Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Agreement
Agree/ nt for Dredging Services for WagnerCreek and Seybold Canal Waterways =Z. Project Number • B.60643-• CONTRACTOR CH21VI ConstrUctors, Inc. 400 Ponce DeLeon Boulevard Coral Gables Florlda 33148 Department. of Capital Improver/Tents Program City of IVII-Ettrit 444 SVII V' Avenue, athfinor MiamFtorda 3313o- THIS AGREEMENT, made and .entered into this . day -efinPA112008 by and between the City of Miami,. Florfda, a municipal :oorporetion, hereinafter called the .City and CH2NA' Construetors, inc., a Delaware Corporation, hereinafter called Contr,actor: W1TNES$ETH: A. WHEREAS, the 'City Issued a Request for Letters of IntereSt Cl4FLI1 No. 05-06 090 to develop 4 Short-list of qualified firms arid a. 'ReqUest for Proposais .("RFI") NO. 05-0$- 000to :enter into cOMpetitive negotiations- for the provision of Environmental -Services --("aerViase$Irforthe-drodging of Wagner Creek end Seybold Canal Project and, based on the submittals submitted by the Contractor .("Submittals"), in esponse thereto, Contractor was seleeted Ifor the provisionof said Services, 'The RFLI, AF) and the Svbinittals are- 5.0f1)'StiMie'$ rtaff)frOd to horein ,Oolledvely, as the $clieltallon tiocuMente, and aro by this Ns.fetenee expressly incorporatectinto,anc Made a:-Partof this Agreement faith in full, B, WHEREAS; the City, through action of the City Cominission, has .selectect.the Contractor in -gocordence .with the applicable provisions of the Qity .Procurement Ordinanoe„ to provido the services aS described heroin by Resolution Ft07-0482,. adopted -September 11, 2007 and authorized the City 'Manager to negotiate this Agropment 0, WHE.,REAS:, The City, through eatIon ot tha City Cothitission, by :Resolution No, R-07-002, adopted September 1 1,. 2007, has authorized the City Manager to executehIs Agreement NOW THEREFCAE, in consideration of the Mutual covenante end compensation sot forth herein the City .end Contractor egrowes follows! Section 1 'Terms and Conditions D,ErvirnorLs Whonever the following terms or pronouns in place Cf them Opeer in the Agreement, the intent and meaning shall be -Interpreted Agreennt means this document, the RFLI, RFLI, Prop.oel ,ocklende, and ell cf. the Contrator% Submittals, , and any additional documents the submisSion or .approval of which is required by the AgroeMent. Change Order means written document ordoting ohengo In tha Contreet Pr or Cormot limo or a :matriai change Iri he Work. A change order must comply With tha Agreement and the Procurement Ordinance of the City, City means the City of 'Miami, -Norma, a Florida municipal :corporation, hi Ed[ respects hereundbri Ci1y perimmance is pursuant to the C*0 capeeity: as Owlet of the Projoot, for the purposes Of this Agreement, "City" without modification Oa mean the city Manager or Director, as applicable, City Commission means the governing and legislative body -of the tity City Manager means the Chief Administrative Officer of tip. city; Construotlen Change Directive means a written. direetiVeto effect _Changes to the Woik, Issued by the. City. Oanvocl*.o.b.21A nwitlfire, Pnta of 2.4 bay Ptc, Na. n.r..oe.41 Agreement Prleo means the original amount negotiated and awarded by the City. Project Manager means the individual designated by Contractor as its had representatives to the City. Whom shall have the authority to Obligate and :bind Contractor and to act on all ;matters on its behalf, Agreement. Time .means the time period def4bd in this Agreement for the 'ContraclOr to :complete the ,P reject. City Project Marraget means en employee or repreeentative of the City assigned by the Director to manage and :monitor the Work to be performed under this Agreement Contractor means -0142M H1I Constructors, trio., or _porporatior.1 with whom the Cityhas estate-00 and who is -responsible for the acceptable :performance of the Work and or the payment of all legal debts pertaining 'to the 'Work. Alt references in the, Agreement to third parties under contract or Control of Contactor shall be deemed to hea reference to Contractor. Corps of Engineers means the .1):nited States Army Corps of Engineers Cure means the action taken by the:Contractor promptly of:tor-receipt Of written notIce--from the City of a breach of the.Agraernent for the Work, which shall be performed at no oat to the. City, to repair; replace, correct, or remedy ail materiel, equipment, or other elements of the Work or the Agreetbent-affected by -such broach, or to otherwise .rnake good and eliminate such broach, inciuding, without limitation, repairing, repiacing or correcting any portionof the Work or the Project site disturbed In performing such cure. Cure potori means the period of time lb which the contractor is reqUired to remedy deficiencies In the Work or terrapitonee 'with. the -Agreement &ter :receipt of written Notice teCtare from the City Identifying the deficiencies and The time to Curs. DERM rneans the Miarrit-Dade 'County Department of -EinVironmental :Resource Management Director means the Director .of the Department of Capital Improvements and Transportation or designee, who has the authority end responsibility for managing the :Project under this Agreement • FDEP moans the State ol Florida Department of Environmental ProWction, Field Directive mews a writtorrapprOva I for the Contrader to proceed with WO* requested by the CIty, which is minor in nature and .should not Involve liddittonol cost, Final Completion means the :late certified by 'City In the :Final. Certificate of 'Payment --Upon which all Conditions and reqtrirementa of any permits and regulatory ;agencies have bean satisfied; any documents required by the Agreortent have' beeri rsotvd bY Or any other doctiments regtdred to be provided by Contractor have been:received by City; and to the of City's knoWladge, inforrnation and beef the Work :defined heroin has been fully completed hi accordance with the terms and conditions of the. AgroemonL inspector merit an authorized representative of City assigned to make necessary inspeetione of materiels' furnished by Contractor and of the workparformed by Contractor. Materiots mean goods or equipment incorporated; in this Project„ or used or Consumed In the perforrnance af The Work. Notice-To.Proceed means a written latter or :directive issued by the Director r.ar City's Project Manager aoknowtodgfrtg that all conditions precedent have been blot and direeting that the Contractor may begin Work en the Projector a ptaelflo toe% of the Project. Project Means the Work described in the ,Agroemerit, .orisuitzlni;'6nlIs rii(M. 3 i>f 24 Prolott No 13-$0,12 Project inittatlon IY tb-.mertnis the date :upon whJch:ihe. qr ' men't Time own F'vriph t 1 t.moans oamplletlon of'items of Vvi.Of t ra�u1red to. parform d; Pay, Cuntractor.pnor io •Firlal + c mpletion=anci p&ymerlt. t s gwest For inforreatioh ( F"I). means requerstft.Utn the Qontractor;s.aekinr or Ciariflcatlen relative to •tho r ,c7ra.art?:pr)t 86dfo this Work tslt tiministrstor Manager, a t Adrtlfstratar,, or individual named by the, Clty AiloPaRet Odrrtlttistar .tnaite.rs relai.Ing tc :Ins�r to s fl rtwe Oity,.: suh s toractof trtc a1S a parson, firm ar r;.orparet1on lAYth..0 a diiect con tract with Oo ir:. otar i11:04179 ar p:1y.1ho Jfurnishaa :matorti.al wrdr ed to a sj 0dia1 dosign: cordir g 10 "tj a Agreement,. butt :Q; s,ryot Inchrcl€ 'nna.wi�c xn�r ly furni h s `Mater:lal..not sQ wa k0d, itki tittal`s,ir1.t an d soomartts prop, red by the Qontrootor r those OotI in.q. . raqujrodi by the Ctiy, ar otherr's jut ary tg ,not0.s r. o scary for the compki'too 4 Candor this Agreemont WO* -nvolisi.0 s arVjc s roquired icy.the lgraemei t,.Wheth tied leoltides all vthet 1�tb15r,_rrtateriata, do ulprrlatrt_ 17d e.rvl Oontractor to Will C'ontroctor'e nbl(jsti.ohs. The lhr1 rn i i rs+ Prom etj as ppli �rl ilp. OOPS OF WOR}<: tlontraeor heleby, ilgrees :to. fuwn:i's1x:all 1abo, materials, Q,ciuiprnert, a r iQas rie:da at' for the g. ,Nsnant and pOrmitt(f1 j me rii'r d feir dtedcgine;hy Corps of ngai'toFars ds stipulated in #ha work plai7;dsted $eptorrl er 2007' °as agre d Ao. by be tr panic , whlcb is loccarpbra`ted bemire grid mgclo part of his,A re Wo1k rbe porfoniietl inolttcfr�sa gner C'r0ek front 6JW(7rn Ott uet to 1 tth track, ?. wcyl .alci Ci h it frtin :NW '1 he ;Kahl tiivcr 4, ii�t iitl?.h t Y It l, to describe Irt this oecorder,ra Witt) the A ieardarnt atid: to a.0Qorctn0e with et the Wprl:perfdrirledl under tl'iiti PrOjeot Any work; ti`ai rnesor ably k3e' inferred from tho 1.sjreernont retlulr;Od' shall her 8t,tppli6d icy ontra.0101r wholher of ,not speotiicatly e a1.Ied well-known technicei or trade: nieetlirig era [lead fo desorrta;e WOJi5, f� .!eqt o41;11.c, F411M1'14:hire l Pa©ei h'si121. �1M PiOrotl14,:95W 4 hrcaugh the 'fatten d$Igiiee, 'or 'the. nice and risk of if 'OW The 'Wort toted ipaTtlplly veropletet. provided=fir to beiprvtded by ttr to the Whale or a pert ofthe d; irteidantais 1,rtd the ailed VW The rrtplote l' 'In ations ,iaverninp ie11 q;.rtiprxnerl that may educe: The: Intended result irt.�uQrdawhich Itsue Fi materiels Or equlp:rneht,. such vrerds shall be interpreted in acicordance with that rmsntng, Faeferenere to. standard sp ificatiens, manuals, or codes of any technical socicty, orcganization or associatlr n, or to the I aws or regulations of any governmental' authority,. whether such referanc be :specific or by Irnpllcatlon„ 'shall mean the latest standard,specification, manual, code or )rows tar regulatio.ns to effect at the time of opening of bids and Contractor shall oamply therewith. City shall have .no duties ether than those duties and obligations expressly set forth within the Agreement: 5:. AGRVEMiMNT TIME The Director shall issue e Notice of Award to the Cantraotor.upen approval of the award by the City Commission and execution of the.Acgrsernsnt by the Clty Manager,. The .rece pt of prior approval 'from DEEM for oornrnencernent of the Work,. end any ether docurnent determined :le be n.eceespry by the 0ity Mianager are conc3lllons .precedent to the monilizfng on tho Project situ and oornmenrement of the Work, The Contractor shall ;submit aft necessary documents required by this provision within the time agreed to by the City's Project Manager and the Contractor at thr pre -construction meeting. Contractor shall not commenceR any Work under this Agreement until the City has Issued a Notice to Proceed, The 'Contractor ,shell notify the City and i)kRM forty.(48) hours prior to the car maencernent ofWork; The City and. the Contra. kw recognized that time is of slpnitfc ant importance. the Oily and that the Work is to be completed ..in the tlrneirarrn:e(s)stipulated in the Agreement C1-12M 'Hill Will uutilize ire .00M. efforts to complete the Work In the ttmeframes established in this Agreement and that any extensions of time shell be requested and conuidered ire accordance'with the provisions of this Agreement, The Work shell be completed as ;stipulated in the work plan, dated Jemmy 2, 2008 which is inoorporatacI hereto and made part of this Agreement 8, „CONTRACT VALUE Contractor will perform the above. Scope Work for an .arrtatn t ,not to excecae3 917, 81.0O, This stall be a Firm Fixed Price and the. Contractor shall not be entitled to any additional compensation for any requiramenta necessary to obtain the environmental. approvals mandated by •DERM, FDEP, Corps of Engineers, the Gay or other ragult.de y ,agency, or whore the City makes changes in ,the $cope of Work or tine Contract:Farms ernes rid Conditions. Payments shall be made for Work based on Article 0, Progress Payments. 7. LABOR AND MATER11,11, Contractor rkhall provide and pay for nil rnatertais, labor, water, tools., equtprnent, light, power,.. transportation end other facilities end eoryices nel ethe. propor execution rid carrhalation of the Work, whether' temporary or permanent and whether or not Incorporaated or'to he inborporafad in the Work. Cofrtracitor- shall at'all limes errforre :strict.discipline and go order among its enrpl:oyees and subcon€r tct©re et the Project cite a,ncl end net employ on the •Projoot airy unfit person of anyone not skilled in the Work to which they a:ra assigned,. 13. PR iGRE$13 Pi1'tJ1f Ni Contractor end make monthly Application for Payment rear Work c orripiated<during the Project based on the complotion of established benchmarks. A 1'0% retainaat e en each payment will be held Until all raqulrs d pe mite have ,been.obtained as requirodd by this Agreement end the Work has been completed to the City's satisfaction Progress Payments shall be Made ir`: accordance with the pracdrees payment .:schedule dated ;Iktovemher 15, 2007, which Is attached hereto es chibt 1, GonblOt 140. Re. 0A Gnnawllnnrs.3nflI is CI1y's inIU is Contractor's Application for Payment shall. include a partial release of liens relative to the Work, which is the subject of the Application for Payment and! any other information required by the City. COntractor shall also submit an updated Projecit Schedule :reflecting the current status against the accepted baseline Project Schedule. Each Application for Payment shall. be: submitted In triplicate to Qty's Project Manager for approval. City may withhoid iri whole or In pert, payment to such extent as may be necessary to protect itself from loss on account of: DefegIve Work not remedied. Claims flied or reasonable evidence indicating probable filing of claims by other parties :against Contractor or City because of Centimeter's performance. g Failure of Contractor to make payments properly to •Sub -Contractors for materials, equipment, or labor. ;Failure Of Contractor to provide any and all doei.irnents requiredby the Agreement by DERV, FDEP :or the Corps •of Engineers, 9. PAYMENTS Payment of an approved Application for Payment approved by the Director or designee shall he made within :thirty (30) days after receipt. of Contractor's Application for Payment by the City, which -shall be accompanied by zuffieient sUppertIng documentation and contain sufficient detail, to allow a proper audit of expenditures, should the City require one :to be performed, fp. PRIORITY OF PROVISIONS Where there exists e Oonfilot or theonsislency between any 'term, statement, requirement, any document or requirement incorporated by reference, er ;provision Within the Agreement, er Incorporated , or any event referred to herein the following order of precedence shell ePPIY; 1. The latest revision to the Agreement shall govern over the Agmembet, The Contractual Terms and Conditions shall goVem any documents or requirements incorporated by referenoe 3. The Contractual 'Tormis and Conditions shall govern :any documents er requirements of :the RFLJ, REI and: any subsequentinformation provided to tho City as part :of the -oompetilivo negotiation process Regtliatory requirements shil supersede requirements contained: in !the Agreement,: 11, LIPERINSINDE ciE. AND supgpisioN Contractor shall keep on the Project during Its progress, e ftliktline competent English speaking PrincipaHnrCharge and Project Monager and any necessary assistants. The Contraetor's Principakin-Charge and :Project Manager shall not be changed except with the written constant of City; unless the ;Contradtor's Pi.oject Manager proves to be unsatisfactory to ContraCtor or oases to be In its employ, The Contractor's Prin:elpal-in-Charge and Project Manager shall represent Contractor and all directions given to the Contractor's Project Manager ,shall be as binding as if given to Contraetorand will be confirmed in writing by the !Contractor's'PrInCipal In :Charge. Contractor shall giv efficient:supervision to tho Work, using its best skill and attention., The !City shall be provided telephone numborfs) for the Contractor's Project Manager where the superintendent oan be contacted during normal working hours as well as after houra for emergencies, can ta flp. ffs 4Q%0 Ooft,tatcitit's Inittol$ Ottift InItIO10 ti of 24 c4 moo oomo Contractor's Project Manegor shall reoerd, ia Minimum the following field information in .0 bound log; the day'data; weather conditions and how any weather condition affected progress of the Work; time Of cornMencernant of work for the day; the work 'being performed; materials, labor, persOnnol, equipment and subcontractors -at the Project site; visitors to The Project sitie, inoludirrg representatives of the city, regulatory representatives; any spacial or unusual - conditions or QoQurrpron encountered; and :the time of termination of work for iho day. Ail information shall be recorded in the daily field I.og in indelible ink. The daily log shall be kept on the Project site and Shall be available at all times for inspection and copying:by City. Contraoter and the tityt. Projpet Manager shall hold progress motings as ticernad inocessary 'tha City to ensure the timely completion of the Work, The Contractor shall publish, :keep, and dtstributO 101.008 and any comments 'thereto of ieach such meeting.. Contractor :shell supervise and directthe Work competently end eat:laity, devoting. such attention thereto and applying such 'skills and expertise as may be necessary to perform the Work in accordanceiwith: the Agreement, .Contreptor shall be solely responeible for the means, methods, techniques, ,sactionces .and prooeduree required to complete the Work. 12, VOTICts Whenever ialtherparty destroy to give :mike to the otheh.stiCh 'notice must be In writing, sent by certified tinitod .States Mall, postage piebald, return receipt requested, electronic ntr1, ar by 1'10nd-delivery with a reQuent for a written receipt of .acknoWiedgMerit of delivery., addressed to the party for whom it I intended at the place last specified. The place for ping i:notice thall remain the seine as set forth herein until changed, For the present, the partlos designate lha :For p1trv: Gary Fabvikant Assistant -Director- :Deptof iCapitai Irnprovmenta Program 444 SW 2nd ,Avonus,ei Floor Mn.Pt, David Mendez Assistant Director— Dopt, of Capital Irriprovementt. Program 444 $W 2 Avanuo, 81 Floor MIrnL FL -$$t$0 • Withcoies tot Todd Milne CH2141-111,L Northpark 400 100 Abernathy Road Suite. 1600 Atlanta., Georgla.302$ 13, iNIDEMNIFICATION Contractor shall bold !hartnles,8„ indemnify and defend City, its officiate and eel from ciny and all ,olalm02loses anti cause' 'of .actions whithmay alto out of the .perfontanOe of this Agreement as a result of any at of negliOnce or negligent Dmi$81011, :reokle8Eme”, ar ntentienetly Wrongful Condi:Jet of Contractor or its 'SUb- COntreOtor. Contractor .shall 04y all .otalmo and losses of any nature t./MatsrAver connieOtiori therewith and hai dofend at! Project relatod wits., in the name of City when CoNilici No. *2026 VortsvItonry Olty's MIMS. voga 1.0f 24 PtOKI No, BOW.: applicable, and shall pay ell -osit, including without limitation reasana.bla attarrroy's and appellate attorney.'s fees; and judgments which may issue thereon, Contractor's Obligation under this Article shall not be lir►pled in any way by the agreed: upon cornpensatian, or Contractor's limit of, Or lack of, sufficient inauranoe protection and Tall apply to the full extent that it Is caused by th•o negligent act or omission, recklessness or intentional wrongful conduct of contractor, its agents, .servants, representatives or Sub consultants. 14a {N$UR.NC. Contractor agrees to comply with the provisions of Exhibit 1, attached hereto and incorporated herein prior to the City's execution of this Agreement. Coritracter shall maintain in fuR fof-ra and .sffeot during the performance of the Work and as may be required by FloridaStatute all ihsilrence. specified In Exhibit 1, 1s. MO:niFIC.A71 Ns,TO OVER_AGg The •City through its 'Risk :Admintatrator or. authorized designee rr?serve's the right to Me:etc:at ens, Increases, or changes in the required- insurance l'equfrernents,, ,oeve deductibles or ether Insurance Obligations and shall provide a thirty (3Q) day written notice to The Contractor. In that event, Contractor shall; comply with such requests unless the insurance coverages not then readily .available in fhe national market, and rnay.roquest additional consideration from City accorr partled by justification, All additional Cast Mil be bore `toy the •City; 16 piscflETIOU OlfS113,CTOII Any matter not exprasshy provided for heroin dealt] g with the City or decisions of `the City shall be within ltho exercise of the reasonable profeeelendi dlspretl:on of the Director or the Director's authorized dasignen, 17. ,UTHoRery_O.F'THE CiT. "S' O,...E.CT NIAN4G ia The Director hereby autheriz s the City's P:ru etrt Manager to an with the Work, and/or as to the Interpretation of the..Work to .be Pi 1"h Contractor shall be bound by all determinations or orders: of the City's Projr.rt Manager and shall promptly respond 16 requests .of the Project Manager, including. the 'withdrawal or modification of any previous order, and regardless cif whether the Gpratractor agrees with the Protect Manager's determination or requests, Whore requeats .are Made orally, the Project Manager will hallow up in writing, within 24 hours. The Project Manager shelf have au'sl11ority'to Et-ot an .hohalf of the City to' the oxtent provided by the Agreement, unlesb otharwlee :modified in writing by the .City. All l:nstructler s to `the Contractor •shall be issued In writing and shall be issued through the Director or deslggnee, or the Pmjeot Manager, The Project Manager shall have access to the Project :Site .during normal wr rlclnq Iiaure:Ltd easu access is required by the City due to the health, safety or welfare of he City oathe public, The PrraJert Manager shalt make periodic visits to the Proje:ot Site during the entire course of oanstructlan ;to beaoot'na generally familiar with the progrees and :quality of the Work, and to 'deterrnine If the Work is proceeding according to the requirements cif the.Agreernent, Thie Project Manager will have authority to reject Work that &AS net --ebriforrn to the Agreement. Whenever, in 'his or her opinion, It Is considered necessary.er advisable to them the proper implementation ,cif the Agrearnant, the Project Manager will have authority to require spea& inspections or testing of the Work, Neither the Project Managers authority to art under this cony,w Uv7. 00.2A24. 0 collarnt'� Itlrlrals. questions in oonneotfon eny!s nhl 1a Article, nor .any decision made by him/hor in good fiaith. tither to exercise or not to eXereise suCh authority, shell giv0 :tie to any duty or responsibility of the Proje-ot Manager to the:Contractor,. any Sub-Controoter, supplier or any of their .egents„ ,employpes, or any other ;parson performing -any of thp Work, The Project 'Manager will not be responsible for the Contractor's Moans,. methods, techniques, sequences or procedures, et for setoy precautions end programs ln connection with tho Work, and wll net bp responsible for the ContraCtor's failure to carry out the Work in eceordence with the Agreement The Project Manager will also not be responsible for the acts, errors or oneilsAioris: of to ,contractor, or anyone einployed or .contracted directly .or inditectly by thtl Contractor iinploding any St115-,CeritraCter, or any of their agents or employees, or any other persons performing any of theWork, ia CONSTRUON S.INAGE ignage requirements only apply to Phase 11 ofthe Project. The .city. shall provide the Contractor the wording and layout for all .requirod signs et the .pre- construttion conference. The Conti acter shad typically .furnish ,the two City of Null signs at the, Projeot sita, The City 8hpfi approve the locate% for all signago CONTRACTOR'S RgSFONSIDIUTY FOR UTILITY PROPERTIES AND SERVICE Where the Contractor's operation could cause damage to telephone, fiber optic cable, (lion, eleatrieal power, oLgas, water, sewer, or irrigation ;eystems, tho Contractor shall makeall$reangerner4 necessary for the protection of these utilities. Notify all utility companies thp.lt are effected by the construction operation et least 48 hours 111 advance, Contractor shall not proceed with the work until all utilities are 'properly located, Under no circumstance expose any utility without first. obtaining permission from the -appropriate agenoy., Once permission has bean granted, locate, expose, and provide temporary suPport rn dI existing underground utilities and utility poles where necessary; The Contractor and his Subcontractors shall be solely and directly responsible to the owns and operators 'of such properties for any damage., injury, expense, loss, Inconvenience., dolay, actions, or claims of any character brought becouSa of any injuries or damage which may ratolt from the construction operations under this Agreement Neither the City nor Us officers or agents shaft be responsible to the Contractor for damages es $ result of the Contractor's failure to protect utilities encountered in the Work, in the event of intorruption in utility services due to construction operatiOnS, the Contractor shall promptly notify the proper authority. cooperate with .said authority in restoration of service as PfornlitY as PQsalblo and .0015..r all costs of roPair; Ir no event shall interruption of any utility servos be allowed unless granted by the owner Of the utility, in the event water smice lines that Interfere with the Work are encountered, the Contractor may, :by obtaining prior approval of the water utility, cut the service, dig through, and restore the service with &nitIar and equal materials at the Contractor's expense and n$ approved by the CIty's project Manegor, Replace, with material spprovod by the 011y's Project Manager, et Contractor's expense, any and ell other laterals, existing utilities or structures removed or damaged during construction, unless otherwise provided for in the Agreement and se approved by the CO PrOjeet Manager, 20, PRO4ECT FAgo '04%1 To the extent necessary for completion of the Work, Contractor may elect, to arrange for Projeot- site facilities as necessary to enable the Contractor end the City to perform their ,reoeo5ve. duties and to accommodate any representatives of the City Visiting the project. Proloct,•site 1 C,on,§tilloot'8 1r.)1,11a1s ecru -tract Ng. N,a04 PoOe 9 of 2,1 CAy Project flu. 3•60,1,13 facilities, include, but are not limited to sUch things as trailers, toilets, typewriters, computers and •any other equipment flOCOM93/ to carry -on the Construction Work. The Contractor s.hall provide and maintain at his Own expensa,,in a sanitary condition, -suen accommodations for the use of HS employees as 1$ necessary to comply with the requirements 'including Chapter 46 of tho Building Coda and regulations of the State Of Florida Department 'of Health and Rehabilitative Services or Dade County Health Department, There shall be adequate provisions Made by the Contractor to ensure all disposable materials are properly dispesod Of and do not Create a ntlisence to the :City or the public, The location of the temporary feel ities shall be subject to the approval of the City's Project .Manager The Contractor shall obtain all necessary permits:required for any Firojeclt site factiltlet, Ail stiCh facilities remainthe property of the Contractor and the Contractor shall be responsible for roMoVai and .dfsposal.of suoh fadittles ,prietto Fhai Acceptance. ITX The Contractor shell have sole. responsibility for the security of all 'Materials., tools, cquiptent and Work at the site, The City hall not be Jiable for any damage or 105S t) starch tools, equipment end Work, 22, TOP WORK oRDER The -City may, -at any time, may lasuea "Stop Work Order" to the Centred:Or. Tho duration of the order could be Air perlod of up to ninety (90) days (er any lesser period), 'commencing no sooner 41E01 the tlato the older is delivered. to thp -Contractor, and for any further period to -which the parties may agree, Within the period of ninety ,(,K) days (or the lesser peried Specified) after a Stop Work Order is delivered to the Centraeter, or within any extension to which the parties have agreed the City shall either earicol the Stop Work Ordor, terminate the Work:covered by such Order as provided Adele 40 Termination for Convenlence ifo Step Work Ordefissued under this Article is canceled or .the period of the order or ny extension thereof -expires, the Contractor .shall resume the Work without -compensation to the Contractor for s udh suspension other than extending the time for:Substantial Completion to the extent that, In the opinion ci:f the City, the Contractor may have been •deleyed by Such suspension The Contractor Shall be entitled to -oornpeneation for cost Where :such stoPPaf.:le In work results in directincreased costs, One example of suCh direct increase cost would be where the Contractor is required to continue to pay for the rental of equipMent, In the event he Contractor Mori -duos that the suspension of Work was necessary due to Contractor's defeetive or incorrect Work, unsafe Work toonclitlori-s caused by the Contractor or any other reaseh Caused by Contractor's fault or omission, the Contractor shall not be entitled to an extension of lime as ,result of tho issuance of a Stop Work Order, 23. HURRICANE PRCAUTIONS During such periods of time as are designated by the National Weather Service: as being a hurricane warning 03' alert, the Contractor, :et no rco,q to the .City, shall 'secure the Project Site,, tegafdless of whether the City has Oven :notice, Compliance with any specific hurricane :Warning or alert precautions will not constitute additional work. Additional work relating to hurricane warning or ale at the Projectslte will oe 2dr:tressed by a Change Order, Suspension of the Work Caused by a threatened or actual stortn ()vont,. fogardlose of whether the City has directed ouch suspension, Will entitle: the Contractor to additional Agreement Tilno :as a non-componsable delay, .cf,.ANING UP; CJY't SiGHT Tp CL5Ati,l/P • Oorra1tpritC1111119:13 Rago :1(3 ,c,w.01140.00.gma city rrowA io-D,uno Gay's Contractor shall Et all times keep The premises free from ocarMulation •of :waste materials or rubbish Caused by Its operations, At the:completion of the Project, Contractor Shall remove. all its waste materials and rubbish in .and around the Project ae :well as its :Wei% COnStrtiOtiart equipMent, machinery and surplusmaterials. if Contractor :falls •to clean up during the proSeoutrion of the Work or at:the completion of the Work, City may do jao end the cost .thereof shall .be :charged :to -.Contractor, if a dispute arises between Contractor:and separate cOntrootore as to their responsibility for cleaning up, City may clean up end charge the .00st thereof to the Contractor, All large quantities of Storedd corehtistible waste materials,11all be removed from the Project ,et the end of eaah day Groaning operations.Should ha .controlled to ,dlist, 24% TZMOVAL, OF If this Agroorneni 18 terrnlnatod prior tothe completion of the. Project, the Controetor shill promptly remove ony part or all of Contractor's equipment end supplies from the property of City. fl the Con -trader -does not comply -With City's order, be City Shall :have the right to .rerrieVe such equipment and, supplies.atthe -expense Of the Centractor. 013CONTRACTpR.S A Sub-Oontraotor is :any person or entity that is performing, furnishin.g, -supplying Or .oroVIding any portion of The Construction Work pursuant to -a contract with Contractor, Contractor shall he solely respOnsible. for and -have control over the .Sub-Oontraotors, All subcontracts shalt -require each "Sub -Contractor to be bound to the Contractor to the some extent Contraotorts bound to -00 City by the. terms of the Agreement. zt 'KV PE.1$0 NNE!, The :Contractor acknowledges that It was seleoted by the. .City, in part, on_ the -basis of quailflostions ,of particular staff identified in Contreeter a response to the RF-Ii„ hereinafter referred to 08 "key Personner. Contractor shall ensure that Key Personnel -as detailed in the Attaehments are available for Work :hereunder es long as sold Key Personnel are :in Contractor's, or Suboontractora employ. Contractor will obtain prier !voritten approval of Direeler er sdesivee to change :Key Personnel., New personnel proposed by the .0oritrootor shell be subject to approval lay the Director. tAISAMMTORY p..ks,ON-NEL The City may reqUest the Contractor remove and :replace e.ny personnelemployed er retained by the Oontrecter, :or any .Subciontrectors„ or any personnel ofany such Subcontractors „The Contractor shall respond to the City within fourteen .04) calendar days of receipt of :such red Peet with either the. removal and replaoorneat of -suoh personnel or written .1.141100m as to why that may not obour:, The project .Manager shall make the final determination as to the removal of unsatisfac,tery personnel from the Work. .Stten -decision shall not he -construed oa,,directing the. Contractor to terminate any employees' :employment with the Contractor, 29. WORKER'S 1.W,I1171pAty2,11 The Controolor'S employees :or stiboontractors, shall wear an identification card provided- by the Ooritractor, The iderilificationeard Tha1l be.0 the :employe$'s. picture. name, 'tile and -name or tho eMPloYer. Failure by a Contractors employee to wear -such Identification may :result In hisinar removal from the. Work until such as the identification card la obtained a:nd. worn: Such .rernoval :shalt not act es a haSis for the Contractor to ,submit a claim frg an eXiension of time, lgoriaultariVa ,covoct taa.A6,,202$ :Poo. 24I sty ProJact No, TIOA-d$ •Ctty4a Initial 30 COJTINtJfNG T1-I5WOR Contractor shall carry on the Work and adhere to the Project ,schedule alto' ail disputes or disagreeMents with Oily, including, rrvithout !imitation, disputes .or cil.ragreements 'conoorning. a requost for a Change Order, tho -Contract timeframe for ,cOmpletiOn -of the Work, The Work Shell not be: delayed or ,p0Stp9ned pending resolution of any disputes or disagreements, PI.1191,1,(1 ENTITY CRT ME,5 In accordance with the Pubilo Crimes Act Section 27133, Florida -Statutes, a person or affiliate who is a contraCtor, consultant or other proVider, who has bee,n placed can the oonvloted vendor .list forlowing a conviction for 0 public entity :crimemay not submit a bid on a contract to provide any .geads Of services to the City, may not submit a bid -on 'a 'contractwith the City for the constrOOlfon, or repair of a public or public work, may not submit bds on :leases of real property to the City, may not be awarded or perform: work as a Contra*r, suppilor, or subcOntrestor, under a contact -withtne. City,. and may ne-t transact any. business With the City In excess of the threshoild amount provided In Sectlen :287.017,. Florida. StatuteS, for oategory two. purchases for a period of ;36 months from the 'date of :being placed on the Convicted vendor ilet, Violation of this secHon by Contractor shall resUltiri .cancellation or the. City purr:to-se and may restrit irt•OeritrOa6r$ :deljortilent, . . 3.2* NON12TSCRJMJATIQNJ9L 51y1OLOYMENT,..-OPPORTPM3Y,:,,AND AMERICANS wIlii4.918ABiLITtEii ACT . Contractor warrants and represents that it draw not and will not -en:gaga in discrithinatOry practices, and that there:shall bo iio discrimination :in connection with Contractor's perfOrmanoe odor thi AgTattrnerft 90 .0 ommi 1.,f race, :Won sox idgion„ ago, handl-00i_ E:rnaritai status or national origin,. Contractor further cOvanants that no Dtbervae u1tfTsd individual solely .reason of fils/her rasa, color, sex„ age, handicap, MadOl-statLia.or natortal origin, be exoluded from *1101011On in, 'be denied serViceo, or bo etibloOt to dieorltalhationunder any provision of this Agreement, Qohtraotol ha-p4irMatiVely comply with all applicable provisions of the Americans., with Aet (ADA) in the ()arse of providing,..eny servloes furlded, by City, Inoluding Titles-1 and :if of the .ADA (rpgerdIng nonctleorhinotionon. the bool- of ,'ditabillty)i, and t)il applicable regUlatione, guidelines, and standards, :in .addition, OdntraCtor shall talcs affirmative steps. to ensuro nondiscrimination in employment against disabled persona. 33, MDIT.119FITS ANDILIBLIp RflpOR4.5S, 'Oontracter records Idi.tobtrlo hereinafter referred to as l'records") which .rosyInclud but not be Ernited to 'accounting records, payroll th6-0o*, canoelled payroll oheoke, 4000%7, written. 'policies and prooadurea, .computer records, .disks and sofWara, videos, photographS, subpontraot flies r(inoluding proposals Of eucoessful and tinsucceesful bidders), originals estimates, TimaUn worksheets oorrespondenoe, ohange order Woe' ,(1'rcluding doCeientetiOn covering negotiatedsettlements), end any other .suppertingevidence necessar' to substantiate charges 'related to this Agreement shall be open to inspectieri and subject audit andlor reproduetien, during normal working hours, by :Oity$ agent or Its authorized: representative to the:extent netoseary to adequately permit: evaluation and verification of smy InVolces,- payments or clairns submitted by the Contractor 01 any his pay.esa, pursuant to the (mullion of the.Agreernent, SLIM bnord0 subjeot to examination enall.0160 Include, but not bo 11Mited: te, those recordss neoeeeary to *Valuate and verify direct end indirect Costa (including ovefhead allocations) as they may apply to costs :moclated with this Agreement, OqnuuRignt's Iniklo Is City's. I r*S19 Pape 12-of 24 oM 40.z07,t) 011..y f'rci,41•1'49,13.$°M Records subject to the proviSions of Public Recard Law, Florida Statutes Chapter 119, shall be kept In -accordance with such statute:, Otherwise, for the ,purpose of such audits, inspections, examinations and evaluations, the City'or authorized representative shall have access to said records from the effective -date of this Agreement, for the duration of the Work, and until ' five (5) years after the data of finai payment by the City le contractor pursuant to this Agreement. The'Clly's agent or its authoriZed representative ahaJJ have 2008S to the ContractorIs shall have access to all necessary records, end shall be provided adequate and appropriate wed( space, In order to conduct audits In compliance- with this provision, The City or its authorized representative shall ,give aUditees reasonable &Idvaiv,:e notice of Intended audits. if an audit Inspection or examination in accordance with this Article discloses overcharges in excess of 1`)/(1 -except negotiated fees by the Contractor to the City,. the actual cost of the Oity's audit shall be paid by the 'Contractor. if he audit discloses contract Wiring or charges to which Contractor :Is not ,contractually entitled, Contractor shall pay over to 'the City .$0 S' um within 20 days of receipt of 'a written demand unless otherwise agreed te by both parties in wilting, $4, iaiKETy PRE0 A UTIONS Contractor and its Subcontractors Shall Comply with Occupational Safety and Health Adminiatration (OSHA) and all other applicable federal, state and local health and safety regulations. A safety plan WM be designed to protect the health and safety ef local residents. local businesses, City employees and all persons .performing Work under this Agreement, The safety pan haf e OaSiSt011t with the requirements of: OSHA Safety and Health Standards 29 CFR 1010 (General Industry), US bepariment of Labor, Occupettons Safety and Health Administration A OSHA 2.9 -OFR 1910,120 Hazardous Waste Operations and Emergency Response, US Department of Labor, Occupations Safety and Health Administration OSHA Safety and Health Standards 29 CFR 1926 (Construction Industry), US Department -of Lobor, Occupations Safety end Health Administration Standard of Operating Safety Guidelines, USEPA, 'Environmental Response 'Branch, Hazardous Response Support DiAsIon, Office of Emergency and Remedial Response. Occupational Safety and Health Guidance Manual for Hazerdom Waste Site Aotivities, US Department of Health and Human Services, Publle Health Service, Canter for Disease Control, National Institute of 0ccupational Safety and Health The Contractor, Its •employees and subcontractors shaft implement and rialritain these procedureprior to and during the performance of the Work, 35. PfliRIVIITS, AND LfCgNSES Except as otherwise provided within the Agreement, all •permits and licenses required by federal, state er local laws, rules and regulations necessary or the proeeoution of the Work undertaken by. Contractor pursuant to this Agreement shall be secured irid paid forby Contractor, It is Controoter's responsibility lo hove and maintain appropriate Cerlificato(s) of Clompetency, valid for the Work to be performed and valid for the jurisdiction 10 which the Work is to be performed for all nelsons working on the Project for whorn a Cortifioate of Competency is 'required. OonsuPenre oontrIct No.06-204 Poe 13 of 24 ,011y PrOucl tio. 0-0 ,1•3 X. TAXES %rntractor shall pay all applicable sales, co Contractor Is responsible for reviewing thra pertinent state statutes involving state taxes end complying: with all requirements, 37. CUMt?t..iAhiCE WITH LA\'fi Contractor shall comply with all applicable laws, •codes, ordinances, rules, regulations and resclutioras and ail applicable guidelines and standards In performing its duties, responsibilities, and obligations related to tills Agr$.ernenI 38., NO I AS FORDELAY ire. the event of any delays to the Project that area caus+d by actions or events that are out of the control of the City or entities :hired or control by the -City, the Conntractor' may request e time extension in accordance' with the tames .of the .Agreement, "Me City snail not be liable for any delay damages which may be attributable to •performing Work out ,of sequence„ acceleration claims or other simper type .dolma, incurred by Contractor,: The time for Connplation will be. extended in en amount equal to time: lost on critical Work items due :to delays beyond' the control` of a and through no fault or neagligence of Contractor If a Claim fs made therefore as herein. Such delays shall include,, but not be lirnited to, acts or neglect by any separate contractor employed by City, fires, floods, epidemics, abnormal weather conditions tar acts of Gorl. 39, gxcupA 3LE. RELAY Excusable Delays are those causcrd by cirourrrete e 7 beyond the control of Contractor, its Seib - Contractors, suppliers. and Vendors, and those caauaed'Jointly er.cancurrently by Contractor or its Sub.Contractoi+s, suppliers or vendors end by the ;My. uner:, ,usa.,and other taxes required by law, Contractor Is entitled to a time extension of the Construction Work The for Completion for ea oh day the Construction'Wtark is delayed due to CxoUseble Delay, Contractor shall dominion t its claim for any time extension gas provided in Artlele 30 hereof, Where 'Contractor seeks coriapansetfoa due to an Excusable delay that request Must be submitted In accordance with Article .39, Ceritractor Shall furnish to the Clty's Project t tanager all documentation supporting its claim Which desoriboe the work effected and the actual costs resulting from the delay, Where the City agrees to en exousa:bla delay .arid the Weil( is being ,portermed by a Sub• :Contractor, the Contractor shall be paid foractual costs associated with the ,delay plus % for indirect and overhead costa. Where the City srgreas to en excusable delay and the Work is being performed by the Contractor's own 'forces the Contractor shall be reimbursed for actual costs .burdened by the Qontrectorcurrent Fiorlde Department of Transportation -audited overhead rate :plus 6% profit assoolatad with the delay, The Contractor agrees that the -above constitutes its sale and exclusive r• n adios for n excusable delay. Failure of Contractor to Comply with Article 39 hereof es to arty particular event of drily. shall be doe;rned conclusively to constitute a waiver, abandonment or relinquishment iaf any and all cteatrne resulting:from om that particular event of delay, 40, NO'tll±icATIOl 1 AND Qb lm .FOR DELAY Any claim for a change in the Time for Completion, shall bo made by written notice by Contractor to the Project Manager within fifteen:(i.5)calendar days of the oommencetrrant of the event giving rise to the metre end staling the general nature anti cause of the deim Thereafter, ciiy'o rnitlal� Pav 14 of 24 Iry Polo' Nu, 4f-496.0 within twenty (20) calendar days after the (Went giving rise to the claim, written notice. of the extent of the claim with supporting documentation shall be provided unless the Project Manager. allowsinadditional period of time to ascertain more accurate :data in support of the dein) and such .notioo shall be accorripaniod by Contractor 'e :written .:nOtarized statement that the adjustment claimed is the entire adjustment to which the Contractor has reason to believe it is entitled -as 0 resolt of tho ocoorrOnW of said event; 41; gkrENSION QPIIMEI:sjOT CUMUL../MVE n case the Contractor shall be .delayed for any period or lime by two or 'more of the copses mentiened In Mho 3% iiixousebio, Daisy% the ;Contractor shall not be -entitled to ..fa separate _extension for each one of the causet;. only one period of .extension shall be granted for the 42, 'ONTFRAPTPR'§ DAMAGES FOR la:LAy.. No.claira for magee or any 'Claim, other than for an extension of time, shall be :mode or asserted against City by reason of any .dclays eXcopt as provided heroin. Controotor shall not be entitled:to an Increase in the Contract price or payMent or ornpenatIon of any kind, froin.; Ofty far ,direct„.Indirect, consequentlet, impact or other costs, expenses or dgmages, including but not fimitod to costs of keeletatiOn or Inefficiency, eristig bemuse of :delay, disruption, interference or hindrance from any Cause 'whatsoever, whother suChdelay, disruption, Interference or filndrance be reasonable or unreasonable, foreseeable or unforeseeable, or weldable or Unavoidable; !provided, however; that this provision shall not :precluda, recovery Of damages by Ocntraetor for aetual delays due solely to fraud, bad 'faith ,or active interference on the port of Oily, Otherwise, GentraOtor atoll be entitled only :to extensions of the _Contract The for completion of the Work as the sold: andi ,o.XclOsive romedy for atieh re -stilling delay, In aboordance With arid'lo the extent specifically provided 'albeVa. Except ae maybe :Whomvise specifically provided for h the ,Qorgmit DOottments, the Contractor agrees to make no olaim ..for damages for -delay of finfklnd In the performance of tilo Contract :Oesuments whether occasionedby any act or omission of the City or any of Its reprosentativeS (whelher it s an ExCUSable Delay or otherwise):and tbe Contractor :agrees that any stieholaim shalt be ,componsetted solely by an .extension of time to complete performance of the Work, In this regard, the -Pontractor alone :hereby specifically assumes the risk. of ,such 'delays,. including without iirtiltationf,dstays In pr000tsing or approving shop.drawings, samples or other submittals or the failure torendordelerMinptions., approval, replies, inspections or tests: of the Work, In .a timely manner; Contractor shall not receive monetary compenSation for .'city doley. 'Tinto :extension's Maybe. autivrized by the City in certain ell‘atIons. ECIKF,,,NIAJEU.R.E.:: . . If :the 'Contractor is delayed' ln: performing any obligation under this Agreement due to e force majoure condition., he Contractor ohall request a time 'extension from the City Within five (5) working day s- of .sald farce 'Majeure occurrence, Any time extension shall be subject to mutual, •agroomorit and shall not be cause far any claim by the Contraotor for extracompensation unless .additional 'services- .are -required. • 44. figi_p: D,JR01-ty•fi •TheCttys Project Manager ma y-at limos Issue Field .Directives to the Contractor whilevleitin the Projeot ,eite. Suoh Meld ,DIreOliVes Shaft be issued in writing and the Contractor shell cornply with such .dtrootift. .1:f the Contractor belleve0 the directive is outside the scope of the Work, the .Contraoter shall, Within 48 hours, :nary the. Olty's Project Manager that the Field Directive is outside theecoperif the Work. At that time the -Field :Directive may be rescinded or cilyty Inttlef4 • •ultnl t•ofivAct No, avian oli)P.,400611;t04(,2006-443, the Contractor` may be required to submlt a request or Change Order proposal. Where the Contractor is notified of the City's position that the Field Directive Is within the scope and the Contractor disagrees, the Contrector shall notify the Clty's Project Manager that the Contractor rose eves the right to make .a claim for the time and monies based on the Field Directive. Fallure to comply with the directive may result In a determination that the Contractor is in default of the Agreement, 45. CHANGE ORDERS". All r hanger' to the Work must be .approved in advance in tccardrancre with the value of the Change Order or the calcaulrated extension of time: All Change Orders, excluding those Issued against the contingency, Increasing the value of the Agreement by 550',00b or :more shall .be approved in advance by the City Commission. All Change Orders inorees ng the value of the Agreenment, excluding those issued agatrrst the contingency by lass than $50,000 :Shall be approved in advanoe by the City Manager, Director or designee: All Change .Crdsrs issued against the contingency sharbra approved by,thA Director designee,. 411 1N 3PECTION OP WORK The City shall et all times gave access to tlno'Wo:rk during nornnat work hours, lnspecto:rs shall have no iutherlty to permit deviations from any of the provisions ,cif the Agroemr nt, nor to delay the Work by failure to i.ns'pnc.t the materials and Work with reas©nabie p romptness without tho written.permisslon or.instwotion of the.P'rooeot Manager; The payment of any cornpensatlon, whatever maybe its oharracter ar forrn, or the giving of any gratuity or thin granting of any favor by Contractor to any inspector, directly or 'Indirectly, Is rtriotiy pren itod, and any such act on the part of COntreetar will constitute .a breach of thin Agreement. 47. DOCUMENTS AND RECORDS All documents, onts,, reports, Including lahoratory reports rtrawln s, rrn (s, t omi uter flies, models and/or :reports prepared or oltained .under this Agreement, as well as all data anliected, together with .summerloe .and charts derived therefrom, Will be .:considered "worts for hire ' es such phrase Is defined In Section '101 of Title 17 of rho United States Corte (Patio Law 04.5n and all title, ownership and copyright privileges area end at all times shall be the properly of the City without restriction or limitation en their use, and wilt be made avalinble, on request, to the City et any time during the performance of such services sand/or upon completion or termination of this Agreement. Contractor shall provlela hard all such information cleetronlcally as well as in hard c(?py, 48. SUf3iNJ.7; ,g..S The Contractor shall be rr sportsibie for Wink as may be autlxor`i ed by the Clty. The Contractor Shall he respons.ib'le for the professional quality, tech rtioa} sccuracy and the acuordination of all submittals required tb complete the Worlt end as required by the Agreement. The Contractor shall; without additional compensation, correct, revise the submittalr'as required to obt€iin the approval of PERM, FDEP, and the Corps of Engineers. 40. REQUESTS FOR t.NFO ti1'1AtrIONl RED. The 'Contractor shall submit in writing a Request for Information (RFI) to the City's Project Manager-, The RF:i, which shall be clearly marked FZFI, shall clearly and ooneisoly set forth tho Issue(s) requiring -clarification or Interpretation and why the response is needed. The RFl must set forth the Contractor's interpretation or understanding of the. docurneant(s) In question, along with rho reason for such understanding and tho irriplications (time and. cost) of any proposed action by the Contractor, ( Conuubfit'to Irilifal� C nIij 'No, aF G26 r�ann ? ciiy P.cajdat Ctty's nhl1 t TERAONATION,1='f F P,otweiliEN E. The City has the right to terminate this Agrec rri nt with or ,without cause, Capon thh.ty t30) days Written Notice, Such Written :Notice shill state the data upon which Contractor shell cease ail Work, ;and vacate iris .Project site, Upon termination of this Agreement, aril charts, sketches, studies, drawings, reports .and other documents, including electronic documents, related to. Workauthortzed uriue.r this Agreement, whether finished :or not, must be turned over to the City, Upon tan inat on for reasons other than 'Contractor's dsf cult, the 'Contractor shell be paid in accordance with provisions of this Agreement, provided that said documentation 1s turned over to City within fifteen (lb) :business clays of termination, Failure to timely deliver the ;docurrsntation snail be cause to withhold any payments due without: recourse by Contractor urtCfi' all documentation is delivered to the City 51, 't ERIAiNATia "O z ;fir.FAULT if Contractor fails to comply with the terrrrs or' oonditiene of ti is Agreorrrent, the C orrtrzrotc r .caulel be found In defaault. Upon the occurrence of a default which is not :tired i ilhln the Cure Period, In addition to till .Comedies available to It by law, the City may immediately, upon written. notice to Cantrac.ter, terminate title Agreement whereupon ail advances paid by the City to Contractor while Contractor was in default &half. ba immediately returned to the City. The City may also suspend any payment or past thereof or order a Work stoppage .untii such time as the issues ocancerning cormpilanee are resolved, in the event of termination due to defsuit, In addition to the foregoing. Contractor shall be liable. for all costa and expanses incurred by the City in the re -procurement of the Woik under this Agreement. In the event of too:fault; the City may also issue ri Notice.to Cure and suspend or withhold payments to Contractor .until such time as the actlet rt giving rise to default 'hove boon or,trcc€.. A finding of .clef. the foiioWing: subsequent terhhirratiran far cause rsray include, without limitation, any of e Contractor foliate obtain the irtsurdncr acquired herein requtrect. Contractor fails' to comply with any of its duties under this Agreement;. with any teams or conditions set forth in :tints Agreement beyond the specified period atiewed to cure such default,. C ontrector falls to commence the Work within the :tlrtlo?r prey provided o Contemplated herein, or fails to complete the Work in a timely manner as required by this Agieermer t, The City shall provide Written Nonce to nitre to Contractor as to a finding of default; and Contractor shall take :oil necessary action to Cure said default within starch time as stipulated in the Written Notice, Such time to Cure 7hs€i be at the sale discretion of the City,. The City may extend the Cure Period at its sole discretion or terminate ttm Agreement upon failure of the Contractor to cure such default In the specified timerarne, fa, N'rf ACTow's RIGHT TQ T .RIV1iNATE • The Contreotar shall have the right to terminate this Agreement for cause, Irr iyr`Itin9, following breach for non-payment by the City, if breach of contract has not keen cerreuted within thirty 00) days from the date of the Glty'~3 receipt of. a written notice from Conspecifying the Gity's breach of its duties under this Agreement, uIto rrr's Inr1Jale Ounlrntl-r+a..05-202D rExl 7o'f24 ;lry'�rl�'dCt Ne. 84004 $ M71TERIAI ITY AND WAIVER OF i3R> A H City end Contreotor agree that each requirement, duly, and oblirdation is an integral part ref this A regiment. City's failure 'to enforce any prey slot} of this Agree ment shallnot be deemed to waiver of such provision Or Madificetlon of this Agreement. A waiver of any breach of a provIsion of this Agreement that; not be deemed a waiver of any subsequent breach .and shall not be construed to be a modification of the terms of this Agreement, 54. ACtk PTANQE AND FINAL PAYMENT Upon receipt or writtoh notice from Contractor that the Work is ready for final inspection end -acceptance, Project M-inagor shalt, within, tan (10) working days, perform the inspection. If City's project 'Manager finds the Work acceptable, the requlalte documents have been properly submitted, the requirements.of the Agreement satisfied, and all conditions of the permits and roguletory agencies have .been met, a Final Certificate for Payment (Exhibit 2) shall .bo issued by City's Project Manager f efcre issuance of the (heal payment, contractor shall de iverto City's -ProJeot Manager a complete reieasea of all liens arising out of this Agreement, or receipts in full in lieu thereof; en affidavit certifying that rIf suppliers end Sub-Contractors'have been paid lh full and that ail ether indebtoctnrss Connected with the Work have been paid. Contractor shall deliver approved perrnits from the Ralf , .PDEP, Corps of Cngineers end the City of Miami necessary to perform the dredging. The acceptance of final payment shall constitute e waiver of sil .claims by Contractor, except those previously made in atrit t eocor4anoe' with the provisions of then Agreement and identified by Caintrector as unsettled at the time of the application for final payment. aft. OLt.17‘0 OF ONTMEDISPLITE,4 Contractor understands and agrees that all disputes between it and tho City based upon an alleged violation of the terms of this Agreement by the City shall be initl.11y submitted to the Director for reeoiutian. Upon receipt of the submittal from the Contractor, the Director :shall render a daclsfan within iburt en (14) calendar days. Where a mutually satisfactory resolution cannot be reached the Contractor may submit the dispute to the City Manager er his/her designee for resolution. Where a mutual resolution cannot be reached between the Contractor ;and tho City Manager or designee, the Contractor, prior to being entitled to seek judicial relief Shall comply with Article 36 of this Agreement, in connection therewith. Should the amount of compensation hereunder oared $5p0,000, the city Manager's decision shall he approved or disapproved by the Cl.ty CQmnisslon. Contreoter shall not bo entitled .to. seek Judicial relief unless; it has first reeeivad City Manager's written decision:, approved by the City Commission if applicable, or e period of thirty (;gin) days has as pirod after submitting to the City Massager a detailed statement of the :dispute, _accompanied by all .supporting :documentation, or a period of (75) days has expired where :City Manager's decision is subject to City Commlaslon approval; and mediation 4f the dispute, as .atipulated in Article btu, lted in a mutuai resolution; er City hes waived compliance with the prt}r,,edive sot forth it finis. Article by written instrument(s) sinned by the City Manager. CIO Pan i;fi taf clays era r9Cn,a4re4r4 inDIATI ON WA1V:El OrJURY, TRIAL, in -an effort to engage in u cooperative effort to resolve :conflict Which may arise cluingthe course of :the deign and/or construction of the Project, :and/or following the completion of the Project, the parties to this Agreement agree all .unresolved disputes between them shell be sub -Milted to non -binding mediation prior to the initiation of litigation, unless .othenvise agreed in writing by the parties, A certified 'Mediator, who the parties find mituoily $acept'olta, will concluc,rt any Mediation ProceedingS in Mktimi-Dade County,. :State of Florida, 'The parties Will share the cot of bottled: Mediator On a 50/50 :basis, The Controbtor agrees to Include $1.10h Similar contract provisions with a1 Sub -Contractors retained- for the Work, thereby :proVIdthg: for non -binding mediation as the prtmary media nim for dispute resolution, In an effort to expedite the conclusion of any litigation the parties voluntarily waive their right to jury trial ort0 file pernt$eiVe counterdlaims in any action arising under this Agreement. 57 Meu CABLE *WAND y,ENIJE 9F, LITIGATION rhis Apreernont shall bo interpreted and construed in aQ0Orc,tari00 'Mt and governed by the laws ofth State of Florida, Any Suit or action brought by:any party, concerning :this Agreement at :arising out of this.Agreement, shall be brought -lb :Miaml-Dede County, :Florida, Each party shell bear its own attorney' s fees except In actions arising out of'Contrador'S dtities to indemnify the:Clty under this AgroeMopt where poi shall pay the 'City'sreasonable attorney 's fees, -IND-E. EN ENT :COINTI-2ACTriq , Contractor is an independent contractor under this Agreement, Services :provided by Contractor pursuant to .thia A,greornent shall be subject to the supervision :of Contractor, In providing such Services; neither Oontracterrior t agents shall act as ofileort„ ornployosS, oragente of the 'City. OD, .slIc cusS ORS, AND. AS§1,-,Citi WW1 Tho performance of this Agreottent Shall not be transferred pledged, sold, delegated or assigned, in whole or in part, 'by the Contractor Without the written consent of the City, It is understood that a .sale of the :majority of the stock or partnership Shares of the 'Contra-Otor, a merger or bulk Sole, an easignMent to the benefit :of creditors shall each be deemed transacions that would -constitute art a5sOlMent or site hereunder requiring prior City approval, Any irmsference without City ComMission approval shall be 'k.Ouse for the City .tornuilify this_ Agree:Malt The 'dont:ratter shall [IWO io rocOurs,a frorn such cartellation, The City may require bending, ether wavily; certified financial Statements • and tax returns front any proposed assignee and the :execution of an asSIgnmontt 'assumption agreement n form satisfactory to theCity Attorney. before the 4ppiOei,of en ,s4grIrtiont, The. Contractor and- the City each binds one another, their partners, successors, legal representatives and atithelizod asslgns to the Other party of thi.$ Agreement ,anci to the partners, successors', legal representatives end assigns of such party in respect to all covenants' of this Agreement,. DI :11-1 IFW:P.AULY:PPN7pql,M1.E Parties JO this Agreement agree that there are no third pally beneficiaries to.this Agreement and that no third Party ontilied to assort a Olairn :against either of Mtn based upon this Agreement, The .pertie$ expressly acknowledge that it Is net their intent to Create any rights or obligations in any third person or entity under this Agreernent cannct No. 00,42.8 Obnuv)tcot'a clty'a In! Psgs id Qf 24 Ciy IvrOct Nco, a:159043 61, JOINT PREPARATION- INTERPRETATION The language of this Agreement has bean agreed to by both parties to express .their mutual intent and no rule of strict construction hII be applied against either party hereto, The headings contained In this Agreement are for reference purposes only and shall not affect In any way the .meaning or Inle,rpretation of this Agreement, All pemonal pronouns used in this Agreement shall incledo ths othor gender, and the singular shall Include the plural, Ind vice vcr unless the context otherwise requires, Terms .sitch as "herein,' "heiof," "hereunder," and °hereinafterrefer to thla Agreement as a whole and not to any particular sentence, arliete, paragraph, or sac tion where they appear, unless the context otherwise requires. 6g,. AMENDMENTS No mcdifleation, amendment, or atteratien to the terms or conditions contained herein shii bo effective unless contained in a written .document prepared with the same or similar formality as this Agreement and exeCuted by the fly Manager ond. Centraeter, 63. SEVEt3AI3ILITY, in the event theany prevision of this Agrosmont 'Is determined., by a Court of competent JurladiCtion to b-e:IJ1aT or unenforceable, then such unenforceable CT untagol provision shall -be excised from this Agreement, and the retnelnder of this Agreement shell continue in full force and effect, 64, :ENTIRE AGRE4110,1 This Agreement, as It may be -amended tern time to time, represent$- the entire and Integrated agreement :between the City and the Contractor and :supersedes :all prior negotiations, representations. or agreements, written or orat This Agreernent may tic)t bo.aMended„ ehanged, modified, or otherwise altered in any respect„ at any time after the execution hereof, except by a written document executed .with the: same -formality and: equal dignity hereWRIT. Waiver by either party:of a 'breach of anyprovision of thls Agreement shfi not be deemed to be a waiver of any ,othor breach, The RFL,t, REI and the 8ubmittais: by the Contractor are hereby Incorporated by this reference made a part of this Agreement as if set forth In fiII Where there is. a conflict in any of the documents the latest domite1# :abet} peovall and this Agreement shall prevail over ell the (.10ournents incorporated by reference 66, PUNDS Ay,AILABILITY ,runding for this Agreomont is contingent on the availability of funds and continued authorization for program activities end the Agreement Is SUbjQ0k to amendment or termination due to lack of funds, reduetion of funds andlor change In regulatiens, upon thirty (30) days notice, *Amato, oo.lozo Pk3f) a 20 or 24. any pro.4 No, fk5Q0,f1 InItlato 'IN WITNESS WHEREOF, the parties have set their hands and seals en the day and year first above written. AITEST: 0 ,24,44V Priscilla A. Thompson, City Clerk ATTEST: APPROVED A$ TO FORM AND CORR:ROT -78S: ,Jorg Fer4widz City At ItCityll city of Miami. a municipal corporatlo Jif -Hernandez, F.E., City Manager l'Contractoe , CH2M HILL Constructors.; inc. DelaWareCorporation Print Name: Todd Milne sER Construction Manager ..6e6iirt.CrrIP APPROVE° AS TOAU REQ IREMENT).51? LeeAnn Brehm Risk Management Administrator THE CITY REQUiRES THREE (3) FULLY -EXECUTED AGREEMENTS, FOR DISTRIBUTI CaAtiool thl, ..2026 ConoullanCs T1L4 L Poga F.:1 024 .cly.P4011/0.13,5m3 EXHIBIT 1 INSURANCE RE QUIREM ENTS WAGNER CREEK AND SEYBOLD CANEL WATERWAYS DREDGING SERVCIES) COMMERCIAL, GENERAL LIABILITY .of ,Liebfrily Bodily Injury 'ari,d Properly DEimJe L1abIty :Each Occurrence $ 1,000,000 Aggregate. 2,000,000 Person81'End Advertising 114t;iry 411,000;000 Product, and-Cgrapleted OperMlons '$ 1,000„000' Endorsements Rogillrart City of Miami included as an Additional Insured irld0POnalni ContracAorS Covorege ContraOtual Liabty OG 22 74 10 EvlOsion, Collapse and Underground Hircl Losciltrig and Unloading Mobllo-Equipment Co \ier.gQ (Contraotors..Equii,'yment) vibather Owned, lea$ed, borrowed or rent6d by the contractor or emplOyea, of the ooritraotor SusIness Automobile Liability Urnita f Liablaty Bodily Inittry arid Property Daroap Uabfflly Cornbinod Single Limit Any Auto Including Hirod, 13orrayod or Non Ownd Autos Any Ono Aooldent $ 1,000, Endorsements RoqUirodi City of Mierni Thuciad•I'S an Additions WQrkets. C ozpensfrflOn Limits of Liablitty• StotutOr'y.,;Stete of Ffofidca Wolvor of subrogation IV, Employer's Llribility A. lirolts of LlObillty consul 'Oanirool Na, 044028 iflsutd Inttle Is Pep 22 of 24. obi PME3Cf No, uma 81,000,000 for.bedily Injury Of),UsSCI by en accident, each accident. 1;1,00D,ORO .for bodily Injury oaused by dose., each employee $1„000,000 for bodily injury caused by disease, policy unlit V. Umbrella Polley A. Units of Liability — Bodily injury and Properly Damage Liability Combined 8IngloUrnL 85,000400 Each Osourronce .5.000,000 Aggregate 6,-000,00,0 Note; :EKcess over OGL/AutotEmployer's VL 'Payment artr.1 Perforrriesso Bend 100% Of construction value (required for Phase Wanly) Vfl boRtrootae$ ,Profee$Ional Liablilt I rr is & Orni$Sione IJrnits of Coverage Eaeh ,Occurrense 81„000„000 Aggregate 81,W0,000: VII'. ENVIRONMaNTAL.AND JrSWARMENT LIABILITY Limits of Coverage • Each C1vr $100000 Aggre-gate 85,000000 Mil Merino General ,Liabiiity.including coverage for protection -end liability in tho amount of 81 ,00moo IX, jones Ast-sOverago for captain anq crew Tile above policies shall .provid e the 'City of Miami with written notice of cancoliatIon or material hanfrom the insurer not lase than (30) days prior to a ny.such c;,ancellatiop or motor's' change, The Certificates shall name tho otty wri additional insured. LOgin pante* authorized to do business In the State of Florida, with -the following qualifications, shall Issue all insurance policies required above: The sompany must be rated no less than "A" as to management, and no less than "Class X"'as to Financial Strength, by the latest edition of Bel s insurance Guide, publishod hy A.M, Beat Company, Oldwick, New Jersey, or its equivalent, Ail policies and /or certificates of insurance are subject to review and verification by Rid< 'Management prior to insurance .approval, Con4ultmln1nlUafs coltooL t4b, 00 •2(17 g M :Of 24 FINAL RT.IFICATIc. Q:F PAYMENT: PROJECT: PROJ C T MANAGER: (name, address) BID/CONTRACT NUM fi R TO (C%ty): CONSTRUCTION UCTION MANAGER; AGREEMENT Pol NOTICE TO PROCEED DATM DATE OF ISSUANCE. Ail conditions or requirements of .any ,peer sits ar re uiatory .atenclss have. 'satisfied. The documents required by the Agreement, i d the final bill laf ratan required, have, been l received and ;eccepted. The Work repl.r red by the Agree has been reviewed end the undersigned certifies that the Work, including minor cl rrective work, hes Wien :competed 1n accordance 'with the provision of the Agreement and le accepted under the terrns and ,00nditlans thereof.. •th;r~ou'h .the Dire oria9capW the war°its fully complete and Will assume full possession therc,of at Date), City of By Director Consuflafrs InItMa Cwiiiocf Na,A6-ZpZ6 Pnv 24 l 24 Lily Pr04 ho, 440045 City's Inlbl Wagner.Creek aSern,Iti Czi nal Tabl,,k-Sollecitxta of Values & itiVoking Ameurits lOosiiiiption i Sid `rob! month 'L Et Progmss PaymOrrt month z si.,-.. I Progress Payment month 3 Est. Progress Payment Mwtrt LI E..—E, [ Montt 5 Est Progres:s i Progrtss Payment i pa.fatent Month 6 Fc.f Penress Payrnent sk 1 ,Project Area Inifestigations i 6193,530 1 S8123 Esffmated Pzre:n1Corrpfste 1W 1 52% 42% Ts2 raphis & earnymetrit aurvey' 9,4137 12,?-.S 14,354 132,374 Estimate d' PVr..e.rst CoTpleie ' h '1- , Sedirheni CharacterizatioR$251O 10,352 659;528 $1422 $7,7S4 0 . IN% 5% 4% 23% IR-reefed PEil0 t Task 4 ;ve Ac-6.511 Plan (CAP} 8211,596 $80646 i $84540 4' trma'-e'd Percert, . pie. 1 , 40% 1 task 5 Perrnit Preparatlea $93,800 1 $75,340 Si 3,760 I srirne fed ercent Corry21e4e 0% ' . S917,225 S-1"e15,5 Sit)5,98S 6202,512 25 6 $.167444 $61,079 Estitaat7-..cf PErcent ..omplete WO% . 14% 12% 22%1 29t7 ., 18% 7% I-4.Clfray i AtitIVIty. 1 /1' .D44.7it..14414 tIMMaig-41"tiV7*f r.t;tn- `i:a''.1'. „.I .1 ;-.. , _ .. • -4Pr.4.44.0<fesg:44...:s44114.. ... 4.41..tus fsts4g.hglar. . , 1_—....--.1 .......s... - • • 1., ' ; to,,,:t -rissrosnrJaslumz. f 1. • • 4444 '00 ...4.4-404.44-44A--.....P.44.4. 4 44 .1f sts : L 15 4-gspaits --....,... -Iiii zed. .14or.t.1x.ra7Maafir..F., 1 AMC !F`,41.h4100-1'tn1111.11trakwi 4 145 firgt_ii4srviess4SdimlfrskyOgrEnssIcay 1. A1711-11-Pam11-sftimixt.ii 1 - Sri.14;.111.11V... Es ; • CtrAX01111. WqrssftCriaoRZ SurrifiwyPtriedis.g5n4..1141 14,1 ° Scope of Services Investigation Corrective Action Plan Preparaflon And Permitting Services WAGNERCREE SEYBOLD CANAL. Remecial Action Miami, Florida Prepared by: • C4412TVNI-1111. Comtruotom. ;January 2, 2008 FINAL Cont Syy��.yq5..pp ry�v, vrn y�yry y�X �n �+�. cope' of Services... .{ei,I1'.Y - +„a}4;iI. e.Ftln,Y.T! ifA}3{i .♦ ,a Taarat,r Tr aF{:ATr..T +. X'.a ,rL Tale 1.1 investigation .of the rujecf Area lox the ' rrposes o.± Attaining Site Access. -1 1..1 .Site Mega/Investigation Deliverables P,,.,n... ,,.,.. -.2 Site Access/investigation Asuum ?bons 1.4 Site Aceese/inveatigation Information ,equlxed S N`om and 2.1 Topographicx ad.Bat viriet ie Survey and 'e hine t Sampling of Wagner Creek and eyhold aXta Y t.4J F T .br 1{.,A x,a.>} is rA nrf.!xa a,xta}Meef,#!a F vPtxMan rAA 1NN%hl kr TlW xr1 �1 2.1. Cet eraI Des rip lion of Work., .,.P.. }.«.. er. ra.s 2.4 Surveying ig and Sampling Means- and 2.4,2 Topographic Survey , r ra...l.. P..,.T aP.r,x.F..{.}.r,,., y pk f2},4 3 iyy1d�r o'gyi!ap1��uycy�}�yyl ve +a rx..-+ ox.:,re..n.t „rx,x..tx•4a..a...,r, `'.xn r.a+:.n«, .3.AY,:1 „ , 4 Sediment $a+1�0. plinn :i'. t,:a. }Nv }'.. 1' .Y .3t 2,4.5 Mapi:ing & Computing 2.5 `V'j'og a hie/ i metx .r. Survey ancl Sediment Sampling D veal tea ...2 2,6 Topographic/ 13athymetric 5 ey and Sediment Sampling Assumptions ptions..2-, 2.'7 Topographic/ Batik3o.netric Survey and, erd ment arapi%ng Schedule.n4l.....2-6 2.8 Topographic/ UaThyi.ne ric Survey and.SediraeritSa plingInfortned, u .31 Performance a ce of .t7R".dAkl;.liT.:rnt Characterizations.rxTr!'.e ”400PILW,A,, ale YBnxir , 1 x .Pn a'Y 1.84 3,1 Sediment Chata a terizat on Deliverables Sediment Characterization ntCharacterization yryY r cte2 a io Assumptions.:a..a.T.... ,.t,.P.. >vr,l....., .....r, .' 33 Sediment ar�ra4 to ization Schedule , x A..4 ,J Y}1perY+ A Y4r•X1.0..r}iPR}lb..rleeie 9,4 Sediment Characterization Iormaatiott Reg Sea fr011.1 Others .4:,.....,,:«r4..3 Task r Preparation of A Corrective Action Plan mid Associated Documents...h.,.M....4.A 4.1 CAP l're ?arat on i elive a les l.aT,x } ... Tas 4.4 CAP Preparation Information Required from. Mara ,}... ,..,.r,.T.,:..,,,.,xwr,. �^+ ^( t} nt �S f.ta /y �.1. P epara1.ion o ,n Si 4YaVJ}h� Y'IqyM1[�y.4x r��+'.�3 y'.Y(fir. }..}i1'.. n.ru Fib :rr,}i r.r.i,/a0.ifri{Vx Y9.x'.cta ill xlsY.}l xT+T.11 rb.aMl fR t1 _;tf gyn�YT`'y)y 5.1 Permit Preparation Delzvera l } ra if V.24,,•j{••.c..R.a}i Fa :1.."avf ,Y}. r., tur3,p V}'H 5.,3 Permit Preparation Schedule+...a,, is aw6ar ..,., r..eT a 414,Nrwe < a>,,a .r . .w, 5,2 5A Perinft Preparation InforrnatiOn l egtrited frro S ope of Services This Scope of Services document includes an outline and description of the tasks included in Phase 1 (Assessment Plan, Design/ and Permitting) of the Wagner Creek/Seybold Canal Sediment Dredging -Project for the City ,of Miami, Florida, (It shottld be noted that Phase 3 oT this project, as defined in this docuxnent, is different from Phase as defined by the City of in the January 22, .2007 Request for Additional Information) The following is a stunmary of the tasks fhat we have identified for Phase 1 of this prOject, 1. Frop0rty ownership investigatiort of the project kulea (as defined below) fox attaining site acceas„ 2. Performance of a topographic survey (Wagner CT90<,) and a bathymetric survey (Seybold Canal) for determining/verifying sediment volkune3 and sediment distribution along the length of the project work area, 3. POriormance of sediment characterization for determining sediment tnake-up aro particle Ate, dewatering charecteristicS,aTndcontatnLoAnt diettibution along the Lcrgth of the project work area, Waste profiles of the sediment will be developed ill. order to establisha baseline for post -cleanup sarnpliilg. and risk assessment, 4, PreparatiOn of a Corrective Action Plan (CAP) consisting. of ,sul>coraponents described in Section 4, 5, Preparation of the necessary perrnits for this work including the Miami -Dade Department of anvironmentel Resources (DEM) Class 1 permit, the Florida 0epsrtmcnt of gm/Int./ram-1Ni Protection (MEP) Environmental Resource Permit (RP) permit/ and El U$. Army Corps of Engineers (USACE) 41.04 perinit, Personnel to be used during this phase of the ptojectAre summarized,in TO* Eac:h Qf the tasks, and their subtasks, are described in more 4etailin the following ecttom. Project sl-IPPott tray be Provided by any -member of the project team. tAuLai Key Personnoi Nemo ewe, COrTiparly Todd Wins CH2M HILL Project oltsctor *A- DOW Cole ,CH2M HILL Project Manager 'Russell Sliort. CH2M HILL Aquatic Vegetetlon Specialist Rob WrighI CH2M HILL 'Lonnie Reoso Estimators fernado Crovelio- CHZTVI HILL 0Ili:Pdo .CH2M HILL CO County Area Mansger Planning Revlow cppycinFir Noa MM.BILL CONSTRUCT04, [ G.I.CQMPANY 8COP .1 r SERVICX$ imr ••••• Name .omPanY Title/Function Rich Rathnow CH2M HILL Health and Safety Manager. Pat Sari Pedro: San Pedro ProductIone• Public iRelations Coordination kiln Sawyer Etank svoyor Roman: Gusteal Santiago P. Eohornendla Arsenio Milan 1.)tew Carripbell ARC 'Surveying and TOpographic Survey i3athyrnetric Survey SaMpling TEW Cardenas, .LP. Access Agreementa 1.,;e0.0.j.StaMc68/RevieW :Milan 'Swain Assoq. Kathryn "Kir 'Carlin* Kathryn OUrtin Data Collection Project Enjineeiing Project Dealgn CAP Drafts. PerMit PreparatiOn Manatee and other endangered:species plan preparation end ob$ervation Alejandro Sarandrea• Osorge Munne Am Moan EarthmoVer6 Sediment Removal/Matorial ndn Oonotructebility TIOVIew:s Marino Fernandez Ramon Mijarea TBN .InternetIonal Analytical Analytical Subcontractor Group 601ITeeh DiatrIbutore, Inc, Material Transportation Planning CH2M HILL Office Clerical Theresa Roja$ Eric Dwelt TEN H2M HILL AlBorsody 0H2M HILL Nan-cy .Ballantyne LI SohWan .01,12.10 HILL Quality Control Manaoar " Ment/Contrat'Ae Project Controls . Regulatory Compliance v •We Tem McSWeeney C1-12M H L Senior onstruction Reviov.t It CON(IIGHT2008 BYCIPM CONSMUOTOAS, INO,i COMPAIV CONFIDENTIAL Task 1: Investigation of the Project Area for the Purposes of Attairifng Sito Access A..1114.tjar tlet.t01:,41. thit..projectwill b'e eade,MiVidinecl work areai along lAtagner Creek al)d-$0.4)014'6•Aat P*titig frolvt.XWOlt.00.1.41,04tx.TWit a the start of Phase III Ma -Citt,) to the ena:of Sqybelti:Ctnel:Odentitled.bi the City 4g:the terminus ,of Phze 4,wherff it aopos1ts ipto U e Ni-tiarit RiViat Teat imeatOftile,NW"7m,5teeet:13ritigeYgtum.$30E,*iltiii5i.k t4tht'oliltrOirItMAgitoptaaix4wook;Spit iatiel:komvoiavoliotratt6figydzi: ,paT41#13:041travoNdttadovt,,liwciWireifWaliilftahit601) wokthe040.2the.Wile4- '0WOU04,,y.itila.41),boiliiti•glIropotroraaaww.0:0yeaefeitOor,v6aMial66R-164"406iifefitg':"• • u Tiff64.111titta pnVerty steraes and potentiell ihteivi,gwet4ith:'eppgodigeleV-P$45thiate, ',00.1%,.4t$:asfilop§44•4045yIgo#W4t'Ltitiiitt#tattta,(ee.11ivrel),•This eff'071,-Ellep ifltLLde ond con4uptin8 ttrroffiti pi1,ik4:eatlits todioc,uo tok.;:tas *,rife oeop Oetvleee fOt thiataWc irL010,clo:the.fo1iowitl:&4ameatt, A more spkrelff dripUn;for otir .esitt,tnoteci :(evei,pi-OAC.YX.t (LCA fo this teakia.fahownIn (.1701.11e, Rhaaardittlgortc1.-tovi6wInt:Ettopialy ownerehip ;Navas and prepoity (16.00 o OtevOliviwxi OKiarttA0,.<;:as9 A:oakt.00 tO gain Aee0e ptiv4te ptop(1ety for the pltposee:of pzzfOnningthe$eafinent:dhatteterizotion.$0.101A-tg,tta c0.0gtottio frb.ittoval Wirhents). raentifyin&reptkty- rcnvnelp Oatneeci to'.b0,0.0,aprOcivi.ta on. partrato. • Olptatob.vla*).atgrattortte tot toy ibte4M.,04.1Lig raglaire_d) ARViOkrtig.pvpvtfigamciovtitaknottfrig..v.Rotakbott),..xolouttga.:0Ao.l.cit ottgp. _ • Pk.velPPiftt,g Yq00..4400#164.4tggma4t. . ▪ giIoliiiArogog.4101-Pottt ▪ 'Caotdirttitirig.and ee:T.ndiadting puhik ineetInz o prosent a project Approach overvipw,i- ,c'Uouos -11,11.408i '4114 e,ccOct.(eolare:tailie!Ontho'ht6. OPsaitOrMakDronaHRLIGerlipiepteft$0%.cuoiwOrtoNNOMM TASK 11 INVESTIGATION OF THEno„iccr AREA FOR THE PUFP ESCF AlTAININO sae ccts TA131X Project Set-up, .KiCicolf, Ifoy Plan Pc cIon Property Ownealip, and 'Osed •ReStarCh Anticipated Resetirce Description of Effort Peg ulreinents Project:Manager Project Support Project Engineer *Initial project set-up, coordinate kickoff ineeUngs, data; p jGtcontrot, rePort review, and submittal Prepare Staiwnents of Work for ail itegim subcoMractors Identify appropriate FDEP, DE.RM, ariUAOE keholdore and coordinate inUImeeting le discuss permit:requirements CoordtriatoOrid manage ali,Subtaske associated with this Wk. • Prepare Preliminary Health a Safety.,Plan that will Provide rainitnum iioaith and safety Protocels reqUired.ferproperty.tiocess Public Relations Coca! Contract Administrator Pr‹)ject Con r Attend 'kickoff meetings Collect and roView all exiOng data from pity Gomiolkilli$t of a eldiaterit Ir-OPOrtY OWners, categOite i•,)y ?cob%) status Prepare .reprort end r000rnmend.aollons to =plate the work Attend follov,frup reeptinge With property owners o$ necessary Attend kickoff Meetings Prepare Daft Public Relations Plan to the detail 3tcyylred to gain properly 'peceSs Coordinate public meeting .to disodss entire project scope Prepare announcement regarding the sdape of thiS effort Coordinate follow up .rneetinge, With property owners Proper() .report and recommend actions to tOmplete the work Attend follow-up meeting6 With property Owners as necoeSary initial project set-up Contreet negotiation With 4ebsentraotors and cottlip pi'oPurern• nt support required for Nephew of the work • . . ostand sehod.ute irackktg and tIPMe4 InV010e. preparation Legal Review Prepare Ilew4lowne for inclusion in CH2M 1-1,111. tybOoniracte Review eubeontracts and auggested'obanoes from subcontractors Draft aoceS agreement for review 1)y Oily Attorney :Coordinate raview �f leans and conditions with major landowners end pElyi69Uri1Y eintlti.10 Travel (Airfare, Hotel, Car 'Travel for PrOpet Manager and other CH2M 1-11.11 personnel for Rentals). kicloificoordinetion meetings and onelleVerk 4 Other Direct coma (01)GO Mispellanous duplloatkn, rpOrt etpDrobty:, ond octniInIsicaUv aUpport for tho project COrrniain. boo vomit, mu_ tot461141.1GMEI J4, 06MPAq(C0hFrOPPAlt 1.2 TAOK ESTIGATIO FTHE P Et FO THpUF1POESOF ATTAINING SNE ACCESS 2, The. City will provide access to all previous information developed for this project by others, to include amlytical, reports, and .agreements already in place, FIGURE 1 Map of Dredging Area LflEan.CI 'end COO/ Pm Lounda4.1Dirl. nunntA„,,,I,F,„ ar,r17-117,4. CA i;sasirlo Zoo k7 -01 ov COPYRIGHT 2o Y Cl-I2M cOESTFILICTORS,. I NC, COMPANY CONFIDE NNA L 141 • • . Task 2: 'Topographic and Bathymetrit Survey and- Sediment Sampling ,of Wagner Creek .and Saybold .Canat 2;1: General persoriptiO1 Of WO* It:14 orl.14.,ipo v.0 tl..tg.t avambirtf4fori •.noeoswy thv o410 treetllaing.00TOpy•Aticiin 10e-409114. .-Therefore( CI-52114 Uh1 Will pa:m:1de topog.fai1-iitftv:Ixost.4b,t stirveys.nci aediv.te.sqttfOlit% to deriiir 114e epAlity, cltifOity and disi-riblifiort agii6iitierltoIn 'Wwiet Creek ,a1,14 S.er.ci14 Canal,. 'In 'aditionidet4,14:414 Wato).,,i'!:'nly'lo,0104:03.togy; by's,atui ding t ad:tagv:0s will b, orvitvapp. The -6'1,-Liataska ei-Msdolieduriger this. scbpe 94. work faskimittde the VAlloWix*: 2.2 Wagner Creek- * )›terrattle thelbOlit*: 441hptialg.ppini0 '00,g0apAer. Creek. the IcrgUi of,eree 111.,:tbilsoolgo; mreaoidiA-Ppot ifall3W.'4016001.6v4floote01461641,tb—tjz:ivaputa • • loantioit, .L.Qgtatieg:lbst* ovtopmdfrigihe, pottering Tecigix.e,ment relocWohhaevOlvattio :allow the, sivtiprtrkgW0*W111150 4V.00IgtadY Analyze 'saaftp1:69: tad Atit,Oliia`lUe OtOpkiemat$*,4t-tattilme .end grapaiteglyc p4;ovide topgivilleil-titurkey of the imdetlyilig,110telUtl OtOng thq :cox tv3ing pllat 741150;itr digeraittlet dvittal-pbtatOr Locate 411, '..40114)oods.;;prol;eeted,,,vegetative.:opeciep,baia$04,. 044411,40 ptv.an :sew0E4410i T;\7;0.:W 101ephone arms; igiderpoxfsna1ecic1tina1,t8, 01.Q1-5 ttae tapek • LbOtlf.,0.0,t1ti dPgtOnOrit 010 Igoaelateondftibil Of \J1 e4,P4iir-04$ wa.111,,ete)., ;Provitte.--0.1:01-M441caliJortsi and:data aryd:-.1x0,140. 6k 144 icotoote \:7cirk to; 'CATO at),PPP fp tilltt,Dataond,d1'4W1461,011i0014044?* Ii0:12;i1-XiftP4 f9, the locations of beilchnuirkp, rnp1i lc iti. dp1 nd 100,003 of m.t1A,ic,Wes-111faig the toiik, Ittformotipil 01).14opx.ov,iiicit sufficiAblaetaii to ihatcvt,e, ititeratipt, t$ rnd laucitp:01 jcrUto the:ae.e% OPY400.240.6::3Y IM 9.1i9TRifcrons, JO: ,•.6 avAidiNhOPMIAt, AO( Z: TOPOO'il/W111 b RAThYMET1110.$URVRY AND f) (VENT '44111-1140!()NIAONE-11:i1PrSiNti 8t/O.M.11 blq1A1. $sybOld Cana! Pms3t1e,q0s:ptOo1i.441-0Vmt,ilti-beinaCtrvoy*AilinOit ad poottomwdrottm.i. Fettetrefiqzadzi.,(GP-Mtnotateii_oxytte01.0.f0100d4t0440,000744q,00i4entify &Wig titattoaraiiiio tho .vottyr;:to' 611,14,11,k,!`t..0 ppse§digotOlt 2,250cfeiNfigt(OVVigkit.”0041RitAtiV1W1dit'iOltaagigwegY, .5;010:041 :0#0.010,40ftailtr041,040*.t.fit:406Awcolylvigiopitl�ciitorts Provide GIV.topogrephy Of theurtderlyiqg nutorla5 :),k)rkg tf"k 4 Locate. a :biliktie-ede, doe4PlgtOtOtt veSeigtivespeete$,.bidgeof oulveil$and togia,041.anafoorxil water its, ,00:riiiitiv,,tytWedhoxi.0 11,40g, vrtdeggro.tind i1u iici 4orito4,t8, ifott$ftiq crL .1:44,te aid:600,1m0At 0440,v, Qf 61.1•04Airtg $tructItte (i.A,4,16311of otatim s4.011§, . Pivk1e v1un colatigtiori4:d4t, tuutdvcw:fpo pt the.tatrIpietext work in cArg) 00: ppr.foymo:td. 04.ta orictdoze wittinclado.,,Iwtoot:60,:litt*Adtp.).-the,1044tigx0 of betwiimario,.'w.mviirtg icIfl. incdppf11,5:otict leidotibroplopi4totp..,fal,014.tho kiforlitotio 411)4 prolfeM '0....$.401,001. Matto indicate int:ex:6606:0g -stitetei le.ttdtmrks.tcyecent to the argaeL All. survey utivittes wi1potcbt4*(1,1,v4ox, tho .iiiveci,:aufavrston,of ARCStavoytilk .a ,2ofes$iong8ixr,v.,eyox' iI tVreppe4,:tteexkoef.,i itia•lh.g0o4 ndng Mal the, State QfPlaid:6 :anc1. bliaLt4:141*0 to ie of litOgiti• WtOutt Techtlkal Stin.4104,9,:To, 674476. at-44,4014o ;ed.r44:11strativo Cob (PAC), A rfors,ppoilic desdiptito for this,,esfort iJiown in Table S. dOPY1310,HT2(4)1)Y 01121411114 6:)/40110G1013% 1(0, )4101.1P/NY.004F1t)1f1141. TATO: TOPM APHIOAND•BAMMI-ITTIIC RIMY AO $E0IMEHT SNIPYMOVell CREEK AND SEYHOLQ CANAL, TAM a Toppgraphic anti 13-athynalrto Siuv AntEcipated Resouree, Require/nuts Pr* at Manager Project Suppe4 project .,Erigineer Sur teortpIot Efrt •Coerdinate klekoff meetings •with angineerand stave:v./sampling •subcontradter(4 project PQTAP318t:dalavac) roport•reVieVit, and submittal .Prepare•StatE5ManWWkfd1toarn sitcontracters identikappr‘opriate ,FP.EP, 'PERM, arid :USACE:stakebelders and coordinate, Initial meeting to discuss project requirements C.,opreilnale and Mariags all sublasits associated with this task internally:review elf sampling and survey data Prepare su•Ornittal copies., ..duprication, and gmtphic tasks Prepare ActivIty•Fiazard AndlySit CAFiA) Amenctr•rent to •Hetiflat & • a ety 'Plan Prepare Drat Biological Assesamentavlitlgation Plan Prepare Analytical QA/Q Nan (Indio ding chemical and physicat :properties. analysis.) Prepare $ampting add Analysis Plan. AO. Attend task coordination meetings Distribute pertinent data from City Rekliewdate and 'continent Attnd folleW•up meetings as necessary Attend kickoff meetings Rovlaw ail Orating .data :trot() CiV .Preparo survey and mapping plane Provide labor; equipment,: and matadolanacessaiy to complete topographic: and hathyrriotrie Surveys of Wagner Creek and $.eybold Canal Provide data review and calculations Prepare ,report and recommend ether actions to complete The work Attend id -low -iv meetings necessary • Analytleal SubAttend tank coordination nleettngs Provide sainpling services., containere, cOetars„ and: chain ef oostady 'Obordinate.analysie ef samples (analytical. and physical). Organize data and siktnit for in report- _ Endan,gerad Species Ptotootion Prepare •t)raft Manatee •Protectieo Plan Prepaie Draft Endangered 8proles Monitering and Protection Pan Contract Administrator Contract nagollstion with subcontractors end continued procurement support required for thia phase of the work 2,6 ,COPYFIII3HT PC0e, cli2I,1 HILL COUSTRUGIORS,INe, COMPANY CONFIOHIOIAL TASK INVESTIGATION OP THE PFAMOT A THE PUB POSES CIF ATTAINIPIG SITE ACCUSS 1,1 Site Access/Investigation Deliverabies 1. Draft Access Agreement 2, Approved Access Agreement Form 3. Draft Public Relations Man Vrelitninary Health& Safety Man 5. Signed Access Agreements from adjoining landowner/entity 6. ,Signed Vessel Relocation Agreements 7. Suramaq report and /naps for all agreements 8. Copies of Meeting Notes and Public Correspondence TWO draft _hard copies and one draft. copy in electronic form for review and comment wiltwlltbesubmitted for each deliVerablc,, The electronic, copy wil1he in Microsoft Word so that conments may be transmitted using track changes. Three copies of the final document and one electronic copy will be Llbrait tad for •City files, The city's project rmnager will receive one hard copy ..ad one electronic copy of each submittal. 1,2 Site Access/investigation Assumptions 1,Ci-12M ermisions three general meetings to obtain site access agreements; one with the public, one with private and commercial property own, anct one with the goverment agencies (i.e., City, County, and State), 2, Al funding will be made available to perform, this task for the enbxe length of Wagner Creek and Seybold Canal, 3. CI-12M rilLL assames that only one access agreement will need to be obtain ed from the to *cceis proe-rticis. 4. CH2,1v1H11:Lassurnes that only one MOOS agroonient will need to be obtained from the — State -to 'access -all -State-owned properties, 1.3 Site Access/investigation Schedule Site Access/Investigation IS expected to take approximately two months to complete. • 1.4 Site Access/investigation Information Required From Others 1. The City will provide legal -counsel for siteiproperty access agreement review at no cost to CH2N1 HILL, t.a COPYRIGHT 20813Y Olt2M HILL CON STRUOTOR .1140, 4- COM PAW VANDEN Mt 21 TOPOCIRAPII10 AND fiNiffY METE 51011iN'' AND AJEOIMENTSAMPUND C2F WA CF18g AND DEY$C11..9 CANAL Antiolpate.d ReSourch fiecluIrarn:ent pe=iptIon, of 'Effort Prciect Controls' Cost:end sehedule Imol<ing aind Ppdatss Invoice prepafellon Legal ReVlow ticvlew al !ken trabl$ And suogested changes kern 'subcontractors Travel (Airfare, Hetei,,Car Traye.for Prefect Manager and other•CH2M HILL management for kickoff RentaisY ar)dcoolleation meetings (1 ea) . . 000 Mi6cellaiectte duplication, report -sserntly, end adnillistratIva support for the project „ r - 2,4 Surveying and .Sampling Means and Methods 141 Control Vertical control will be established at the jobsite from a City of Miami fiendunark located at the SW corner of 13th Avenue and NW 15th Street, Elevations will be refeeenced to National Geodetic Vertical Datum (NGVD) 1929. Horizontecontrol will be es t Wished, at the jobSite in the State Jsne Coordinate Systein, Florida East Zone, North American Datum of 1983 (NAD83) 2.42 Topographio .Survoy Topogmthic croections will be .o Lected at 150 foot sta intotti:el$ along the Waterway, 'Elevatiops will be collected to describe the intersectilon of water'.$ edge with :sheettag, buildieads, docks, etc, and upslope to top rof slope. Data will be collected using ball conventional and DGPS methods in accordance with localiState and Vederal. i.-eifiattons, 24$ illydrOpphit Sprosy liydrographk crOSS.sections will be collOct04 at 150 lOot ,station intervals along the ,Ntaterviay when possible, Depths -Will be acquired through the -use of a NaviSound 210 singlebeara depth sounder, oper4tilag-, at 200 kH, configured to Trimble DGPS positioning atrough•CoOtal Oceanographic llypack tiav%ational and data process$ng software< in area where depths ,are to shallow to aCcorrunodate a sunte.ybost, depths will be acquired by wading and pole so -meting, Depths will be converted to elevation front continuous tide or water level gages established at the jObsite. copyto-rrvm BYtHA1 HI Lt. COMTAIJOT0116,INGI COMPANY WN ORNTIAL TA'Ott 2; VPMPAPItIGANI) DAFITP41.4TAIOS,VIVEY MkietitOprwActNE,E101.1'pff Allt1.8VOLDCA.N4,. 2.4A SedIrriStit 8111111)11n ,Setlimeta will be ccillected pt appoximett* 60 Sra g ttes wgtterw:gy‘ at the apparent centerlines and. toes of 4ope,, San:TT:es Will 'bp ctilleete4-by manually pushin$ A dear plexiglass,tube (equipped with Standayd split.conn retainer) IMO the.sUbsUrfaceto ;t4fuSal., The tubli g wiiLbo withdrawn frontliest.„ibiriate,,Otiimxtileantegi, pIxotop'aphed And placed u.pJast.W fr.eeelbatA fOi.t 041lvery 6oilola)pre tory. :Due to ate itiftown getifj*11 fi$ (gompq*ci silts, Clays, etc,)„it niq be aetgsary tO attieoe,setti,P10§blOW'Ofheltiopproved'inethadkkifi.40titiW60.5i%0 Corroutitv The results a,airveyc.ata provJaed in A.utoC40 forrnAts iv:166th elec ti'civicf• batct: Elevation iJ the pre-,C011,StreiC11:81:irVpy 11 e iltUpt.11404 Th p1m view icInti in oross- .seqii9n`lormat„,rh.e pre-constrUctioik survey will be co/vared :to the sedirnenl S'amplo'srtd rruznt-ItyofseciiMpntp.„o bexCPV'tk tea deveippki, .QUality Contial Alt 8tarve„yawill loe:iper;formed 'under lh di-rett supervision ofe prorOsidi141A4tveyor, -ro$isler,gcl in the State of Blartd,a., PreVio4a si3Oeye ptm tr others wiltbe rornpmed ±o the :data collected urtcler this. contit 10 vet' the cumtity ;and distribution of the $ediment. Topographio/Bathymptric.Survey and Sediment SAmpling Doliv6ratiles Toporaphie/Bathyrnetric Survey and Sedinient SanAplix.%Deliverables ArtelytietlaM h1nbxtg and phySicil propenlesV1[41Y4910— — — 2 Samplinz tuld Atutr$;t5 ?Jail (including BtIthyrnetriotropographic equiprnent and: procedures) QuAlity Assurance P.rogri4rn 4. Ureitt 131010$.1441..A0.5,0px.xwilMitigation ctivitt Hazard. Anafys4.(.411A) Mql,67Ael'4 to Maltll &SLIMY 'Nan 6, Mort Manatoe Protection Plan 7 Draft Endangered Species Monitoring. and .1:'xotection Plan trdPVPIORTO.61*004'111:.01,0Telliqq18;INA-:i q0KCP,ANY C 4A0IINTIAL 2.$ TASK ToPeociAPHJc RATHYMEIR1C SURVEY AND SEDIMENT SAMPLIN OF WAGNER CREK AND SEYBOLD CANAL 8, CADD drawl/1gs showing top of sediznent, limit of excavation, bulkheads, docks, bridges, protected vegetation, creek and canal location, and pertinent cross streets/landmarks 9, Volume calculations by relnediation phase 10, Summary report outlining the recommended remediation approach aro site restoration requirements for each remecliation phase of work 11, Copies of Note,s and Carresportdence from Public Meetings Two draft hard copies and one draft copy in electronic fonn for review and comment will be submitted for each deliverable. The electronic copy will be in Microsoft Word so that comments may be transrnitted using track changes, Three copies of the final document and. °tie electronic copy will be submitted for city files, The city's project manager will 'receive one hard copy nd orte electronic copy of oath F,tilarnittal All drawings will I2e delivered in 24-inch by 36-inch and 11,-inch by 17-incb size in AutoCAD and. PDF format, both hard copy ami Topographic/ Bathymetric Survey and Sedh nt Sampling Assumptions 1. CHM HILL envisions one public meeting at the end of this task to discuss findings and proposed plans. 2, Al necessary funding will be xnade itable topeformthLs task fox the entire length of Wagner Creek and Seybold Canal (Phases 1-4 as defined by the CIty), 3. Fifty samples (4,5, oils $ duplicates for quality assurance) are currently estimated for sediment dm= teiltation. 2.7 Topographic/ Bathymetric Survey and Sedim nt Sampling Schedule TopagraphiaBathymetric Surveying and sediment saMpling is expected to take apprOximately two months to complete.. 28 Topographic/ Bathyilletric Survey and Sediment Sampling information Required from Others "The City 11Imvide access to all previous InforMation developed for this project by others, to include anAlytica, report, Old ilgternent cilready in place!, 'COPYRIGH 00SaY 01,12M HILL CONTRUOTORS, INC,* MANNY CONFrCEIAL Task 3: Performance edimen Characterization Based upon oui• review of the existing data and quantities provided by the City in earlier documents, CH2M mu. is assuming there is ,approximately 22,000 cubic yards of recoverable sediment to be reinowd K16,000 cubic yards from Wagner Creek and 6,000 cubic yards from Seybold Canal), Previmis sediment sampling and characterization efforts may not be sufilcient to prepare the design docutnents required for this project; thtla, CH2M HILL intends to perform additional sampling and characterization of the creek/ can sedinients, Sediment samples will be taken and :analyzed for preparation of the engineering desist for the entkitonmental evaluations needed for successful acceptance of the CAP, and for deteriatination of qproptiate material handling and disposal option6d requirements, In Addition, we will perform some zcictitional sed4nent characterization sampling to Alleviate 5takehO1der concerns regarding contarrtination risks, Sampling transects -Will be spaced at 200-foot intervals over the total length (approximately 9,,100 feet) of Wagner Creek and Seybold CnnaL We will take 3 core samples a each tamed and combine them into a single transect composite sample to characterize the sediments frOrn bank to Int*, yielding a total of 50 (45 plus 5 for QA/QC) samples that Tvill be analyzed for the f011oWing constituerds: TAtit44. Sediment.Charaotefizatiol , AnOtto Method -01rWriaberioltirell rand:Cong nom 820 IMP Vole tites- P0013 .TeLP-ZeniIvolatilee- • -• 011/02.700 ri,Pk0 „ „ 1311/.60:10S17.0 . TQL:P PeettoldOe '6081A TOLP fri•orbleidee 8151A PCtik 8062 lot-M.101'V BOO: OorroMvity 1.01 ot1.00. 1-?airtt Miter EP,4\ :9095A Speoillp Gravity SM 27IOF Pen* 80ficio 166.3 Waned' Particle Size MTM.15142 NoWs1.170t,r, Toxicity C.) haradorMeathing 'Pmado.re COPYi1,1011T2COStlY 1..t2ht ,..LCONSTHOGVAS, COMPANY CONFIOONTIAL. Table 513 to_vicles ,cla tvtilecle=Ui Pithis offor.t, O'acbent CharaolerialOn 46000%0cl ,itOoo:orda itacttil Ponl Witt 'fAIK ;f4,ERFORMANOE Op Sa)141416111VINOTERVATION 00.0.0090 ttf04 Proloa. tOr'40. r Pot E:11,gineer Co orcilnato tar('lkolcff 0,9010{: p0.001400.proloot sofiktiulozrict,cp$1,<PontrOfppoq livrigiottprit, 9. 410.11oriitite9 Prapato irdar6T:arrb P00.0.0.A0,,f9tiow4uplaoltinp,w)11),apprqp1,14to fVuiatom 0..44 Atlyor ritalqib611;dpro,0i011110n., tI ogwooioto. <c)bardfoateiancl.:mariO00F,all'0034$1:40:,bP0..00tg with Us 00(160,1;andlOvi*,011:101/0411qr0414!*0!'es1:ib Prepro fibldArOlif.0,:g604, 0.114'00„ItY00110.80PtiAndl-' 110001040 40flOP A0:#)1106.1P Arh5ilyflOat:'$iib'901citfa0or .01)10111 00/.0.roampfa4:to approved 00#01.010WIttxtg<01414040dillYittalt4PAtr4UwOkti,VM1r: ideAllibil*WOrknOtt$10NOMIOOP00*oggKieigil •Itia(P41)101050144.0119.66a1,t0:040-.'0400076 • 8.0:41marlkOagOitolo 'pp im1b,6100, v)-9I.12:4 HILL iaontlaaNkfirMotor 'epritiadnogdiallan•*114340bcota.0016(0'ilild ,OOMINtaki.pwortimatit e(i0pciirt 641;0'0 d TO..tiop:ra$9,:04iqWork. . Fh.ojot :0.04tr9110 COOt RIdadhadulo iteclOng,aari -up tlaW. invt>1.0 prpt4Ottiork OPO • • , • •""••• MtS,Odnall ETOUP Otcp119a0(1, moon: ago.01Nyt aric1:00a.flinisitratiiioaqp..ort rot .0412r0Ireot Sediment Charactexization: Pelivemblet 1, Field Sampling Repolt g4ibe anclgraphket Tepreaerr,lttlol:i$ a'xIalyti,dal reaat. De4a Qtyatity RepPet NRA Arnegarn,ent to -health Sat'oky Kati Copies .-.of flag pnd CorrepQncteme TNIO df.t 144 op-eo And one clre:ft 'copy ate electranie fotn4 rug -r eview and ,aonnnent will be sulnnifted...tor each davekal-Aa, 01040:otkle- copy will be., in Iviiamat Woad that cou1'21amay lie traillOnittecl. isrng bc¼chengea, Thfro4cpe of. (he final.: ORRIper200.0y pi2m CONSTRUCTORS;114, cc IPAW Hi-b. MAL TASK at KtIFORIAAKCE, OF 8E0140TO-1/MC WRIZATION document and one electronic copy will be submitted for City files, The city's project P1uget wifl xecelve one hard copy and one 4ectronic :copy of each aubmittat All drawings wIll be delivered in 211-inch by 36-inch and 1.1-incli by 174rIelt size n PD1, both hard copy and electronic. 32 Sediment Characterization Assumptions A11,necessaly funding will brriade ivallable to perform this taskfar the entire, length of Wagner -Creek ,alld :50ybold. Canal (Phases 1-4 :as,delined by the, CitY)„.. 3.3 Sediment .Characterization Schedule sediment aaracterlzation is expected to take approximately 1 month to complete,. 3,4 Sediment Characterization information Required from Others The city willprovide ac<eas to allprevious information developed for this project by others, tO inClude analytic0, reports, and agreements .0:ready in place, Cii214 HILL Q,ONSTRKToPis,H40. ,CCPPAWC,ONFIDOITIAL Task 4. Preparation of a Corrective Action Plan and Associated Documents The CAP IS the primary docturtent that will.clesoribe the technical and cortigtruotiori approach desiP) for the project. Final acceptance and approval of the CAP by 0Egtif will bi . required in order to obtain the perrnitsi essay to perforrn the constroctiori phase of this project, CAP preparation will consist of the following sub -elements'; e Preparation. of ft Construction Work Plan (CWP), which will detail the proposed technical approach to the work along E411)116.9esofWagtet Cxeek and. Seyhold Canal, ;ciunw following: - SE:dirnent removal. - Sediment handling and cOntainrnent — Sediment cleWatering tired solidification (including tr6tretbitity - Envh-onmental control tlurl protection + Water quality,. including res-uspension and turbidity controls + Air quality + Endangered species + Noise and odor controls 4 Spffl prevention, control, and Cowl te rrnea urea (SPCC) — Dioxin and contarain.ant managetnent - Transportation anti disposal - RestOration (including bank stabilization, seawall restoration, revegetation, etc.) TheAnal Health & safety Plan, which will include the ..A14As associated with project remedial= work in addition to those prepared during Tasks 2 and 3 T1ie.Fin:a1-.Public Relations Plan, which will include public relations :acti'vities that will k-iciAr.dming the remediation work The Final 'Pndangered Species Protection Plattended cied to include construction activitie0- 'The:Final Manateelr'rotection Plan (amended to incligle construction activities) .The Final Biological Assessinent/Mitigation.Plan, which will detail .specific rhitigation aOtivities A summary of the sediment ,cliaractorization samplingand the c hxuit survey result:8 COPYRIMirp Y CH21.111111 CONS1flUCT0118, INC.. 011 rm CONROE DAL di OF A CIII,FIC.:11Vg AptION11.1..ANAND2i.$,80047g PONInlitS The CWP ipre 'specific cl.etoib vto4inz fho opro4ch to:pitt acceo.lottilion$, sediment xemoval,,dew04,01% god treatment, material handling, transportation snd .di§.poosi idenlificeilon of trafflo.rooleS and ;a fariffic voint.rol.platiediAt0.0 etosion control,i*,:)„ and Site tOtitottakiattatitifng, barik tatzatio* $0634'4)11 restotati01 tgthion,etc), $pedflO means ,and•tiedlods of t orkOrudgion .will'elost likely differ betweeTiple. 'two: atfm.,%, 1,yo.t-ca Wagner Cxeek will invOltre meciaartical 1.'ettioValof eeditrients by land -based equipment lbe et6:mabloIebItlo Otte Moo .Croek ona hplretptiotOotwol!gqw.pro,fit for InAto.0,9$iNe mem of WAgn.gx Cmek, sueltas cigverta, bridges',rd testiletlyediannelized 4ad1leotf %vex, Creek, wires Tvorkat Seybold Cxa1 will lavolventechglicalstdbydtault0..gdpiolzel .0f:sediments byt-tilciate-based equipfuOntll'te :CWP :poids atelent,dittail on each, Thei1R1th&,..6fety Plinwillincilude.- theAl&TA0.1.5,do`te with p.topot .r0ipottiAtioxi. wctatn dtirn t tbiospivputerdatirth8 TiolcA 2 and 3, to wJ1 itot ;VIY•tte4q1be'ille dna sfty IQtocoi to prQted the $ite, worker$:,...butwiii pi wide detog$ on tl..telie4ith ail 'safety procedures:Alai wIl bes'ptit 4plaCe to p:rotod tJt,,tootuldittg public; The p•l7fixi describe specifiri,boltb aidaitety.pto(otol.: fbrontatntriftted 'sediment materiel handliriri, ,dott. otoi,eta, •Vno Tiegiftt 4,.$afety-,Plark will be prepaTed nsmndatiee with29 OR 1910.120,. flaisatiMlfg-lWAtiog0110iVittppykleo „,gx44-66.15,06,61Aite*ittivitt30,to.40W.gly iotorsgkotiftrothegoVAiliAlit:*atld-WW6i.14'40441,00%*4.13g WOpPYPfg*-04' sogolkokttoploolxogorgdoxirgokacoligApojg00430 $441 ppbgq:**30'61: '5‘1111:MPM1100-#0j00-opproW,C1521Vt HILL rocogntztatliat there are dist-1114i: -,e6do... econoifito ttift4emngs '.400.etuihe gOTarlAii.n0'6tAtummaftig. Pirg6r44 crok and th comb:IMMO-nd bu1nesssal:otty4 Seyt)ollet'Canql-,.Ourrubilo Rciaticos Men will be staff Lo-f404.00.0our witemettorcivitIviikes4,4mywattrawin the triost efWive: way, taking Ira() tatibidemtiOn the so '1:1-.47:0.0.0iW infomation waigto#Ify.4* opportvcrittise..for 111414POT po#1:001#01. `11t*I:Pka:04gototSpee Pth{ecUon•;1111, wiU itiOltde. .dgsorlptiortoC the Prol'atJr" AliaMtikoOlOt'O01'rtib .kitIbt.10 that t4OrOMO4 t11,404-Pf :?‘1 1:401'06..loaated.rn the.projedt,stea •gOtot 41veteely tat,pacted, TlielliritIlWatetttaettioARIMMIll 34clUde a.dantipliatioitt\ e,protedive ze,e0Arkb Aix.warrto:Onstipt that Ole Manatee population lOtlated ±n:tho:prOleet 4rea 1.0„notpdvose1y invaded. 441:i exatioivo.A0oft*rtt,101S#4:w#11 a reognized ever-flu:Ns. Alt0'4!: Mai let Orked4:1/ 409 wilt 'Asp)* ma luilioipreymooa of this plan; noNct1900014Wowmotovvlotorpa..:wiu gtufvos. j*W we VtIgi prote4. Mootttvi !otablisit.'$maki woo.tive.le.leo:th,at maybe ;Woofed doxInttlie-exectition of jbe, project, A summuy of the SadOeM'eft#hdolizadott au dy and: the.:sedliplent survey Wilt also bp imittcloAmptf 06110,C.O. These.itciule-stednteltWoatiy. etated to our-executipt plan for tho etillte.prO)00, Amore speellie clesolption fP:r WO effort $how in Table 'C'/OOBYQflM 11111.091/STRUOT hdOMPAttaP115.:Ei,.t1Thl, 412 TABLE 6 Corrective Action Plan Preparation Anticipated Res eV rce Requirements 7ASK 4: PREPARA716N orA Cc:IRE cTIVE, Ac7riON FLAN AND AMX2ATED Description of Effort Project Manager Projoot Engineer Noject piopport CoOrdinato task 'kickoff meettrig„ project controls, 'data and rep Ort revfew, and submittal Coordinate rirepAraOn and Subrrilttal of 'Rho CAP Coor4litlElte GAP dtstierninstion to appropriate FDEP; DERM,•end USACE., stakoholtiorsr000rtilnate follow-up mooting to diecta changes to the CAP Attend fellow -up meetings with property owners Coordto.and manage ell subtoeks associated with thistat . • • Attend task klekoff moo:111)ga Collectand rmilew all Itib'data and results .prap.vre arfo .ekor.Irriblo the CorroctiVo Action Pion Prepare and submitthe CAP Internal review of the completed CAP drafts Update Health •5afoty Man tci inciludo exocUtion tasks developed In the CAP EStimator PublicRoletiOns Prepare Engineer's stirnato Attond leek kickoff meetings Update Public Relations Plan Coordinate public meeting to (house CAP and execution Seeps Pr47.3Paro ormouncernent regarding tiro scope of this effort Coordinate f011ow”up resetings with property PWriera Prepare report end reoarrimend actions to cOrrOlete tip work Contract Administrator Contract negotiation with subcontractors and continued pfpcurorn pa support required for this pima. tete work Project Controla 'COst .and schedule tracking and updates involoapreparallon: :tege! review of GAP ,draft Review access agreements and rogclify •rrecessary - , Travel for Project Manager other CH2M ritan meg) erg for coordination meetings. (2 ea) Legal Review Travel (Airfare, Hotel, Car Rentals) ODC MiNelleneous duplication, report oseernbly, and administrative support tot the project. 4,3 OOPYI!RT2Ot 6YGHM 1.31,L ONs7RUCTonS, INC, COMPANY C0111,3)ENTIAL PriEPARIMON OF ACQRRECTIVt; ACTION I:, LAN AN9 AOADflcCVMrS 4.1 CAP Preparation Deily abi s 1, Draft Draft-Pinal, and 'anal CAP 2, Engineer's Estimate for the follow -cat remediation phase of the project 3. Copies of Public and Other Meeting Notes, Public Cal:respondence, and Regulatory Meetin 'Minutes Two draft hard copies and one draft copy in electronic form for review and comment will be submitted for each deliverable. The electronic copy will be in Microsoft Word so that comments may be transmitted rising track changes, Tliree copies of the final document and one electronic copy will be submitted for City fie. The city's project manager Mil receive one _hard copy and one eleeftonic copy of each submittal. 4,2 CAP Preparation Assumptions 1 Clil2M HILL has assumed that the CAP will be submitted as a Draft, Draft-Pinal, and Phial docuinent (3 versions), Additional revisions (not due t:o an 01111850.t1 by C.:152/viltItLL) are not included in this scope, 2. MI necessary flinding will be made available to pei'form this task for the entire length of Wagner Creek and Seybold Canal (Phases 1-4 as defined by the City). 3, Cfi2W1,1711LI assumes that neither human health nor ecological risk ass essinents we required to obtain the appropriate permits and CAP approval, 4,3 CAP Preparation Schedule Preparation of the CAP (and Telated documents as described abol,76) - expected to take approximately two moriths to complete. 4,4 CAP Preparation Information Required from Others The City w;II-provae access to all previous infortnationdeve:loPal for this project by others, to include permits or r:ira,ft permits, analytical, reports/ and agreements ,already in place, 4.4 ,COPYillOW mai 43Y CH2M LL uoNiATRUDrOK COMPAW.CONFMOAL Task 5: P epar ti n of Netary Per i Based upon our iWi meetings with DEM regarding thisproject, C1-121vI HILL understands the following permits will be required in order to execute the work: o DEW Class 1 permit LISACE 404 Permit o MEP 1"<.1? Permit •It ie understood that the requirements of the DERIVI. Class 1. permit are the approval/ a'qceritance of the. CAP, We also understand from our meetings with DtRIVI (held dtring the proposal preparation period) that gaining complete public acceptanee oi the project approach is else fox DER./1/2/1 to issue the Class 1. Permit, We have watt:coed rinumber of public, DEIN, &net Itnteragency meetings (Le., DEEM, rpEP, and USACt); which nece,ssary to Expedite the issuance of the requiret permits es described below. Amore specific: description fox this effort is shown in Table 7, TOLE. 7 Prelattlett of Necessary Permits Aralcipated Resource Requirements pion of Mort Project Manager Coordinate task kickoff meeting, project controls, data end repot reAew, -and eubtnigDI CQorda reoelIngs wilt app.:opiate FDEP DeRm, and U8,AGE stakeholders 'Coordinato end manage ell stibtaskS asseelatod with ft* task Projeot Enginoer ProJea8upport Attend taelc;linkoff meetings Prepare Pernik Ries documentation .Prepare Oporto and recomMend totlent to complete thoWerit Attorla f9f1ow-up meetings with proporty owners s neeestary Pay •perrnit fops and submit permit applications Coordinate surety documentation Contract Administrator ProjeOtC6ntrole Contract negotiation with sub ontractore and continued procurernentsupport required tortilla phase of the work Cost eind ,<ichOdula tracking and updates - •Invoice pi reparation Legal Review Legal :rovieW of perrnft eppileations Review access agrOe1110Di6 and modify 'ae.necessary ODC Miscellaneous duplication and report assembly .64 WP:1111GHT 200 l)Y 01.M111141,CONOMCCORS,3 CPMPMY OONPIDEllriAt