HomeMy WebLinkAboutPre-LegislationCity of Miami
Text File Report
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File ID: 09-01457
Enactment #: R-10-0103
Version: 2
Type: Resolution
Introduced: 12/22/09
Status: Passed
Enactment Date: 3/11/10
Controlling Body: Office of the City
Clerk
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), AUTHORIZING
THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN SUBSTANTIALLY THE ATTACHED
FORM, WITH RECREATIONAL DESIGN AND CONSTRUCTION, INC., FOR THE PROVISION
OF DESIGN BUILD SERVICES FOR THE DESIGN AND CONSTRUCTION OF THE GIBSON
PARK PROJECT, B-30305B ("PROJECT"), FOR PHASES 1A, 1B, 2A OF THE PROJECT, IN THE
FINAL NEGOTIATED AMOUNT OF $9,794,667, PLUS A TEN (10)PERCENT OWNER
CONTINGENCY AMOUNT OF $979,446.70, FOR A TOTAL NOT TO EXCEED AMOUNT OF
$10,774,133.70; ALLOCATING FUNDS FROM CAPITAL PROJECT NOS. B-30305B, B-30305C,
AND FROM THE COMMUNITY REDEVELOPMENT AGENCY ("CRA") PROJECT NO. 92-689001,
CONTINGENT UPON THE ASSUMPTION OF RESPONSIBILITY FOR DEBT SERVICE
PAYMENTS, BY THE CRA, FOR THE AMOUNT OF $7,932,854, FOR THE PROJECT, TO BE
CONTRIBUTED FROM SUNSHINE STATE LOAN NO. 2 PROCEEDS.
WHEREAS, the Capital Improvements Program ("CIP") issued a Request for Proposals ("RFP") No, 08-09-064 on July
27, 2009, to select a qualified firm to provide design build services for the design and construction of the Gibson Park Project,
B-30305B ("Project"); and
WHEREAS, on September 18, 2009, two (2) submittals were received in response to the RFP, with both firms deemed to
be responsive; and
WHEREAS, the Evaluation Committee ("Committee") convened on October 7, 2009, to discuss the submittals, determine
the ranking of the proposers and allow the firms an opportunity to answer a series of structured questions, which had been
previously provided to them, and each were able to present their team's experience and capabilities in the allotted timeframe;
and
WHEREAS, all firms received the same six questions and were allotted 45 minute increments, consisting of a maximum of
30 minutes for oral presentations and 15 minutes of unstructured questions; and
WHEREAS, the RFP consisted of a technical proposal portion, a fee proposal portion and completed forms featuring a
series of bonus points for the usage of certified small business and local workforce sub -contractors, with the last two items
submitted in a separate sealed envelope to be evaluated after the review and evaluation of the technical proposals; and
WHEREAS, upon the completed review, the Committee met again on October 14, 2009, to determine the final ranking
order and based on their proposal and interview session, Recreational Design and Construction, Inc., ("RDC") was
City of Miami Page I Printed on 7/9/2010
WHEREAS, should funding become allocated for Phase 2B of the Project, approval will be sought from the City
Commission; and
WHEREAS, authorization is contingent upon the assumption of responsibility for debt service payments, by the CRA,
for the amount of $7,932,854, for the Project, to be contributed from Sunshine State Loan No, 2 proceeds;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and
incorporated as if fully set forth in this Section.
Section 2. The City Manager is authorized ( 1 } to execute the Agreement, in substantially the attached form, with
RDC, for the provision of design build services for the design and construction of the Project, for Phases 1A, 1B, 2A of the
Project, in the final negotiated amount of $9,794,667, plus a ten (10) percent owner contingency amount of $979,446.70, for a
total not to exceed amount of $10,774,133.70,with funds allocated from Capital Project Nos. B-30305B, B-30305C and theCRA
Project No. 92-689001, with said authorization contingent upon the assumption of responsibility for debt service payments,
by the CRA, for the amount of $7,932,854, for the Project to be contributed from Sunshine State Loan No. 2 proceeds.
Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor. (2)
City of Miami Page 2 Printed on 7/9/2010
AGREEMENT FOR
DESIGN -BUILD SERVICES FOR THE DESIGN & CONSTRUCTION
OF GIBSON PARK
CIP PROJECT NO.: B- 30305B
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 Richard P. Dunn, District 5
City Manager, Carlos A. Migoya
Issued By:
City of Miami
Capital Improvements Program
444 SW 2nd Avenue, 8th Floor
Miami, FL 33130
Exhibit B
Design Build Services for Gibson Park
Bid No.: 08-09-064
TABLE OF CONTENTS
Section 1 - General Terms and Conditions 6
1. Definitions 6
2. Time is of the Essence 9
3. Contract Term 10
4. Notices 10
5. Priority of Provisions 11
6. Indemnification 11
7. Insurance 12
8. Performance and Payment Bond 15
9. Qualification of Surety 16
10. First Source Hiring Agreements 17
10. General Requirements 18
11. Method of Performing the Work 19
12. Work Staging and Phasing 19
13. Site Investigation and Representation 20
14. Design -Build Firm to Check Plans, Specifications and Data 20
15. Design -Build Firm's Responsibility for Damages and Accidents 20
16. Accidents 20
17. Safety Precautions 21
18. Occupational Health and Safety 22
19. Labor and Materials 22
20. Rules, Regulations, and Licenses 22
21. Design Criteria Professional 22
22. Project Management 23
23. Superintendence and Supervision 23
24. Authority of the Project Manager 24
25. Inspection of Work 25
26. Taxes 26
27. Separate Contracts 26
28. Lands of Work 26
29. Coordination of Work 26
30. Differing Site Conditions 27
31. Existing Utilities 27
32. Design -Build Firm's Responsibility for Utility Properties and Service 27
33. Interfering Structures 28
34. Field Relocation 28
35. Design -Build Firm's Use of Project Site(s) 28
36 Materials and Equipment 29
37. Material and Equipment Shipment, Handling, Storage and Protection 29
38. Manufacturer's Instructions 31
39. Manufacturer's Warranty 32
40. Submittals 32
41. Shop Drawings, Working Drawings and Samples 33
42. Product Data 37
2
Design Build Services for Gibson Park
Bid No.: 08-09-064
44. Record Set 37
45. Supplemental Drawings and Instructions 38
46. Design -Build Firm Furnished Drawings 38
47. Substitutions 38
48. City Furnished Drawings 39
49. Interpretation of Drawings and Documents 39
50. Product and Material Testing 40
51. Field Directives 40
52. Changes in the Work or Contract Documents 40
53. Continuing the Work 40
54. Change Orders 41
55. Change Order Procedure 41
56. No Oral Changes 42
57. Value of Change Order Work 42
58. Extra Work Directive 45
59. As -Built Drawings 46
60. Worker's Identification 47
61. Removal of Unsatisfactory Personnel 48
62. Substantial Completion and Punch List 48
63. Acceptance and Final Payment 49
64. NDPES Requirements 50
65. Force Majeure 50
66. Extension of Time 50
67. Notification of Claim 51
68. Extension of Time not Cumulative 52
69. Design -Build Firm's Damages for Delay 52
70. Excusable Delay, Non-Compensable 53
73. Acceptance of Defective or Non -Conforming Work 53
74. Uncovering Finished Work 53
75. Correction of Work 53
76. Maintenance of Traffic and Public Streets 54
77. Location and Damage to Existing Facilities, Equipment or Utilities 56
78. Stop Work Order 56
79. Hurricane Preparedness 57
80. Use of Completed Portions 57
81. Cleaning Up; City's Right to Clean Up 58
82. Removal of Equipment 58
83. Set -offs, Withholdings, and Deductions 58
84. Event of Default 59
85. Notice of Default -Opportunity to Cure 59
86. Termination for Default 60
87. Remedies in the Event of Termination for Default 60
88. Termination for Convenience 61
89. Resolution of Disputes 62
90. Mediation -Waiver of Jury Trial 63
91. City May Avail Itself of All Remedies 63
3
Design Build Services for Gibson Park
Bid No.: 08-09-064
92. Permits, Licenses and Impact Fees 63
93. Compliance with Applicable Laws 64
94. Independent Design -Build Firm 64
95. Third Party Beneficiaries 64
96. Successors and Assigns 64
97. Materiality and Waiver of Breach 65
98. Severability 65
99. Applicable Law and Venue of Litigation 65
100. Amendments 65
101. Entire Contract 66
102. Nondiscrimination, Equal Employment Opportunity, and Americans with
Disabilities Act 66
104. Commodities manufactured, grown, or produced in the City of Miami, Miami
-Dade County and the State of Florida 67
105. Royalties and Patents 67
106. Continuation of the Work 67
107. Review of Records 67
108. No Interest 68
109. Payments Related to Guaranteed Obligations 68
110. Consent of City Required for Subletting or Assignment 68
111. Agreement Limiting Time in Which to Bring Action Against the City 68
112. Defense of Claims 69
113. Contingency Clause 69
114. Mutual Obligations 69
115. Contract Extension 69
116. Non -Exclusivity 69
117. Nature of the Contract 70
118. Contract Documents Contains all Terms 70
119. Applicable Law and Venue of Litigation 70
120. Survival 70
121. Joint Preparation 70
122. Nondisclosure 70
Section 2 - Supplemental Terms and Conditions 71
3. LEED Certification 71
4. Contract Time 73
6. Progress Payments 74
7. Liquidated Damages 75
8. Schedule of Values 75
9. Project Schedules 76
10. Release of Liens/Subcontractor's Statement of Satisfaction 77
11. Progress Meetings 77
12. Request for Information 78
13. Project Site Facilities 78
15. Project Laboratory Testing Services 79
16. Security 79
17. Construction Signage 80
Section 3 - Design Services 82
1. Design Responsibility 82
4
Design Build Services for Gibson Park
Bid No.: 08-09-064
2. Subconsultants 82
3. Ownership of Documents 82
4. Delivery upon Request or Cancellation 82
5. Error and Omission Issues 83
6. Design -Build Firm's Key Staff 83
7. Truth -In -Negotiation Certificate 83
8. Re -Use by City 83
9. Scope of Services 83
10. Basic Services 83
10.1 DEVELOPMENT OF OBJECTIVES 84
10.2.1 Design Concept and Schematics Report 84
10.3 DESIGN DEVELOPMENT 85
10.4 CONSTRUCTION DOCUMENTS 86
10.5 Administration of the Construction Contract 87
11. Basis of Design 90
12. Code Analysis Reports and Plans 91
13. Additional Design Services 91
CORPORATE RESOLUTION 93
FORM OF PERFORMANCE BOND (Page 1of 2) 94
UNCONDITIONAL/IRREVOCABLE LETTER OF CREDIT: (Page 1 of 2) 99
PERFORMANCE AND PAYMENT GUARANTY FORM 100
FORM A. - SUBCONSULTANTS 101
FORM B. — KEY STAFF 102
5
Design Build Services for Gibson Park
Bid No.: 08-09-064
THIS CONTRACT, made and entered into this (4tay of ul , 2010 by and between
the City of Miami, Florida, a municipal corporation, hereinafter called the City, and Recreational
Design and Construction Inc, ("RDC"), a (Florida Profit Corporation), hereinafter called
Contractor.
WITNESSETH:
WHEREAS, on August 10, 2009, the City issued a Request for Proposal for the Renovation of
Gibson Park (RFP) for the City; and
WHEREAS, the Contractor submitted a Response to the RFP ("Response") that was deemed
the most qualified for the Work described in the RFP, which is incorporated into and made a
part of this Contract, and
WHEREAS, the City and the Contractor have completed negotiations for the Project; and
WHEREAS, Contractor represents that it possesses the requisite expertise and desires to enter
into a contract to provide the Program as set forth herein; and
WHEREAS, the City Commission has authorized the City Manager to execute and enter into
this Contract by Resolution No. R-10-0103 adopted March 11, 2010;
NOW THEREFORE, in consideration of the foregoing and of the mutual covenants and
compensation set forth herein the City and. Contractor agree as follows:
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, Cityt 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.
6
Design Build Services for Gibson Park
Bid No.: 08-09-064
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 design firm who has entered into an agreement with the Design -
Build Firm to be the Architect of Record and lead design firm under this Agreement.
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, together with all documents incorporated
herein by reference.
Contract Documents means the RFP, the Addenda to the RFP, the Design Criteria
Package, the RFP Response, the letters from the Design -Build Firm dated November
24, 2009, December 1, 2009, February 3, 2010, and June 1, 2010, Form C dated June
24, 2010, the plans and specifications developed by the Design -Build Firm any change
orders or modifications, directives or clarifications to the Contract, and all submittals
required by the Contract Documents. The Contract Documents are complementary and
are intended to include all items necessary for the execution and performance of the
Work by the Design -Build Firm. Design -Build Firm shall perform all Work indicated in or
reasonably inferable from and consistent with the Contract Documents for the
completion of the Project.
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
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 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.
Design Criteria Professional means the professional design firm contracted by the City
to prepare Design Criteria Package for the Project.
Design Criteria Package means a concise, performance -oriented drawings and
specifications that form the basis for the design and construction of the Project.
7
Design Build Services for Gibson Park
Bid No.: 08-09-064
Design Documents means the construction plans and specifications prepared by the
Design -Build Firm.
Director means the Director of the Department of Capital Improvements and
Transportation 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.
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 architect or 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.
Integrated Design or IDP means the use of a collaborative, integrated planning and
design process consistent with ASTM E 2348, Standard Guide for Framework for a
Consensus -based Environmental Decision making Process that Initiates and maintains
an integrated project team in all stages of a project"s planning and delivery; Establishes
performance goals for silting, energy, water, materials, and indoor environmental quality
along with other comprehensive design goals; and, ensures incorporation of these goals
throughout the design and lifecycle of the building; and considers all stages of the
building"s lifecycle, including deconstruction.
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).
8
Design Build Services for Gibson Park
Bid No.: 08-09-064
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 Subconsultant for the purposes of the
design of this Project.
Subcontractor 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 Bidder to pre -qualify 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
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.
9
Design Build Services for Gibson Park
Bid No.: 08-09-064
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 70, 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 materialmen, Subconsultants, Subcontractors, 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
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:
Ms. Alice N. Bravo, P.E.
Director
Capital Improvements Program
City of Miami
444 S.W. 2nd Avenue, - 8th Floor
Miami, Florida 33130
For Design -Build Firm:
Mr. Steven L. Siems, Chief Executive Officer
Recreational Design and Construction, Inc.
3990 North Powerline Road
Ft. Lauderdale, FL. 33309
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.
10
Design Build Services for Gibson Park
Bid No.: 08-09-064
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 Consultant, 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
• Form C dated June 21, 2010
• Letter dated June 1, 2010
• Letter dated February 3, 2010
• Letter dated December 1, 2009
• Letter dated November 24, 2009
• Design Criteria Package
• Plans & Specifications
• RFQ Responses
Where provisions of codes, manufacturer"s specifications or industry standards are in
conflict, the more restrictive or higher quality shall govern
6. Indemnification
Design -Build Firm shall indemnify and hold harmless City, its officers, agents, directors,
and employees, from liabilities, damages, losses, and costs, including, but not limited to
reasonable attorney's fees, to the extent caused by the negligence, recklessness or
intentional wrongful misconduct of Design -Build Firm and persons employed or utilized
by Design -Build Firm in the performance of this Contract. 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
interpretation, which conforms to the limitations of §725.06 and/or §725.08, Fla. Statue.
Design -Build Firm shall require all Subconsultant and Subcontractor agreements to
include a provision that they will indemnify the City.
The Design -Build Firm agrees and recognizes that the City shall not be held liable or
11
Design Build Services for Gibson Park
Bid No.: 08-09-064
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 Contract.
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 coverages set forth herein.
Applicable requirements_ are_ underlined.
7.1. Workers' 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
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 Employees included as insured
o Independent Design -Build Firms Coverage
o Contractual Liability
o Waver of Subrogation
12
Design Build Services for Gibson Park
Bid No.: 08-09-064
o Premises and/or Operations
o Explosion, Collapse and Underground Hazards
o Loading and Unloading
o Mobile Equipment (Design -Build Firm"s Equipment) whether
owned, leased, borrowed or rented by Design -Build Firm or
employees of the Design -Build Firm.
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.
74. 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
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
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 Cessation of Insurance
Coverage is not to cease and is to remain in force (subject to cancellation
notice) until final acceptance by City.
7.8 Protection & Indemnity Coverage - $1,000,000
7.9 Owners & Design -Build Firm's Protective (required prior to
commencement of construction)
13
Design Build Services for Gibson Park
Bid No.: 08-09-064
Each Occurrence $1,000,000
General Aggregate $1,000,000
7.11 Builder's Risk (required prior to commencement of construction)
Causes of loss: All Risk -Specific Coverage Project Location
Valuation: Replacement Cost Deductible: $5,000, All other Perils 5%
maximum on Wind, City of Miami included as an Additional Insured.
A. LimitNalue at Location or Site 5,000,000
Coverage Extensions:
• Materials, supplies and similar property owned by others for which you
are responsible.
Full coverage up to policy limits for equipment breakdown.
• Temporary storage/transit coverage.
• Full coverage up to policy limits for site preparation, re -excavation, re -
preparation and re -grade in the event of a loss.
• Fences, scaffolding, construction forms coverage and signs
• Valuable papers coverage for blueprints, site plans and similar
documents.
• Trees, shrubs, sod, plants while at premises.
• Flood, including inundation, rain, seepage and water damage.
• New ordinance or law; reimbursement for any resulting loss of value to
the undamaged portion, and required demolition expenses, including
construction necessary to repair, rebuild or re -construct damaged parts.
• Temporary structures, cribbing and false work built or erected at
construction site.
• Unintentional errors and omissions in reporting clause
• Debris Removal.
7.12 Professional Liability Insurance
The Consultant shall maintain Professional Liability Insurance including
Errors and Omissions coverage in the minimum amount of $2,000,000
per claim, combined single limits, providing for all sums which the
Consultant shall be legally obligated to pay as damages for claims arising
out the services performed by the Consultant or any person employed by
the Consultant in connection with this Agreement. This insurance shall
be maintained for at least one year after completion of the construction
and acceptance of any project covered by this Agreement.
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.
Notice of Cancellation and/or Restriction --The policy (ies) must be endorsed to provide
City with at least thirty (30) days notice of cancellation 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
14
Design Build Services for Gibson Park
Bid No.: 08-09-064
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 Tess than "A-" as to management, and no less than
"Class V" as to Financial Strength, by the latest edition of Bests 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.
The Risk Administrator or his/her authorized designee reserves the right to require
modifications, increases, or changes in the required insurance requirements, coverage,
deductibles or other insurance obligations by providing a thirty (30) day written notice to
the Contractor in accordance with Section 2, General Conditions, Article 4, Notices.
Contractor shall comply with such requests unless the insurance coverage is not then
readily available in the national market. An additive or deductive change order will be
issued to adjust the contract value as necessary.
8. Performance and Payment Bond
Where required by the Contract Documents the Design -Build Firm shall within fifteen
(15) calendar days of build permits being obtained or prior to commencement of any
construction Work, furnish a Performance/Payment 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 Subcontractor,
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 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.
Alternate Form of Security:
In lieu of a Performance/Payment Bond, Design -Build Firm may furnish alternate forms
of security, which may be in the form of cash, money order, certified check, cashier's
check or unconditional letter of credit in the form attached. Such alternate forms of
security shall be subject to the prior approval of City and for same purpose and shall be
subject to the same conditions as those applicable above and shall be held by City for
one year after completion and acceptance of the Work.
15
Design Build Services for Gibson Park
Bid No.: 08-09-064
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,
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.
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.
16
Design Build Services for Gibson Park
Bid No.: 08-09-064
10. First Source Hiring Agreements
Section 18-110 of the City Code states:
(a) The City commission approves implementation of the first -source hiring
agreement policy and requires as a condition precedent to the execution of service
contracts for facilities, services, and/or receipt of grants and loans, for projects of a
nature that create new jobs, the successful negotiation of first source hiring
agreements between the organization or individual receiving said contract and the
Authorized Representative unless such an agreement is found infeasible by the City
Manager and such finding approved by the City commission at a public hearing.
(b) For the purpose of this section, the following terms, phrases, words and their
derivations shall have the following meanings:
Authorized Representative means the Private Industry Council - of South
Florida/South Florida Employment and Training Consortium, or its successor as local
recipient of federal and state training and employment funds.
Facilities means all publicly financed projects, including but without limitation, unified
development projects, municipal public works, and municipal improvements to the
extent they are financed through public money or services or the use of publicly
owned property
Grants and loans means, without limitation, urban development action grants
(UDAG), economic development agency construction loans, loans from Miami
Capital Development, Incorporated, and all federal and state grants administered by
the City
Service contracts means contracts for the procurement of services by the City which
include professional services.
Services include, without limitation, public works improvements, facilities,
professional services, commodities, supplies, materials and equipment.
(c) The Authorized Representative shall negotiate each first source hiring
agreement
(d) The primary beneficiaries of the first -source hiring agreement shall be
participants of the City training and employment programs, and other residents of the
City.
Contractors are strongly encouraged to identify opportunities to hire qualified City
residents if an Agreement is awarded, and are expected to secure the cooperation of
subcontractors in this effort as well. Approved community agencies are available to
assist with recruitment and screening of job applicants, and may periodically monitor
contractors" employment records during the term of the Agreement. Resident job
applicants are not expected to receive special consideration by the prospective
employer, and must meet all hiring requirements normally imposed by the employer.
During the term of the Agreement, if awarded, the City may require the Construction
Manager and its subcontractors to periodically review its manpower needs and
resubmit First Source Hiring forms.
The Construction Manager is expected to meet the goals and objective detailed in its
Response to the Request for Proposals, which has been previously incorporated into
this Agreement.
11. Small Business/Local Workforce Participation
17
Design Build Services for Gibson Park
Bid No.: 08-09-064
Design -Build Firm shall be responsible for compliance with the plan contained in the
Request for Proposal for maximizing the use of Local small businesses and the Local
workforce ("Plan"). Design -Build firm shall require that all its Subcontrators comply with
the Plan. Design -Build Firm Manager shall, and shall require all Subcontractors to, grant
the City all rights of access to records to monitor compliance with the Plan. Failure of
the Design -Build Firm and it Subcontractors to comply with the requirements of the Plan
or to demonstrate to the satisfaction of the City that it has demonstrated good faith
efforts in meeting the Plan may result in the City finding the Design -Build Firm in default
of the Agreement.
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
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.
18
Design Build Services for Gibson Park
Bid No.: 08-09-064
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:
(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 Subcontractors 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.
19
Design Build Services for Gibson Park
Bid No.: 08-09-064
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
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, Design Criteria Professional,
or Consultant as part of the Contract Documents, and shall notify the Project Manager,
the Design Criteria Professional, 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
20
Design Build Services for Gibson Park
Bid No.: 08-09-064
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
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, DERM,
the City, Miami -Dade County, 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
21
Design Build Services for Gibson Park
Bid No.: 08-09-064
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.
• 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, Subcontractor, 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. Design Criteria Professional
22
Design Build Services for Gibson Park
Bid No.: 08-09-064
The City has entered into a separate agreement with Zyscovich Architect to act as the
Design Criteria Professional for this Project and shall be referred to in the Contract as
the "Design Criteria Professional". Zyscovich Architects has completed the attached
Design Criteria Package, entitled; "Gibson Park Design Report", dated October 10,
2008.
22. 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 Subcontractors and Subconsultants; obtaining release of
liens/claims fees; and obtaining temporary and final Certificates of Occupancy or
Completion.
23. 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, construction manager 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
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 Subcontractors and
Subconsultants at the Project(s) site(s); visitors to the Project site, including
representatives of the City, Design Criteria Professional, 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.
23
Design Build Services for Gibson Park
Bid No.: 08-09-064
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.
24. Authority of the Project Manager
The Director hereby authorizes the Project Manager or the Consultant, within the scope
of its agreement with the City, designated in the Contract Documents to determine, all
questions of any nature whatsoever arising out of, under or in connection with, or in any
way relating to or on account of the Work, and questions as to the interpretation of the
Work to be performed under this Contract Documents.
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 Consultants 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.
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
24
Design Build Services for Gibson Park
Bid No.: 08-09-064
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 Consultants 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 Subcontractor, 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 Design Criteria Professional shall inspect the Work to determine it compliance with
the DCP. The Project Manager shall notify the Design -Build Firm in writing where the
Work does not comply with the DCP.
The Project Manager will not be responsible for the acts or omissions of the Design -
Build Firm, any Subcontractor, Subconsultant, or any of their agents or employees, or
any other persons performing any of the Work.
25. Inspection of Work
Design Criteria Professional, Inspectors, and 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
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 Firm"s 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
25
Design Build Services for Gibson Park
Bid No.: 08-09-064
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.
26. 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.
27. 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 Firms 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.
28. Lands of Work
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 Firms 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.
29. Coordination of Work
26
Design Build Services for Gibson Park
Bid No.: 08-09-064
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 contractors
and persons employed by the City to Work in or about the Project. The City reserves the
right to put such other contractors 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 contractors insofar as possible to prevent any interference and delay.
The Design -build Firm shall not impede or interfere with the work of other contractors
engaged in or about the Work and shall so arrange and conduct its Work that such other
contractors may complete their work at the earliest date possible.
30. 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, excluding any currently unanticipated environmental contamination.
31. 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.
32. Design -Build Firm's Responsibility for Utility Properties and Service
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.
27
Design Build Services for Gibson Park
Bid No.: 08-09-064
The Design -Build Firm and its Subcontractors shall be solely and directly responsible to
the owner and operators of such properties for any damage, injury, expense, Toss,
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 Firms 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
Firms expense and as approved by the Project Manager or Consultant.
Replace, with material approved by the Project Manager or Consultant, at Design -Build
Firm' 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
33. 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.
34. 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 Firms 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
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.
35. 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
28
Design Build Services for Gibson Park
Bid No.: 08-09-064
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.
36 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.
37. 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.
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
29
Design Build Services for Gibson Park
Bid No.: 08-09-064
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
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
30
Design Build Services for Gibson Park
Bid No.: 08-09-064
The Design -Build Firm' 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.
Equipments 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.
38. Manufacturer's Instructions
The Design -Build Firm shall:
Comply with manufacturers requirements for the handling, delivery, storage, and
installation of all materials, and equipment. Where required by the Contract Documents,
Design -Build Firm shall submit manufacturers 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.
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.
31
Design Build Services for Gibson Park
Bid No.: 08-09-064
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. Manufacturers representative
shall provide the Design -Build Firm and the Project Manager a written report of field
observations.
39. 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 manufacturers 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).
40. 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 drawing, including Contract title and Number
• Date of drawing and revisions
• Name of Design -Build Firm and Subcontractors, (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
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.
32
Design Build Services for Gibson Park
Bid No.: 08-09-064
City shall not be liable for any materials, fabrication of products or Work commenced that
requires submittals until the Project Manager or Consultant has returned 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 Managers 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 hasgiven 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 Consultants 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 Consultants 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.
41. Shop Drawings, Working Drawings and Samples
The Design -Build Firm shall submit to the Project Manager 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 Design Criteria Package.
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
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.
33
Design Build Services for Gibson Park
Bid No.: 08-09-064
Shop drawings shall be prepared in a manner and sufficient detail to enable the City and
the Design Criteria Professional to determine compliance with all stated Design Criteria
requirements or Design Documents.
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 the Design Criteria
Professional 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 where required by the
Design Criteria, the Design Documents, or requested by the Project Manager, and shall
be submitted at least fourteen (14) 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.
SAMPLES: The Design -Build Firm shall furnish, for the inspection of the City and the
Design Criteria Professional, samples required by the Design Criteria Package, the
Design Documents, or requested by the City.
1. Samples shall be delivered to the Project Manager as specified or directed.
The Design -Build Firm shall prepay all shipping charges on samples.
2. Review and acceptance of a sample shall be only for the characteristics or use
named in such acceptance and shall not be construed to change or modify any
Contract requirements. Materials or equipment for which samples are required
shall not be used in work until accepted by the City. Materials and equipment
incorporated in Work shall match the accepted samples.
3. Accepted samples not destroyed in testing shall be sent to the site of the
Work. Accepted samples of the hardware in good condition will be marked for
identification and may be used in the Work. Samples which failed testing or were
not accepted will be returned to the Design -Build Firm at his expense, if so
requested at the time of submission.
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;
34
Design Build Services for Gibson Park
Bid No.: 08-09-064
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 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 or Design Criteria Professional. 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;
1. Carry out the construction in accordance with shop drawings as returned by
the City or Design Criteria Professional with no exceptions or as noted and shall
make no further changes therein except upon written instruction from the
Engineer;
2. 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;
9. 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 and Design Criteria Professional'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 14 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 Firms Stamp required - Incomplete Review by Design -Build
Firm ", or
b. "Submittal Not Required by Design Criteria", or
c. "Submittal Incomplete - See Section ", or
d. "Contract Variation Not Noted in Transmittal".
SUBMITTAL PROCEDURES:
35
Design Build Services for Gibson Park
Bid No.: 08-09-064
Preliminary Shop Drawing Data: Within 14 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 14 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 and Design Criteria Professional at each
scheduled progress meeting.
When reviewed by the City and Design Criteria Professional, 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 and Design Criteria
Professional may return the reviewed drawings without noting an exception.
If the Design -Build Firm considers any correction indicated on the drawings to constitute
a change to the Design Criteria, 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-
submitted shop drawings to revisions other than the corrections requested by the Project
Manager and/or Design Criteria Professional on previous submissions. The Design -Build
Firm shall make any corrections required by the Project Manager and/or Design Criteria
Professional.
The Project Manager and Design Criteria Professional 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 and Design Criteria Professional'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 six (6) sets, plus additional sets as required
by his Subcontractors, 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
36
Design Build Services for Gibson Park
Bid No.: 08-09-064
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 Managers
and/or Consultant's approval at the job site at all times.
42. 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.
44. 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
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.
37
Design Build Services for Gibson Park
Bid No.: 08-09-064
45. Supplemental Drawings and Instructions
The Project Manager or Consultant shall have the right to approve and issue
supplemental instructions setting forth written orders, instructions, or interpretations
concerning the Contract Documents or its performance, provided such Supplemental
Instructions involve no change in the Contract Documents Price or this Contract
Documents Time.
Project Manager or Consultant shall have the right to modify the details of the plans and
specifications, to supplement the plans and specifications with additional plans, drawings
or additional information as the Work proceeds, all of which shall be considered as part
of the Contract Documents. In case of disagreement between the written and graphic
portions of the Contract Documents, the written portion shall govern.
46. 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
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 Consultant 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.
47. Substitutions
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 Architect or Engineer of Record if
sufficient information is submitted by Design -Build Firm to allow City and Architect or
Engineer of Record 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 Architect or Engineer of Record from anyone
other than Design -Build Firm.
If Design -Build Firm wishes to furnish or use a substitute item of material or equipment,
Design -Build Firm shall make application to the Architect or Engineer of Record for
acceptance thereof, certifying that the proposed substitute shall perform adequately the
38
Design Build Services for Gibson Park
Bid No.: 08-09-064
functions and achieve the results called for by the general design, be similar and of
equal substance to that specified and be suited to the same use as that specified. The
application shall state that the evaluation and acceptance of the proposed substitute will
not prejudice Design -Build Firm achievement of Substantial Completion on time,
whether or not acceptance of the substitute for use in the Work will require a change in
any of the Contract Documents to adapt the design to the proposed substitute and
whether or not incorporation or use by the substitute in connection with the Work is
subject to payment of any license fee or royalty. All variations of the proposed substitute
from that specified will be identified in the application and available maintenance, repair
and replacement service shall be indicated. The application also shall contain an
itemized estimate of all costs that will result directly or indirectly from acceptance of such
substitute, including costs for redesign and claims of other Design -Build Firms affected
by the resulting change, all of which shall be considered by the Architect or Engineer of
Record in evaluating the proposed substitute. The Architect or Engineer of Record may
require the Design -Build Firm to furnish at Design -Build Firm"s expense additional data
about the proposed substitute.
If a specific means, method, technique, sequence or procedure of construction is
indicated in or required by Contract Documents, Design -Build Firm may furnish or utilize
a substitute means, method, technique, sequence or procedure of construction
acceptable to the Architect or Engineer of Record, if the Design -Build Firm submits
sufficient information to allow the Architect or Engineer of Record to determine that the
substitute proposed is equivalent to that indicated or required by the Contract
Documents. The procedures for submission to and review by the Architect or Engineer
of Record shall be the same as those provided herein for substitute materials and
equipment.
The Architect or Engineer of Record and the City shall be the sole judges of the
acceptability of any substitute. No substitute shall be ordered, installed or utilized without
the City"s and the Architect or Engineer of Record"s prior written acceptance which shall
be evidenced by either a Change Order or an approved submittal. The City and the
Architect or Engineer of Record may require the Design -Build Firm to furnish at Design -
Build Firm"s expense a special performance guarantee or other surety with respect to
any substitute. If the City and the Architect or Engineer of Record rejects the proposed
substitute, at their discretion, the City may require the Design -Build Firm to reimburse
the City for the charges for evaluating the proposed substitute.
Design -Build Firm shall maintain sole liability and responsibility for ensuring that all
substitutions and any required design of such are in full compliance with and meet all the
requirements of the Contract Documents.
48. City Furnished Drawings
The Design Criteria Package ("DCP") as required by Florida Statute §287.55 has been
prepared by Zyscovich Architects and is entitled; "Gibson Park Design Report". The
DCP establishes the design criteria necessary for the Design -Build Firm to perform the
Work under this Project.
49. 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
39
Design Build Services for Gibson Park
Bid No.: 08-09-064
writing the intent of the drawings and/or specifications and the Design -Build Firm agrees
to abide by the Project Manager"s or Consultant 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.
50. Product and Material Testing
All tests will be performed by the City, except where otherwise specifically stated in the
specifications or drawings. All costs for testing performed by the City shall be at the
City"s expense, except where the product or material does not pass the testing. In such
instances the Design -Build Firm shall reimburse the City for each re -test conducted by
the City. Where the specifications or drawings require testing by the Design -Build Firm
such testing shall be performed at the expense of the Design -Build Firm and in
accordance with any stated requirements.
51. 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.
52. 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.
53. 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.
40
Design Build Services for Gibson Park
Bid No.: 08-09-064
54. 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 88, 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
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 light
of such disputed Work.
55. 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.
41
Design Build Services for Gibson Park
Bid No.: 08-09-064
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 Firms 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 -
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.
56. 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.
57. 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.
42
Design Build Services for Gibson Park
Bid No.: 08-09-064
• 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.
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 Subcontractor is to be paid on the
basis of cost of the Work plus a fee, the Subcontractor's cost of the Work shall be
determined in the same manner as Design -Build Firm's cost of the Work. All
Subcontractors 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,
architects, 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:
43
Design Build Services for Gibson Park
Bid No.: 08-09-064
• The proportion of necessary transportation, travel and subsistence expenses
of Design -Build Firms 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% 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% officers,
executives, principals (of partnership and sole proprietorships), general
managers, consultants, architects, estimators, lawyers, auditors, accountants,
purchasing and contracting agents, expediters, timekeepers, 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
Subcontractor, 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,
44
Design Build Services for Gibson Park
Bid No.: 08-09-064
■ 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 Subcontractor 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
Subcontractor 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.
■ 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
Subcontractors and the change is an increase in the Contract Price,
overhead and profit percentage for Design -Build Firm and each
Subcontractor 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."
58. 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 88, 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 Firms
45
Design Build Services for Gibson Park
Bid No.: 08-09-064
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 Firms 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 Subcontractor. 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.
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 to support all the costs of the Extra
Work. If payments on account are desired as the Extra Work progresses, the Design- ,
Build Firm shall renderan 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
Firms 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 Firms 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.
59. As -Built Drawings
During the Work, Design -Build Firm shall maintain records of all deviations from the
46
Design Build Services for Gibson Park
Bid No.: 08-09-064
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 Managers or Consultants written instructions or
by Change Order.
• Details not on original Contract Drawings.
• Equipment, conduit, electrical panel locations.
• Project Manager"s or Consultants schedule changes according to Design -
Build Firms records and shop drawings.
Specifications and Addenda: Legibly mark each section to record:
■ Manufacturer, trade name, catalog number and Supplier of each product and
item of equipment actually installed.
■ Changes made by Project Manager"s or Consultants 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.
60. Worker's Identification
The Design -Build Firm"s employees, who include any Subcontractor, 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 Firms 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.
47
Design Build Services for Gibson Park
Bid No.: 08-09-064
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 Managers or Consultants written instructions or
by Change Order.
• Details not on original Contract Drawings.
• Equipment, conduit, electrical panel locations.
• Project Managers or Consultants schedule changes according to Design -
Build Firm`records and shop drawings.
Specifications and Addenda: Legibly mark each section to record:
• 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.
60. Worker's Identification
The Design -Build Firm"s employees, who include any Subcontractor, 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 Firms 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.
47
Design Build Services for Gibson Park
Bid No.: 08-09-064
61. 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).
62. 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:
• Design Criteria Package 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 Design Criteria
Package 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
48
Design Build Services for Gibson Park
Bid No.: 08-09-064
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.
63. 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.
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
Subcontractors have been paid in full and that all other indebtedness connected with the
Work has been paid, and a consent of the surety to final payment; the final corrected as -
built drawings; operations and maintenance data, and the final bill of materials, if
required, and payment application. Design -Build Firm shall deliver the written Design -
Build Firms 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
49
Design Build Services for Gibson Park
Bid No.: 08-09-064
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.
64. 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/stormwater/npdes/. Design -Build Firm is responsible for
obtaining, completing and paying for any required NPDES application or permits that
may be required.
65. Force Majeure
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.
66. Extension of Time
Any reference in this section to the Design -Build Firm shall be deemed to include
materialmen, suppliers, laborers, Subconsultant and Subcontractor 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.
• The City"s failure to meet to the timeframes stipulated for review of
documents.
50
Design Build Services for Gibson Park
Bid No.: 08-09-064
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.
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.
67. 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
51
Design Build Services for Gibson Park
Bid No.: 08-09-064
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 69, 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.
68. 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 70, 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.
69. Design -Build Firm's 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.
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.
52
Design Build Services for Gibson Park
Bid No.: 08-09-064
70. Excusable Delay, Non-Compensable
Excusable Delay is (i) caused by circumstances beyond the control of Design -Build Firm,
its Subcontractors, 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 Subcontractors, Subconsultants, suppliers or
vendors and by the City or Design Criteria Professional. 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 67, Notification of Claim, hereof.
Failure of Design -Build Firm to comply with Article 67, 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.
73. 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.
74. Uncovering Finished Work
The Project Managers, 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.
75. 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
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
53
Design Build Services for Gibson Park
Bid No.: 08-09-064
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.
76. 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
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.
54
Design Build Services for Gibson Park
Bid No.: 08-09-064
• 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 (Phone No. 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.
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
55
Design Build Services for Gibson Park
Bid No.: 08-09-064
• 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.
77. 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 Firms 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
78. Stop Work Order
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
56
Design Build Services for Gibson Park
Bid No.: 08-09-064
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 88,
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 Firms 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.
79. 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.
80. 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.
■ 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.
57
Design Build Services for Gibson Park
Bid No.: 08-09-064
• 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.
81. Cleaning Up; City's Right to Clean Up
Design -Build Firm shall at all times 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. Cleaningoperations should be controlled to limit dust and other particles
adhering to existing surfaces.
82. 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.
83. 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 withholdings.
58
Design Build Services for Gibson Park
Bid No.: 08-09-064
Any withholding, which is ultimately held to have been wrongful, shall be paid to the
Design -Build Firm in accordance with the Local Government Prompt Payment Act
84. 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 Subcontractor,
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` request, provide adequate assurances and a plan of action to
the City, in writing, of the Design -Build Firms 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
Design -Build Firm shall have no further recourse of any nature for wrongful
termination.
85. 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
59
Design Build Services for Gibson Park
Bid No.: 08-09-064
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.
86. 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 Firm
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 88, Termination for Convenience. The City in its sole discretion may
terminate the Contract without providing the Design -Build Firm a written notice to cure.
87. 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
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 Firms 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.
60
Design Build Services for Gibson Park
Bid No.: 08-09-064
As an alternative to termination, the City may bring suit or proceedings for specific
performance or for an injunction
88. 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' 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
• 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
61
Design Build Services for Gibson Park
Bid No.: 08-09-064
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.
89. 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 Managers decision is subject to
City Commission for approval; or
(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
62
Design Build Services for Gibson Park
Bid No.: 08-09-064
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.
90. 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.
91. 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`ss 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.
92. Permits, Licenses and Impact Fees
Pursuant to the Public Bid Disclosure Act, each license, permit or fee REQUIRED BY
THE CITY AND PAYABLE TO THE CITY by virtue of this construction as part of the
Contract is waived as follows:
City"s Master Permit Fee and applicable Major Trade Permit fees (i.e. Mech.,
Plumbing, Elec., & Fire) are waived. Any other permit fees not directly
related to the actual construction of the Project(s) (Le. Permits for dumpsters,
job trailers) are not waived"..."Licenses, permits and fees which may be
required by Miami -Dade County, the State of Florida, or other governmental
entities are not waivable."
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 Design -Build Firm pursuant to the Contract
Documents shall be secured and paid for by Design -Build Firm. It is Design -Build Firm
responsibility to have and maintain appropriate Certificate(s) of Competency, valid for
63
Design Build Services for Gibson Park
Bid No.: 08-09-064
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.
Impact fees levied by the City and/or Miami -Dade County shall be paid by Design -Build
Firm. Design -Build Firm shall be reimbursed only for the actual amount of the impact fee
levied by the municipality as evidenced by an invoice or other acceptable documentation
issued by the municipality. Reimbursement to Design -Build Firm in no event shall
include profit or overhead of Design -Build Firm.
93. Compliance with Applicable Laws
The Design -Build Firm shall comply with all applicable laws, regulations, building and
construction codes of the Federal government, the State of Florida, the County, and the
City.
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.
94. 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 Subcontractors, 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 harmless the City
against any such liabilities, even if they arise from actions directed or taken by the City.
95. 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.
96. 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
64
Design Build Services for Gibson Park
Bid No.: 08-09-064
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' 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.
97. 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.
98. 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.
99. Applicable Law and 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
conditions herein exclusive venue for the enforcement of same shall lie in Miami -Dade
County, Florida.
100. 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.
65
Design Build Services for Gibson Park
Bid No.: 08-09-064
101. 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.
102. 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.
In the event of noncompliance by Design -Build Firm, Subconsultant or Subcontractor,
payment may be withheld or the contract may be canceled in whole or in part.
Design -Build Firm has an EEO policy that prohibits discrimination and provides for
affirmative action in employment practices. The Design -Build Firm shall adopt the
following statement as his operating policy:
"it is the policy of this company to assure that applicants are employed, and that
employees are treated during employment, without regard to their race, religion, sex,
color, national origin, age, or disability. Such action shall include: employment,
upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation; and selection for training,
including apprenticeship, pre -apprenticeship, and/or on-the-job training."
Design -Build Firm agrees to apply a good faith effort to eliminate past and present
discrimination and to ensure that future discriminatory practices do not occur.
Design -Build Firm will have a designated EEO Officer who has the responsibility and
authority to administer the contractor's EEO program.
All of the contractor"s employees who have an active role in the hiring, supervision, or
advancement of employees shall be made aware of and instructed to implement the
EEO policy. In addition, employees, including applicants and potential employees, will be
informed of the contractor's EEO policy through posted notices, posters, handbooks, and
employee meetings.
66
Design Build Services for Gibson Park
Bid No.: 08-09-064
The Design -Build Firm shall not discriminate in his recruitment practices and should
make an effort to identify sources of potential minority and women employees.
Design -Build Firm is required to periodically review project sites, wages, personnel
actions, etc., for evidence of discriminatory treatment. The Design -Build Firm is to
promptly investigate all alleged discrimination complaints.
Design -Build Firm is required to advise employees and applicants of training programs
available and to assist in the improvement of the skills of minorities, women, and
applicants, through such programs.
The EEO policy also pertains to Contractor"s selection of subcontractors, including
material suppliers and equipment leasing companies.
103. 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.
104. Commodities manufactured, qrown, 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
manufactured, grown, or produced within the City of Miami, Miami -Dade County and the
State of Florida shall be given preference.
105. 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.
106. 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.
107. Review of Records
City shall have the right to inspect and copy, at Cit0 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.
67
Design Build Services for Gibson Park
Bid No.: 08-09-064
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.
108. 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.
109. 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.
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 Managers 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
110. 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 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.
111. 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 Firm 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
68
Design Build Services for Gibson Park
Bid No.: 08-09-064
Contract, or if final payment has not been issued within six (6) months of Final
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.
112. 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.
113. 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, reduction of funds and/or change in regulations, upon
thirty (30) days notice.
114. 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
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.
115. 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.
116. Non -Exclusivity
It is the intent of the City to enter into a Contract with all successful Bidders 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.
69
Design Build Services for Gibson Park
Bid No.: 08-09-064
117. 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.
118. 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.
119. Applicable Law and 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
conditions herein exclusive venue for the enforcement of same shall lie in Miami -Dade
County, Florida.
120. 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.
121. 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.
122. 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 designees 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 Subcontractors to comply with
the provisions of this paragraph.
70
Design Build Services for Gibson Park
Bid No.: 08-09-064
Section 2 - Supplemental Terms and Conditions
1. Scope of Work
The Scope of Work includes, but is not limited to the Design -Build Firm providing design
and construction services for the renovation of Gibson Park in accordance with the
Design Criteria Package. Gibson Park is located at 401 NW 12th Street, Miami, Florida.
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. Design Criteria Package Review
The Work shall be performed in accordance with the Design Criteria Package (DCP).
The Design -Build Firm shall verify and review the DCP and shall notify the Project
Manager and Consultant, in writing, of all errors, omissions, conflicts and discrepancies
found therein. Failure to discover or correct errors, conflicts or discrepancies shall not
relieve the Design -Build Firm of full responsibility for unsatisfactory Work, faulty
construction or improper operation resulting therefrom, or from rectifying such conditions
at his own expense.
All schedules are given for the convenience of the Design -Build Firm and are not
guaranteed to be complete. The Design -Build Firm shall assume all responsibility for the
making of estimates of the size, kind, and quantity of materials and equipment included
in the Work to be done under this Contract as well as all time estimates for sequencing
and completing the Work.
The apparent silence of the DCP 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
DCP shall be made upon that basis.
3. LEED Certification
The intent is to design and construct a Project that promotes environmental quality,
economic vitality and creates an environment that provides the highest level possible of
operational efficiency. This should be accomplished through energy, water, and
materials efficiency that provides a healthy, productive and comfortable park
environment with Tong -term benefits. The Design Build Firm will incorporate in both the
design and construction the requirements for the Project to obtain a LEED Silver rating.
The requirements are to be based on the Federal Leadership in High Performance and
Sustainable Buildings Memorandum of Understanding"s five Guiding Principles, which
are:
I. Employing integrated design;
II. Optimizing energy performance;
III. Protecting and conserving water;
71
Design Build Services for Gibson Park
Bid No.: 08-09-064
IV. Enhancing indoor environmental quality; and
V. Reducing the environmental impact of materials.
Design and construction must be to the most current LEEDS Silver rating requirements
in effect at time of design of the Project.
Work included as part of the LEEDS certification includes, but is not limited to;
1. Design -Build Firm must use the IDP during the entire design process, which
includes the use a collaborative, integrated planning and design process
consistent with ASTM E 2348, Standard Guide for Framework for a Consensus -
based Environmental Decision making Process.
2. An individual must be selected to lead the commissioning efforts for the Project.
For this prerequisite, this person may be a third party or a qualified person from
the Design -Build Firm. If a member of the Design -Build Firm is chosen, he or she
must not be directly involved in the design or construction management, and
must report directly to the City. The City will not directly engage an independent
commissioning authority for the purpose of obtaining additional commissioning
points.
3. Identify priority areas for obtaining rating
4. Establish a Energy Efficiency Measures Checklist
5. Track, collect, assemble, and submit documentation to LEED certification entity
to obtain LEED rating approval. Responsible for obtaining all information and
documentation to substantiate the rating. For example; obtain all information on
recycled materials disposed of and recycled content used in construction to
determine the overall percentage of recycled content used on the Project.
6. Responsible for commissioning (verify the commissioning" plan to confirm that
the building system is designed, installed and tested to perform in conformance
with the design intent, the City's operational needs, and the Contract
Documents), Fees for registration (reimbursable expense), and managing the
certification review process.
7. Delays or changes in design and construction required to meet the LEED Silver
rating will not be considered Excusable Delays nor will the costs be
compensable.
8. Create a LEED checklist to be used during construction.
9. Identify trades off, including but not limited to"
a. Cost benefits of different approaches to obtaining rating
b. Construction costs versus savings projected on an annual basis
c.LCC analysis to determine when breakeven point occurs
10. A LEED Analysis Report (Report) shall be generated by the Design -Build, (at
intervals indicated below), and shall include the following:
a. Version of LEED being used for the analysis.
b. Explanation of each LEED point attained by the Project design.
c. Total LEED numerical score and equivalent rating level for the Project.
d. Statement signed by a Florida licensed architect or engineer that in their
professional opinion the above three items provide an accurate estimate of
the LEED score and rating that could be attained by the Project.
72
Design Build Services for Gibson Park
Bid No.: 08-09-064
Design -Build Firm shall submit the Report as follows:
a. The initial Report as part of the Schematic Design phase submittals
b. An updated Report as part of the Design Development submittals:
c. Final LEEDS Analysis Report with 100% Construction Document submittals
d. Monthly report during construction identifying all LEED related Work
performed during the month. Report will correspond to the LEED checklist.
Said report is to be submitted with the monthly payment application.
11. Create a re -commissioning management manual — In addition to the traditional
O&M manual, the Additional Commissioning credit requires the commissioning
authority to create a re -commissioning management manual. The LEEDTM
Reference Guide Version 2.0 lists the components that must be included in this
manual, such as as -built sequences of operation for all equipment, descriptions
of energy and water saving features.
Design -Build Firm shall conduct a post occupancy review ten (10) months after the
completion of the construction of the Project to review and inspect the Project for
warranty issues. This task includes, but is not limited to; both a review of current
operation to identify any potential warranty related problems before the typical 12 month
warranty expiration, and an interview with building and facility operating staff to identify
their concerns.
Design -Build Firm or Commissioning Authority shall create a re -commissioning
management manual ("Manual") in addition to the traditional O&M manuals LEEDTM
Reference Guide Version 2.0, or latest update, lists the components that must be
included in this manual, such as as -built sequences of operation for all equipment,
descriptions of energy and water saving features, seasonal start-up and shut down
procedures, a list of diagnostic tools, etc. This Manual is intended to provide the City
with in-depth tools and strategies for keeping the building running in optimal condition.
4. 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 four hundred and twenty four (424) calendar days to
achieve Substantial Completion from the date of the Notice to Proceed is issued for
Phase 1, 1A, and 2A. Design -Build Firm shall have an additional 60 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. The time for completion for Phase 2B shall be subject to
negotiation should the City elect to proceed with Phase 2B.
5. Contract Price
The City shall pay the Design -Build Firm in accordance with Article 3 of the
Supplemental Terms and Conditions of the Contract the lump sum of Nine Million Six
Hundred Forty Five Thousand Two Hundred Seventy Eight dollars ($9,645,278) for
Phases 1, 1A and 2A, subject to any adjustments in accordance with the Contract as
stipulated in the letter from the Contractor dated June 1, 1010, which is hereby
incorporated into and made a part of this Contract.. Said sum shall cover all costs and
fees incurred or required for the completion of the Project. Upon final completion of the
Project should the Project not be able to obtain a LEED Silver rating, and the
73
Design Build Services for Gibson Park
Bid No.: 08-09-064
deficiencies cannot be correct to obtain said rating the City shall deduct 5% of the cost of
the Project. Should the City elect to construct Phase 2B of the Project the cost shall not
exceed $3,696,144. The award of Phase 2B shall be subject to the approval of the City
Commission.
6. 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`ss 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. Retainage shall be reduced to a maximum of two (2%) percent where
the Design -Build Firm has completed all of the Work under the Agreement, including the
submission of all required LEED Certification documentation, and the only remaining
Work is the actual LEED Certification document being obtained from the USGBC.
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.
■ 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 Subcontractor,
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 Firms 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
74
Design Build Services for Gibson Park
Bid No.: 08-09-064
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` 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 Toss 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.
7. 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 dollars ($1,000.00) 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 dollars ($500.00) 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
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.
8. 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' 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
75
Design Build Services for Gibson Park
Bid No.: 08-09-064
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.
9. 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 Consultants 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 Subcontractor 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.
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:
76
Design Build Services for Gibson Park
Bid No.: 08-09-064
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.
10. Release of Liens/Subcontractor'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/Subcontractor, 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
Subcontractor, Subconsultant where no release of lien has been submitted. The
Design -Build Firm shall submit with the final payment request, for any Project(s) where
Subcontractor, and/or Subconsultant have performed Work, a Final Release of
Lien/Subcontractor, Subconsultant Statement of Satisfaction for each Subcontractor,
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 Subcontractor, 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/Subcontractor, Subconsultant Statement of
Satisfaction, submit Consent of Surety to Requisition Payment.
11. 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.
77
Design Build Services for Gibson Park
Bid No.: 08-09-064
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 Subcontractors,
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.
12. Request for Information
The Design -Build Firm shall submit a Request for Information (RFI) where the Design -
Build Firm believes that the Contract Documents 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
Architect and City shall respond in writing.
13. Proiect 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, materialmen"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 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
Subcontractors 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-Desig n-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.
78
Design Build Services for Gibson Park
Bid No.: 08-09-064
14. 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 temporaryfacilities 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.
15. Project Laboratory Testing Services
The City shall provide and pay for all Project Laboratory Services to perform quality
assurance and quality control testing, except for those that may be required by
regulatory agencies, which the Design -Build Firm shall be required to provide and pay.
Design -Build Firm shall be responsible for the costs associated with all retesting due to
the product or Work failing a test. Costs for such retests shall be deducted from pending
invoices.
16. 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
79
Design Build Services for Gibson Park
Bid No.: 08-09-064
and the Design -Build Firm shall be responsible for the repair or replacement of all Work
such materials, tools, and equipment.
17. 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 manufactured by Image 2000, 45 East 9th Court, Hialeah,
Florida (305) 884-2240 or approved equal. The sign shall 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
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.
• The Project Manager and the City shall approve the locations for all signage.
18. 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.
19. 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
Subcontractor 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.
20. 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
80
Design Build Services for Gibson Park
Bid No.: 08-09-064
stamped. Printed photo must be on 8"X10" high resolution glossy single weight color
print paper.
81
Design Build Services for Gibson Park
Bid No.: 08-09-064
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.
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 therefrom, 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. 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. If the Design -Build Firm or any Subconsultant places any copyright or
patent on any of the documents as stated herein such copyright or patent shall not
preclude the City's reuse of said documents without limitation or restriction.
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.
82
Design Build Services for Gibson Park
Bid No.: 08-09-064
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 Consultants 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
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% 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 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 at the time of execution of the Agreement. Design -Build Firm shall maintain
83
Design Build Services for Gibson Park
Bid No.: 08-09-064
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 DCP.
10.1.2
Design -Build Firm shall, utilizing the DCP, confer with representatives of City, the Project
Manager, and other jurisdictional agencies in order to comprehensively identify aspects
of the completed facility program that may require further refinement to attain the
requisite detail of design development required to begin the creation of Construction
Documents. For clarity of scope, the items that need further development will be called
Conceptuals and the remaining items will be called Designs.
10.1.3
Design -Build Firm shall prepare written descriptions of the various options and shall
participate in presentations to multiple groups explaining alternative options. Sufficient
detail shall be provided to support the presentation materials. The acceptance of any
option shall be at the sole discretion of the City.
10.1.4
Design -Build Firm shall hire the appropriate subconsultant to provide utility coordination
services, which are not in-house. Such services shall include the location of all site
structures including all utility structures' and facilities as well as all underground utilities.
10.2 SCHEMATIC DESIGN
10.2.1 Design Concept and Schematics Report
Based on the approved development option the Design -Build Firm shall prepare
and present four (4) copies, in writing and at an oral presentation if requested, for
approval by City, a Design Concept and Schematics Report, comprising Schematic
Design Studies, including an identification of any special requirement affecting the
Project, a Statement of Probable Construction Cost, Project Development Schedule
and review of Constructability Review reports. At Project commencement the City
shall provide Design -Build Firm with the construction budget for the Project that will
be utilized by the Design -Build Firm for purposes in completion of the Scope of
Services.
1. Schematic Design Studies consist of site plan(s), floor plans (where
applicable), elevations, sections, and all other elements required by Design
Criteria Professional or Project Manager to show the scale and relationship of
the components and design concepts of the whole. The floor plans may be
84
Design Build Services for Gibson Park
Bid No.: 08-09-064
single -line diagrams. A simple perspective rendering or sketch, model or
photograph thereof may be provided to further show the design concept.
2. A Statement of Probable Construction Cost, prepared in Construction Standard
Index (CSI) format, to include a summary of the estimated project cost and an
evaluation of funding allocation. Such summary shall be in sufficient detail to
identify the costs of each element and include a breakdown of the fees, general
conditions and construction contingency. Such evaluation shall comprise a brief
description of the basis for estimated costs per each element and similar
project unit costs. Recommendations for reducing the scope of the Project in
order to bring the estimated costs within allocated funds, in the event that the
statement of Probable Construction Costs exceeds allocated funds by more
than ten (10%) percent, the Design -Build Firm shall update its documentation,
at no additional cost to the City, to reflect this reduced scope. Any "Statement
of Probable Construction Costs" prepared by Design -Build Firm represents a
reasonable estimate of cost in Consultants best judgment as a professional
familiar with the local construction industry.
3. The Project Development Schedule shall show the proposed completion date
of each task of the Project through design, bidding, construction, and post
construction services.
4. Constructability Review reports shall be conducted by the City and/or its
consultants at design stages deemed necessary by the Project Manager or
Design Criteria Professional. Design -Build Firm shall provide five additional
deliverable plan sets for distribution, by City, to others for this purpose. There
shall be an established deadline for review report submission back to City.
Design -Build Firm shall provide written responses to all comments within two
weeks and shall maintain files of all related review reports and response
reports. If necessary, City may coordinate Constructability Review meetings
with some or all of the reviewers with Design -Build Firm present to discuss
specific issues. In addition to the Constructability Review process mentioned
above, City reserves the right to conduct a Peer Review of the project
documents at any design stage. Cost of such a Peer Review would be borne
by City. Any findings as a result of said Peer Review would be addressed by
Design -Build Firm, and if requested by City, would be incorporated into the
design documents, at no additional cost to City and no extension of time to the
schedule.
5. Design -Build Firm shall identify any deviation(s) from the DCP, the basis for
such deviation(s), and the cost and time impact to the Project. Where any
specific equipment and materials are required by the DCP the Design -Build
Firm must provide life -cycle calculations to demonstrate the long-term
benefit(s) to the City for any proposed substitution of specified equipment.
10.3 DESIGN DEVELOPMENT
From the approved Schematic Design documents, Design -Build Firm shall prepare and
present four (4) copies in writing, and at oral presentations, if requested, for approval by
City and the Design Criteria Professional, separate Design Development Documents,
updated Project Development Schedules, updated Statements of Probable Construction
Costs and a review of Constructability Review reports.
85
Design Build Services for Gibson Park
Bid No.: 08-09-064
1. The Design Development Documents shall consist of drawings (site plans, floor plans,
elevations, and sections, 3-D representation in the form of renderings or model),
outline specifications, and other documents.
2. Design Development consists of continued development and expansion of
architectural and/or civil Schematic Design Documents to establish the final scope,
relationships, forms, size, and appearance of each element through:
2.1 Plan sections and elevations
2.2 Typical construction details
2.3 Final materials selection
2.4 Construction phasing plan
3. The updated Development Schedules shall show the proposed completion dates of
each milestone of the Project through design, bidding, construction and proposed date
of occupancy. Design -Build Firm will also detail all long lead procurement items and
architecturally significant equipment that will need to be purchased prior to the
completion of Construction Documents.
4. Provide updated Statements of Probable Construction Cost. If either statement of
Probable Construction Cost exceeds allocated funds by more than ten (10%)
percent, Design -Build Firm shall prepare recommendations for reducing the scope of
that particular Project in order to bring the estimated costs within allocated funds.
Design -Build Firm shall update its documentation, at no additional cost to the City, to
reflect this reduced scope.
5. Constructability Review reports as defined in Section 10.2.4.
6. Design -Build Firm shall identify any deviation(s) from the DCP, the basis for such
deviation(s), and the cost and time impact to the Project. Where any specific
equipment and materials are required by the DCP the Design -Build Firm must
provide life -cycle calculations to demonstrate the long-term benefit(s) to the City for
any proposed substitution of specified equipment.
10.4 CONSTRUCTION DOCUMENTS
Design -Build Firm shall produce 50%, 90% and Final Construction Documents for review
and approval by City, which shall include the following:
1. A Drawing Cover Sheet listing an index of all number of drawings by each discipline.
Drawings not included in the 50%, 90% and Final review shall be noted. Design -
Build Firm shall attach an index of all anticipated drawing sheets necessary to fully
define the Project.
2. The updated Project Development Schedule to include an outline of major
construction milestone activities and the recommended construction duration period
in calendar days.
3. A Project Specifications index and Project Manual with at, least 50%, 90% and Final
of the Specifications completed.
4. Design -Build Firm shall submit the special conditions separate from the technical
specifications.
5. 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
86
Design Build Services for Gibson Park
Bid No.: 08-09-064
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.
Design -Build Firm shall submit four (4) full size copies of the drawings and
specifications, and one digital copy in .pdf format, plot, and .dwg formats.
From the approved Design Development Documents, Design -Build Firm shall identify
any deviation(s) from the DCP, the basis for such deviation(s), and the cost and time
impact to the Project. Where any specific equipment and materials are required by the
DCP the Design -Build Firm must provide life -cycle calculations to demonstrate the long-
term benefit(s) to the City for any proposed substitution of specified equipment. Design -
Build Firm shall prepare for written approval by City, Final Construction Documents
setting forth all design drawings and specifications needed to comprise a fully biddable,
permittable, constructible Project.
10.4.1 Dry Run 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 five (5)
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.
10.5 ADMINISTRATION OF THE CONSTRUCTION CONTRACT
10.5.1
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.
10.5.2
The Consultant and the Design Criteria Professional, 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
87
Design Build Services for Gibson Park
Bid No.: 08-09-064
the Supplementary Conditions of the construction contract and their agreement with the
City.
10.5.3
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.
10.5.4
The Consultant shall furnish the City, Design Criteria Professional, and the Design -Build
Firm with a written report of all observations of the Work made by Consultant and require
all Subconsultants to do same during each visit to the Project. 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 in a timely manner. The Consultant and
the Subconsultants shall ascertain that the Work is acceptable to the City. The Design
Criteria Professional will determine if the Work is being performed in accordance with the
DCP. Consultant shall assist the City 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 Consultant'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.
10.5.5
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
88
Design Build Services for Gibson Park
Bid No.: 08-09-064
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.
10.5.6
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.
10.5.7
The Consultant shall have the authority to recommend rejection of Work, which does not
conform to the Contract Documents. The Design Criteria Professional has the authority
to reject Work where such Work does not comply with the DCP. Whenever, in his/her
reasonable opinion, the Consultant considers it necessary or advisable to insure
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.
10.5.8
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.
10.5.9
The Consultant shall initiate and prepare required documentation for changes as
required by the Consultants 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.
10.5.10
The Consultant in conjunction with the Design Criteria Professional shall examine the
Work upon receipt of the Design -Build Firm"s request for substantial completion
inspection of the Project and shall, prior to occupancy 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, Design Criteria
Professional, and the Design -Build Firm prepare a punch list of any defects and
89
Design Build Services for Gibson Park
Bid No.: 08-09-064
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 in conjunction with the Design Criteria Professional 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, operating and maintenance manuals for equipment, 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.
10.5.11
The Consultant shall review the Design -Build Firm` "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.
10.5.12
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
to the City one complete set of "Record Set Drawings", in Auto CADD Version 2000 or
such other format acceptable to the City.
10.5.13
The Design -Build Firm shall furnish to the City a simplified site plan and floor plan(s)
reflecting "as -built" conditions with graphic scale and north arrow. Plans must show room
names, room numbers, overall dimensions, square footage of each floor and all fonts
used in the drawings. Two sets of drawings shall be furnished on 24" x 36" sheets and
one electronic copy.
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, e.g.
materials, building skin, mechanical systems, etc. To achieve this Design -Build Firm
shall develop basis of design reports for key building systems. These reports are first
due during the initial stages of design and provide the basis for the City"s acceptance of
design submittals.
A Basis of Design Report shall be prepared for each of the following systems:
1. Building envelope
2. HVAC
3. Lighting
Each report shall contain a narrative discussion covering the following points. Some
systems may require additional information.
1. Applicable codes and standards
2. Performance characteristics
3. Life cycle cost analysis spreadsheet (available online), must include, but may
90
Design Build Services for Gibson Park
Bid No.: 08-09-064
not be limited to:
a. Energy costs
b. Maintenance and custodial costs
c. Life expectancy (may require life expectancy of subsystems)
d. Replacement costs (if applicable)
e. Total cost of ownership over 50 (fifty) years
Basis of Design Reports are required at the following design milestones:
1. Initial proposal submittal
2. 50% Preliminary Design
3. 100% Preliminary Design
4. 50% Construction Documents
12. Code Analysis Reports and Plans
Provide a narrative discussion and summary of building code issues, impacts and
restrictions particular to this Project. The outline shall include a written report and
diagrammatic plan drawings delineating design criteria (e.g. exit paths, travel distances,
required exits, rated walls, rated corridors, building occupancy, construction type, and
fire zones). The analysis shall be updated for each design phase.
13. 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 included the deliverables and costs. The
breakdown of the costs shall be provided on the City" Work Order Form spreadsheet,
91
Design Build Services for Gibson Park
Bid No.: 08-09-064
•
THIS Contract((1.-a 591J(contract number) made this L! day of `-'kA. (1 in the year
2010 by and between THE CITY OF MIAMI, FLORIDA, hereinafter called the "CITY," and
Recreational Design And Construction, Inc., hereinafter called the "DESIGN BUILD FIRM"
IN WITNESS WHEREOF, the parties have executed this Contract as of the day and
year first above written.
WITNESSIATTEST
Sig ature
Cynthia Gluht, Office Mgr
Print Name, Title
ATTEST:
Steven B. Westervelt
DESIGN -BUILD FIRM Secretary
(Affirm DESIGN -BUILD FIRM Seal, if
available)
ATTEST:
Recreatnal4Desn 4 Construction, Inc.
eve
gnature
Print Name, Title of Authorized Officer or Official
(Corporate Seal)
City of Miami, a municipal corporation of the
State of Florida
CCU
Carlos A. Migoya, City Manager
APPROVED AS 'O INSU ` NCE APPROVED AS TO LEGAL FORM AND
REQUIREMENT :
(
Mb-
LeAnn Brehm, (Director
Risk Management Department
Design Build Services for Gibson Park
CORRECTNESS:
93
•
Bru, Attorney
Officer
1 i�
Bid No.: 08-09-064
CORPORATE RESOLUTION
WHEREAS, Recreational Design & , Inc. desires to enter into a
Construction, Inc.
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 Chief Executive Officer
(type title of officer)
Steven L. Siems , , 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 21 day of June , 20 10 .
Corporate Secretary
Steven B. Westervelt
94
(Corporate Seal)
Design Build Services for Gibson Park
Bid No.: 08-09-064
"DUPLICATE ORIGINAL"
This is thefrontpage of the performance/payment bond issued in compliance with
Florida Statute Chapter 255.05
Surety Name:
Safeco Insurance Company of America
2055 Sugarloaf Circle
Duluth, GA 30097
678-417-3379
Bond Number: 6638039
Contractor Name:
Recreational Design & Construction, Inc.
3990 N. Powerline Road
Oakland Park, FL 33309
954-566-3885
Owner Name: City of Miami
444 SW 2nd Avenue, 8th Floor
Miami, FL 33130
305-960-4950
Project Number: CEP Project No.: B-30305B
Project Description: Design/Build Services for the Design & Construction of Gibson
Park
Project Address: Gibson Park, Miami, FL
Legal Description of Property: Gibson Park, Miami, Miami -Dade County, FL
This is the front page of the bond. All other pages are subsequent regardless of the
pre-printed numbers.
"DUPLICATE ORIGINAL"
Design -Build Performance Bond
Bond No.: 6638039
The Owner City of Miami , (the "Owner") and the Design -Builder, Recreational Design & Construction, Inc. , (the \
"Design -Builder") have entered into a Contract (the "Contract") dated July 6, 2010 for Design -Build Services for
the Design & Construction of Gibson Parlc, CEP Project No.: B-30305B (the "Project"). The Contract is
incorporated by reference into this Performance Bond (the "Bond"),
By virtue of this Bond, the Design -Builder as Principal and Safeco Insurance Company of America as Surety
("Surety"), are bound to the Owner as Obligee in the maximum amount of Nine Million Seven Hundred Ninety
Four Thousand Six Hundred Sixty Seven and 00/100 Dollars ($9,794,667.00) (the "Bond Sum"). The Design -
Builder and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly
and severally, as provided herein.
1. GENERAL CONDITIONS. It is the condition of this Bond that if the Design -Builder performs the
construction work called for pursuant to the Contract, the Surety's obligations under this Bond are null and
void. Otherwise the Surety's obligations shall remain in full force and effect. The Surety waives any
requirement to be notified of alterations or extensions of time made by the Owner in the Contract. The Owner •
may not invoke the provisions of this Bond unless the Owner has performed its obligations pursuant to the
Contract. Upon making demand on this Bond, the Owner shall make the Contract Balance (the total amount
payable by the Owner to the Design -Builder pursuant to the Contract less amounts properly paid by the
Owner to the Design -Builder) available to the,Surety for completion of the construction work.
2. SURETY OBLIGATIONS. If the Design -Builder is in default pursuant to the Contract and the Owner has
declared the Design -Builder in default, the Surety promptly may remedy the default or shall:
a. Complete the construction work with the consent of the Owner, through the Design -Builder or otherwise;
b. Arrange for the completion of the construction work by a design -builder acceptable to the Owner and
secured by performance and payment bonds equivalent to those for the Contract issued by a qualified
surety. The Surety shall make available as the construction work progresses sufficient funds to pay the
cost of completion of the construction work less the Contract Balance up to the Bond Sum or
c. Waive its right to complete the construction work and reimburse the Owner the amount of its reasonable
costs, not to exceed the Bond Sum, to complete the construction work less the Contract Balance.
3. NO LIABILITY FOR DESIGN. Pursuant to Article 2 of the Bond, the Surety shall be liable for all
construction costs of the Work, up to the Bond Sum, but shall not be liable for any costs or damages arising
from any design services provided pursuant to the Contract.
4. DISPUTE RESOLUTION. All disputes pursuant to this Bond shall be instituted in any court of competent
jurisdiction in the location in which the Project is located and shall be commenced within two years after
default of the Design -Builder or Substantial Completion of the Work, which ever occurs first. If this
provision is prohibited by law, the minimum period of limitation available to sureties in the jurisdiction shall ,
be applicable.
This Bond is entered into as of December 7, 2010.
DESIGN -BUILDER: RECREATONAL SURETY: SAFECO INSURANCE
DESIGN & CONSTRUCTION, INC. COMPANY OF AMERICA
By:
Print Name:
Print Title:
Witness:
Pri, T�iti
Witi• ss:
Attorney -In -Fact
/n. ,1--d
"DUPLICATE ORIGINAL"
Payment Bond
Bond No.: 6638039
Contractor (Name and Address)
Recreational Design & Construction, Inc.
3990 North Powerline Road
Ft. Lauderdale, FL 33309
954-566-3885
Owner: (Name and Address)
City of Miami
444 SW 2"d Avenue, 8th Floor
Miami, FL 33130
305-960-4950
Surety (Name and Principal Place of Business)
Safeco Insurance Company of America
2055 Sugarloaf Circle
Duluth, GA 30097
678-417-3379
CONSTRUCTION CONTRACT
Date: July 6, 2010
Amount: Nine Million Seven Hundred Ninety Four Thousand Six Hundred Sixty Seven
and 00/100 Dollars ($9,794,667.00)
_ Description (Name and Location): Design -Build Services for the Design & Construction of
Gibson Park, CIP Project No.: B-30305B
BOND
Date:(Not earlier than Construction Contract Date): December 7,.2010
Amount: Nine Million Seven Hundred Ninety Four Thousand Six Hundred Sixty
Seven and 00/100 Dollars ($9,794,667.00)
Modifications to this Bond: ❑ None
CONTRACTOR AS PRINCIPAL
Company: (Corporate Seal)
Recreational Design & Construction, Inc.
By:
Name and Title:
(Any additional signatures appear on page 5)
SURETY
Company:
Safeco Ins
By:
Name
See Page 4
(Corporate Seal)
nee. Compan o erica
erald J. Ai ch, Attorney -In -Fact
(FOR INFORMATION ONLY -Name, Address and Telephone)
Agent or Broker
Brown 84 Brown, Inc.
P.O. Box 5727
Ft. LauderdaleFL333 10-5727
954-776-2222
Owner's Representative (Architect or Engineer)
0
1 The Contractor and the Surety, jointly and severally, bind
themselves, their heirs, executors, administrators, successors and
assigns to the Owner to pay for labor, 'noted als and equipment
furnished for use in the performance of the construction Contract,
which is incorporated herein by reference,
2 With respect to the Owner, this obligation shall be null and void if
the Contractor;
2.1 Promptly makes payment, directly or indirectly, for all sums due
Claimants, and
2.2 Defends, indemnifies and holds harmless the Owner from claims,
demands, liens or suits by any person or entity whose claim, demand,
lien or suit is for the payment for labor, materials or equipment
Furnished for the use in the performance of the Construction Contract
provided the Owner has promptly notified the Contractor and the
Surety (at the address described in Paragraph 12) of any claims,
demands, liens or suits to the Contractor and the surety, and provided
there is no Owner Default.
3 With respect to Claimants, this obligation shall be null and void if
the Contractor promptly makes payment, directly or indirectly, for all
sums due.
4 The Surety shall have no obligation to Claimants under this bond
until:
4.1 Claimants who are employed by or have a direct contract with
the Contractor have given notice to the surety (at the address described
in Paragraph 12) and sent a copy, or notice thereof, to the Owner,
stating that n claim is being madeunder this Bond and, with substantial
accuracy, the amount of the claim.
4.2 Claimants who do not have a direct contract with the Contractor:
.1 Have furnished written notice to the Contractor and sent a copy,
or notice thereof, to the Owner, within 90 days after having last
performed labor or last furnished materials or equipment included in
the claim stating, with substantial accuracy, the amount of the claim
and the name of the party to whom the materials were furnished or
supplied or for whom the labor was done or performed; and
2 Have either received a rejection in whole or in part from the
Contractor, or not received within 30 days of furnishing the above
notice any communication from the Contractor by which the
Contractor has indicated the claim will be paid directly or indirectly;
and
3 Not having been paid within the above 30 days, have sent a
written notice to the surety (at the address described in Paragraph 12)
and sent a copy, or notice thereof, to the Owner, stating that n claim is
being made under this Bond and enclosing a copy of the previous
written notice furnished to the Contractor.
5 If a notice by Paragraph 4 is given by the Owner to the Contractor or
to the Surety, that is sufficient compliance.
6 When the Claimant has satisfied the conditions of Paragraph 4, the
Surety shall promptly and at the Surety's expense take the following
actions:
6.1 Send an answer to the Claimant, with a copy to the Owner,
within 45 days after receipt of the claim, stating the amounts that are
undisputed and the basis for challenging any amounts that are
disputed.
6.2 Pay or arrange for payment of any undisputed amounts.
7 The Surety's total obligation shall not exceed the amount of this
Bond, and the amount of this Bond shall be credited for any
payments made in good faith by the Surety.
8 Amounts owed by the Owner to the Contractor under the
Construction Contract shall be used for the performance of the
Construction Contract and to satisfy claims, if any, under any
Construction Performance Bond. By the Contractor furnishing and
the Owner accepting this Bond, they agree that all funds earned by
the Contractor in the performance of the Construction Contract are
dedicated to satisfy obligations of the Contractor and the Surety
under this Bond, subject to the Owner's priority to use the funds for
the completion of the work,
9 The Surety shall not be liable to the Owner, Claimants or others
for obligations of the Contractor that are unrelated to the
Construction Contract. The Owner shall not be liable for payment
of any costs or expenses of any Claimant under this Bond, and shall
have under this Bond no obligations to make payments to, give
notices on behalf of, or otherwise have obligations to Claimants
under this Bond.
10 The Surety hereby waives notice of any change, including
changes of time, to the Construction Contract or to related
subcontracts, purchase orders and other obligations,
I 1 No suit or action shall be commenced by a Claimant under this
Bond other than in a court of competent jurisdiction in the location
in which the work or part of the work is located or after the
expiration of one year from the date (1) on which the Claimant gave
the notice required by Subparagraph 4.1 or Clause 4.2.3, or (2) on
which the last labor or service was performed by anyone or the last
materials or equipment were furnished by anyone under the
Construction Contract, whichever of (1) or (2) first occurs. If the
provisions of this Paragraph are void or prohibited by law, the
minimum period of limitation available to sureties as a defense in
the jurisdiction of the suit shall be applicable.
12 Notice to the surety, the Owner or the Contractor shall be mailed
or delivered to the address shown on the signature page. Actual
receipt of notice by surety, the Owner or the Contractor, however
accomplished, shall be sufficient compliance as of the date received
at the address shown on the signature page.
13. When this Bond has been furnished to comply with a statutory
or other legal requirement in the location where the construction
was to be performed, any provision in this Bond conflicting with
said statutory or legal requirement shall be deemed deleted
herefrom and provisions conforming to such statutory or other legal
requirement shall be deemed incorporated herein. The intent is that
this Bond shall be construed as a statutory bond and not es a
common law bond.
14 Upon receipt by any person or entity appearing to be a potential
beneficiary of this Bond, the Contractor shall promptly furnish a
copy of this Bond or shall permit a copy to be made.
15 DEFINITIONS
15.1 Claimant: an individual or entity having n direct contract
with the Contractor or with a subcontractor of the Contractor to
furnish labor, materials or equipment for use in the performance of
the Contract.
A •
The intent of this Bond shall be to include without limitation in the
terms "labor, materials or equipment" that part of water, gas, power,
Tight, heat, oil, gasoline, telephone service or rental equipment used in
the Construction Contract, architectural and engineering services
required for perf'omtance of the work of the Contractor and the
Contractor's subcontractors, and all other items for which a
mechanic's lien may be asserted in the jurisdiction where the labor,
materials or equipment were furnished.
15.2 Construction Contract: The agreement between the Owner and
the Contractor identified on the signature page, including all
Contract Documents and changes thereto.
15.3 Owner Default: Failure of the Owner, which has neither been
remedied nor waived, to pay the Contractor as required by the
Construction Contract or to perform and complete or comply with
the other terms thereof.
MODIFICATIONS TO THIS BOND ARE AS FOLLOWS:
THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05, FLORIDA STATUTES, AND
ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST
BE IN ACCORDANCE WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN
SECTION 255.05 (2), FLORIDA STATUTES.
(Space is provided below for additional signatures of added parties, other than those appearing on the cover page.)
CONTRACTOR AS PRINCIPAL
Company: (Corporate Seal)
Recreational Design & Construction, Inc.
By:
Name and Title:
Address:
SURETY
Company:
Sateeo'Insu
-k er
(Corporate Seal)
1 Arch, Attorney -In' act
POWER
OF ATTORNEY
No, 12315
KNOW ALL BY THESE PRESENTS:
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a
Washington corporation, does each hereby appoint
*************************GERALD J. ARCH; SHAWN A, BURTON; MICHAEL A. HOLMES; JAMES F. MURPHY;
JOANNE M. MURS ELL; Ft, Lauderdale, Florida******************************'****************'`***"*************
its true and lawful attorneys) -in -fact, with full authority to execute on Its behalf fidelity and surety bonds or undertakings and other
documents of a similar character issued in the course of Its business, and to bind the respective company thereby.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF
AMERICA have each executed and attested these presents
this 16th
March
day of
2010
Dexter R. Lege, Secretary Timothy A. Mikolajewski, Vice President,
CERTIFICATE
Extractfromthe By -Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
"Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice
President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as
attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds end
other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing
such appointment, the signatures may be affixed by facsimile. On any Instrument conferring such authority or on any bond or
undertaking of the company, the seal, or a facsimile thereof, may be Impressed or affixed or in any other manner reproduced;
provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of SAFECO INSURANCECOMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(1) The provisions of Article V, Section 13 of the By -Laws, and
(ii) A copy of the power -of -attorney appointment, executed pursuant thereto, and
(iii) Certifying that said power -of -attorney appointment Is In full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
1, Dexter R. Legg , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY
OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these
corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the
Power of Attorney are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
this
7tht day of December 2010
Dexter R. Legg, Secretary
S-0974/DS 3109
WEB PDF
FORM A. - SUBCONSULTANTS
FIRM NAME
CONSULTING FIELD
Corzo Castella Carballo Thompson Selman, PA
Architectural & Civil Engineering
Louis J. Aguirre &Associates, PA
Mechanical & Plumbing Engineering
Edwards & Partners
Structural Engineering
Aquadynamics Design Group, Inc.
Aquatic Engineering
Curtis & Rogers Design Studio, inc.
Landscaping & irrigation Architectural
Construction Consultants of Florida, Inc.
Electrical Engineering
The Spinnaker Group Management
LEED Design Agent
Design Build Services for Gibson Park
Bid No.: 08-09-064
Page 101
FORM B. - KEY STAFF
NAME
JOB CLASSIFICATION
Joseph C. Cerrone, III
President/Principal-in-Charge/Contact Person
Steven L. Siems
CEO/ Design
Steven B. Westervelt
Director of Construction
Limreal Blanc
Senior Estimator
Ana Fleckenstein, LEED AP
Pre -Construction Manager/Project LEED AP
Ariel Guitian
Senior Project Manager
Wayne Trotter
Construction Manager
Silvio Wong
Project Superintendent
Design Build Services for Gibson Park
Bid No.: 08-09-064
Page 102
Jude 21: 2010
FORM C. - Technical Approach Proposal
Design -Build Sertnces for Gibson Park tiFQ 08-09-1)64
Recreational Design & Construction„ Inc. (ROC) 'hereby submits this technical scope
Of 'Work for the Design -Build and Construction services, for 'Project Phase 1" to
include all architectural engineering design fees, permitting, general donditionsi
supervision., labor and materials for the Construction and Renovation to Gibson Park
located at 350 NW 13th Street., Miami, Florida.
Site .Preparation
Demolition and disposal of the existing (accestory buildings, concession/
restrocm buiiding, tennis and basketball courts, site fending, existing
playground, and site furnishings) for all phases Df construction.
Clearing and grubbing for the ten -loyal of existing debris, vegetation and
designated trees within the limits of construction, shall be performed es p part
of this scope of work.
Debris resulting from the t leering end .grubbing shall be disposed of at an off
site iodation in accordance with all applicable codes and statutes.
Temporary silt fencing will be installed around the areas being developed to
prevent soil erosion, waterway sedimentation and dust.
The area within the limits .of construction Shall be graded/shaped as required to
create retention areas for storm drainage and proper building pad elevations for
the .construction of a community center and ,pool facility, new multipurpose bell
field, playground and fitness eqUipment, walkways and bleachers.
Nato 1. The existing concession stands to remain,
Note 2: All existing backstops, fence structure, and concrete .sidewalk on the
existing easement shell remain in place.
Site Work
Site utilities shall indltide Water, seWer, drainage and electric for the
constructionof the new community center, recreation building, pool facility and
stadium elevator building, end multipurpose field.
A new drainage system shall be designed and.nstructed to provide site water
management for the impervious areas, sport .fields and 'building storm water
discharge, This drainage system shall consist of NAPE piping, drainage control
structures, catch .basins and ex -filtration trench system,.
The existing storrn and catch basin in the easement area under the new field
surface shell be lowered for thhe n w fieldlosse Work;
A 6" sanitary sewer lateral shall be constructed to collect the sauvage disposal
waste from the new recreation building and • the new cormnunity center,
(addition to the existing .Library facility), and croWd pleaser area..
A 21) water :distribution system shall be constructed to provide portable water
service to the # evai recreation building, cornrriur ity center, pool facility, and
drown pleaser area and site drinking fountains,
A °6" fire 'line with back'flow preventer, post indicator valves And tamper •switch
shall be constructed to provide the water for the fire sprinkler system to the
new recreation center. and proposed future gym building,
• Fire hydrant :assemblies shill be provided and installed as required per code,
* Thirty-one (.31) new parking spaces shall be constructed as per code.
• Asphalt roadways and parking lots shall be constructed with a `i " sub --base
(minimum 'LBR40) compacted to 98% of maXimum density (AABHTQ T-1B0),
8" lima rock base compacted to 98% of maximum density (AABHTO T4830j
end An 1-Via" Type 5-1 asphaltic concrete swearing Surface.
Note There shall be no parking on 1 th Street.
Concrete walkways and sidewalks that meet ADA A requirements :shall be
constructed tc .provide access to the multipurpose field, bleachers, briildings and
play -area elements,
The now park property shall be secured With an 8' high alaarnirrum picket fence
to the .south side of the property and black vinyl chain link fence and gates to
enclose the west, north and east property lisle,
Site Electric and Lighting
A. new 277/48.0 volt 3,phase oleotrrca! services will be constructed tp provide
power for the new community center, peol equipment building, pavilions, crowd
pleases area, bleacher/press box, elevator building, sports lighting, walkway
lighting and roadway/parking lot lighting.
The existing. library electrical 1 0/240 open delta 3-phase service to remain and
shall be utilized as part of the renovation and extension of the library f icility,
The existing'K vault shall be demolished and a pad-Mountedtransformer shall
be constructed in a new location.
"The New electrical :service shall be fully enclosed in :a concrete masonry
building,
Site lighting will be energy. efficient;.180W : u`Ise-st
lighting fixture .stall be installed with the direct rig
glare,
el 1"rat'ide (PIM), Site.
e ground to reduce
Fixtures shall be mounted to a .height of 12 light poles shall be .similar or equal
to Whatley composite decorative pole to match adjacent street lighting, Federal
Globe (or equal)
Off street parking will be illuminated with 250W PMH cutoff tuminaries mounted`
on concrete poles as manufactured by Kim Lighting (or equal).
Musoo Light Structure Green sports .lighting shall be provided at sport fields. and
competition pool area.
Landscepirtg and Irrigation
All treea alrrks shrubs, ground covers or other planting material Installed shall
be native plentings and confarin to the standards of Florida: ; #1`u
Plant :s.election of canopy treesfor shade, 'supplemented by a variety of
flowering trees end Shrubbery to create, a tropical environment
Existing trees in good mhortipultural health will be preserved in their existing
locahion when possible, or if not, relocated to a nearby Iodation.
Alt trees to remain in the proposed developed areas shall be protected with 4'
high orange fencing installed et their drip lines (except areas protected by silt
fenoing).
An irrigation system will be .designed .end installed Utilizing IOW angle sprinkler
heads, moisture and rain, sensors and zoned in aoocrdenpe to water demands,.
w 1r 'iaatian controllers ,and head shall 'be as manufiaatured by Rain Bird.
The .00ntrol:ler Will be aeheoted offering a maximum of flexibility for
programming.
Irrigation water consumption `will be reduced by I5O% in order to obtain I. EED
credit for water efficiency,
Mutrpurpose Ball Field
A niuftipurp.ose ball field shall; be designed and .constructed with .a playing area
of 372'x 172 area for football/seeder end a 85 feet distance form backstop to
the home paate, a 285 feet; ° left side base lure, a 0O feet right side base line and
e t J feet center field,
The Main field playing surface end be ball outfield shall be constructed with
2 5 ", 2.Ot. pure Spine Mlonafilarnent artificial turf as manufactured by field
Turf ler equal).
The baseball infield area shall be artificial turf as naarnufactured by Field Turf for
equal)_
The field base shall be. constructed, with a x" stone base and shall be installed
over : ;gso- impermeable fabric liner and filter fabric,
The final top surface shall be a new 2" finishing top stone (I
proyide .a 1 r" e slop
The under field drainage shall be ADS .AdvanEdge "1." x 12" drain
a herringbone pattern and shall be connected to a 1 0" HOPE
drain ,system tied into the main Park drain cyst rn,
(la
provide
graded) to
laid fiat laid in
perimeter pipe
initial=
The drainage of the fields shell be designed to allow play to resume in one 11)
hour after a 1" per hour rain event.
The drainage of the spectator area shall be designed to eliminate any standing
Water Within one (1), hour after 1 rain event.
One 0) 10" high pitchers mound shall be provided at ball field,
A 25.-p" *hitarea shall be provided between the baseline and sideline
fence and between home• plate and the backstop.
Ball field Shall be provided With one (1) 3510" tong 84-0" Wide x high,
dugout and concrete maSonry storage, located, on the outside of the !playing
field,
Dtigout shaU consist of a concrete slab, one (1) dugout gate, one (1) gate to the
field and a 21 '-0" long -aluminum players bench with back support. Dugout and
storagearea roof shall be asphalt shingle over 5/5"-PlYvvood roofing sheathing.
• The existing dugout located on utility easement to remain, chain link fence
enclosure shall be replaced,
Ball field' will bP provided with three (3) bases, One (1) home plate and one 11)
pitchers mound rubbers.
A black vinyl coated 6-gauge chain link .shall be installed on the existing
beckatop post structure.
dew fence fabric shall be installed on the existing fencepost structure that is
located an the existing utility easements,
Two (2) .sets of ADA accessible aluminum bleachers will be provided at baseball
area (total of 2). The bleachers shall be five (5) rows to provide minimum
capacity of 50-seats each.
The existing •electronic scoreboard to remain at ball field area and shall be
reused,
The Multipurpose field surface shell be marked with inlaid football lines end
marking as per the requirements of the (I\IFSHSA).
Orke groomer shall be provided for Liao by the •Owner for future' field
maintenance,
'One (1) pair of high strength aluminum football &lel posts with 20-feat uprights,
in day -glow yellow shall be insta1icI AlT goals to have a powder coat finish.
One (I) non -chilled ADA compliant drinking fountain shell be provided at sports
field area. Drinking fOuntain shall be as manufactured by Most Dependable (or
edual).
A Musco Sports Field Lighting System shall be provided for the ball fields with e
minimum maintained 60;foot candle average end a maXirnum to minimum ratio
of 2:1 on the infield and a minimum maintained 30-foot .candle average end a
maximum to minimum ration of 2-1/2;1 in the outfield.
Bleacher Seating
• \Jew 1,000 gross aluminum stediurn seating elevated covered bleachera and
press box shall be constructed at north side of football field ,
4
The stadium bleacher shall be covered with etal-framed rr of over steel
structure.
▪ The bleacher seats shall be anodized .aluniinurn planks...
Anodized aluminur :rail and chain link: on front, sides end back of bleacher- and
sides Of stairs shell be provided and installed.
▪ The bleacher footings shall be reinforced concrete footings.
The underneath of the elevated stadium seating bleacher .shall be filled with
gravel
The existing twa (2) nine -row aluminum bleachers with an .approximate seating
capacity of 400 spectaratars shall be relocated end shall be placed on the north
and east sides of the new multipurpose fields.
The total seating capacity to include all relocated bleachers, stadium seating and
baseball bleachers, shall have .a seating capacity pf'approxirnately 1,5po seats,
Shade covering shall be provided aver the relocated bleacher end the
sp.ectator`s bleachers - at the baseball plaza area, The shade Covered with a
shade fabric shall have a UV.Fieting of 3 %,
The stadium bleacher modular'press box shall be 8' wide x 24' (1 2 Sq. ft.) The
press box shall meat Florida Building Cede 2007 Edition and: Life Safety Code.
The press box unit will be provided with three () telephone Outlets, three (a)
date Outlets, and fo►trr CFI weatherproof receptacles.
The press box shall be, equipped with a Publia Address (PA) System. The.PA
Systern to include all Microphone, mixer, pre. amplifier, power panel, rembte
antenna, and; surge processor.
An: elevator structure shall be constructed to provide ADA accessibility to the
press box. -T" e elevator structure shall consist of en elevator machine room and
a small starecje area. The proposed elevator shall be 1200 Ihs Limited Access
Limited Lisa Type. /For ADA accessibility
Crowd Oleaser Area
W
A 4' sanitary sewer waste line shall be stubbed out et the crowd pleaser slab
area .located to the north side of the new multipurpos field.
* A 1-1 /2 potable Water :service line Shell be constructed and stubbed out at the
crowd pleasor area,
A 1 O0-amp electrical service Main shell be constructed with main electn cal
pane, enclosed_ iri waterproof enclosure,
The crowd pieaser slab to be a '6" thick concrete reinforced slab
continuous ;reinforced thickened
Concrete walkways shall be construct to provide the convections to the
crowd planer slab and, bleacher area:
inkier
12
Tot Lot Area
• A 2,500 sq, ft. enclosed Tot playground -shall be provided suitable for -ages 2-5.
The playground efea shall be ,provided with one (1). play. structure {WEEVOS #6)
or equal/ one (1) 9-block climbing element, one 11) double bubble rider and one
(1) single bubble rider as manufactured by Landscape Structures (or eqUal).
The playground will be provided with a seating area with benches and shade
trees,
The playground safety surfacing shall be artificial turf as manufactured by
Synthetic -Turf (or equal).
One (1) non -chilled ADA compliant drinking fountain shall be provided at Tot Lot
area es manufactured by Most Dependable (or equal),
A 4' perimeter picket fenca. and one (1) single gate shall be provided to enclose
Tot Lot area. Fence design to match other picket fencing in the park.
Open Play Area
An open play area suitable for ages 5-12 shall be constructed to the north ared
of new park,
The Open play area •will have independent play elements, One (1) gyro twister
(or equal)., one CO orbiter spinner (or equal), one (1) track n' ride straight (or
equal) and one (1) 'double escalator _climber (or equal) as manufactured by
Landscape Structures (or equal).
One (1) six drum set and one (1) glass irnbarirnba shall be provided at open play
area. Outdoor instruments as manufactured by Freenotes (or equal).
The independent play elements will be Installed on ADA rnillch sUrfabe with
timber borders.
Health Beat Vita Course 'System
Outdoor fitness 8qpiptnOnt shall be pravided aleng the Orin) t
enclosing the nevi Multipurpose sports field.
The fitness .eduipment shell be provided with 16 components as manufactured
by Landscape Structures (or equal), One (1) intro sign, one (1) balance step, one
(1) squat press, one (1) plyometrics, one (1) cardio stepper, one (1) assisted
rOwipush, up, one (1) 1)011 up/dip, one (1) tai oh l wheels, one (1) cheatibeck
press and one (1) crunchjleg
The surface kinder the fitness area shall be ADA 12" thick mulch enclosed with
tin-ber borders,
Site FUrniShings/Atheriities
The park shall be secured with an 81 chain link fenoe and gates at the north,
west, and -east property lima and With an 8' picket fence on the south property
lino and entry open green area.
6
tnilii
The Outdoor area shall be provided with TF1221 recycling waste receptacles,
standard concrete finish TF1221, recycling waste receptacles, glass aggregate
finish, ag Manufactured by Wasautile for eqUal)„
Outdoor stating benches shall be TF6119 Grey Concrete Finish benches,
TF511B Glass Aggregate benches; 05118 Grey Concrete Finish benches;
TF5116 Grey ‘Porete Firijsh berfotie7s .as manufactured by Wasautile (or
equal)), shall be installed in various locations of the park,
Tables Shall be provided at peW park area end open space adjacent to
community building, Tabies shall be TF31207 Grey Concrete Finish tables
TF812074DA -Grey Concrete Firnsh tables, TF31207-GAME-1NSERT Grey
concrete Finish tables, TF31207-GAMEINSERT ADA Grey concrete Finish
tables as manufactured by Wasautile or equal),
MF9009 bike racks shall be installed close to community building- entry to
secure bikes for park visitors as manufactured by Wasautila or equal),
Two (2) metal 30(x30square picnic shelters shall be Provided at the sports
area' as Manufactured by RCP Shelters (or equal), shelters shall be provided with
standing searti •metal roof and :steel columns and tengua and groove deck,
Reinforced cenOrete Slabs will have a light broom finish:.
One (1) vandal -resistant light fixture, one (I) electrical outlet, one (1) hose bib
shallbe provided at each shelter,
:A prefabricated:900 Sci: ft. Central Pavilion/Bandstend shall be constructed at
new park area. The pavilien Will be constructed with metal columns and
standing seam Metal roof and will be designed with a CaribbW style to mtch
park elernents,
Three (3) 2(3! diameter Funbrellas as manufactured by Anchor, Inc, for equal)
shall be installed at pool fabilityto provide shade
An illuminated marquee kiosk sign shall be provided and installed at the Main
entrance of the park to provide •general infOrMatien on park events and
happenings,
Main Community Pool
A 25--yerd community pool with a learn -to -swim area shall be designed and
constructed at the main peel facility,
The poet shell be stainless steel,panel with p\to n&nbrane asrrianufactured by
Myrthe,
I. The new .pobl shall have a bathing load of 200 parsons,
The -main 13:661 Shall be ,consttucto in compliance with the ,:Florida
AdrninistratiOn Code Chapter 54E-9 and the Florida Department of Health
requirprnents,
The pool shall be designed to provide ADA accessibility in acearclarice with
Chapter -11 of the Florida Building Code.
Myitha manufactured materiala will include the stainlesS steel panels, gutter
system, Myrtha Alcor lining, PVC lane markers, Wall tartlets, recessed lane
anchor cups, VG B conipllaint mein drains and floor/Wail inlets,
7
• The pool shall be provided with eight (8) awim lanes, anchors and starting
blocks,
• Tile depth and no diVing Markers are to be installed in the deck,
• Pool facility sigriage shall be provided as per Department of Health
requireMents,
• All pool plOrnbing shall be PVC (schedule 40),
11 The pool equipment shall be located adjacent to pool. facility in a wailed
concrete structure, with CD< roofing.
The pool deck and water surfaces shall be illuminated to the Department of
Health Standards by installing a combination of sport flood lighting as
manufactured by IViusco, Inc (or equal) and in -pool lighting.
A 5h thick reinforoad concrete pool deck with a broom slip resistant finish shall
be constructed with a deck drainage system, around the pool facility,
The pool deck shall be constructed with a 2% uniform slope away from the.
poole.
The pool perimeter shall be enclosed by an 8° 'high Picket fence with double
entry self-ciesing gates.
The (*in pool filtration system wilt consist Of horizontal sand filters with Single
lever...automatic minHinks (US Filter or equal); .20-hp pumps with strainers (ITT
IVIarloW orpqual) and Variable frequency drive motors (Square i'Dt' or equal).
The main pool chemical treatment system will consist of one (1) chlorine feeder
(PulPar or equal), one (1) acid feeder (Stenner or equal) and an auternatic
chernioal controller unit (aEcSyS5 or equal)
The Water temperature in the competitive pool will be controlled with natural
dap pool heaters (Lochiriver or equaiL
• One (1) pool thermal :Cover blanket shall he provided,
• A gravity fed collector tank with an automatic water level controller will be
inStalled between the main drains and the pool equipment room:
• Ona portable vacuum Cleaner shall be provided and shared with the tot pool.
m Two (2) ADA lifts will be provided and inStalled...
II Two lifeguard chairs will be provided and installed,
Tot Pool
A 1,096 Sq. ft, Myrtha pane) water activity Tot pool, With a bathing load of 37
persons, shall be designed and constructed at new pool facility.
Tot pool play equipment components provided shall be Aquafountain #T898,
Aquazig #T875, AqUadek T410-1 as manufactured by Empex Water Toys (or
equa 1)4
The water play equipment will be constructed of corrosion resistant materials
and all plastics/acrylics 'shall be UV protected.
• Tot pool -shall be .enclosed with a 4' picket fence and One (1) double self -
latching gate as per DepartMent of Health requirements.
• The Tot pool shall be designed and constructed in compliance with the Florida
Administration Code Chapter 64E-9 and the. Florida Department of Health
requirements and, shall operate with an independent recirculation -filtration
system to eliminate the possibility of cross Contamination.
The Tot pool shall be designed to provide ADA accessibility in accordance with-.
Chapter 11 of the Florida Building Code,
The tot pool equipment shall be located in the prbpoeed equipment yard
adjacent to pool facility.
The tot pool deck shall be _constructed with a 2%. uniform slope away fromthe
pools.
The tot pool filtration system -will consist of one (1) sand filter with a multi -port
valve (Pentaire c r equal) and one (1) 1.5-hp pump With strainer (Pentaire .or
equal).
The tot pool chemical treatment system will Dons at .of .one (1) chierine feeder
(Pulsar Dr equal), ono (1) acid feeder (Sterner or equal) and air automatic
chemical controller unit (BEC ys5 or equal)„.
The water activity features Will be controlled bye t -n,s feature pump (ITT
Marlow or equal) 'with e variable frequency drive meter (Square '"O,_ or equal)
and a valved water manifold system (located in the equipment room).
A gravity fed collector tarn, with an .automatic water level .controller Will be
installed between the rain drains and the pool equip.rnent room.
Recreation Building; Phase 1
▪ A 6,491 SF Community Building shall be designed and constructed to include a
perk administration office, lifeg.iard room, ticketbooth affloa, health room
kitchenette, women's .rest-owns/lookers, men's restroor»s.Jlggkers, exercise
noon), weight room., ore ti) unisex/family r estroort , la football changinrdileU.ndry
area, janitors closet, electric room, mechanical and telecorr .morn, arnall Storage
area, recycling facility, reception area and open lobby area.
The community bililding Shall be corrotruoted of 8" concrete masonry units and
a monolithic concrete foundation with a 4"' reinforced concrete slab oni grade.
iViaeonry units shall merit ASTM C-90 for hollevv load bearing type masonry With
unit Strength of 1900 .PSI on the net area:
Install a roofing system that consists of l.ightwweightconcrete to meet an R'.
value and finish with rnotlfied built-up reef syttor?n.
All exterior hollow metal doors/frames shall meet Miami -Dade 'County prnduot.
approval.
The lobby,_ sacontlary entry doors and windows will be constructed of impact
resistant glass with powder Boated alurninurn kelrning and shelf meet with
Mia i-bode County product approval.
All storefront systems .and the secondary entry .dobe pro'ided with
panic hardware„
• The :exterior louvers shall meet With Miami -Dade County' product approyal.
d The building exterior will be finished with painted 5J8" stuoco (standard ooler as
selected by °Winer)
interior partition wali f restrooms shall be constructed of 4" masonry walll and
shall 'also be used as the Plumbing chase walls.
The interior frame, Nallpartitions shall be constructed of 2O-gauge metal :studs
finished with painted . 1B" gypsum wallboard,
Ceramic slip resistant the flooring shall be:installed .in the rneri's
restrooms/lockers, womenrs re troorns/lo ckers, and .unisex/family restrooms.
The electrical room,mechanical room, telecom room and janitor's closet shall
receive a sealed .concrete trowel finish,..
Weight tnntri end exer ine mom f1o.orin l shall be non -porous tubber molded
surfacing Sport .lmpaot, :a"s manufactured by Monde :(or equal),
Toilet ".accessories to. be stainless steel as .manufactured by Bobrick (or actin')
and . hall comply with the latest ADA regulations Consisting, of grip water closet
bars, ;soap dispensers, toilet paper dispensers, mirror and hand dryer, shower
grip bars, diaper changing stations, Female napkin disposal shall: be provided in
the women's restrbom.
Shall provide tenet parti±ian wally and urinal ,:screens in the rrren's, women's
restrc omsi`lockera ,and unisex/family restraorn. Toilet partition doors will be.
made of solid plastic with :stainless steel brackets end accessories
The men's restroom/locker facilities shall consist of one (1) ADA water closet,
three (3) water closets, One (1) ADA urinal, three (3) Urinals, two (2) ADA Wall
sinks, two () Wall sinks,, .one (1) ADA shower and three (3) 3" floor drains,
The women"s coatroom/locker facilities .shall consist of eight (8) water closets,
one ill ADA water closet, two 12) ADA Wall sinks, tvud (2) wall dirks, three l31
showers, one (1) ADA shower and three (3) "fluor drains,
Ths unisex/family restrcorri shall consist of one (1) ADA neater closet,: one (1)
ADA. wall sink and one (1,) floor drain,
The 'office/unisex restroo.m shall consist of one (1) ADA water closet and one
(1) ADA well sink .and one 11) floor drain,
The laundry area shall be provided with one (1) utility sink, a 3 -gallon mister
heater _and plumbing/electrical :connection for washer and dryer appliances.
The janitor's closet shall consist of One (1) mop sink and one (1) 36-:gallon
water heater,
Fife e ting.ia shers shall be pro sided to meet the INIFPA •arid Florida BUilding Code
requirements,
One (1) bi-level ADA ,compliant drinking fountain shall be provided inside the
community building..
The kitchenette area shall receive base and top .cabinets. All •cabinets. to be
constructed of 3/4 plywood, end shall be provided With .e double compartment
sulk.
The building shall be provided with all required emergency lighting and
emergency exit Irght
Surfack ounted 'vandal resistant fluorescent 'lights shall be provided in all the
rooms in the building.
Shall provide surface mounted weather resistant light fixtures ,along the exterior
walls,
16' 0:
A lighting protection system in accordance with NFPA780 anal UL publication
9 iA shall be installed for the concessionJ.restroom h ildi ag.
A fire sprinkler system shall be designed and installed in the building.
The ,building meal apical- HVAC system shall be designed with high eff(ciency
packaged type air -pooled chiller using HFC refrigerants.
The HVAC AHt1 shall be designed With motorized damper with air monitoring
deuce and C.02 monitoring filters.
Library Rsnovationf nmmuriity Center
The 4, 20 Sq. .ft. library renovation and 600 Sq, ft, of building extension shall
be designed to include three (3) classrooms, open recreation area, one (I)
computer lab, one. (1) office space, one (1) non -hazard storage, one (1) janitor's
closet, one (1) break room kitchenette; one (1) electrical and one (1) Mechanical
room .and new men and ,w men'.s restroom, facilities,, (Library construction scope
removed).
Perrrritteble construction dec meats shall be provided as Per schematic design
approved by the City of :Miami.
Purvis Young Mural testniation'
The mirth. and east wall Purvis Young murals shall by restored under the
su aer risiun of an..art restoration.consultant (removed Pervls Young) with the
participation of local artists.
The process .°shalt include photo documentationcleaning the Around in front t f
the Murals of. any debris, and any plantings that need irrigation,
General cleaning of the mural face of any dust and debris with eco friendly
chernioals.
Specific cleaning of co dined areas on the lower portions of the mural where
Water damage 'is. visible.
Coaso idation of areas of paint that era Cupping and flaking using penetrating
adhesives and heat application.
The entire mural shall be sprayed with UN. matt varnish to provide -a barrier
between the artist's original Work and the conservator's work.
Fill in 8reas on the mural surface that are not flush with the face and paint areas
of pigment loss,.
Spray second coat of U,V. matt varnish to seal the mural and serves as graffiti
barrier.
Covered Walkwa
A 245 :If x .6 feet wide standard extruded aluminum walkway shall be designed
and constructed to provide protected over the walkway connecting the
existing library to the New :Co;mrrunity 8+uildin.:
The covered walkway shell have square tubular column.
through the columns
* Walkway roof shall be o rigid roll lock olurninum decking.
All post and beams shall have a Kynat finish
a drain beam
Storage Building:
A 400 SF prefabricated ,metal building as manufactured by Dean Steel Buitding
or equal, shall te constructed to proVide storage for maintenance personnel.
The exterior building shell shall be constructed of 24-gauge pre -painted
galvanized "_19,-Panel".
The roof system Is a :24-gauge .galvalume 19-Panel" over 3" of reinforced white
vinyl faded liberglass insulation. The roof system Shall include 'ridge vents,
gutters and downspouts.
One ::(1) .x 12',,0" impact resistant roIJup door shall be installed, The
_
impact ratiStant dolor shall met With Miarni-Dode product epprOVal.
One eterior entry 40of will 1e provided Door shall be hollow Metal with metal
frames and shall meet With Miami -Dade product apProval,
• All door hardware provided shall be vandal proof"classroom il type,
• The floor shall hove a steel troweled concrete finish,
IP, The Ceiling shell .be exposed.
• A fire eXtingqisher shall be provided to meet the all NFF'A and Florida Building
Cod.redbirements.
Fluorescent strip light fixtures with wire guards, es mantifactured by Columbia
Lighting (.or equal,), shall be provkied,
Won mounted vandal resistant fluorescent Tight fixtures, as manufactured by
Kim Lighting (or equal), shall bo provided along the exterior of the storage
building for 'security lighting. The security lighting shall be controlled with a
Dumpsier Enclosure
Ono (1) 1 v-on-k !I 1t-4" t.B.S, dumpster -enclosure shall be provided at the
southWest parking lot .area
* The enclosure j to be, constructed With 8 reinfOiced Masonry Unite With filled
coils, on a- bond bean] and a: 6" thick reinforced concrete slab with a thickened
edge,and Monolithic 'footings,
• The .enclosure Walls will be provided with a painted stucco finish,
* The dumpster enclosure Will be provided with a 10'-0" wide 'double gate.
▪ A hose bib in a flush mounted stainless steel lockable box (J.1=3, Smith #5509-
Q1-CL) ‘Atill be installed in.the dumpster enclosure
12
General Provisions
▪ ROC shall provide all pivii, landscape, irrigation, architectural, structUral,
mechanical, plumbing and electrical plans necessary to permit and construct
the propos ea project.
• RDC shall be responsible for obtaining Lnnal and State Permits.
RDC, shall be responsible for obtaining a Florida Department of Environmental
Protection (FDEP) NPDES COnstruction Activities Permit
RDC shall be responsible for Obtaining South Florida Water Management
District (SFWMO) Surface Water Management License(s),
RDC shall be responsible for obtaining the DERM Tree Removal/Relocation
Permit.
• RDC shall be responsible for obtaining DERM Drainage Improvement Perri*.
• ROC 'shell be responsible for obtaining DERM Core review appreVal.
▪ RDC shall be resAansIbie for obtaining Miami -Dade Water & Sewer aloProVal
for Water & ?ewer Improvements.
• RDC shalt be responsible for obtaining the City of Miami Building Department
Permits,.
RDC shall provide construction stakeout as necessary to complete the
proposed project.
RDC shall be responsible to provide all necessary temporary power, water,
telephone and sanitary facilities during construction of the proposed Pmjects.
▪ This prOject shall be registered through the PSGBC and be processed on
behalf of the City of ,Mierni.
The design & construction of this project shall -follow the requirements of the
USEI3C to achieve LEED-NC V 3 Silver Rating.
Responsibilities of Others
Impact feat
FPL priMary service fees.
• Belisouth impact/service feet.
if City of Miami and Miami -Dade County impact fees.
Excavation & removal of muck and unsuitable materials (If required).
Ali pertnit costs shall be reimbursed by the OWner at actual cost.
0:‘,1mitigatii6C13tZa filbsdn Pai ,Dacamenkt $0,EnibR13'ainiutaitcapo oNsiorlo.67(1):mil No; tcomatal Aloes:1st,' CJnetbiinfo.11 'Phb.1 1.46, 4.1-2,1,1il.aa,vi
13
RECREATIONAL DESIGN & CONSTRUCTION, INC.
51PP20S COMPANY NAM
Date 06/01/10
GIBSON PARK, MIAMI FL
BID # 08-09-064
SCHEDULE OF VALUES
PHASE 1, 1 A, 2A _ Schedule of Estimate
DESCRIPTION OUANT. UNIT UNIT COST AMOUNT
Design Fees ( Including Design for Work on existing Library Bldg)
1
Ls
$ -
$ 609,400
Permitting and Impact Fees (Allowance)
1
Ls
$ -
$ 34,000
Pre Construction Administration
1
Ls
$ -
$ 38,060
Project Management and Supervision
1
Ls
$ -
$ 238,050
General Conditions
1
Ls
$ -
$ 270,330
Demolition and Clearing
1
Ls
$ -
$ 249,840
Earthwork and Grading
1
Ls
$ -
$ 277,654
Drainage
1
Ls
$ -
$ 206,950
Water and Fire Line
1
Ls
$ -
$ 23,500
Sanitary Sewer
1
Ls
$ -
$ 10,600
Asphalt Paving, Curbs and Marking.
1
Ls
$ -
$ 99,275
Add for Parking Changes ( From 12th St. to new Parking area)
1
$ -
$ 37,567
Concrete Sidewalks and Concrete Walkways
1
Ls
$ -
$ 183,717
Irrigation, Pumps and Controllers
1
Ls
$ -
$ 68,900
Landscaping Tree Relocation and Sod
1
Ls
$ -
$ 156,000
,
Site Fencing with Security Gates
1
Ls
$ -
$ 112,565
Multi Purpose Artificial Turf Fields (Incudes Turf Infield, Field
Earthwork, Grading, Curbs & Marking)
1
Ls
$ -
$ 867,628
Add for Keeping the field per existing dimensions
1
Ls
$ -
$ 158,372
Soccer and Baseball Furnishings (Includes Baseball Bleachers,
Goals, Fencing, Foul Poles and Bases)
1
Ls
$ -
$ 89,610
Prefabricated Press Box, PA Stadium Elevator and Elevator
Structure
1
Ls
$ -
$ 220,225
Field Masonry Dugout with Storage
1
Ls
Change
$ 36,808
Stadium Elevated Bleacher (1000) Seats
1
Ls
$ -
$ 235,000
Stadium Shade Covering
1
Ls
$ -
$ 190,000
Relocated Bleacher with Concrete Slab
—
1
Ls
$ -
$ 55,930
Shade Covering at Relocated Bleacher & Baseball Plaza
1
Ls
$ -
$ 128,850
Covered Playground with Soft Lawn under Fall Zones
1
Ls
$ -
$ 103,845
Health Beat Vita Course System
1
Ls
$ -
$ 37,850
2 Gibson Park Estimate Schedule 6-01-2010.xls
6/16/2010
Pavilions (2) total
Crowd Pleaser Slab and Utilities
Dumpster
Electric Vault Building
Maintenance Storage Metal Building (400SF)
Band Stand Structure ( Pre fabricate Structure with Copula)
Site Furnishings:Bike Racks, Tables, Benches, Drinking Founlains,Trash Recpts)
Kiosk Signage
Mural Restoration
Pool Equipment and Storage Building
Library Renovation and Re -roofing with 600 SF Extension
(Existing Bldg Library Floor elevation is lower than the crown of the road)
Covered Aluminum Walkway ( From Library Bldg to new Recreation
Bldg)
Recreational Building
Community Pool 25 Yards with Learn to Swim ( Inc Gas
Heaters, .Filtration Systems)
. Tot Pool with Play Features
Pool Deck Concrete( Inc Deck Drainage and Railings)
Pool Deck Equipment ( Starting Blocks, ADA Aquatic lift, Lifeguard
Chairs, Funbrellas , etc)
Electrical Service , site Electric and Lighting
Add Electric Conduits and Wiring for field In existing location
Musco Fields Lighting
Addition Light Fxture for Lighting to 50 fc
Sub Total
1
1
1
1
1
1
1
1
1 .
1
1
1
1
1
1
1
1
1
1
Ls
Ls
Ls
Ls
Ls
Ls
Ls
Ls
Ls
Ls
Ls
Ls
Ls
Ls
Ls
Ls
'Ls
Ls
Ls
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
Deleted
$ -
$ -
$ -
$ -
$ -
$ -
$ -
Add
0
Add
$ 94,000
$ 18,500
$ 10,800
$ 22,000
$ 51,600
$ 55,000
$ 104,180 .
$ 33,745
$ 64,500
$ 62,500
$ , -
$ 73,650
$ 1,374,014
$ 725,560
$ 230,775
$ 102,650
$ 68,000
$ 322,500
9000
318000
29500
$ 8,511,000
Overhead and Fees
$ 1,021,320
12%
Bond & Insurances
$ 112,958
1
1.185%
ESTIMATE CONTRACT TOTAL
$9,645,278
2 Gibson Park Estimate Schedule 6-01-2010.xls 6/18/2010
Crystal Report Viewer
City of Miami
Text File Report
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File ID: 12-00276
Enactment #: R-12-0145
Version: 1
Type: Resolution Status: Passed
Enactment Date: 4/12/12
Introduced: 3/8/12 Controlling Body: Office of the City
Clerk
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), AUTHORIZING
THE CITY MANAGER TO EXECUTE AMENDMENT NO, 2 TO THE AGREEMENT WITH
RECREATIONAL DESIGN AND CONSTRUCTION, INC., FOR DESIGN BUILD SERVICES FOR
THE DESIGN AND CONSTRUCTION OF THE GIBSON PARK PROJECT, B-30305B,
INCREASING THE AGREEMENT IN THE AMOUNT OF $2,498,208, PLUS A TEN (10) PERCENT
OWNER CONTINGENCY AMOUNT OF $249,820.80, FOR A TOTAL AMOUNT OF
$2,748,028.80, THEREBY INCREASING THE AWARD VALUE FROM $10,609,805.80 TO AN
AMOUNT NOT TO EXCEED $13,357,834.60; ALLOCATING FUNDS FROM COMMUNITY
REDEVELOPMENT AGENCY PROJECT NO. 92-689001.
WHEREAS, pursuant to Resolution No. 10-0103, adopted March 11, 2010, the City Cornmission authorized the execution
of an Agreement with Recreational Design and Construction, Inc. ("RDC"), for Design Build Services for the Design and
Construction of the Gibson Park Project, B-30305B ("Project"), for Phases IA, 1B, 2A of the Project, in the amount of
$9,794,667, plus a ten percent owner contingency amount of $979,466.70, for a total not to exceed award value of
$10,774,133.70; and
WHEREAS, pursuant to Amendment No. 1 of the Agreement, the original Cost Proposal was revised due to changes in
the scope of work as requested by the City of Miami, resulting in a reduction of the negotiated contract price in the amount
of $149,389, for a final Agreement amount of $9,645,278, plus a ten percent owner contingency amount of $964,527.80, for a
total not to exceed award value of $10,609,805.80; and
WHEREAS, this Amendment No. 2 increases the Agreement by $2,498,208, plus a ten (10) percent owner contingency
amount of $249,820.80, for a total of $2,748,028.80, thereby increasing the award value from $10,609,805.80 to an amount not
to exceed $13,357,834.60; and
WHEREAS, said increase is necessary for the construction of Phase II of the Project, which includes a new gymnasium
building with a kitchen concession area; and
WHEREAS, funds are to be allocated from Community Redevelopment Agency ("CRA") Project No. 92-689001;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and
incorporated as fully set forth in this Section.
Section 2. The City Manager is authorized { 1 } to execute Amendment No. 2, in substantially the attached form, with
file:///S1/...rogram/Legislation/2014/5-May-22-2014/Increase%20to%20Gibson%"20Park-RDC%20Construction%20Contract/R-12-0145,htm[4/8/2014 10:55:00 AM]
Crystal Report Viewer
RDC for Design Build Services for the Design and Construction of the Project, increasing the Agreement in the amount of
$2,498,208, plus a ten percent owner contingency amount of $249,820.80, for a total amount of $2,748,028.80, thereby
increasing the award value from $10,609,805.80 to an amount not to exceed $13,357,834.60, with funds allocated from CRA
Project No. 92-689001.
Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor. (2}
file:///SJ/...rogram/Legislation/2014/5-May-22-2014/Increase%20to%20Gibson%20Park-RDC%20Construction%20Contract/R-12-0145.htm[4/8/2014 10:55:00 AM]
CITY OF MIAMI
AMENDMENT NO. 2 TO THE AGREEMENT
WITH RECREATIONAL DESIGN AND CONSTRUCTION, INC.
FOR DESIGN BUILD SERVICES FOR THE DESIGN
AND CONSTRUCTION OF GIBSON PARK, B-30305B
This Amendment No. 2 to the Agreement dated July 6, 2010, (the "Agreement") between
the City of Miami, a municipal corporation of the State of Florida ("City"), and
Recreational Design and Construction, Inc., ("Contractor) a Florida profit corporation, for
Design Build Services for the Design and C nstructio f the Gibson Park Project, B-
30305B, ("Project") is entered into this day of 01 , 2012.
RECITALS
WHEREAS, pursuant to Resolution No. 10-0103, adopted March 11, 2010, the City
Commission authorized the execution of an Agreement with Recreational Design and
Construction, Inc, for Design Build Services for the Design and Construction of the
Gibson Park Project, B-30305B, for Phases.1A, 1B, 2A of the Project, in an amount not
to exceed $9,794,667; and
WHEREAS, pursuant to Amendment No. 1 of the Agreement, the original Cost Proposal
was revised due to changes in the scope of work as requested by the City, resulting in a
reduction of the negotiated contract price in the amount of $149,389, for a final
Agreement amount of $9,645,278; and
WHEREAS, funds have been identified for the construction of Phase II of the Project,
which includes a new gymnasium building with a kitchen concession area; and
WHEREAS, it is now necessary to amend the Scope of Work for the Protect to Include
additional work for Phase II of the Project, as detailed in Exhibit A, attached and
incorporated; and
WHEREAS, this Amendment No. 2, approved pursuant to R-12-l'/5, increases the
Agreement by $2,498,208, thereby increasing the Agreement from $9,645,278 to an
amount not to exceed $12,143,486;
NOW THEREFORE, for the considerations hereinafter set forth:
The Agreement is hereby amended as follows:
1. Section 2, Article 1, Scope of Work is hereby amended to Include the
additional work as detailed in Exhibit A, for Phase II of the Project.
2. Section 2, Article 5, Contract Price is hereby increased by $2,498,208,
thereby increasing the Agreement from Nine Million Six Hundred Forty Five
Thousand Two Hundred Seventy Eight Dollars ($9,645,278), to an amount
not to exceed Twelve Million One Hundred Forty Three Thousand Four
Hundred Eighty Six Dollars ($12,143,486).
3. All other terms and conditions of the Agreement are in effect and remain
unchanged,
ATTEST:
THE CITY OF MIAMI, FLORIDA
CITY OF MIAMI, FLORIDA, a municipal
Corporation of the State of Florida
By�,�..Y
Joh ny Martir ez, .E., City Mat lager
APPROVED AS TO LEGAL FORM AND APPROVED AS TQ/' INSURANCE
REQUIREMENTS:
✓''
CORRECTNESS:
•
B : .t By. /
Julie O. Br , ty Attorney sdg. Calvin Ellis, Director
/'�"CJ isk Management Department
ATTEST:
By.
Corporate Secreiary
(Affix Corporate Seal)
CONTRACTOR
Recreational Design and Construction, inc.
a Florida corporation
2
BY:��
Steven L. Sie s, Chief Executive Officer
CORPORATE RESOLUTION
WHEREAS, Recreational Design & Construction, Inc. , Inc. desires to enter into
an agreement/amendment with the City of Miami for the purpose of performing the work
described in the agreement/amendment 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 Chief Executive Officer
(type title of officer)
Steven L. Siems , is hereby authorized
(type name of officer)
and instructed to enter into this agreement/amendment, in the name and on behalf of
this corporation, with the City of Miami upon the terms contained in the proposed
agreement/amendment to which this resolution is attached and to execute the
corresponding agreement/amendment.
DATED this 7th da )of May , 2012 .
Corporate Secretary
(Corporate Seal)
CITY OF MIAMI
AMENDMENT NO. 1 TO THE AGREEMENT FOR DESIGN BUILD SERVICES
WITH RECREATIONAL DESIGN AND CONSTRUCTION, INC.
FOR DESIGN BUILD SERVICES FOR THE DESIGN AND CONSTRUCTION
OF GIBSON PARK, B-30305B
This Amendment No. 1 to the Design Build Services Agreement dated July 6, 2010, (the
"Agreement"), between the City of Miami, a municipal corporation of the State of Florida
("City"), and Recreational Design and Construction, Inc., ("Contractor") a Florida Profit
Corporation, for the �provision of Design Build Services for Gibson Park ("Project") is
entered into this I5+ day of5. l>,,-.1'2010.
RECITALS
WHEREAS, on March 11, 2010, the City Commission adopted Resolution No.
10-0103, confirming the award to the Contractor pursuant to Request for Proposals
('RFP") No, 08-09-064 issued July 27, 2009, authorizing the City to enter into an
Agreement with the Contractor for the provision of said services for the Project, in an
amount not to exceed $9,794,667; and
WHEREAS, pursuant to a letter from the Contractor, dated June 1, 2010, and
incorporated into "Section 2 - Supplemental Terms and Conditions, Article 5; Contract
Price" of the Agreement, the Contractor's original Cost Proposal submitted with the RFP
was revised due to changes in the scope of work as requested by the City, resulting in a
reduction of the negotiated contract price in the amount of $149,389, for a final contract
amount, not to exceed $9,645,278; and
WHEREAS, additional revisions to the Agreement are deemed necessary and
have been agreed upon by both parties, these revisions result in no fiscal impact to the
City; and
NOW THEREFORE, for the considerations of the foregoing, the parties hereby
amend the Agreement in the following particulars:
Definitions
Section 1, General Terms and Conditions, Article 7: Insurance
7_6 Umbrella Policy" Bodily injury and property damage liability with limits of
Three Million Dollars ($3,000,000) each
occurrence and an aggregate limit of Three Million Dollars ($3,000,000)
),"
LP., "Owner S2 Dosign BuUd Firm's Protects a (r-eguererl pr_iorto
Page 1 of 3
Section 3, Supplemental Terms and Conditions, Article 5: Contract Price
"The City shall pay the Design -Build Firm in accordance with Article 3 of the
Supplemental Terms and Conditions of the Contract, the lump sum of Nine
Million Six Hundred Forty Five Thousand Two Hundred Seventy Eight dollars
($9,645,278) for Phases 1, 1A and 2A, subject to any adjustments in accordance
with the Contract as stipulated in the letter from the Contractor dated June 1,
1010, which is hereby incorporated into and made a part of this Contract. Said
sum shall cover all costs and fees incurred or required for the completion of the
Project. 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 2° 5% of the cost of the Project." Pt
Section 3, Supplemental Terms and Conditions, Article 7: Liquidated
Damages
"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 2% 5% of the cost of the Project to
offset the increased cost of materials used in the effort to meet the LEED Silver
rating."
A new Article of the Agreement is hereby created as set forth below:
Section 3, Supplemental Terms and Conditions, Article 21: Cooperative
Purchase Agreement (new Articlel
"Design —Builder agrees that its acceptance of this terms and conditions of this
agreement also constitutes a proposal. to all state a•encies and •olitical
subdivisions of the state of Florida under the same terms and conditions, for the
same prices and for the same effective period as this agreement should Design -
Builder deem it in the best interest of its business to do so."
"This Article in no way restricts or interferes with any state of political subdivision
of the state ofFlorida of Florida municipality to re bid or re -propose an �r aR
party over a other parties utilizing this Agreement or any •ortion thereof for
work performed by Design -Builder, and that Design Builder shall k
for the City first. This Article will be interpreted to comply with and be subject to
all applicable laws of the State of Florida. "
rform its war
All other terms and conditions of the Agreement remain in operative force and effect.
Page 2 of 3
ATTEST:
Priscilla A. Thom
THE CITY OF MIAMI, FLORIDA
/0
CITY OF MIAMI, FLORIDA, a municipal
Corporation of t e State of Florida
By:
Carlos A. Migoya,
City Manager
APPROVED AS TO LEGAL FORM AND APPROVED AS TO INSURANCE
REQUIREMENTS:
CORRECTNESS:
a'
By:
Julie O. Br , ity Attorney
ATTEST:
Corporate Secretary
Steven B. Westervelt
(Affix Corporate Seal)
By:
kce
RiskgM ment Director
CONTRACTOR
RECREATIONAL DESIGN AND
CONSTRU►TION, INC.,a Florida Profit
Corporat
By:
teven Siems, ie Executive Officer
Page 3 of 3
CORPORATE RESOLUTION
WHEREAS, Recreational Design & Construction , Inc.
desires to enter into an amendment to their 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 Chief Executive Officer
(type title of officer)
Steven L. Siems , is hereby authorized
(type name of officer)
and instructed to enter into said amendment to the contract, in the name and on behalf
of this corporation, with the City of Miami upon the terms contained in the contract and
to execute the corresponding amendment to which this resolution is attached.
DATED this 26 day of I , 2010
orporate Secretary
Steven B. Westervelt
(Corporate Seal)