
Section C-Qualifications of the Team
a) Form RFP-QT was provided. A resume for each of the key technical personnel was
provided.
b) A project organization chart was provided.
c) A listing of key personnel having worked together on projects of previous size, scope
was provided.
Atkins comments:
a) The proposed project team appears to be complete and qualified The team has
reportedly worked together on similar projects and complexity in various
capacities.
b) Environmental permitting qualifications and experience will be delegated to Keith
and Schnars, PA (Joyce Howland) which is absolutely critical to maintaining
project schedule. Ms. Howland has extensive experience with FDOT D4 (FL
Lauderdale) and has experience permitting the Rickenbacker Fishing Pier in
Miami -Dade County. Her personal relationships with Miami -Dade Co. PERA, FDEP
and the USACOE amongst others will be essential.
TKINS
Section D- Qualifications of the Project and Project Manager
a) Form RFP-PM was provided. From RFP-CM was provided.
b) Resume for each position was provided.
c) Forms.RFP-PM-R and RFP-CM-R were provided.
Atkins comment: The Proposed Team Project Manager appears to be well qualified to
supervise and perform the project management services as required by the RFP.
Supporting construction and design managers are also experienced In their respective
areas of interest.
Section E- Proposers Project Experience (Past 5 years)
a) Form RFP-DB-PP was provided.
b) Form RFP-DB-PP-R was provided.
Atkins comment: The Prime Contractor (Ebsary Foundation Company) is well qualified to
perform the work as described in the RFP, Ebsary has relevant experience at the project
site having constructed the vessel mooring dolphins for the City.
Section F-Design, Construction Approach and Process and Technical Capabilities
a) Form RFP-DAP was provided.
Atkins comments:
a) The approach to the design and construction work appears in general
conformance with the RFP requirements. The DB Team appears to have good
understanding of the project scope Including intent of the work and the end
product.
b) The project approach does not discuss the requirement to develop an acceptable
aesthetic cover for the top of soil anchors at the pile caps. The aesthetics of the
soil anchor cover will be an important aspect of the completed project and this
should be discussed with the DB,
c) The project approach does not specifically discuss the issue of subsurface
obstructions that are known to be present landward of the seawalls. It should be
anticipated that obstructions will be encountered and soil anchor alignment may
be impacted. A discussion with the DB should be initiated regarding his subject
matter.
d) The project approach states that the Contractor will need a source of potable
water (60 psi within 200 ft of work area) on site, for the production of grout for soil
anchors. The City should clarify how the potable water will (or will not) be
provided to the Contractor,
e) The project approach states that PERA will perform the biological survey along
the entire seawall. This should be confirmed by the City as contractually
f)
g)
acceptable or that the biological survey should be performed b th
IR 5
specified in the RFP).
The project approach does not offer anything specific with regards to potential
cost savings due to VE other than to "foreseeing and eliminating construction
problems beforehand". While a VE is not essential, the DB would be expected to
provide VE suggestions, ideas, etc. prior to undertaking the design services,
The project approach does not address what steps would be taken to accelerate
the permitting process or what pro -active steps would be taken fo keep the
process moving forward. This should be reviewed with the DB.
Section G-Project Schedule
a) A project schedule was provided.
b) A project spend down curve was provided.
Atkins comments:
a) The project schedule appears reasonable, but all permits are to be obtained within
4.5 months from NTP. The schedule is subject to permit agency timelines.
b) The Proposer has stated that he will be utilizing floating equipment (barges) to
install the soil anchor which may require additional coordination with permitting
agencies. The City should assume that the permitting process will not be
completed in a 4.5 month period and make allowances/provisions for contract
time extensions accordingly.
Section H-Sketches
a) A sketch was provided.
Atkins comments:
a) The sketch is a theoretical cross section showing the intent to install a soil anchor
type restraint system.
b) The sketch does not convey the presence of existing old subsurface seawalls
(both concrete and steel sheet piling) that may represent conflicts with the new
soil anchors.
c) The sketch does not convey a requirement for an aesthetic protective cover over
the top of the exposed soil anchors at the wall cap.
d) The sketch shows 3 feet wide by 6 feet deep -P/- limit for exploratory excavations
landward of the existing seawall caps. This limitation should not be construed as
absolute and there may be larger excavations required to locate potential
obstructions, which are known to exist behind the seawalls.
e) The sketch shows the anchor rod length fo vary with an average length of 65 feet.
The anchor length may exceed an average of 65 feet and may be in the range of 85
feet.
ATKI N S
Section I- Acknowledgement of Addenda and Proposer Information Forms
a) Acknowledgement of Addenda was provided.
Atkins comment: Addenda No.1 thru No. 4 issued during the RFP period has been
acknowledged.
In summary the Proposer appears to have the necessary qualifications, knowledge and
experience to perform the design -build services as specified in the RFP, and to complete the
project successfully in a reasonable timeframe, dependent upon the acquisition of
environmental and building permits. Permitting timelines are estimated to be in the range of 4.5
months which will require considerable effort on behalf of the DB Team and support by the City.
If you have any questions related to this review, please do not hesitate to contact the
undersigned at your convenience. As always, Atkins stands ready to assist the City during the
procurement and execution of this work.
Sincerely:
Atkins
William P. Pitcher, P.E
Project Manager
cc: Diego Clavijo/Atkins
John Cerreta/Atkins
PRICE PROPOSAL
esign-Build Services for Seawall Stabilization an
Kin H and SCHNARS, EA.
FLORIDAS LOCAL FIRM
foundation company
MARINE AND ENGINEERING CONSTRUCTION
PRICE PROPOSAL: (Page 1 of 3)
PRICE PROPOSAL
Submitted:
City of Miami, Florida
Office of the City Clerk
City Hall, 1 n Floor
3500 Pan American Drive
Miami, Florida 33133-5504
7/2/2012
Date
The undersigned, as Design -Build Firm, hereby declares that the only persons interested
in this Contract as principal are named herein and that no person other than herein
mentioned has any interest in this Contract to be entered into; that this Contract is made
without connection with any other person, firm, or parties making a Proposal; and that it
is, in all respects, made fairly and in good faith without collusion or fraud.
The Proposer further declares that it has examined the site of the Work and informed
itself fully of all conditions pertaining to the place where the Work is to be done; that it
has examined the Contract Documents and all addenda thereto furnished before the
opening of the Proposals, as acknowledged below; and that it has satisfied itself about
the Work to be performed; and that it has submitted the required Proposal Guaranty (if
any); and all other required information with the Proposal; and that the Proposal is
submitted voluntarily and willingly.
The Proposer agrees, if this Proposal is accepted, to contract with the City, a political
subdivision of the State of Florida, pursuant to the terms and conditions of the Contract
Documents and to furnish all necessary materials, equipment, machinery, tools,
apparatus, means of transportation, and all labor necessary to construct and complete
within the time limits specified the Work covered by the Contract Documents for the
Project(s) entitled:
RFP No: 11-12-033
Title: Design -Build Services for Seawall Stabilization and Repair
Project
The Proposer also agrees to furnish the required Performance Bond and Payment Bond
or alternative form of security, if permitted by the City, each for not less than the total
Contract price plus alternates, if any, and to furnish the required Certificate(s) of
Insurance.
The undersigned further agrees that the Proposal guaranty, if any, accompanying the
Response shall be forfeited if Proposer fails to execute said Contract, or fails to furnish
the required Performance Bond and Payment Bond or fails to furnish the required
Certificate(s) of Insurance within fifteen (15) calendar days after being notified of the
award of the Contract. In the event of arithmetical errors, the Proposer agrees that
these errors are errors which may be corrected by the City. In the event of a
discrepancy between the price in figures and the price in words, the price in words shall
govern. Proposer agrees that any unit price listed in the Bid is to be multiplied by the
stated quantity requirements in order to arrive at the total.
PRICE PROPOSAL: (Page 2 of 3)
Design Costs
Phase
Fee %
Fee
Pre -Design Phase
21.7 %
$ 38,300
Concept Schematic Design
6.7 %
$ 11,800
Advanced Schematic Design
5.3 %
$ 9,300
Design Development
19.2 %
$ 33,100
30% Construction Documents
6.2 %
$ 10,900
60% Construction Documents
4.0 %
$ 7,100
100% Construction Documents
8.0%
$ 14,200
Permitting
8.1 %
$ 14,200
Construction Administration
1 0.9 %
$ 19,200
Substantial Completion Deliverables
2.2 %
$ 4,000
Final Completion Deliverables
1.8 %
$ 3,100
Not to Exceed Allowance for Reimbursable
Expenses
5 9 %
$ 10,000
Total Design Fees (Not to Exceed)
100%
$175,800
Note: Fee % indicates proportion of lump sum of Total Design Fees
PRICE PROPOSAL: (Page 3 of 3)
Construction Costs
Phase
Item Amount
Sub-Total/Total Fee
Guaranteed Maximum Cost of the Work
(per component under scope of work)
$1,799,700
MIN
SUB -TOTAL
$1,799,700
SUB -TOTAL
$1,799,700
Guaranteed Maximum Staffing Costs
$ 96,000
Guaranteed Maximum General Conditions
$ 165,500
SUB -TOTAL
$ 261,500
Overhead & Profit
$ 249,000
IBM
SUB -TOTAL
IMBI
$ 249, 000
Allowance Account (Permits)
$ 50,000
$ 50,000
Bond & Insurance this is part of the General
Conditions
$ 74,000
Guaranteed Maximum Construction Price
ME
$2,360,200
Guaranteed Maximum Price (GMP)
(Note: This is the combined GMP Price for
design & construction costs)
$2,536,000
Cur GUARANTEED MAXIMUM PRICE includes the total cost for the Work specified in this
solicitation, consisting of furnishing all materials, labor, equipment, supervision, mobilization,
bond & insurance, overhead & profit required, in accordance with the Bid Specifications,
Lump Sum: $ 2,536,000
two million five hundred thirty six thousand dollars
Written Amount
Title: Design -Build Services for Seawall Stabilization
List of Subconsultants
RFP No.:
11-12-033
Completion of Form
This form is initially to be completed and submitted with the RFP listing all Subconsultants to be used to complete this Project. This form is to be
updated after award of the Project as additional Subconsultants are added or changed. Identify the type license(s) the company has by either
noting FDOT or CBE (Miami -Dade County) certifications. No other certifications are being requested to be Identified. Submit additional pages as
necessary.
Name of Firm
Address
Scope of WorkBusiness
Professional
Licenses
Category
FDOT/CBE
Certification
Value of Work
% of Design
Work
Keith and
Schnars, P.A.
Fort Lauderdale
& Dora!, FL
Structural Eng.,
Survey,
Permitting
CA 1337
Engineering
N/A
$69,500
57%
Construction
Eng. Consultants
Hollywood, FL
Specialty &
Geotech
Engineering
CA 7616
Engineering
N/A
$12,500
10%
Wingerter
Laboratories, Inc.
Miami, FL
Testing,
Inspection,
Soil Analysis
CA 614/GB 480
Engineering
N/A
$40,000
33%
: EtUS1fOSS Categories: 56E= Small Business Enterprise, DBE= Disadvantaged Business Enterprise, CBE=Community Business Enterprise,
Name of Proposer:
Ebsary Foundation Company
Name of Individual Completing Form: Scott Alfele
FORM C-1
Signature:
Date: 7/2/2012
09/12
Title: Design -Build Services for Seawall Stabilization
List of Subcontractors
Completion of Form
Solicitation No.:
11-12-033
This form is initially to be completed and submitted with the RFP listing all subcontractor to be used to complete this Project. This form is to be
updated after award of the Project as additional Subcontractors are added or changed. Identify the type of certification the company has by either
noting FDOT or CSBE (for Miami -Dade County certified). No other certifications are being requested to be identified. Submit additional pages as
necessary.
Name
Address
Work to be Performed
Type of
License
License No.
FDOT/CSBE
Certification
Value of Work
Hayward -Baker, Inc.
Tampa, FL
Anchor Installation
CGC
CGC061414
N/A
$1.1M
Name of Proposer: Ebsary Foundation Company
Name of Individual Completing Form: Scott Alfele
FORM C-2
Date: 7/2/2012
Signature:
04/12
DESIGN BUILD SERVICES FOR SEAWALL STABILIZATION
SCOPE OF WORK
EXHIBIT "D"
APPLICATION NO:
APPLICATION DATE:
ARCHITECT'S PROJECT NO: Design -Build Seawall Stabilization
FIN ID NO: 11-12-033
A
B
D
E
SUBCONTRACT
QTY
TOTAL ($)
UNIT
DESCRIPTION OF WORK
UNIT PRICE
(A x E)
1.0
$ 75,000.00
LS
MOBILIZATION
$ 75,000.00
1.0
$ 137,000.00
LS
SITE WORK / CLEARING GRUBBING / TEST PIT
$ 137,000.00
340.0
$ 56,100.00
CY
FLOWABLE FILL BETWEEN SEAWALLS
$ 165.00
1.0
$ 115,000.00
LS
DEMOLITION (EXSITING SEAWALUOBSTRUCTIONS)
$ 115,000.00
220.0
$ 79,200.00
CF
SEAWALL CAP SPALL REPAIR
$ 360.00
5,250.0
$ 194,250.00
LF
EPDXY INJECTION OF CRACKS
$ 37.00
175.0
$ 1,120,000.00
EA
GROUTED SOIL ANCHORS (INCL. CORE DRILL, CAPS, TESTING)
$ 6,400.00
5,500.0
$ 18,975.00
SF
CLV SEAWALL COATING
$ 3.45
770.0
$ 4,235.00
LF
EXPANSION JOINT REPLACEMENT
$ 5.50
$ 1,799,760.00
City ofiVliami
Capital Improvements Program
Price Proposal Calculation
Design -Build Services for Seawall Stabilization and Repair Project
I �l
1. .IL.
llil"1; Iltii il{
Fee Proposal Spreadsheet
Firm
in �, ,,
I15iL ! fl!{l, pI If I l mPlilirtiaf iii g 9 11 ifMir! !) f it f ; i (I
lil%,IbI llilil:,i II!i!;it(ti:l{Jrlili;ltliiilfiil{Ilii'i I ll . l{ 11
RFP No. 11-12-033
Fee Proposal
IIIII�,1} $2,536,000.00
al
Lowest Proposed Feel $2,536,000.00
Score Calculation = (Lowest Price / Price Proposed) X 70
Lowest Fee
Fee Proposed
ose d
Rat
io
Multiplier
P
t Iler
Scor
e(Max 70)
$2,536,000.00
$2,536,000.00
70
Ij{ i'1{I'llkTiq/Og
VS�1i i ,l..