Loading...
Design/Build Agreement with RIC-MAN Construction Florida, Inc. DESIGN/BUILD AGREEMENT THIS DESIGN/BUILD AGREEMENT (this "Agreement") is made as of this day of , 2017 by and between the City of Miami Beach, Florida, a municipal corporation existing under the laws of the State of Florida (the "City"), and Ric-Man Construction Florida, Inc. a State of Florida corporation (the "Design/Builder") (sometimes individually referred to as a "Party" and collectively referred to herein as the "Parties"). RECITALS WHEREAS, the City wishes to develop, design and construct the Project (as hereinafter defined) on a certain parcel of land located in the City, which parcel of land is more particularly described in Appendix"A" attached hereto (the "Project Site"); and WHEREAS, pursuant to a Request for Proposals RFP No. 2016-091-KB (the "RFP"), the City requested that qualified firms submit proposals to provide all services necessary and appropriate to design, construct, equip and deliver the Project in accordance with the terms and conditions of the Contract Documents (as hereinafter defined); and WHEREAS, the City has selected the Design/Builder to perform design, construction and other services in accordance with this Agreement and the other Contract Documents (as defined in Section 1.1 below) for the total Guaranteed Maximum Price in the amount of Twenty six million nine hundred seventy two thousands one hundred thirty one dollars ($26,972,131) inclusive of a 10% owner's contingency in the amount of two million six hundred sixty nine thousand two hundred dthreears hundredfortylfour ($29,669,344),amount as determined pursmillion uant to hundred sixty nine thousand Article 7 hereto (the "Contract Amount"); and WHEREAS, the Design/Builder shall either directly or through Subcontractors (as defined herein) perform the services required under this Agreement and the other Contract Documents: and WHEREAS, the Design/Builder is ready, willing and able to perform its respective services in accordance with the terms and conditions of the Contract Documents as hereinafter set forth. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the Parties hereby agree as follows: ARTICLE 1 CERTAIN DEFINITIONS AND INTERPRETATION OF CONTRACT DOCUMENTS 1.1. Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: "Amendment" means a written modification to the Contract Documents, including any Change Orders signed by the City and the Design/Builder and Construction Change Directives. 3 "Applicable Laws" means all laws, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project Site or the Parties. "Consultant" means CES Consultants, Inc., who shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the design professional has been engaged by Design/Builder and who will perform (or cause to be performed through Design Subconsultants acceptable to the City) all architectural, design and engineering services required under this Agreement and will serve as the "architect of record" and/or "engineer of record" for the Project. The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any Design Subconsultant that may perform services on behalf of the Consultant shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the Design Subconsultant has been engaged by Design/Builder and/or Consultant to perform professional design services in connection with the Project. The Design/Builder shall be ultimately responsible for ensuring the Consultant's and all Design Subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and other Contract Documents. No Design Subconsultant shall be replaced, except as otherwise provided in this Agreement. No new Design Subconsultant may be added, without the prior written consent of the Contract Administrator or City Manager, which consent shall not be unreasonably withheld. The Design/Builder shall, upon the request of the City, submit to the City such documentation and information as the City reasonably requests to evidence the creation, standing, ownership and professional licensure of the Consultant (and Design Subconsultants), including organizational documents, operating agreements and professional licensure documentation. However, the City's failure to request such documentation or evidence and/or failure to enforce in any way the terms and provisions of this Section, the Agreement and/or any other Contract Documents during the Project does not excuse, waive and/or condone in any way any noncompliance of the requirements set forth therein including, without limitation, the professional licensure requirements. "Change Order" means a written document ordering a change in the Contract Price and/or Contract Time or a material change in the Work (as defined herein). A Change Order must comply with the requirements of the Contract Documents. "City" or "Owner" shall mean the City of Miami Beach, a Florida municipal corporation, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority and the enforcement of any rules, regulations, laws and ordinances shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a Party to this Agreement. "City Commission" shall mean the governing and legislative body of the City. 4 "City's Contingency" means the dollar amount or percentage included in the GMP established for the Project, in the amount of $2,697,213, which is available for City's use at its sole discretion to defray additional expenses relative to design and construction of the Project, as well as additional expenses expressly chargeable to the City pursuant to the Contract Documents. The Design/Builder has no right or entitlement whatsoever to the City's Contingency and use of City's Contingency are subject to the Contract Administrator's and/or City Manager's prior written approval and issuance of a Change Order by the City at its sole and absolute discretion. Any unused amounts in City's Contingency remaining at the completion of the Project shall accrue solely to the City. "City Manager" shall mean the Chief Administrative Officer of the City. The City Manager shall be construed to include any duly authorized representatives designated in writing (including the Contract Administrator) with respect to any specific matter(s) concerning the Project and/or the Contract Documents (exclusive of those authorizations reserved to the City Commission or regulatory or administrative bodies having jurisdiction over any matter(s) related to the Project and/or the Contract Documents). "Claim" shall mean a demand or assertion by one of the Parties seeking, as a matter of right, adjustment or interpretation of the Contract Documents, payment of money, extension of time or other relief with respect to the Contract Documents and/or Project. The term "Claim" also includes other disputes and matters in question between the City and Design/Builder arising out of or relating to the Contract Documents. Claims must be initiated by written notice. The responsibility for substantiating Claims shall rest with the Party making the Claim. All Claims submitted by Design/Builder must comply with the requirements of the False Claims Ordinance, Sections 70-300 et seq., of the City Code or shall be forfeited in accordance with the terms of the False Claims Ordinance and conclusively waived and released. "Construction Change Directive" means a written order issued by the Contract Administrator or Project Coordinator which orders minor changes in the Work, but which does not involve an alteration in the Contract Price or Contract Time. "Construction Documents" means those documents prepared by (or on behalf of) the Design/Builder which are actually used to construct the Project, including technical and other drawings, Shop Drawings, schedules, diagrams, and specifications, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Agreement, nor shall they constitute Contract Documents, until (a) the Design/Builder has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with the procedures as otherwise provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Design/Builder's obligations to ensure the Construction Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. "Construction Phase" means that period set forth in the Project Schedule beginning on the effective date as set forth in a Notice to Proceed delivered by the City to the Design/Builder (NTP), directing the Design/Builder to proceed with the construction activities necessary to complete the Project and ending on the date of Final Completion of the Project. The City shall issue the NTP for the Construction Phase in accordance with the Contract Documents provided Design/Builder has satisfied all requirements of the Contract Documents. However, the City is 5 "Days" and/or all references to numbers of days in the Contract Documents shall be construed to mean calendar days, unless specifically noted otherwise. The term "business days" means a day other than a Saturday, Sunday, Federal holiday or any day on which the principal commercial banks located in Miami, Florida are not open for business during normal hours. "DCP" or "Design Criteria Package" shall mean those certain conceptual plans and specifications and performance oriented drawings or specifications of the Project, as prepared and sealed by the Design Criteria Professional, and in compliance with the requirements of Section 287.055, Florida Statutes. "Design/Builder" means Ric-Man Construction Florida, Inc. and its successors and assigns, and is the entity selected to design and construct the Project pursuant to the Contract Documents, and is the entity which is responsible for compliance by all Consultants, Design Subconsultants and Subcontractors with the Contract Documents and shall be liable for the acceptable performance of the Work and payment of all debts pertaining to the Work. "Design Criteria Professional" shall mean the individual or entity /which holds a current certificate as a registered engineer under Chapter 471, Florida Statutes, to practice engineering and who is employed by or retained by the City to provide professional services in compliance with the requirements of Section 287.055, Florida Statutes, and in connection with the preparation of the DCP; who shall review and provide recommendations regarding the Construction Documents prepared by the Design/Builder; and evaluate compliance of Project construction with the DCP. For this Project, the Design Criteria Professional is the Department of Public Works. "Design Documents" means all plans, drawings specifications, schematics and all other documents which set forth in full the design of the Project and fix and describe in detail the size, configuration and character of the Project concerning all items of the Project necessary for the complete and final preparation of the Construction Documents in accordance with the requirements of the Contract Documents including, without limitation, all architectural and engineering elements as may be appropriate. Design Documents shall not be part of the Agreement, nor shall they constitute Contract Documents, until (a) the Design/Builder has submitted completed Design Documents to the City and (b) they have been reviewed and approved by the City and agencies having jurisdiction in accordance with the procedures as provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Design/Builder's obligations to ensure the Construction Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. "Design Phase" means that period beginning with the City's issuance of a Notice to Proceed for the Design Phase (NTP), which notice shall be deemed issued by the City upon the complete execution of this Agreement during which phase the Design/Builder shall cause the Consultant to prepare the Design Documents and Construction Documents in accordance with the Contract Documents. If necessary, City may authorize certain construction Work or portions thereof to commence during the Design Phase, provided Design/Builder obtains all necessary permits that may be required in advance thereof and satisfies all requirements of the Contract Documents. "Design Subconsultant" means any Subcontractor (including, but not limited to, the Consultant) who provides architectural, design, engineering or similar professional services, including the preparation of Shop Drawings or any services incidental thereto for any part of the 7 Work. The Design Subconsultant shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the design professional has been engaged by Design/Builder and/or its Consultant to perform professional design services in connection with the Project. No Design Subconsultant shall be replaced, nor will additional entities be added as Design Subconsultants, except as provided in this Agreement. The Design/Builder shall be ultimately responsible for ensuring all Design Subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and other Contract Documents. The Design/Builder shall, upon the request of the City, submit to the City such documentation and information as the City reasonably requests to evidence the creation, standing, ownership and professional licensure of the Design Subconsultants, including organizational documents, operating agreements and professional licensure documentation. However, the City's failure to request such documentation or evidence and/or failure to enforce in any way the terms and provisions of this Section, the Agreement and/or any other Contract Documents during the Project does not excuse, waive and/or condone in any way any noncompliance with the requirements set forth therein including, without limitation, the professional licensure requirements. "Effective Date of this Agreement" means the date this Agreement is fully executed by the Parties and attested to by the City Clerk. "Final Completion" means the date upon which all conditions and requirements of the Contract Documents, permits and regulatory agencies have been satisfied; any documents required by the Contract Documents have been received by the City; any other documents required to be provided have been received by City; and the Work has been fully completed in accordance with the Contract Documents. "General Conditions" means the direct and indirect costs and expenses for facilities or performance of Work by the Design/Builder for items which do not lend themselves readily to inclusion in a separate trade subcontract and which shall be included within the Contract Price, including, without limitation: (i) wages, salaries, benefits and costs for onsite and local office Project management staff, supervisory and other technical, administrative and clerical Project personnel engaged in supervision and management of the Work on the Project Site, including the Project Manager, Construction Superintendent, structural superintendent, assistant superintendent, shop drawing checker, secretary, layout foreman, consultants, estimators, cost controllers, accountants, office administrative personnel, time keepers, clerks, safety director, safety coordinator, safety labor, overall project schedule preparation, CPM scheduling and scheduler costs, cost of periodic site visits for supervisory, inspection, oversight, or management of the Project by specific "home office" personnel previously approved in writing by the City; (ii) field/onsite construction offices and supplies including transportation and set-up of onsite construction office trailers, construction of ramps and stairs for onsite construction office, interior build-out of onsite construction office, onsite construction office trailer rental, first aid supplies, reproduction services, monthly office supplies, Project reference manuals, field office postage, field office furniture, onsite construction office computer system and software, installation and equipment of field computer ISDN line, monthly cost for field ISDN/computer line, onsite construction office photocopier rental and supplies, plan printing (other than revisions) or document reproduction used for bidding or information purposes required by the Contract Documents, long-distance telephone calls, telegrams, postage, package delivery and courier service, hardwired telephone service, and reasonable expenses of Design/Builder's jobsite office if incurred at the Project Site and directly and solely in support of the Work, Project 8 Site photographs, field office express mail/courier charges, miscellaneous onsite construction office supplies, safety material and equipment, small tools, equipment or machinery, miscellaneous hand tool rental equipment (other than that of the subcontractors), hand tool purchase, hand tool repair, hand tool rental, job radios, jobsite cleaning labor and material, trash containers, final exterior and interior cleaning materials and labor other than subcontractors, miscellaneous cutting and patching, traffic control, off duty police officer(s), alarm system and monitoring for trailers; (iii) surveys, measurements and layout work reasonably required to perform the Work; (iv) retention/storage of Project records; (v) off-site secure storage space or facilities approved in advance by the City; (vi) miscellaneous expendable items, extended jobsite General Conditions, interest on monies retained by the City, escalated costs of materials and labor, home office expenses or any cost incurred that may be allocated from offices of the Design/Builder or any of its Subcontractors; and (vii) any other items typically categorized in the construction industry as "general conditions" expenses. "Milestone" means an element or elements of the Work which must be completed within a specified period of time as described in the Contract Documents or Project Schedule, and shall include the specific Milestones set forth in Appendix "D," if any, and further delineated in the Project Schedule. "Notice to Proceed" or "NTP" means a written letter or directive issued by the Contract Administrator to Design/Builder to commence and proceed with portions of the Work as specified therein or a specific task of the Project and stating any further limitations on the extent to which Design/Builder may commence and proceed with the Work. "Notice to Proceed Date" means the date on which the Notice to Proceed is issued to Design/Builder, or the date stated in the Notice to Proceed as being the Notice to Proceed Date, whichever is latest. "Parties" means City and Design/Builder, and "Party" is a reference to either City or Design/Builder, as the context may indicate or require. "Project" consists of, but is not limited to, the following improvements, all as more fully set forth and described in the Design Criteria Package attached hereto as Appendix H, and as is contemplated thereby or reasonably inferable therefrom, as described in Appendix A hereto. "Project Coordinator" means the City employee designated in writing by the City Manager or Contract Administrator, who shall be the City's authorized representative to coordinate and facilitate (on behalf of the City in its proprietary capacity as "Owner") all matters related to the Project. "Project Manager" means the authorized individual or firm which is the representative of Design/Builder and who will administer and manage the prosecution of all Work on behalf of the Design/Builder. "Project Schedule" or "Schedule" means the City-approved and accepted detailed master schedule that Design/Builder develops and maintains for the Project, utilizing the latest version of Primavera software and in accordance with the specifications and other Contract Documents, and which includes the schedule for achieving the various Milestones, the phasing and performance of all aspects of the Work including, but not limited to, design, construction, construction engineering and observation services, testing, project closeout, warranty, City occupancy dates and all required updates to all of the foregoing, subject to the approval of the 9 City as may be amended pursuant to a Change Order. At the request of the City, the Design/Builder shall provide any additional information or further detailed breakdown as to components of the Work in the Project Schedule. "Project Site" shall have the meaning ascribed to it in the Recitals. "Punch list" means the list or lists prepared by the Consultant, incorporating input provided by the City and/or RPR, identifying matters that remain to be completed to achieve Substantial Completion and to be completed between achievement of Substantial Completion and Final Completion in order that Substantial Completion and Final Completion can be declared by City to have occurred. "Resident Project Representative" or "RPR" shall have the meaning and duties ascribed to it in Section 4.7 hereof. "RFP Proposal Submission" means the response to the RFP submitted by the Design/Builder during the selection process attached hereto as Appendix A, including its qualifications and experience and entity and of its key personnel to be assigned to the Project, and including other relevant items describing the Design/Builder's capabilities and proposed approach to the Project. The RFP Proposal Submission is included for reference purposes only and shall not be incorporated as part of this Agreement, except with respect to Design/Builder's representations regarding the qualifications and experience of Design/Builder and its key personnel, its commitment to provide the key personnel listed therein, and its capability to perform and deliver the Project in accordance with the Contract Documents and consistent with the all representations made therein. "Schedule of Values" means a written schedule setting forth the detailed and itemized cost breakdown, inclusive of labor, material, general conditions costs, and taxes of all elements comprising the Contract Price. The Schedule of Values shall be used to determine progress payments in accordance with Article 8.0. "Shop Drawings" means drawings, diagrams and schedules, and other data specifically prepared by the Design/Builder or its Subcontractors, sub-Subcontractors, manufacturers, suppliers or distributors to illustrate some portion of the Work. "Subcontractor" means any person or entity with whom the Design/Builder contracts to perform any partof the Work or to supply any labor and/or materials in relation to the Work. In addition, the term Subcontractor shall apply to subcontractors of any tier and suppliers and materialmen employed on or for the Project pursuant to a subcontract with a Subcontractor or lower-tier subcontractor. "Substantial Completion" shall be deemed to have occurred when the Work, as certified in writing by the Consultant, and determined by the City in its sole discretion, has been developed, designed, engineered and constructed in accordance with the Contract Documents such that all conditions of permits and regulatory agencies have been satisfied and the Project is ready for occupancy, utilization and continuous commercial operation for the uses and purposes intended by the City, without material interference from incomplete or improperly completed Work and with only minor punch list items remaining to be completed, all as reasonably determined by the City and evidenced by (1) the issuance of a Certificate of Occupancy or Certificate of Completion by the authority having jurisdiction; (2) the issuance of a Certificate of Substantial 10 Completion by the Consultant; and (3) acceptance of such Certificate of Substantial Completion by the City pursuant to Section 6.11 herein. "Substantial Completion Date" means the date on which Substantial Completion of the Work is declared by City to have occurred. "Surety" means the company which is bound by the performance bond and payment bonds with and for Design/Builder who is primarily liable and which surety company is responsible for Design/Builder's acceptable performance of the Work under the Contract Documents and for the payment of all debts pertaining thereto in accordance with Section 255.05, Florida Statutes. "Vendor" or "Supplier" means any person who supplies machinery, equipment, materials, consumables, support services, utilities, etc. to Construction Manager or to any Subcontractor in connection with the performance of Construction Manager's obligations under the Contract, but who does not perform labor at the Project Site other than delivery. "Work" means the design and construction of the Project as set forth in the Contract Documents including, without limitation, all design, architectural, engineering and other professional services, permitting services, demolition and construction services, testing and inspection services, supervision, administration and coordination services and the provision of all drawings, specifications, labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions thereof, zoning approvals, building code changes and government approvals, licenses, tests, quality assurance and/or quality control inspections and related certifications, surveys, studies, and other items, work and services that are necessary or appropriate for the total design, construction, installation, furnishing, equipping, and functioning of the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. The Work also includes training in the use and operation of the completed Project(and components thereof) and completion of any and all off-site work and improvements that are reasonably required in order for the Design/Builder to complete the Work (including, without limitation, off-site work which is not specifically identified in the DCP, but is reasonably inferable therefrom). 1.2. As used in the Contract Documents, (i) the singular shall include the plural, and the masculine shall include the feminine and neutral, as the context requires; (ii) "includes" or "including" shall mean "including, but not limited to" and "including, without limitation;" and (iii) all definitions of agreements shall include all amendments thereto in effect from time to time. 1.3. Whenever it shall be provided in this Agreement that the Design/Builder is required to perform a service or obligation "at its sole cost and expense" or words of substantially similar meaning, the Design/Builder shall not be entitled to reimbursement for such item and the cost of such service or obligation shall not be included in any Application for Payment. 1.4. Contract Documents shall be construed in a harmonious manner, whenever possible. The general intent of the Contract Documents is to include all items necessary for the proper execution and completion of the Project by the Design/Builder. 1.5. The Contract Documents shall be taken as a whole and are complementary, and any item of Work called for in any Contract Document shall be as binding as if called for by all, so that any part of the Work shown or described in any of the Contract Documents, though not specifically referred to in other Contract Documents, shall be executed by Design/Builder and 11 binding as a part of the Contract Documents, as well as any Work which, in the sole opinion of City, may be fairly inferred from the Contract Documents or by normal industry practice. 1.6. Detailed plans shall take precedence over general plans for the same part of the Work. Specifications and detailed plans which may be prepared or approved by City after the execution of the Agreement and which may be fairly inferred from the original specifications and plans are to be deemed a part of such specifications and plans, and that portion of the Work shown thereby shall be performed without any change in the Contract Price or Project Schedule. With respect to conflicts between large-scale drawings and small-scale drawings, the larger scale drawing shall govern, unless otherwise dictated by Consultant. 1.7. Where compliance with two or more requirements is indicated in any of the enumerated Contract Documents and where these requirements within the Contract Documents conflict in quantity or quality, the Design/Builder shall comply with the most stringent requirement as determined by the City, unless specifically indicated otherwise in the Contract Documents. 1.8. As used in the Contract Documents, unless specifically indicated otherwise, references to an Article include all Sections, Subsections, and items within that Article; references to a Section include all Subsections and items within that Section; and references to a Subsection include all items within that Subsection. 1.9. Words which have a well-known technical or trade meaning are used herein in accordance with such recognized or well-known meaning, unless this Agreement otherwise specifically defines such word. 1.10. The Recitals, Appendices, Exhibits and Schedules attached hereto are expressly incorporated in and made a part of this Agreement as if fully set forth herein. ARTICLE 2 INTENTION OF THE CITY AND PRIORITY OF CONTRACT DOCUMENTS 2.1. Intent. The DCP set forth herein and attached as Appendix H is comprised of documents that indicate the general scope and character of the Work in terms of all applicable architectural and engineering elements. However, the DCP does not indicate or describe all of the work required for full performance and completion of the Project. The sizes, quantities, areas and configurations of the Work, to the extent they appear in the DCP, are all subject to refinement, detail and modification during the Design Phase as part of the Work. During the Design Phase, the Design/Builder will, as part of the Work, develop, refine, detail and modify the design encompassed within the documents as set forth in the DCP as necessary to provide the City with a fully functional and functioning Project within the scope and intent of the Contract Documents and within the Contract Price and the Project Schedule. The Design/Builder shall include all such refinements, details and modifications in the Design Documents and Construction Documents. The Design/Builder expressly understands and acknowledges that the DCP is not intended to be treated as fully constructible, code compliant Construction Documents and that Design/Builder shall ensure that its refinements, details and modifications shall include any and all components necessary to comply with all Applicable Laws, regulations, ordinances and codes. It is the intent of the Contract Documents that the Design/Builder shall provide all items and services necessary for the proper design, construction, execution and completion of the fully equipped and functional Project in accordance with the Contract Documents, including any and all such necessary items and services consistent with, contemplated by, and reasonably inferable from the Contract Documents, whether or not such 12 items and services are specifically mentioned therein. The Contract Documents are complementary, and what is required by any one shall be binding as if required by all. 2.2. Priority of Contract Documents. In the event of conflict or inconsistency among the Contract Documents, the following order of precedence shall govern the interpretation of the Contract Documents: a. Amendments to this Agreement (excluding the Design Documents and the Construction Documents); b. This Agreement and all Appendices attached hereto (excluding the Design Documents and the Construction Documents); c. Modifications or changes to the completed Construction Documents, as approved by the City; d. The completed Construction Documents, as approved by the City; e. Modifications or changes to the completed Design Documents, as approved by the City; f. The completed Design Documents, as approved by the City; g. The DCP and related documents as set forth in Appendix"H;" and h. The RFP. In the event of any conflict between the Agreement, as amended, and Division 1 of the Project Specifications, the provisions of the Agreement (or Amendment thereto) shall take precedence and control. ARTICLE 3 DESIGN/BUILDER'S DUTIES AND RESPONSIBILITIES 3.1. Performance of Work. The Design/Builder covenants and warrants that it shall be responsible for performing and completing, and for causing all Consultants, Design Subconsultants and Subcontractors to perform and complete, the Work in accordance with the Contract Documents and all Applicable Laws relating to the Project Site and/or the Work, shall be responsible for completing the Project, shall achieve Substantial Completion by the Substantial Completion Date, as such date may be extended pursuant to the terms of this Agreement, and shall achieve Final Completion of the Project by the date established therefore in the Certificate of Substantial Completion, as such date may be extended pursuant to the terms of this Agreement. The Design/Builder shall provide all requested services according to the capabilities reflected in its RFP Proposal Submission. The services described or specified shall not be deemed to constitute a comprehensive specification having the effect of excluding services not specifically mentioned. Unless otherwise provided in this Agreement, or as agreed to in writing between City and Design/Builder, the form and content of all systems, reports, forms and regular submittals by Design/Builder to City shall be subject to prior approval of the City, and Design/Builder shall submit such materials to the City for City's approval prior to implementation. City's approval thereof shall not limit City's right to thereafter require 13 reasonable changes or additions to approved systems, reports, forms and regular submittals by Design/Builder to City. 3.2. Scope. Design/Builder hereby agrees to complete the Project generally described by the DCP, including furnishing all preliminary study designs, drawings and specifications, job site inspection, administration of construction, engineering, architecture, landscape architecture, and land surveying services, labor, materials, equipment and other services necessary to perform, furnish and deliver all of the Work in strict and entire conformity with the Contract Documents, and in a satisfactory and workmanlike manner, within the Contract Time and for the Contract Price. The DCP includes scope with respect to the construction and installation of street lighting poles, landscape, irrigation, final lift of asphalt, final striping and signage and related Work, including the Baywalk scope ("Above Ground Improvements"). Although Design/Builder shall complete the Design Documents for the Above Ground Improvements (and all such design-related costs are included in the Contract Price), the Project shall not include the installation or construction of the Above Ground Improvements identified in Appendix F (Deferred Items and Updated Schedule of Values), unless the Above Ground Improvements are authorized by Change Order pursuant to Section 11.7. 3.3. Professional Standard. The Work shall be performed in accordance with the professional standards applicable to projects, buildings, or work of complexity, quality and scope comparable to the Work and the Project. More specifically, in the performance of the professional services under this Contract, Design/Builder shall provide the care and skill ordinarily used by members of its profession practicing under similar conditions for projects of similar type, size and complexity at the same time and locality of the Project. Work shall be performed by the Design/Builder, Consultant, Design Subconsultants, Subcontractors and specific personnel referred to in the RFP Proposal Submission or elsewhere in the Contract Documents in accordance with their respective degrees of participation provided and represented to the City by the Design/Builder from time to time. The Design/Builder agrees that a Subcontractor shall not be replaced unless a substitute entity approved by the City is retained by the Design/Builder. The Design/Builder may add a Subcontractor as it deems necessary or appropriate in order to carry out its obligations under the Contract Documents, provided such entity shall be suitably qualified and shall be subject to the prior approval of the City. Nothing contained in this Agreement shall be construed to create any obligation or contractual liability running from the City to any such persons or entities, including to any Subcontractors. 3.4. Independent Contractor. Design/Builder is an independent contractor and is not an agent or employee of City or agent in performing the Work. Except as otherwise provided herein, Design/Builder shall maintain complete control over its own employees, agents and operations and those of its Consultant, Design Subconsultants, Subcontractors, Vendors and their respective employees and agents. Design/Builder hereby accepts complete responsibility as a principal for its agents, Consultant, Design Subconsultants, Subcontractors, Vendors, Suppliers, their respective employees, agents and persons acting for or on their behalf, and all others it hires to perform or assist in performing the Work. 3.5. Design Documents and Construction Documents. a. Based upon the DCP, the other documents set forth in Appendix "H", and the other Contract Documents and all other information furnished by the City, upon receipt of the NTP, the Design/Builder shall cause the Consultant (and any Design Subconsultants retained by the Consultant, if any) to prepare and submit Design Documents and Construction 14 Documents to the City for the City's review and approval. The Design/Builder specifically acknowledges and agrees that (i) the Design Documents shall be consistent with, and develop in detail, the intent and scope of the DCP; and (ii) the Construction Documents shall, in turn, be consistent with and develop in detail the intent and scope of the approved Design Documents. The Construction Documents shall include all drawings and specifications as are necessary to obtain required permits and regulatory approvals, shall provide information customarily necessary for the use of such documents by those in the building trades, and shall include all documents required for the complete and final construction of the Project, other than such detail as is customarily developed in Shop Drawings and otherwise during construction. b. The City's review and approval of the Design Documents and Construction Documents shall be conducted in accordance with the procedures set forth in the Contract Documents. Such review and approval shall not relieve the Design/Builder, Consultant, Design Subconsultants, or the Subcontractors from any of its or their responsibilities or liabilities under this Agreement, or be deemed to be an approval or waiver by the City of any deviation from, or of the Design/Builder's failure to comply with, any provision or requirement of the Contract Documents unless such deviation or failure has been specifically identified by the Design/Builder in writing and approved by the City in an Amendment to the Agreement. Notwithstanding any provision herein to the contrary, the Design/Builder agrees and recognizes that the City, in reviewing, approving or rejecting any submissions by the Design/Builder or other actions of the Design/Builder, in no way assumes or shares any responsibility or liability of the Design/Builder or its Consultants, Design Subconsultants, and/or Subcontractors. c. Design/Builder acknowledges and understands that the City selected the design/build method of project delivery in order to obtain the advantages associated with having the builder participate in the design process. Accordingly, throughout the Design Phase, the Design/Builder shall continually provide value engineering services, all of which services shall be performed to assist the City in reducing design, construction, operation and maintenance costs with respect to the Project while maintaining or enhancing the Project's quality, efficiency, integrity, artistic content, functional performance and aesthetics. Particular attention shall be given to possible economies and identification of options which would maximize the benefits the City would derive upon completion of the Work. d. Any value engineering proposal submitted by the Design/Builder shall include, without limitation, the following: (i) a detailed description of the difference between the requirements of the Contract Documents (including the DCP) and the proposed changes and comparative advantages and disadvantages of each; (ii) itemization of aspects of the Contract Documents (including the DCP) affected by enactment of the value engineering proposal; (iii) a declaration that the proposed changes meet all applicable codes and laws and will be acceptable to all agencies having jurisdiction; (iv) impact of the proposal upon both the Contract Price and Project Schedule; (v) other information reasonably necessary to fully evaluate the value engineering proposal; and (vi) the date by which the City must accept the value engineering proposal in order for the Design/Builder's cost and time estimates to remain valid. The Design/Builder shall proceed with the performance of the Work as required by the Contract Documents and shall not implement any value engineering or other recommendations unless such recommendations are accepted by the City in writing in a Change Order or Construction Change Directive. e. The Parties hereby acknowledge and agree that Design Criteria Professional will be acting as the City's design consultant throughout the performance of the Work and 15 Design Criteria Professional pursuant to Section 287.055 of the Florida Statutes. In connection therewith, the Design/Builder acknowledges that Design Criteria Professional will not be the architect or engineer of record for the Project and will not be responsible for the preparation, adequacy or contents of the Design Documents and Construction Documents or for the performance of the Work. Further, nothing herein shall be construed as assigning Design Criteria Professional the responsibility for, or to control, direct or supervise construction, or construction means, methods, techniques, sequences or procedures or safety measures or programs. 3.6. Permits and Compliance With All Applicable Laws. a. The Design/Builder shall comply, and shall cause its Consultant, Design Subconsultants and Subcontractors to comply, with all existing and future Applicable Laws relating to the Project Site, the Project and the prosecution of the Work; shall obtain all requisite local, State and Federal licenses to perform the Work including, without limitation, all professional licenses mandated by the State of Florida to perform the design and construction services which comprise the scope of Work on the Project; shall timely prepare and file all documents required to obtain the necessary approvals of governmental authorities having jurisdiction over the Work, the Project Site and/or the Project; and shall secure and pay for all building and other permits (and conditions or requirements thereof) and governmental fees, licenses, approvals, temporary Certificates of Occupancy or Certificates of Completion (and conditions or requirements thereof), Certificates of Occupancy or completion and inspections necessary for the proper execution of the Work and completion of the Project. The Design/Builder shall be responsible for providing all logs, inspections, documentation, record keeping, maintenance, remedial actions, and repairs required by Applicable Laws and/or permits including, without limitation, those relating to National Pollutant Discharge Elimination Systems (NPDES) requirements. b. The Contract Price includes the cost of compliance with all Applicable Laws in effect as of the Effective Date of this Agreement in order to carry out the Work. In the event that after the date hereof there shall be a material change in any Applicable Laws relating to the Work that impact the Contract Time or Contract Price, the Project Site and/or the Project, and if as a result of any such change, the Design/Builder and its Consultant, Design Subconsultant and/or Subcontractors must institute changes in the design and/or construction of the Project or shall be required to incur additional costs in performing the Work in order to be in compliance therewith, then to the extent that any such change gives rise to a demonstrable increase in the time required to complete the Work and/or in the cost to the Design/Builder of completing the affected portion(s) of the Work, as evidenced by documentation reasonably acceptable to the City, the Design/Builder shall be entitled to an equitable adjustment in the Project Schedule and/or the Contract Price, as applicable, in accordance with the procedures set forth in Article 11 hereof. Notwithstanding the foregoing or anything to the contrary in this Agreement, the Design/Builder shall not be entitled to an extension of the Substantial Completion Date, the Project Schedule, or an increase to the Contract Price in connection with any change or modification to any applicable building code, to the extent that such change or amendment to the applicable building code, as applicable to the Project, is enacted prior to the date the Design/Builder is issued the permit to construct the Project by the City. 3.7. Services, Facilities. The Design/Builder shall provide, or cause to be provided, everything required for the orderly progress and proper execution and completion of the Work and the Project in accordance with the requirements of the Contract Documents, whether 16 temporary or permanent and whether or not incorporated or to be incorporated into the Work, including, but not limited to, design, engineering, demolition and construction services, supervision, fabrication, administration and coordination services, and the provision of all drawings, specifications, labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, insurance and other facilities and services. Design/Builder shall also provide and pay for field engineering services required for the Project. This work shall include the following elements: (i) survey work required in execution of the Project; (ii) civil, structural or other professional engineering, architectural, landscape architectural, or land surveying services specified, or required to execute the Design/Builder's construction methods. a. Coordination. The Design/Builder shall coordinate design and construction requirements with government agencies, utilities, and all other parties either involved in infrastructure improvements or otherwise affected by the design and construction requirements of the Project. Design/Builder shall conduct its operations so as not to close any thoroughfare, nor interfere in any way with traffic on streets, highways, sidewalks, or other public right of ways without the written consent of the proper authorities having jurisdiction including, without limitation, securing all applicable permits in connection therewith. b. Cooperation. The Design/Builder shall cooperate with and assist the City's staff, the City's legal, financial, design and construction consultants and all other consultants or designated representatives of the City at all times during the development of the Project as necessary to complete the Project in a manner reasonably satisfactory to the City. Design/Builder agrees to meet with Contract Administrator, Project Coordinator and/or their designees at reasonable times and with reasonable notice. c. Management/Administration. The Design/Builder shall be responsible for general management and administration of the Project and prosecution of the Work. Design/Builder shall be responsible for maintaining the Project plans and reports set forth in Appendix B. Design/Builder shall implement and use the City's e-BuilderTM system for data warehousing and document management. 3.8. Means and Methods. The Design/Builder shall control and coordinate and is responsible for all construction means, methods, techniques, sequences and procedures relating to the Work. Nothing specified or included in the DCP shall be construed or interpreted to mean the City and/or Design Criteria Professional assumes such responsibility. 3.9. Reports. The Design/Builder shall prepare and submit to the City, during both the Design Phase and the Construction Phase, monthly progress reports on the Work accomplished during the prior monthly period, which reports shall be prepared in a manner and in a format reasonably acceptable to the City. The electronic copy and up to two (2) hard copies of all monthly progress reports shall be submitted to the City at the time of each monthly Application for Payment(as defined in Article 8 hereof), but in no event later than the fifth (5th) day of each month during the period commencing with the first Application for Payment and ending with the Final Completion of the entire Project by the City. Following the first application for payment, such monthly progress report shall be submitted each month, even if no application for payment is submitted during that month. Each monthly progress report shall be a comprehensive and detailed narrative report on all aspects of the Project during the previous month, and shall include the areas of (i) Project cost control and Project Budget, (ii) Project Schedule control, (iii) quality assurance 17 program, and (iv) safety program. The monthly progress report shall, in addition to describing the Work performed during the previous month, emphasize any problems encountered during the month and measures taken or to be taken to correct these problems. The Design/Builder shall update and submit monthly its "critical path method" ("CPM") progress chart to the City illustrating progress which has been made, by reference to such critical path method progress chart, and specifically identifying whether the Work is on schedule or behind schedule and actions being taken to correct schedule delays or slippage. In addition, the Design/Builder's monthly progress report shall set forth scheduled and projected progress for the forthcoming month. 3.10. Design/Builder's Warranty. a. Warranty. The Design/Builder warrants to the City that all design, engineering and other professional services will be performed in accordance with the professional standards described in the Contract Documents, that all construction work and services provided under this Agreement will also be performed in a good and workmanlike manner, that all materials, supplies and equipment furnished under this Agreement will be of good quality and new, that the Work (including, without limitation, each item of equipment incorporated therein) will be of good and workmanlike quality and free from faults, defects and deficiencies in materials and workmanship, that the Work will be free from any encumbrances, liens, security interests, or other defects in title upon conveyance of title to the City, and that the Work will conform with the requirements of the Contract Documents; provided, nothing specifically set forth in this Section 3.10 or the Contract Documents shall be deemed a warranty of the design of the Project if such a warranty would render void or unenforceable any insurance applicable to the design services to be provided under this Agreement. The Design/Builder's warranty shall extend for a period of one year from the Substantial Completion Date of the Work, unless a greater warranty period is applicable; provided, however, that in the event that a Subcontractor Warranty provided pursuant to Section 3.10.b below shall extend for a term of longer than one year, such extended term shall be the term of the Design/Builder's warranty for the pertinent portion of the Work; and provided further, however, that in the event that the Design/Builder or any of its Subcontractors is required to repair or replace any warrantied item pursuant to this Section 3.10, the warranty for such repaired or replaced item shall extend from the date of completion of the repair or replacement through a term equivalent in length to the term of the initial warranty. b. Subcontractor Warranties. In addition to any requirements in the other Contract Documents, the Design/Builder shall use its best efforts to obtain additional warranties for the benefit of the Design/Builder and the City from material and equipment suppliers, vendors and Subcontractors in relation to their respective portions of the Work. Such warranties shall be in addition to, and not substitutes for, those warranties mandated to be obtained pursuant to the Contract Documents. c. Warranty of the DCP. The Design/Builder warrants to City that it has reviewed and studied the DCP, and has determined that it is in conformance with Applicable Laws, and is sufficiently complete and coordinated to perform the Work for the Contract Price and within the Project Schedule. Design/Builder warrants to City that the DCP is consistent, practical, feasible and constructible, and specifically warrants that the Work described in the DCP is constructible for the Contract Price and within the Project Schedule. d. The Construction Documents. DESIGN/BUILDER HEREBY WARRANTS AND REPRESENTS THAT THE CONSTRUCTION DOCUMENTS ARE COORDINATED, CONSISTENT, PRACTICAL, FEASIBLE AND CONSTRUCTIBLE. WITHOUT ANY CLAIM 18 FOR ADJUSTMENT IN THE CONTRACT TIME OR CONTRACT PRICE, DESIGN/BUILDER SHALL BE RESPONSIBLE FOR ALL COSTS AND EXPENSES ARISING FROM ANY AND ALL ERRORS AND/OR OMISSIONS IN THE CONSTRUCTION DOCUMENTS INCLUDING, BUT NOT LIMITED TO, CONFLICTS IN THE CONSTRUCTION DOCUMENTS; QUESTIONS OF CLARITY WITH REGARD TO THE CONSTRUCTION DOCUMENTS; AND INCOMPATIBILITY, OR CONFLICTS BETWEEN THE CONSTRUCTION DOCUMENTS AND THE REASONABLY ANTICIPATED EXISTING CONDITIONS, UTILITIES, AND CODE ISSUES . e. Design/Builder to Check Drawings and Data. Design/Builder shall take measurements and verify all dimensions, conditions, quantities and details shown on the DCP and any other plans or specifications provided to Design/Builder including, but not limited to, the drawings, schedules, or other data. Failure to discover or correct errors, conflicts or discrepancies shall not relieve Design/Builder of full responsibility for unsatisfactory Work, faulty construction, or improper operation resulting therefrom, nor shall it relieve Design/Builder of its full responsibility for remediating such condition at Design/Builder's own sole expense. Design/Builder will not be allowed to take advantage of any error or omissions whether by way of seeking additional money or time. f. Design/Builder Responsible for Location of Utilities. City does not guarantee that all utility lines are shown in the DCP or any other Contract Documents, or that the ones indicated are in their true location. It shall be the Design/Builder's sole responsibility to identify and locate all underground and overhead utility lines or equipment affecting or affected by the Project. The Design/Builder accepts all liability for and all risk arising out of or relating to the location of utilities and by execution of this Agreement waives any Claim against the City for any errors or omissions in the DCP or other Contract Documents with respect thereto. i. The Design/Builder shall schedule the Work in such a manner that the Work is not delayed by the utility providers relocating or supporting their utilities. Prior to the start of construction of any portion of the Work, Design/Builder shall be solely responsible for arranging for positive underground location, relocation or support of its utility where that utility may be in conflict with or endangered by the proposed construction. Relocation of water mains or other utilities for the convenience of the Design/Builder shall be paid by the Design/Builder. All charges by utility companies for temporary support of its utilities shall be paid for by the Design/Builder. All costs of permanent utility relocation to avoid conflict shall be the responsibility of the utility company involved. It shall be the Design Builder's sole responsibility to coordinate with such utilities, including arranging for payment, if applicable, provided, however, that the City may, but shall not be obligated to, provide reasonable assistance with respect to such coordination. No additional payment will be made to the Design/Builder for utility relocations, whether or not said relocation is necessary to avoid conflict with other lines; however, Design/Builder shall not be found to be in breach of this Agreement and may be granted by the City an extension of time provided for in accordance with Article 12 of this Agreement in order to complete Work, if Design/Builder's performance is delayed due to utility companies' negligent actions or omissions. ii. The Design/Builder shall coordinate its activities with any and all public and private utility providers occupying the right-of-way. No compensation will be paid to the Design/Builder for any loss of time or delay. g. Primary Liability. The Design/Builder shall have primary liability with respect to the warranties set forth in the Contract Documents, whether or not any defect, deficiency 19 or other matter is also covered by a warranty of a Subcontractor or other third party, and the City need only look to the Design/Builder for corrective action replacement or reimbursement. In addition thereto, the Design/Builder's warranties expressed herein shall not be restricted in any manner by any warranty of a Subcontractor or other third party, and the refusal of a Subcontractor or other third party to correct defective, deficient or nonconforming Work shall not excuse the Design/Builder from its liability as to the warranties provided herein. 3.11. Taxes. The Design/Builder shall pay and shall be responsible for, as part of the Contract Price, all existing and future applicable Federal, State, local and other sales, consumer, use and similar taxes, whether direct or indirect, relating to, or incurred in connection with, the performance of the Work. The Contract Price includes all other Federal, State, local and/or other direct or indirect taxes which may apply. In the event the City elects to implement a direct purchase program for the purchase of materials and equipment to achieve Florida sales tax savings, Design/Builder shall comply with the provisions set forth in Appendix C with respect to any such City purchases. 3.12. Access by Others. The Design/Builder shall afford the City, Contract Administrator, Project Coordinator, and their authorized designees or representatives, safe access to the Project Site at all times. Access to the Project Site shall also be permitted at all times to all Federal, State, County and City safety, regulatory and inspection departments, personnel and agencies and other governmental entities having jurisdiction over the Work and the Project Site. Design/Builder shall provide proper facilities and construction for such access. 3.13. Use of Site. The Design/Builder shall, prior to any on-site testing and inspection activities and prior to on-site mobilization for demolition, excavation or construction, prepare a mobilization plan for the City's review and approval. The Design/Builder shall at all times confine its operations to the Project Site, or to any lesser area specified by laws, ordinances, permits or any other Contract Documents. 3.14. Correction of Defective Work. The Design/Builder shall correct Work which does not conform to the Contract Documents in accordance with the provisions of Article 13 hereof and the other Contract Documents. 3.15. Patents, Trademarks, Copyrights. The Design/Builder shall pay all royalties and other fees for any patents, trademarks, copyrights or other proprietary rights necessary for the execution and completion of the Work. The Design/Builder shall indemnify, defend and hold harmless the City from and against any and all losses, damages or expenses including, without limitation, court costs and reasonable attorneys' fees, arising or resulting from any claim or legal action that any materials, supplies, equipment, processes or other portions of the Work furnished by the Design/Builder under this Agreement, or the use thereof, constitutes an infringement and/or violation of any patent, trademark, copyright, trade secret, intellectual property right or other proprietary right. If any such item is held to constitute an infringement, and the use of such item is enjoined, the Design/Builder shall, at its sole expense (in addition to the Design/Builder's indemnification obligation described above and any other remedies the City may have under this Agreement), either procure the right to use the infringing item, or replace the same with a substantially equal but non-infringing item, or modify the same to be non- infringing, provided that any substitute or modified item shall meet all the requirements and be subject to all the provisions of this Agreement. The terms and provisions of this Section 3.15 shall survive the termination or expiration of this Agreement. 20 3.16. Rubbish; Debris; Cleaning. During the performance of the Work, the Design/Builder shall at all times, as part of the stipulated Contract Price, keep the Project Site and adjacent streets, properties and sidewalks free from waste materials, debris and/or rubbish, and shall employ adequate dust control measures. If accumulation of such materials, debris, rubbish or dust constitutes a nuisance or safety hazard or is otherwise objectionable in any way as reasonably determined by the City, the Design/Builder shall promptly remove the same at its sole cost and expense. a. The Design/Builder shall use its best efforts to assure that no burning of trash, debris or roofing bitumen containers by the Design/Builder or its Subcontractors occurs on the Project Site and that no dust or trash from Work in progress creates a public nuisance. In the event of any such occurrence, the Design/Builder shall promptly cause the abatement thereof. The Design/Builder shall remove all spillage and tracking arising from the performance of the Work from streets and sidewalks around the Project Site, and shall establish a regular maintenance program of sweeping and hosing to minimize accumulation of dirt and dust upon such areas. If the Design/Builder fails, promptly after written notice from the City, to keep the Project Site and the surrounding properties clean, the City may thereafter perform any such cleaning services and deduct the cost of those services from amounts otherwise payable to the Design/Builder under this Agreement. No assumption by the City of such cleaning services shall waive any future obligation of Design/Builder to perform said services. Further, The City's deduction of the costs of those services from amounts otherwise payable to Design/Builder under the Agreement shall not constitute a waiver of the City's right to place Design/Builder in Default for such noncompliance. b. Upon Substantial Completion of the Work, or any portion or component thereof acceptable to the City, the Design/Builder (i) shall remove from the Project Site, or applicable portion thereof, all tools, construction equipment, machinery, surplus materials, waste materials and rubbish, and (ii) shall leave the Project Site, or applicable portion thereof, in a thoroughly clean condition, and perform any other cleaning services described in Division 1. The Design/Builder shall re-perform any such services after the Substantial Completion Date to the extent the same is necessary or appropriate due to any Work performed by the Design/Builder after such date. c. All Work shall be cleaned using only specific materials recommended for the surfaces to be cleaned. Damage to any surfaces due to improper cleaning methods or materials used by the Design/Builder or its Subcontractors shall be repaired and replaced by the Design/Builder at its sole cost. 3.17. Members of Design/Builder's Team. The personnel and firms presented in the Design/Builder's RFP Proposal Submission shall staff key positions including, but not limited to, the Design/Builder, Consultant, Subconsultants, Project Manager and Construction Superintendent, if specified ("Key Personnel"). Such Key Personnel shall remain assigned to the Project through the duration of this Project and shall not be reassigned without the prior written approval of the Contract Administrator, unless the individual has left the employment of the Design/Builder. The City will not unreasonably withhold its consent to additions of or substitutions for, Key Personnel, with new personnel of comparable qualifications in the event of death, promotion, retirement, job changes, firing, failure to perform or other good cause shown. The Construction Superintendent and Project Manager shall be authorized to act on behalf of the Design/Builder to coordinate, inspect, and provide general direction of the Work in progress. The Design/Builder's Construction Superintendent shall be assigned to the 21 Project on a full-time basis, on-site, for 100% of his/her time, with no allocations or commitments to other clients or projects, and shall be competent, and English-speaking. a. Responsibilities of Design/Builder's Proiect Manager. Design/Builder herein represents that its Project Manager, at a minimum, will provide the following services: i. If not selected earlier or identified as part of the RFP Proposal Submission, at least thirty (30) days prior to the commencement of the Construction Phase of the Project, the Design/Builder will identify and provide the qualifications of a suitably qualified and experienced Project Manager who will be full time, on site at the Project, for 100% of his/her time. ii. Design/Builder will use reasonable efforts to have the same Project Manager on the Project full time to its conclusion, and any new proposed Project Manager shall first be approved in writing by Contract Administrator before permanent assignment; City's approval shall not be unreasonably withheld. iii. The Project Manager will conduct weekly on-site meetings with the Design/Builder and its Subcontractors at regular times, as previously agreed upon and approved by the Project Coordinator, and shall issue weekly reports on the progress of the Work and the minutes of the previous weekly on-site meeting. iv. Project Manager will be the lead representative of Design/Builder with the primary responsibility for the administration of all of Design/Builder's Work. v. The Project Manager shall maintain and monitor the CPM Project Schedule, subject to Project Coordinator's prior written approval, and implement updates as required. vi. The Project Manager shall coordinate the processing of shop drawings and material submittals. vii. The Project Manager will endeavor to achieve satisfactory performance by Design/Builder and, if required by the Consultant or City, shall cause for corrections to Design/Builder's Work including, but not limited to, maintaining punch lists and observing testing. viii. The Project Manager will monitor and maintain oversight of the cost of the Project, including payment applications and the preparation thereof. ix. The Project Manager will assist in the preparation of record drawings or Construction Documents, and shall transmit to the Consultant requests for additional information concerning the design. The Project Coordinator shall be copied on these requests for monitoring purposes. x. The Project Manager will observe testing and start-up activities of all equipment, machinery and utilities to ensure a fully operational Project. xi. The Project Manager will secure all equipment brochures and warranties from the Design/Builder and Subcontractors. 22 xii. The Project Manager will coordinate the correction and completion of the Work including that required by any and all punch lists. b. Other Personnel. At any time, the Contract Administrator has the reasonable right to request removal and replacement of any of Design/Builder's personnel. Once in place, the Design/Builder shall not change any person filling a position listed in the organizational charts without the prior written consent of the Contract Administrator unless the City requests it or unless the person is leaving the employ of the Design/Builder. The employee(s) of the Design/Builder and Subcontractors shall be considered to be at all times employee(s) of the Design/Builder or the Subcontractors, as applicable, and not an employee(s) or agent(s) of the City or any of its department offices or divisions. The Design/Builder and Subcontractors agree to adjust staffing levels or to increase or replace any staff personnel if so requested by the Contract Administrator or its designees, should the Contract Administrator make a determination that said staffing is unacceptable or that any individual is not performing in a manner consistent with the requirements for such a position. c. Responsibilities of Consultant. Design/Builder herein represents that Consultant, at a minimum, will provide the following services: i. Consultant shall perform all of the architectural and engineering services necessary to describe, detail and design the Project consistent with the DCP and in accordance with all requirements of the Contract Documents and Applicable Laws. ii. Consultant shall design the Project so as to comply with Applicable Laws. iii. Consultant shall prepare the Construction Documents, as well as obtain all required and necessary reviews and approvals (or take other appropriate action upon) for same, and/or other submittals including, but not limited to, Shop Drawings, product data, and samples. iv. Consultant shall submit the Construction Documents to the Design Criteria Professional, with a copy to Contract Administrator, for the Design Criteria Professional's review and approval of the Construction Documents as being in general conformance with the DCP. Design Criteria Professional's confirmation of the Construction Documents as being in general conformance with the DCP shall not constitute acceptance of any design work which does not comply with Applicable Laws and/or the Contract Documents, nor shall it excuse any obligations of the Consultant to comply with the DCP, Applicable Laws and/or the Contract Documents. v. Consultant shall assist in the administration of construction including, but not limited to, review and certification of all Applications for Payment for Work performed in compliance with the Contract Documents; the approval of materials, equipment, and apparatus used in the Work; and architectural and engineering inspections of all construction Work. Consultant's certification for payment shall constitute a representation to the City, based on the Consultant's observations at the Project site and on the data comprising the Design/Builder's Application for Payment, that the Work has progressed to the point indicated and that, to the best of the Consultant's knowledge, information and belief, the quality of the Work is in accordance with the Construction Documents, the DCP and/or any other applicable Contract Documents. The Consultant shall attend Project construction meetings to facilitate the prosecution of the Work. vi. The Consultant shall have a representative at the Project Site to observe the progress and quality of the Work. On the basis of its on-site observations as an architect or as 23 an engineer, the Consultant shall ensure (i) the faithful performance of the Contract Documents; and (ii) that the Work has been or is being installed in accordance with the Contract Documents before allowing it to be covered. The Consultant shall be obligated to provide the Design/Builder and the City with written notice of any defects or deficiencies in the Work observed by the Consultant within five (5) days from date of discovery. With respect to Work which requires inspection prior to covering under the Contract Documents, the Consultant shall not certify any such Work for payment if it has been covered prior to the Consultant's inspection and approval. If the Design/Builder does not, within a reasonable period of time, remedy to the reasonable satisfaction of the Consultant the defective or deficient conditions so reported to the Design/Builder, the Consultant shall provide both the Design/Builder and the City with written notice of the defective or deficient condition not remedied and the Consultant's recommendation of the actions that are necessary to remedy such condition with an estimated time period within which such actions could reasonably be performed. vii. Consultant shall reject Work which does not conform to the Contract Documents, provided that the Consultant obtains the prior written consent of the Project Coordinator. viii. Consultant may render interpretations (in writing or in the form of drawings) necessary for the proper execution of the Work and/or relating to interpretations of the requirements of the Construction Documents, on written request of the Resident Project Representative or Project Coordinator. All such written interpretations must be consistent with and conform to all requirements of the DCP and the Construction Documents. ix. The Consultant shall review, approve, reject or take other appropriate action pertaining to construction-related inquiries and submittals, such as shop drawings, product data and samples. All of Consultant's actions related thereto shall conform to the DCP, the Construction Documents and Applicable Laws. x. The Consultant shall prepare draft Change Orders for the City's review, with supporting documentation and data, subject to City's approval in accordance with the Contract Documents. If a Change Order is approved, Consultant shall prepare and finalize the updated Construction Documents required to implement the Work associated with the Change Order. xi. Consultant shall prepare Construction Change Directives, if necessary, at no additional cost to City, and authorize minor changes in the Work, as provided in the Contract Documents. xii. Consultant shall conduct inspections to assist the City in its determination of Substantial Completion, any Milestones (as applicable) and Final Completion, and shall receive and review for compliance with the Contract Documents all written warranties and related documents required pursuant to the Contract Documents to be assembled and furnished to the City upon Substantial Completion and Final Completion. Consultant shall not tender any Certificate of Substantial Completion to the City for its final determination of whether Substantial Completion has been achieved, unless and until the Consultant has determined to the best of its knowledge, information and belief that the Design/Builder has achieved Substantial Completion of the Work (or portion or component thereof covered by such Certificate) in accordance with the Contract Documents. xiii. The approved and permitted Construction Documents shall constitute a representation by Consultant to City that the Project, if constructed as required by the Contract 24 Documents, will be fully functional, suitable and sufficient for its intended purposes. No action or omission by City shall waive or excuse Design/Builder's obligations under the Agreement and/or other Contract Documents. Design/Builder shall remain liable for all work performed by Consultant including, without limitation, any design errors or omissions which fall below the applicable standard of care. 3.18. Records. At all times during the Design Phase and the Construction Phase, and for a period of five (5) years after Substantial Completion of the Project, the Design/Builder shall preserve, and the City shall have access during reasonable business hours to, all documents, books and records of the Design/Builder relating to the Project and covering the period from and after the Contract Date through the completed performance of this Agreement including, without limitation, all bids and bid documents received by the Design/Builder from Subcontractors, permitting records, plans and drawings, submittals and correspondence. 3.19. Construction Documents; As-builts; Surveys. a. The Design/Builder shall maintain in good order at the Project Site at least one record copy of the Construction Documents (including drawings, specifications, and the like), addenda, product data, samples, Shop Drawings, Change Orders and other Amendments, marked currently to record changes made during construction. These shall be available to the City for inspection at all times. Upon completion of the Project, these record Construction Documents, addenda, product data, samples, Shop Drawings change orders and other Amendments shall be delivered to Contract Administrator. b. City, through its Contract Administrator, shall have the right to require Design/Builder to modify the Construction Documents, to supplement same with additional plans, drawings, specifications, or additional information that are within the specific intent and stated scope of the Project and which do not cause increase in Contract Price or Contract Time, all of which shall be considered as part of the Contract Documents, at no additional cost to the City. All things which, in the opinion of the Contract Administrator, may reasonably be inferred from the Contract Documents including, but not limited to, the Construction Documents, shall be executed by Design/Builder under the terms of the Contract Documents. The Contract Administrator shall determine whether said Construction Documents conform to the Contract Documents. c. Design/Builder shall be solely responsible for establishing and maintaining a line and grade in the field. Design/Builder shall maintain an accurate and precise horizontal and vertical record of the existing pavement conditions; final pavement conditions; and all pipe lines, conduits, structures, underground utility access portals, handholes, fittings, and similar items encountered or installed during construction. Design/Builder shall deliver these records in good order to the Contract Administrator as the Work is completed. These records shall serve as a basis for "as-built" drawings. The cost of all such field layout and recording work is included in the Contract Price. d. Final "as-built" drawings which accurately reflect the "as-built" conditions of the new facilities shall be supplied on compact discs ("CD"), not compressed, in a multi-layered, manipulable, Autodesk AutoCAD Version 2016 format (or the most current format then being used by the City) or other format specified by the City, and shall be delivered to the City upon Final Completion of the Project and prior to Final Progress Payment pursuant to Article 8, together with a final "as-built" critical path method schedule. If the Design/Builder or its Consultant prepares any of the Design Documents or Construction Documents on Building 25 Information Modeling ("BIM") software, the Design/Builder shall furnish the City with such documents on CDs in multi-layered, manipulable format, along with notice of the specific version of the BIM software used to produce the documents. The verifiable evidence of progress with "as-built" information, as required by Article 8, shall be submitted on Mylar at least once a month to the Contract Administrator. These "as-built" drawings on Mylar and the latest version of the AutoCAD format media must be delivered and found to be acceptable to the City prior to the Final Progress Payment. e. The City requires two (2) paper copies of the as-built drawings, three (3) sets of CDs with CAD files of the as-built drawings, and three (3) sets of CDs with pdf files of the as- built drawings all of which shall be clearly legible. A copy or copies of each such document shall also be retained by the Design/Builder. The Design/Builder shall also comply with all other documentation requirements set forth in the Contract Documents. f. Within thirty (30) days of NTP, the Design/Builder shall inspect the Project Site and furnish to the City a certified line and grade survey, prepared by a surveyor licensed in the State of Florida in accordance with the Minimum Standard Detail Requirements for Land Title Surveys adopted in 1999 by the American Land Title Association and the American Congress of Surveyors and Mappers, and a certified survey of the physical condition of the Project Site, prepared by a qualified engineering firm. i. The line and grade surveys will locate and protect control points prior to starting site work, and will preserve all permanent reference points during construction. No changes or relocations will be made without prior written approval of the Contract Administrator. A written report shall be made to the Contract Administrator when any reference point is lost or destroyed, or requires relocation because of necessary changes in grades or locations. ii. The surveyor shall be required to replace Project control points which may be lost or destroyed. The surveyor shall be duly registered as a surveyor or mapper, as required by Florida law and any other Applicable Laws. Replacements shall be established based upon original survey control. iii. In addition, as part of the Work, the Design/Builder shall within thirty (30) days of the Substantial Completion Date, furnish to the City another certified survey of the Project Site (with the Project located thereon) prepared by a surveyor licensed in the State of Florida in accordance with the Minimum Standard Detail Requirements for Land Title Surveys adopted in 1999 by the American Land Title Association and the American Congress of Surveyors and Mappers. 3.20. Number of Submittals. Certain Design Documents and Construction Documents are required pursuant to the Contract Documents. (to be submitted and/or provided by the Design/Builder to the City). In addition to the document submittal requirements set forth elsewhere in the Contract Documents, the Design/Builder shall submit the following documents to the City as soon as they are available and shall submit the minimum number of copies listed below: a. Drawings: Submit one set of full-sized reproducible drawings in native AutoCAD format and one copy in .pdf format; one 11" x 17" set of reproducible drawings;, one set of half-sized reproducible drawing one set; of half-sized blue-line drawings; and one electronic copy of the drawing so that the City may reproduce drawings as needed. 26 b. Narratives: For all narrative documents (including documents referenced in Appendix B and (the Project specifications), submit one paper copy and one electronic copy thereof. c. Progress Reports: Design/Builder shall submit with at least one hard copy and at least one electronic copy (in both .pdf and native file format) of all reports specified in Appendix B, and Project Schedules and Updates thereto. . The City shall have no obligation to review and/or approve Progress Reports, Project Schedules and Updates or any such other documents, except as specifically set forth herein. d. Shop Drawings: Provide quantities required pursuant to the terms of Division 1 of the Project specifications. The City shall have no obligation to review and/or approve Shop Drawings. e. Product Data: Provide quantities required pursuant to the terms of Division 1 of the Project specifications. The City shall have no obligation to review and/or approve product data. f. Samples: Provide quantities required pursuant to the terms of Division 1 of the Project specifications. The City shall have no obligation to review and/or approve samples. g. Quality Control and Testing Laboratory Reports: Provide one paper and one electronic copy, both upon submittal to the Consultant, and upon return by the Consultant with its comments and directions. The City shall have no obligation to review and/or quality control and testing laboratory reports. The City's receipt, review and/or approval of such reports shall not in any way constitute approval or acceptance of the Work which is the subject matter thereof. The Design/Builder remains fully responsible for ensuring its receipt, review and approval of all such reports and the contents thereof to ensure the Work is in conformance with the Contract Documents. h. Contract Agreements: Provide one paper and one electronic copy of all agreements by, between or among Design/Builder, Consultant, Design Criteria Professional Design Subconsultants, and any Subcontractors. The City shall have no obligation to review and/or approve any of the foregoing agreements. Guarantees and Warranties: Provide, at a minimum, three (3) copies of all guarantees, warranties, maintenance instructions and manuals, operating manuals, catalogs and operational data that relate to the Project or its components. The City shall have no obligation to review and/or approve any of the foregoing materials. If requested by the City, the Design/Builder shall also submit any of the preceding documents on compact disc (and in a format reasonably acceptable to the City). In addition to the number of copies specified above in (a) through (i), the Design/Builder shall provide to the City six (6) copies of each document provided to the City (in its regulatory capacity) and all other governmental bodies in their role as regulatory agencies, simultaneously with their delivery to the City or such other governmental bodies. 3.21. Availability of Project Site. Subject to the terms herein, the City shall deliver the Project Site or parcels thereof (as depicted in Appendix "A" attached hereto) to the 27 Design/Builder for purposes of commencing demolition, excavation, remediation and construction activities on the date described in the appropriate Notice to Proceed. a. Use of the Project Site or any other City-owned right-of-way for the purpose of storage of equipment or materials, lay-down facilities, pre-cast material fabrication, batch plants for the production of asphalt, concrete or other construction-related materials, or other similar activities, shall require advance written approval by the Project Coordinator. If approved by the City at its sole and absolute discretion, use of the Project Site or any other City-owned right- of- way for the foregoing storage purposes at any given point in time shall be expressly limited to equipment necessary for the then current and active prosecution of the Work and shall be comprised of no more than two (2) weeks' worth of materials or products to be incorporated as part of the Project within the next month, as noted in the most recent approved Project Schedule. The City may, at any time, in its sole and absolute discretion, revoke or rescind such approval for any reason. Upon notice of such rescission, Design/Builder shall, within twenty- four (24) hours, remove and relocate any such materials and equipment to a suitable, approved location. b. Notwithstanding any other provision in the Contract Documents to the contrary, the conditions or requirements of right-of-way permits established by the authorities having jurisdiction including, without limitation any regulatory authorities of the City, shall take precedence over any provision in the Contract Documents that may provide any right whatsoever to use of the Project Site for staging, material and equipment storage, lay-down or other similar activities. 3.22. Testing and Inspection; Responsibility. In addition to the tests and inspections provided for below and elsewhere in the Contract Documents, the City shall have the right (but not the obligation) at any time to inspect or test any portion of the Work or the Project. a. The Design/Builder shall perform and/or obtain all tests and inspections necessary to ensure the proper execution and completion of the Work including, without limitation, all tests and inspections provided for by the Contract Documents (including, but not limited, to any tests and inspections pursuant to Appendix E or by laws, ordinances, rules, regulations or orders of governmental authorities, including the City). The Design/Builder shall make arrangements for tests and inspections conducted by any independent testing laboratory engaged by the City, or tests or inspections conducted by any agency having jurisdiction. The City's direct engagement of any independent testing laboratory or agency shall in no way be construed, interpreted or deemed as the City's assumption of any obligations or requirements of Design/Builder to ensure such testing and inspections are performed, to review and analyze the results thereof and to properly address any portions of the Work which fail to meet the acceptable standards or requirements for which such test or inspection was conducted to evaluate. Rather, the City's engagement of such independent testing laboratory or agency should be interpreted as for convenience of payment purposes only. The Design/Builder shall give the City timely notice of when and where tests and inspections are to be made so the City and/or the Resident Project Representative may observe such procedures. Inspections shall be made promptly and, where practicable, at the source of supply. If Work should be covered up without required inspection/approval, it must, if required by the Contract Administrator or Consultant, be uncovered for examination, and properly restored at Design/Builder's expense. b. If the Contract Administrator determines that the Work, portions thereof, or goods, materials or components required as provided for by the Contract Documents, require additional testing or inspection not included under the above paragraph, the City may instruct 28 the Design/Builder to make arrangements for such additional testing or inspection (including uncovering the Work) as part of the stipulated Contract Price by an entity acceptable to the City, and the Design/Builder shall give timely notice to the City of when and where such tests and inspections are to be made so the City may observe such procedures. The City's presence during any such testing or inspections shall in no way be construed, interpreted and/or deemed to constitute acceptance of such testing or inspection (including the procedures implemented) or the results thereof. c. The Contract Administrator may order re-testing or re- inspection of Work (including uncovering thereof at any time in its sole discretion). If re-testing or re- inspection of Work is found to be in accordance with the Contract Documents, the City shall pay the cost of re- inspection, re-testing and replacement. If such Work is not strictly in accordance with the Contract Documents, Design/Builder shall pay such cost. 3.23. Local Conditions; Site Conditions. a. Local Conditions. The Design/Builder represents and warrants that it has taken all steps reasonably necessary to ascertain the nature and location of the Work, and that it has investigated and satisfied itself as to the general and local conditions which can affect the Project, the performance of the Work and/or the Project Site including, but not limited to i) conditions bearing upon transportation, disposal, handling, and storage of materials; ii) the availability of labor, water, electric power, and roads; iii) uncertainties of weather and observable physical conditions at the Project Site or otherwise affecting the Project, including sub-tropical and/or coastal conditions in South Florida; iv) the adequacy of the Project Site for lay-down, storage and parking in accordance with Applicable Laws and permit requirements of agencies having jurisdiction; and v) the character of equipment and facilities needed prior to and during the performance of the Work. The Design/Builder agrees that it bears all risk associated with any general or local condition that can affect the Project, the Project Site and/or the performance of the Work. Any act or omission by the Design/Builder with respect to the actions described and acknowledged in this subsection will not relieve the Design/Builder from responsibility for properly estimating the difficulty and cost of successfully performing the Work, or as time is of the essence for proceeding to successfully perform the Work within the Project Schedule and the Contract Price. In confirmation and furtherance of the foregoing, the Design/Builder acknowledges and agrees that it shall not be entitled to an adjustment in the Project Schedule, the Substantial Completion Date or the Contract Price, based on general or local conditions affecting the Project, the Project Site and/or the performance of the Work, and the Design/Builder hereby waives and releases City from any and all Claims associated therewith except for a Force Majeure event which, if it occurs, shall entitle the Design/Builder to an extension of time in accordance with Article 12. b. Site Conditions. The Design/Builder acknowledges and agrees that it has satisfied itself as to what the Design/Builder anticipates will be the character, quality and quantity of soil, surface and subsurface materials or obstacles that may be encountered by the Design/Builder at the Project Site including, but not limited to, the nature or amount of any kind of soil material, the location of any utilities or structures on the Project Site, the composition or condition of any utility or structure and its contents, the fitness of any material for use as fill or drainage, or the amount of water to be expected, and that the entire cost risk of such matters, as well as any soil, surface, subsurface/underground, concealed, unknown, known, latent or other conditions (collectively, the "Site Conditions"), shall be borne by the Design/Builder as part of the Contract Price unless such conditions could not have reasonably been identified upon reasonable investigation by the Design/Builder, in which case, they shall be borne by the City in 29 accordance with, and subject to, the conditions of, this Section 3.23(b)(i) through (iv) and other applicable provisions of the Contract Documents. City makes no representations or warranties whatsoever as to the Site Conditions. Any information provided by City relating to Site Conditions is provided as advisory only, as Design/Builder recognizes and agrees that Site Conditions may vary from those observed by City. Without limiting the generality of the foregoing, but rather in confirmation and furtherance thereof, the Design/Builder agrees that it shall have no Claim for any increase in the Contract Price in the event that Site Conditions are encountered or discovered at the Project Site in the performance of the Work where such conditions could reasonably have been identified upon reasonable investigation thereof. The Design/Builder expressly acknowledges and agrees that its pricing of the Work and the determination of the Contract Price were expressly based upon the Design/Builder's assuming the foregoing cost risks of Site Conditions. i. If Site Conditions that could not have reasonably been identified by Design/Builder upon prior investigation are encountered at the Project Site that are materially differing from those indicated in the Contract Documents, or if unknown physical conditions of an unusual nature differ materially from those ordinarily encountered and generally recognized as inherent in the Work provided for in the Contract Documents are encountered at the Project Site, Design/Builder shall promptly notify the City within five (5) business days of the specific materially differing Site Conditions before the Design/Builder disturbs the conditions or performs the affected Work. ii. Upon receipt of written notification of differing Site Conditions from the Design/Builder, the City will investigate the Site Conditions and, if it is determined that the Site Conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any Work, an equitable adjustment may be made in accordance with Article 11 herein and the other Contract Documents. An adjustment for differing Site Conditions shall not be allowed, and any Claim relating thereto shall be deemed conclusively waived, if the Design/Builder has not provided the required written notice within five (5) business days of discovery of the Site Conditions, or has disturbed the Site Conditions prior to City's examination thereof. Should the City determine that the Site Conditions of the Project Site are not so materially different to warrant a change in the Contract Price or Contract Time or any other terms of the Contract Documents, Design/Builder shall be notified of the reasons in writing, and such determination shall be final and binding upon the Parties hereto for purposes of the administration of the Project, subject to Design/Builder's right to submit a Claim pursuant to Article 15 and other applicable provisions of the Contract Documents. iii. For purposes of this Section 3.23, a "materially differing" Site Condition is one that(1) is not identified in the Contract Documents and is not reasonably inferable therefrom; (2) could not have reasonably been identified by Design/Builder upon prior investigation, provided Design/Builder reasonably undertook such prior site investigation; and (3) requires a change to the Work that increases Design/Builder's costs and/or impacts the critical path for completion of the Work. iv. Where Site Conditions delay the Project, and said delay could have been avoided by reasonable investigations of the Project Site at any time prior to commencement of the Work in question, such delay shall not be considered to be an Excusable Delay beyond the control of the Design/Builder, and no time extension shall be granted pursuant to Article 9. No request for an equitable adjustment or change to the Contract Time for differing Site Conditions shall be allowed if made after the date certified as the Substantial Completion Date. 30 3.24. Subcontractors; Design Subconsultants. Design/Builder agrees to bind specifically every Consultant, Subcontractor and Design Subconsultant to the terms and conditions of the Contract Documents for the benefit of the City, and shall incorporate all applicable terms and conditions of the Contract Documents into any and all Consulting Agreement, Design Subconsulting Agreements and Subcontracts, to the full extent of the Work to be performed by each Consultant, Design Subconsultant and Subcontractor. Design/Builder shall submit a copy of each Consulting and Design Subconsulting Agreement and Subcontract at all tiers to the City for its examination and approval, which the City shall not unreasonably withhold, prior to the execution of such Consulting or Design Subconsulting Agreement or Subcontract. The City shall complete its review and advise of its approval within fourteen (14) days of submission of the applicable contract or agreement. a. The Design/Builder shall make available to each proposed Consultant, Design Subconsultant and Subcontractor, prior to execution of the Subcontract, Consulting or Design Subconsulting Agreement, copies of the Contract Documents to which the Consultant, Design Subconsultant or Subcontractor will be bound, and require that each Consultant, Design Subconsultant and Subcontractor shall similarly make copies of applicable portions of such documents available to their respective proposed sub- subcontractors. b. The City will not unreasonably withhold its consent to substitute a Consultant, Design Subconsultant or Subcontractor in the case of a matured and uncured default by such entity in its contract with the Design/Builder resulting in termination of the Design/Builder's contract with such entity, impossibility of performance or other good cause shown. Any substitute party, however, must possess comparable experience, skill, and character to that of the entity being replaced. c. Conditional Assignment. Design/Builder conditionally assigns to the City all the rights, title and interest of Design/Builder in, to and under any and all Consulting and Design Subconsulting Agreements and Subcontracts. The assignment is exercisable by the City, at its election, in the event that the City has exercised its right to terminate this Agreement for any reason in whole or in part or to take control of, or cause control to be taken of, the Work or any portion thereof. The City may reassign the Consulting and Design Subconsulting Agreements and Subcontracts to another contractor, design professional, or any other qualified person or entity, (as the case may be) and such assignee may exercise the City's rights in the Consulting and Design Subconsulting Agreements and Subcontracts. Each Deign Subconsultant or Subcontractor shall, upon written notice that the City has exercised its rights under the Contract Documents (or the portion thereof applicable to the materials or services being furnished by such Design Subconsultant or Design Subconsulting Agreement or Subcontractor), continue to perform all of its obligations, covenants and agreements under such Subcontract for the benefit of the City. d. The Design/Builder's Consulting Agreement with the Consultant and the Design Subconsulting Agreements with the Design Subconsultants, respectively, shall also set forth the Consultant's and/or Design Subconsultants acknowledgment and agreement that (i) the Consultant shall at all times during on-site construction activities have a representative at the Project Site to observe the progress and quality of the Work; (ii) the Consultant shall, pursuant to such on-site observations as a Consultant, endeavor in good faith to guard against defects and deficiencies in the Work; (iii) the Consultant shall be obligated to provide the Design/Builder and the City with written notice of any defects or deficiencies in the Work observed by the Consultant; (iv) if the Design/Builder does not within a reasonable 31 period of time remedy to the reasonable satisfaction of the Consultant the conditions so reported to the Design/Builder, the Consultant shall provide both the Design/Builder and the City with written notice of the condition not remedied and the Consultant's recommendation of the actions that are necessary to remedy such condition; and (v) the Consultant shall conduct inspections to assist the City in making its final determination of whether the Design/Builder has achieved, Substantial Completion of the Project, or any applicable portion thereof, and shall not tender any Certificate of Substantial Completion to the City unless and until the Consultant has determined to the best of its knowledge, information and belief that the Design/Builder has achieved Substantial Completion of the Work (or portion or component thereof covered by such certificate) in accordance with the Contract Documents. 3.25 UNLESS SPECIFICALLY PROVIDED FOR IN THE CONTRACT DOCUMENTS, THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE DESIGN/BUILDER'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE DESIGN/BUILDER SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF DESIGN/BUILDER'S OBLIGATIONS, A WAIVER OF DESIGN/BUILDER'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY DESIGN/BUILDER OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF DESIGN/BUILDER'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING DESIGN/BUILDER IN DEFAULT FOR DESIGN/BUILDER'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. UNLESS OTHERWISE PROVIDED UNDER THE CONTRACT DOCUMENTS, THE DESIGN/BUILDER EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF DESIGN/BUILDER'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. ARTICLE 4 CITY'S DUTIES AND RESPONSIBILITIES 4.1. City Representatives. The City shall designate, from time to time, one or more representatives authorized to act on its behalf with respect to the Project. No representative or designee of the City shall have any authority to adjust the Contract Price or the Substantial Completion Date unless memorialized in a duly executed Change Order. The City shall examine documents submitted by the Design/Builder and shall utilize its reasonable efforts to render necessary decisions pertaining thereto in accordance with the Project Schedule. a. The Contract Administrator and Project Coordinator shall have the authority to issue directives and notices on behalf of the City. The Contract Administrator and Project Coordinator shall have the authority to issue Construction Change Directives. b. Approval of Change Orders/Amendments. The City Manager or Contract Administrator may approve Change Orders or other Amendments to the Contract Documents involving extensions to the Contract Time and/or adjustments to the Contract Price, up to an amount equal to the total amount remaining in the City's Contingency. 32 i. The City Commission may approve any Change Order or other Amendment to the Contract Documents. ii. Change Orders exceeding any available amounts in the City's Contingency shall require the advance approval of the City Commission. 4.2. City's Project Coordinator. The Project Coordinator shall serve as the person designated by the City to provide direct communication with the Design/Builder with respect to the City's responsibilities or matters requiring the City's approval, in its proprietary capacity as Owner, under the Contract Documents. The Project Coordinator shall have full authority to require the Design/Builder to comply with the Contract Documents. However, any failure of the Project Coordinator to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the Design/Builder's obligation to comply with the requirements of the Contract Documents. The City's Project Coordinator will be responsible for the following: a. Review of draft and completed Applications for Payment and coordination of the processing thereof with the City. b. Monitoring of all aspects of the Work, Project Site, and Project Schedule including, but not limited to, attending Project-related meetings and reviewing and observing the Work and testing thereof for general conformance and compliance with the intent of the DCP and Contract Documents, provided, however, that Project Coordinator's failure to monitor any aspect of the Project shall not relieve Design/Builder of its obligations to perform and deliver the Project in accordance with the Contract Documents. c. Tracking, logging and reviewing all required Project-related documents and serving as the day-to-day City liaison for addressing Project-related issues with the Design/Builder. 4.3. Communications. In communications relating to the Project, the City shall communicate with Subcontractors, and such Subcontractors shall communicate with the City, only through the Design/Builder's Project Manager. Nothing herein shall preclude City or Subcontractor from directly communicating with each other with respect to any default of the Design/Builder or other matter of public concern. 4.4. Cooperation. Whenever the City's cooperation is required by the Design/Builder in order to carry out the Design/Builder's obligations hereunder, the City agrees that it shall act in good faith in so cooperating with the Design/Builder. 4.5. City Information. Any information provided by the City to the Design/Builder, its Consultant, Design Subconsultants or Subcontractors relating to the Project and/or existing conditions upon, about, beneath or adjacent to the Project Site including, without limitation, any geotechnical or environmental reports, or other information pertaining to subsurface exploration and conditions, borings, test pits, tunnels, as-built drawings and other conditions affecting the Project Site, whether or not included in the DCP, are provided only for the convenience of the Design/Builder and the Subcontractors. The City makes no representations or warranties as to, and assumes no responsibility whatsoever with respect to, the sufficiency, completeness or accuracy of such information and makes no guarantee, either express or implied, that the conditions indicated in such information or independently found by the Design/Builder, its 33 Consultant, Design Subconsultants or the Subcontractors as a result of any examination, exploration or testing, are representative of those existing throughout the performance of the Work or the Project Site, and there is no guarantee against unanticipated or undisclosed conditions. 4.6. City's Reviews and Comments. The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Design/Builder shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Design/Builder, any Consultant, Design Subconsultant, Subcontractor or any other third party as a substantive review thereof. The City, in reviewing, evaluating, commenting on or monitoring any progress of the Work, shall have no responsibility or liability for the accuracy or completeness of the Work, for any defects or inadequacies therein, or for any failure to comply with the requirements set forth in the Contract Documents, the responsibility for all of the foregoing matters being the sole obligation of the Design/Builder; nor shall the City's review or monitoring of the Work constitute acceptance of the Work or in any way excuse or limit the obligations of the Design/Builder to comply with the Contract Documents as set forth therein. 4.7. Resident Project Representative. The City may retain an independent professional engineering firm or other firm duly qualified and licensed to serve as Resident Project Representative and assist the City with observing, reviewing, and documenting construction activities on the Project. The Resident Project Representative shall monitor Design/Builder's progress and performance in accordance with the Contract Documents. The Resident Project Representative shall have the authority to assist the City with the following: a. Reviewing Design/Builder's Project Schedule submissions and confer with the Design/Builder and/or Consultant regarding acceptability thereof; b. Reviewing draft Applications for Payment, forwarding comments and recommendations to the Consultant, and approving Applications for Payment as complying with the requirements of the Contract Documents following Consultant's certification of such Applications for Payment; c. Observing all aspects of the prosecution of the Work including, but not limited to, verifying that Work has been completed and that material and equipment certificates, operation and maintenance manuals, guarantees and warranties and any other data or documents required by the Contract Documents have been provided to the City; d. Participating in inspections and testing required by the Contract Documents, including Substantial Completion and Final Completion inspections, and assisting City in connection with its determination of Substantial Completion, any applicable Milestones and Final Completion. The role of the Resident Project Representative is to facilitate information to the City and Consultant. In no event shall the Resident Project Representative be authorized to approve substitutions or deviations from the Contract Documents; to undertake any of the obligations and responsibilities of Design/Builder; direct the means and methods of Design/Builder; or to advise on, issue direction on, or assume control over safety practices of the Design/Builder. If no RPR is appointed or assigned to the Project, the duties of the RPR 34 shall be performed by the Design Criteria Professional, or Contract Administrator (or his or her designee). 4.8. Design/Builder Not Relieved By City, Project Coordinator or Resident Project Representative Activity. The responsibility of the Design/Builder for faithful performance of the Contract Documents shall not be relieved or affected in any respect by the presence, inspections, or approvals by the City (whether in its proprietary or regulatory capacity), Project Coordinator or Resident Project Representative or their designees. 4.9. Permitting & Code Inspections. The City may retain a threshold inspector, if required by Chapter 553, Florida Statutes, and any other inspectors as the City deems necessary, provided, however, the failure of the City, threshold inspector, or any other inspector to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the Design/Builder's obligation to comply with the requirements of the Contract Documents. ARTICLE 5 EMPLOYMENT CONDITIONS 5.1. No Discrimination; Affirmative Action. The Design/Builder shall not discriminate against any workers, employees, or applicants, or any member of the public, because of race, creed, color, religion, age, sex, sexual orientation or national origin, nor otherwise commit an unfair employment practice. The Design/Builder shall take affirmative action to ensure that applicants are granted or denied employment, and that employees are treated during employment, without regard to their race, creed, color, religion, age, sex, sexual orientation or national origin. Such affirmative action shall relate to, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Design/Builder shall post (or cause to be posted) in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this non-discrimination clause. The Design/Builder further agrees that this clause will be incorporated in all contracts entered into with Consultant, Design Subconsultants, Subcontractors and all labor organizations furnishing skilled, unskilled and craft labor or performing any such labor in connection with the Work. 5.2. Civil Rights Act. The Design/Builder shall comply with, and shall require all Subcontractors to comply with, all Federal, State, and local laws, rules, regulations and ordinances relating to employment and the design and construction of the Project, including without limitation the Civil Rights Act of 1964, Pub. L. 88-352. July 2. 1964. 78 Stat. §701 et seq., as amended; the Americans With Disabilities Act of 1990, Pub. L. 101-336, July 26, 1990; and the City's Human Rights Ordinance, as same may be amended. 5.3. Equal Benefits. Design/Builder certifies and represents that it shall comply with all applicable provisions of Section 2-373 of the City Code, as same may be amended from time, with regard to equal benefits for domestic partners of employees. The failure to comply with this Section shall constitute a material event of default of this Agreement. 5.4. Compliance Reports. To demonstrate compliance with the foregoing, the Design/Builder shall furnish, and shall cause its Subcontractors to furnish, such reports and information and in such form and substance as may be reasonably requested by the City or any other governmental body or agency requesting the same. 35 5.5. Prevailing Wages. If specified as applicable to this Project in the RFP, the Design/Builder shall comply with, and shall require all Subcontractors to comply with, Sections 31-27 through 31-30 of the City Code, as same may be amended from time to time, with regard to minimum hourly wage rates for all employees who provide services pursuant to this Agreement, as follows: a. The rate of wages and fringe benefit payments for all laborers, mechanics, and apprentices shall not be less than those payments for similar skills in classifications of work in a like construction industry as determined by the Secretary of Labor and as published in the Federal Register. All mechanics, laborers, and apprentices, employed or working directly upon the site of the Work shall be paid in accordance with the above referenced wage rates. Design/Builder shall post notice of these provisions at the site of the Work in a prominent place where it can be easily seen by the workers. b. If the Parties cannot agree on the proper classification of a particular class of laborers or mechanics or apprentices to be used, the Parties shall submit the question, together with its recommendation, to the City Manager for final determination. c. In the event it is found by the City that any laborer or mechanic or apprentice employed by Design/Builder, or any Subcontractor directly on the site of the Work has been or is being paid at a rate of wages less than the rate of wages required by the ordinance, the City may (i) by written notice to Design/Builder terminate its right to proceed with the Work or such part of Work for which there has been a failure to pay said required wages; and (ii) prosecute the Work or portion thereof to completion by contract or otherwise. Whereupon, City and its sureties shall be liable to City for any excess costs occasioned to City thereby. d. Design/Builder shall maintain payrolls and basic records relating thereto during the course of the Work and shall preserve such for a period of three (3) years thereafter for all laborers, mechanics, and apprentices working at the site of the Work. Such records shall contain the name and address of each such employee; its current classification; rate of pay (including rates of contributions for, or costs assumed to provide, fringe benefits); daily and weekly number of hours worked; deductions made; and actual wages paid. e. Design/Builder shall be required to submit, with each requisition for payment, any signed and sworn statement of compliance with the prevailing wage rate ordinance, as may be required by the City. Design/Builder shall submit certified payrolls for each requisition period. Certified payrolls should include employee name, address and social security number, labor classification, hours worked, hourly base rate, hourly fringe rate and hourly benefit rate f. The City may withhold or cause to be withheld from Design/Builder so much of the payments requisitioned as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and guards employed by Design/Builder or any Subcontractor on the Work, the full amount of wages required by the Contract Documents or terms of the applicable subcontract. g. If Design/Builder or any Subcontractor fails to pay any laborer, mechanic, or apprentice employed or working on the site of the Work all or part of the wages required by the Contract Documents or terms of the applicable subcontract, the City may, after written notice to Design/Builder, take such action as may be necessary to cause suspension of any further payments or advances until such violations have ceased. 36 ARTICLE 6 PROJECT SCHEDULE AND BREAKDOWN OF PROJECT COSTS 6.1. Project Schedule. TIME IS OF THE ESSENCE THROUGHOUT THIS AGREEMENT. Design/Builder shall complete the planning, design, development, construction, and completion of the Work and the Project in accordance with the approved Project Schedule and within the Contract Time, which schedule defines major design and construction Milestones, Substantial Completion, their sequences, and Final Completion as determined from the date of the Notice to Proceed. The Parties hereto recognize and acknowledge that the Project Schedule has been established in order to meet the requirements of the Parties hereto for the design, development, construction and completion of the Project and to coordinate the design, development, construction and completion of the Project. Design/Builder shall be instructed to commence the Work by written instruction issued by the City in the form of one or more Notices to Proceed for the Design Phase and for Construction Phase. 6.2. Time For Completion. TIME IS OF THE ESSENCE TO COMPLETE THIS PROJECT. ALL WORK SHALL BE AWARDED VIA ISSUANCE OF SEPARATE NOTICES TO PROCEED FOR THIS PROJECT. THE FIRST NOTICE TO PROCEED (NTP1) WILL BE ISSUED AFTER EXECUTION OF THE CONTRACT, TO INITIATE THE DESIGN PHASE AND PROCUREMENT OF APPROVED MATERIALS AND/OR EQUIPMENT. THE SECOND NOTICE TO PROCEED (NTP2) WILL BE ISSUED FOR THE CONSTRUCTION PHASE, ON OR AFTER THE DESIGN IS COMPLETE AND PERMITS FOR CONSTRUCTION HAVE BEEN OBTAINED, PROVIDED, HOWEVER, THAT A SEPARATE NOTICE TO PROCEED SHALL BE ISSUED FOR THE CONSTRUCTION OF THE SEAWALL, ENERGY DISSIPATER AND WORK INCIDENTAL THERETO, AS REFERENCED IN SECTION 1.03 OF THE DESIGN CRITERIA PACKAGE ("SEAWALL IMPROVEMENTS"). BECAUSE TIME IS OF THE ESSENCE TO COMPLETE THIS PROJECT, SUBSTANTIAL COMPLETION AND FINAL COMPLETION DEADLINES HAVE BEEN ESTABLISHED AS FOLLOWS: • Substantial Completion of the Project shall be achieved within seven hundred thirty (730) calendar days from issuance of the first Notice To Proceed (NTP1). • Final completion shall be ninety (90) calendar days from the date of issuance of Substantial Completion. a. Notice to Proceed. NTP1 for the Design Phase will be issued after execution of the Agreement by both Parties. However, the submission to City of all required documents and execution of the Agreement shall not automatically mandate any obligation of the City to issue NTP1 for the Design Phase or NTP for the Construction Phase or any portion thereof. The issuance of NTP shall be in the City's sole discretion. i. As part of the foregoing NTP or through a separate Notice to Proceed, the City may authorize certain preconstruction Work subject to the advance written approval of the Contract Administrator as may be authorized in the Notice to Proceed, to permit Design/Builder to perform certain utility relocations, remedial actions and other preliminary or preparatory activities or site work, as described in the Project Schedule. 37 b. NTP for Construction Phase. The NTP for the Construction Phase shall be the second Notice to Proceed to Design/Builder authorizing commencement of the balance of the Work (other than the Seawall Improvements, which shall be issued via separate NTP, and the Above Ground Improvements, which may be authorized by Change Order pursuant to Section 11.7). Design/Builder shall achieve Substantial Completion of the Work within seven hundred and thirty (730) calendar days from the date of issuance of NTP1 for the Design Phase. Following Substantial Completion, the Final Completion of all Work shall be achieved no later than ninety (90) days after issuance of a Certificate of Substantial Completion by the Contract Administrator. As a condition precedent to issuance of NTP for the Construction Phase and for the NTP for the Seawall Improvements portion of the Work, Design/Builder shall submit to City all of the following items for City's review and approval: i. A proposed Project Schedule in compliance with the requirements of the Contract Documents; ii. A preliminary schedule of Shop Drawing submissions; iii. A preliminary Schedule of Values i n sufficient detail to serve as the basis for progress payments during the Construction Phase. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. iv. Utility coordination schedule: Design/Builder shall meet with all utility owners and secure from them a schedule of utility relocation. City shall not be responsible for the nonperformance of utility relocation or any other failure to cooperate or coordinate by the utility owners. Any efforts by the City to facilitate such coordination or cooperation by or with the utility owners shall be solely at the City's discretion and shall not in any way be construed or interpreted as the City's assumption of such obligation, which obligation shall, at all times, remain the full responsibility of the Design/Builder. v. All permits required by authorities having jurisdiction, unless otherwise provided by the Contract Documents. vi. Identity and location of storage yard for storage of materials and equipment relating to the Project. c. Design/Builder shall not be entitled to compensation of any kind until issuance of NTP. Design/Builder shall bear the responsibility for re-performing any Work, including design and permitting costs, should the respective regulatory agencies require changes thereto. The Design/Builder expressly acknowledges and agrees that its pricing of the Work and the determination of the Contract Price were expressly based upon the Design/Builder's assuming the foregoing cost risks of taking all steps that may be necessary to sequence and prosecute the Work as contemplated by the Project Schedule. 6.3. Preconstruction Schedule. Within thirty (30) days after receiving the NTP, the Design/Builder shall (without altering, revising or otherwise changing the Substantial Completion Date) submit to the City for review a detailed preconstruction schedule by developing the Project Schedule. This revised Project Schedule shall be based on the critical path method, shall show in complete detail the starting and completion time sequence of design, development and contract award activities of the Design/Builder and its Consultant, Design Subconsultants and Subcontractors, shall identify all interface Milestone events of the City (if any). Provided the expanded schedule has been approved by the City, such revised Project Schedule shall be 38 incorporated into this Agreement pursuant to an Amendment in substitution of the schedule attached as Appendix "D" hereto. a. City shall have fourteen (14) days from Design/Builder's submission to City of the Construction Documents, at the 30%, 60%, 90% and 100% completion stages, respectively, to review and comment on the Construction Documents (in its proprietary capacity as Owner of the Project). Design/Builder shall incorporate such City review periods into its Project Schedule. If the City's reviews take longer than the fourteen (14) day periods set forth herein, Design/Builder must immediately request an extension of time and comply with the notice and other requirements of Article 12. Time extensions for such delays shall not be automatic and must be requested in accordance with the Contract Documents. b. The Project Schedule shall also identify the total schedule float for the Project and how that float is allocated to items of Work on the critical path. During the Design Phase, any float set forth from time to time shall be available to the Design/Builder and the City at such times as either party may need it. Each month during the Design and Construction Phases, the Design/Builder shall, in its computer-generated reports submitted to the City pursuant to Section 6.7 hereof, provide the City with the Design/Builder's then current assessment of the amount of float available in the Project Schedule and, to the extent relevant, whether and to what extent such float was generated by the Design/Builder or the City. Nothing in this Agreement shall prohibit the Construction Phase from beginning prior to the Design Phase being completed, provided that the City has issued the applicable Notice to Proceed. c. Pre-construction Meeting. At a time specified by City, but before Design/Builder commences the Work at the Project Site, a conference attended by Design/Builder, City and others, as deemed appropriate by Contract Administrator, will be held to discuss the Project plans; submission of all schedules and reports required by the Contract Documents; procedures for handling Shop Drawings and other submittals; procedures for processing Applications for Payment; and to establish a working understanding among the Parties as to the Work. d. Within five (5) business days prior to the pre-construction meeting described in Subsection 6.3(c) herein, Design/Builder shall submit the following to City, for City's review and approval: i. A critical path method ("CPM") Project "Base Line" Schedule in accordance with Division 1 of the Project Specifications, one (1) electronic copy on a CD in native Primavera format and .pdf format, and one (1) hard copy, with activities arranged in a "waterfall", in the indicated form for final review and approval, including: bar chart; modified CPM and computerized CPM using the latest edition of the Primavera software; "Early Start" and "Early Finish" dates for each activity; input that encompasses all submittal approvals; delivery durations for important materials and/or equipment; logic relationships of activities, including physical and Project Site restraints; and clearly identifying the Project's critical path. CPM shall have the meaning and detail as outlined in the most recent edition of the Association of General Contractors (AGC) publication, "The Use of CPM in Construction." The preliminary CPM Project "Base Line" Schedule, when submitted, shall have attached a program-generated error report stating that no errors exist in the schedule. ii. Design/Builder shall submit on a monthly basis, with each Application for Payment, an update of the CPM Project Schedule (with a program-generated error report stating that no errors exist in the schedule and that does not revise the CPM Project "Base Line" Schedule's Substantial Completion Date or Final Completion Date) showing the progress for the 39 month. DESIGN/BUILDER SHALL SUBMIT ONE HARD COPY AND ONE ELECTRONIC COPY (in both pdf and native file format). In addition to the CPM Project "Base Line" Schedule, Design/Builder shall include a narrative report of the month's progress, an explanation of any delays and/or additions/deletions to activities. If City waives the requirement for the submission of any portion of an Application for Payment, or waives the requirement for submission of an Application for Payment in any given month, Design/Builder shall nevertheless submit the monthly update of the CPM Project Schedule specified in this Section. iii. It is strongly recommended that Design/Builder hire a seasoned professional in the use of Primavera, to develop and update the Primavera CPM Project "Base Line" Schedule. iv. Design/Builder shall attend weekly progress meetings and provide an updated two (2)week look ahead schedule for review and discussion, Design/Builder shall, on a monthly basis, be prepared to discuss at a weekly progress meeting: (i) any proposed changes to the CPM Project "Base Line Schedule"; (ii) explain and provide a narrative for reasons why logic changes should be made; (iii) update to individual Subcontractor activities; and (iv) integration of changes into the schedule. v. The CPM Project "Base Line" Schedule shall be the basis of the Design/Builder's Work and shall be complied with in all respects. vi. After award, but prior to the submission of the final CPM Project "Base Line" Schedule, City's Project Coordinator and/or Contract Administrator and Design/Builder shall meet with all utility owners and secure from them a schedule of utility relocation; provided, however, that City shall not be responsible for non-performance of utility relocation or any other failure to cooperate of coordinate by the utility owners. Any efforts by the City to facilitate such coordination or cooperation by or with the utility owners shall be solely at the City's discretion and shall not in any way be construed or interpreted as the City's assumption of such obligation, which obligation shall, at all times, remain the full responsibility of the Design/Builder. vii. A preliminary schedule of Shop Drawing submissions; and viii. A preliminary Schedule of Values for all of the Work which will include items aggregating the Contract Price and which may subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during the Construction Phase. e. Within twenty (20) days following the pre-construction meeting referenced in Subsection 6.3(c), Design/Builder shall revise its original preliminary Project Schedule submittal, Shop Drawings schedule submittal, and its proposed Schedule of Values to address all review comments received from the City, and shall resubmit the revised Schedules for Project Coordinator review and approval. The final CPM Project "Base Line" Schedule will be accepted by Project Coordinator only if it provides for the orderly progression of the Work to completion within the Contract Time; provided, however, that any such acceptance shall not constitute acceptance by City of the means or methods of construction or of the sequencing or scheduling of the Work, and shall not relieve Design/Builder from full responsibility to perform and complete the Work within the Contract Time in accordance with the Contract Documents. The finalized schedule of Shop Drawing submissions must be acceptable to Project Coordinator as providing a workable arrangement for processing Shop Drawings. The finalized Schedule of Values must be acceptable to the Project Coordinator as to form and substance. However, 40 nothing contained herein shall prevent City from requesting modifications to the aforementioned submittal Schedules, Project Schedule or Schedule of Values. 6.4. Manpower Forecast. Within ten (10) days after receiving the Notice to Proceed, the Design/Builder shall submit a manpower forecast by trades and their availability in the Miami- Dade County, Florida area. The Design/Builder shall update this manpower forecast at semi- annual intervals, or at such other intervals as the City may direct. 6.5. Construction Schedule. At such time as the Construction Documents are sixty percent (60%) complete (as determined by the City), the Design/Builder shall (without altering, revising or otherwise changing the Substantial Completion Date) submit to the City for incorporation into the Contract Documents a detailed, Project construction schedule by expanding the overall Project Schedule. This schedule shall be based upon the critical path method, shall show in complete detail the starting and completion times of activities for each of the various trades, the sequence of the Work and all significant activities (with the critical path clearly delineated), shall include monthly updates of data dates. Provided the Project Schedule has been approved by the City, such revised Project Schedule shall be incorporated into this Agreement pursuant to an Amendment in substitution of the schedule then attached as Appendix "D" hereto. 6.6. NOT USED. 6.7. Computer-Generated Reports. As a condition to the Design/Builder receiving each monthly progress payment identified in Article 7, the Design/Builder will submit to the City a report identifying the progress of the Work in comparison with the Project Schedule, which report shall be computer-generated. The report shall clearly delineate the critical path and shall reflect the current status of all float time in the Project Schedule. In addition, the Design/Builder shall prepare a report (which shall be updated on a monthly basis) showing for each month the monthly progress payments in relationship to the Project Schedule. 6.8. Contents of Reports. The computer-generated reports provided for in Section 6.7 above will consist of the following: a. Summary Trade Schedule in Bar Chart Format; b. Detailed Activities - Reports showing starting and completion floats; c. Detailed Critical Activity Report; d. Buyout Report of Long Lead Equipment and Contracts; e. A written report showing actions taken to correct any Project Schedule slippages; and f. An updated Project Cash Flow Report. 6.9. Progress in Accordance with Schedule/ Recovery Schedule. The Project Schedule and Substantial Completion Dates shall not be modified except by an Amendment to this Agreement. The Design/Builder shall prosecute the Work, and shall cause all Consultants, Design Subconsultants and Subcontractors to prosecute the Work, so that the delivery of the Project by the Substantial Completion Date shall be in accordance with the approved Project Schedule. 41 a. If the Work on any critical path item or activity delineated in the Project Schedule is delayed for a period which exceeds 5% of the days remaining until a completion deadline for an item in the Project Schedule (including delays for which Design/Builder may be entitled to a time extension under Article 13), and it reasonably appears that the Design/Builder will be unable to meet the deadlines of the Project Schedule, the City may notify the Design/Builder of the same and, in such event, the Design/Builder shall have the right to demonstrate Design/Builder's proposed recovery plan to regain lost schedule progress and to achieve such progress in accordance with the Contract Documents ("Recovery Schedule"), after taking into account Excusable Delay (as hereinafter defined) and permitted extensions of the Project Schedule. b. City shall notify Design/Builder within five (5) business days after receipt of each Recovery Schedule, whether the Recovery Schedule is deemed accepted or rejected. Within five (5) business days after City's rejection of any Recovery Schedule, Design/Builder will resubmit a revised Recovery Schedule incorporating City's comments. If the City accepts Design/Builder's Recovery Schedule, Design/Builder shall, within five (5) business days after City's acceptance, incorporate and fully include the Recovery Schedule into the Project Schedule and deliver same to City. c. If the Design/Builder fails to provide an acceptable Recovery Schedule, as determined by City in its sole discretion, that demonstrates Design/Builder's follow the Project Schedule, the City may, without prejudice to any other rights and remedies available to the City hereunder or otherwise, order the Design/Builder to employ such extraordinary measures, including acceleration of the Work, and other measures, including substantially increasing manpower and/or necessary equipment, as may be necessary to bring the Work into conformity with the Project Schedule. 6.10. Substantial Completion. As a condition of Substantial Completion, all of the following must occur: a. All Work awarded under the Contract affecting the operability of the Project, or safety has been completed in accordance with the Contract Documents; b. If applicable, all Pre-commissioning activities, including alignment, balancing, lubrication and first-fill, have been completed; c. The Work may be operated within manufacturers' recommended limits, in compliance with Applicable Laws, and without damage to the Work or to the Project; d. Design/Builder has corrected all defects, deficiencies and/or discrepancies to the entire Work as identified by RPR and RPR confirms such corrections have been made in writing; e. When Design/Builder believes it has achieved Substantial Completion, Design/Builder shall request an inspection by the City and the RPR, and shall provide the City with evidence supporting its assessment of Substantial Completion, including any specific documents or information requested by the City to assist in its evaluation thereof. Design/Builder shall, prior to said inspection, develop its preliminary Punch List for input and comment by the City and the RPR. Once the preliminary Punch List is submitted to the City and RPR, the City and its representatives shall then schedule a walk-through of the Project with 42 Design/Builder and the Consultant. Following the walk-through, Design/Builder shall develop and provide City with the list of all remaining items of Work to be completed or corrected, and which incorporates items and comments identified or provided by the City and RPR comments and is d certified for completeness and accuracy by the Consultant ("Substantial Completion Punch List"), provided, however, that failure to include any items on such Substantial Completion Punch List does not alter the responsibility of the Design/Builder to complete all Work in accordance with the Contract Documents; and f. With respect to any Project for which a right-of-way permit is required from the City of Miami Beach's Public Works Department, including this Project, in the event the Above Ground Improvements identified in Appendix F are not added by way of Change Order, the City acknowledges and agrees that Substantial Completion under this Contract will represent less than a usable street improvement project. If such Above Ground Improvements are added in by Change Order pursuant to Section 11.7 hereof, in no event shall Substantial Completion occur prior to the final lift of asphalt and acceptance thereof by the agencies having jurisdiction (including, without limitation, the City's Public Works Department). 6.11. Certificate of Substantial Completion. Any determination by the Consultant and the Design/Builder of Substantial Completion shall not be binding on the City, and the ultimate determination of Substantial Completion shall rest with the City and shall be evidenced by the City's executing and returning to the Design/Builder its Certificate(s) of Substantial Completion (or Notice of Partial Substantial Completion, as applicable). a. When the City, on the basis of an inspection, determines that the Work or designated portion thereof, is substantially complete, and when the Design/Builder has complied with all other conditions precedent to Substantial Completion provided for in Section 6.10 and the other Contract Documents, the City will then prepare a Certificate of Substantial Completion which shall establish the Substantial Completion Date, shall state the responsibilities of Design/Builder, if any, for security, maintenance, heat, utilities, damage to the Work, and insurance, and Design/Builder shall complete the items listed in the Substantial Completion Punch List within sixty (60) days following the Substantial Completion 2 Date. If the City issues a Certificate of Substantial Completion on the basis of partial completion of the Project, or upon the basis of a partial or temporary certificate of occupancy or certificate of completion, as applicable, City may include such additional conditions, as it deems appropriate to protect its interests pending substantial completion of the entire Project or issuance of a permanent certificate of occupancy or certificate of completion, as applicable. b. The City shall not unreasonably withhold or condition acceptance and execution of a Certificate of Substantial Completion (or a Notice of Partial Substantial Completion); provided, however, the Project shall not be deemed Substantially Complete and the City shall not execute a Certificate of Substantial Completion until all of the criteria for achieving Substantial Completion as identified in Section 6.10 and any other Contract Documents have been satisfied. 6.12. Partial Substantial Completion. Partial Substantial Completion of the Work shall occur when the City determines that a portion of the Work, as defined in the Contract Documents and/or otherwise by logical boundaries, is Substantially Complete in accordance with the Contract Documents. The City may (but shall not be obligated to) agree that a portion or component of the Work, acceptable to the City in its sole discretion, may be certified as Substantially Complete provided that: 43 i. The requirements provided under Sections 6.10 and 6.11 above for issuance of a Certificate of Substantial Completion are complied with for the portion of the Work for which a Certificate of Partial Substantial Completion is being sought; ii. Such portion and any and all appurtenances, utilities, transportation arteries and any other items required under the Contract Documents and necessary to serve that portion of the Work are sufficiently completed, a temporary certificate of completion or Certificate of Occupancy, as applicable, is issued for the portion of the Work for which a Certificate of Partial Substantial Completion is being sought and/or all conditions or requirements of authorities having jurisdiction are complied with, to permit the City to utilize and occupy that portion for its intended use in accordance with the Contract Documents without material interference from any incomplete or improperly completed items of Work; iii. The City is fully able to use and occupy the portion of the Work for the purposes intended and the Design/Builder separates the portion of the Work which is Substantially Complete from non-complete areas of the Project in order to prevent noise, dust and other construction disturbances which would materially interfere with the use of such portion for its intended use in accordance with the Contract Documents and to assure the safety of those entering, exiting and occupying the Substantially Completed portion of the Work; and iv. Partial Substantial Completion shall not constitute Final Completion of the Work or Substantial Completion of the Project, nor shall it relieve the Design/Builder of any responsibility for the correction of Work (whether or not included in portion of Work Substantially Complete) or for the performance of Work not complete at the time of Partial Substantial Completion. 6.13. Beneficial Occupancy. If applicable, Beneficial Occupancy shall occur when the City determines, at its sole and absolute discretion, that the Work or a portion thereof may be occupied prior to Substantial Completion. City may take Beneficial Occupancy in accordance with the provisions of the Contract Documents. a. Prior to the anticipated date of Beneficial Occupancy, Design/Builder shall separate the portion of the Work to be occupied from non-complete areas of the Project in order to prevent noise, dust and other construction disturbances which would materially interfere with the use of such portion for its intended use in accordance with the Contract Documents and to assure the safety of those entering, exiting and occupying the completed portion to be occupied. b. Beneficial Occupancy shall not constitute Substantial Completion or Final Completion of the Work, nor shall it relieve the Design/Builder of any responsibility for the correction of Work (whether or not included in the portion of Work to be occupied) or for the performance of Work not complete at the time of Beneficial Occupancy. c. Design/Builder's insurance on the unoccupied or unused portion or portions of the Project Site shall not be canceled or lapsed on account of such Beneficial Occupancy. d. Design/Builder shall be responsible to maintain all utility services to areas occupied by the City until Final Completion. 6.14. Final Completion. Final Completion of the Project shall be deemed to have occurred if all the following have occurred: 44 a. Substantial Completion of the entire Project has occurred; b. The Work can be used and operated in accordance with Applicable Laws and applicable permits; c. All spare parts and special tools purchased by Design/Builder as part of Vendor supplies shall have been delivered to City and clear of all Liens; d. All items on the Substantial Completion Punch List shall have been completed by Design/Builder to City's satisfaction and all final inspections have been performed; e. Design/Builder has satisfied the additional conditions prescribed by the City in conjunction with a Certificate of Substantial Completion issued on the basis of Partial Substantial Completion of the Project, or a partial or temporary Certificate of Occupancy or Certificate of Completion, as applicable; f. Design/Builder has delivered evidence to the City that all permits have been satisfied and closed, and that a certificate of completion and/or certificate of occupancy (as applicable) has been issued by the authority having jurisdiction, and the Project or designated portion thereof is sufficiently complete in accordance with the Contract Documents and can be used for its intended purpose for uninterrupted operation including, without limitation, acceptance if completed as-builts if required by the agency having jurisdiction; g. Design/Builder shall have provided to City final releases and complete and unconditional waivers of liens for all Work performed by Design/Builder and each Subcontractor Supplier where the applicable contract price or purchase order value exceeds $10,000; h. Design/Builder shall have delivered to City a certification identifying all outstanding Claims (exclusive of any Liens or other such encumbrances which must have been discharged) of Design/Builder (and of its Subcontractors, Suppliers and any other party against Design/Builder) with written documentation reasonably sufficient to support and/or provide detail to substantiate such Claims; Operational testing, whether by Subcontractor, Manufacturer, Supplier and/or Design/Builder, has been successfully completed; j. Design/Builder shall have made a written assignment to City of all warranties and guarantees which Design/Builder received from Subcontractors, Vendors, and Suppliers k. Design/Builder shall have delivered to City a complete set of as-built documents and Project Records prepared in accordance with the Contract Documents; Design/Builder has delivered to City all other submittals required by the Contract Documents including, but not limited to, all installation instructions, operations and maintenance manuals for equipment furnished by Design/Builder and all product data sheets for all materials furnished by Design/Builder; m. All rubbish and debris have been removed from the Project Site; 45 n. All Construction aids, equipment and materials have been removed from the Project Site; and o. Design/Builder has delivered to the City all executed warranties and guarantees required by the Contract Documents. Final Completion of the Work shall be achieved no later than ninety (90) days after issuance of a Certificate of Substantial Completion by the Contract Administrator. City shall deliver to Design/Builder a Certificate of Final Completion as soon as practicable following declaration by City that Final Completion has occurred. Final Completion is a condition precedent to Final Progress Payment. 6.15. Liquidated Damages. a. The failure of the Design/Builder to meet the Milestones or complete the Project by the Substantial Completion Date (as such date may be extended in accordance with the terms of this Agreement) will deprive the City and the residents and visitors of the City of a valuable asset. Therefore, the Design/Builder agrees that the Design/Builder shall begin the Project in conformity with the provisions set forth herein and shall prosecute the same with all due diligence and adequate manpower, so as to timely achieve the Milestones (if any) and Substantial Completion of the entire Project (as such date may be extended in accordance with the terms of this Agreement). Failure to achieve Substantial Completion and/or Final Completion, shall be cause for the City to deduct from monies otherwise due the Design/Builder the liquidated amounts as set forth below: 1. Substantial Completion. Upon failure of Design/Builder to achieve Substantial Completion of the Project within the time specified for Substantial Completion , plus approved time extensions, City shall deduct from monies otherwise due the Design/Builder a liquidated amount assessed daily until Substantial Completion 1 of the Project, in the amount of $3,900 per day, commencing on the first day following the date Design/Builder was to achieve Substantial Completion of the Work, pursuant to the approved and updated Project Schedule. 2. Final Completion. Upon failure of Design/Builder to achieve Final Completion of the Project, within the time specified for Final Completion, plus approved time extensions, City shall deduct from monies otherwise due the Design/Builder a liquidated amount assessed daily until Final Completion, in the amount of $1,000 per day, commencing on the first day following the date Design/Builder was to achieve Final Completion of the Work, pursuant to the approved and updated Project Schedule. b. Design/Builder acknowledges and agrees that the foregoing Liquidated Damages amounts are not penalties and have been set based on an evaluation by City of damages to City and the public caused by Design/Builder's untimely performance. Such damages may include, without limitation, additional costs of administering this Agreement (including Project staff, legal, accounting, consultants, overhead and other administrative costs). Design/Builder and City have agreed to such Liquidated Damages in order to fix Design/Builder's costs and to avoid later disputes over which items are properly chargeable to Design/Builder as a consequence of Design/Builder's delays, in view of the Parties' recognition of the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay. By entering into this Agreement, Design/Builder acknowledges that the 46 amounts established for Liquidated Damages are fair and commercially reasonable. Such Liquidated Damages shall apply separately to each Milestone containing the right to assess Liquidated Damages. c. Liquidated Damages shall be deducted from monies otherwise due Design/Builder, whether or not the City terminates Design/Builder for cause and whether or not Surety completes the Project after a Default by Design/Builder. Design/Builder further acknowledges and agrees that Liquidated Damages may be owed even though no Event of Default has occurred. d. Liquidated Damages shall apply solely to Claims arising from delay in timely achieving any Milestone for which the right to assess Liquidated Damages is specified, including, without limitation, Substantial Completion or Final Completion, in accordance with the Contract Documents, for which the foregoing Liquidated Damages amounts are set, and are not intended to, and do not, liquidate Design/Builder's liability under any other provision of this Agreement or for other events for which no liquidated damage amount is set. Liquidated Damages shall not liquidate Design/Builder's liability under the indemnification provisions of this Agreement. e. Design/Builder, in addition to reimbursing City for Liquidated Damages for untimely performance, shall reimburse City for all costs incurred by City to repair, restore, and/or complete the Work. All such costs shall be deducted from the monies otherwise due Design/Builder for performance of Work under this Agreement by means of unilateral credit or deductive Change Orders issued by City. ARTICLE 7 DESIGN/BUILDER'S COMPENSATION 7.1. Contract Price. In full consideration of the complete performance of the Work and all other obligations of the Design/Builder under the Contract Documents, City agrees to pay the Design/Builder the GMP amount stipulated herein in the amount of Twenty six million nine hundred seventy two thousands one hundred thirty one dollars ($26,972,131) with a 10% owner's contingency for the project in the amount of two million six hundred sixty nine thousand two hundred thirteen dollars ($2,697,213) for a total amount of twenty nine million six hundred sixty nine thousand three hundred forty four($29,669,344) ("Contract Amount"). 7.2. Schedule of Values and Payments. The sum of all amounts in the Schedule of Values shall equal the Contract Price. The schedule of values shall have two separate professional service fees, one for the Design Phase (including permitting) and the other for the Construction Phase. The portion of the Contract Price allocated to Design Phase Work shall be paid based on Design/Builder's achievement of each of the completion Milestones for Design Documents and Construction Documents based on the 60%, 90% and 100% complete, or shall otherwise be paid in accordance with payment schedules approved by the Contract Administrator in accordance with the Contract Documents. Upon achievement of each such Milestone for Design Phase Work, Design/Builder shall submit an Application for Payment with appropriate back-up documentation in accordance with the requirements of Article 8. 7.3. No Adjustments to the Contract Price during the Design Phase. As the Construction Documents will not be finished at the time the Contract Price is established, the Design/Builder shall provide for in the Contract Price all development of the Construction Documents by the Consultant, consistent with the DCP and the Contract Documents and/or reasonably inferable 47 therefrom. Such further development does not include Scope Changes pursuant to Article 11 which, along with any adjustment to the Contract Price as may be required, shall be incorporated by Change Order at the City's sole discretion. 7.4. No Compensation Prior to Notice to Proceed. Prior to the City's issuance of any Notice to Proceed, the Design/Builder shall not incur any cost to be reimbursed as part of the Project, except as the Contract Administrator may specifically authorize in writing. 7.5. City's Contingency. The City's Contingency is available at the sole discretion of the Contract Administrator to cover and/or defray additional expenses relative to design and construction of the Project not included in or reasonably inferable from the DCP or Design/Builder's scope of Work, or for additional changes or adjustments to Work items deemed desirable by the City to be included as part of the Contract Documents, or for additional costs expressly chargeable to the City or for which the City is responsible pursuant to the Contract Documents. a. Design/Builder shall have no entitlement whatsoever to any amounts in the City's Contingency, and City is under no obligation to assign any monies from the City's Contingency to the Design/Builder. Use of funds from City's Contingency shall be requested through the Change Order process in Article 11 and must be approved in writing by the Contract Administrator or City Manager prior to the prosecution of the related Work, through a Change Order. Failure to obtain such prior authorization in accordance with the Contract Documents shall be grounds for non-payment of any expenses incurred in connection with such unauthorized Work. b. Any unused amounts in the City's Contingency shall accrue solely to the City. Design/Builder shall have no entitlement what so ever to any unused Contingency amounts. 7.6. Design/Builder shall not be entitled to any compensation for the completion of all Work beyond the Contract Price stipulated herein, as may be adjusted pursuant to the Contract Documents. Costs which would cause the Contract Price to be exceeded shall be paid by the Design/Builder without reimbursement by the City. 7.7. The total maximum contract amount shall be subject to such additions and deductions as may be provided in the Contract Documents. Retainage shall be withheld on the entire Contract Price in accordance with the provisions of Article 8. Partial and final payments shall be made in accordance with the provisions of the Contract Documents. ARTICLE 8 APPLICATIONS FOR PAYMENT 8.1. Applications for Payment. The Design/Builder shall deliver to the City on a monthly basis, and review with the City in person in order to obtain the City's approval, itemized Applications for Payments (each, an "Application for Payment"). Each Application for Payment shall be submitted to the City and RPR immediately after the end of the expiration of the period (i.e., the month) (herein each called a "Payment Period") covered by such Application for Payment. The Schedule of Values shall be allocated to the various portions of the Work. Payment during the Construction Phase will be based upon percentage of Work completed for each item in the approved Schedule of Values. Applications for Payment shall be in a form and substance reasonably satisfactory to the City. The requirements of this Article 8 shall 48 take precedence and control over any conflicting requirements in the Project Specifications or other Contract Documents. a. Form of Application: Projected Payment Schedule. The Design/Builder shall make each Application for Payment on a form approved by the City, which incorporates the approved Schedule of Values. Design/Builder shall provide at least three (3) hard copies of each Application for Payment, including supporting documentation, and one electronic copy in native and .pdf format. b. Supporting Documentation. Together with each Application for Payment, the Design/Builder shall submit the monthly progress report required by Section 3.9 to the City. Payment will be made on the basis of approved Applications for Payment certified by the Consultant and recommended for payment by the Resident Project Representative and/or the City and such supporting documentation as the City may reasonably require including, without limitation, any Design/Builder and Subcontractor lien waivers/releases of claims and consents of surety releasing the City from any and all present or future liability for payment which accrued or may accrue against the City on account of the Work that is the subject of the Application for Payment (conditioned only on payment); provided, however, such lien waivers from Subcontractors need only cover the immediately preceding Application for Payment period. Such supporting documentation will include, but shall not necessarily be limited to, the following: i. The Design/Builder's payroll records or certified copies thereof, pertinent to the Work for which payment is requested, if applicable to the Project pursuant to the terms of the RFP (i.e. to address federal grant requirements and the like) . The Design/Builder's payroll records shall contain the name, address and social security number of each employee, his or her correct classification, rate of pay, daily and weekly number of hours worked, itemized deductions made and actual wages paid, with hourly base rate, hourly fringe rate and hourly benefit rate clearly indicated. ii. An updated progress schedule acceptable to City as required by Article 6 of this Agreement; iii. A list of Subcontractors that worked during the Application for Payment period; iv. A release of lien/claims from the Design/Builder in favor of the City, and releases of Liens/Claims from each Subcontractor in favor of the Design/Builder and the City, relative to the Work which was the subject of previous Applications for Payment v. A Consent of Surety relative to the Work which is the subject of the pending Application for Payment; vi. Aerials and photographs of the areas of Work for the period that is the subject of the pending Application for Payment, dated within its NATIVE DIGITAL/media format; vii. Verifiable evidence of updated as-built information for Work performed during the payment period in CAD format; viii. A LEED certification status report, if applicable, including documentation of compliance with specifications for Work items that have been designated as intended to support the City's application for LEED certification; and 49 ix. Any other documentation requested by the Contract Administrator Project Coordinator RPR or any other City designee, to assist in the City's review of applications for payment, including, without limitation, cancelled checks for prior payment periods covered by prior Applications of payment if requested by Contract Administrator, Project Coordinator or any other City designee. Contract Administrator may elect to waive submission of any particular supporting document on a case-by-case basis if Design/Builder demonstrates extraordinary extenuating circumstances for being unable to provide the required documentation, and provided further that any such waiver in any specific instance shall not in any way constitute a waiver of the requirement to provide all supporting documentation in every other instance, including any other Application for Payment. c. Review Process. Pencil copy draft Applications for Payment shall be submitted to Design/Builder by Subcontractors and Sub-consultants on the 20th of each month. Design/Builder will review and have a draft pencil copy ready for City's and RPR's review and conduct each field walk ("Project Site Walk-through") with Consultant and/or Resident Project Representative as soon as possible thereafter. City, Resident Project Representative, and Consultant shall submit all final comments to Design/Builder within five (5) business days after the Project Site Walk-through /pencil copy review. Design/Builder will then submit completed, certified and corrected final edits with all backup to the City or the City's agent (the Resident Project Representative) no later than the first day of the following month. City acceptance of Applications for Payment will occur and will only be considered effective after all of the following have been completed; i) Application for Payment is certified by the Consultant; ii) Application for Payment is approved and/or certified by the Resident Project Representative; iii) all releases of liens/claims are properly notarized and submitted to the City; iv)all required supporting documentation in accordance with Section 8.1(b)of this Agreement and as may be otherwise required by the other Contract Documents, is submitted; and v) comments provided by City, Resident Project Representative, and Consultant from draft review are satisfactorily addressed. Applications for Payment shall be subject to final approval by the City. Failure to furnish supporting evidence for amounts invoiced shall result in a reduction of the amount otherwise due to Design/Builder. Incomplete Applications for Payment will not be processed. Design/Builder must submit an Application for Payment once each Payment Period, with the exception of Applications for Payment for release of retainage only, which Design/Builder must submit separately from Applications for Payment for Work performed during a Payment Period. 8.2. Right to Withhold Payments. Notwithstanding any provision hereof to the contrary , the City may withhold payments to the Design/Builder in the following circumstances: a. In addition to the Performance Bond and Payment Bond and any other security or retainage then being held by the City, the City may withhold from any payment due or to become due to the Design/Builder, amounts sufficient to reimburse the City for its expenditures incurred or that may be incurred on account of the Design/Builder or to secure the following: i. correction or re-execution of Work which is defective or has not been performed in accordance with the Contract Documents and which the Design/Builder has failed to correct in accordance with the terms of this Agreement or any other Contract Documents; 50 ii. past due payments owed to Subcontractors for which City has not been provided an appropriate release of lien/claim (whether or not the Work in question is the subject of any dispute; but provided, however, that the Contract Administrator, in his/her discretion, may decline to withhold such payments if Design/Builder demonstrates a good faith dispute with regard thereto and the Contract Administrator determines that it is in the City's best interests to make such payment. iii. the City's remedies arising from any failure to perform the Contract Documents' requirements or uncured Default of this Agreement by the Design/Builder; iv. damage to another contractor or third-party (including, without limitation, the property of any resident or business in the area surrounding the Project Site) which has not been remedied or, damage to City property which has not been remedied; v. liquidated damages; vi. failure of Design/Builder to provide any and all material documents required by the Contract Documents including, without limitation, the failure to maintain as-built drawings in a current and acceptable state; and vii. pending or imminent Claims of the City or others including, without limitation, Claims which are subject to Design/Builder's indemnity obligation under Article 14 hereof, for which the Design/Builder has not posted bonds or other additional security reasonably satisfactory to the City. Except as otherwise specifically provided in this Agreement, in no event shall any interest be due and payable by the City to the Design/Builder or any other party on any of the sums retained by the City pursuant to any of the terms or provisions of any of the Contract Documents. 8.3. NOT USED 8.4. Effect of Application. In presenting an Application for Payment to the City, the Design/Builder warrants that: a. Title to the Work, including all materials and equipment, covered by such Application for Payment will pass to the City, free and clear of any and all liens, claims, security interests or other encumbrances (for purposes of this Article 8, hereinafter referred to as "Liens"), either by incorporation in construction or upon receipt of payment by the Design/Builder, whichever occurs first, and such Work shall not give rise to any valid Claims against the Performance and Payment Bond furnished by the Design/Builder. The Design/Builder shall provide evidence demonstrating the above facts to the reasonable satisfaction of the City upon the City's request; b. No Work, or any materials or equipment constituting a portion of the Work, covered by such Application for Payment will have been acquired by the Design/Builder, or any other person performing work at the Project Site or furnishing materials or equipment for the Project, subject to an agreement under which a Lien is retained by the seller or otherwise imposed by the Design/Builder or such other person; 51 c. The design and construction have progressed to the point indicated in the Application for Payment; the quality of the Work and any goods and materials covered by such Application for Payment are in accordance with the Contract Documents and Applicable Laws, codes, ordinances, rules and regulations of governmental authorities having jurisdiction over the Project; and the Design/Builder is entitled to payment in the amount requested; and d. The Design/Builder and its Consultant, Design Subconsultants and Subcontractors of any tier are not in breach of applicable conflict of interest provisions of state law with respect to this Agreement and have not been debarred from bidding on work by the State or the City. 8.5. Payments to Consultant, Design Subconsultants, and Subcontractors. No Application for Payment shall include any request for payment of amounts that the Design/Builder or the Consultant does not intend to pay to a Subcontractor or Design Subconsultant because of a dispute or for any other reason. The Design/Builder shall pay each Consultant and Subcontractor, except for payments already made directly by the Design/Builder, promptly out of the amount paid to the Design/Builder on account of such Consultants and/or Subcontractor's work, goods and/or materials, the amount to which said Consultant and/or Subcontractor is entitled in accordance with the terms of the Design/Builder's contract with such Consultant and/or Subcontractor. The Design/Builder shall, in its agreement with each Consultant and Subcontractor, require each Consultant and Subcontractor to make payments to its Design Subconsultants and Sub-subcontractors in similar manner. The City shall have the right to withhold from payments to the Design/Builder amounts that the City reasonably believes are owing to a Consultant and/or Subcontractor(from City's past payments) unless the Design/Builder explains the circumstances of such nonpayment to the reasonable satisfaction of the City. Notwithstanding the foregoing, the City shall have no obligation to pay or to be responsible in any way for payment to any Consultant, Design Subconsultant and/or Subcontractor. 8.6. Subcontractors' Rights/ No Mechanics' Liens. The rights of all persons supplying labor, materials and supplies, used directly or indirectly in the prosecution of the Work covered by the Contract Documents, are governed by the provisions of Section 255.05, Florida Statutes. Nothing in the Contract Documents shall be construed to confer any benefits or rights or to create any relationships whatsoever between the City and any Subcontractor, supplier, laborer or any other party except as same may be granted, conferred or created by Section 255.05 of the Florida Statutes. a. If any Subcontractor, supplier, materialman, or laborer, of any tier, or any other person files or provides notice of a Lien, demand or Claim relating to the Work, or any part thereof or any interest therein, or any improvements thereon, or against any monies due or to become due to the Design/Builder on account of any Work, labor, services, materials, machinery, equipment or other items performed or furnished for or in connection with the Work, the Design/Builder shall cause such Liens or Claims to be satisfied, released or discharged within thirty (30) days from the date of filing or notice thereof; provided, however, that the City may extend the thirty (30) day period if the Design/Builder demonstrates to the satisfaction of the City that such Lien or Claim cannot be so satisfied, released or discharged in such time period and that the Design/Builder is proceeding diligently to cause such Liens or Claims to be satisfied, released or discharged. The City will withhold the amount of the Lien or Claim from payments to be made to the Design/Builder, pending the satisfaction, release or discharge of the Lien or Claim, in 52 accordance with all requirements of Florida law including, but not limited to, Sections 255.05 and 255.078, Florida Statutes. b. To the fullest extent permitted by law, the Design/Builder shall defend, indemnify and hold the City harmless against any and all Liens Claims, suits, judgments, costs or expenses, including reasonable attorneys' fees (including those of its in-house attorneys and outside counsel) arising from, by reason of, or in connection with any such Liens, Claims, suits or judgments. The City shall have the right, at its sole option, to participate in the defense or resolution of any such Liens or Claims, suits or judgments, without relieving the Design/Builder of its obligations hereunder or waiving any rights and remedies the City may have in connection therewith. 8.7. Retainaqe. The City shall withhold from each progress payment made to the Design/Builder retainage in the amount of ten percent (10%) of each such payment until fifty percent (50%) of the Work has been completed and certified by the Consultant, RPR and the City. The Work shall be considered 50% complete at the point at which the City has expended 50% of the Contract Price together with all costs associated with existing Change Orders or other additions or Amendments to the construction Work provided for in this Agreement. Thereafter, the City shall reduce to five percent (5%) the amount of retainage withheld from each subsequent progress payment made to the Design/Builder, until Substantial Completion as provided in Section 6.10 herein. Any reduction in retainage below five percent (5%) shall be at the sole discretion of the City after written request by Design/Builder. All requests for release of retainage shall be made in accordance with, and shall be subject to, the requirements of Section 255.078 of the Florida Statutes, as may be amended. Except as provided by law, the City shall have no obligation to release or disburse retainage until Substantial Completion of the Project. Any such request shall be made independently of and separately from any Application for Payment or other document required by the Contract Documents. Upon receipt by the Design/Builder of a Certificate of Substantial Completion pursuant to Section 6.11 hereof, fully executed by the City establishing the Substantial Completion Date, and after completion of all items on the Substantial Completion Punch List and/or other incomplete Work, the Design/Builder may submit a payment request for all remaining retainage. It shall be the City's sole determination as to whether any of the items have been completed. For items deemed not to have been completed, the City may withhold retainage up to two times the total cost to complete such items. In the event that all or any of the Substantial Completion Punch List items have not been completed on or before the Final Completion Date, then City, in its sole discretion, may elect to complete some or all of such Substantial Completion Punch List items and apply the retainage held with respect thereto towards the costs of completion thereof; provided, however, in the event that such retainage amounts are not sufficient to complete the remaining Substantial Completion Punch List items, Design/Builder shall promptly pay to or reimburse the City for the amount of any deficiency. Any interest earned on retainage shall accrue to the benefit of City. City shall disburse the retainage amounts withheld upon the City's acceptance of the completion of the items for which they were withheld and, assuming that no other items or conditions have arisen with respect to the Work, including, without limitation, any defects or other noncompliance with the Contract Documents. 53 8.8. No Acceptance. No progress payment made by the City to Design/Builder shall constitute acceptance of any portion of the Work, any goods or materials provided under this Agreement or any portion thereof. No partial or entire use or occupancy of the Project by the City shall constitute an acceptance of any portion of the Work or the complete Project which is not in accordance with the Contract Documents. 8.9. Payment by the City. a. Approval of Applications for Payment. The City shall use good faith reasonable efforts to approve or reject (specifying, in the event of rejection, the reasons therefor) each Design/Builder's certified Application for Payment within fourteen (14) days after receipt thereof, or within such period of time as may be otherwise permitted by Fla. Stat. 218.735. If reasons for rejection apply only to a portion of such Application for Payment, only such portion shall be rejected. An Application for Payment or portion thereof that has been approved by the City is herein referred to as an "Approved Application for Payment." b. Frequency of Payments. In accordance with Section 218.735 of Florida Statutes, the City shall make, subject to the terms and conditions of this Agreement, progress payments for Approved Applications for Payment, less Retainage as herein provided for and/or withholding of any other amounts pursuant to the Contract Documents (including, without limitation, withholding of payment pursuant to Article 8 and any other provisions of the Contract Documents), and shall use good faith reasonable efforts to make such payments within the twenty-five (25) days after the applicable certified Application for Payment is marked as received, in accordance with Section 218.74(1) of the Florida Statutes. c. No Diversion. The Design/Builder agrees that monies received for the performance of this Agreement shall be used first for payment due for labor, material, and services for the Project and taxes thereon, and said monies shall not be diverted to satisfy obligations of the Design/Builder on other contracts or accounts and/or in any manner which may constitute a violation of Florida Statute 713.345. 8.10. Release of Subcontractor Retainage. If a Subcontractor has completed its portion of the Work (including all Substantial Completion Punch List items relating to the Subcontractor's portion of the Work) pursuant to any given Subcontract, the Design/Builder may request the City to disburse the Retainage being held by the City in respect of such Subcontractor, after delivering to the City any necessary consent to such disbursement from any bond sureties in form reasonably satisfactory to the City. If the City is reasonably satisfied the Subcontractor's work has been completed in accordance with the Contract Documents and the City has received satisfactory final releases of lien with respect to the Subcontractor's work, the City may, at its sole discretion, disburse said portion of Retainage, provided that all other requirements of the Contract Documents are satisfied. Regardless of whether the City has disbursed said Retainage with respect to any Subcontractor, the twelve (12) month period referred to in Section 13.2 herein and as otherwise required by the Contract Documents shall not begin with respect to the portion of the Work performed by such Subcontractor until the Substantial Completion Date. 8.11. Maximum Reimbursement. Notwithstanding anything to the contrary set forth in the Contract Documents, in no event shall the Design/Builder be entitled to reimbursement from the City with respect to the Work for any amount that exceeds the Contract Price. 54 8.12. Final Progress Payment/Final Completion. At such time as all Work, including all Substantial Completion Punch List items, is complete in accordance with the Contract Documents and accepted by the City (except as provided in Section 13.2), the Design/Builder may apply for the Final Progress Payment in accordance with this Section. Upon receipt of written notice from Design/Builder that the Work is ready for final inspection and acceptance, Consultant. City and RPR shall, within ten (10) days, make an inspection thereof. If Consultant and Contract Administrator find the Work acceptable, the requisite documents set forth below have been submitted, the requirements of the Contract Documents have been fully satisfied, and all conditions of the permits and regulatory agencies have been met, a Final Certificate of Payment in the form set forth in Appendix "C" hereto shall be issued by Consultant, evidenced by its signature, certifying under oath that the requirements of the Contract Documents have been performed and the Work is ready for acceptance under the terms and conditions thereof. The City will pay the remaining amount of money due the Design/Builder under this Agreement, provided that the Design/Builder has submitted the following to the City: a. Consent of any bond sureties to such payment, in a form reasonably satisfactory to the City; b. Any other documentation establishing and evidencing payment or satisfaction of obligations including, but not limited to, receipts, releases and final waivers of lien from the Design/Builder and all Consultants, Design Subconsultants and Subcontractors, to the extent and in such form as may be reasonably required by the City; c. Final bill of materials, if applicable, and final invoice; d. Any and all manufacturers' warranties, guarantees, maintenance instructions, catalogs and other similar documentation; all such warranties and guarantees shall be in the name of the City and run to the benefit of the City; and e. As required by the Contract Documents, a complete set of the "field set" of drawings in .pdf format, final "as-built" drawings, as specified in Article 3 stamped, signed and sealed and approved by the Consultant and the Design/Builder, together with the compact disc of such drawings and the final "as-built" critical path method schedule referenced in said Article 3. 8.13. Waiver of Claims. The release by the City and acceptance of the Final Progress Payment by Design/Builder shall operate as and shall be a release to the City from all present and future Claims or liabilities, of whatever kind or nature, arising under, relating to or in connection with this Agreement for anything done or furnished or relating to the Work or the Project, or from any act or omission of the City relating to or connected with the Contract Documents, the Work or the Project, except those Claims or liabilities, if any, for which the Design/Builder has provided the City with written notice pursuant to and in strict compliance with Article 15 herein and containing a detailed reservation of rights that identifies the precise nature of the dispute, all facts in support of Design/Builder's Claim, the particular scope of Work giving rise to the Claim, and the amount and/or time sought in connection with the Claim. 55 ARTICLE 9 PROTECTION OF PERSONS AND PROPERTY 9.1. Proiect Site Safety. Notwithstanding anything contained to the contrary herein, as between the Design/Builder and the City, the Design/Builder has sole responsibility for safety throughout the term of this Agreement. The Design/Builder shall be solely responsible for initiating, maintaining and providing supervision of safety precautions and programs in connection with the Work, and shall also comply with any and all insurance carrier- mandated safety requirements and programs. The Parties acknowledge and agree the Design/Builder's responsibility for review, monitoring and coordination of the safety programs of Subcontractors shall not extend to direct control over execution of Subcontractors' safety programs. Each Subcontractor shall remain the controlling employer with respect to its portion of the Work and shall be responsible for the safety programs and precautions applicable thereto as well as the activities of others' work in areas designated to be controlled by such Subcontractor. 9.2. Security. The Design/Builder shall take any and all precautions that may be reasonably necessary to render all portions of the Work, the Project Site and any adjacent areas affected by the Work secure in every material respect, to decrease the likelihood of accidents from any cause, and to avoid vandalism and other contingencies which may delay the Work or give rise to any Claims or liabilities. The Design/ Builder shall furnish and install all necessary facilities to provide safe means of access to all points where Work is being performed. The Design/Builder shall take all precautions and measures as may be reasonably necessary to secure the Work and Project Site at all hours, including evenings, holidays and non-work hours. Such precautions may include but not be limited to, provision of security guards, locked gates or fences and/or installation of security cameras. 9.3. Severe Weather. During such periods of time as are designated by the United States Weather Bureau as being a tropical storm watch or warning or a hurricane watch or warning, the Design/Builder, at no cost to the City, shall take all precautions necessary to secure the Project Site in response to all threatened storm events, regardless of whether the City has given notice of same. Compliance with any specific tropical storm or hurricane watch or warning precautions will not constitute additional Work including, without limitation, physically securing and/or removing on-site materials or equipment which may pose a hazard if left in the Project Site during a severe weather event. 9.4. Prevention of Damage or Injury. The Design/Builder shall take reasonable precautions for the safety of, and shall provide reasonable protection to prevent damage, injury or loss to a) persons performing the Work and other persons who may be affected thereby; b) the Work and materials, fixtures and equipment to be incorporated therein; and c) other property used in connection with the Work, whether or not located at or adjacent to the Project Site. Only such materials and equipment as are reasonably necessary or appropriate for the Work under this Agreement shall be placed or stored at the Project Site. If gasoline, flammable oils or other highly combustible materials are to be stored at the Project Site, they shall be stored in safety containers and placed in clearly marked safe areas. 9.5. Accidents. In case of accident, the Design/Builder shall immediately furnish the City with full data and all documents relative to such accident including, without limitation, any accident and/or incident report prepared in connection therewith. 56 9.6. Notices. In connection with the performance of the Work, the Design/Builder shall give notices and comply with all Applicable Laws, ordinances, rules, regulations and orders of Federal, State and local governmental authorities bearing on or pertaining to the safety of persons and property and their protection from damage, injury or loss. 9.7. Damage to Property at Project Site. The Design/Builder shall be liable for any and all damage or loss to property belonging to the City or others at the Project Site to the extent caused by the Design/Builder, any Consultant, Design Subconsultant, Subcontractor or anyone directly or indirectly employed by any of them, or anyone for whose acts they may otherwise be liable. The costs and expenses incurred by the Design/Builder under this Section 9.7 shall not be reimbursable by City and shall be borne by Design/Builder at its sole cost and expense. Nothing in the foregoing shall preclude the Design/Builder from paying such costs and expenses out of any insurance proceeds received by the Design/Builder under the policies of insurance maintained under this Agreement. 9.8. Damage to Others' Property. The Design/Builder shall exercise due care and take all precautions during prosecution of the Work including, but not limited to, construction or excavation, to avoid damage, as a result of the Design/Builder's and its Subcontractors' operations to existing sidewalks, curbs, streets, alleys, pavements, utilities, adjoining property, the work of Separate Contractors, and the property of the City and others. The Design/Builder shall repair any damage thereto caused by the Design/Builder's or its Subcontractors' operations. Design/Builder shall immediately report any damage caused to others' property to the Contract Administrator, provided, however, that the costs and expenses incurred by the Design/Builder under this Section 9.8 shall not be reimbursable by City and shall be borne by Design/Builder at its sole cost and expense. Nothing in the foregoing shall preclude the Design/Builder from paying such costs and expenses out of any insurance proceeds received by the Design/Builder under the policies of insurance maintained under this Agreement, provided that in no event shall the processing of any insurance claims in any way relieve, excuse or delay the Design/Builder from remediating, repairing, and/or otherwise completing all Work in accordance with the requirements of the Contract Documents. In connection therewith, the City hereby waives all Claims against the Design/Builder for loss or damage to any of the City's properties which currently adjoin the Project Site, but only to the extent of the City's actual recovery of property insurance proceeds from its property insurers. If the Design/Builder fails to repair such damage, then after ten (10) days prior notice from the City to the Design/Builder, the City shall be entitled to repair such damages occurring to its property with its own forces or other contractors and to deduct from payments due or to become due to the Design/Builder amounts paid or incurred by the City, including overhead, in repairing such damages if, within the ten (10) day period after the City's delivery of such written notice to the Design/Builder, the Design/Builder has not commenced and diligently proceeded with any such repairs and/or completed such repairs if feasible within the ten (10) day period. 9.9. Utilities. Design/Builder shall be solely responsible for verifying location of utilities and for preserving all existing utilities within the Project Site limits and utilities otherwise affected by Design/Builder's Work, whether shown in the Contract Documents or not. If utility conflicts are encountered by Design/Builder during construction, Design/Builder shall re-design its proposed improvements, at its sole cost, to avoid utility conflicts, and/or provide sufficient notice to the owners of the utilities, and it shall be the sole responsibility of the Design/Builder to resolve any conflicts and make all necessary adjustments, at no additional cost to the City. However, if the utility owner causes an unreasonable delay and that delay meets the requirements for an Excusable Delay under Article 12.2 of this Agreement, Design/Builder will be entitled an 57 extension of time in accordance with Article 12 of this Agreement. The Design/Builder shall not be entitled to rely on as accurate any information and/or documentation provided by the City which may identify locations of any utilities. Design/Builder shall independently confirm the location of all such utilities and any potential conflicts therewith. For additional details and/or references refer to Section 1.12 — Utility Locations, of the DCP. 9.10. Protection of the Work. Design/Builder shall protect the Work, including Work that is factory finished, during transportation, storage, during and after installation. Where applicable, and as required, Design/Builder shall close off spaces of areas where certain Work has been completed to protect it from any damage caused by others during their operations. Design/Builder shall store all materials related to the Work, and shall be responsible for and shall maintain partially or wholly finished Work through Substantial Completion of the Project. If any materials or part of the Work should be lost, damaged, or destroyed by any cause or means whatsoever, the Design/Builder shall satisfactorily repair and replace the same at Design/Builder's own cost. The Design/Builder shall maintain suitable and sufficient guards, if necessary, and barriers, and at night, suitable and sufficient lighting for the prevention of accidents and/or any damage to the Project Site and the Work. To all applicable areas where preparatory work activity is part of the Work, Design/Builder shall carefully examine surfaces over which finished Work is to be installed, laid or applied, before commencing with the Work. Design/Builder shall not proceed with said Work until defective surfaces on which Work is to be installed, laid or applied are corrected to the satisfaction of the Contract Administrator and /or RPR. Commencement of Work shall be considered acceptance by Design/Builder of surfaces and conditions. 9.11. No Interference. The Design/Builder covenants and agrees that it shall at all times perform the Work, and cause all Subcontractors and representatives of Design/Builder to perform the Work, so as to prevent interference with the residential areas adjacent to or near the Project Site, business operations of the City, members of the public and employees and other parties associated with adjacent businesses and/or operations, including, without limitation prevention of, the following types of interference: (a) fumes, odors, dust, debris, noise, vibration and safety hazards; (b) obstructions of access and obstructions of traffic flow to or from any building, roadway, entryway, parking garage or parking lot in the vicinity of the Project Site, and (c) interruption in the availability and normal operation of water, sewer, electricity, gas, telephone, HVAC systems, computer systems and other utility services and systems relating to properties adjacent to and around the Project Site. The Design/Builder must plan ahead in detail, schedule accurately, anticipate problems, and communicate clearly in writing to the City in a timely manner its plans and intentions clearly in writing to the City in a timely manner to avoid creating any of the types of interference described in this Section. If any such interference does occur, the Design/Builder must act immediately to remedy the same. If any of the Design/Builder's construction or other activities interferes with or otherwise disrupts the City's operations, the Design/Builder shall, within 24 hours of notice from the City, remedy or otherwise correct the cause of such interference or disruption. In the case of an emergency, the Design/Builder shall promptly remedy or otherwise correct the cause of such interference or disruption upon receipt of any notice from the City, for which the City will promptly follow up with a written notice (unless the initial notice from the City was in writing, in which case, no additional notice need be given). 58 ARTICLE 10 BONDS AND INSURANCE 10.1. Project Insurance. The Design/Builder shall furnish to Department of Procurement Management, City of Miami Beach, 1755 Meridian Avenue, 3`d Floor, Miami Beach, Florida 33139, Certificate(s) of Insurance which indicate that it has obtained all insurance coverage has been obtained which meets the requirements as described in Appendix "G" of this Agreement prior to commencing performance of the Work. At the request of the City, Design/Builder shall also provide copies of such insurance policies. 10.2. Performance Bond And Payment Bond. The Design/Builder shall, within ten (10) business days of the Contract Date, furnish and deliver to the City a payment bond and a performance bond, in a form to be provided by the City, issued by sureties licensed and authorized to do business in the State of Florida, covering the faithful performance and completion of this Agreement, including the performance and completion of those services provided by Design Consultants and Design Subconsultants, and Subcontractors of any tier and covering the payment of all obligations arising hereunder including but not limited to, the payment for all materials used in the performance of this Agreement and for all labor and services performed under this Agreement (including materials, labor and/or services provided by Design Consultants and Design Subconsultants and Subcontractors of any tier), whether by Subcontractors or otherwise. Each of the aforesaid bonds (collectively herein referred to as the "Performance Bond and Payment Bond") shall have a penal amount equal to the Contract Price, unless otherwise approved by the City and to the extent permitted by law. Each bond shall be increased in the amount of any change to the Contract Price. Each bond shall continue in effect for one (1) year after Final Completion of the Work. The Performance Bond and Payment Bond and the sureties issuing such bonds shall meet all the requirements of Appendix "G" and the Performance Bond and Payment Bond shall each be in the form set forth in Appendix "I" hereof, or shall otherwise be acceptable to the City in its reasonable discretion. If any of the sureties on the Performance Bond and Payment Bond at any time fails to meet said requirements, or is deemed to be insufficient security for the penalty of said bond, then the City may, on giving thirty (30) days' notice thereof in writing, require the Design/Builder to furnish a new and/or additional bond(s) in the above amounts with such sureties thereon being licensed and authorized to do business in the State of Florida and as shall be satisfactory to the City. The Design/Builder shall pay all costs of compliance with this Article 10 as part of the Contract Price. ARTICLE 11 CHANGES IN THE WORK 11.1. Contract Amendments. The City, without invalidating this Agreement, may order changes in the Work within the general scope of the Contract Documents consisting of additions, deletions or other revisions, with the Contract Price and the Contract Time being adjusted accordingly. Amendments to the Contract Documents may be issued by the City on its own initiative or in response to a proposal by the Design/Builder. a. Changes in the Work may be accomplished after execution of this Agreement, and without invalidating this Agreement, by Change Order or Construction Change Directive. A Change Order shall be based upon agreement between the City and the Design/Builder; a Construction Change Directive may be issued by the City alone and may or may not be agreed to by the Design/Builder. Changes in the Work shall be performed under applicable 59 provisions of the Contract Documents, and the Design/Builder shall proceed promptly, unless otherwise provided in the Change Order or Construction Change Directive. b. If City requests a change in the Work, it shall submit a change request to Design/Builder, in writing. Within seven (7) days of its receipt of any such request from the City, the Design/Builder shall submit a detailed proposal to the City stating (i) the proposed increase or decrease, if any, in the Contract Price which would result from such a change, (ii) the effect, if any, upon the Contract Time and/or achievement of any Milestone by reason of such proposed change, and (iii) all supporting data and documentation, including any requested by the City in its change request. c. If the Design/Builder proposes an increase or decrease in the Contract Price, such proposal must be accompanied by a detailed cost breakdown in relation to the Project Budget and sufficient substantiating data to permit evaluation by the City. If the Design/Builder does submit a proposal within the preceding seven (7) day time period, the City shall, within thirty (30) days following its receipt of such proposal, notify the Design/Builder as to whether the City agrees with such proposal and wishes to accept the Design/Builder's proposal. d. In the event the City agrees to accept the Design/Builder's proposal in relation to the City's request for a change in the Work, the Parties shall execute a Change Order, stating their agreement upon all of the following: i) in the scope of the change in the Work; ii) the amount of the adjustment in the Contract Price, if any; and (iii) the extent of the adjustment in the Substantial Completion Date and/or Milestone, if any. In addition to the circumstances described above, the Parties may enter into a Change Order to the extent otherwise expressly provided in this Agreement. The increase or decrease in the Contract Price resulting from a change in the Work shall be determined in one or more of the following ways: 1. by mutual acceptance of a lump sum properly itemized and supported by sufficient substantiating data to permit evaluation by the Contract Administrator and Resident Project Representative; 2. by unit prices if agreed upon; or 3. by time and materials cost and a mutually acceptable fixed or percentage fee for the Design/Builder. Design/Builder expressly acknowledges and agrees that it has sufficiently calculated and incorporated any and/or all overhead and profit into its cost proposal using any of the aforementioned methodologies. e. If none of the methods set forth above are agreed upon, the City may either (i) notify the Design/Builder that the City has decided not to proceed with the requested change; or (ii) issue a Change Order for the maximum amount and time agreed to by the City, with the difference subject to a reservation of rights by the Design/Builder. The cost of such Work shall then be determined on the basis of the reasonable expenditures and savings of those performing the Work attributed to the change, including a reasonable overhead and profit in accordance with this Article 11. The Project Coordinator, with the input of the Consultant and/or Resident Project Representative, will establish an estimated cost of the Work and the Design/Builder shall not perform any Work whose cost exceeds that estimate without prior written approval by the City. In such case, and also under Subsection 11.1(d) above, the Design/Builder shall keep and present, in such form as the City may prescribe, an itemized 60 accounting together with appropriate supporting data of the increase in the Contract Price as outlined in Article 8. In such event, Design/Builder shall promptly proceed with the Work involved. f. If the City elects not to proceed with a change after reviewing the Design/Builder's proposal submitted in response to a change request by the City, the Design/Builder shall be reimbursed for costs reasonably incurred by it for design services or preparing proposed revisions to the Contract Documents in connection with such change request by only under the following circumstances: (i) such change is a material and substantial deviation from the scope of the Work and is not contemplated by or reasonably inferable from the Contract Documents; and (ii) the Design/Builder received written approval from the City in advance of incurring such design costs and the City approved the specific amount of design costs being sought for reimbursement, at the rates the City customarily pays for comparable design services. If the preceding conditions are satisfied, the Design/Builder shall be reimbursed for the specific design costs, as approved by the City for design services or preparing approved revisions to the Contract Documents at the rates the City customarily pays for comparable design services. In furtherance thereof, such rates must be set forth in documentation to be submitted and approved by the City in its reasonable discretion. g. If unit prices are included as part of any Change Order or are otherwise applicable pursuant to any of the Contract Documents, City shall pay to Design/Builder the amounts determined for the total number of each of the units of Work completed at the unit price stated in the Schedule of Prices Bid associated with such Work. The number of units contained in the bid is an estimate only, and final payment shall be made for the actual number of units incorporated in or made necessary by the Contract Documents, as may be amended by Change Order. If additional unit price work is ordered, then the Design/Builder shall perform the Work as directed and shall be paid for the actual quantity of such item(s) of Work performed at the appropriate original Schedule of Prices Bid associated with such Work. h. The Design/Builder's overhead and profit markup or fee for all Change Orders shall not exceed (i) ten percent (10%) of the net change in the Contract Price for Work performed by Design/Builder's own forces, or (ii) five (5%) of the net change in the Contract Price for Work performed by Subcontractors and Suppliers. The overhead and profit markup or fee by Subcontractors and Suppliers for Change Orders shall be reasonable, but in no event shall the aggregate total amount of overhead and profit that each Subcontractor and all lower tier subcontractors and Suppliers can charge for Work performed pursuant to Change Orders and Construction Change Directives exceed seven and one-half percent (7.5%). For deductive Change Orders, including deductive Change Orders arising from both additive and deductive items, the deductive amounts shall include a proportionate corresponding reduction in the overhead and profit fee, as applicable to the Design/Builder, Subcontractors or Suppliers. Design/Builder shall furnish to the City all supporting documentation evidencing all of its proposed expenditures, demonstrating that the costs are necessary for the completion of the Project, and the reasons the amounts should be payable by the City. If Design/Builder disagrees with City's decision to deny a request for a Change Order and/or to utilize the City's Contingency, any such dispute may be resolved in accordance with the dispute resolution procedures set forth in Article 15. 11.2. Construction Change Directives. The Contract Administrator or RPR shall have the right to approve and issue Construction Change Directives setting forth written interpretations of the intent of the DCP or the Contract Documents (other than the Construction Documents) to 61 Design/Builder and ordering minor changes in execution of the Work, provided the Construction Change Directive involves no change in the Contract Price or the Contract Time. 11.3. No Design/Builder Changes. The Design/Builder shall not initiate changes in the scope of the Work; it being acknowledged and agreed by the Design/Builder that the Work can be successfully completed within the Contract Price and by the Substantial Completion Date. 11.4. Claims Regarding Scope Changes. A "Scope Change" shall mean a material change in the Work which either (i) is not reasonably inferable from the Construction Documents and other Contract Documents, or (ii) is a substantial increase or decrease in the Work arising from any changes required to the Construction Documents by agencies having jurisdiction and which were not reasonably foreseeable. a. If the Design/Builder believes that any direction, action, comment or approval by the City or Consultant gives rise to or constitutes a Scope Change for which a Change Order may be required, but for which a Change Order has not yet been issued, the Design/Builder must submit notice to the City within ten (10) days of such direction, action, comment or approval which it believes constitutes a Scope Change that may require a Change Order, which shall constitute a Claim. b. Any such notice shall include the Design/Builder's good faith estimate as to the cost and schedule impact to the Design/Builder resulting from the direction, action, comment or approval. The Design/Builder must submit, in accordance with Article 15 of this Agreement, a final Claim to the City within thirty (30) days of such direction, action, comment or approval, which Claim shall include the actual cost (including a detailed cost breakdown in relation to the Project Budget and sufficient substantiating data to permit evaluation by the City) and schedule impact to the Design/Builder resulting from the direction, action, comment or approval. c. Such notice and final Claim are conditions precedent to any cost or schedule adjustment on the basis of such Claim and, if the Design/Builder does not submit such a notice within such ten (10) day period and a final Claim within such thirty (30) day period, the Design/Builder shall be deemed to have waived its right to make such Claim in the future. If the Design/Builder follows the preceding notice and Claim procedures and the City agrees with the Claim, the Parties shall execute a Change Order implementing the changes requested in the Claim. If the City does not agree with such a Claim, the Parties shall resolve their disagreement is accordance with Section 15 of this Agreement. 11.5. Waiver of Claims. By executing a Change Order, the Design/Builder thereafter waives all Claims and the right to assert any further Claim for an increase in the Contract Price or an extension in the Substantial Completion Date or other Milestone or overall Contract Time based on the Work that is the subject of such Change Order; it being acknowledged and agreed by the Design/Builder that any such Change Order shall completely address any schedule or cost impact associated with the subject matter of the Claim. 11.6. Cost and Schedule. Notwithstanding anything to the contrary contained in this Agreement, the Contract Price, the Substantial Completion Date and any Milestone may only be adjusted by Change Order. 11.7. Change Order for Above-Ground Improvements Scope of Work. The Parties agree that the Contract Price and the Contract Time do not include the costs or time for completion 62 associated with the construction of Above Ground Improvements, as the funding for the construction and installation of Above-Ground Improvements has not been identified or appropriated. Any funding for the construction of Above-Ground Improvements shall be subject to appropriation by the City Commission, in its sole and absolute discretion. Unless such funding is identified by the City Commission and the Above-Ground Improvements Work awarded to the Contractor pursuant to this Section, Contractor shall have no entitlement, and City shall have no obligation to Contractor, with respect to the Above-Ground Improvements. 11.7.1.1. Subject to and contingent upon City Commission appropriation of funding for the Above-Ground Improvements, the City Manager may award the construction of the Above- Ground Improvements Work to the Contractor via a Change Order, in the stipulated amount of $3,270,932, with no additional time for Substantial Completion specified in Section 6.2. If the Change Order is awarded within or prior to 240 days from the date of issuance of NTP1, , Contractor shall complete the Above-Ground Improvements Work at the price (and time for completion) stipulated herein. If the Change Order is to be issued after the 240th day following issuance of NTP1, the City and Contractor shall negotiate a modification to both the price and time associated with the Change Order, and Contractor shall have no obligation to perform any of the Above Ground Improvements unless and until a fully executed Change Order is issued. 11.7.1.2. In awarding any such Change Order for the Above-Ground Improvements, the City Manager may exercise delegated authority to execute the Change Order, up to the total amount initially authorized by the City Commission in Resolution 2017-29800, without the need for separate City Commission approval of the Change Order. Alternatively, the City Manager may, at his discretion, seek City Commission approval of the Change Order. ARTICLE 12 NO DAMAGES FOR DELAY; EXTENSIONS TO THE CONTRACT TIME 12.1. No Damages for Delay. a. No Damages for DeIAA. NO CLAIM FOR DAMAGES OR ANY CLAIM OTHER THAN FOR AN EXTENSION OF TIME SHALL BE MADE OR ASSERTED AGAINST CITY BY REASON OF ANY DELAYS including, without limitation, any Claim for an increase in the Contract Price, or payment or compensation to the Design/Builder (or its Consultant, Design Subconsultants and Subcontractors) of any kind for direct, indirect, consequential, impact, or other costs, expenses, lost profits, compensation, reimbursement or damages including, but not limited to, costs of acceleration or inefficiency arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference, or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable, and irrespective of whether such delay constitutes an Excusable Delay and irrespective of whether such delay results in an extension of the Contract Time; provided, however, Design/Builder's hindrances or delays are not solely due to fraud, bad faith, willful, or intentional interference by the City in the performance of the Work, and then only where such acts continue after Design/Builder's written notice to the City of such alleged interference. b. Design/Builder acknowledges and agrees that Excusable Delay shall not be deemed to constitute willful or intentional interference with the Design/Builder's performance of the Work that they were the result of a deliberate act, without any reasonable and good- faith basis, and were specifically intended to disrupt the Design/Builder's performance of the Work. The City's attempts to facilitate or assist Design/Builder in performance of the Work 63 shall in no way be construed, interpreted and/or be deemed to constitute willful or intentional interference with the Design/Builder's performance of the Work. c. Design/Builder acknowledges and agrees that, except as specified herein, all delays or events and their potential impacts on the performance by the Design/Builder are specifically contemplated and acknowledged by the Parties in entering into this Agreement and that Design/Builder's pricing of the Work and the determination of the Contract Price shall be expressly based on the Design/Builder's assumption of the risks thereof,. 12.2. Extensions to the Contract Time. a. Excusable Delays. Except as set forth above, Design/Builder's sole remedy for Excusable Delay is an extension of the Contract Time for each day of critical path delay, but only if the pre-requisites and notice requirements of Subsection 12.4 below have been timely and properly satisfied. An Excusable Delay is one that (i) directly impacts critical path activity delineated in the Project Schedule and extends the time for completion of the Work; (ii) could not reasonably have been mitigated by Design/Builder, including by re-sequencing, reallocating, redeploying and/or increasing the amount of its forces to other portions of the Work; and (iii) is caused by Force Majeure (as defined in Subsection 12.c below) or other circumstances beyond the control and due to no fault of Design/Builder or its Subcontractors, material, persons, Suppliers, or Vendors ("Excusable Delay"). If two or more separate events of Excusable Delay are concurrent with each other, Design/Builder shall only be entitled to an extension of time for each day of such concurrent critical path delay, and Design/Builder shall not be entitled to double recovery thereon. For illustration purposes only, if two events of Excusable Delay are concurrent for two days, Design/Builder shall only receive a time extension of a total of two days, and not four days. b. Inclement weather may be grounds for an Excusable Delay when rains or other inclement weather conditions result in Design/Builder being unable to work at least fifty percent (50%) of the normal work shift on controlling items of Work identified on the accepted updated progress schedule submitted pursuant to Article 3 of this Agreement. Time extensions for weather delays shall not be automatic and must be requested in accordance with the notice and other requirements of Article 12 hereof. No time extension for weather-related delays will be permitted until the Design/Builder demonstrates that the total number of days in any given month by which the Design/Builder has been delayed due to adverse weather conditions in accordance with this Section exceeds the number of days corresponding with each month below, as follows: JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC Days: 06 06 06 06 10 15 16 17 17 13 08 06 Time extensions in any given month shall only be allowable for adverse weather days in excess of the days corresponding for each respective month as set forth above. c. A Force Majeure event may be grounds for an Excusable Delay. A "Force Majeure" event is an event that (1) in fact causes a delay in the performance of a Party's obligations under the Contract Documents, and (2) is beyond the reasonable control of the Party incurring the delay, and (3) is not due to an intentional act, error, omission, or negligence of such Party, and (4) could not have reasonably been foreseen and prepared for by such Party at any time prior to the occurrence of the event. Subject to the foregoing criteria, Force Majeure 64 may include events, without limitation, such as war, civil insurrection, riot, fires, epidemics, sabotage, explosions, embargo restrictions, quarantine restrictions, transportation accidents, strikes, floods, strong hurricanes or tornadoes, earthquakes, or other acts of God which prevent performance. Force Majeure shall not include technological impossibility, failure of equipment supplied by Design/Builder, receipt of and incorporation of defective materials into the Work, failure of Suppliers to deliver equipment and materials except where such failure is itself the result of a Force Majeure event, or failure of Design/Builder to secure the required permits for prosecution of the Work. i. If Design/Builder's performance of its obligation under the Contract Documents is prevented or delayed by an event believed by Design/Builder to be Force Majeure, Design/Builder shall immediately upon learning of the occurrence of the event or of the commencement of any such delay, but in no case exceeding the time period set forth in Subsection 12.4, provide written Notice to the City, (1) of the occurrence of the delay, (2) of the nature of the event and the cause thereof, (3) of the anticipated impact on the Work, (4) of the anticipated period of the delay, and (5) of what course of action Design/Builder plans to take in order to mitigate the detrimental effects of the event. Design/Builder's timely delivery to City of the Notice of the occurrence of a Force Majeure event is a strict condition precedent to allowance of an extension of time under this Section; however, receipt of such Notice by City shall not constitute acceptance that the event claimed to be a Force Majeure event is in fact Force Majeure. The burden of proof of the occurrence of a Force Majeure event shall be on Design/Builder. Failure to give such Notice promptly within such time limit and/or without the information required as set forth herein may be deemed sufficient reason for denial by City of any extension of time. ii. The City shall not unreasonably withhold designation of an event as a Force Majeure event, in which case, Design/Builder shall be entitled to such extension of time for completing the Project as, in the opinion of the City, is reasonable and equitable. iii. The suspension of Design/Builder's performance of the Work due to a Force Majeure event shall be of no greater scope and no longer in duration than is absolutely required. Design/Builder shall use its reasonable best efforts to continue to perform its obligations hereunder to the extent such obligations are not affected or are only partially affected by the Force Majeure event, and to correct or cure the event or condition excusing performance and otherwise to remedy its inability to perform the Work to the extent its inability to perform is the direct result of the Force Majeure event. iv. Design/Builder's obligations that arose before the occurrence of a Force Majeure event causing the suspension of performance shall not be excused as a result of such occurrence unless such occurrence makes such performance not reasonably possible. The obligation to pay money in a timely manner for obligations and liabilities which matured prior to the occurrence of a Force Majeure event shall not be subject to the Force Majeure provisions. d. If an event of delay satisfying all requirements herein to constitute Excusable Delay directly arises from an act or omission of the City relating to its obligations under the Contract Documents, no such act or omission shall be deemed an Excusable Delay unless and until the Design/Builder shall have first provided the City with written notice setting forth a description of the specific acts or omissions adversely affecting the progress of the Work and the City shall have failed, within ten (10) business days after receipt of such written notice, to have responded in any way to the written Notice, (whether agreeing or disputing Design/Builder's claimed event of delay) or commenced to address or correct the act or 65 omission described in the Design/Builder's notice; and provided further, if the City fails to correct such act or omission, the period of any such Excusable Delay shall be deemed to have commenced on the date the City received the aforesaid written notice from the Design/Builder. e. Any extension of time for Excusable Delay will depend upon the extent to which the delay affects the Project Schedule and will only extend the scheduled dates for the items of the Work so delayed and shall be net of any available "float" time included in the Project Schedule or Construction Schedule. Scheduled dates for other portions of the Work not so delayed will remain unchanged. Delays which do not affect the Critical Path of the Project Schedule will not entitle Design/Builder to an extension of time regardless of whether they may otherwise satisfy the other requirements for an Excusable Delay. f. Design/Builder's sole remedy for the occurrence of Excusable Delays shall be an extension of time for the activities on the Project Schedule, in accordance with Section 12.2(a) except as set forth in Section 12.1(a). In lieu of providing a time extension for an Excusable Delay, subject to City's approval at its sole discretion, City and Design/Builder may agree for Design/Builder to work on approved evening or Saturday shifts. However, nothing contained herein, shall require the City to agree or permit or require Design/Builder to work on any evening and/or Saturday shifts and the failure to grant such permission shall not, in any way, excuse the Design/Builder from timely performing the Work in accordance with the approved Project Schedule. 12.3 Inexcusable Delays. "Inexcusable Delay" shall mean any delays not included within the definition of Excusable Delay as set forth above including, without limitation, any delay which extends the completion of the Work or portion of the Work beyond the time specified in the Project Schedule including, without limitation, the Substantial Completion Date and any Milestone and which is caused by the act, fault, inaction or omission of the Design/Builder or any Consultant, Design Subconsultant, Subcontractor, Supplier or other party for whom the Design/Builder is responsible; any delay that could have been limited or avoided by Design/Builder's timely notice to the City of such delay; or any delay in obtaining licenses, permits or inspections that are the responsibility of the Design/Builder or its Consultant, Design Subconsultant, Subcontractors, Suppliers or any other party for whom the Design/Builder is responsible. An Inexcusable Delay shall not be cause for granting an extension of time to complete any Work or any compensation whatsoever, and shall subject the Design/Builder to damages in accordance with the Contract Documents. In no event shall the Design/Builder be excused for interim delays which do not extend the Project Schedule, including the Substantial Completion Date, or any Milestones. 12.4. Prerequisites and Notice Requirements for Extensions of Time. Except as provided in Article 11 with respect to Changes in the Work, an extension of the Contract Time will only be granted by the City under the following circumstances: (a) if a delay occurs as a result of an Excusable Delay, and (b) the Design/Builder has complied with each of the following requirements below to the reasonable satisfaction of the City: a. Design/Builder shall provide written notice to the City of any event of delay or potential delay within two (2) business days of the commencement of the event giving rise to the request. The Design/Builder, within ten (10) days of the date upon which the Design/Builder has knowledge of the delay, shall notify the City, in writing, of the cause of the delay, stating the approximate number of days the Design/Builder expects to be delayed, and must make a request for an extension of time, if applicable, to the City, in writing, within ten (10) days after the cessation of the event causing the delay, specifying 66 the number of days the Design/Builder believes that its activities were in fact delayed by the cause(s) described in its initial notice. b. The Design/Builder must show to the reasonable satisfaction of the City that the activity claimed to have been delayed was in fact delayed by the stated cause of delay, that the critical path of the Work was materially affected by the delay, that the delay in such activity was not concurrent with any Inexcusable Delay, and that the delay in such activity will result in a delay of the Substantial Completion Date in the Project Schedule or any other Milestone. c. The initial notice provided by the Design/Builder under Subsection (a) above shall provide an estimated number of days the Design/Builder believes it will be delayed and describe the efforts of the Design/Builder that have been or are going to be undertaken to overcome or remove the Excusable Delay and to minimize the potential adverse effect on the cost and time for performance of the Work resulting from such Excusable Delay. The mere written notice of an event of delay or potential delay, without all of the aforementioned required information, is insufficient and will not toll the time period in which the Design/Builder must provide proper written notice under this Article. d. Design//Builder's strict compliance with this Section is a condition precedent to receipt of an extension of the Contract Time. Failure of the Design/Builder to comply with all requirements as to any particular event of delay, including the requirements of this Section, shall be deemed conclusively to constitute a waiver, abandonment or relinquishment of any entitlement to an extension of time and all Claims resulting from that particular event of Project delay. Once the Parties have mutually agreed as to the adjustment in the Contract Time due to an Excusable Delay if any, they shall enter into a Change Order documenting the same. e. If the City and Design/Builder cannot resolve a request for time extension made properly and timely under this Section within sixty (60) days following submission, the Design/Builder may re-submit the request as a Claim in accordance with the procedures set forth in Article 15 of this Agreement. f. Design/Builder's Duty. Notwithstanding the provisions of this Agreement allowing the Design/Builder to claim delay due to Excusable Delay, whenever an Excusable Delay shall occur, the Design/Builder shall use all reasonable efforts to overcome or remove any such Excusable Delay, and shall provide the City with written notice of the Design/Builder's recommendations on how best to minimize any adverse effect on the time for performing the Work resulting from such Excusable Delay. In furtherance of the foregoing, whenever there shall be any Excusable Delay, the Design/Builder shall use all reasonable efforts to adjust the Project scheduling and the sequencing and timing of the performance of the Work in a manner that will avoid, to the extent reasonably practicable, any Excusable Delay giving rise to an actual extension in the time for performance of the Work. ARTICLE 13 CORRECTION OF WORK 13.1. Correction of Work Prior to Completion. Prior to the Substantial Completion Date, the Design/Builder shall, at the earliest practical opportunity, correct Work (including any drawings, plans, specifications, items of construction or fabrication, or any other product constituting a part 67 of or component of the Work) (i) which the City, RPR and/or Consultant reasonably rejects as defective or nonconforming to the Contract Documents (whether arising from a design or construction defect, error, omission or deficiency) in a written notice delivered to the Design/Builder at any time, or (ii) which is otherwise known by the Design/Builder or any Consultant, Design Subconsultant, Subcontractor or Supplier to be defective or nonconforming to the Contract Documents. If other portions of the Work are adversely affected by, or are damaged by, such defective Work, the Design/Builder shall, at the earliest practical opportunity, correct, repair or replace such affected or damaged Work as well as any other property of the City damaged by such defective or nonconforming Work, whether or not such Work is fabricated, installed or completed. The cost of correcting any such Work shall not be reimbursable by the City and shall be borne by the Design/Builder at its sole cost and expense. Nothing in the foregoing shall preclude the Design/Builder from paying such costs and expenses from any insurance proceeds received by the Design/Builder under the insurance maintained under this Agreement. 13.2. Correction of Work after Substantial Completion. For a period of twelve (12) months from the Substantial Completion Date, the Design/Builder shall, promptly after receipt of notice from the City, and at its sole cost and expense, including the cost and expense of additional architectural, engineering and other professional services and inspection and testing services, re-execute, correct, repair and replace all Work found to be defective or nonconforming to the Contract Documents (whether arising from a design or construction defect, error, omission or deficiency) and all portions of the Work adversely affected by or damaged by such defective or nonconforming Work and all other property of the City which is damaged by such defective or nonconforming Work.,. The Parties understand and agree that the preceding language shall in no way limit the City's right or ability to recover from the Design/Builder for defective or nonconforming Work, or errors or omissions, to the extent such defective or non-conforming Work, errors or omissions constitute a breach of the Contract Documents, or otherwise constitutes the negligent performance of the Work or the obligations of the Design/Builder hereunder. The Design/Builder shall use its best efforts to remedy any of the foregoing matters so as to minimize revenue loss to the City and to avoid disruption of the City's operations at, or adjacent to, the Project Site. Design/Builder shall initiate and diligently pursue corrective action within seven (7) days after receipt of notice from the City, unless such matters involve life safety issues, in which case Design/Builder shall immediately initiate all corrective actions as may be necessary. All such corrective work must be completed within thirty (30) days of receipt of notice from the City. In the event of a reoccurrence of defective or nonconforming Work, the City may require replacement of the Work, at Design/Builder's sole cost and expense, if any prior correction action was insufficient. If Design/Builder undertakes any corrective action to repair or replace any defective or nonconforming Work, and such Work is subsequently found to be defective or nonconforming, the City may undertake the repair and perform the Work at Design/Builder's sole cost and expense. 13.3. No Limitation. Nothing contained in Section 13.2 of this Agreement shall be construed to establish a period of limitation with respect to other obligations of the Design/Builder under the Contract Documents, nor shall any such provisions be construed to establish a period of limitation with respect to the City's rights and remedies in the event of the discovery of any defects in the Work whether or not such defects are discussed before the 12 month period following the Substantial Completion Date. The preceding Section 13.2 relates only to the specific obligation of the Design/Builder to personally correct the Work, and has no relationship to the time within which the obligation to comply with the Contract Documents may be sought to be enforced against the Design/Builder, nor to the 68 time within which proceedings may be commenced to establish the Design/Builder's liability with respect to the Design/Builder's obligations or recover damages in connection therewith. 13.4. City's Right to Stop Work. If, prior to the Substantial Completion Date, the Design/Builder persistently fails to correct defective Work as and when required hereunder, or persistently or materially fails to carry out the Work in accordance with the Contract Documents, the City may deliver a notice to the Design/Builder's Project Manager setting forth that such a persistent or material failure is occurring and has occurred, and demanding that the Design/Builder commence to cure such persistent or material failure within fourteen (14) days and diligently pursue such cure thereafter. In the event that the cure is not commenced and pursued to the reasonable satisfaction of the City within such 14-day period, the City may, by written directive or consent of the Contract Administrator, order the Design/Builder to stop the Work, or the portion of the Work to which such notice relates, until the cause for such order has been eliminated; provided, however, the City's right to stop the Work shall not have given rise to a duty on the part of the City to exercise the right for the benefit of the Design/Builder or other persons or entities and shall not give rise to any liability of the City to the Design/Builder resulting from delay. The Design/Builder shall not have any Claim for an increase in the Contract Price or a change in the Project Schedule due to stoppage in the Work or restarting the Work pursuant to this Section. 13.5. City's Right to Correct Deficiencies. If, prior to the Substantial Completion Date, the Design/Builder fails, within seven (7) days after receipt of a written notice of deficiency from the City, to commence and continue correction of any defective or nonconforming Work, or to correct any other non-compliance with the Contract Documents ("Notice of Deficiency"), with diligence and promptness to the satisfaction of the City, without prejudice to any other remedies the City may have, including declaring the Design/Builder in Default, and with or without terminating this Agreement in whole or in part, the City may correct such deficiencies, and deduct an amount equal to the expenditures incurred by the City in so doing from amounts due or to become due to the Design/Builder. If the payments then or thereafter due to the Design/Builder are not sufficient to cover the amount of the expenditures incurred by the City which are subject to deduction or Final Payment to Design/Builder has been made, upon demand, the Design/Builder shall pay the difference to the City. As more fully set forth in Section 16.2(m), City shall first issue a Notice of Deficiency prior to issuing any notice of Default pursuant to Section 16.2. ARTICLE 14 INDEMNIFICATION 14.1. In consideration of the sum of Twenty-Five Dollars ($25.00) and other good and valuable consideration, the sufficiency of which the Design/Builder hereby acknowledges, to the fullest extent permitted by law, Design/Builder shall, indemnify and save harmless City and its officers and employees, from liabilities, damages, losses and costs including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Design/Builder and persons employed or utilized by Design/Builder in the performance of this Agreement. It is expressly understood that the monetary limitation on such indemnification shall be the approved Contract Price, as may be increased by duly executed Change Orders. 14.2. Sums otherwise due to Design/Builder under this Agreement may be retained by City until all of City's Claims for indemnification under this Agreement have been settled or otherwise 69 resolved. Any amount withheld pursuant to this Section 14.3 or otherwise under Section 14 shall not be subject to payment of interest by City. 14.3. The execution of this Agreement by Design/Builder shall operate as an express acknowledgment that the indemnification obligation is part of the bid documents and/or Contract Documents for the Project and the monetary limitation on indemnification in this Section 14 bears a reasonable commercial relationship to the Agreement. 14.4. Nothing in this Section 14 is intended, or should be construed, to negate, abridge or otherwise reduce the other rights and obligations of indemnity that may otherwise exist as to a party described in Section 14.1. 14.5. Nothing in this Section 14 is intended to create in the public or any member thereof, a third party beneficiary hereunder, or to authorize anyone not a party to this Agreement, to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Agreement. 14.6. The indemnification obligations set forth in this Section 14 shall survive the termination and/or expiration of this Agreement. ARTICLE 15 CLAIMS, DISPUTE AVOIDANCE AND RESOLUTION 15.1. Claims. a. Claims must be initiated by written notice and, unless otherwise specified in Section 11.8 or otherwise in this Agreement, submitted to the other party within twenty-one (21) days of the event giving rise to such Claim or within 21 days after the claimant reasonably should have recognized the event or condition giving rise to the Claim, whichever is later. Such Claim shall include sufficient information to advise the other party of the circumstances giving rise to the Claim, the specific contractual adjustment or relief requested including, without limitation, the amounts and number of days of delay sought, and the basis of such request. The Claim must include all job records and other documentation supporting entitlement, the amounts and time sought. In the event additional time is sought, the Design/Builder shall include a time impact analysis to support such Claim. The City shall be entitled to request additional job records or documentation to evaluate the Claim. The Claim shall also include the Design/Builder's written notarized certification of the Claim in accordance with the False Claims Ordinance, Sections 70-300 et seq., of the City Code. b. Claims not timely made or otherwise not submitted in strict accordance with the requirements of this Section 15 or other Contract Documents shall be deemed conclusively waived, the satisfaction of which shall be conditions precedent to entitlement. Design/Builder assumes all risks for the following items, none of which shall be the subject of any Change Order or Claim and none of which shall be compensated for except as they may have been included in the Design/Builder's Contract Price as provided in the Contract Documents: Loss of any anticipated profits, loss of bonding capacity or capability losses, loss of business opportunities, loss of productivity on this or any other project, loss of interest income on funds not paid, inefficiencies, costs to prepare a bid, cost to prepare a quote for a change in the Work, costs to prepare, negotiate or prosecute Claims, and loss of projects not bid upon, or 70 any other indirect and consequential costs not listed herein. No compensation shall be made for loss of anticipated profits from any deleted Work. 15.2. Dispute Avoidance and Resolution. a. Claims shall first be submitted to the City for initial recommendation for determination by the City at the time and in the manner specified in Section 15.1 herein unless otherwise specified in this Agreement or other Contract Documents. The City shall render an initial recommendation for determination of such Claim, in writing, as soon as practicable, but not later than forty-five (45) days of receipt of such Claim, unless the parties mutually stipulate otherwise in writing or other circumstances warrant a time extension as determined by the City. Failure to render a written decision within the 45 days, or a later date if stipulated by the parties, shall be considered a denial of the Claim submitted by the claimant. b. In order to preserve for review an initial recommendation for determination of the City at mediation and/or by a court of competent jurisdiction (as applicable), then the party seeking review shall notify the other party in writing within fifteen (15) days of such recommendation by the City or, if no recommendation, within 15 days of when the Claim is denied as a result of inaction by the City. Failure to timely preserve review of the City's written recommendation or denial by inaction shall constitute a waiver of such Claim or entitlement to such objection and the recommendation of the City (whether by affirmative written recommendation or denial by inaction) shall be deemed final and binding, but subject to mediation and litigation (as applicable). c. If the City agrees to pay a portion of the Claim, the Design/Builder may reserve the remaining portion of the Claim by executing a conditional release in a Change Order, which states the remaining amount and time sought and identifies the particular scope of Work to which the reservation applies. Unspecified amounts or time claimed will not preserve a Claim or right to a Claim. Each such Change Order shall contain a release and waiver of all Claims as of the date the Design/Builder executes the Change Order, except as specifically included in a reservation of Claims within the Change Order. The reservation of Claims shall, as to each reserved individual Claim, state the amount and time sought in the Claim and identify the scope of Work giving rise to the Claim. Any Claim not included in the reservation of Claims or that fails to specify the amount and/or time sought are deemed waived and abandoned. d. In the event any Claims which have been timely preserved remain unresolved by Substantial Completion, then the parties shall participate in mediation within sixty (60) days, unless the City terminates the Agreement, which shall render such mediation moot. If the City determines, at its sole and absolute discretion, that it would be beneficial to mediate any particular Claims at any time prior to Substantial Completion, then any such Claims shall be submitted to mediation at the City's election. The parties shall mutually agree to the selection of a mediator, and mediation, which shall be confidential in the same manner as Court-ordered mediation, shall take place within the 60-day post-Substantial Completion time period, unless both parties mutually agree otherwise. The parties shall split the mediator's fees equally. Participation in mediation shall be a condition precedent to filing suit in a court of competent jurisdiction unless otherwise excused by the terms of this Article 15 or stipulated by both parties in writing. 71 e. In the event of a dispute arising after Substantial Completion, Final Progress Payment or Final Completion, mediation is encouraged but is not a condition precedent to litigation. 15.3. Duty to Continue Performance. Pending resolution of any dispute, the Design/Builder shall proceed and shall cause its Subcontractors to proceed diligently with the performance of its duties and obligations under the Contract Documents and the City shall continue to make payments of undisputed amounts in accordance with the Contract Documents. The failure of the Design/Builder to continue prosecution of the Work in the event of a pending dispute shall be deemed a Default pursuant to Section 16.2 of this Agreement. 15.4. Final Dispute Resolution. In the event of a dispute arising after Final Progress Payment or Final Completion, or a dispute which arose prior to Substantial Completion, has been preserved and which was not successfully resolved at mediation, a court of competent jurisdiction in Miami-Dade County shall hear such disputes. The parties hereby waive a trial by jury, which requirement shall be included in each and every Subcontract, sub-consulting agreement and purchase order that Design/Builder executes, in connection with its Work on the Project. ARTICLE 16 TERMINATION 16.1. Termination for Convenience. In addition to other rights the City may have at law and pursuant to the Contract Documents with respect to cancellation and termination of the Agreement, the City may, in its sole discretion, terminate for the City's convenience the performance of Work under this Agreement, in whole or in part, at any time upon written notice to the Design/Builder. The City shall effectuate such Termination for Convenience by delivering to the Design/Builder a Notice of Termination for Convenience, specifying the applicable scope and effective date of termination, which termination shall be deemed operative as of the effective date specified therein without any further written notices from the City required. Such Termination for Convenience shall not be deemed a breach of the Agreement, and may be issued by the City with or without cause. a. Upon receipt of such Notice of Termination for Convenience from the City, and except as otherwise directed by the City, the Design/Builder shall immediately proceed with the following obligations, regardless of any delay in determining or adjusting any amounts due under this Section 16.1: i. Stop the Work specified as terminated in the Notice of Termination for Convenience; ii. Promptly notify all Subcontractors of such termination, cancel all contracts and purchase orders to the extent they relate to the Work terminated to the fullest extent possible and take such other actions as are necessary to minimize demobilization and termination costs for such cancellations; iii. Immediately deliver to the City all Design Materials as defined in Section 22.10 hereof, in their original/native electronic format (i.e. CAD, Word, Excel, etc.), any and all other unfinished documents, and any and all warranties and guaranties for Work, equipment or materials already installed or purchased. The Design/Builder acknowledges and agrees that all amounts previously paid to the Design/Builder with respect to the creation and 72 preparation of Design Materials in approved Applications for Payment, along with the final payment for the Design Materials, to be based on the percent completion of the Design Materials, shall include the consideration to Design/Builder for City's ownership and receipt of Design Materials, with final payment for Design Materials shall be provided after receipt of Design Materials; iv. If specifically directed by the City in writing, assign to the City all right, title and interest of Design/Builder under any contract, subcontract and/or purchase order, in which case the City shall have the right and obligation to settle or to pay any outstanding claims arising from said contracts, subcontracts or purchase orders; v. Place no further subcontracts or purchase orders for materials, services, or facilities, except as necessary to complete the portion of the Work not terminated (if any) under the Notice of Termination for Convenience; vi. As directed by the City, transfer title and deliver to the City (1) the fabricated and non-fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated; and (2) the completed or partially completed Project records that, if this Agreement had been completed, would be required to be furnished to the City; vii. Settle all outstanding liabilities and termination settlement proposals from the termination of any subcontracts or purchase orders, with the prior approval or ratification to the extent required by the City (if any); viii. Take any action that may be necessary, or that the City may direct, for the protection and preservation of the Project Site, including life safety and any property related to this Agreement that is in the Design/Builder's possession and in which the City has or may acquire an interest; and ix. Complete performance of the Work not terminated (if any). b. Upon issuance of such Notice of Termination for Convenience, the Design/Builder shall only be entitled to payment for the Work satisfactorily performed up until the date of its receipt of such Notice of Termination for Convenience, but no later than the effective date specified therein. Payment for the Work satisfactorily performed shall be determined by the City in good faith, in accordance with the percent completion of the Design Materials less all amounts previously paid to the Design/Builder with respect to the creation and preparation of Design Materials in approved Applications for Payment, the reasonable costs of demobilization and reasonable costs, if any, for canceling contracts and purchase orders with Subcontractors to the extent such costs are not reasonably avoidable by the Design/Builder. Design/Builder shall submit, for the City's review and consideration, a final termination payment proposal with substantiating documentation, including an updated Schedule of Values, within 30 days of the effective date of termination, unless extended in writing by the City upon request. Such termination amount shall be mutually agreed upon by the City and the Design/Builder and absent such agreement, the City shall, no less than fifteen (15) days prior to making final payment, provide the Design/Builder with written notice of the amount the City intends to pay to the Design/Builder. Such final payment so made to the Design/Builder shall be in full and final settlement for Work performed under this Agreement, except to the extent the Design/Builder disputes such amount in a written 73 notice delivered to and received by the City prior to Design/Builder accepting such final payment. 16.2. Event of Default. The following shall each be considered an item of Default. If, after delivery of written notice from the City to Design/Builder specifying such Default, and following the City's issuance of a Notice of Deficiency and expiration of the cure period pursuant to Section 16.2(m) of this Agreement, the Design/Builder fails to promptly commence and thereafter complete the curing of such Default within a reasonable period of time, not to exceed thirty (30) days, after the delivery of such Notice of Default, it shall be deemed an Event of Default, which constitutes sufficient grounds for the City to terminate Design/Builder for cause: a. Failing to perform design services or any other portion of the Work in a manner consistent with the requirements of the Contract Documents or within the time required therein; or failing to use the, Subcontractors, entities and personnel as identified and set forth, and to the degree specified, in the Contract Documents, subject to substitutions approved by the City in accordance with this Agreement and the other Contract Documents; b. Failing, for reasons other than an Excusable Event of Delay, to begin the Work required promptly following the issuance of a Notice to Proceed; c. Failing to perform the Work with sufficient manpower, workmen and equipment or with sufficient materials, with the effect of delaying the prosecution of the Work in accordance with the Project Schedule and/or delaying completion of any of the Project within the specified time; d. Failing, for reasons other than an Excusable Event of Delay, to timely complete the Project within the specified time; e. Failing and/or refusing to remove, repair and/or replace any portion of the Work as may be rejected as defective or nonconforming with the terms and conditions of the Contract Documents; f. Discontinuing the prosecution of the Work, except in the event of: 1) the issuance of a stop-work order by the City; or 2) the inability of the Design/Builder to prosecute the Work because of an event giving rise to an Excusable Event of Delay as set forth in this Agreement for which Design/Builder has provided written notice of same in accordance with the Contract Documents; g. Failing to provide sufficient evidence upon request that, in the City's sole opinion, demonstrates the Design/Builder's financial ability to complete the Project; h. An indictment is issued against the Design/Builder; Failing to make payments to for materials or labor in accordance with the respective agreements; j. Persistently disregarding laws, ordinances, or rules, regulations or orders of a public authority having jurisdiction; k. Fraud, misrepresentation or material misstatement by Design/Builder in the course of obtaining this Agreement; 74 Failing to comply in any material respect with any of the terms of this Agreement or the Contract Documents. m. Prior to issuing any notice of Default to the Design/Builder, City shall first issue to the Design/Builder a written notice of deficiency, briefly specifying the nature of the Design/Builder's non-compliance with the Contract Documents, and providing the Design/Builder seven (7) business days to cure the deficiency or other non-compliance ("Notice of Deficiency"). If the Design//Builder fails to successfully cure the deficiency within the applicable time period, City shall thereafter issue a written notice of Default pursuant to this Section 16.2. In no event shall the time period for curing a Default constitute an extension of the Substantial Completion Date or a waiver of any of the City's rights or remedies hereunder for a Default which is not cured as aforesaid. 16.3. Termination of Agreement for Cause. a. The City may terminate the Design/Builder for cause upon the occurrence of an Event of Default as defined in Section 16.2, following written notice to the Design/Builder and the failure to timely and properly cure to the satisfaction of the City in the time period set forth in Section 16.2, or as otherwise specified in the Notice of Default. b. Upon the occurrence of an Event of Default, and without any prejudice to any other rights or remedies of the City, whether provided by this Agreement, the other Contract Documents or as otherwise provided at law or in equity, the City may issue a Notice of Termination for Cause to Design/Builder, copied to the Surety, rendering termination effective immediately, and may take any of the following actions, subject to any prior rights of the Surety: i. Take possession of the Project site and of all materials, equipment, tools, construction equipment and machinery thereon owned by Design/Builder; ii. Accept assignments of subcontracts; iii. Direct Design/Builder to transfer title and deliver to the City (1) the fabricated and non-fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated; and (2) the completed or partially completed Project records that, if this Agreement had been completed, would be required to be furnished to the City; and iv. Finish the Work by whatever reasonable method the City may deem expedient. c. Upon the issuance of a Notice of Termination for Cause, the Design/Builder shall: i. Immediately deliver to the City all Design Materials as defined in Section 22.10 hereof, in their original/native electronic format (i.e. CAD, Word, Excel, etc.), any and all other unfinished documents, and any and all warranties and guaranties for Work, equipment or materials already installed or purchased; ii. If specifically directed by the City in writing, assign to the City all right, title and interest of Design/Builder under any contract, subcontract and/or purchase order, in 75 which case the City shall have the right and obligation to settle or to pay any outstanding claims arising from said contracts, subcontracts or purchase orders; iii. As directed by the City, transfer title and deliver to the City (1) the fabricated and non-fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated; and (2) the completed or partially completed Project records that, if this Agreement had been completed, would be required to be furnished to the City; and iv. Take any action that may be necessary, or that the City may direct, for the protection and preservation of the Project Site, including life safety and property related to this Agreement that is in the Design/Builder's possession and in which the City has or may acquire an interest. d. The rights and remedies of the City under Article 16 shall apply to all Defaults are non-curable in nature (including, without limitation, a breach of Section 22.23 of this Agreement), or that fail to be cured within the applicable cure period or are cured but in an untimely manner, and the City shall not be obligated to accept such late cure. 16.4. Recourse to Performance and Payment Bond; Other Remedies. a. Upon the occurrence of an Event of Default, and irrespective of whether the City has terminated the Design/Builder, the City may (i) make demand upon the Surety to perform its obligations under the Performance and Payment Bond, including completion of the Work, without requiring any further agreement (including, without limitation, not requiring any takeover agreement) or mandating termination of Design/Builder as a condition precedent to assuming the bond obligations; or (ii) in the alternative, the City may take over and complete the Work of the Project, or any portion thereof, by its own devices, by entering into a new contract or contracts for the completion of the Work, or using such other methods as in the City's sole opinion shall be required for the proper completion of the Work, including succeeding to the rights of the Design/Builder under all subcontracts as contemplated by Article 16. b. The City may also charge against the Performance and Payment Bond all fees and expenses for services incidental to ascertaining and collecting losses under the Performance and Payment Bond including, without limitation, accounting, engineering, and legal fees, together with any and all costs incurred in connection with renegotiation of the Agreement. 16.5. Costs and Expenses. a. All damages, costs and expenses, including reasonable attorney's fees, incurred by the City as a result of an uncured Default or a Default cured beyond the time limits stated herein (except to the extent the City has expressly consented, in writing, to the Design/Builder's late cure of such Default), together with the costs of completing the Work, shall be deducted from any monies due or to become due to the Design/Builder under this Agreement, Irrespective of whether the City ultimately terminates Design/Builder. b. Upon issuing a Notice of Termination for Cause, the City shall have no obligation to pay Design/Builder, and the Design/Builder shall not be entitled to receive, any money until such time as the Project has been completed and the costs to make repairs and/or 76 complete the Project have been ascertained by the City. In case such cost and expense is greater than the sum which would have been due and payable to the Design/Builder under this Agreement for any portion of the Work satisfactorily performed, the Design/Builder and the Surety shall be jointly and severally liable and shall pay the difference to the City upon demand. 16.6. Termination If No Default or Erroneous Default. If, after a Notice of Termination for Cause is issued by the City, it is thereafter determined that the Design/Builder was not in default under the provisions of this Agreement, or that any delay hereunder was an Excusable Event of Delay, the termination shall be converted to a Termination for Convenience and the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to the termination for convenience clause contained in Section 16.1. The Design/Builder shall have no further recourse of any nature for wrongful termination. 16.7. Remedies Not Exclusive. Except as otherwise provided in the Contract Documents, no remedy under the terms of this Agreement is intended to be exclusive of any other remedy, but each and every such remedy shall be cumulative and shall be in addition to any other remedies, existing now or hereafter, at law, in equity or by statute. No delay or omission to exercise any right or power accruing upon any Event of Default shall impair any such right or power nor shall it be construed to be a waiver of any Event of Default or acquiescence therein, and every such right and power may be exercised from time to time as often as may be deemed expedient. 16.8. Design/Builder Right to Stop Work. If the Project should be stopped under an order of any court or other public authority for a period of more than ninety (90) days due to no act or fault of Design/Builder or persons or entities within its control, or if the City should fail to pay the Design/Builder any material amount owing pursuant to an Approved Application for Payment in accordance with the Contract Documents and after receipt of all supporting documentation required pursuant Article 8, and if the City fails to make such payment within ninety (90) days after receipt of written notice from the Design/Builder identifying the Approved Application for Payment for which payment is outstanding, then, unless the City is withholding such payment pursuant to Article 8) hereof or any other provision of this Agreement which entitles the City to so withhold such payment, the Design/Builder shall have the right upon the expiration of the aforesaid ninety (90) day period to stop its performance of the Work, provided that Design/Builder has sent a Notice to Cure to the City via certified mail, allowing for a 7 day cure period. In such event, Design/Builder may terminate this Agreement and recover from City payment for all Work executed and reasonable expense sustained (but excluding compensation for any item prohibited by Article 15 and other provisions of the Contract Documents). In the alternative to termination, Design/Builder shall not be obligated to recommence the Work until such time as the City shall have made payment to the Design/Builder in respect of such Approved Application for Payment, plus any actual and reasonable related demobilization and start-up costs evidenced by documentation reasonably satisfactory to the City. Except as set forth in this Section 16.8, no act, event, circumstance or omission shall excuse or relieve the Design/Builder from the full and faithful performance of its obligations hereunder and the completion of the Work as herein provided for. 16.9. Materiality and Non-Waiver of Breach. Each requirement, duty, and obligation in the Contract Documents is material. The City's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or Amendment of this Agreement. A waiver shall not be effective unless it is in writing and approved by the City. A waiver of any breach of a provision of this Agreement shall not be deemed a waiver of any subsequent breach and 77 the failure of the City to exercise its rights and remedies under this Article 16 at any time shall not constitute a waiver of such rights and remedies. ARTICLE 17 SEPARATE CONTRACTS 17.1. Right to Award Separate Contracts. The City reserves the right to perform construction or operations related to the Project with the City's own forces, and to award separate contracts to other contractors, including subcontractors, in connection with other portions of the Project or other construction or operations on and/or adjacent to the Project Site (collectively, "Separate Contractors"). 17.2. Integration of Work with Separate Contractors. Design/Builder shall afford Separate Contractors reasonable access to the Project Site for the execution of their work. Design/Builder shall arrange the performance of the Work so that the Work and the work of the City and the Separate Contractors are, to the extent applicable, properly coordinated, so that any disruption or damage to the Work or to any work of the City or of Separate Contractors is avoided or minimized. 17.3. Coordination. Design/Builder shall conduct its Work with Separate Contractors, and shall cooperate with Separate Contractors, as directed by the Contract Administrator. Coordination with Separate Contractors may be grounds for an extension of Contract Time or any adjustment in the Contract Price. 17.4. Use of Project Site. The Design/Builder shall afford the City and all Separate Contractors reasonable opportunity for storage of their materials and equipment, and performance of their work on and/or adjacent to the Project Site. The Design/Builder shall also coordinate its construction and operations with the City and all Separate Contractors' construction and operations as required by the Contract Documents. 17.5. Deficiency in Work of Separate Contractors. If to properly execute a portion of the Work, the Design/Builder depends upon the construction or operations by the City or a Separate Contractor, the Design/Builder shall, prior to proceeding with that portion of the Work, promptly report to the City apparent discrepancies or defects in such other construction that renders it unsuitable for proper execution Design/Builder Work. The Parties shall resolve in good faith any such discrepancies or defects or any disagreements relating thereto. Failure of the Design/Builder to so report shall constitute a representation by the Design/Builder to the City that the City's or Separate Contractor's completed or partially completed construction is fit and proper to receive the Design/Builder's Work. However, although such representation constitutes a waiver of any rights of Design/Builder against the City for discrepancies or defects in such Separate Contractor's work, such representation shall not constitute a waiver of any rights of the Design/Builder against such Separate Contractor as a result of such discrepancies or defects. 17.6. The Design/Builder shall promptly remedy damage caused by the Design/Builder or its Subcontractors to completed or partially completed construction or to property of the City or Separate Contractors. The City shall incorporate provisions comparable to those set forth in this Article 17 into each contract it enters into with a Separate Contractor, and accordingly notify the Design/Builder in writing. 78 ARTICLE 18 GUARANTEES AND WARRANTIES 18.1. Guarantees and Warranties required by the Contract Documents shall commence on the Substantial Completion Date of the Work (or date of Partial Substantial Completion, as applicable), unless otherwise provided, and shall be in effect for a period of one (1) year, unless otherwise provided in the Contract Documents. To the extent there is any conflict as to the applicable time period of coverage for any Guarantee or Warranty to be provided by the Design/Builder under the Contract Documents, the longer period of time for any such Guarantee or Warranty shall govern, without regard to any Guarantees or Warranties provided by Subcontractors. Design/Builder shall provide the Guarantees and Warranties required by the Contract Documents, without regard to whether the Subcontractors or Suppliers provided the Guarantees and Warranties. 18.2. The Design/Builder shall correct all defects discovered within one (1) year (or such longer period of time if provided in the Contract Documents) following the Substantial Completion Date. Design/Builder shall commence repairs and/or replacement within ten (10) days after being notified by the City of the defect and will prosecute the repairs and/or replacement diligently until completed. For any replacement Work performed during the one- year period after the Substantial Completion Date, Design/Builder shall provide a new one-year Warranty for such replacement Work. 18.3. If the Design/Builder fails to act within ten (10) days, the City may have the repairs and/or replacement performed by others at the expense of the Design/Builder. 18.4. Written warranties furnished to the City are in addition to implied warranties, and shall not limit the duties, obligations, rights and remedies otherwise available under Applicable Law or the Contract Documents. The Design/Builder shall also furnish any special Guarantees or Warranties called for in the Contract Documents. ARTICLE 19 PRODUCT REQUIREMENTS/SUBSTITUTIONS 19.1. Whenever a material, article or piece of equipment is identified in the Contract Documents including, without limitation, in the DCP, by reference to manufacturers' or vendors' names, trade names, catalog numbers, or otherwise, it is intended merely to establish a standard and, unless it is followed by words indicating that "no substitution is permitted," any material, article, or equipment of other manufacturers and vendors which will perform or serve the requirements of the general design will be considered equally acceptable provided the material, article or equipment so proposed is, after review and evaluation of the materials that must be submitted in support of the substitutions set forth in Section 19.2 herein, in the opinion of the Design Criteria Professional: (a) at least equal in quality, durability, appearance, strength and design; (b) performs at least equally the function imposed in the general design for the Project; (c) conforms, to the detailed requirements for the items as indicated by the Contract Documents; and (d) carries the same Guaranty or Warranty of the specified equipment. 19.2. All substitution requests will be made in accordance with the requirements in Division 1, of the Project specifications, via written request which shall include a Shop Drawing and/or Change Order which shall be attached to a detailed description of the originally specified item and a detailed description of the proposed substitution. A comparison letter itemizing all deviations from specified items must be included for the Design Criteria Professional to properly 79 evaluate any proposed substitution. Failure to provide the deviation comparison letter shall automatically constitute a denial of the request. 19.3. Any changes, inclusive of design changes, made necessary to accommodate substituted equipment under this paragraph shall be at the sole expense of Design/Builder. 19.4. Consultant's written consent will be required as to acceptability, and no substitute will be ordered, installed or utilized without the Design Criteria Professional's prior written acceptance, which will be evidenced by an accepted Shop Drawing or other written approval provided by the DCP or Contract Administrator. City may require Design/Builder to furnish, at Design/Builder's expense, a special performance Guarantee or other warranty with respect to any substitute. ARTICLE 20 PUBLIC INFORMATION Design/Builder shall coordinate with and assist the City and its Public Information Officer with respect to all matters relating to the Project. At all times, Design/Builder shall provide accurate and current information to the fullest extent possible, and shall assist in identifying potential impacts that should be communicated in advance with the public including, but not limited to, matters relating to maintenance of traffic plans, road closures, and other Work that may involve substantial noise or other disruptions. Design/Builder shall participate in public meetings and other public relations efforts with the community, as necessary. ARTICLE 21 QUALITY CONTROL/QUALITY ASSURANCE In accordance with the requirements of Appendix E and Division 1 of the Project Specifications, the Design/Builder shall be responsible and accountable for the quality control of the Work including, without limitation, all quality control testing and inspections for the Work. The Design/Builder shall supervise the Work of all Subcontractors, reviewing construction means, methods, techniques, sequences and procedures, providing instructions to each when their Work does not conform to the requirements of the Contract Documents. The Design/Builder shall be responsible for ensuring that each Subcontractor makes whatever necessary corrections are required in a timely manner, so as to not affect the efficient and timely progress of the Work. The Design/Builder shall receive copies of all Claims or reports issued by the Consultant (with copy to the City) relative to the performance or acceptability of Work. Should disagreement occur between the Design/Builder and either the Contract Administrator or the Consultant over acceptability of Work and its conformance with the requirements of the Contract Documents of the Project, the City shall be the final judge of performance and acceptability, and noncompliant Work shall be corrected accordingly. The City may employ independent firm(s) for verification testing of the quality control testing performed by or on behalf of Design/Builder. However, the City shall not be obligated to have such verification testing performed, nor shall its commissioning, or election not to commission, such verification testing relieve Design/Builder of its independent obligations under the Contract Documents to perform such quality control testing and inspections and ensure the Work complies with the Contract Documents. The Design/Builder will exercise reasonable care and diligence in discovering and promptly reporting to City any defects or deficiencies in the Work. The Design/Builder shall establish the Project Schedule and review the progress schedules submitted by Subcontractors in order to ensure proper and timely completion of the Work. ARTICLE 22 80 ADDITIONAL TERMS & CONDITIONS 22.1. Representations and Warranties. The Design/Builder further represents and warrants as of the date hereof and throughout the term of this Agreement: a. That it has the financial resources, is solvent, and is sufficiently experienced, fully and properly licensed (to the extent required by Applicable Laws) and competent to properly and timely perform this Agreement, that the material facts stated or shown in any papers submitted or referred to in connection with this Agreement, including, without limitation, Design/Builder's responses to the City's RFP, and all other Contract Documents, and any subsequent additions thereto, are true in all material respects. b. That is has full power and authority, and has obtained all corporate approvals necessary, to execute and perform this Agreement, and the same is a legal, valid and binding obligation of the Design/Builder, enforceable against the Design/Builder in accordance with its terms, subject to bankruptcy, equitable principles and laws affecting creditor's rights generally; c. That it has the required authority, ability, skills and capacity to perform, and shall perform, the Work in a manner consistent with sound engineering and construction principles, Project management and supervisory procedures, and reporting and accounting procedures; d. That it has carefully examined and analyzed the provisions and requirements of this Agreement as of the Effective Date, that it has thoroughly inspected the Project Site and satisfied itself from its own investigations as to the general nature of the things needed for the timely and proper performance of this Agreement; e. That no member of the City Commission, or other City official, agent or employee has a financial interest directly or indirectly in this Agreement or the compensation to be paid hereunder, or will have such an interest for the term of this Agreement; and that no individual has, or will have, any interest in the Project or this Agreement which is prohibited by law; f. That, except only for those representations, statements or promises expressly contained in the Contract Documents, no representation, statement or promise, verbal or in writing, of any kind whatsoever by the City, its Commission members, officials, agents, employees or consultants has induced it to enter into this Agreement or has been relied upon by it, including any referring to: (i) the meaning, correctness, suitability, or completeness of any provisions or requirements of this Agreement; (ii) the nature, existence or location of materials, structures, obstructions, utilities or conditions, surface or subsurface, which may be encountered at or on the Project Site; (iii) the nature, quantity, quality or size of the materials, equipment, labor and other facilities needed for the performance of this Agreement; (iv) the general or local conditions which may in any way affect this Agreement or Design/Builder's performance thereof; (v) the price of performing Work under this Agreement; or (vi) any other matters, whether similar to or different from those referred to in (i) through (v) immediately above, having any connection with this Agreement, the negotiation thereof, any discussions thereof, the performance thereof or those employed or connected therewith; g. That it was given ample opportunity and time, and was hereby requested by the City to review thoroughly all documents forming or relating to this Agreement prior to execution of this Agreement; and 81 h. That it has knowledge of all the Applicable Laws in effect on the Effective Date of the Agreement and of all business practices in the jurisdiction within which the Project Site is located that must be followed to properly and lawfully perform the Work. The Design/Builder shall provide to the City evidence of its authority to do business and perform certain professional services in the State of Florida including, without limitation, certificates of good standing, authority and/or registration issued by the Office of the Secretary of State of Florida and Florida's Department of Business and Professional Regulation (as applicable). The City's failure to request such information should the Design/Builder fail to timely produce such evidence shall not, in any way, relieve Design/Builder of its obligation to obtain, maintain current or furnish evidence of, any and all applicable licenses, certifications, registrations and permits as required herein and/or as required by the other Contract Documents. If, following Design/Builder's furnishing of such evidence, the City determines it requires further evidence regarding same, upon City's request; Design/Builder shall furnish such additional evidence to City in a form and manner acceptable to the City. 22.2. Counterparts. This Agreement is comprised of several identical counterparts, each to be fully executed by the Parties and each to be deemed an original having identical legal effect. 22.3. Amendment. Except as otherwise expressly provided in this Agreement (including with respect to Construction Change Directives), no Amendments or changes to the Contract Documents, or any part thereof, shall be valid unless in writing and signed by both of the Parties hereto, or their respective successors and assigns. 22.4. Applicable Laws. The Design/Builder shall comply, and shall cause all Subcontractors to comply with all Applicable Laws and governmental agencies and authorities having jurisdiction over the Work, the Project and/or the Project Site, now existing or hereinafter in effect. Each and every provision required by law to be inserted in this Agreement shall be deemed to be i n serted herein and this Agreement shall be read and enforced as though it were included herein, and if, through mistake or otherwise, any such provision is not so inserted or is not correctly inserted, or is inserted but is subsequently amended, then upon the application of either Party, this Agreement shall forthwith be amended to make such insertion or to incorporate such amendment. In no event, however, shall the failure to insert such provision into this Agreement prevent the enforcement of same or relieve the Design/Builder of its obligation to fully comply with the same. Nothing contained herein shall be deemed to impose upon the Design/Builder any obligation to perform acts or furnish services in violation of Florida law or condone the performance of such acts or furnishing of such services in violation of Florida law, it being understood that the professional architectural, engineering and other design services covered by the aforesaid Agreement including, without limitation, the preparation of the Design Documents and Construction Documents, shall be provided by the Consultant or its professionally licensed Design Subconsultants. 22.5. Interpretation. Any and all headings of this Agreement are for convenience of reference only and do not modify, define or limit the provisions thereof. Words of any gender shall be deemed and construed to include correlative words of the other gender. Words importing the singular number shall include the plural number and vice versa, unless the context shall otherwise indicate. All references to any exhibit or document shall be deemed to include all supplements and/or amendments to any such exhibits or documents entered into in accordance with the terms hereof and thereof. All references to any person or entity 82 shall be deemed to include any person or entity succeeding to the rights, duties, and obligations of such person or entity in accordance with the terms of this Agreement, unless expressly stated otherwise. 22.6. Severability. If any provision of this Agreement shall be held to be inoperative or unenforceable as applied in any particular case in any jurisdiction because it conflicts with any other provision hereof or any constitution, statute, ordinance, rule of law or public policy, or for any other reason, such holding shall not have the effect of rendering the provision in question inoperative or unenforceable in any other case, or of rendering any other provision herein contained inoperative or unenforceable to any extent whatsoever . The invalidity of any one or more phrases, sentences, clauses or sections contained in this Agreement shall not affect the remaining portions of this Agreement or any part hereof, and they shall otherwise remain in full force and effect. 22.7. Publicity. Except as coordinated with the Public Information Officer pursuant to Article 20 herein, the Design/Builder, its officers, agents, employees and its Consultants, Design Subconsultants, Subcontractors, Suppliers and their respective officers, agents and employees, shall not issue publicity news releases or grant press interviews relating to the Project without the express prior written consent of the City. In addition, except as may be required by law during or after performance of this Agreement, the Design/Builder shall not disseminate any information of any nature whatsoever regarding the Project without the express prior written consent of the City. In the event the Design/Builder, its officers, agents, employees and its Consultants, Design Subconsultants, Subcontractors, Suppliers and their respective officers, agents and employees, are presented with a subpoena duces tecum regarding the Project records, data, or documents, then such person or entities shall immediately give written notice to the City and the City Attorney with the understanding that the purpose of so doing is to provide City the opportunity to contest such process by any lawful means available to it before such records, data, or documents are submitted to a court or other third parties; provided, however, the Design/Builder shall comply with all such legal processes when required to do so. 22.8. Public Entity Crimes Act. Design/Builder acknowledges and agrees that the provisions of Florida Statute 287.133, relating to public entity crimes, shall apply to this Agreement, which, among other things, provides as follows: In accordance with the Public Entity Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a Design/Builder, contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a Public Entity Crime, may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not submit bids on leases of real property to the City, may not be awarded or perform work under a contract with the City and may not transact any business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, as amended, for category two purchases for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. Violation of this Section shall result in cancellation of the City purchase and may result in debarment. 22.9. No Waiver of Legal Rights. No approval given by the City under this Agreement shall operate to relieve the Design/Builder from any of its responsibilities under this Agreement or be deemed as an approval by the City of any deviation contained in any items or documents subject to such approval , or of any failure by the Design/Builder to comply with any 83 requirement of this Agreement or any provision of the other Contract Documents, unless such deviation or failure has been specifically identified by the Design/Builder and approved by an Amendment to this Agreement. Unless the City has specifically approved a deviation from the Contract Documents in writing by an Amendment, the City shall not be precluded or estopped by any City approval, review, measurement, estimate or certificate made by City either before or after the completion and acceptance of the Work and/or any payment therefor, from (a) showing the true amount and character of the Work performed and goods and materials furnished by the Design/Builder, or showing that any measurement, estimate or certificate is untrue or incorrectly made, or that the Work or goods and materials do not conform in fact to this Agreement or any other Contract Documents, or (b) recovering from the Design/Builder and its sureties such damages as it may sustain by reason of the Design/Builder's failure to comply with the terms of this Agreement. Except as provided herein, neither the acceptance by the City, or any representative of the City, nor any payment for or acceptance of the whole or any part of the Work, nor any extension of time, nor any possession taken by the City, shall operate as a waiver of any portion of this Agreement, or of any power herein reserved or any right to damages herein provided. A waiver of any breach of this Agreement shall not be held to be a waiver of any other breach whether prior to or subsequent thereto. The City's delay in declaring that a breach has occurred or otherwise asserting its rights under this Agreement shall not constitute a waiver of such breach or limit any of the City's rights under this Agreement. 22.10. Ownership of Design Materials and Documents. The copies or other tangible embodiments of all design materials, whether or not such materials are subject to copyright or other intellectual property protection, including documents, Shop Drawings, computer programs and electronic information developed for the Project (or to the extent that such programs and electronic information are not the property of the Design/Builder, the Consultant, Design Subconsultant or Subcontractor, the results of the use thereof by the Design/Builder), data, plans, drawings, sketches, illustrations, specifications, descriptions, models, the Schematic Design Documents, the Design Documents, the Construction Documents, and any other documents developed, prepared, furnished, delivered or required to be delivered by the Design/Builder, the Consultant, Design Subconsultant, or Subcontractor to the City under the Agreement (collectively, "Design Materials") shall be and remain the property of the City, whether or not the Project and/or Work is commenced or completed. During the term of this Agreement, the Design/Builder shall be responsible for any loss or damage to the Design Materials, while such Design Materials are in the possession of the Design/Builder or any of its Consultants, Design Subconsultants, or Subcontractors, and any such Design Materials lost or damaged shall be replaced and restored at the Design/Builder's expense. The intellectual property rights, if any, to the Design Materials or the contents of or concepts embodied in the Design Materials shall belong to the Design/Builder, the Consultant, Design Subconsultants or Subcontractors in accordance with their contractual relationship and may be copyrighted or made the subject of any other form of intellectual property protection by them in the United States or in any other country. As to those Design Materials subject to, or which will be subject to, any form of intellectual property protection, the Design/Builder hereby grants (and will cause to be granted and delivered to the City from the Consultant, Design Subconsultants and Subcontractors), as of the date that such Design Materials are delivered or required to be delivered to the City, a worldwide, paid-up, exclusive, irrevocable, transferable license for the term of the intellectual property protection, for the City to use, reproduce and have reproduced, display and publish (and to allow others to use, reproduce and have reproduced, display and publish, in any manner, at any time and as often as such others desire, with or without compensation to the 84 City), such Design Materials and any derivative thereof without further compensation to the Design/Builder, Consultant, Design Subconsultant, Subcontractor or any third party beyond the payments specified for design fees in Article 7 herein, subject to the restrictions set forth below: a. The City shall not, without the prior written consent of the Design/Builder, the Consultant or appropriate Design Subconsultant, or Subcontractor, as the case may be, use such Design Materials or documents, in whole or in part, for the construction of any other project. The City may, however, at no cost to the City, use such Design Materials and documents for additions, improvements, changes, repairs, maintenance or alterations to the Project. In the event of termination of this Agreement the City shall be entitled to use such Design Materials for completion of the Project by others without additional compensation. b. Any reproduction of any Design Materials or part thereof shall be faithful and accurate to the original and of good quality. c. The City shall not remove or alter, and shall reproduce and prominently display on all copies made by the City, the copyright notice and other proprietary legends appearing on such Design Materials when delivered to the City. i. The Design/Builder acknowledges that the City considers the Project's aggregate architectural expression (that is, the overall combination of the Project's design features), and any distinctive individual features thereof, to be unique and of commercial value, and the Design/Builder, the Consultant, Design Subconsultants, and Subcontractors agree not to design or build, or allow other third parties the use of the Design Materials to design or build, another structure having a substantially similar aggregate architectural expression or substantially similar distinctive individual features. The Design/Builder, Consultant, Design Subconsultants and all Subcontractors shall, however, be free to use individual features, details or systems from the Project or combinations of such features in other projects, so long as such parties comply with the provisions of this Section 22.10. The Design/Builder shall include this provision in its contracts with Subcontractors and in all contracts for Design Subconsultants, and provide copies of all such agreements to the City. ii. Within ten (10) days of the earlier of the Substantial Completion Date of the Project or the date of termination of the Agreement, the Design/Builder shall deliver to the City all of the Design Materials referred to in Section 22.10 above which have not yet been submitted to the City. 22.11. Non-Collusion. The Design/Builder, in performing its obligations under this Agreement, shall comply with all Federal, State and local laws, rules and regulations regarding collusion and bribery. 22.12. Right to Entry. The Design/Builder shall use, and shall cause its Consultants, Design Subconsultants and Subcontractors to use, a reasonable degree of care when entering upon any property owned by the City in connection with the Project. In the case of property not owned by the City, the Design/Builder and its Consultants, Design Subconsultants and Subcontractors shall comply with any and all instructions and requirements for the use of such property. In the case of property owned by any other entity, the Design/Builder shall separately negotiate and obtain any license or permission to enter upon such property. 85 22.13. No Personal Liability of Public Officials. In carrying out any of the provisions of this Agreement or in exercising any power City granted to them hereby, there shall be no liability upon any City official, their authorized representatives, or any employee of the City, either personally or as employees or officials of the City, it being understood that in such matters they act as agents and representatives of the City. 22.14. Project Commencement. The Design/Builder shall commence performance of its Design Phase obligations under this Agreement and may commence performance of its Construction Phase obligations under this Agreement promptly following the date the NTP for the Construction Phase is delivered by the City. The Design/Builder shall not be required to perform any construction, and shall not be entitled to receive any payments with respect to construction, until the issuance of the NTP. 22.15. Risk of Loss. Regardless of passage of title, the risk of loss to any of the Work and to any goods, materials and equipment provided, or to be provided, under this Agreement, shall remain with the Design/Builder until the Substantial Completion Date. Should any of the Work, or any such goods, materials and/or equipment, be destroyed, mutilated, defaced or otherwise damaged prior to the time the risk of loss has shifted to the City at the Substantial Completion Date, the Design/Builder shall repair or replace the same at its sole cost. The Performance and Payment Bond or other security or insurance protection required by the Contract Documents or otherwise provided by the City or the Design/Builder shall in no way limit the responsibility of the Design/Builder, under this Section. 22.16. Right to Apply Monies Due. In addition to other available remedies, the City shall have the right to deduct from any funds and monies due or thereafter to become due, to the Design/Builder, including funds retained by the City under the retainage provisions of this Agreement, any amounts due to the City from the Design/Builder as a result of any losses, expenses, damages, obligations or liabilities for which the Design/Builder is responsible pursuant to the provisions of this Agreement, including liquidated damages and costs to repair and/or replace defective work not properly and/or timely repaired or replaced by Design/Builder, and apply said funds deducted toward the satisfaction of such losses, expenses, damages, obligations or liabilities. 22.17. It is expressly provided, however, that the deduction and application of such funds shall not apply if the Design/Builder undertakes and makes payment in full of the amounts so due and payable. However, such payment by Design/Builder shall not, in any event, relieve the Design/Builder of its responsibility or liability for any amounts owed in addition to those amounts deducted by the City. Signs: The Design/Builder shall install and maintain until Final Completion of the Project signage as required by the Contract Documents. Prior to installation, the signs shall be subject to the review and approval of the Contract Administrator, said approval not to be unreasonably withheld. Also, subject to the prior approval of the Contract Administrator, the Design/Builder may choose and subsequently change the location of the signs. Except for signage necessary for safety or traffic control, neither the Design/Builder, nor any Subcontractor shall be permitted to display or install any other signs or any advertising, including signs or identification on sidewalk canopies or trailers, at the Project Site, other than those signs customarily appearing on the Design/Builder's or a Subcontractor's construction equipment. The City reserves the right to install signs at the Project Site, provided that such signs do not unreasonably interfere with the Work. 86 22.18. Venue and Governing Law. a. This Agreement shall be governed as to performance, interpretation and jurisdiction by the laws of the State of Florida, without regard to conflicts of law rules. This Agreement shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for the enforcement of same shall be in Miami-Dade County, Florida. BY ENTERING INTO THIS AGREEMENT, THE DESIGN/BUILDER AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF THE PROJECT. DESIGN/BUILDER SHALL SPECIFICALLY BIND ITS PROJECT TEAM MEMBERS, CONSULTANT, SUBCONSULTANTS, AND SUBCONTRACTORS TO THE PROVISIONS OF THIS AGREEMENT AND THE CONTRACT DOCUMENTS. IN THE EVENT OF A CONFLICT BETWEEN THIS PROVISION AND ANY TERM OR CONDITION IN ANY PROJECT_RELATED AGREEMENT, THE CONTRACT DOCUMENTS SHALL GOVERN AND TAKE PRECEDENCE. b. The Design/Builder hereby irrevocably submits itself to the original and exclusive jurisdiction and venue of the Circuit Court of Miami-Dade County, Florida, with regard to any controversy in any way relating to the award, execution or performance of this Agreement. 22.19. Notices. All notices and other communications given or required under this Agreement shall be in writing and may be delivered personally, by recognized overnight courier (such as Federal Express, DHL, or the like), or by placing in the United States mail, first class and certified, return receipt requested, with postage prepaid and addressed: a. If to the City, to the Contract Administrator, at such address specified in writing by the Contract Administrator, provided that copies of notices pertaining to a failure on the part of the City to perform in accordance with the terms of this Agreement shall be sent to the Contract Administrator and to the following, and to such other persons as may be designated in writing by the City: CIP Office Director. b. If to the Design/Builder, to the Design/Builder's Project Manager, at such address specified in writing by the Project Manager, provided that copies of notices pertaining to a failure on the part of the Design/Builder to perform in accordance with the terms of this Agreement shall be sent to the Project Manager and to such other persons as may be designated in writing by the Design/Builder: Ric-Man Construction Florida, Inc. c. Notices may also be sent by e-mail provided that such notice is followed up with a hard copy in a manner set forth above. d. Notices delivered by mail shall be deemed effective three (3) business days after mailing in accordance with this Section. Notices delivered personally, by e-mail, or by overnight courier shall be deemed effective upon receipt. 22.20. Successors and Assigns. No part of this Agreement shall be assigned by the Design/Builder, nor shall any Agreement funds or Claims due, or to become due, be transferred or assigned (other than to the sureties issuing the Performance and Payment Bond, to the extent required as a condition to the issuance thereof), without the prior written approval of the 87 Contract Administrator, but in no case shall such consent relieve the Design/Builder from its obligations or change the terms of this Agreement in any way. The transfer or assignment of any Agreement funds which shall be due, or become due, to the Design/Builder either in whole or part, or any interest therein, without prior written approval by the Contract Administrator, shall cause the annulment of said transfer or assignment. The Design/Builder shall not delegate any of its duties hereunder except as provided in this Agreement. However, Design/Builder's delegation of any of its duties under this Agreement shall in no way relieve Design/Builder of its obligations under the Agreement including, without limitation, ensuring the Work complies with the Contract Documents and the Project is delivered properly and timely to the City and able to be fully functional and used for its intended purpose. In the event that the City approves the transfer or assignment of this Agreement, this Agreement shall become binding on successors and assigns and this requirement shall survive completion or termination of this Agreement. 22.21. Entire Agreement. The Contract Documents shall constitute the entire agreement between the Parties, and no inducements, considerations, promises, or other references shall be implied in this Agreement that are not expressly addressed herein. 22.22. Recycled Content. In support of the Florida Waste Management Law, Design/Builder is encouraged to supply any information available regarding recycled material content in the products provided. City is particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, etc.); and the percentage of recycled material contained in the product. City also requests information regarding any known or potential material content in the product that may be extracted and recycled after the product has served its intended purpose. 22.23. No Contingent Fee. Design/Builder warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Design/Builder, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for Design/Builder, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, City shall have the right to terminate the Agreement immediately without liability at its discretion, to deduct from the Contract Price, or otherwise recover, the full amount of such fee, commission, percentage, gift or consideration. [REST OF THE PAGE LEFT BLANK INTENTIONALLY] 88 IN WITNESS WHEREOF, the parties have executed this Agreement on the date first written above. Attest: CITY OF MIAMI BEACH, -SR :. ..igli 6 Raf.• Gra -di, City • erk ����.��•••- ",,�:.k •fie, ayor ;' I. B `�..... . .. , to Attest: ? 40".: 0 �r•'�� TION FLORIDA, INC. INCORF OR ii\-/ 0 - MliefAX-41 .."------------... Signature 0 ''"9' * ..atur Name/Title Name/Title APPROVED AS TO FORM &LANGUAGE &FOR EXECUTION 40,„ ff (. - 2 '7 City Attorney Date 89 APPENDIX A PROJECT DESCRIPTION AND PROJECT SITE Refer to the RFP and DCP for project description. 90 APPENDIX B LIST OF REPORTS AND PROJECT PLANS 1.1. Narrative Reporting Subsystem. The Design/Builder shall prepare monthly and/or daily written reports as described hereunder. All written reports shall be in 8 1/2" X 11" format. The Design/Builder shall ensure that the City is provided a copy. The Narrative Reporting Subsystem shall include the following reports: a. A Monthly Executive Summary, which provides an overview of the Project's progress, current issues and pending decisions, future developments and expected achievements, and any problems or delays, including code violations found by, and delays in obtaining and/or renewing any requisite permits from, any permitting authority. b. A Monthly Cost Narrative describing the current construction cost estimate status of the overall Project and Amendment or potential Claim status (i.e., amount, reason for change, responsibility), which shall be addressed in detail. c. A Monthly Scheduling Narrative summarizing the current status of the overall Project Schedule. This report shall include an analysis of the various Project Schedule components, a description of the critical path, and other analyses as necessary to compare planned performance with actual performance of the Work. The Narrative should include descriptions of any logic or other changes to the updated Project Schedule versus the baseline Project Schedule and previous updates. d. A Monthly Construction Progress Report during the Construction Phase summarizing the overall progress of the Work of the Design/Builder and the various Subcontractors. This report shall include information from the weekly Project Site meetings, as applicable, such as general conditions, long lead supplies, current deliveries, safety and labor relations, Project permits, construction problems and recommendations, and plans for the succeeding month. The format for the Monthly Construction Progress Report must be approved and accepted by the City, the Resident Project Representative and Consultant, and will establish the format to be used for each subsequent Monthly Construction Progress Report. Design/Builder shall index, bind and tabulate the Monthly Construction Progress Report in a manner acceptable to the City. The Monthly Construction Progress Reports shall include photos documenting the progress of the Work, and 3 to 4 aerial photos, or additional photos, as needed. The photos will be 8" x 10" in size, with the date and location noted on the back of each photo. A back-up flash drive or CD of the photos is to accompany the hard copies of the photographs. The Monthly Construction Progress Reports and Project photos are to be made an attachment to the Design/Builder's monthly Application for Payment. e. A Daily Construction Diary or bound log, maintained in English, during the Construction Phase describing events and conditions on the Project Site. The diary shall be maintained at the Project Site and available to members of the City at any time upon request, and shall set forth, at a minimum, for each day: the weather conditions; how any weather conditions affected progress of the Work; time of commencement of Work for the day; the Work performed; materials, 91 labor, personnel, equipment and Subcontractors utilized for the Work; any idle equipment and reasons for idleness; visitors to the Project site; any special or unusual conditions or occurrences encountered; any materials delivered to the Project site; and the time of termination of Work for the day. A bound copy of the complete diary shall be submitted to the City at Substantial Completion of the Project. The written reports outlined in the Section above shall be bound with applicable computer reports and submitted monthly during the Pre-Construction Phase based on the then-current available Construction Documents, and monthly during the Construction Phase. Copies shall be transmitted by Design/Builder to the City and others designated by the Contract Administrator with each monthly Application for Payment. Additional copies of the reports outlined in this Section shall be bound separately and distributed monthly as directed by the Contract Administrator. Certain electronic copies of reports shall be transmitted electronically to the Contract Administrator and others as may be designated by the Contract Administrator. 1.2 Project Manual/Management Plans. Within forty-five (45) days of the Effective Date of the this Agreement, the Design/Builder shall develop a comprehensive Project Management Plan describing the services set forth in the Contract Documents and document such plans in the Project Manual. The Project Manual shall serve as the Project Management Plan, and shall include at a minimum, the following sections: a. Prosect Organizational Chart. A summary organizational chart showing the interrelationships between the various representatives of the Project, other supporting organizations, and permitting review agencies. Detailed charts showing organizational elements participating in this Project shall be included for each of the Key Members of the Project. b. Responsibility Performance Chart. A detailed matrix showing the specific responsibilities and interrelationships of the various Project representatives. The Responsibility Performance Chart shall indicate primary and secondary responsibility for each specific task required to deliver this Project. The Design/Builder shall develop a similar chart for the personnel within its own organization who are assigned to the Project, and for the personnel of the Key Members of the Project from data supplied by each. Is it Project Manual or Project Management Plan? c. Communications Procedures. The Design/Builder shall establish written procedures for communications and coordination required between Key Members of the Project throughout the Project. Procedures shall cover such items as correspondence, minutes, reports, inspections, team meetings, technical reviews, design reviews, and other necessary communications and timing of such communications as applicable. The Design/Builder shall use electronic communication whenever possible. Design/Builder shall create a master email list with a matrix of items to be circulated to the appropriate entities and/or personnel, including, without limitation, the Consultant, Design Subconsultants, the RPR, the City, Subcontractors and others. d. Safety Plan. The Design/Builder shall develop a comprehensive safety program for the Project to meet all applicable Federal, State and Local safety 92 requirements. This will include a comprehensive program for ensuring safety of all persons and property affected by the Work. e. Quality Assurance/Quality Control (QA/QC Plan). The Design/Builder shall develop and maintain an effective Quality Assurance and Quality Control Plan and procedures as delineated in Appendix E hereto, to ensure that materials furnished and quality of Work performed are in accordance with the Construction Documents and other Contract Documents. f. Crisis Management Plan. The Design/Builder shall develop a Crisis Management Plan, describing a general approach to, and identifying emergency contacts in case of, crisis situations, e.g., hurricane, riot, etc., that permits, to the fullest extent possible, uninterrupted progress or performance of the Work or prompt resumption of the Work. g. Security Plan. The Design/Builder shall develop and maintain a comprehensive Security Plan to protect the Project Site including, without limitation, the Work installed and the equipment and materials stored within, and to protect the materials stored off-site, against theft, vandalism, fire, and accidents, etc., as required by job and location conditions. Mobile equipment and operable equipment at the Project Site, and hazardous parts of new construction subject to mischief, shall be locked or otherwise made inoperable or protected when unattended. h. Maintenance of Traffic and Project Site Logistics. The Design/Builder shall prepare a logistics, access staging and maintenance of traffic plans for this Project. The plans shall contain specific procedures for minimizing the disruption of surrounding operations and inconvenience to the public accessing the Project Site and residents in the surrounding areas, such as residents and visitors who must traverse the Project Site to access their residences, hotels or other businesses. The Project Site Logistics Plan shall include documents illustrating the scale and relationship of Project components based on the Project's current and future requirements, Project Schedule and construction budget requirements. The Design/Builder shall ascertain what temporary enclosures, if any, of building areas should be provided for, and may be provided, as a practical matter, in order to assure orderly progress of the Work in periods when extreme weather conditions are likely to be experienced. Risk Management Plan. The Design/Builder will identify those issues which could impact the successful and timely completion of the Project within the approved Project baseline schedule on a risk register. The Design/Builder will identify, evaluate, and assess Project risks using a SWOT (strengths, weaknesses, opportunities and threats) analysis sufficient to develop customized Project control strategies that maintain visibility and ensure timely initiation of corrective actions should they be required. Assessed risk levels will determine the control level to be used for each Project element, incorporating planned risk responses to mitigate potential impacts. 1.3 Administrative Records. The Design/Builder will maintain, on a current basis, unless agreed to otherwise by the Contract Administrator, all files and records for the Project such as, but not limited to, the following: 93 • Punch Lists • Cost Proposal Requests • Bid Analysis/Negotiations/Award Information Contracts/Purchase Orders w/changes • Material/Equipment Records • Delivery Logs • Payment Records • Transmittal Records • Inspection Reports • Project Schedule, Construction Schedule and Updates thereto • Suspense (Tickler) Files of Outstanding Requirements • Prevailing Wage Reports • Shop Plan Submittal/Approval Logs • Contract Documents • Warranties and Guarantees • Cost Accounting Records • Labor Cost Records • Material Cost Records • Equipment Cost Records • Payment Record Requests • Subcontractor Pay Exception Reports • Meeting Minutes • Cost Estimates • Bulletin Quotations • Lab Test Reports • Insurance policies, Insurance Certificates and Bonds • Technical Standards • Design Handbooks • "As-Built" Marked Prints • Operating & Maintenance Instruction Manuals and Lists • Daily Progress Reports & Subcontractor Daily Reports • RFIs, RFCs and Associated Logs • Monthly Progress Reports • Project Correspondence Files • Project Manual The above Records shall be available to the Contract Administrator, Project Coordinator, Resident Project Representative, and other City representatives for reference or review at any time. 94 APPENDIX C FORM OF FINAL CERTIFICATE OF PAYMENT FINAL CERTIFICATE OF PAYMENT: PROJECT: Consultant: (name, address) BID/CONTRACT NUMBER: TO (City): Contractor: CONTRACT FOR: NOTICE TO PROCEED DATE(S): DATE OF ISSUANCE: The undersigned hereby certifies and attests to the following: All conditions or requirements of any permits or regulatory agencies have been satisfied. All documents required by the Contract Documents have been received and accepted. The Work required by the Contract Documents has been reviewed and the undersigned certifies that the Work, including minor corrective work, has been completed in accordance with the provisions of the Contract Documents and is accepted under the terms and conditions thereof. CERTIFIED AND ATTESTED TO: Consultant BY DATE Witness for Consultant BY DATE Design/Builder BY DATE Witness for Design/Builder BY DATE 95 Based upon the representation and certification of the Consultant and Design/Builder regarding the proper completion of the Work, the City, through the Contract Administrator, accepts the Work as fully complete and will assume full possession thereof at (time) (Date) City of Miami Beach, Florida By Contract Administrator Date 96 APPENDIX D PROJECT SCHEDULE 97 viimailiwasollei -•--t•...-..,,,..a.•,,•vrr4.-,,.:•:•?.;V:''' IM:10.-.•;.,i;•..,! .....-,,,,,:ogrANcrg;11;!•10,:"* .1;:,:a.','...."'.....1„.p..-.....,. .,.,,,,,,,:i!:rt..;',,, ..,:,..:..!,,1:, "'•.:.....'''....fr':-.V:47•i,I.I,1*5;,i",:G•W''.',5ic.,.:•.,"):::•.,:.,,i'''-'.••t.I.:,`-;,."5: ::.tt?t,',..,:-..4:...., ,,t,r....,, '4„,...Ntr.'-"tt91...1"-,;...?_•.:!:,•-••. .. -„&v„,!.,,r:i:..,...... .:4„.; ' ' ' ' a 4---- . ,'aa•,...,t-a','. '••'44 .... ....-- ,:•• . . . . . ..•. • . , . ... : . .. .„ .., ... . .4-•...., 4, . .•••• - , =,.:','',' ''' Fic •,4•43a:•=k'r,a,:.,-'-:,',''- - ..,.'..,;„At I ..v.r ea MI ...,___„......... r_.rr ..„:„..7......„„t.„,,,;;. ',...;!:1`.4,Zrr&;.4:1.".i.:.;' :it. , . .1 1 rt. .., r, t--! ' ''"'ZrtVIraa-w::.1$4,ka,i 'a,• r ',.., 1_ tils Aik,e`',. ''''. .T., . .' . • , ,3'., •;;-: i- : 'a p.044iiimpie-:- "' ' '''.4 pm - • • wt... mom ' I,. ._ .,.,. ....... . , 41 . 'AIN., ,._..,...,, , .......,, „, .. ,-. . . ,.„. 1,4ii.',,...;" , , .. .. .. .. „ -, „........•-...- t •,. ,.. . ... .-1.. 4,th-..t14,.. „ ...„.., . . t....:,i.L.f,.....„.,. ' ....i'ri*L..,:::t1r-t "-',-;:-r7".%::,-t --",!"-s,,w.,.:::"•-t.tt.,,,tt, ,...,;..,,, :,th.:,,0 t .„•.i It.t!"i'''4 ' - .• t,-4.`-, .--,.,'.‘,.,,,f--44ei,,, a ° r: --- .. .k . ,-,--4.41-: 'i::Fil'':4-.44,kg" 4 _ ,• ,:,-; ... . ,,, z,vSa--` P''',',I':-I''''''' ift#401.44.•*.,',. 1 it '':. 4.:Kt-, '"-' ' . ---,'t tt• v• ' t\--,• . . 'el,v,t.:'• A'Xit* :!•1,.. cy ..tiot•t,t, - ..-4.4.:%``.7-.',-',-::: '4 '. 1,14.0 'No--- d .:-.,-:,.§..,..r...,....,..---- . , < - ,.it,e,::!A.,.a:g.- ...?, .......•.A,,,„..4....-if,.'„- w .\,, \ ' ---------7 7.:-I.4:ir,'::':'1'''',''''.7:- . 1 .,.. ,,,. .. ....'-. -'.-;,,...w 4.4...--1,.w," . .-...,.. - ....-- ,..: ... • -...', ' + t,...,. _.. ,.,. .„,, . .,,,,,, .. . .„„„::::,....:.„, - ,....,...„.,.:,„ -'..:-.....,..,:-..c.14.3., t . '''.<7,814,' ''''' ' . '1.• i'',;.::',. t '.1k -.4 -,,, .--1 . . . - . .. .0--t 1:,',.::. -i', •1-. -',- " 44 ..,- , '":----t' • *,,,., ' '.-; • ,...-...L.-..; :.(1.Ati;:i''7. y:.: ti, .• .. -„,..t.:..t. :.....r.,....,,,.... 4 .. ,0,...,,.. _ . ..,„„...„...„ ......,.. ,,..;...... ... ...:,...:, ,,,,.. 1,...,... ...,,t ------ - •— l'1 l!''',.r.'.4ff':'. ,,,,,'-'..-'—':'.-I,-;.:7,,,* .'-•-,,.. '' -a ,,_ :,k$'i'' :',' I';',,.-..,,k:r''. ..14 ' ,t-':7-' ,..,:t-',72-:--''''.,..7.t ." , 2' --. ..." s.",7„7., ''-'': ';.,•?.-- .4.',':. 1 ) .... :,3 .,t.:.,..,,:i.,: .,,.„,,„,... .-- -.r.,-,,,...7,-.1.7zz: \,7.,':-,'..0, -.- • - . . 1 ....k':, 1(- .-.4 :.4- al .. . /`. .' ...q..i.e,v.:20 , „..,,i 1:,:',‘ ;41:....,...,:.- 7„<,,,,"'':....' if .•-•'''..-`,•• . ..,%'-'7":•.' ' tktwat.f..-% 1.0 ..... .,.. ....., ... ...... , , . ..„. .. _.,. ....... .„.. _ , . . :. ...:... .,. ... , , . '5.',?:sitr,",;t:,,,e,,,,,tr..*:?,, ::::•:.-41, 'Ir.':':. 1..-,':'''',11.4,t,i,'4,"4":::44•: .. ...„ . -1,-• -':'a'-':'-i4V4-1,,',4r,,,.. „•- '! ...r", -4 IN ,i,....':IIrt, ta ............ ,..,,,.' , , .. i,. • 7 ''''' ''''.•',<, , A'''''' • ,,.. ..4... , .,... ,. $p '' ''',, '''' ,I......L..,..:'' . -: - .".i, ''' '''...:.''''''.4...' ' 4 • t 4.:A.-?'''''i ., .,..,,,',-,.!..N.t,":4•,t.i'.fr,7-;; ,-•,.. -'s .. ,.. '-_ :',.:::.4.- ". 't------- •••;t*,t,..t-,''`,/,:,s: - '"'Cl,.. -:-.14,... 1 :...1't-ifi.`.- 'ai -'-- . , ,,,,,,:,.....-;.,1.,,,-,:l .-.,...,-,--,,'',, ,,,,..,,-;.;-,4a-,,A=v„,,,nraa,:','';-•:' „ •., ' . - „,-,4,,,,„, : . ' '':-';',;,=,a,%':',:•!:'..--,:'''' •- . • V 4 _ :A -;.."..4 ',...:'''t,,,,,:mgit-;,,,,e,!:-*VI;iik#40.10,7!'",,b,4a;%'<r,r,-":',-i4- 1:' '''',,„,'',' 4,,':,:-'kt:',::::":'.':,'''.';',:?:':',1:'4,,,.t".- ''`,;, -,,,,, ,r '''i.ar,aat.,:4,,;'-'.•, , ,, ''',":!f:1 7..,''' ..t. 4,, • 'il .., .:.*-A -- ,',' *A7,-.1,,i,,i0,.,,,it.,,,,.1,7,,... .R.,'„--,, ,,',A,...).04-..,-4:---4-A.,-t.-,--‘7',",;,,:7:Ri-3-,'a:,.,,N.,,,;',.tr'llit''4',4;att''''''--'''''''''''-•:' ' • - ..,'"'- <I4I'i 'l t•-.,;,af'.fIl .''''X a?' -A:,.;:fr%tt,,,, .'. ,: '-',,''''t•tti."74,S t-P.t','-'-.4'Ft`-y7„:74-, „,..&:;:a.,---.,•---,. ,,. ., ,,,, ,.., .,,. -, _ „ •- „ _ „,,,,. 3-at., diftt;, -„...-1 -•'.. ..z ,i'i'-...- ' ''''=-'17'''''''-7-.."':' '''''''' ..... . . „ ,.... .•. . . , .... ,................ ..„ , , ._.. _ . 1,itfit' . . .. .......,.. —, .... . . :• ...--.'.::„...-":".::.•••:':...:-?4,40.'il..:IS.,.,tot'-'17141.te.p,,,i,;..1:•.,.:.,:7..,,,..A.rtast.,::=7..--.7.1:44,..0.1.*::,,,ledb,101,...44,704,,,,,,,,,11:,,,,,i4„41...44,111.,,,,,,rel,„%.,, ..,t,,, .1„ ,t.t." „.„,7,-4i,,,,... ,...",....- ,,,,.,, ,,,, ..4. i '.4;;',"-. .-„...,---„,,,:.,-,„:4"-,1,,i.itk:„,i,-,;,,„-t--"ti.gite*ti,:,„It4sk,s,ah,.•„ );•",,rti.t.t::.t.t-tt,,mwoor t,.19:gt 4.:1,,,,--- "tt.-t--tr...!.-zt..140-14:k .,:,:ttomta•ttaitt„,..•.4,1t•tote4stt"... ,,,,,--. ,..--. „- -•,t,(:.;-,-. t,t,-,. .. ----- -,t--t.,,,,,,,,,. -it'-'4,x•i:',6v'tii4.44tigt.7APRAV,tt•M'.h,t'ffk-'7, 1T1",-.'4,,:-"'"- ,' '‘,4%.4..”,latigt.',4 ,' .. ..:"1:-44,1v.,0?0,1grettakit,go*40141,*Mlft: ,t,•-'7'.„,-.',„...''''' ,..r,r.:.t.,.t.t. . 1,21ii.,;....*„1,:„. wavt:Atmft-,,,,,,,A,----,,,,...--, ,,-•--:- -' - -,.A.,:‘,..=:,-...pikli.11 ... . ,..... ...„... ,...... :':4:11 p R 0 JECTSCHI ia, ,, ,-1.1, .., Ak- - ,„.4.i...:, ow: 4.1;:4,4t. ,..r.,.5-._ ,, . •441,.,4,=',1,i';''';', .,;,..- :V,., , , ,. . ...„..... „...:..„ ,... .41,,mg,,,,, ..., ' ••••.;:`:4,1z*v:::ii 7.4',', • ?.4...,.. '.--,V.:;,:-., • ••• '" ' ,.4-'1:' *iiii .'"4.41r''f?-:1;.:::%,„,.. .„ ,. .''''''- ..." ''''' '•';''.:::17,•'41."L''''''''.4". ' •. --,.., '•...,.;,,,,,,. -,:.•-v-74.C.,;;. - - -k•••:!,TR•r..;1.- 4,,,,...-,.'.'"?..,..•,•,...• ,-...!,..,-,,,, ...., , , • ` z 91 Project sched The proposed schedule assumes a NTP 1 date of April 4, PRELIMINARY PROJECT SCHEDULE 2017. If this is attained,the Ric-Man Construction Design/ ';•a`Tas".t.^6'A'<:v4:ai6..:4114'.c" ` ilh4//A. is4'LNn.'✓.,,,:.:1-,4.TG:rH^/e %//J/aWW/40. Y.b5!'b'A4s;.Ke/ Build Team forecasts that all the water main and sanitary The Proposer shall submit a Preliminary CPM work can be completed and placed into service before Project Schedule covering the period from NTP the 2017 Holiday Season. In addition,as proposed,the to Final Completion with the submittal which Lincoln Road Seawall and the structural/Civil components will be the initial Project Baseline Schedule. of the Lincoln Road Pump station will have also been The Preliminary Project Schedule shall include completed by the same 2017 Holiday Season.The all major design, permitting, procurement construction of the water mains and the sanitary sewer and construction, testing and commissioning system will be accomplished with minimal traffic closures activities and meet the stated Contract Dates using a "Rolling MOT"that is deployed daily, morning and any other suggested major milestones. to evening,and retrieved every night.This results in Activities shall indicate their associated phasing minimum impacts to evening on street parking which is and dependence with other activities, and so vital to the residential developments that have limited highlight the main, coordination efforts and off-street parking, and business that rely on on street issues requiring the City's involvement and customer parking. necessary reviews. At a minimum, the Preliminary Project Schedule Following the construction of the water and sanitary lines must address the following milestones and being placed into service.The Ric-Man Design/Build activities: Team will have completed the Public Process, Design Design Schedule & Submittals and permitting processes for the Storm Drainage and Design Phase Reviews by the City— Roadway Construction (including sidewalks, landscaping Assume 4 weeks ,lighting and signalization).This second phase of the project is the heavier more impactful construction,and • Community Involvement includes the storm drainage,traffic signal,street lighting, .4 Permitting sidewalks and roadway.This work will entails continuous y> Utility Coordination./Relocation roadway lane closures over the period of several weeks per segment.The segments are defined as per the DCP Start and completion of Construction, and result in short enough spans that allow for highly Testing and Commissioning reduced impacts to traffic and parking.The segments are yf Substantial Completion and Final also limited to one side of West Avenue and Bay Road Completion Dates for all Work. at a time,to allow north/south traffic flow for vehicles/ pedestrians and bicyclist.This second phase will be The Ric-Man Construction Design/Build Team will initiated after the 2017 Holiday Season at the North end of immediately upon the award of the contract by the the project(Lincoln Road and Lincoln Court)and progress City commence all activities to gather Public Input and orderly to the north end of the project(14th Street).This Acceptance of a final Roadway Design Concept,finalizing approach provides for the early completion of Lincoln design and preparing permit documents,and to initiate Road Pump Station, as per the DC. utility coordination/relocation coordination and purchase It is Ric Man Construction's intention to halt heavy long lead items.The Ric-Man Construction DB Team's approach is to work concurrently on all facets of the construction during the 2017 and 2018 Holiday Season Design and permitting and initiate construction of each (Thanksgiving to New Years Day)in order to provide facet as it completes the permitting phase.This allows for the Neighborhood with a relieve from the construction the highest expediency in construction completion and impacts and support an acceptable living environment therefore the lowest impact to the community. during these significant season. ASF C,C,i Cr,•w'- CITY OF MIAMI BEACH I RFP.2016-0391-KB Aic'MAk, DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS _ _ ccxa'r.'i1a PROJECT SCHEDULE 92 Ric-Man Construction's overall schedule fully meets and actually improves the required completion deadlines of the solicitation as follows: Substantial Completion 1 is reached in 724 days(6 days in advance) > Substation Completion 2 is reached in 113 days(63 days in advance) Y., Substantial Completion 3 is reached in 64 days(26 days in advance) See the following pages for Ric-Man Construction Design/Build Team's schedule. ( ( N ASSOCIATiONW`:H CITY OF MIAMI BEACH I RFP.2016-091-KB cm's DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS COM33114 NC 11.1111111111111 KB-91 WEST AVENUE NEIGHBORHOOD IMPROVEMENT NORTH �w u - - :� TASK filter:All Activities KB-91-ALL ACTIVITIES II C011811 INC. azra�<� AcR,9y lD A<'smy Name — CO ROI PCT Start FIrM. 01014ar 2017 2016 2019 A01 M Jun Jul A S Oct N 0 Jan F Ma • M Jun Jul A S Oct N 0 Jan F Mar Apr M Jun" IB-9I WESTAVENUE NEIGHBORHOOD IMPROVEMENTNORIH MILESTONES M5-01 NTP 1-DESIGN(EST 4/3/20171 I 0 0-: 0%03•Apr-17. 5851-7 DAY MS-02 NTP 2 CONSTRUCTION 1 0 0 0%03441-] KBBt 7DAY Q ^- MSM :SUBSTANTIAL COMPLETION<(SEAWALL d PUMP STA PERMIT•180 DAYS) 01 0 096:, 30.Np 1T 1(691 ]DAY .--_ ...„...,.......�...�.,„�,�,��„��„.,����"•„,„.. .. _.. -... .. .. . ....... ... .... ... .. ....._ . .-.. MS-CS SUBSTANTIAL COMPLETION W 93(SAYALK PERMIT•ISO DAYS) 0 0 0%� Y16Jar1.19 : IfB31-7DAY .. .. ....4 -_...._. .. ..... % - 0 0. 0%: .02-Apr 19' KBB1-7DAY MS-03 SUBSTANTIAL COMPLETION K1(NTP 1•730 319) 4/220191 AY y♦ MS-0e :FINAL COMPLETION(SC a1•90 GAYS:13IJO7At9) 0 0 0%� i 2&Jun-19 Nit-]DAV DESIGN WATER MAIN DESIGN 8,PERMITTING .a, ....3/;t .... ..-..... _ 01-1000 NTP HEST 1,1001 0 0 0%'133-Apr-17% 8891 5 DAY 1 SUBMIT ULAN...... - e__..-17 ._... - - • -10- 10 0%03Ap 17 14Apr-1] K�1 SDAY g Di1020 CUB L PLANS50%PIANS 10 10 0%,17-4617 1] 26-Apr-17 K�1 5 DAY 011020 CMBUSUBMIT REVINWS ,..... Ot 1030 SUBMIT 9G%PLANS 5I 5 0%01 Mari17 05-May-17 KB91 SDAY 011040 CMB PLANS REVIEWS -1— 55 0%:08-May-IT 12SaY/7 5061 5DAY ... • 011050 SUBMIT 100%PtANSi 31 J 0%15-May-17117-M 3/17 i 14891 SDAY . 011080 SUBMIT/APPROVAL MATERIAL CUT SHEETS/PROCURE MATERIALS r 10i 50 0%15-May-1726-May • 17 KB91 SDAY Cl D11070 PROCURE DER MDCH PERMIT/FOOT 10 10 0%;1SNaP1]..... 7 I KB91-SDAY Ti IC80 PROCURE 0MBRP/.-'-41 1 1 0%02kas-1] 02-J 7 8061 SDAY �, 6 SANITARY SEWER DESIGN/PERMG-ITTIN Z:-- ,,, t'3/ - 8 ”-�:' ` J _... - • • 02.1000 SUBMIT 60%PLANS � 30: 30. 0%;03AF417 I12-MaY17: KM-SDAY 02-1010 PCMB 90 REVIEWS 10 - 0%1SMari 1]126-May � 148 1) 91-50 : .. -- -�021020 SUBMIT IT 90%PLANS �������- 7 7 0%36May-17 I 07-An-17 I 10391 SDAY ----— VIEVVS 8 6': 0%;OBdrr17.1SJun1] 14891 50AY 02-1030 YSUMSMTMEI 1NS 00% ELANS D2 1010 :SUBMIT 100%PLANS :�3 5 0%13441.17'22-JM+17 14891-SDAY _ ... ._._..._D2-1050 ISUBMIT/APPROVAL MATERIAL CUT SHEET S PROCURE MATERIALS 20 20 0W16441.17.1444-17 KB91-SDAY ? 02-10130 PROCURE NOWSO/DE0.M PERMITIFOOT 201- 20 04;.-23-4.41-17 21 Ju1-1] KBI1•5 DAY -... W _._........- .._ ...._ ..__ C2-10:0 PROCURE CMB RW PERMIT 1 1 0%24430-1] 20-J�t7 • 1(M1-5DAY LINCOLN ROAD PUMP STATION DESIGN/PERMITfING " ��`ul�. - 03-1CC0 SUBMIT60%PLANS-C9B:MO PN/SFS/ L7E. i 30 30 0%,0}APr17 12-May-17 889/ 50AY .-. 03-1010 AGENCY PLANS REVIEWS 10 10 0%15-May-17 26-May-17. KEW SDAY 03-1020 ,SUBMIT 90%PLANS-CMB+MD PW/DER 1 10 10'. 0%.30-Ma 17 124 1] Keel 50AY _.-D3-1030 'AGENCY PLANS REVIEWS 10 10. 0%-1}41. 41] 264.4617 : KSI-S DAY I 03-1010 :SUBMIT 100%FLANS-CMBIMO PW/DERM . ..._5 5 0% Ju JU- :.27 1] 0317 i KB91-SDAY 03-1050 MATERIAL CUT-SHEET SUBMITTALAPPROVAL20 20 0%27Jun17 44/1- 2517 i KB91-SDAY 03-1060 I SECURE PERMITS ) 20. 20 0%:05-.191-1] 01Mq-171 KB91-SDAY 03-1070 RAN PERMIT -11 1 0%02-Aug-17 102-A442-17 KB91-S DAY 04-1030 PREPARE DOCUMENTS FOR COMMUNITY DESIGN RENEW MTG. 20 20 .0%0}Apr t7 28-Apr-17 K11 S DAY 041030 :UTILITY COORDINATIONADENTIFICATICN/SCHEDULE DEVELOPMENT N 40 0%:03-Ap17 2B-May-17I 8991-SDAY amarte .-.10......_TCT_._..EIE................................._............._.............__._......._...._..... .. ...... .............. ..... a....... - ..- .. • ... ,_, tt----- W 10: 10- 0%:01-May-17:12-MaY-17' 14891.5 DAV ..,._..041010 ;FINA DOCUMENTS JII 041020 I FINAL OOCUMEN73 FOR COMMUNITY DESIGN REVIEW MTG. j Si 6 0%11May-1719-May-17; 14891-SOAY ..........._.._.10.........._..C.._...REVE............_......_.................__....._........._.................................................._..___._................_................._.......•-. :..........5:.._...0%22-Ma._.1.7I 26-May-7..«...68...1.-._DAY 041010 CITY RENEW I 5b-_. S_ 0%!22-May-t]'261Ny-17 KB91-SDAY ...........04-1. ...SCHEDULE .._......TEN._.COMM.._N....YDESG...R......'...___..............._..._.__..._._...._......._....._.__............__..I__. ...._...._.........._............_._..._.8-. 7........_..61.__..__.. .._..__..............._.._ -17 14891-5 DAY .D41050 ;SLHEDULEANO ATTEND COMMUNITY DESIGN RENEW MTG. 5 5! 0%22-May-17 DD .... .... ........ ._. .._ _..... -.....__..T_._.._._ 04101E --I COMPILE ADDRESS PUBLIC INPUT i 8 8'I 0%30-May-17 013-Jun-17 K�'I-SDAY t. Page 1 0112 TASK fitterAll Acavlties MR r11anl9 Level of Effort r-,-^,3r-,-^,3Remaitin9 Work • •MMatone : � AGual Work CrBcal Remaining Work S Ora<1e CoRoali0r K8-91 WEST AVENUE NEIGHBORHOOD IMPROVEMENT NORTHI""g1C•MAO/ TASK filter.All Achvilies KR-91-ALL ACTIVITIES I CCNRA INC. '01,z_tpu.ex ape°' A SelylD A9888/1448. 00 RD PCT Sart Finish Calendar 2017 2018 2019 Aprl M IJunI JJ I AIS 10c1 N(D Jan(F IMarl t M IAn(A1(A l S 1051-11 I 0 Jenl f IMarIAprl M l.unlu D4-1070 SUBMIT DOCUMENTS FOR COMMISSION APPROVAL 7 7- 0%;07-Ln-17 15-Jun-17 K891.5 DAY . I _... ..I S RO... ...... ....__... .......... __ 20 20 0°A-.1S.M 17'14JLL17 K891-5 DAV 04-10130 COMMISSION APPROVAL ,. .;. - .......... .:._UB... SOER. ....._._..... .... ,,. D4-1090 °SUBMR 60%PLANS-CMB1MO PNIOERM/DEP 10 10 0°6i 17-A417 2BJU-1] N89 SDAY .._.., .__ ._.__ .. .....__. ..,._.. .... D T 10 10 0%3131-Jul-17 11•Au9.17 K881-SDAY 041100 SUBMITAGENC0%PLAPLANS REVIEWSAY 041110 •:SUBMIT 90%PLANS-CMB/MD PMrDERW DEFFDOT 8 8 0%-'14-Aug-17'21-Aug-17 K891-5 DAY N_ ... .....__1120 ;AGENCY PLANS REVIEWS 8 8 0%;22-Aug-17'.-3C-Aug-17� K&91 5 DAY • D4- _ ._ .... ._. ..... ...... ' „-.-5 5 0%'.015ep-17 0-Sep-17 KE91-5 DAY D41t30 SUBMIT 100%PLANS-CM&MD PW OERMIDEP:f007 ,.,., .. --...-... _„ APP. .. ..... .... -��--- 10 10 0%01.Sep-17 15-Sep-17 K081-5 DAY ....04150 :MATERIALEEERMITHEET SUBMITTAL/APPROVAL 1 1-._.... - D41t50 SECURE PERMITS �_...7 ]'. 0%:11-Sep-17 1.19-Sep-17 K891 S DAY ..._..... ... ............_ ......... ...... .1. K ._09 ��1�� 1 1: 0%'165ap-17 119-Sep-17 j K�1-5 OA •Y 041180 RrW PERMR - --- • - 051000 I SUBMIT 80%PLANS-CM8-M0 PW/SFWMDIDEPIUSACE ,...,... 45 0%;OSPP 17 OSJuFt7 K891 SDAY ..... AGENCY ANS. , ...... .___.. _. ._.. .......... .__....._......... - D51010 'AGENCY PLANS REVIEWS 20 20. 0%'O6.M-17 03-Jul-17 - Kit-SDAY .. ... _..._.... _...._......... ......... e 051020 :SUBMIT 90%PLANS-CM&MO PN10ERbV DEPNSACE _--_ •— 15 15 0%:05-19-1725,14.17 K091 SDAY OS1030 'AGENCY PIANS RENEWS 20120 0%26JLL1] 22-Arg-1] N�'I SDAY ... ,,,,. .... .......... ...... .... ..... _._.. ..... e. 051080 'SECURE PERMRS• 400 d00 0%2B.klt] �28-Aup-18 KB91 ]OAY�- -�- ..... NS.. ....... ...... .._. ... Iii.. 10 0%2SAug 17 OS-SSep-17 0891 5 DAY 08-1010 -SUBMIT L S&MD PWrDERMl0EPN3ACE 4 CUT-SHEET .'.... ........ .. ... 50 BO O%:07-Sep-17;05-Dec-17 KB91 5 DAY 08-1050 MATERIAL SUBMITTALAPPROVAL 051070 RAN PERMIT 1 1 0%30 -15'?0-Pag-18 K&91-S DAV '. CONSTRUCTION(NTP 2) .. ........ WATER MAIN CONSTRUCTION(SC Si} SEOSAENT 1-WEST AVEOIC H STISAY RD.-,,L- .w ss+,.�a .,..�1::,:. v ».e, K, ...s _.: •,: .m..�n axa nw� CI.lCOO NT7_ WATERMA,NCONST RJCT SON 0 0� 0%tOSJMHI]".--,_ KB81-SDAY •� _......_.. -,_.___..,_.. _.._._. o---- e.__..,...�.__ _. 01-1010 SURVEY LAY OUT 2 2 O%05Ju1-17 108-Jun-17 N091 5DAY 71 • 01102(1 B MOBI MOT/MATERIAL DDELIVER', S 5- 0%,05 -1T 09-Jul-17 KB91-5 DAY 1 ,. ... .... ---.+.—,--_ .._ ....... 011030 :SEGMENTI ._CONNECTION WM AT 14TH STAND WEST AVE 1 1' O%0&.kn17'00.NF1] ' 5591-5OAY • 011010 1 WMLINES 0N 1400 BLK OF WESTAVE 3 5 0%12.44117 I 16,11.r.-17 KB91 SDAY . .. .. .. .. _.... ..... ..... .. ._ .... ...... C1-1050 WATT ER SERVICESOCWEST 14008LK F WEST AVE _..,,,♦ 4 0%'.13-Jun-17 1&Jun17 KBBI-5 DAY ` 01.1090 BACKFILLANO CLEAN UP ..... ...... ...._.. il. 3 0%18-Jun-17 2T-Jun-17 N�1 SDAY e,. .. .515 F ... ..... .... T51--..01-1070 'WMS ONES ON 15TH STREET ROMALTON ROTO BAY RD S 5`,. 04'19-1111-17.234 17 7 KB91 SDAYgym - - . ..._......_................... ...:. ..., .._ ..,, _ .... ._.._ ...... ._..........__._._. D Ill C1-1080 WATERRSERVICES ON 15TH STREET FROM ALTCN RD TO BAY RO 1 41 4 0%I 20-Jun-17 233w-17_1,K581-5 DAY ........C1 1090 WMBALINE AND CLEAN UP ...._.._.... .... _._....., ;.... C1-1100 W A ERE ON ICE RO FBAY 15TH OM15TH ST O.,,. ....._. .......... ...... ...._. ___ 3 i.- 0%28JIn 17 128-Jun-1i 17 KB81 5 DAY k L S 5 0%26-Jun-17130-Jun-17 KB91 SDAY 011110 :WATER SERVICES ON BAY RD FROM 15TH ST 701837 • 4 d O%-.2]Jun l7 36Jui-1] K091-5 DAY a^ .... 30 ....BA F.,.,. ..__ . ........... .._.. ...._....._ .._ ... Ct-1130 :WM LINE CN&1V RD FROM 18TH 5T TOUNCdN RD ,.,,,,,,,,5 5 0%'244 17 0&JW-1] K891 SDAY ..,_-_.. ... ........ ..... ... .... ........ ... .......... ... 31 0%03-Jul-17 108-Jul-17 9B91-5 DAY 4. Ct 1140 SEGMENT 1- CLEAN UP i- .. ....._ .... ... __....__ __............ — 0%�O]JLL17°11..A.417....1....K�1-SDAY teg 011140 �.SEGMENT I-WM LINE ON BAY RD FROM UNCON RD TO COLLINS CANAL .... , O.. .. F,. .. .,.. ......... ..._...... _............. _ 'k 011150 -.WATER ISERVICES CLEANUP RD FROM 18TH ST TOUNCCW RD .............._..____...._.•._—d ...... LEAN .......... ...... ...... 3 3: 0%16AF1] 124-1-17 K591-5 DAY ' C1 11� BACKFILLANO CLEAN UP :.... i A .5.000 N ... Ct-11]0 :WATER SERVICESCN BAYRDFRdA LINOON RDTO COWNSCANAL 2 2� 0%12.kY-17 134LL17KB91-SDAY,_BUEMI ___—.. 2 2 1 34u417 : KB91-5 DAY ..._ ..._....... ....... _—_ 011193 EACKFILLANOCSSURET ..__.___....._ 0%12 JLLl 1 Ct 1190 FLUSHAND PRESSURE TEST t. < d O%1LJu41] 19JLL17 keel-SDAY C1 1200 CHLORINATION _ 011220 BACTERIA TESTING __......_..._........_ -- C11230 DOH CLEARANCEIC _ --- 3 3 0%2 -5 DAY • d 4: O%:2SJLLtT 2&J-1-17 �����NH91-SDAY �7 7� 0%31.kk17 OB-Mp-1l B91-SDAY - Ct 1230 :SERVICES TRANSFERS 8 B: 0%Oil-Aug-17 18-Au917 EBS1 5 DAY 14�Remann9 Level of Effort Renaninp Work • ♦',dn... Page 2 0112 'TASK lEen All Acfinties Actual Work IIII Cren1 Rernnin8 Work ®Oracle Cor50aInr K&91 WEST AVENUE NEIGHBORHOOD IMPROVEMENT NORTH -- _je; TASK filter.All ACOvities KS-91-ALL ACTIVITIES CONST" IAC AAV+4y ID Pctly Name OD RD PCT Start firm: Calendar 2017 2018 2019 ••r M Jun Jul A S Oct N 0 Jan F Mar Apr M An Si A S OR N 0 Jan F Ma Apr Al Jun u Ct 1390 FINAL CONNECTION5�1 TH AND WEST ..._ ., 1 0%21Aug 17 21-A4-17. _._._ ... ..._ .._ 011250 FINAL CONNECTIONS 0CCLLINS CANAL 1 1 0%22Aug t] 22-Au817 0591-SDAY CI-2000 SEGMENT 2-WMLINECNWEST FROMISTXSTTO e 1 16TH ST 8 e 0%'.t2 191-1] 21JW-t] KM.- 11. 012010 WATER SERVICES ON WEST AVE FROM 15TH ST TO 16TH ST 3 3 0%24Ju1-17 26-111-17 1 6891 SDAY 012030 SEGAIENT2 WMLWE ON WEST AVE FROM 16TH 5T TO UNCCLfI RD i 3 3 0%24191-17 1 26-44-17 6891 SDAY 11� 012050 BACKFILL AN0 CLEANUP 8 6 0%24191-17 3140-17 0591 5DAY 2 c011-.2050 t N20 flACKFILLANO CLEAN UP 2 2 0%. 2&191-17 KB91-SOP/ Irl .._+ li...._._ _._.._� ..-; ...-._. % .-._ 15. 01-2040 :WATER SERVICES ON WEST AVE FROM 18tH ST TOUNCd.N RD 3 3 0%2]-10-17 31 JLLt] KB91-SDAY „-."•- ...''.41-- .;. . ' — 01-2009 WSHANO PRESSURE TEST 2 2'. 0%:01-Z2-17;M+1g-i] Kr1 SDAY _..�._ N - ..__-;--_ ... 2 2.. 0%-03Aup17.06-Pupl7 Kr1 5DAY „`01 2000 .CHLCEINATKSI pl Ci-2080 —.._.IATE$TING 4 4 0%'0741.6-ii't0-Aupt] KBgt 5DAY a -> C1-2050 'DOH CLEARANCE 5 S 0%-11-41-1 1 t]-Auq-17 KB91-5DAY C __ .._..._...__ _ _ ...._ ...... C121W SERVICES TRANSFERS �7 7 0%:16Pup 17 2B-Auq-1T KB81 SDAY ..... ._ _ ......... 012110 FINAL CONNECTIONSP4 15TH ANO WEST 1 1 0%.,26Pug-1] 29-Aug-17 :11-5DAY E 612120 FINAL CONNECTIONS @LINCOLN AND WEST 1 1 0%29Pup 1] 20.Aup 17 SDAY 01-3000 'SEGMENT 3 WM LINE ON 16TH CT AND FLAMINGO WAY 6 4 0%12 JLLil 1]10-1] 1(891 5DAY '' C1300 SEGMENT-3 WM LINE ONBAYRO;RCM FLAMINGOWAY TOISTH ST 2 2 0%1&40-1] 19.191-17 K591 5DAY ... 3 .. .. ...... .... .. 013030 .WATER SERVICLEAN 16TH CT PNO FLAMINGO WAT 3 3 0%.1&10-17 20-191-1] KBB1 50AY �/ C13030 BACKFILL AND CLEAN UP ..._.3 3 0%'l IB-10-17 ;ZO-10-17 KB9t SDAY r; .WA SO... .....Y. ........... .._ ... ..... ... -��C13040 ;WATER SERVICES ON FLAMINGO WAY 7015tH ST 2 2 0%2049417 2110-1] KBBt-SDAY et C13050 BACKFILL AND CLEAN UP 2 2 0%20.10-17 21 JLL1] NB91.50AY C.--- FLUSH AND PRESSURE TEST 2 2 0%.2410-1] 2SJLL1] KB91 SDAY ea .... Ct 30]0 CHLORINATION __, T �- „_�,- 2 2 0%rv2SJu1-17 27 JLL17 6891 5DAY A 01-3060 BACTERIATESTING 4 6_ 0%'2&Ju117 02-Au9 1] 6691 5 DAY Id PM, 0I-3090 DCH CLEARANCE 5 5 0%0}Aup 1]1 09:Au9-37 K- -5 DAY 1.;r —._ ._. _ _....Ct-3100 SERVICESTRPNSFERS4.:i1„ C1-3110 FINALCONNECTIONS®16TX CTPNO WEST AUE 1 1O%�29-Aug 1] 26Puq-1l KB91 5DAY ��01 3120 FINAL CONNECTIONS P4FLAMINGOWAYANO BAY RO 1 1 0%_29-Aug-1729-Auq-17 K891-5DAY Ct 3130 FINAL CONNECTIONS®15THSTPNDBAV RD 1 1 0%29-Aup tT 29-Aug 17 KB9t SDAY Ct 4000,SEGMENT4-WMS LINE ON 15TERR FROM ALTON TO BAY RD >d 6 0%.2]Ju1-1 01 Aug 17 K�1 5DAY 01-4010 WATER SERVICES ON 15 TERR FROM ALIGN TO BAY RD ••• ,.,3 • 3 0%02 Mp-t]':04440-17 N391 50AV ____.,, _Ci 9020 BACKFILLAND CLEAN UP • AW 3 3 0%;02 17;04-Aug-17' K091 5 DAY Ct 4030 FLUSHANOPRESSURETEBT 2 2 0%:07 Aupl]ICS-Aug-17 t7 KB81 5DAY L. A. .... ........... ..... .. ... - 016040 'CHLIXiINATICN 2 2_0%0&Mg-i]O10-Pig 1] KB9t SOAV ...........C1-605(1 :BACTERIPTESTING :......._d 4l 0%:11-Pup-1716Aup•1) KB9i-SDAY Pi C1-4050 :DOH CLEARANCE 5 5 0%;17-Aup t7 TLPup-1]: NB91-5DAY `: ;Al 014070 SERVICES TRANSFERS 3 3 0°A:i4-Aug-17 i7 3&Pug-17 6B81-STAY se *” 4080 :FI .._.. .____ % _ _._.,. ',_ Ct 4080 :FINAL CCNNECTION5�15THTERR ANO BAY RD 1 1 0%24PLg1ljD-Aug17 KB91 I'S OW C1 5000 SEGMENT 5-CONNECTION WHAT 16TH STAND ALTON RD 1 1 0%02-Aug-17 02-A4-17 l K�1 5DAY ay 'Gt5010 WM UNE ON 16TH STREET - A 17 KE91 5DAY - .. 3 3 0%.03-Aup t] 0] ug ,.Ct-5020 WATER SERVICES 01118TH STREETi 3 3 0%08-Aup-17 I 10-Aug-17 0891-5 DAY ..... LA. ... ....._...-_ ............ ...... .. ... > C1-5030 .BACKFILL AND CLEAN UP 2 0%'.09Aup-1] 10.Auq-17 K�1-5DAY 11" Relnalnnp Work • •M4e210�10 Page 3 of 12 TASK fitter All Atavities Rernanng Level of Effort Actual Work Cr4YaI Remanug Walk O Craale Com KB-91 WEST AVENUE NEIGHBORHOOD IMPROVEMENT NORTH iac.— TASK filter All Activities K5-91-ALL ACTIVITIES �{_-B IMG �a^fln NNxinA�] Activity ID Actirty Name CD RD PCT Start Fereh Calendar 2017 2018 2019 den MIJuni Ad A EI°MI.NI 2 Jan!FIMzrIAprl MN.I94I AI S ICaj NI D.anl FIManIAprI M'Junjv C15040 FLUSH ANO PRESSURE TEST 2 2- 0%11 Aug 17 1 AuP17 KI191 5DAY C15050 CHLORINATION 21 2 0%15-Ng17 I 16-Aug-17 I KE91-5DAY 01-5080 4 BACTERIA TESTING 6 d ,0%17Aug 1] 22 Au9-t] KE91-5 DAY Ct 50]0 Dpi CLEARANCE 5 5 0%2}pyg 1] 24Aug-17 KB91 S DAY 015080 SERVICES TRANSFERS3 3 0%30Agt7'01-3eµ1] K881 5DAY 01 If::;,.; .. .. _. .. .. .. ._ .._ ... __ .... i; C15090 FINAL CONNE,CgTIIONS 16TH STAND BAY RD 1 1 0%05.5eµ17 TO5-Sep-17 5591-5DAY 016000 SEGMENT R-WMS LINE ON ALTON CT d 4. 0%27JUH17 01-Aug-17 K691 5 DAY -— -- ..,..._. _...._...__..____..._..—� _. 01-6010 WATER SERVICES ON ACTON CT e',_ 3 3 0%02 Atg 1] 04-Aug-17 K891 5DAt AY t? . --.s C1-0201 ,&1CKFILLAND CLEAN UP _ -^ I 21°--F--0%03-Ag1i,64-Aug1] KB91 SOAP • __Cl e FLUSH _._..__._PRSU T__.� _.�...._.___......_.__..._.. .--2 . Y. ' 01-6040 'CHLORI AT PRESSURE TEST 2 2 0%07-Au-17-J--Aug-17. K�1-5DAY '' 01.6040 CHLORINATION 2 2: 0%:09-Ng 17 ii Aug 17 K891 5 DAY T _.._. __.____.._._.__.._�...�..._._ ! d 0%11 AUP17 t6Aug 1] —keel SDAY ... ��C18050 :BACTERIATESTING �„ .,, _ C1 X80 DOH CLEARANCE 5f 5 0%17 AuP17 f 23-Aug 1] 10531 S DAV ,...;,:i ��-3 3 0%2447-11 2&PL9 ] Ki1 5DAY _,--_ -- ------__...-_ 01-55S0 WATERMAIN WALKTHROUGH INSPECTION „ 0%OR-Sep-t7 2-Sep-1] K81•5 DAY +d IA: 4. ° ..050' P:aoit,E 5 q a . 4� _........... .. ... C21010 .SURVEY LAYOUT 2 2 0% 1AU2-17 i 14-Aug17 i KB91-SDAY _. .. _ .. 02100 MOS/MOT/MATERIAL DELIVERY 5 O 5 0%11 Aug 1] 17-fwg-17 1 KB91 SOAY : E C2-1020 SEGMENT I REPLACE SAN MAIN AND LATERALS ON WEST FROM 14TH ST TO 15TH ST B 8 0%18-Aug-17 2-Aug-17 KB91 5 DAY ' C21030 I BACKFILL RESTORE ANDCLEAN UP 3 3 D%36Nq-t7 01Sop•17 10001-SDAY ..... df +'. k.�).ax; a aj"s�-'•�&'S1.^ . .», .a'x ."0.5' " -.. - Y ma. €;�-": e ... ... .... C2-2500 :SEGMENT 2-REPLACE SAN.MAIN AND LATERALS ON 18TH ST WEST OF BAY R0 i 4 4. 0%18-Aug-1723-Aug 17 KB91 SDAY 022510 BAL�KyFlLL RESTOREAND CLEAN UP �yy'.A��I 3 31 0%24Auµ/] -Ng 2B -1] KB91-5DAY €,'1 C2 3000 SEGMENT 3-REFUGE SAN.MAINAND LATERALS CN LINCQN TER R. 4 0 0%20.0.02.17 29-Aug-17 KB91 5 DAY ' 1 •. : 023010 'BACKFILL RESTOREANO CLEAN UP 3 3 0%30.4u917-101-Sep17 1 KB91-SDAY -.-_I__. 025000 SEGMENT 4 REPLACE SAN MAIN AND LATERALS CN BAY RD NORTH OF UNCON RD 4 4 0%30.0.0217 05-Sep-17 KB91-5 DAY .... 0e .. ...... ... ... ... .... ...... -000°06-Sep-17 0Y. C2`A10 BACKFILL RESTORE AND CLEAN UP 3 3 0%0&3eµ1],08-Sop-17 KBBt 5DAY --- .. 021500 SEGMENTS-REPLACES NANO LATERALSC 15tH ST FRCMALTON CT TO BAYi. � .. 0 8 0%3OAuµt] Il-Sept] NB91 5DAY ,- 021510 BACKFILL RESTORE AND CLEANUP 3 3,.. 0%12 Sep-17;02 td-Sap-17 K�1 5DAY A ^3;. .:aPi .50 • C2-450 SEGMENT B-REPLACE SAN MAINANO LITERALS CN LINCOLN CT a d 0&S8µ17 115sµ17 NBB1-5DAY �! _' _.... ......._ .... .__._... ...._. ,X,96:,0_ 5,:',",,,„ C2JS10 BACKFILL RESTOREANyD,CLEAN UP g 3 3. 0%125eµ17 14580.-1] 10891-SDAY __ �3 .G. � '�. art e5 r 4 =,...:; _ - ....1 ... .... 02-2000 SEGMENT 7 REPLACE SAN MAJN AND LATERALS CN BAY ROAD FROM 15TH ST TO 16TH ST 4 43 O%1123:837,-1,] 15-Sap17 KB91 5 DAY 02-2020 BACKFILL RESTOREAND CLEAN UP 3 3 0% ] 211-5sµ17 K�1 SOAV 't ... 2010 REPLACE SAN.MAIN AND LATERALS ON 16THST FROM BAY TOALTON CT • 0 41 8%18-Sep-17 21 Septi K591 5 DAY n 0' C2-€005• SEGMENT 8 REPLACE SAN AND VSERALS ON ALTCN CT i 51 S 0%.12449-17 185eµ17 I 0691 50AY „, 02-6010 BACKFILL RESTORE ANO CLEAN UP f 4 4. 0%19-Sep-17 22 5µt] KB91-5 DAY a' .i .ate.. t ; 6[i{'S".. . `A' '»"R� :''S,> :,.'�:k:.0:M, �S..:i'.'.' `., C2-350 SEGMENT 9-REPLACE SAN.MAIN AND LATERAL 0.l BAY RD.FROM LINCOLN RD.TO 18TH ST f d 4 05 225eµ17 27-Sep-17 f KB91-5DAY '_# sr_Remanerg Level sl Effort H....,.,,-1 Remaining Walk ♦ ♦Milestone Page S o(1U TASK fieer:All Aceviees Actual Walk Critical Renaming Work 0Oracle Camoralior KB-91 WEST AVENUE NEIGHBORHOOD IMPROVEMENT NORTHTASK filter All Acovilies K8-91-ALL ACTIVITIES mT .I 0.........,.. Acovey ID A48Ay Name OD RD PCT Start Reel CaOrdar 2017 2018 2019 APrI M1JunlJMl A S OR NI D Jenl FIMay.P1I Nl°u°IJWI AJ SlGRl NI D lent FIMerlAPri MlJunly C2-3510 BACKFILL RESTORE AND CLEAN UP 3 3 0%28-Sep-17:02-C1'1-17 i KB91-5DAY 025500 SEGMENT 10 REPLACE SAN MAIN AND LATERALS ON LINCOLN RD tO 10 0%28-Sep-17 1243c1-17 K001 5 DAY �- .. . ... .. ....... _.. .... 025510 BACKFILL RESTOREANO CLEAN UP . 4 4 0%13M 17 I.18-011-1i KB81-ISA? ,024000 'SEGMENT II REPLACE SAN.MAIN AND LATERALS ON WEST FROM LINCOLN RD TO ST B 8 0%.13-0M-17,,24-0M-17 : K391-5DAY .. ... _._. .._....__.. ..._..... ... ....... ..... .... -.. p. C22-460.120° BACKFILL RESTOREAND CLEAN UP 3 3'. 0%2SCR 17:27-0.Y-17 0891-5DAY .:........ ......._... OHN PE .......... ... ._.... .... _. .. .... ... •------•—•—• --•—•- -�----•- _ :'. 'SANITARY SEWER WALKTMROLICM INSPECTION 3 3� 0°.6.30-M 17 01-Nov-17 0891-S DAY '.IbL PUMPSTR71ONCQNS7RUG770NiSEAWA I.,A ,'c ii --s�° �5G 3 's' ,u m% 03-0020 DELIVERY OF CONT EC H INTERNAL COMPONENTS 90i 90 0%26-1117 ON-Dec-17 I K891 50A? 4, _. .... .. 030000 PANEL DELIVERY _-_ ,,. .,_ 1pp 100 0%26JLL17 19-peal] 10631.175DAY...._,.._ a 03-0010 PUMP DELIVERY 130i 130 0%26-41-17 02-Feb-18 1 K691 SDA? 031210 TOTAL DURATION(FROM SEAWALL,PUMP STA PERMIT.MAX 180 DAYS) _ : 121 1211 0%02-Aug-17 30-Nov-17 KB91-7OA? ^3 C3-10- (SURVEY LAY OUT `__�_�2—,--,--0%:03413-17:04-419-1] 0891-5DAY ' 031000 :MOB/MOT/MATERIAL DELIVERY-- _—_.—_____-- 5 5 03-Aug-17 3.17 C9-Aug-17 KB91-5 DA? --„, C31020 SELECTIVE DEMOLITION/CLEAR AND GRUB : 4 41 0%i 10.h¢17:15-Ag-17 KB91-5DAY 031030 :SET-UP BY-ROSS PUMP SYSTEM ANDIEWATERING SYSTEM m — i 41 4 0%16-Ag-17:21-Twp-174 0E1-5DAY T 031110 ,ELECTRICAL POWER SERVICE AND PAD CONST v--_._....__. - , RUCTION B0 80 0%13 ,. ,,...._._. .__.. _____3-._.40_.'INSTALL .._ Ag-17;01-Nor1i KB81-5DAY 63-1040 iEicCALLBXEETINO_- __._...�_.._..�...—___--_-__--..._. 8 8 0%:2241317:.31-Ag-171 KB91-5DAY 03.1050 :EXCAVATE SXAFT 4: 4 0%:01-Sep-17:07-Sep-17. 0691-5 DAY �_��C31080 POUR TREMIEANp DEWATER SHAFT 3 31 0%08-Sep-17 �12 Sep-17 i K&91 SDAY � 0}10]0 :INSTALL POLLUTION CONTROL JUNCTION BAR SCREEN MID WET WELL STRUCTURESANO BPLK. 18 1.. 0%13Sep-1704-Mti K891-SDAY : C3-1080 REMOVAL OF SHEETING 1 ! 4 0%.05.0<1.17 11-0d-17 _ KB91 50AY 1. V. ........._..._._ ...._ __.._ __....... ............. _..5 OA? ▪ � 031090 INSTALL DUAL BY-PASS5TRUCTURES ANO PIPING 8 8 0%12-01-17 19-Oct-17 , K891-SPAY ...-IN 031100 'INSTALL DISSIPATIX2 STRUCTUREAND PIPING : 8 8O%30.RR 17 31-Oct 17 NB91 S DAY 031120 RECONSTRUCT SEAYJALUCAP I 15 15 096 01 N 1i 22 N 1] K891 5 DAY 03-1130 I.BACKFILL RESTORE AND CLEANUP 4 4 0%2]N 1i 1 30-510-17 KMN1 50A? 03-1200 i SUBSTANTIAL COMPLETION 92 0 0 0% 30.N 17 0891 5DAY F._-.--�.---y _--__-_.,_____-_ \ --C3-1140 PiNEL INSTALLATION 20 20 0%20-Dec 17 4 19- 18 KMK5 DAY .... - -...••••.~ C3-'11S) PU MP AND FLOAT INSTALLATION i 20i 20 0%05-Feb-18 05-Mar-18 i KB91 NDAY o 0311ED PUMPSTATIONTESTING/FUNCTICNALCHECKOUT 1 10 10 0%05-Mer-18 19-Mar-18 1 KB91 5DAY C3-1170...................:PUMP STATION START-UP ANS COMMISSIONING 5: 5... 0%.1}Mar18;19-Mar-18: K1391-5DAY ...._... PU .. _.N. ... ......M. ....... .. .... .. ........... ....... 19.1. .. .........._.... 0..-- PUMP STATION PUNCH LIST DEVELMMENT 3 3- 0%:15-Mar-18;19-Mar 18 KBS(-5DAY .. .....C.HLIST C.O..P ..... ....._. ......_. ..........._.... ....... _ _.. ..60.._._._. 03-4193 'PUNCMLIST COMPLETION 10 t0. O%'.20-Mar-18 18 K691-5DAY J a i srcAZ07. "1NA6 IS*-0'' 4 Ci I 7 . a "a'RVEY �a A xtna«..x. ,N�,..-F.,_:�.a. _ 1�,... .,,-S. 7 KOAl-5_.. 041020 :SURVEY LAY OUT : 1: 1 0%:20-Sep-17:20-Sep-17: KB91-5 DAY ..._..._1.10._.. :._�__.—___..__.._........_,__.,..V..._..._._........_.._.._.._.__,._....____......__.._. -7- ...__. ' 041000 :MCIBIIIZE ANO MATERLLL DELIVERY 2 2 0%i 205ep-1]12(-Sey17l KB81-SDAY ��, C4-1010 MOT �_-_ ��� 2 2: O%;20.5ep1];21-Sep-1] It�t-5DAY _ __. ..,....___ _..._ _'__ _......-_......,_.__.__ ._.i7..._.% ___.0-.7 .. ,,..,____. ;� 041030 ]INSTALL STORM SYSTEM INORTX SIDE) 8. 8; PA1225ey/7 0}Oct-17 K�1-50AY 041040 :INSTALL STREET LIONTING CIXJOU?AND BASES ai ! 04702-Oct-17 05-0M-17 0891 5DAY C4-1050_,REMOVE AND REPLACE CURBTTR N 4 ! 0%04-Oct 1] 10.0ct 17 NB91 SDAY '..l . ._ _ ANO GUTTER(ORTH SIpE7 ........ ...._..,__....._,_ .,...041080REMOVEAND_REPLACE SIDEWALX(NORTH SIDE) 2 2: 0%11 CG 17 12-Ctt 1] i K89/ S OAV .r 041070 =ROADWAY CONSTRUCTIIXJ(NORTH SIDE? 8 Bi 094 1}CR 17 24Cd 1] Ke91 SDAY vaaaaaa�Renninig Lem,o(EBort Remaining Work • •Milestone Page 5 of 12 TASK filter All Amp.. MOM Actual Work Criecal Remaindg Work 0 Oracle Corporator KB-91 WEST AVENUE NEIGHBORHOOD IMPROVEMENT NORTH -v_'. Aa: TASK filter:All Actoitles KB-91-ALL ACTIVITIES 1 CST INCL) LaTsu'meeic..2- A09ev 10 PctNky Name 00 RD PCT Sbrt fmkK Lak Aar 2017 2018 20f9 Aarl M jOnll Jull AIS lel N l D Jan'F[M•1 4,1 M 11.'1-ml A f B 10.1N l 0 Jan l F lMaMJun I IAorI I' 'dill „0{-1080 I MODIFY MOT 1 1 0%_25-01.17 5-Oct 17 K891 5 DAY �1 .. ..... O _... rG �, C411a0 PRIWTESIDE HARMONIZATION,LANDSCAPING AND IRRIGATION _._ __._'0 30 0%,25-Oct-17 OB-De 17 KB91 SDAY - 2 2 014�2B-M 17 27-Oct-17 K�1-5 DAY 641090 INSTALL STORM SYSTEM(SOUTH SIDE) .._ ._. C. I.. � 041100 REMOVEANO REPLACE CURB AND GUTTER(SOUTH SIDE) 4 4 O%_36CG 17 02-No 17 KBB/ SDAY C41110 REMOVE AND REPLACE BIDEWALK(SOUTH SIDE) 2 2 0%03N 7 i 06-Nov-17 1 K89/ 5DAY .. ..., 641120 ROADWAY CONSTRUCTION(SOUTH SI DE) .,...... ... .. 041130 TEMPORARY STRIPINGANDSIGNAGE 1 1 0%!.14N 1] 14Nov-1] 000-SDAY - ,e.,,-,4 C41520 SURVEY LAY OUT 1 1 0%-1 N 17 1 N 17 KBB'I 5 OAY ... _ .2 2 0%'.14N 17 15-N 17 KB91 5DAY •� 041500 SO&L12EAND MATERIAL DELIVERY ._. ... `� m ...................... .... 041510 MOT ._.._.._._._._..__._......._ ..._ .. ..... .. .__ ,.,.. — ........- T 7 PA'18-N 17 78-N 1] 1(BBt S DAY C4-1530 INSTALL STORM SYSTEM(NORTH BIDE) ,.._.,�.___._._.___....,- 6 4 0%'-24N 17 040. 1] KE91 SDAY C415a0 REMOVE AND REPLACE CURB ANO GUTTE0.(NORTH SIDE) �_ __m�___ „__,;_ ___ _ ,_ _ ............._ ;-.-k,,,,,, 041550 REMOVE AND REPLACE SIDEWALK(NORTH SIDE) 2 2 0%05-Dec-17013-Dee-17K891-5DAY -- --C- N(S )-” " e B O%'.07-004-11 1&Oe 1] K691-5DAY ,, C4-1570 ROADWAY CONSTRUCTIO(NORTH BIDE) _ 041570 MODIFY MOT 1 1 0%190eo-17 19-Ce 1]i KB91-5DAY --�1 1b1, C4-1830 PRIVATE SIDE HARMONIZATION LANDSCAPING AND IRRIGATION 30 30 O%19.De-i] 01 Feo-18• K391-5DAY 041580 INSTALL STORM SYSTEM(SOUTH SIDE) 2 2 0%20-De-17 210.-1]• KB91 5 DAY 041590 REMOVE AND REPLACE CURB AND GUTTER(SOUTH SIDE) { 4 0%220e-1] 229-Dec-17KB91-5 DAY - .. .._ ..� .. 2:t`... 2 00%%.240ec 17 02-Jan-19 KB91 S DAV 041800 REMOVE AND REPLACE SIDEWALK(SOUTH SIDEI ) TW _ .... 04.1810 RCAOWAV CONSTRUCTION(SOUTH SIDE) 4 _03 a 19 0&Jan-18 0091 5DAY • .. ....... ' 041820 TEMPORARY STRIFINGAND SIGNAGE 1 1 0%.09Jan18 1 09Jan-18 I 1091 5DAY - 042020 SURVEY LAV OUT 1 1 D%14N 17 14No 1T KB91 5DAY C42J110 MOBILI2EAN0 MRIAL DELIVERY 2 2 0%14N 17'15-N 17 K�1 50AV 0420 0 MOT ATE 2 2 0%14N 17 f5-N 1] K091 50AV .. ...,.-_.... -. ... 042030 INSTALL STORM SYSTEM(EASTSIOE) 0 4 0%16-Nov-1712 N 17 KB91-5 DAY C4-2040 INSTALL STREET LIGHTING CONDUIT-AND BASES 3 3 0%_21-110•17 127-Nov-17 KB91 SDAY -'REMOVE6 0%22 N 17 29-N 17 0091 5DAY C420`A AND REPLACE CURB AND GUTTER(EASTSIOE) .,_. 042080 :•REMOVE ANDREPLACE SIDEWALK(EASTSIDEI 2 2 0%:30-N 17 01 De 1] 10 1 SOOT n.._. __ .____ ) ] 0%:040 17 12 Deo17 KB91-S DAV H C 2070 :ROADWAY CONSTRUCTION(EASTSIOE) a.....__ ._.....—..._..,._ .,.,._... ..,.... ,.. ,.,. --. "'-1 1'' 0%/ape-17 13-De-1] KB91 5DAY 0420 MODIFYTMOT . .. ._. _..._ _ _ :26-.. .. ..._. -- -- ---- 30 30 0%13 -1] 26Jan-18 KB91-SPAY - .,,,.._C421{0 -PRIVATE BIDE HARMONIZATION LANDSCAPING AND IRRIGATION „--, ._._+. "' 1 1 0%'14pee-17 140. 17 KB91 S DAY ,..........C-20010 !INBTALL STORM SYSTEM CURB TA SIDE)DSU SID __.._ .._. .. .._ •.. AT _�,...._ .._._..,_._. .4 4 0%•15-Dec-17'20-De t7 KBBI.SDAY 042100 REMOVE AND REPLACE CURB AND GUTTER(WEST SIDE) ... - .. - _ NO_ .... 2 2 0%.21 De-17 22 De-1] K891 5 DAY ._ -- 642110 flEMOVEANp REPLACE SIOEWALI((WEST SIDE) ... .. ._. .. .... _ .... .............. U 5 5 0%26-De-17 02Jan 1B K891 5 DAY 042120 ROADWAY COJSTRCTION(WEST SIDE) ._ _ - - 042130 TTEMPORARY S STRIPING AND IGNAGE 1 1 0%:03-Jan-18 03J 10 1 KB91 '" m N =:;:i1i.1 .21., k'`dpi ,2 1,� �' Ati• .: a ',; S 042520 SURVEY LAY OUit / 0%09J 18 10943•18 1 KB91 of 5DAY — 042500 MDBILIZEAND MATERIAL DELIVERY ~ 21 2 0%09J 18 E 10-Jan-18 i KB91 5DAY .Ma ,,,v,, r-,-„ .... 042310 1 MOT 2 2 0%09-Jan-18 10-Jan-18 K891 5DAY 042530 •REMOVEAND REPLACE CURBANDGUTTER(NIXiTXSIOE) i :1,__!2!___,..,0% __ B t17-Jan-18 18 KB91-5 DAY TCA-2540 REMOVE AND REPLACE SIDEWALK(NCRTH SIDE) _ YA 1&Jen18 19-len-is KB91-5DAY _ 042550 ROA0WAV CCN5TRU0Tld1(NORTH SIDE) ' 8 B 0%22 Jan i8 31-Jan-IS KB91-5DAY ,_042580 .MODIFY MOT � 1 1 0%01 FeE-18 Ot F b-18 1(&91-5DAY ...... • 042570—•REMOVE AND REPLACE CURB AND GUTTER(SOUTH SIDE) — ^-- — 1 { { 0%02-Fen-18707-Feb-113 1 0951.5 DAY 1 Page 6 ci 12 TASK atter'PJI 00005ea frot Rema k'9 Level of Effort I=l Rernaninq Work • •Milestone �Actual Wak ®L(ianl Remekarg Wark COack Corpo2tlor 1-iiiii K8-91 WEST AVENUE NEIGHBORHOOD IMPROVEMENT NORTH Ai;ea_ TASK filter All ACSVIIIes KB-9I-ALL ACTIVITIES CONT. IN. rmnkk1,---- ACT 00 RD PCT Start Ewan Calendar 2017 2018 2019 MINA,'ID gcpvey Name 'pr M Jun Jul A S M N D Jan F Mar Apr M Jun N A S Oct N D Jan F -Apr M Jun 04-2610 PRIVATE SIDE HARMONIZATION.LANDSCAPING AND IRRIGATION : 30 30 0%02.F 618 16-Mar-113. 6561.B DAY lal ..__._ ..... .__. ...._.. •'-- ..._2 2 0%.0&F T16 09-Feb-18' KB91-5 DAY 042580 '.'REMOVEANO REPLACE SIDEWALKISOUTH SIDE) '1" .. ......_. •>.OA.. ........._ -(SOUTH SI '..... - -.. d 0%'12-Feb-18 15-Feb-18; KB91-5 DAY ,,.,..,.042590 ROADWAY CONSTRUCTION(SOUTHSIOE) ...; .. ......._...... ........_.1 1 0%16-Feb-18 16-FeT18 K89t-5DAY 042600 TEMPORARY STRIPINGAND SIGNAGE - CA-3000 MOBILIZE AND MATERIAL DELIVERY 1 1 0%;09-Jan-18 08-brvt8 KB91-5DAY 11• 0%-:09-Jan-18;0-Jam18 1091-50AY 043010 MOT _. t1 OX::OPJan tB 0&Jam18 K881 5DAY043130 INSTALL STORM SYSTEM(EASTSIDE) 3 3 0%10-Ja 18 12-Jan-18 KB91 5DAY043040 INSTALL STREET LIGHTING CONDUIT ANO BASES 3 3 0%-11 Jan t8 18Jan-18 KB91 5DAY_ 330%17Jen1819-Jarv1B K89i SDAVel^IJnCL43010 ROADWAY CONSTRUCTION(EASTSIOE) .. .-....... • ^043080 -M001FYMOT _--_— �...—. _._� __ .....-. .— "DS G —" 20 20 0%'01FaA.16 01-Mar-18 K691-5DAY N 0•43140 :PRIVATESIOEHARMONVATION,UNOSCAPINGANDIRRIGATION , -. --- M� -�... ,I—ST - SIDE) 2 2 0%02FT18:05-Feb-18 KB91-5DAY 043090 INSTALL STORM SYSTEM(WEST SIDE) _.. .. • -.. C4-3100 -REMOVE AND REPLACE CURB ANO GUTTER(WEST SIDE) • 3 3 01606-Feb-18 08-Feb-18 K�1-5DAY 't 09,9 .._ —3 3- 0%NFeb18 13-Feb-18 6E91-5DAY 043110 'REMWEAND REFUGE ION(WEST ST SIDE).._ ..__ . .._.,. _____,_._ 043130 TEMPORARYSTRIP NGTAND SIGNAGE SIDE) .< 1--_.._ a � �� —T SIGNAGE �—��1 1 0%21 FeT16 21 F trl8 K�1-5DAY :' ,ems8. .e,: ,„i0 ` i °..,,. 043520 SURVEY LAY OUT 1 1 0%21 F T18 21 F tr16 KB91 SDAV , • ... • ... 2 2 O%21 F T18 71 F T18 KBB1 SOAY 'i,f • .. .04-3510 MOBILIZE AND MATERIAL DELIVERY ........ • ._. ... 1 AT ..... ......... - - 2 27 0%•121-Feb-18 22 F T18 NB91 S DAY ofez ...043510 .MOT �' ... ... _......__AL ----.—_ -— 5 5- 0%23-F T10 Ot-Ma 18 K�1-5DAY .__043530 :INSTALL STORM SYSTEM _—_,-,__-,,,. ,_ ___. q ;.- -,. ,._......—._._ _ 8' 8'. 0%02 Ma 18.1}Ma 18 K091 5DAY 043540 RGAOWAYGONSTRULTILN —,. _._� - ”-'— .+ I 1 0%14Ma 18 14-Mar-18 KBet SLAY 043550 TEMPORARY STRIPINOAND SIGNAGE - — •„—_„-,... ,.— ---- — ' C435E0 PRIVATE SIDE HARMONIZATION,LANDSCAPING AND IRRIGATION 20 20'• 09613th 18 13.481-IS 2",1(0,94-5—DAY Yitil.,9da: i i ty... Ft 044000M- OBILIZE AND MATERIAL DELIVERY 2 2 1%16-Fetr18 20-FT18,5891 BOAT ...... ... ... ...... ......2 2. 0%:16-f tr18 26F tr18 .891-5DAY ` C4M10 .MOT .. _ Feb-18 120-Feb-18: 044020 SURVEY UV OUT .. ... .. .. _... _ ..2 .... - 8 S 0%2�FeT18 02 Ma 18 KB91 5DAY 044030 INSTALLSTORM SYSTEM IGHTIN GONDEST DE) _ • • r .... T EI _. ... 3 3 0%02 Ma 18 OB-M 1, KB9t 5DAY ....... ........ . 00.4040 :INSTALL STREET LIGHTING CCNDUfTAND B45E5 ..- • .... d 4� 0%05-Mar-18 08 M 18 K391,,,,,5 OAY ._..,.044060 RE••M•••OVEANO REFUGE CURB AND GUTTER(WEST SIDE) .__... ,._ ...,_., ,.. .._ ... .__... ... 044060 REMOVE AND REFUGE SIOEWALK(WEST SIDE) ,. pt, ................ - 10: 10: 13%'144•11•:18 2]-Mar 18 KE91-5DAY _.._044010 RWWAY CONSTRUCTION(WEST SIDE) __.., ,.,_ ,... ... ,...., .. - - ...... .. ...... ....... ... 1 1 0%28-Mar-18 Z5-Mar-18 KB91 5 DAY .........044080 MODIFY MOT ..._.. ............. .... .... .. a .... ... .."'PRIVATE .... .... ... ..... .300 30 0%.28-Mar 1B OB May 18.�K891 5 DAV - C4114D• PRIVATE SIDE HARMONIZATION,LANDSCAPINGAND IRRIGATION ___.. ... .._... ''-”"' "' -"-"- .... _... ....... ..... ....... ._ .. 4 4. 0%:29-Ma 80}AA 18 1(801-BOAT ' 044090 INSTALLSTGRMSYSTE CURBANDE)• _.....�_......__...._.-_..- _ -- : _044100'REMWEANOREPUCECURBANDGUTfER(EAST6IDE) 4 3 0%00-R 18;09-4918 : KB91-5 DAY . --------•----- - 3 3 0°616Pa 18:12 Ap 18 I(�1 SDAV 04-4110 :ROADW YCONSTRUC CONSTRUCTION SIDE) ... .._...._.._.--_—..._...__—.... _—..6 -. :20 -- ...__..._._—�.._. ._ 8 6. 0%1}pp 18'2}Ap 18 1(891 S OAY �' 044120 ROADWAY CONSTRUGTIONSIG9AGIDE) _ —.041130 TEMPORARYSTRIPINGAND SIGNAGE — mm 1 ........ .......... ........ 1 0%23Apr 18 2}Ap 18 Kit 5DAY f4'""" .... 2 2 0%23-Py t8 1 24-AAp 18 KB91-5DAY 00.4500 MO&L12EAND MATERIAL DELIVERY .... ...... ... . ......._ .. ... ..._..... ...... .. ...... Page l of 12 (TASK filler All AII4I5es era Remaila Level of Ella rt Recal na Work • •Miles.-le OOncle Coryorau• Actual Work Crmral Remaimg Work WS KB-9t WEST AVENUE NEIGHBORHOOD IMPROVEMENT NORTHC-u�a_ TASK filter All ACSUIIIe3 KB-9I-ALL ACTIVITIES COMBV' INC.aI AcSAy ID AAAOy Name 00 RD PCT Sart Feats Calendar 2017 2018 2019 Aprl M Ian Jral A 15 ICaI N D Janl F IMa4APII M IJ-14I I A 15 IQYI N I D int P 184/1685 M IJunI4 '1-` L44510 IMOT _... 2 2' 0%,23-Ape.-18 2448 18 K09t-SDAY i:; SURVEY ___ _._. _.,..._..... ......_ _._..._ ___.. .5____. "- ..,...2 21 0%23Ay 18 24Ap 8 K891 5MY -.._...044520 '.SURVEY LAY OUT _ �:: . C44S30 :INSTALL STORM SYSTEM(WEST SIDE) ] ]''. 0%2SPp 18 03-u.,18. KB91 SDAY ... _...._ L _ .. .._ ..._.. _. 04 4540 -INSTALL STREET LIGHTING GCNOUIIANp BASES 3 3' 0%03MaY-18 07-May-18 KB91-5 DAY .• __.. E S.. _AY 044550 REMOVE AND REPLACE CURB GUTTER(WEST SIDE) d 05C 04-May-18i 03-M y18: K�1 SpAY ____,. _._ _ ._._. W D).._.._....... ._ .... _ ... .. `` 044580 'REMOVEANO REPLACE SIDEWALK(WEST SIDE) S 3: 0%10-May18 14 May 18 KBBt-50AY 044520 :ROADWAY CONSTRUCTION(WESTSIDE) 8 B:, 0 : %1iMay-18.24ryM18 KB9 SDAY --- ..... .... ......_. �`�` -... 1 1 0%25-May-18 25-May-18 KB91-5 OAT r .. -.... 044580 MODIFY MOT ..._.. ... ...... . ...... I .... 044840PRIVATE SIDE HARMONIZATION LANDSCAPING AND IRRIGATION 30 30- 0%''25-May-1I3-,0&Ju.18 N�1:5 DAY g .... S. O SYSTEM .. _. DE.. ...... ......._ ... .... _ ... 4 4 0%29-Lay-18 01Jun-18 K091-5DAY 044590INSTALL STORM SYSTEM(E45TSIDE) ....... . .."fl 04-4600 REMOVE AND REPLACE CURB AND GUTTER(EAST SIDE) 4 4 0%0414118 07- 18 6891-5DAY 044810 REMOVE ANO REPLACE SIDEWALK(EAST SIDE) 3 3 O%0&141-18 123 16 KB91 5 DAY C4-4620 ROADWAY CONSTRUCTION(EAST SIDE) "'" " .... AN _.._. ......_ ... ....8 8 0%13Jun18 20.3 1 K 1-5 DAY P 044630 -TEMPORARY STRIPINGANO SIGNAGE 1• 1 0%21Jurf18 213 18 I KB91-SDAY • ar' " L - 1 045020 SURVEY LAY OUT 1 0%23Apr 18 23-40 18 K691 5 DAY 049300 MOBILIZE AND MATERIAL DELIVERY 2: 2 0%.23-AR-18 24-4018 KB91 5DAY i'' 2 2. 0%23AR 18 24-AP 18 K891 5 DAY 049010 MOT ... .-_... ..� ..- _ _._.....TLL__ ._ 6. 6 0%'2SAPr18 02-Mry18 K891-50AY 'm1 045040 INSTALL STORM 9Y-STTM 04-May-1876931 31 ..__..., _.. _._.6: B'. O%I 2]Py 16 O4MaY-18: 1(891-5DAY IT AND ASES 045050 INSTALL ANDSTRREPLACEING00NL(SOOT SIDE) -,_ 0% w ..„. ._ .. 045050REMOVE AND REPLACE SIDEWALK(SOUTH SIDE) 6 S_ O%O3May-18:t0.May-18 KB91-5DAY ..... ,,,\_._ Y ST_ I.,___.._..__. ................ ......... .--_ --.. .. 10: 10-. 0%:11May-18 24May-18: KB91-5DAY "® 045060 "-ROADWAY CONSTRUCTION - 0450]0 TEMPORARY STRIPINGAND SIGNAGE 1':. 1 0%ZSMay18 2SMaY 19 K891-SDAY " 045080 PRIVATE SIDE HARMONIZATION LANDSCAPING AND IRRIGATION 1 30 30 09425-May-18 09,JU-18 i K591 5DAY 045520 SURVEY LAV CUT 1 1 0%21 N 18 21-Jun-18 KB81 5 DAY C4-5500 MOBILREAND MATERIAL DELIVERY 2 2 0%21-Jun-18-22-Jun-18 KB91 5DAY Ia .,-_� 2 2 0%21:L;18 71 J 18 K891 S DAY 045510 MOT I.•• _.. ....._..". ... _ .._ 045530 :INSTALL STORM SYSTEM 8 6 0%.2SJun 18 02Ju.18 KBRt S DAY e .__. _�....._,...._._.._—.— �yw C4-5540 INSTALL STREET LIGHTING CONDUIT AND BASER 8 6 0%`2]Jun18 0534.18 • KE91-5 DAY �p° ' ---- - --'—'-- ) -` -� T 8 6 0%03Jv118 11JJ-18 K1391 5 DAY 045550 REMOVE AND REPLACE SIDEWALK(NORTH SIDE) _ 045580 RMpWAY CONSTRUCTION .. 10 10 0%121,18 233.18 Ke91 5DAY "-" 1 1 0%2B-1,18 264-4.18 KB9-5DAY ... 0435]0 TEMPORARYATE SID HARM GANG SIGNAGE _,-_.,.. ,,.. -_....... . _... ,.. -^ .... ... ansa 045580 PRIVATE BIDE HARMONIZATION LANDSCAPING ANDIRRIGATION I 30 30 0%26Ju.18 •C6Sep-18 KB91-5DAY ... ` 048000 MOBILIZE AND MATERIAL DELIVERY 2 Z. 0%21.N 18 22-J 18 6091-SDAY r 046010 MOT - 2 2 0%21 J 18 22.3 18 KB91 SDAY C4�20 SURVEY LAY OUT 2 2 0%21 J 8 22 J 18 K39t 5 DAY a .. ... 04-6030 -INSTALL STORM SYSTEM IGHTIN(EAST SIDE) UIT ] 7 0%2SJ 18 0YJLL18 KW1 5DAY 04-040 INSTALL STREET LIGHTING LLNDUIT AND BASES 3 3 0%03-1.18 06-Ju.18 KB91-5DAY 0._, EPLA_ O �.I ._..._�__�. ....._ ...._'_ -- ` =' 048050 ,REMOVE AND REPLACE CURB AND GUTTER(EAST SIDE) 4 d: 0%-OS.lu.i6 10.Ju.18 1 K�1-SDAY 0443060 'REMOVE AND REPLACE SIDEWALK(E45T SIDE) 3 3 0%1131418 1344.18 K� 5DAY a L4fi0]O ;ROAWVAVCO45TRUCTIp1(EASTSIpE) 8 8 0%163118 2SJW-16 KB91 5DAY ".. ... 046080 MCOIFY MOT 1 1' O%28-.1 26-JW-18 K991 5 OAY 646140 PRNATESIDEHARMONIZATION LANOSCAPINGANDIRRIWTION 30 30 0%283418 C8-Septa K89/ SOAP _.i AA 046090 :INSTALL STORM SYSTEM(WEST 5100) T - 4 4 0%27A418 Ot_Aug18 K591 5DAY 04-4100 REMOVE AND REPLACE CURS AND GUTTER(WEST SIDE) mmm 4 4� 0%02Aug18 07-AugIA KB91-5DAY a�Rerraincg Level of Effort I: 1 Remain ng Work ♦ ♦Milestone Page 8 0112 TASK fitter All AcSviaes ®01519 Coipoatior Ii .Actual Work ®Crifinl Remaining Wark KB-91 WEST AVENUE NEIGHBORHOOD IMPROVEMENT NORTH r�/i Y) TASK filter:All ACtivItleS KB-91-ALL ACTIVITIES i ICONCO..�'1�Ir DoT=`�e6eN (*094910 AcH yNatra 00 RD PCT Sort Fns? CA r,aer 201] - 2018 : 2019 Aarl M IJu 1I JALA I S ION!N I 0 Jan!F IMarl.Apri M IJenI WI A I S l 1 l N I D Jan!F IMe4Aprl M IJunlu 046110 +REMGVEANO REPLACE SIDEWALK(WEST SIDE) 3 3. 0%04AW-18,10-Aug-113 KB91 SDAY : - ... -Y-614.6 _CTI.-NW_^ _.._..._......._. _.. ...^......._ .�_ 40 _-_AY '� 046120 :ROADWAY CONSTRUCTION(WEST SIDE) 8 8'' 0%:t}qu¢18'20-Aug-18. K�1-5DAY _.__ -_._.,..G_.^..^ -_ _..... ........._..__.._.__.�_._.__.._-- ..._..._.__._.._..._._._��..�..e.,._ .l 048130 TEMPORARY STRIPINGAND SIGNAGE 1 i O%21 Ng-18 21-Ng 18 KE91 5DAY .�--.#•e. .-'S su^J. A.RIAL :aw �. ' 5 ' 048500 MCBIU2EAND MATERIAL DELIVERY02_221:118. 22 Au¢18 N�1 SDAY ...._. ..... _... _...._ _..__....._ .... _.... .__2 Aug-18 KB91-5 DAY 2 046510 .MOf ` 22- ....... ............ ------. -....... --- -.- 2 2. b* :46510 :SURVEY LAY WT • • ' 2 2: 0%2t Aug 18 2]-Au¢18 8091 S DAY .__. .... ..... .._... .... ._ ._._._... ,- ] 7,___0%23 18 31-Aug-IS 6691:5 DAY yy C4C5YJ INSTALL STORM SYSTEM(WEST SIDE) Aug TA �C48510 INSTALL STREET LIGHTING CONDUIT AND BASES j 3 3 0%31 Aug 18 CSSep 18 KB81 5DAY E._._.� GUTTER .�.,... -- ' + LI �048550 iREMOVEANO REPLACE CURB AND GUTTER(WEST SIDE) � < 4 0%04Sep18 0]Sey18• K091 SDAY '' C465B0 61_0VEAND REPLACE SIDEWALK(WEST SIDE) 3 3_ 0%.,10.Sep-18-t2-Sep-18 K691 5DAY '+T • w.;...__A� —__A591-b_._. -..... �`� 0465]0 ROADWAY CONSTRUCTION(WEST SIDE) 8 8 0%.:13-Sep-18!24-Sep-18�KB91-5DAY r� ^046580 .MODIFY MOT --_ 1. 10%25-Sep-1B:25•Sep-1B KB91-5 DAY C4.5590 INSTALL STORM SYSTEM(EAST SIDE) 4: d: 0%.26-Se0-18:01-011-1S KB91-5DAY 048800 !REMOVE AND REPLACE CURB AND GUTTER(EASTSIDE7 .,,,,,_ti,. d! 0%02-0C-18;0500-18 K881-SDAY CE -- __— r 046610 REMOVEAND REPLACE SIDEWALK(EAST SIDE) 3 3' 0%J08-OC 18 F11-Ckt 18 K�1-5DAY � ... ;O_. ___ ETE_ _. 4/ 1......,048620 :ROADWAY CONSTRUCTION(EAST SIDE) 8. 8' 0%;t2 Oe 18 19-tM 18 KB91 5DAY 0 RARY ST _...^ OSG AGE .._ ........r...._�_(22-...___..a—...._-__._T • C4-8830 ...TEMPORARY STRIPINGAND SIGNAGE 1'.: 1', 0%':22-W-18 T2-(kt-18 K891-SDAY IEEE. :......._..,.__O ...__.......^ 048810 -PRIVII'E SIDE HARMONVATION LANDSCAPING AND IRRIGATION 30: 30': 0%.240N-18�07-Deo-18 K891-50AY '. t �-,✓ o s p -'a__ j.K._ w'+.', ?' ;,: fl `taa `__IEEE_ I D4]OW MCIBILIZEANO MATERIAL DELIVERY 1 1 0%21 Aug-18 21-Aug-I8 KB91-5DAY � IEEE... ........._.._ .........._.... ........... ....._. ............._. .. ..IEEE_.. .. ... 047010 .MOT �� ����1 1:� 0%21-Aug-18 21-Aug-113! KE91-5 DAY � .. ....... .......__.. ...IEEE ........^._ ........ .. ._...._..... C4]OM•YSURVEY LAY OUT 1 1. 0%21 Au¢16 21-!up 18 KE91-5DAY 1 ... _........ .. _.......... IEEE ....... _IEEE.. ..... .. ..0. _.T r''., C4NY1INSTALL STORM SYSTEM 8 8 Aug 18,24Aug 18 K891-5DAY 047040 ?INSTALL STREET LIGHTING CONDUIT AND BASES 3 3. 0%29-Aug-18!31-Aug-1B: KB91-5 DAY 047040 i REMG/EANO ftEP1ACEOURBAND GUTTER 18 05-Sep-18 KB91-5DAY ° ___ ��� __ 9�_.. ......... .. • � C470��REMGVEANO REPLACE SIOEWALI( 3; 3 0%.0&Sep-16110-Sap1B K�1-SDAY 4 .._.CSN... CTION ..^�.. ,.._._.�.._._.�_...._.� ^—' P D4]O]0 i ROADWAY CONSTRUCTION 10' k 10 016:11-Sep-18 24-Sep-18 6691-SOAY 047080 !TEMPORARY STRIPINGAND SIGNAGE u�-- �_ _— 1 1 0%25-Sap18;255sp18 KB91-5DAY 04-7090 PRIMATE SIDE HARMONIZATION LANDSCAPING AND IRRIGATION 30 30 25-Sep•18 25-N 1-5DAY ;;YES <;M 1,,'rzeL :1a 5 i ..... ._ .-. .9 047500 :MOBILIZEAN0 MATERIAL DELIVERY E 1 1' 0%2SSep-18;25-Sap18 KB81 50AY !we .,, 1 1: 0%:2bSep-18 2SSePtB KBgi-5DAY 047510 ;MOT ....._......_...__.__.__............_._.._—.._.._........._......._....___.._:_._......_..Se_.....-...........__.;._......1....._._A.. ..,. .....___9 ....:SURVEY LAY WT..........._._...._....__.._._............._...__. t :ii" i 0%2S8ep-t8:2S3ap-18 KB91-5DAY 4520 ... ..S.. ...... .......... . .. .......... ........s..., a 4 0%2S 18 01-0518 KB91 3 DAY 047530 :.INSTALL STORM SYSTEM ` - - .... ...... ....__... ._IEEE ._....._._. .._...._. _............ SeP- ' ...._. ..... IEEE.. 047510 INSTALL STREET LIGHTING CONWITANp BASES 3 3 0%;010.418 03-011-18 Kit-5DAY •......................_......................._...................._....._.............................._......._..........._...........__...................._........^........__...__._...........................4;_........4b........M.'...-518._.0906618 e...kl6315_........ ....... r .... -� 047550 :REMOVEANO REPLACE CUftB AND GUTTER /i / 0%!02-QY-1 : -18 KB91-S DAY '-:..........._............._..:...._..................................._......._.........._._...._.__.....___....._...._.....____....._................_._............._......._....._......__....._.._1— ._..;._..._....'04-....._18...._...........-....;...._.._..D.... . ...:..........047560 REMCVEANO REPLACE SIDEWALK 3 3.",... 0%0&04-18:11-OC-16 i K881-50AY a_ -. 0475]0 ROADNJAV COJSTRUCTICN 8: 0%;12-OS-18 j 23-(kt-18 K891-5DAY .: ..........................................._......._..__......__....._..._.............._........................_..._......_......:.__.............._....—._......._......_«..._..._........._ :_.....__._...._.^.......__.._:......_.__.. .. 047580 TEMPORPRY STRIPINGANO SIGNAGE 1 t; 0%124.01.18.2401118 813911-5DAY _ R74 L..._ 047590 'PRIVATE SIDE HARMON24TION LANDSCAPING AND IRRIGATION 30 30 016 3405 1B 07-Oac18 K891 SDAY „ , ,_ -.. Ae . 01 ' C480W MCEILI2:E ANO MATERIAL DEWERY 2 2 0%22.136-18 23-0648 KB91 5DAY . 2......__.,27 23-06 . I. ��048010 :MOT 1 2; 2O%:ZZ-Q8-18 j 23-00-1B 10'%1-SDAY S :..._....C._...._....-...:SUR........ _................_......_.......__.."'-"'._.__.._._.................._._............_._................_....,........._..............;....._....2......._2..._.8x 2000=8_p23ce-_8_1... _5 DA. C4-8020 BURVEY LAY OUT : : 1 1 Y � • .............._................... ...._..............................._............................................................................._........................._.._e--....._:.._.._..:......._%.F__.._..........:..._._...............__._..._........-.AY �� C480A :INSTALL STORM SYSTEM(WEST SIDE) i 7e 7! O%5404-18 01-Nov-16 Kit-5DAY eaaa• Remainng Level of Effort =Remaining Work • •MBeeton4 Page 9 0112 TASK fitter:All*0505.5 IMMO Actual Work a Croce!Remankq Work ®Oracle Colporetior K&81 WEST AVENUE NEIGHBORHOOD IMPROVEMENT NORTH [14-6,‘:114;91 TASK filter:All Activities K8-91-ALL ACTIVITIES ICORST.II MG I_o lava.n Actvrty ID ActNay Name OD RD PCT Start Fn. Calendar 2017 2018 2019 Apr M Jun JM A S Oct N 0 Jan F Ma Apr N Jun Jul A S Oct N 0 Jan F Mar Apr M Jun u C4-8040 INSTALL STREET LIGHTING CONDUIT AND BASES ,3 3 0%01N 18 05-Nor-18 KE91-5DAY ,. 048050 REMOVE-ANO REPLACE CURB AND GUTTER(WEST SIDE) •• 4 6 0%0]N 18'07410r-18 K1391-5OXY • ......_3 3 0%.OSN 18 1}No 18• N891 5DAY C48W0 :.REMOVE AND REPLACE SIpEWALK(WEST SIDE) __,._-, ... ,._ „. ....... _........... 8 8 0%-14N 18 27-Np t8• KB..5 DAY • C 80]0 MODIFY,ROADWAY 00NSTRUOTIQV(WESTS DE) _ ._,. ....._.._ .. ......_.... -_. . ........ .. .....1 1 0%.Z&N 18 2}No 1. KB91-5 DAY _.. ,..... �........C4808) MODIFY MOT ... .__.. ...__ .. ..... . .. ...... ... .. .... .......... _.._ V .._.... _... .. 048140 PRIVATE SIDE HARMONIZATION LANDSCAPING AND IRRIGATION 30 300%'28-Nav-18'10.) 19 K691 5 DAY ... S_. SYS_. __..... ... ......._ ..._ _..... :. .. Co-8090 !INSTALL STORM SYSTEM(EAST BIDE) 4 4 0%:24N 8�O40e 18 N891-5 DAY , ...D • ._...,._ e - .._..... .._.._ __ _._. _4 .. 0%:OSOstB'.10-Oe 18 KB......DAY ' 048100 -REMOVEAND REPUCE CURB AND GUTTER(EASTSIDE) _„ ...; ..... .....__.. I ...AC ..... ....... ... C 81/0 REMOVEANDREPLACE SIDEWALK(EAST RDE) ........_3 3 0%:;1 Ce-18 ...... 8 K981-S DAV _._ ..._ ......_. . D .... 04-8120 ROADWAY CONSTRUCTION...(EAST SIDE) ._.,...,5 5 0%:.140 18 120-Dec-18 K891 SDAY ..-.-. I...-- C4-8130 TEMPORARY'STRIPINGANOSIGNAGE 1 1 0%21-Dec-18 21-Oe 18 0891-SDAY SE Y' L ind�+.3t ` tel. i,,' 048500 •MOBILIZE AND MATERIAL DELNERY 1 1. 0%:21-D.-la 210.-18 089-5 DAY 048510 MOT m _ _ T i -1''"--12%721.D.-18 21 0 18 i KB91 5DAY -_._ .. _._.._. _ In 11 C4-8 ._N -Da 520 SURVEY LAY OUT 1 1 0% en 21 O1B 21-pa 18 KB91-SPAY ..-._...- C-8530 INSTALL STORM SYSTEM _.. _4 4 0%25-Jan-19•30-Jan-19 KB91 5DAY 04-85`50 REMOVE AND REPLACE CURB AND GUTTER < 4. 0%30-Jan-19 04Fb19 0091 5 DAY VI -"INSTALL T 4 " 3 3 0%:31 Jan-18 04-Feb-19 Kit 5 DAY C 8540 :INSTALLSTREET LIGHTINGCONOURAND BASES - ._„_, 5555._:._ 5555... _..._ _ 5555_ I; _M _.. ... .. _.. C4-8580 REMG/EAND REPLACE SIDEWALK .. 3. 0%:'Oi..--- O]-...... K�1-SDAY 555_5 55_55 .. _. .. .. ... .. __ • ....... .,5 555 „ _ 5.... ... C4-8570 ROADWAY CONSTRUCTION - .- . 10 10 0%08-Feb-19 22 F b19 KB91 5DAY .- .. ._ . 1 1 0%;2SF b19 2SF b19 K1391 S DAY 048580 TEMPORARY STRIPINGANDSIGNAGE ,.,,,,.,-„-, ,,,- _ --- --- _. 5555... 5555._. RI._.. 048590 PRIVATE SIDE HARMONIZATION LANDSCAPING ANO IRRIGATION 15 15 0%:2SF b19 tiMa 19 0091-5"DAY SE4- .” ,\A; ;.. , .. ' � ' > v ,. _. 1 1 0%21 De ': a18 21 Da 18 0891-5DAY me 010 .MOBIUZEANOMATERIAL DELIVERY _..._..-_5555—.---—. _.. __............ 04-9010 :MOT 1 1 I 1 Co- 0%2121-Dec-18 X21-peo18 K091-SDAY .. _ 5555.. 049020• INSTALLSTORM SYSTEM4 4 0% .-18 24-026-Da 0881 1B 50AY C 9030 INSTALLSTREET LIGHTING CONDUIT AND BASES 3 3 0%28-0.018-02Jan•18 K881 5DAY Co-9040 REMOVE AND REPLACE CURB AND GUTTER 4 4 0%!310 (804-Ja 19 K581 SDAY y _5_5_55 5555 , _ _ �«.._ ,_ 81 ___ -• -'--- - 3 3 pA014 19 �-Ja 19 0891-SOAP C 9050 REMOVEANO REPLACE SIDEWAIH - ...858 0%.10Jan19 22-Jan-19 0891-5DAY a ... ...__.5555 04-9050 TEMPORY YSTRIPNGAN C 90]0 TEMPORARVSTRIPINGANOSIGNAGE13 1 m"0.4.':.23-00:19 :�21Jan 19 2}Ja 19 K89t-5DAY ua -- CS90W PRSIO NATEE HARMONRATICN LANDSCAPING AND IRRIGATION 12}b 19;12-Feb18 K891-SDAY Y. 04-95T ;MOB(UZE AND MATERIAL DELIVERY . 1 1 0%I 24.On 18 24-Oct 18 KB91-5 OAT i ... _. 5555 ... ... 5555_ ..5555._ 5555. 5555. 5555._ . 5555049510 'MOT 1 1 0%20G18 24-00(18 KB91-5DAY ........ _5555. _... 55_55 5555 ... 5150. ....... 5555... .. ..... L T ".'. ... 5 555 12 12. 0%"25-00.1 8;09-N4-1B 0891 5 DAY 's Co-952A 'INSTALL STREET UGHTM .. '-'0%.'013-N.-18 . .. .555.. e .. .. .. 5555.. .. 5555._.. ......... 5555 - 5555... 4 4. 0%OiN 18 14N 18 KB91 S OAY 045530 .INSTALL STREET UGHTINGCONOUITPNO BASER 5000, ..._G...._ ... ... 5555... .. -��: 8 8'. 0%:1}Nov-1B 28-Npv-18� K�1 SDAY n ...049540 REMOVE AND REPLACE SIDEWALK AND GUTTER .......... .....,. 5555... . ... s . 5555... 5555.. 5527- - ......, "'REMOVE 5555 5555... 5555 ... 5555.. .,,fi 6 0%:2]-Nov04D.at8 KB91 SDAY 049550 :REMOVEANO REPLACE .._....... _5555... 5555 5555.. I28-0e-18 K591-5DAY .. 0495W RGAOWAV CONSTRUCTION ,._ _.,_...._.... M..�_ .__._...._.:_..�_ 5550.. w ' ' . _-1 TEMP_.._ _ 0__555_ NAGE.— ..._.� ..^ •C4%70 TEMPoRARV STRIPINGANO SIGNAGE 1 1 O%:2818 2i0ea18 5(691-5 DAY : _._._._..._.._.._ESI DE ..-.._C_,.TI._....._-___API ---- -- '-15 15 0%-2&Oe 18 18Jan-19 0891-5 DAV C495BD PRIVATE SIDE HARMCNZATIp1 lAN05CAPING AND IRRIGATION , -• :C4iaYNw- /vZEAI4D,AT;RKRLD $a` "'r.; '.a �r... a k ^ a- 2: 2 0%2}Jan-19 24J 19 KB91 5 DAY 5555...-0410000 MOBLIZEANO MATERIAL DELIVERY 5555...__ ... .. ..._ 5555... .- ........ _. p" . .,. 5555;__ _.._.___ 5555.. _5555_5555... _._.. G1-1W10:MOT .........2.. 2:, 0%'2}Jan-19 24Jarv19 N891_50AY .SUR..._ ...UT .. 55 5.... ... ......... ._.. 5555... .. 5555.. ...5555 ___. ............. 041..020 SURVEYLAY OUT • 2 2 0%.2...... 924)....-19 K�1-SDAY e 5555.. ...._.. 5555...5555 555_ 555 5555 5555.. 1 Page 10 o112 TASK Nter All A05viaes ' ram RanIa4.8 Level of Effort e -I Reunallmg Work • •Milestone 1 � lActual Work ®Guilin'Remanng Work O Oracle Corporafdr i S i.( 1 1 I 1 Y i I KB-91 WEST AVENUE NEIGHBORHOOD IMPROVEMENT NORTH i Wd.. TASK filter:All ActNi(ies K591 ALL ACTIVITIES DON-8o19 VC. AASMyID VAN/Name 00 RD PCT 50rt Frush Calendar 2017 2018 2019 Roll M IA A11."I A 15 1081 N I 0 Janl F IMa0I41 414.1 AAI A l 81001 H I D JeJ F iMarlAwl M I,anle V C4-10030 INSTALL STORM SYSTEM(WEST SIDE) 5 0%2S-an 19 ]1J n-18 KB51 NOAY VI ... .. .. _.. ._.. .. 3 3 0%31-Jan-19 04F tr 9 K891 S PAY 040060 INSTALL STREET LIC-HYING CONDUIT AND BASES ... ' -- A d 0%:�Ot F 519 O-F b1H K891-SDA? Cd-10050 REMOJEANO REPLACE CURB AND GUTTER(WEST SIDE) .._... _ ........ M.. .900 ..W ... .. '= C4100�.REMOVEAND REPLACE SIDEWALK(WEST SIDE) 3 3 0%.07-Feb-19 11-Feb-19• N891-5DAY _ ... C4-0070 RQ40WAY CONSTRUCTION(WEST SIDE) 8 8 0%12F b1b 22F0-19 9091 5DAY C410080 I MODIFY MOT1 1 O%25-Fetr19 25-F b19 I KB91 SOAY . ... 0410160 PRIVATE SIDE HARMONt2ATI0N LANOSCAPING AND IRRIGATION 20 20 0%25-Feb-1922-Mar 19 KB81 50AY 904-1W80 INSTALL STORM SYSTEM SIDEI 5 5 0%-.26F b18 04Mar 19 I K091 60AY t. C4-10100'R EMOVE AND REPLACE CURB AND GUTTER(EAST SIDE) d 4 0%.,OSMa 18 0SMa 19 KB81 5DAY ‘.. ... E.. A. ...._.. .. .... � C410110-REMWEAND REPLACE SIOEWAU(FAST SIDE) 3 3 0%11-Mar-19 1}Mar t9 KB91 5DAY Iq ._. 1 •I ....AY R .. D"'.. ....... .... ...... ...... ...5 5 0%;14Ma 19 20-Mat 19. KB91-5DAY >:�'�;' 04-10120 ROADWAY CONSTRUCTION FEAST SIDE) :,,,,,,,, .. ._....... .. ..... 0410130 TEMPORARY STRIPINGANO SIGNAGE 1 1 0%21 Ma 19:21-Mar 19 KB9t-50Av .'. ai 04-10500 MOBILIZE ANL]MATERIAL DELIVERY I 1 0%',2}A 19 2}J 19 K�1 5DAY .... __... _...:.._..._.�...._...�__... ........__ _�... _.." .5. _. .. 0410510 MOT -1 1 0%:2}Ja 19 23-Jan-19K�1-5DAY <" ..... ........._ .. - _ .. 1 1 0%4 t4Jan-19 24-Jan-19 Kit.5DAY • , C4-10520 SURVEY LAY OUT ..... - ., 0410530 INSTALL STORM SYSTEM .,,3 3 0%.25.4 19 29-Jan-19 KE91 5DAY .NSTAL._. H GO.. ITA SS ... ..._.... ... _. S : 0410540 INSTALL STREET LIGHTING CONDUIT AND BASES y 3: 3 0%29Ja 19`]1Jarv19 KB91 5 DAY III'IIII ...,... M R ... 6 6 0%.30-Jan-19 04 Feb-19 9891 5 DAY SSSS SSS S 0410550 REMOVE ANO REPLACE SIDEWALKE AND GUTTER ._ "" .> _ SSSS. ... .. ..... .........._..._.. SSSS SSSS_ 3: 3t—GIC 05-Feb-1901-Feb19 N0815MV 04-10570 ROADWVE YNONSTC , -„_ , _.. eb ,. DAY... C4-10570 ROADWAY CONSTRUCTION 8 8 0%-08-Feb-19 15-Feb-19 Kai-5DAY .:. .. .. ._ ...PING _ SIGNAGE_.. ...,......._ C410580 TEMPORARY STRIPINGANOSIGNAGE 1 l. 0%:1&F b19.18-Feb 19 KB91-50AV -..�.... ..I _ ... ... _._ SSSS. _ .... C4-10590 PRIVATE SIDE HARMONIZATION,LANDSCAPING AND IRRIGATION I Air 15 0%1 19-Feb-19 t 11-Mar-19 KE81-S PAY 1 1 0%.2SF b19 25-Fee-19 KR91 5 DAY -- -- C 11000 MOBILIZEANDMATERIALDELIVERY ................ ,. - -"'_- "' 1 1., 0%'2SFeb19 25-Feb18 Kit-5DAY C4-11010.MOT 0411000:INSTALL STORM SYSTEM ,,,_,mm -t3 3 0%28-F tr18 I 28-Fetr19 KB91 SOAY " -tri 0411030 INSTALL STREET LIGHTING CONDUIT-AND BASES 3 ] 0%2SFBb19 04-Mar-19 K�1.5 DAY .. REPLACE GUTTER 4 0411060 REMOVEAND CURB-AND GU6 0%01 Mi 19 I CSM 19 KB91 SOAP .. EM._. AND _-__ "- 0411050=REMCNEANO REFUGE SIDEWALK 3 3 O%;OT Ma/8,11Ma t9 KW1 5DAY ..- .AY C411C50 RMOWAV CONSTRUCTION 6 B 0%_12-Mar-19:19-Mar-19: KBBt S MY ...._,-.._ S_ ..-_. ._ ._.._._..._ E 04110'!0 TEMPORARY STRIPINGPNO SIGNAGE 1 1 0%.20-Mar-19 20-Mar-19 19 KB91-5DAY 8.->. I__.... .. TI—_..DSSCA ---- ...10 10 0%�20-Me 19 02 Ap 19 9991 5 DAY 0411080 PRIVATE 510E HARMONIZATION,LANDSCAPING AND IRRIGATION „F -.-,• SSSS._ ...: 1� ".. tII 04-11500 MOBILIZE AND MATERIAL DELIVERY 1: 1 0%25-Feb-19 25-Feb-19 KB91 5DAY 1 1 O%'.2SF big 25-Feb-19: 9891 5DAY ...04-11510.MOT • ... ........ "SSSS. SSSS. ... .--04-11520 INSTALL STORM SYSTEM 3 3 0%;2SF b19:2SF tr19 KB91 5DAY . SSSS ... �`-- L411530 INSTALL STREET LIGHTING COJOUTF AND BASES u 3 3 0%_2SFetr19A34-Mar-19 KB9t 30AY ' 04-11540REMOVE AND REPLACE CURB ANO GUTTER - 4 4 VIA'01Ma 19 I 1:6-Mar-19 7 1(091 50AY 4 --T. C4REMOVE AN 11550 REME AND REPLACE SIDEWALK .. ---.. --' 0411550 ROADWAY CONSTRUCTIO4 0411510 I TEMPORARY STRIPINGAND SIGNAGE / 1 0%20-Mar-19 20-Mar-19 KB91 5 DAY .� .-. ._..- SSSS .-.—,- : ) , C4-11580 7PRIVATE SIDE HARMONLZATION LANDSCAPING AND IRRIGATION 10 10 0%20-Mar.19 02-Apr-19 I KB91-5DAY a08-1110 TOTAL DURATION(FROM SEANPJJJ PUMP STA PERMIT MAX 180DAYS)_. 140 140 0%30-Aug-18 16-Jan-1SK891-7 DAY _._. _... _.._ ..._ SSSS._ 051000 MOBILIZATION ANO MATERIAL OELIVERY10 10 0%'3/Pag-18 14-Sep-18 I K891 5 MY 1 1111 Renu M Leval al Elton '-1 Rennksf9 Wwk ♦ ♦MYesbne Page 11 of 12 TASK RI1en All Activi4es ACual Work NEM Cry Remambq Work C OracR CAI8SIatio( t . t LI t. il 1 I i .N KB-9t WEST AVENUE NEIGHBORHOOD IMPROVEMENT NORTH -14 = TASK Oiler'All Acavitie3 K691-ALL ACTNRIES COMB?lam. Ac1Nky ID PMSMY Nams OO RD PCT 318M1 FnuH. Calmoar 201] 2018 2018 I - CS10t0 SURVEYLAY00T 2 2 0%:OSSep-19 OSSMP18 ,KB91 SOAP Apr I ' ._ _. ._.... ..._ --Y M PH"JW A 5 0.1 N D Jan F Mar Apr M Jun JU�A 5[DH]N D Jan F M Apr)M Juni" 05-1030 INSTALLATION CF PILES 15 15 O%t]SeP1B:�18 0 B91 5 DAY f 05-1030 CONSTRUCTION CF PILE CAPS 15 15 0%.09-M 18 2400118 591 S DAY ..... T 05-1000 INSTALLATION OF BEAMS AND SLABS� M 20 0%30-00 18 24No 18 KE�1 S DAY 05-1050INSTALLATION O GRATING 5 S 0%:36N 18 0&Oa 1B N�1_V5 DAY 05-1080 �INSTALLATION RAILINGS AND FINISHES __ _ 15- 15 0%07 Ceo18 26Mc1B K891 5 DAY 05-1070 INSTALLATION CF ELECTRICAL COMPONENTS 10 10 0%:31 8-18 1Warv19 K891 50AY --- - - - --.. - . 05-1080 'WALKTXROUGX INSPECTIONS ANO PUNCH LIST 2 2 0%;1SJa 19 18Jan19 KB91 S DAY 05-1100 SUBSTANTIAL COMPLETION iKi 0 O%: 18Jan-18 KB91-3 DAY ' 05-1080 PUNCXLIST COMPLEPIOI 15 15 0%17 Ja-19 07-Fetr19 NB91-S DAY .--- OVa .. X44. SR 5 • 061010 :FINAL CERTIFICATIONS 5 5 OM'.03PNK 19 0-Ap 19 K�1 S OAY L ....O..... ....__.._ ......_..... _...... .......... .....__ 1 061000 FINALASPHALT OVERLAY 15 15 O%03Pp/9 i 23AP 9 KB91 S DAY ^-.% C6t020 :FINAL SUBMISSION aF RECORD DRAWINGS ANO NMRRANTIES ,30e 30 0%..03PPr 19'14May-19 KISt-5 DAY £.._......._._._......._....:.....................__..._.._........_..._................._. ....._....._.. .....__....._..................... `........��.._..._tQ;...._-0%i 24Apr.19...107-May.19..:..,KB91..._S DAY 061000 06.1050 FINAL STRIPPING ... .. ......ECT_......... ..........___. ..._.._.._. ..._..'S 15- 061080 FINAL PROTECT WALKTXROUGH .., 0%:Obhby-19.104May-19 KB91 SOAP ._.... ..........._.._................._................ST COMPLETIOJ....._.._.....__..._........_........_..................._.___.....__........................._..._._...:.._......._..._......._.__ . 5- Y .=x 061080 :FINAL PUNCH LI j 32' 32' 0%''..1SWy-1928Jwt9 KSI-S OAY .:......................._..................._.................._..............._._.............................__..__....._......___........................._....._._........................................._...._. ........«.._._..........................28-J.............e_....._................. ..._.._..C6t090 :FINAL COMPLETION i 0 0_ 0%'.. ;8Jw-19 K�1-SDAY Rertenng LevN of EOort F"'''"`-'1 Remamng Wwk ♦ ♦Mlesrone Page 13 of 12 TASK fitter All AcInntes Actual Work O Craral Remaining Work ®Oracle Coryoretkr APPENDIX E QUALITY CONTROL/QUALITY ASSURANCE The Design/Builder shall submit, subject to the approval of the City, a comprehensive Quality Control/Quality Assurance Plan as provided in the Contract Documents that includes the components required herein and in other provisions of the Contract Documents. The City shall monitor and review the performance of the Quality Control Plan by the Design/Builder, including observation of inspections and testing activities, as provided in the Contract Documents. All Submittals required pursuant to the Design/Builder's Quality Control Plan, or in other provisions of the Contract Documents, shall be delivered to the City, unless otherwise expressly provided in the Contract Agreement. The City shall have the right to reject Work which does not conform to the Contract Documents. If the City determines that a defect or nonperformance exists, the Design/Builder shall cause the defective or nonconforming condition to be corrected or replaced with a conforming installation, product or result, subject to the approved Quality Control Plan, provisions of the Contract Documents and approval of City. City's failure to identify and/or reject any defective or non- conforming Work shall not operate to waive City's right to subsequently demand that Design/Builder remedy any defective or non-conforming Work in accordance with the Contract Documents. 1. Quality Control (QC) Plan. The Design/Builder shall submit for the City's approval a Quality Control Program Plan for the execution of the Work and the Design/Builder shall organize and conduct all activities to be performed under the Contract Documents with strict attention and adherence to the approved Quality Control Plan. The scope of the Quality Program Plan shall include the quality assurance and quality control elements necessary for the design, procurement, manufacturing, installation, construction, start-up, integrated Systems testing, and execution of the Work by the Design/Builder and Subcontractors, and shall comply with the requirements of the Contract Documents. The Quality Control Plan shall include the preparation of documented quality control procedures and instructions in accordance with the requirements defined in this Section, as well as those specified in the Contract Documents, specifically the Construction Documents. The Design/Builder shall be responsible for controlling the quality of all Work, including the Work of Subcontractors. The Design/Builder shall include in its Subcontracts those provisions which it considers necessary to assure that the quality of subcontracted Work will be consistent with that required of the Design/Builder. The City may audit and inspect the Design/Builder's and Subcontractors' Quality Control Programs at any time. Such audits may be conducted on a random or routine basis and may include an audit of the Design/Builder's inspection records and data. Additionally, the City shall have the right to witness any quality control tests or inspections and shall have access to all test data, including test procedures, test specifications and test results. Further, the City shall have the right to conduct independent tests or inspections (at the City's expense) of any material or equipment to be used in the Work. Such audits, inspections or tests conducted shall be performed to verify that all Work is performed in compliance with applicable provisions of the Contract Documents, but shall not relieve the Design/Builder of any of its obligations under the Contract. 98 ii. Drawings, specifications, reports and other documents shall be stamped and signed by the responsible architect or engineer in accordance with Applicable Laws. iii. Coordination of Work performed by different persons in the same area, or in adjacent areas or in related tasks to ensure that conflicts, omissions or misalignments do not occur between or among drawings, or between the drawings and the specifications, and to coordinate the review, approval, release, distribution and revision of design documents prepared by such persons. iv. Elements of Work requiring special quality control attention or emphasis, including the applicable standards of quality or practice to be met and the level of completeness and extent of detailing required. v. Development of a list, by discipline, of the names, qualifications, duties, responsibilities and authorities for all persons proposed to be responsible for quality control of design documents. vi. Any requirements for external technical experts necessary to ensure the quality of design of the Work, including the name, qualifications, duties, responsibilities and authorities, the anticipated timing of the expected availability of, and any coordination required with respect to, any such experts. vii. Preparation of composites in coordination with the Design/Builder's Designer and equipment suppliers to the extent necessary to identify and resolve conflicts in the location of architectural features, structural members, installations and other elements of the Work. b) Design/Builder Design Quality Review. Prior to the submittal of the design construction documents, the Design/Builder shall provide a quality assurance and control review with architects and engineers experienced in the appropriate disciplines. The criteria to be used in such reviews shall include, but not be limited to: i. Conformity of Design/Builder Contract Documents and Design/Builder Drawings with the Contract Documents. ii. Assurance that all materials, equipment, and other elements of the Work have been designed to perform satisfactorily in service and in accordance with the Contract Documents. iii. The appearance, organization, and technical and grammatical accuracy of such documents. iv. Verification that such design construction documents have been checked and signed by each drafter, architect or engineer, checker and reviewer. v. Where required by the Contract Documents or applicable laws, verification that such design construction documents have been stamped and signed by the responsible engineer or architect. 100 vi. Assurance that such design construction documents have been prepared to assure compatibility with all adjacent or dependent materials, equipment or other elements of the Work. 4. Quality Control of Construction, Manufacturing and Installation. The Design/Builder and each Subcontractor shall be responsible for the establishment and implementation of quality control procedures and instructions for the inspection and testing of manufactured and installed materials, equipment, and assemblies. a) Inspection and Testing. The Design/Builder shall conduct a complete review of the Contract requirements and shall identify all inspections and tests required for procurement, and the installation and construction of the project Facilities. The Design/Builder shall establish and employ written receiving inspection procedures to ensure that materials, assemblies, and equipment or other elements of the Work are not incorporated into the Work until each item has been inspected or otherwise verified to conform to applicable requirements of the Contract Documents. Verification shall be in accordance with the Quality Program Plan and other documented procedures of the Design/Builder. The Quality Control Plan and written procedures for first article inspection, final inspection and testing shall provide procedures to ensure that upon completion of all required inspections and tests (including those to be conducted either on receipt of material or equipment or while the material, equipment or other elements of the Work are in process) the results are satisfactory and in compliance with all applicable requirements, and that the results are documented in test reports. No material, equipment or other element of the Work shall be accepted until all the activities specified in the Quality Control Plan and other documented procedures have been satisfactorily completed and the inspection and testing results and documentation are available and approved by the Design/Builder. The Design/Builder shall establish and maintain records which document the fact that each item of material, equipment or other element of the Work has satisfied all applicable inspection and test criteria and other requirements. b) Field Samples and Mock-ups. Field samples and mock-ups shall be prepared at the Project Site or other location by the Design/Builder as specified in the Contract Documents. Affected finish Work shall not be started until the Design/Builder's Authorized Representative has accepted as satisfactory field samples or mock-ups in writing. The City shall be notified in advance and afforded an opportunity to review field samples and mock-ups before affected finish Work is started. c) Desiqn/Builder's Control Inspection and Testing. The Design/Builder shall be responsible for control inspection and testing of all materials, equipment and other elements of the Work prior to their delivery from a manufacturer, or during construction (e.g., electrical equipment load tests, soil compaction tests, concrete tests, piping system leakage tests), to ensure compliance with the Contract Documents. Such inspection and testing shall be performed by a qualified independent testing and inspection firm, to be engaged by the Design/Builder at its expense, and approved by the City. The Design/Builder shall submit to the City the name, address, and qualifications, together with the scope of services, of the proposed testing and inspection firm at least sixty (60) Days prior to scheduled commencement of any Work involving such inspection or testing. Should the Design/Builder desire to use more than one firm for control inspection and testing, the required information shall be submitted for each such proposed firm. All laboratory testing shall be performed by an independent, qualified testing laboratory, employing equipment and qualified testing personnel approved by the City. 101 d) Control of Nonconforminq Material, Equipment, or Elements of Work. The Design/Builder shall establish and maintain a nonconformance system and procedures for uniform reporting, controlling and disposition of Nonconformance Items (NCI's). Procedures shall be established to prevent the inadvertent use or installation of nonconforming material, equipment or other elements of the Work. Control procedures shall provide for identification, evaluation, segregation and, when practical, disposition of nonconforming material, equipment or other elements of the Work and for notification to the Design/Builder, the City and all personnel involved in the affected Work. The responsibility for review and authority for the disposition of nonconforming material, equipment or other Work shall be as established by the Design/Builder in the approved Quality Control Plan. e) Corrective Action. The Design/Builder shall establish and maintain written procedures for: i. Investigating the cause of nonconforming material, equipment or other elements of the Work and the corrective action needed to prevent recurrence; ii. Analyzing all processes, work operations, concessions, quality records, service reports, and complaints of the City to detect and eliminate potential causes of nonconforming material, equipment, or other elements of the Work; iii. Initiating preventive actions to deal with problems at a level corresponding to risks encountered; iv. Applying controls to ensure that effective corrective actions are taken; and v. Implementing and recording changes in procedures resulting from corrective action. f) Handling, Storage, Packaging and Delivery. The Design/Builder shall establish and maintain written procedures for handling, storage, packaging and delivery of materials, equipment and other elements of the Work, including coordination with those materials included in the City's Direct Purchase Program. The Design/Builder shall provide methods and means of handling and provide secure storage areas or stock rooms that prevent damage or deterioration of materials, equipment and other elements of the Work pending delivery, use, or incorporation into the Work. Appropriate methods for authorizing receipt and the release to and from such areas shall be stipulated. The condition of materials, equipment and other elements of the Work in storage shall be assessed at regular and appropriate intervals. g) Quality Record. The Design/Builder and Subcontractors shall establish and maintain procedures for identification, collection, indexing, storage, maintenance and disposition of records concerning the quality of the Work. Such records shall be maintained at the Project Site and at manufacturing facilities and shall document achievement of the requirements of this Section, and the effective operation of the Quality Program Plan. All quality records shall be legible and identifiable as to the material, equipment or other element of the Work involved. When methods of inspection and testing are changed, the Design/Builder shall obtain review and acceptance of written procedures from the Owner before implementation of any change. Quality records shall be stored and maintained in such a manner that they are readily retrievable in facilities that provide a suitable environment to minimize deterioration or damage to prevent loss. 102 Retention times of quality records shall be established and recorded. Quality records should be made available, at all times, for evaluation and review by the City. 5. Conformity with Contract Requirements. a) Verification. All Work shall be performed and furnished by the Design/Builder pursuant to, and in full conformity with, the Contract Documents. Throughout the duration of the Contract, the Design/Builder will be required to so establish such conformance to the City. In addition, the City may inspect and audit the Work, at all stages of its manufacture, fabrication, factory testing, construction, installation, on-site testing, completion and acceptance procedures, at any time. Review, verification and acceptance of the Work will be accomplished through the design review and construction inspection and testing process. All design documents shall be checked and verified by the Design/Builder for compliance with all applicable Contract Documents and with Applicable Laws. b) No Implied Duties. No right to act granted to the City under this Section, nor any decision made by the City in good faith either to exercise or not to exercise such right, shall give rise to any implied duty or responsibility of the City, respectively, to the Design/Builder, any Subcontractor, any of their agents or employees, or any other person performing any of the Work, or relieve the Design/Builder from its sole responsibility for performing its obligations hereunder. Review of Submittals and any action taken by the City with respect to Submittals shall not relieve the Design/Builder from its sole responsibility for accuracy, completeness, coordination, errors or omissions in the Design/Builder Drawings, the Design/Builder Contract Documents and Submittals and associated calculations, or for deviations from the Contract Documents or compatibility of the item with contiguous or dependent items of the Work. 6. No Interference. The City shall not supervise the Design/Builder's forces or Subcontractors or perform other duties for the Design/Builder, nor interfere with the management of the Work by the Design/Builder. Any advice, instruction, direction or other order which the City may give the Design/Builder shall not be construed as releasing the Design/Builder from fulfilling all of the terms of the Agreement or other Contract Documents. 7. Rejection and Removal of Nonconforming or Defective Work. As more fully delineated in Section 2.7.16.20, all Work which does not conform to the Design/Builder's warranties or to any other requirements of the Contract Documents will be considered unacceptable, unless otherwise determined to be acceptable as provided in the last paragraph of this Section. Any defective condition, whether the result of poor workmanship, use of materials containing defects, damage through carelessness or any other cause, found by, or disclosed to, the City shall be removed and replaced by Work and materials which conform to the Contract Documents or shall be remedied to the satisfaction of the City. Upon failure on the part of the Design/Builder to comply promptly with any order of the City to remedy, remove or replace Work which is nonconforming or contains Defects, the Owner may cause such nonconforming Work or Defect to be remedied or removed and replaced by separate Contractors employed by the Owner at the Design/Builder's expense. In such event, the costs of such removal, remediation and replacement shall be deducted from any monies due or to become due the Design/Builder under the Agreement. 103 In the event the City finds, as a result of monitoring of the Design/Builder's quality assurance and quality control activities, that any materials, equipment or the finished product in which materials, equipment or finished product are used are not in conformity with the requirements of the Contract Documents, but that acceptable Work has, nonetheless, been produced, the Owner shall then determine whether the Work shall nevertheless be accepted. If the Owner determines that the Work should be accepted, the Owner will document the basis of acceptance by a Change Order for Diminished Value, which will provide for an appropriate adjustment in the Contract Sum. Any such acceptance shall not, however, ever result in an increase of the Contract Sum or the Contract Price. 8. Design/Builder's Continuing Obligation. Neither the issuance of the Certificate of Final Completion, nor the making of Final Progress Payment by the Owner will constitute acceptance of any portion of the Work which is not in compliance with the requirements of the Contract Documents or constitute a release or diminution of the Design/Builder's continuing obligations with respect to the Work pursuant to applicable provisions of the Agreement or other Contract Documents. 104 APPENDIX F DEFERRED ITEMS AND UPDATED SCHEDULE OF VALUES 105 SIcr' 3100 SW 15th Street CON8T14 FLS INC. Deerfield Beach, Florida 33442 DEERFIELDBEACMFt.olko Office:(954)426-1221 Fax:(954)426-1226 City of Miami 5/24/2017 Capital Improvement Project Office Sent Via E-Mail 1700 Convention Center Drive Miami Beach, FL 33139 RE:Contracts 090/091 —West Avenue Design Build Project 2016-090-KB 2016-091-KB Attn:Sabrina Baglieri Dear Ms Baglieri, Pursuant to our phone call yesterday 5/23/17—please find the revisions to the deferment list we discussed.The Curb and Gutter items have been removed from the list and added back into the Schedule of Values.We have added Final Asphalt Lift to 090 and Mast Arms&Street lights to 091.We have reduced the Concrete and Sidewalk items to 50% at 091 as well. Red,ced 8:d Form 091 Prices °a Deferment Total Deferred Amt. Asphalt Final Lift $294,079 100% $294,079 Concrete Sidewalk-4"with Wire $365,480 50% $182.740 Mesh Concrete Sidewalk-6"with Wire $520,920 50% $260,460 Mesh • Landscaping $777,006 80% $621,605 Mast Arms $549,638 50% $274,819 Street Lights $1,155,094 25% $288,774 Bay Walk $1,348,455 100% $1,348,455 Total Deferment for 091 $3,270,932 090 Asphalt Final Lift $139,884 100% $139,884 Concrete Sidewalk-4"with Wire $158,673 50% $79,337 Mesh Concrete Sidewalk-6"with Wire $239,957 50% $119,979 Mesh Landscaping $343,659 100% $343,659 Mast Arms $291,789 75% $218,827 Street Lights $705,092 75% $529,775 Pedestrian Lights $73,795 50% $36.898 Total Deferment for 090 $1,468,359 R I C - MAN CONSTRUCTION F L O R I D A , I N C . J �� tC' 3100 SW 15th Street coNallin,1Nc. Deerfield Beach, Florida 33442 DEERFIELDBEACN,fowl* Office:(954)426-1221 Fax:(954)426-1226 Enclosed find the revised Schedule of Values based on the forgoing changes.The new contract values are $26,972,131 for 091 and$11,645,231 for 090 plus contingencies as added. The total combined deferral is$4,739,291,slightly above the target deferral amount of$4,658,458.Please contact me if you have any additional questions or comments. Sinc rely, � A Mich el -. - ,COO. Ric-Man Construction FL, Inc. Cc: Danny Mancini Dan LaCross Albert Dominguez Eddie Mancini Steve Mancini Maria Cerna—MariacernaCo�miamibeachfl.gov Jorge Gueimunde—JoroeoueimundeCc�miamibeachfl.coy Fidel Miranda—Fidelmiranda( miamibeachfl.gov R I C - MAN CONSTRUCTION FLORIDA . I N C . RFP NO 2016-091-KB with 607,600 Deduct&Deferred Work g MOBILIZATION LS 1 3,450,519.00 3,450,519.00 MAINTENANCE OF TRAFFIC LS 1 479,323.00 479,323.00 PROFESSIONAL SERVICES:PREPARATION OF FEASIBILITY PLAN;UTILITY LS 1 3,249,572.00 3,249,572.00 COORDINATION;SUPPLEMENTAL SURVEY;TEST HOLES AND SUE;DESIGN;PERMITS;DESIGN AND CONSTRUCTION RELATED PROFESSIONAL SERVICES ROADWAY(ALL AT RISK) CLEAR AND GRUBBING,INCLUDES PAYVEMENT SIDEWALK.DRIVEWAYS AND LS 1 442,920.00 442,920.00 ALL TOPOGRAPHICAL FEATURES THAT REQUIRE REMOVAL TO CONSTRUCT THE PROPOSED WORK EMBANKMENT WITHIN ROW AND PROPERTY HARMONIZATION LS 1 259,659.00 259,659.00 GEOSYNTHETIC REINF OVER SOFT SOIL LS 1 222,318.00 222,318.00 TYPE B STABILIZATION(12") LS 1 134,220.00 134,220.00 OPTIONAL BASE FOR ROAD AND ASPHALT DRIVEWAYS AND LS 1 668,746.00 668,746.00 PEDESTRIAN ACCESS ASPHALTCONG.TYPE 5-111(1")FOR DRIVEWAYS AND PEDESTRIAN LS 1 23,980.00 23,980.00 ACCESS ASPHALT STRUCTURAL TYPE SP-9.5<1"I LS 1 314,704.00 314,704.00 ASPHALT SURFACE TYPE SP-9.5(1") LS 1 0.00 0.00 CONCRETE CLASS I(GRAVITY WALL)WITHIN THE ROW FRONTING LS 1 672,687.00 672,687.00 PROPERTIES WHERE HARMONIZATION IS NOT FEASIBLE OR NOT ALLOWED BY PROPERTY OWNER PIPE HANDRAIL(ALUMINUM) LS 1 890,358.00 890,358.00 CURB AND GUTIER LS 1 598,848.00 598,848.00 CONCRETE SIDEWALK 4"WITH WIRE MESH LS 1 182,740.00 182,740.00 CONCRETE SIDEWALK 6"WITH WIRE MESH LS 1 260,460.00 260,460.00 CROSS WALK PAVERS LS 1 437,658.00 437,658.00 LANDASCAPING FOR ROW AND PROPERTY HARMONIZATION LS 1 155,401.00 155,401.00 CITI BIKE STATIONS LS 1 4,962.00 4,962.00 BUS STOPS/SHELTERS LS 1 4,962.00 4,962.00 OTHER ITEMS NOT MENTIONED ABOVE LS 1 395,334.00 395,334.00 DRAINAGE CURB AND VALLEY GUTIER INLETS LS 1 432,680.00 432,680.00 INLETS TYPE C LS 1 182,999.00 182,999.00 MANHOLES LS 1 413,168.00 413,168.00 CONFLICT STRUCTURES LS 1 124,030.00 124,030.00 YARD DRAIN LS 1 427,641.00 427,641.00 12"PIPE FOR PROPERTY DRAINAGE LS 1 190,278.00 190,278.00 18"PIPE LS 1 5,000.00 5,000.00 24"PIPE LS 1 102,996.00 102,996.00 48"PIPE LS 1 789,734.00 789,734.00 60"PIPE LS 1 207,572.00 207,572.00 72"PIPE LS 1 116,052.00 116,052.00 TRENCH DRAIN LS 1 192,955.00 192,955.00 OTHER ROADWAY AND PROPERTY HARMONIZATION ITEMS NOT LS 1 201,144.00 201,144.00 MENTIONED ABOVE PUMP STATION INSTRUMENTATION AND CONTROLS LS 1 62,015.00 62,015.00 TREATMENT STRUCTURE 50 CFS(AT LINCOLN ROAD) LS 1 292,883.00 292,883.00 TREATMENT STRUCTURE 25 CFS(AT BAY) LS 1 281,393.00 281,393.00 WETWELL STRUCTURE LS 1 511,600.00 511,600.00 OVERFLOW JUNCTION BOX LS 1 42,498.00 42,498.00 TRASH RACK LS 1 107,474.00 107,474.00 PIPING WITHIN PUMP STATION LS 1 6,202.00 6,202.00 32"HOPE FLAP VALVES LS 1 19,587.00 19,587.00 36"HDPE FLAP VALVES LS 1 16,987.00 16,987.00 JUNCTION STRUCTURES LS 1 222,565.00 222,565.00 20,000 GPM ELECTRICAL AXIAL PUMPS LS 1 1,426,348.00 1,426,348.00 ELECTRICAL(INCL VFD,ELECT SERVICE,ETC.) LS 1 198,448.00 198,448.00 CONC ENERGY DISSIPATER LS 1 159,967.00 159,967.00 SEAWALL W/OPENINGS AND MANATEE GRATES LS 1 296,882.00 296,882.00 OTHER DRAINAGE ITEMS NOT MENTIONED ABOVE LS 1 415,395.00 415,395.00 WATER SERVICE CONNECTION WITH NEW AMR LS 1 265,076.00 265,076.00 8"TO 12"DIP WM W/FITIINGS LS 1 381,783.00 381,783.00 24"HDPE DR 11 OR 20"DIP WM(W/FITTINGS) LS 1 398,950.00 398,950.00 REMOVE EXISTING WATER MAINS LS 1 68,153.00 68,153.00 8"-12"GV W/BOX AND ID LS 1 147,028.00 147,028.00 20"GV W/BOX AND ID LS 1 85,025.00 85,025.00 FIRE HYDRANTS LS 1 134,409.00 134,409.00 REMOVE EXISTING WATER MAINS LS 1 68,153.00 68,153.00 OTHER WATER RELATED ITEMS NOT MENTIONED ABOVE LS 1 213,397.00 213,397.00 Gravity Sewer SERVICE CONNECTIONS INCLUDE CLEAN OUTS LS 1 259,687.00 259,687.00 8"-10"PVC(DR 18) LS 1 47,412.00 47,412.00 12"PVC(DR 18) LS 1 20,522.00 20,522.00 15"-18"PVC(DR 18) LS 1 122,928.00 122,928.00 REMOVE EXISTING GRAVITY LINES LS 1 117,735.00 117,735.00 SANITARY MANHOLES LS 1 275,058.00 275,058.00 OTHER SEWER RELATED ITEMS NOT MENTIONED ABOVE LS 1 37,385.00 37,385.00 SIGNING AND MARKING ALL REQUIRED SIGNS LS 1 341,081.00 341,081.00 REFLECTIVE PAVEMENT MARKER LS 1 2,438.00 2,438.00 SOLID TRAFFIC STRIPE(6"WHITE) LS 1 18,603.00 18,603.00 SOLID TRAFFIC STRIPE(12"WHITE) LS 1 6,941.00 6,941.00 SOLID TRAFFIC STRIPE(24"WHITE) LS 1 3,720.00 3,720.00 SKIP TRAFFIC STRIPE(WHITE) LS 1 3,635.00 3,635.00 PAVEMENT MESSAGE LS 1 10,605.00 10,605.00 DIRECTIONAL ARROWS LS 1 12,031.00 12,031.00 SOLID TRAFFIC STRIPE(6"YELLOW) LS 1 24,731.00 24,731.00 OTHER ITEMS NOT MENTIONED ABOVE LS 1 15,504.00 15,504.00 SIGNALS GROUNDING ELECTRODE F&I LS 1 1,241.00 1,241.00 CONDUIT UNDERGROUND LS 1 538,710.00 538,710.00 PULL BOX&SPLICE BOX LS 1 106,046.00 106,046.00 ELECTRICAL POWER SERVICE LS 1 51,473.00 51,473.00 ELECTRICAL SERVICE WIRE LS 1 13,954.00 13,954.00 SIGNALS POLES,PEDESTAL LS 1 40,930.00 40,930.00 MAST ARMS LS 1 274,819.00 274,819.00 MAST ARM REMOVAL COMPLETE LS 1 29,768.00 29,768.00 SIGNAL 12"SID(3 SECT.,1-WAY) LS 1 25,240.00 25,240.00 PED SIGNALS LS 1 27,535.00 27,535.00 BACKPLATES LS 1 1,551.00 1,551.00 TUNNEL VISORS LS 1 1,861.00 1,861.00 INDUCTIVE LOOP DETECTOR LS 1 5,458.00 5,458.00 LOOP ASSEMBLY TYPE A MOD.(6X40) LS 1 24,310.00 24,310.00 CONTROLLER SOLID ST.(ACTIVATED) LS 1 124,030.00 124,030.00 REMOVE MISC.SIGNAL EQUIPMENT LS 1 12,248.00 12,248.00 SIGN OVERHEAD(F&I) LS 1 52,093.00 52,093.00 OTHER ITEMS NOT MENTIONED ABOVE LS 1 40,506.00 40,506.00 LIGHTING CONDUIT UNDERGROUND LIGHTING&COMMUNICATION LS 1 233,436.00 233,436.00 PULL BOX&SPLICE BOX LIGHTING AND COMMUNICATION LS 1 96,617.00 96,617.00 CONDUCTOR LIGHTING AND COMMUNICATION LS 1 169,310.00 169,310.00 LOAD CENTER LS 1 73,922.00 73,922.00 PHOTO ELECT.CONTROL ASSEMBLY LS 1 3,101.00 3,101.00 STREET LIGHT COMPLETE LS 1 866,320.00 866,320.00 PEDESTRIAN LIGHT COMPLETE LS 1 129,586.00 129,586.00 OTHER ITEMS NOT MENTIONED ABOVE LS 1 207,079.00 207,079.00 BAYWALK LS 1 0.00 0.00 BONDS AND STRUCTURE LS 1 143,133.00 143,133.00 ALLOWENCE FOR PERMIT FEES LS 1 100,000.00 100,000.00 ALLOWENCE FOR TESTING IS 1 100,000.00 100,000.00 ALLOWENCE FOR CONTROL CABINET ENCLOUSURE LS 1 100,000.00 100,000.00 -,?.."'(1- n.--tit,,, , I pit e,',„,;4"tt4 „'a, s ��� 7” f $26,972,131.00 A (1--cz,1 ti ".4ik f " i "..K 1 s ,- " f ,L " t',,::91,at ^" r''4'.-: ly, ''! RFP 2016-90-KB with 172,400 Deduct&Deferred Work MOBILIZATION LS 1 $1,840,954.00 $1,840,954.00 MAINTENANCE OF TRAFFIC LS 1 $360,573.00 $360,573.00 PROFESSIONAL SERVICES:PREPARATION OF FEASIBILITY PLAN;UTILITY COORDINATION;SUPPLEMENTAL SURVEY;TEST HOLES AND SUE;DESIGN;AND CONSTRUCTION RELATED PROFESSIONAL SERVICES LS 1 $1,336,090.00 $1,336,090.00 ROADWAY(ALL AT RISK) CLEAR AND GRUBBING,INCLUDES PAVEMENT,SIDEWALK,DRIVEWAYS,AND ALL TOPOGRAPHICAL FEATURES THAT REQUIRE REMOVAL TO CONSTRUCT THE PROPOSED WORK LS 1 $197,059.00 $197,059.00 EMBANKMENT WITHIN ROW AND PROPERTY HARMONIZATION LS 1 $113,649.00 $113,649.00 GEOSYNTHETIC REINF OVER SOFT SOIL LS 1, $112,009.00 $112,009.00 TYPE 8 STABILIZATION(12") LS 1 $63,728.00 $63,728.00 OPTIONAL BASE FOR ROAD AND ASPHALT DRIVEWAYS AND PEDESTRIAN ACCESS LS 1 $283,459.00 $283,459.00 ASPHALT CONC.TYPE S-III(1")FOR DRIVEWAYS AND PEDESTRIAN ACCESS LS 1 $10,783.00 $10,783.00 ASPHALT STRUCTURAL TYPE SP-9.5(1") LS 1 $150,840.00 $150,840.00 ASPHALT SURFACE TYPE SP-9.5(1") LS 1 $0.00 $0.00 CONCRETE CLASS I(GRAVITY WALL)WITHIN THE ROW FRONTING PROPERTIES WHERE HARMONIZATION IS NOT FEASIBLE OR NOT ALLOWED BY PROPERTY OWNER LS 1 $425,885.00 $425,885.00 PIPE HANDRAIL(ALUMINUM) LS 1 $391,380.00 $391,380.00 CURB AND GUTTER LS 1 $273,663.00 $273,663.00 CONCRETE SIDEWALK 4"WITH WIRE MESH LS 1 $79,337.00 $79,337.00 CONCRETE SIDEWALK 6"WITH WIRE MESH LS 1 $119,978.00 $119,978.00 CROSS WALK PAVERS LS 1 $242,626.00 $242,626.00 LANDSCAPING FOR ROW AND PROPERTY HARMONIZATION LS 1 $0.00 $0.00 CITI BIKE STATIONS LS 1 $5,042.00 $5,042.00 BUS STOPS/SHELTERS LS 1 $5,042.00 $5,042.00 OTHER ITEMS NOT MENTIONED ABOVE LS 1 $255,938.00 $255,938.00 DRAINAGE CURB AND VALLEY GUTTER INLETS LS 1 $131,279.00 $131,279.00 INLETS TYPE C LS 1 $26,722.00 $26,722.00 MANHOLES LS 1 $163,781.00 $163,781.00 CONFLICT STRUCTURES LS 1 $100,837.00 $100,837.00 YARD DRAIN LS 1 $100,914.00 $100,914.00 12"PIPE FOR PROPERTY DRAINAGE LS 1 $107,520.00 $107,520.00 18"PIPE LS 1 $5,000.00 $5,000.00 24"PIPE LS 1. $89,813.00 $89,813.00 30"PIPE LS 1 $5,000.00 $5,000.00 48"PIPE LS 1 $550,538.00 $550,538.00 TRENCH DRAIN LS 1 $35,420.00 $35,420.00 OTHER ROADWAY AND PROPERTY HARMONIZATION ITEMS NOT MENTIONED ABOVE LS 1 $146,667.00 $146,667.00 WATER SERVICE CONNECTION WITH NEW AMR LS 1 $176,323.00 $176,323.00 8"-12"DIP WM W/FITTINGS LS 1 $245,328.00 $245,328.00 24"HDPE DR 11 OR 20"DIP WM(W/FITTINGS) LS 1 $286,314.00 $286,314.00 REMOVE EXISTING WATER MAINS LS 1 $45,234.50 $45,234.50 8"-12"GV W/BOX AND ID LS 1 $82,579.00 $82,579.00 20"GV W/BOX AND ID LS 1 $136,444.00 $136,444.00 FIRE HYDRANTS LS 1 $137,480.00 $137,480.00 REMOVE EXISTING WATER MAINS LS 1 $45,234.50 $45,234.50 OTHER WATER RELATED ITEMS NOT MENTIONED ABOVE LS 1 $249,303.00 $249,303.00 GRAVITY SEWER SERVICE CONNECTIONS INCLUDE CLEAN OUTS LS 1 $154,702.00 $154,702.00 8"-10"PVC(DR 18) LS 1 $47,629.00 $47,629.00 12"PVC(DR 18) LS 1 $65,040.00 $65,040.00 15"-18"PVC(DR 18) LS 1 $19,396.00 $19,396.00 REMOVE EXISTING GRAVITY LINES LS 1 $95,652.00 $95,652.00 SANITARY MANHOLES LS 1, $237,733.00 $237,733.00 OTHER SEWER RELATED ITEMS NOT MENTIONED ABOVE LS 1 $25,708.00 $25,708.00 SIGNING AND MARKING ALL REQUIRED SIGNS LS 1 $330,242.00 $330,242.00 REFLECTIVE PAVEMENT MARKER LS 1 $2,540.00 $2,540.00 SOLID TRAFFIC STRIPE(6"WHITE) LS 1 $16,160.00 $16,160.00 SOLID TRAFFIC STRIPE(12"WHITE) LS 1 $4,899.00 $4,899.00 SOLID TRAFFIC STRIPE(24"WHITE) LS 1 $3,830.00 $3,830.00 SKIP TRAFFIC STRIPE(WHITE) LS 1 $2,596.00 $2,596.00 PAVEMENT MESSAGE LS 1 $9,756.00 $9,756.00 DIRECTIONAL ARROWS LS 1 $16,260.00 $16,260.00 SOLID TRAFFIC STRIPE(6"YELLOW) LS 1 $8,424.00 $8,424.00 OTHER ITEMS NOT MENTIONED ABOVE LS 1 $3,938.00 $3,938.00 SIGNALS GROUNDING ELECTRODE F&I LS 1 $1,261.00 $1,261.00 CONDUIT UNDERGROUND LS 1 $269,557.00 $269,557.00 PULL BOX&SPLICE BOX LS 1 $46,007.00 $46,007.00 ELECTRICAL POWER SERVICE LS 1 $32,646.00 $32,646.00 ELECTRICAL SERVICE WIRE LS 1 $9,454.00 $9,454.00 SIGNALS POLES,PEDESTIAL LS 1 $15,252.00 $15,252.00 MAST ARMS LS 1 $72,942.00 $72,942.00 MAST ARMS REMOVAL COMPLETE LS 1 $12,605.00 $12,605.00 SIGNAL 12"STD.(3 SECT.,1-WAY) LS 1 $13,992.00 $13,992.00 PED SIGNAL LS 1 $9,328.00 $9,328.00 BACKPLATES LS 1 $1,576.00 $1,576.00 TUNNEL VISOR LS 1 $1,891.00 $1,891.00 INDUCTIVE LOOP DETECTOR LS 1 $1,009.00 $1,009.00 LOOP ASSEMBLY TYPE A MOD.(6X40) LS 1 $10,588.00 $10,588.00 CONTROLLER SOLID ST.(ACTIVATED) LS 1 $63,024.00 $63,024.00 REMOVE MISC.SIGNAL EQUIPMENT LS 1 $7,122.00 $7,122.00 SIGN OVERHEAD(F&I) LS 1 $26,470.00 $26,470.00 OTHER ITEMS NOT MENTIONED ABOVE LS 1 $20,614.00 $20,614.00 LIGHTING CONDUIT UNDERGROUND LIGHTING AND COMMUNICATION LS $156,295.00 $156,295.00 PULL BOX&SPLICE BOX LIGHTING AND COMMUNICATION LS $45,763.00 $45,763.00 CONDUCTORS LIGHTING AND COMMUNICATION LS $82,677.00 $82,677.00 LOAD CENTER LS $45,075.00 $45,075.00 PHOTO ELECT.CONTROL ASSEMBLY LS $3,152.00 $3,152.00 STREET LIGHT COMPLETE LS $175,317.00 $175,317.00 PEDESTRIAN LIGHT COMPLETE LS $36,897.00 $36,897.00 OTHER ITEMS NOT MENTIONED ABOVE LS $35,481.00 $35,481.00 BONDS AND INSURANCE LS $68,965.00 $68,965.00 ALLOWANCE FOR PERMIT FEES LS $100,000.00 $100,000.00 ALLOWANCE FOR TESTING LS $100,000.00 $100,000.00 $11,645,231.00 APPENDIX G DESIGN/BUILDER'S INSURANCE AND BONDING REQUIREMENTS I. BONDING REQUIREMENTS 1. Design/Builder shall submit all supporting documentation and detailed invoices with respect to insurance and bond premiums required for the Project. City's reimbursement of insurance and bond premiums shall be for the portion of insurance and bond premiums directly attributable to this Agreement. Premiums shall be net of trade discounts, volume discounts, dividends and other adjustments. 2. The Performance Bond and the Payment Bond must each be executed by a surety company in good standing with the Florida Office of Insurance Regulation and an adequate rating from A.M. Best indicated in these Contract Documents which surety is authorized to do business in the State of Florida as a surety, having a resident agent in the State of Florida and having been in business with a record of successful, continuous operation for at least five (5) years. 3. The surety company that is bound by the Performance Bond and Payment Bond, respectively, shall be responsible for Design/Builder's acceptable performance of the Work under the Agreement and other Contract Documents and/or for the payment of all debts pertaining thereto in accordance with Section 255.05, Florida Statutes. 4. The surety company shall hold a current Certificate of Authority as a n acceptable surety on federal bonds in accordance with United States Department of Treasury Circular 570, Current Revisions. If the amount of the Performance Bond and Payment Bond exceeds the underwriting limitation set forth in the Circular, in order to qualify, the net retention of the surety company shall not exceed the underwriting limitation in the circular, and the excess risks must be protected by coinsurance, reinsurance, or other acceptable methods in accordance with Treasury Circular 297, revised September 1, 1978 (31 CFR Section 223.10, Section 223.11.) Further, the surety company shall provide City with evidence satisfactory to City, that such excess risk has been protected in an acceptable manner. 5. The City will accept a surety bond from a company in accordance with the requirements set forth below; provided however, that if any surety company appears on the watch list that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the City shall review and either accept or reject the surety company based on the financial information available to the City. The following sets forth, in general, the acceptable parameters for bonds: Policy- Financial Holder's Size Amount of Bond Ratings Category $500,001 to $1,000,000 A- Class I $1,000,001 to $2,000,000 A- Class II $2,000,001 to $5,000,000 A Class III 106 $5,000,000 to $10,000,000 A Class IV $10,000,001 to $25,000,000 A Class V $25,000,001 to $50,000,000 A Class VI $50,000,001 or more A Class VII II. INSURANCE REQUIREMENTS Design/Builder shall provide, pay for and maintain in force at all times during the term of this Agreement (unless otherwise provided) and any extensions thereof, the following insurance policies: 1. Commercial General Liability with minimum limits of One Million Dollars_($1,000,000) per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Commercial General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: a. Premises and/or Operations coverage; b. Independent Contractor or Contractor Owners Protection Liability which includes liability coverage for operations performed for the name of the insured by independent and/or subcontractors that are hired, and acts or omissions of the named insured in connection with his/her general supervision of such operations; c. Products and/or Completed Operations coverage (Design/Builder shall maintain in force for 2 years after completion of all work required coverage for Products/Completed Ops, including Broad Form Property Damage); d. Explosion/Collapse and Underground Hazard coverage; e. Broad Form Property Damage. f. Broad Form Contractual Coverage applicable to this specific Agreement, including any hold harmless and/or indemnification agreement contained in the Contract Documents. g. City must be named as an Additional Insured on this policy as set forth in Section 111.4 below. 2. Workers' Compensation Insurance to apply for all employees in compliance with the "Workers Compensation Law" of the State of Florida and all applicable Federal laws. Design/Builder shall ensure that all subcontractor(s) at all tiers have Workers' Compensation Insurance for their employees in accordance with Florida's Workers' Compensation law. In addition, the policy (ies) must include: Employers' Liability with minimum limits of Five Hundred Thousand Dollars ($500,000) each accident. 107 3. Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000) per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: (1) Owned Vehicles; and (2) hired and Non-Owned Vehicles. 4. Design Professional Liability or equivalent Errors & Omissions Liability shall be maintained with the limits of liability provided by such policy to be no less than One Million Dollars ($1,000,000)for each claim, subject to a maximum deductible acceptable to the City and not-to-exceed $100,000. Design/Builder shall maintain the claims made form coverage with a minimum of 3 years extended reporting following Final Completion and shall annually provide City with evidence of renewal coverage. Design/Builder is responsible for all deductibles in the event of a claim. Design/Builder shall indicate the deductible for this coverage on its Certificate of Insurance. Design/Builder shall notify City in writing within thirty (30) days of any claims filed or made against the Design Professional Liability Insurance Policy. Consultant and Design Subconsultants shall each maintain the same Errors & Omissions Liability coverages required herein. 5. Pollution Liability, which covers mitigation expenses and third-party liability in the minimum amount of Two Million Dollars ($2,000,000) per claim, subject to a maximum deductible acceptable to the City. Such policy shall include an annual policy aggregate in the amount of Three Million Dollars ($3,000,000) and name City as additional insured. Design/Builder shall indicate the deductible for this coverage on its Certificate of Insurance. 6. Installation Floater Insurance including coverage for material & equipment to be installed during the course of this Project. City shall be included as a Named Insured on this policy, as its insurable interest may appear. This policy shall remain in force until acceptance of the Project by the City. III. ADDITIONAL TERMS AND CONDITIONS: 1. Notice to City. If the initial insurance expires prior to the completion of the Work, renewal copies of insurance policies shall be furnished to the City at least fourteen (14) days prior to the date of their expiration. The insurance policy (ies) must be endorsed to provide the City with at least thirty (30) days' notice of cancellation and/or restriction. 2. Certificates of Insurance. Design/Builder shall furnish to the City Certificates of Insurance or endorsements evidencing the insurance coverage specified herein within fifteen (15) days after notification of award of the Agreement, and shall also furnish to the City a copy of each insurance policy required by this Agreement. The required Certificates of Insurance shall name the types of policies provided, refer specifically to this Agreement, and state that such insurance is as required by this Agreement. The Certificates of Insurance shall be in form acceptable to, and subject to, approval by City. The failure to provide the Certificates of Insurance within fifteen (15) days shall be the basis for the rescission of the awarding Agreement. The official title of the certificate holder is City of Miami Beach, Florida. This official title shall be used in all insurance documentation. 3. Right to revise or reject. City's Risk Management Division reserves the right, but not the obligation, to review and revise any insurance requirements at the time of insurance contract renewal and/or any amendments, not limited to deductibles, limits, coverages and endorsements based on insurance market conditions affecting the availability or affordability of 108 coverage; or changes in the scope of work/specifications affecting the scope and applicability of coverage. 4. Additional Insured. City and Design Criteria Professional shall be expressly included as an Additional Insured on all policies, as applicable, and with an endorsement that is acceptable to the City. Additional insured certificates for the City shall read "City of Miami Beach, Florida", 1700 Convention Center Drive, Miami Beach, FL, 33139, Attn: Risk Management, 3rd Floor. 5. Notice of Cancellation and/or Restriction. The policy (ies) must be endorsed to provide City with at least thirty (30) days' notice of cancellation or non-renewal and/or restriction. A copy of the endorsement(s) shall be provided with the Certificates of Insurance. 6. Duty of Care. Design/Builder's furnishing insurance coverage shall in no way relieve or limit, or be construed to limit or relieve or limit, Design/Builder or any of its Subcontractors of any responsibility, liability, or obligation imposed by the Contract Documents, or by Applicable Laws, including, without limitation, any indemnification obligations which Design/Builder or any of its Consultants, Design Subconsultants and Subcontractors have to City thereunder. 7. Design/Builder's Failure to Procure. Design/Builder's failure to procure or maintain the insurance required by this Appendix G during the entire term of the Work shall constitute a material breach and automatic Default of the Agreement. In the event of such a breach, the City may exercise all available rights and remedies hereunder, including the right to immediately suspend or terminate the Agreement without any further notice to or opportunity to use for Design/Builder or, at its discretion, procure or renew such insurance to protect the City's interests and pay any and all premiums in connection therewith, and withhold or recover all monies so paid by the City from the Design/Builder. 8. Waiver of Subrogation. Where permitted by law, Design/Builder hereby waives all rights of recovery by subrogation or otherwise (including, without limitation, claims related to deductible or self-insured retention clauses, inadequacy of limits of any insurance policy, insolvency of any insurer, limitations or exclusions of coverage), against City, and its respective officers, agents, or employees. Certificates of insurance shall evidence the waiver of subrogation in favor of the City, and that coverage shall be primary and noncontributory, and that each evidenced policy includes a Cross Liability or Severability of Interests provision, with no requirement of premium payment by the City. 109 APPENDIX H DESIGN CRITERIA PACKAGE (DCP) WEST AVENUE PHASE II SOUTH OF 14TH STREET 110 APPENDIX I FORM OF PERFORMANCE BOND AND PAYMENT BOND PERFORMANCE BOND By this Bond, We as Principal, whose principal business address is as the Design/Builder under the agreement dated , 20 , between Principal and the City of Miami Beach, Florida (hereinafter referred to as "City") for the design and construction of the West Avenue Improvements Phase II, South of 14 Street, RFP No. 2016- 091-KB (which agreement and the other Contract Documents referenced therein are hereinafter referred to as "Contract"), the terms of which Contract are incorporated by reference in its entirety into this Bond, and , a corporation, whose principal business address is as Surety, are bound to City, as obligee, in the sum of U.S. dollars ($ ), for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Principal: 1. Performs all the work under the Contract, including but not limited to guarantees, warranties and the curing of latent defects, said Contract being made a part of this Bond by reference, and at the times and in the manner prescribed in the Contract; and 2. Pays City all losses, damages, expenses, costs and attorney's fees, including appellate proceedings, that City sustains as a result of default by Principal under the Contract, including but not limited to a failure to honor all guarantees and warranties or to cure latent defects in the Work or materials within the time period provided in Section 95.11(2)(b), Florida Statutes; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, including all warranties and curing all latent defects within the time period provided in Section 95.11(2)(b), Florida Statutes; then this bond is void; otherwise it remains in full force. Surety specifically assumes liability for any and all damages, including but not limited to liquidated damages set forth in the Contract, arising from Principal's default of the Contract, as well as all latent defects uncovered in the work of the Principal after final acceptance of the work by the City. If no specific periods of warranty are stated in the Contract for any particular item or work, material or equipment, the warranty shall be deemed to be a period of one (1) year from the date of final acceptance by the City; provided, however, that this limitation does not apply to suits seeking damages for latent defects in materials or workmanship, such actions being subject to the limitations found in Section 95.11(2)(b), Florida Statutes. 111 Whenever the Principal shall be, and is declared by City to be, in default under the Contract, City having performed City's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: (1) Complete the Contract in accordance with its terms and conditions; or (2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if City elects, upon determination by City and Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and City, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price" as used in this paragraph, shall mean the total amount payable by City to Principal under the Contract and any amendments thereto, less the amount properly paid by City to Principal. The Surety hereby waives notice of and agrees that any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond. No right of action shall accrue on this bond to or for the use of any person or corporation other than City named herein. Any action under this Bond must be instituted in accordance with the notice and time limitations provisions prescribed in Section 255.05(2), Florida Statutes. Signature page to follow 112 Signed and sealed this day of , 20 WITNESSES: (Name of Corporation) Secretary By: (Signature) (CORPORATE SEAL) (Print Name and Title) day of , 20 . Countersigned by Resident INSURANCE COMPANY: Florida Agent of Surety By: Attorney-in-Fact Address: (Street) [attach copy of Agent's ID card Issued by Fla. Ins. Commissioner] (City/State/Zip Code) [Atty in fact power of atty must be attached] Telephone No.: 113 FORM OF PAYMENT BOND By this Bond, We as Principal, whose principal business address is , and whose telephone number is , as the Design/Builder under the agreement dated , 20 , between Principal and the City of Miami Beach, Florida (hereinafter referred to as "City") for the design and construction of the West Avenue Improvements, Phase II, South of 14 Street, RFP No. 2016-091-KB (which agreement and the other Contract Documents referenced therein are hereinafter referred to as "Contract"), the terms of which Contract are incorporated by reference in its entirety into this Bond, and , a corporation, whose principal business address is as Surety, are bound to City, as obligee, in the sum of U.S. dollars ($ ), for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns,jointly and severally. THE CONDITION OF THIS BOND is that if the Principal: 1. Promptly makes payments to all claimants, as defined by Florida Statute 255.05(1), providing Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract, and in the times and in the manner prescribed in the Contract; and 2. Pays City all losses, damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains because of a failure by Principal to make any payments required under the Contract; then this bond is void; otherwise it remains in full force. A claimant shall have a right of action against the Principal and the Surety for the amount due it. Such action shall not involve the City in any expense. A claimant, except a laborer, who is not in privity with Principal and who has not received payment for its labor, materials, or supplies shall, within forty-five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish to Principal a notice that he intends to look to the bond for protection. A claimant who is not in privity with Principal and who has not received payment for its labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to Principal and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. No action for the labor, materials, or supplies may be instituted against Principal or the Surety unless both of the above-referenced notices have been given. Any action under this Bond must be instituted in accordance with the notice and time limitations prescribed in Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect the Surety's obligation under this Bond. Signature page to follow 114 FORM OF CERTIFICATE OF SUBSTANTIAL COMPLETION CERTIFICATE OF SUBSTANTIAL COMPLETION: PROJECT: Consultant: (name, address) BID/CONTRACT NUMBER: TO (City): Contractor : CONTRACT FOR: NOTICE TO PROCEED DATE: DATE OF ISSUANCE: PROJECT OR DESIGNATED PORTION SHALL INCLUDE: The Work performed under this Contract has been reviewed and found to be substantially complete and all documents required to be submitted by Contractor under the Contract Documents have been received and accepted. The Date of Substantial Completion of the Project or portion thereof designated above is hereby established as which is also the date of commencement of applicable warranties required by the Contract Documents, except as stated below. DEFINITION OF DATE OF SUBSTANTIAL COMPLETION The Date of Substantial Completion of the Work or portion thereof designated by City is the date certified by Consultant when all conditions and requirements of permits and regulatory agencies have been satisfied and the Work, is sufficiently complete in accordance with the Contract Documents, so the Project is available for beneficial occupancy by City. A Certificate of Occupancy must be issued for Substantial Completion to be achieved, however, the issuance of a Certificate of Occupancy, or the date thereof, are not to be determinative of the achievement or date of Substantial Completion. A list of items to be completed or corrected, prepared by Consultant and approved by City is attached hereto. The failure to include any items on such list does not alter the responsibility of Contractor to complete all work in accordance with the Contract Documents. The date of commencement of warranties for items on the attached list will be the date of final payment unless otherwise agreed in writing. Consultant BY DATE 116 In accordance with Section 2.2 of the Contract, Contractor will complete or correct the work on the list of items attached hereto within from the above Date of Substantial Completion. Consultant BY DATE City, through the Contract Administrator, accepts the Work or portion thereof designated by City as substantially complete and will assume full possession thereof at (time) on (date). City of Miami Beach, Florida By Contract Administrator Date The responsibilities of City and Contractor for security, maintenance, heat, utilities, damage to the work and insurance shall be as follows: 117 FORM OF CHANGE ORDER CHANGE ORDER FORM Date: Click here to enter a date. To: Design/Builder Reason: Choose an item. 1. CHANGE IDENTIFICATION: The following changes are hereby made to the above-referenced Contract: 2. ADJUSTMENT TO CONTRACT AMOUNT: As consideration for the change(s)identified in Section 1, the Contract is increased/(decreased)by: DOLLARS $ Original Contract Amount: $ Net of Previous Executed Change Orders: $ Amended Contract Amount(prior to this Change Order): $ The Amount of this Change Order: $ Revised Contract Amount: $ IF NO ADJUSTMENT IS MADE, THE CONTRACT AMOUNT REMAINS UNCHANGED. 3. ADJUSTMENT TO TIME FOR PERFORMANCE: In connection with the change(s) noted in Section 1, DESIGN/BUILDER'S TIME FOR PERFORMANCE REMAINS UNCHANGED unless specifically noted herein: Adjustment in Time 0 Days This Change Order is an amendment to the Agreement between the Design/Builder and City. The amount and time change designated herein are the maximum agreed to by both the City and Design/Builder for this Change Order. Design/Builder attests that the Contract adjustment provided herein is reasonable, and constitutes compensation in full for all costs, claims, markup, and expenses, direct or indirect, attributable to this or any other prior Change Orders, including but not limited to compensation in full for any delays, acceleration, or loss of efficiency encountered by Design/Builder in the performance of the Work through the date of this Change Order, and for the performance of this and any prior Change Orders by or before the date of Substantial Completion. In consideration of the compensation and time, if any, in this Change Order, the Design/Builder hereby releases the City from all Claims, demands, or causes of action arising out of the transactions, events and occurrences giving rise to this Change Order. This written Change Order is the entire agreement between the City and Design/Builder with respect to this Change Order. No other agreements or modifications shall apply to this contract amendment unless expressly provided herein EXCEPT AS EXPRESSLY MODIFIED HEREIN, THE TERMS AND CONDITIONS OF THE CONTRACT DOCUMENTS REMAIN UNCHANGED. City: Design/Builder: By: By: 118 APPENDIX J-PERMITS 119 t .. M!BEACH CITY OF MIAMI BEACH REQUEST FOR PROPOSALS(RFP)No.2016-091-KB DESIGNIBUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET Note: The Proposer shall obtain and pay for all permits required for execution of the work; provided however, that the City will waive Public Works Department Right-of-Way permit fees. PERMITS MIAMI-DADE COUNTY DEPARTMENT OF REGULATORY AND ECONOMIC RESOURCES(RER)(formerly DERM). • Class II Permit for Construction of Drainage System with Outfall. • Class V Dewatering Permit • Drainage Well Permit • File Notice of commencement with SFWMD and RER II. FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (FDEP) • Notice of Intent to Use Generic Permit for Storm Water Discharge from Large and Small Construction Activities • National Pollutant Discharge Elimination System(NPDES) permit III. FLORIDA POWER AND LIGHT(FPL) IV. CITY OF MIAMI BEACH PUBLIC WORKS DEPARTMENT • ROW Permit-Fee to be waived. • Building Department-Plumbing, Structural, Electrical-Fees to be waived with the exception of Dade County fees • Notice of Commencement Permit V. SOUTH FLORIDA WATER MANAGEMENT DISTRICT(SFWMD)Environmental Resource Permit(ERP) Remainder of Page Intentionally Left Blank RFP 2016-091-KB 22 DESIGN CRITERIA WEST AVENUE PHASE II NORTH OF 14TH STREET PART 1 - GENERAL 1.01 THE REQUIREMENT A. WORK to be performed under this Contract shall consist of furnishing and installing all tools, equipment, materials, supplies, and manufactured articles and furnishing all labor, transportation, and services, including fuel, power, water, and essential communications, and performing all WORK, or other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents. The WORK shall be complete, and all WORK, materials, and services not expressly indicated or called for in the Contract Documents, which may be necessary for the DESIGN / BUILD FIRM shall provide the complete and proper construction of the WORK in good faith as though originally so indicated, at no increase in cost to the CITY. B. Wherever the term Project is used in these documents, it shall be construed to mean all WORK associated with the WEST AVENUE PHASE II IMPROVEMENTS NORTH 14TH STREET. C. Wherever the term CONSULTANT is used in these documents, it shall be construed to mean the registered professional engineer, architect, and/or landscape architect who have contracted with or who are employed by the DESIGN / BUILD FIRM to provide professional services for the design and permitting of the Project. The CONSULTANT shall be the Engineer of Record and shall be licensed by the State of Florida to provide said services. D. Wherever the term CONTRACTOR is used in these documents, it shall be construed to mean the DESIGN / BUILD FIRM. E. Wherever the term CITY is used in these documents, it shall be construed to mean the entity responsible for the development of the Design Criteria Package Conceptual Specifications and Plans, for the Project. The CITY or its Representative shall be responsible for reviewing the contract documents and providing construction administration services. The DESIGN / BUILD FIRM shall interact with the CITY and or City's Representative. F. Whenever a reference to number of days is noted, it shall be construed to mean calendar days. RFP No. 2016-091-KB CITY OF MIAMI BEACH DATE: October 2016 DCP-1 West Ave Phase II 14th North 1.02 PROFESSIONAL SERVICES A. Work to be performed in this Section includes providing professional engineering services to design and permit a project meeting the intent of the Design Criteria Package (DCP). The DCP is a document that includes the following attachments: 1. Conceptual Plans 2. Drainage Report 3. Bicycle Pedestrian Master Plan 4. Basis of Design Report 2007 5. Phase 1 West Avenue at 10th 6. Phase 1 West Avenue at 14th Street 7. Phase 1 West Avenue at 17th Street 8. Alton Road design plans 9. 2003 Bay Road Improvements 14th to 16th Record Drawings 10. 1970 West Avenue 5 to 17 ST Improvements Record Drawings 11. Existing Utilities 12. Irrigation Technical Standards 13. Gravity Sewer CCTV Inspection Reports 14. South Pointe Park Pier 15. Phase 1 West Avenue at 8Th Street 16. Lidar Information 17. Tree Preservation and Protection Specifications 18. Scope of topo survey (by others) This document and the Technical Specifications include Project requirements to be adhered to by the DESIGN / BUILD FIRM. These documents require that a Consultant revise the conceptual design plans and documents to incorporate the project requirements. The Consultant shall take full responsibility for the contract documents, including but not limited to drawings, technical specifications, cost estimates, and shall design using the design criteria. Also, the attachments provided in this DCP for the Phase 1 of West Avenue and for Alton Road are the best available information the City has at the time of the development of this DCP. The DBF may use this information as reference only and all information shall be verified in the field during actual survey. In addition, the Consultant shall apply and obtain all regulatory permits for this project. 1.03 SCOPE OF WORK RFP No. 2016-091-KB CITY OF MIAMI BEACH DATE: October 2016 DCP-2 West Ave Phase II 14th North A. The Design/Build Firm (DBF) shall be responsible for the design, permitting, construction management and construction of the West Avenue Phase II Improvements North of 14th Street. The work shall include but not be limited to site preparation; clearing and grubbing; earthwork, raising the elevation of the roads within the project limits to minimum crown elevation of 3.7 North American Vertica Datum of 1988 (NAVD); harmonization of all adjacent properties, including reconstruction all driveways, Alton Court alley and pedestrian accesses; installation of gravity wall and handrails in areas where harmonization of properties is not feasible; installation of a new drainage system, property drainage such as yard drains and/or driveway trench drains; including a new pump station and outfall at the west end of Lincoln Road; replacing the distribution and transmission water system; replacing the sanitary collection system; providing new street lights and pedestrian lights; providing; 3-2" spare conduits for future use by the City along West Avenue and Bay Road; replacing existing signalized intersections with new mast arms; applying new pavement markings; installing new paver crosswalks at all intersections as depicted in CMB standard detail RS26 for all crosswalks within the project limits, installing new street signs; providing new landscaping, including new irrigation; accommodating street parking, citi bikes, bus stops, bus shelters, constructing a Baywalk at the western end of Lincoln Road, constructing a pedestrian ramp at Lincoln Court for the Lincoln Court Pedestrian Bridge over the Collins Canal (currently under construction by others) and replacing all other features located within the existing right of way. In addition to construction related services, the project will require engineering design, permitting, surveying services, utility locations, utility coordination, landscape architecture, and geotechnical services and all other required services to accomplish the improvements mentioned above. The DBF shall prepare site a plan and details for each property within the project limits as part of the design phase of this project. The plans shall have proposed driveway reconstruction details with proposed profile from the back of curb to the tie-in location; proposed drainage and grading; landscaping etc. The DBF shall secure a license agreement from each property owner with permission to allow the DBF to perform the site improvements inside the owner's private property. The cost for all aforementioned tasks shall be included in the proposal for the respective items: professional services, embankment, yard drain, trench drain, 12" storm drain, concrete for driveways, asphalt driveways, landscaping, etc. The DBF shall include in the cost proposal, an installation of a plug inside the ROW at the point of connection from any residential property drainage or any other private property that has not signed a drainage connection agreement with RFP No. 2016-091-KB CITY OF MIAMI BEACH DATE: October 2016 DCP-3 West Ave Phase II 14th North the City.The DBF shall assume the installation of the pluq to all private connections to the City system but during the preparation of each property site plan, the City will review and provide a final determination to install such plug. The general location of the work is as follows: West avenue from 14th Street to north of Lincoln Road; Bay Road from 14th Street to Collins Canal; All side streets west of Alton Road between 14th Street and Lincoln Road, including Lincoln Road and Lincoln Court. Areas to be affected by the proposed improvements include the entire area within the boundaries of Alton Road to the West between the Collins Canal and 5th Street. As part of this DCP, the DPW prepared a set of conceptual plans for this project in an effort to provide a conceptual layout of West Avenue, Bay Road and all side streets. The conceptual plans were developed by using different sources of information such as the following: • 2006 Specific Purpose Survey (West Avenue from 5th to 17th Streets; Bay Road from 16th Street to the south of Collins Canal; Lincoln Road from Alton Road to the west end; and 16th Street from West Avenue and Bay Road) developed by PBS&J • 2003 design plans for Bay Road from 14th Street to 16th Street by R.J. Behar& Company. • Recent design, survey and as built plans along West Avenue for the 6th to 8th; 10th; 14th; and 17th Streets West Avenue Improvements. • 1970 design plans for West Avenue from 5th to 17th Streets. • 2012 Alton Road design plans from 5th to Michigan Avenue. The DBF may use the conceptual plans to develop his cost proposal; however, the DBF is alerted to the fact that the conceptual plans may have discrepancies, errors, omissions and the accuracy of the existing information is unknown. The DBF shall assume all risks when using the conceptual plans, especially when using the existing ground elevations to develop the cost proposal. The DBF shall schedule the construction of this project so Lincoln Road Pump Station is constructed first. The DBF shall make an effort to expedite the seawall permit so a complete outfall is ready to be used as early as possible of the construction phase. 1 . Survey: Since time is of the essence, the CMB started the procurement process to obtain the topographical survey required for this project. The survey will be performed by a surveying company using the Survey & Mapping Standards and Submittals Requirements stated in the DPW latest standards. The scope of the RFP No. 2016-091-KB CITY OF MIAMI BEACH DATE: October 2016 DCP-4 West Ave Phase Il 14th North topo survey is attached. The DBF shall be responsible for any supplemental survey required. This includes but not limited to underground utility test holes to identify the existing underground utilities, subsurface utility engineering, additional topographic information not included in the attached scope of survey. The DPW anticipates the survey will be finalized prior to the issuance of notice to proceed for the design portion of this project, therefore, proposers will not be able to obtain the actual survey for the preparation of the cost proposal. Proposers may use the information provided in the DCP to estimate the existing conditions. In addition, proposers may supplement the existing ground elevations by using the LIDAR point cloud data information the City obtained recently from MDC Information Technology. This data has been modified by the City to create 0.1' contours and attached as part of this DCP as an AutoCAD drawing. Also attached is a document containing information about the accuracy of the LIDAR point cloud data. Since this information is only approximate, the DBF shall provide the cost proposal at risk for any items construction items that rely on this information such as excavation and embankment. 2. Typical Sections: The conceptual plans depict typical sections that may change based on input from City staff, the public and other project stakeholders. Therefore the DBF shall provide a cost proposal at risk for all typical sections within the project limits of this project. As part of the design phase for this project, the DBF shall evaluate the feasibility of each typical section or a combination of typical sections to accommodate landscaping, side street parking, bus stops, bus shelters, citi bikes, and all other features required for this project. The DBF shall prepare exhibits similar to the exhibits depicted in the executive summary of the BODR and an evaluation matrix on the feasibility of accommodating the items mentioned above for input by the City staff, the public and all other stakeholders. Once this input is received, the DBF shall prepare a report with recommendations for the City's consideration and approval. The City will review the report and will make a determination of which typical section or a combination of typical sections will be selected that is to the best interest of the City. After all typical sections have been selected by the City, the DBF shall proceed with the design phase of this project. Sidewalks shall be 4" in thickness within residential areas and 6" in driveways and other areas and shall have 6" X 6" wire mesh in all areas. a. West Avenue: A typical section for West Avenue has not been selected yet. The DBF shall provide a cost at risk based on any or a combination of the four typical sections depicted on the conceptual plans. It is important to note that regardless of the typical section used, the total width pavement plus RFP No. 2016-091-KB CITY OF MIAMI BEACH DATE: October 2016 DCP-5 West Ave Phase II 14th North sidewalk is similar for all section and only varies between 63 to 66 feet. There are four typical sections depicted on the conceptual plans: • Proposed protected bike lane - bioswale • Proposed sidewalk-level protected bike lane • Proposed protected bike lane - bollards • Proposed protected bike lane - modified. The first three typical sections were extracted from Pedestrian Bicycle Master Plan (BPMP) for West Avenue with the exception that the proposed conditions show the proposed elevated road and potential use of gravity wall at the ROW line. The last typical section is similar to the BPMP protected bike lane — bollards typical section with the exception that the both bike lanes are at the edge of the travel lane. The West Avenue typical section shown on the 2007 Basis of Design Report was not used on the conceptual plans because it did not have protected bike lanes. For purposes of the conceptual plan development, DPW used the modified protected bike lane - bollards typical section with both bike lanes located at the edge of the travel lane. It includes 2-10' thru lanes and 1-10' middle lane for left turn movement and/or as an emergency lane; 2-7' protected bike lanes and 1-6.5' parking lane on the east side of the road. The typical also shows gravity walls with handrail on both sides of the road but harmonization into adjacent properties is preferable to the City. Since this typical section does not have room for landscaping, the use of bulb-outs will be necessary. Additional drainage inlets may be required to avoid runoff to be trapped. On-road bike lanes shall painted green using City approved paint being applied on City's bike lanes. b. Bay Road South of Lincoln Road: The conceptual plans show the proposed Bay Road typical section to have 2-11' travel lanes; 2-6.5' parking lanes; curb and gutter and concrete sidewalk. The location and width of the sidewalk, and bulb-outs match the existing section of Bay Road between 14th Street and 16th Street constructed in 2003. As part of the feasibility evaluation for the West Avenue Corridor, the DBF shall use this conceptual design for Bay Road to receive input from City staff, the public, and project stakeholders. c. Bay Road North of Lincoln Road: The conceptual plans show the proposed Bay Road typical section to have 2-10' travel lanes; 2-6.5' parking lanes; curb and gutter and 6' wide concrete sidewalk and the remainder of the 70' ROW shall be for transition and landscaping. This RFP No. 2016-091-KB CITY OF MIAMI BEACH DATE: October 2016 DCP-6 West Ave Phase II 14th North section of the road may also require bulb-outs to accommodate additional landscaping. As part of the feasibility evaluation for the West Avenue Corridor, the DBF shall use this conceptual design for Bay Road to receive input from City staff, the public, and project stakeholders. d. 14th Street: 14th Street was just recently reconstructed under West Avenue Phase I. The DBF shall remove the transition at the returns to match the new pavement at Bay Road and West Avenue, including raising the recently installed drainage structures, north and south of the intersection of West Avenue and 14t Street. e. 14th Terrace, 14th Court, Flamingo Way; 15th Terrace: The conceptual plans show the proposed typical section to match the City standard road typical section for 50' ROW. This includes 2-10' lanes and 2-6.5' parking lanes with curb and gutter and concrete sidewalk. This section of the road may require bulb-outs to accommodate required landscaping within the ROW. As part of the feasibility evaluation for the West Avenue Corridor, the DBF shall use this conceptual design as well as an approximate location of bulb-outs to accommodate the City's required landscaping to receive input from City staff, the public, and project stakeholders. f. 15th Street: This is an existing 70' ROW thoroughfare section connecting Bay Road to Washington Avenue. The conceptual plans show the proposed typical section to have 2-11' travel lanes'; 2-6.5' with curb and gutter and concrete sidewalk on both sides of the road with the remaining 7.5' wide strip between the sidewalk and the ROW for landscaping and grade differential transition. There are some properties that are encroaching into the ROW. It is assumed that these encroachments will be removed. As part of the feasibility evaluation for the West Avenue Corridor, the DBF shall use this conceptual design to receive input from City staff, the public, and project stakeholders. g. 16th Street: This is an existing 70' ROW thoroughfare section connecting Bay Road to Collins Avenue with existing on road bike lanes. The conceptual plans show the proposed typical section to have 2-10' travel lanes'; 2-7' protected bike lanes; 2-6.5' with curb and gutter type and concrete sidewalk on both sides of the road. The remaining strip between the sidewalk and the ROW can be used as part of the harmonization into properties, transitioning slope or to remain as is if a gravity wall with handrail is used behind the sidewalk. The BPMP shows a similar section for 16th Street but with a 5' sidewalk and 5' wide on-road bike lanes as opposed to 7' wide protected bike lanes. As part of the feasibility evaluation for the West Avenue Corridor, the DBF shall use this conceptual design to receive input from City staff, the public, and project stakeholders. The proposed bike lanes shall be painted green. RFP No. 2016-091-KB CITY OF MIAMI BEACH DATE: October 2016 DCP-7 West Ave Phase II le North h. 16th Street and Lincoln Terrace west of Bay Road: These two road sections were reconstructed recently. The existing typical section is a reversed crown with a valley gutter in the middle of the road where drainage is collected from the ROW. Since the road will be raised, the reverse crown will not be practical; therefore, a normal crown is proposed in the conceptual plans. As part of the feasibility evaluation for the West Avenue Corridor, the DBF shall use this conceptual design to receive input from City staff, the public, and project stakeholders. i. Lincoln Road: The conceptual shows three typical sections for Lincoln Road: west end to Lincoln Court; Lincoln Court to West Avenue; and West Avenue to Alton Road. The typical sections are similar to the typical sections shown on the BODR with the exception that the parking lane will be a normal as oppose to a reverse crown. This change is required to avoid additional increase in the grade differential between the proposed grade and the existing conditions. j. Lincoln Court. This is an existing 35' ROW local street that dead ends at the Collins Canal ROW. The conceptual plans depict this typical section identical to the BODR. k. Alton Court: Road improvements are not required for the majority of the Alley. However, due to the proposed higher elevation of the side streets, pavement on the Alley requires transition north and south of the side street. In addition, the existing properties east of the alley between 16th Street and Lincoln Road are planned to be reconstructed and raised. For this reason, Alton Court requires reconstruction to a minimum elevation of 3.7 NAVD on the east side of the alley. The west side of the alley within this section will be harmonized to match the existing grade. 3. Driveways: Due to the grade differential between proposed back of sidewalk and existing driveways, the DBF shall be required to transition the existing driveways inside the property. For driveways, the DBF shall use the FDOT Index 515 to transition back to existing grade. Transition to the existing conditions for pedestrian access shall be evaluated in a case by case basis. The existing driveways and pedestrian access are concrete, asphalt, pavers, stamped concrete or stamped asphalt. Some of the existing driveways are wider than the maximum width permitted by City Standards: 11' for one way; 22' for two ways; 40' maximum for commercial, and no more than 50% of the property width for other properties. The DBF shall prepare a plan, profile and details for each driveway within the project limits as part of the design phase. The DBF shall replace all these driveways as follows: RFP No. 2016-091-KB CITY OF MIAMI BEACH DATE: October 2016 DCP-8 West Ave Phase II 14th North • Material: Asphalt or concrete inside the ROW. Match the material outside the ROW. • Width: within the ROW, match the existing driveway width except for those driveways wider than the maximum width allowed by City. For these driveways, the DBF shall replace them with the maximum width allowed by the City or as approved by the City Engineer. • Driveways inside Properties: Restore (remove and replace) driveways inside the properties when harmonization isrequired due to grade differential.The DBF shall replace the existing driveway, matching material when the existing driveway is asphalt or concrete. When the existing driveway has different material such as pavers, tiles, stamped concrete, etc, the DBF shall replace it with concrete only. The DBF shall coordinate with the property owner to determine if the existing driveway material can be salvaged and if the owner desires to reuse it at owner's expense. If this is the case, the contractor shall make all reasonable efforts to salvage the material during the removal process and neatly store it at the property owner's site. Prior to working inside any private property, the DBF shall secure a license agreement from the property owner with permission to allow the DBF to work inside the owner's private property. The tables below provide information regarding the driveway location, width, and material type. In addition, it provides the location of pedestrian access from the sidewalk to the property. The DBF shall verify and adjust this information based on his or her field investigation prior to providing the cost proposal. a. West Avenue Intersection Station Left Right Width Type 14th Street " 49+86 x Intersection-14th Street, 50+66 x Driveway 13 Pavers 50+96 x Driveway 17 Asphalt 50+98 x Driveway 14 Pavers 51+51 x No Access Driveway 25 No Access 51+60 x Driveway 30 Asphalt 52+06 x Pedestrian Access 10 Concrete 14th Terrace 52+41 x Intersection-l?lth Terrace 52+50 x Pedestrian Access 7 Concrete 53+00 x Driveway 12 Asphalt 53+13 x Driveway 26 Pavers Concrete 53+18 x Pedestrian Access 36 Design Pedestrian Access 8 Pavers 53+65 x 14th Court., 53+98 x Intersection 14th Court 54+17 x Driveway 26 Pavers RFP No. 2016-091-KB CITY OF MIAMI BEACH DATE: October 2016 DCP-9 West Ave Phase II 14th North 54+58 x Pedestrian Access 2 Concrete Flamingo Way 54+91 x Intersection-Flamingo Way 54+92 x Driveway 20 Asphalt 55+22 x Pedestrian Access 3 Concrete 55+29 x Pedestrian Access 4 Concrete 55+73 x Pedestrian Access 3 Concrete 55+95 x Pedestrian Access 4 Concrete 56+23 x Pedestrian Access 3 Concrete 56+27 x Pedestrian Access 14 Pavers 56+77 x Pedestrian Access 7 Concrete 56+88 x Driveway 22 Asphalt 15th Street 57+63 x Intersection-15th Street 58+21 x Parking Driveway 50 Asphalt 58+42 x Pedestrian Access 4 Concrete 58+83 x Pedestrian Access 4 Concrete 59+02 x Pedestrian Access 4 Concrete 59+08 x Pedestrian Access 5 Concrete 59+40 x Pedestrian Access 3 Concrete 59+47 x Encroachment Hedge/Fence 59+73 x Pedestrian Access 8 Tile 59+92 x Encroachment Hedge/Fence 59+95 x Pedestrian Access 6 Pavers 59+98 x Encroachment Hedge/Fence 60+36 x Encroachment Hedge/Fence 15th Terrace 60+73 x Intersection-15th Terrace 61+28 x Driveway 12 Pavers 61+37 x Pedestrian Access 4 Pavers 61+66 x Driveway 13 Pavers 61+70 x Pedestrian Access 4 Pavers 62+28 x Driveway 20 Concrete 62+32 x Pedestrian Access 6 Concrete 62+68 x Parking Driveway 45 Pavers 16th Street _ 63+33 x Intersection-16th Street 63+71 x Pedestrian Access 5 Concrete 63+93 x Parking Driveway 40 Concrete 63+95 x Parking Driveway 40 Pavers 64+19 x Pedestrian Access 3 Tile Property Under 64+38 x Construction 50 64+41 x Parking Driveway 44 Pavers RFP No. 2016-091-KB CITY OF MIAMI BEACH DATE: October 2016 DCP-10 West Ave Phase II 14th North 64+66 x Pedestrian Access 5 Concrete Driveway with Pedestrian Concrete/Grave 64+72 x Access 17 I 64+91 x Parking Driveway 45 Asphalt Stamped 65+16 x Pedestrian Access 4 Concrete 65+46 x Driveway 16 Asphalt 65+46 x Parking Driveway 60 Concrete 65+88 x Parking Strip 26 Concrete 66+15 x Pedestrian Access 7 Concrete 66+36 x Parking Driveway 60 Concrete 66+42 x Driveway 25 Asphalt 66+64 x Pedestrian Access 7 Concrete 66+99 x Driveway 20 Asphalt 67+47 x Driveway 20 Asphalt 67+66 x Pedestrian Access 9 Concrete 67+72 x Pedestrian Access 3 Pavers 68+00 x Driveway 21 Concrete 68+19 x Pedestrian Access 5 Concrete 68+45 x Pedestrian Access 8 Concrete Lincoln Rd 68+90 x Intersection-Lincoln Rd b. Bay Road Intersection Station Left Right Description Width Type 14th Street 49+86 x Intersection-14th Street 50+16 x x Pedestrian Access 6 Concrete 50+58 x Driveway 12 Concrete 51+21 x Pedestrian Access 14 Concrete 50+91 x Pedestrian Access 5 Concrete 51+34 x Pedestrian Access 8 Concrete 51+98 x Driveway 10 Concrete 52+41 x Pedestrian Access 5 Concrete 14th Terrace 52+41 x 'Intersection 14th,Terrace Asphalt/Concr 50+92 x Driveway 56 ete 51+28 x Sidewalk Crossing Setup Concrete 51+41 x _ Pedestrian Access 5 Concrete 51+79 x Pedestrian Access 8 Concrete 52+70 x Pedestrian Access 4 Concrete RFP No. 2016-091-KB CITY OF MIAMI BEACH DATE: October 2016 DCP-11 West Ave Phase II 14th North Concrete 52+80 x Driveway 8 Strip 53+25 x Pedestrian Access 8 Concrete 53+70 x Pedestrian Access 8 Concrete 54+54 x Pedestrian Access 4 Concrete Concrete 54+76 x Driveway 12 Strip 55+16 x Pedestrian Access 8 Concrete 55+31 x Pump Station Concrete Intersection-Flamingo Flamingo Way 54+91 x Way 54+55 x Pedestrian Access 8 Concrete 54+94 x Pedestrian Access 8 Concrete 55+32 x Pedestrian Access 5 Concrete 56+12 x Pedestrian Access 6 Concrete 56+64 x Pedestrian Access 7 Concrete 56+81 x Pedestrian Access 6 Concrete 57+89 x Ciitbike NO ACCESS Concrete 58+46 x Pedestrian Access 6 Concrete 58+91 x Pedestrian Access 6 Pavers 15th Street 57+63 x Intersection-15th Street 54+55 x Driveway 70 Pavers 54+90 x Pedestrian Access 4 Pavers 55+37 x Pedestrian Access 7 Concrete 55+53 x Pedestrian Access 7 Pavers 55+65 x Pedestrian Access 7 Pavers 55+90 x Pedestrian Access 4 Concrete 56+14 x Pedestrian Access 4 Concrete 56+38 x Pedestrian Access 7 Concrete 56+76 x Parking Driveway 60 Asphalt 57+14 x Pedestrian Access 2 Concrete 57+28 x Pedestrian Access 2 Pavers 57+40 • x Pedestrian Access 2 Pavers 59+25 x Pedestrian Access 5 Concrete 59+62 x Pedestrian Access 3 Pavers 59+95 x Pedestrian Access 8 Concrete 15th Terrace 60+73 ; x Intersection-15th Terrace 57+27 x Pedestrian Access 8 Concrete 57+62 x Pedestrian Access 8 Concrete 58+35 x Pedestrian Access 4 Concrete 58+67 x Pedestrian Access 5 Concrete 58+91 x Pedestrian Access 4 Concrete RFP No. 2016-091-KB CITY OF MIAMI BEACH DATE: October 2016 DCP-12 West Ave Phase II 14th North 59+18 x Pedestrian Access 2 Concrete 59+79 x Driveway 35 Asphalt 59+99 x Pedestrian Access 3 Concrete 60+11 x Pedestrian Access 3 Concrete 60+31 x Driveway 23 Concrete 60+79 x Pedestrian Access 5 Concrete 61+03 x Parking Driveway 40 Concrete 61+35 x Pedestrian Access 4 Concrete 16th Street East Intersection-16th Street Side) 63+33 x East Side 16th Street West Intersection-16th Street Side) 59+56 x West Side Concrete 60+17 x Parking Driveway 46 Strips 60+72 x Parking Driveway 25 Pavers 60+90 x Pedestrian Access 12 Concrete 61+44 x Driveway 20 Pavers 61+69 x Parking Driveway 40 Pavers 61+91 x Pedestrian Access 5 Pavers 62+12 x Driveway 21 Pavers 62+42 x Pedestrian Access 4 Concrete 62+84 x Pedestrian Access 2 Concrete 63+16 x Driveway 12 Pavers 64+03 x Pedestrian Access 10 Pavers 64+23 x Pedestrian Access 5 Pavers Lincoln Terrace Lincoln Terrace 64+43 x Intersection 65+31 x Driveway 25 Pavers 65+91 x Pedestrian Access 5 Pavers 66+22 x Parking Driveway 42 Pavers 66+47 x Pedestrian Access 2 Pavers 67+34 x Driveway 21 Asphalt 67+92 x Driveway 22 Concrete Lincoln Rd 68+90 `x x 65+19 x Driveway 30 Asphalt 66+37 x Driveway 14 Concrete 66+82 x Driveway 24 Asphalt 67+49 x Driveway 20 Concrete 68+23 x Driveway 24 Asphalt 68+73 x Pedestrian Access 6 Concrete 69+13 x Pedestrian Access 6 Concrete 69+47 x Driveway 20 Concrete RFP No. 2016-091-KB CITY OF MIAMI BEACH DATE: October 2016 DCP-13 West Ave Phase II 14th North 69+82 x Pedestrian Access 6 Concrete 70+17 x Driveway 20 Asphalt 71+01 x Driveway 12 Concrete 71+41 x Driveway 18 Concrete 72+11 x Driveway 35 Asphalt 72+69 x Driveway 18 Concrete 73+29 x Pedestrian Access 6 Concrete c. Side Streets 14TH TERRACE Intersection Station Left Right Description Width Type Bay Rd 22+05 x x Centerline of Bay Rd 23+10 x Driveway 20 Concrete 23+62 x Driveway 8 Concrete 23+79 x Pedestrian Access 4 Pavers 23+97 x Pedestrian Access 4 Concrete 24+12 x Driveway 15 Concrete 24+75 x Pedestrian Access 4 Concrete 24+98 x Driveway 12 Gravel 25+10 x Pedestrian Access 4 Pavers West Ave 25+95 x x Centerline of West Ave 14TH COURT Intersection Station Left Right Description Width Type West 25+95 x x Centerline of West Ave 26+97 x Pedestrian Access 7 Concrete 27+03 x Pedestrian Access 5 Concrete 27+43 x Pedestrian Access 7 Concrete Alton Ct 27+87 x x Intersection-Alton Court 20 Asphalt 28+31 x Pedestrian Access 4 Concrete 28+71 x Pedestrian Access 5 Concrete 28+92 x Door Access 4 29+22 x Side Walk Access 4 Concrete Alton Rd 30+00 x x Centerline of Alton Rd FLAMINGO WAY Intersection Station Left Right Description Width Type RFP No. 2016-091-KB CITY OF MIAMI BEACH DATE: October 2016 DCP-14 West Ave Phase II 14th North Bay Rd 22+05 x x Centerline of Bay Rd 22+67 x Driveway 13 Pavers 23+23 x Pedestrian Access 3 Stepping Stones 23+38 x Driveway 15 Concrete 23+40 x Driveway 8 Concrete Strips 23+60 x Driveway 10 Pavers 23+63 x Driveway 9 Pavers 23+78 x Pedestrian Access 5 Pavers 23+86 x Driveway 10 Pavers 24+23 x Pedestrian Access 4 Concrete 24+26 x Pedestrian Access 3 Concrete 24+42 x Driveway 7 Concrete 24+46 x Driveway 10 Gravel 24+60 x Driveway 10 Concrete Concrete and 24+63 x Driveway and Walkway 20 Gravel 25+16 x Pedestrian Access 5 Pavers 25+35 x Pedestrian Access 3 Concrete West Ave 25+95 x x Centerline of West Ave 15TH STREET Intersection Station Left Right Description Width Type Bay 22+05 x x Centerline of Bay Rd 22+78 x Driveway Parking 40 Asphalt 22+80 x Driveway Strip 23 Concrete 22+92 x Pedestrian Access 5 Concrete 23+00 x Pedestrian Access 4 Concrete 23+12 x Pedestrian Access 4 Concrete/Tile 23+40 x Pedestrian Access 5 Concrete 23+42 x Pedestrian Access 4 Concrete 23+52 x Pedestrian Access 3 Concrete 23+76 x Driveway 48 Asphalt 23+88 x Pedestrian Access 4 Concrete 24+03 x Pedestrian Access 5 Concrete 24+11 x Pedestrian Access 2 Concrete 24+31 x Driveway 40 Asphalt 24+32 x Pedestrian Access/Maybe Driveway 6 Concrete 24+51 x Pedestrian Access 4 Concrete 24+61 x Pedestrian Access 3 Concrete 24+81 x Driveway 40 Paver/Concrete 24+87 x Pedestrian Access 4 Concrete RFP No. 2016-091-KB CITY OF MIAMI BEACH DATE: October 2016 DCP-15 West Ave Phase II 14th North 24+99 x Pedestrian Access 3 Concrete 25+03 x Pedestrian Access 4 Concrete 25+23 x Driveway 34 Concrete West 25+95 x x Intersection 26+80 x Pedestrian Access 5 Stamped Concrete 27+15 x Pedestrian Access 10 Stamped Concrete 27+30 x Driveway 24 Asphalt 27+50 x Pedestrian Access 5 Stamped Concrete Alton Ct 27+87 x x Intersection-Alton Court 20 Asphalt 28+49 x Driveway 22 Asphalt 28+75 x Pedestrian Access 3 Concrete 28+82 x Pedestrian Concrete 4 Concrete 29+06 x Pedestrian Access 5 Concrete+Tiles 29+06 x Pedestrian Access 8 Concrete+Tiles 29+41 x Pedestrian Access 5 Concrete+Tiles Alton Rd 30+00 x x Intersection-Alton Rd Asphalt 15TH TERRACE Intersection Station Left Right Description Width Type Bay 22+05 x x Centerline of Bay Rd 22+79 x Pedestrian Access 3 Pavers 22+98 x Driveway 8 Concrete 23+04 x Strip Driveway 9 Concrete 23+22 x Parking Driveway 40 Asphalt 23+26 x Strip Driveway 9 Concrete 23+69 x Pedestrian Access 5 Concrete 23+71 x Driveway 20 Asphalt 23+84 x Pedestrian Access 5 Concrete 24+31 x Driveway 40 Asphalt 24+32 x Parking Driveway 34 Asphalt 24+54 x Pedestrian Access 6 Concrete 24+75 x Door Access 3 Concrete 24+76 x Driveway 8 Concrete 24+96 x Pedestrian Access 5 Tile 24+99 x Driveway 9 Pavers 25+26 x Pedestrian Access 3 Pavers 25+29 x Driveway 60 Pavers 25+58 x Parking Driveway 65 Asphalt West 25+95 x x Intersection-West Ave 26+79 x Pedestrian Access 8 Tiles 26+93 x Pedestrian Access 8 Tile RFP No. 2016-091-KB CITY OF MIAMI BEACH DATE: October 2016 DCP-16 West Ave Phase II 14th North 26+97 x Pedestrian Access 8 Tiles 27+17 x Pedestrian Access 8 Tiles 27+27 x Pedestrian Access 4 Pavers 27+37 x Pedestrian Access 8 Tiles 27+55 x Pedestrian Access 8 Tiles Alton Ct 27+87 x x Intersection-Alton Court 20 Asphalt 28+43 x Pedestrian Access 5 Asphalt 28+57 x Parking Driveway 22 Asphalt 29+26 x Parking Driveway 25 Asphalt Alton Rd 30+00 x x Intersection-Alton Rd Asphalt 16TH STREET Intersection Station Left Right Description Width Type Bay 22+05 x x Centerline of Bay Rd 22+63 x Pedestrian Access 3 Concrete 22+80 x Pedestrian Access 7 Concrete 22+93 x Pedestrian Access 6 Tile 23+27 x Strip Driveway 8 Concrete 23+32 x Pedestrian Access 7 Concrete 23+61 x Pedestrian Access 6 Tile 23+72 x Pedestrian Access S Concrete 23+95 x Driveway 10 Concrete 24+22 x Driveway 10 Pavers 24+30 x Driveway 30 Asphalt 24+62 x Driveway 20 Concrete 24+90 x Driveway 20 Asphalt 24+97 x Pedestrian Access 9 Pavers 25+06 x Pedestrian Access 7 Concrete 25+17 x Driveway 20 Concrete 25+42 x Pedestrian Access 5 Concrete West 25+95 x x Intersection-West Ave Alton Ct 27+87 x x Intersection-Alton Court 20 Asphalt 28+15 x Door Access to Store 3 Concrete 28+15 x Driveway 28 Asphalt 28+19 x Door Access to Store 3 Concrete 28+43 x Pedestrian Access 10 Concrete 28+73 x Pedestrian Access 7 Pavers 28+80 x Pedestrian Access 5 Concrete 28+96 x Concrete Driveway/Pedestrian Access 26 Concrete/Pavers 29+12 x Driveway 24 Asphalt Alton Rd 30+00 x x Intersection-Alton Rd Asphalt RFP No. 2016-091-KB CITY OF MIAMI BEACH DATE: October 2016 DCP-17 West Ave Phase II 14th North LINCOLN ROAD Intersection Station Left Right Description Width Type 18+74 x Pedestrian Access 9 Concrete Bay 19+00 x x Centerline of Bay Rd 19+62 x Parking Driveway 72 Asphalt 20+11 x Driveway 13 Concrete Lincoln Ct 20+22 x Intersection-Lincoln Ct 30 Asphalt 20+24 x Driveway 13 Concrete 20+44 x Driveway 28 Asphalt 20+77 x Citi bike Rack 35 21+01 x Pedestrian Access 8 Tile 21+05 x Pedestrian Access 6 Stamped Concrete 21+25 x Driveway 20 Stamped Concrete Bay Rd 22+05 x Centerline of Bay Rd 22+65 x Pedestrian Access 5 Concrete 22+93 x Pedestrian Access 14 Concrete 23+16 x Pedestrian Access 6 Tile 23+26 x Pedestrian Access 4 Concrete 23+54 x Driveway 30 Asphalt 23+71 x Pedestrian Access 4 Concrete 23+94 x Driveway 18 Pavers 24+10 x Driveway 12 Concrete 24+32 x Driveway 17 Pavers 24+43 x Pedestrian Access 3 Concrete 24+74 x Pedestrian Access 3 Concrete 25+02 x Driveway 15 Pavers 25+04 x Pedestrian Access 3 Concrete 25+17 x Pedestrian Access 7 Pavers West 25+95 x x Intersection-West Ave 26+99 x Pedestrian Access 5 Concrete 27+31 x Driveway 20 Concrete Alton Ct 27+87 x x Intersection-Alton Court 20 Asphalt 28+23 x Pedestrian Access 15 Tile Alton Rd 30+00 x x Intersection-Alton Rd Asphalt 4. Profiles: RFP No. 2016-091-KB CITY OF MIAMI BEACH DATE: October 2016 DCP-18 West Ave Phase II 14th North The design speed within project limits is 30 MPH except for all side streets transitioning to Alton Road approach where a speed limit of 15 MPH or lower can be used as Alton Road is expected to be raised with the construction of the light rail in the near future. The DBF shall design all road profiles so the lowest point of the crown of the road is no lower than 3.7 NAVD. In addition, the longitudinal slope at the center line of the road shall have a minimum of 0.30%. The DBF shall avoid low points at the intersections and cross walks. The profile transitions through the intersection shall be designed for the design speed of 30 MPH with the exceptions of the intersections with Alton Road. In general, the existing grade at the ROW will be lower than the proposed grade due to the proposed design criteria of 3.7 NAVD. This grade differential shall require either a gravity wall at the ROW line or property harmonization. In addition, property drainage currently sloping towards the ROW shall be restored to provide same or better drainage than existing conditions. The DBF may use yard drains, back of sidewalk drainage, inlets and/or trench drains and shall be connected to the proposed road drainage system. The DBF shall field verify the existing conditions for all properties prior to developing a cost proposal. The DBF shall include in the cost proposal, an installation of a plug inside the ROW at the point of connection from any residential property drainage or any other private property that has not signed a drainage connection agreement with the City.The DBF shall assume the installation of the plug to all private connections to the City system but during the preparation of each property site plan, the City will review and provide a final determination to install such plug. Below is the conceptual design for West Avenue, Bay Road and Lincoln Road proposed profiles. These profiles are based high points at the intersections and low points in between intersections. The DBF may elect to use this concept or come up with his or her own design concept. Whichever option is used, the DBF shall take responsibility for the profile design. a. West Avenue: Streets stations elevation length slope 23+00 3.00 130.00 1.00% 8th street 24+30 4.30 200.00 -0.3% 26+30 3.70 200.00 0.3% 9th street 28+30 4.30 225.50 -0.3% 30+56 3.70 225.50 0.3% 10th street 32+81 4.38 225.00 -0.3% 35+06 3.70 225.00 0.3% 11th street 37+31 4.38 175.00 -0.3% 39+06 3.70 175.00 0.3% 12th street 40+81 4.23 225.00 -0.3% RFP No. 2016-091-KB CITY OF MIAMI BEACH DATE: October 2016 DCP-19 West Ave Phase II 14th North 43+06 3.70 225.00 0.3% 13th street 45+31 4.38 225.00 -0.3% 47+56 3.70 225.00 0.3% 14th street 49+81 4.20 208.50 -0.3% 51+90 3.70 208.50 0.3% 14th Court 53+98 4.33 182.50 -0.3% 55+81 3.70 182.50 0.3% 15th street 57+63 4.25 155.00 -0.3% 59+18 3.70 155.00 0.3% 15th Terrace 60+73 4.17 130.00 -0.3% 62+03 3.70 130.00 0.3% 16th street 63+33 4.09 278.50 -0.3% 66+12 3.70 278.50 0.3% Lincoln Rd 68+90 4.54 110.00 -5.54% existing to remain 70+00 -1.56 184.00 0.00% existing to remain 71+84 -1.56 b. Bay Road: street station elevation length slope 14th street 49+81 4.50 130 0.62% 51+11 3.70 130 0.30% 14th Terrace 52+41 4.09 125 -0.30% 53+66 3.70 125 0.30% Flaming way 54+91 4.08 136 -0.30% 56+27 3.70 136 0.30% 15th street 57+63 4.11 155 -0.30% 59+18 3.70 155 0.30% 15th Terrace 60+73 4.17 130 -0.30% 62+03 3.70 130 0.30% 16th street 63+33 4.09 137 -0.30% 64+70 3.70 137 0.30% Lincoln Court 66+07 4.11 142 -0.30% 67+49 3.70 142 0.30% Lincoln Rd 68+90 4.12 250 -0.30% 71+40 3.70 250 0.30% 73+89 4.45 c. Lincoln Road: RFP No. 2016-091-KB CITY OF MIAMI BEACH DATE: October 2016 DCP-20 West Ave Phase II 14th North street station elevation length slope west end 18+50 4.35 215 -0.3% 20+65 3.70 140 -0.30% Bay 22+05 4.12 140 0.30% 23+45 3.70 250 -0.33% west 25+95 4.54 172 0.49% 27+67 3.70 33 -0.30% high point 28+00 3.80 73 2.64% east end 28+73 1.87 127 1.47% Alton 30+00 5. Drainage: The existing drainage system is composed of series of relatively small sized interconnecting pipes discharging into the bay via outfall pipes located at 14th Street and Lincoln Road. There are other isolated drainage systems within the project boundaries with outfall pipes to the Bay and Collins Canal at 16th Terrace; Lincoln Terrace; Lincoln Court and north end of West. The City prepared a drainage report for the entire West Avenue corridor area. This report is included in the DCP as an attachment and can be used for reference and to apply for all required permits. The CMB will be responsible for this report and any changes that are required during the permit process. In general, the proposed design is composed of two major trunk lines along West Avenue and Bay Road discharging into the bay via a proposed line along Lincoln Road and a pump station at the west end of Lincoln Road. The size of the proposed storm water trunk lines along West Avenue, Bay Road and Lincoln Road is fixed and shall not change unless approved by the City Engineer after the project is awarded. The DBF shall design the profile of the proposed pipes to create a positive drainage system with slopes designed to provide a minimum velocity of 2 feet per second based with the assumption of pipes flowing full using manning's equation and n value of 0.012. The proposed profile for the stormwater and gravity sewer lines is critical for the vertical location of all other underground facilities. In case of conflict with any other underground facility, the stormwater is second priority (the gravity sewer is first priority). Vertical deflection or dips shall not be allowed on the proposed stormwater system unless approved by the City Engineer or his designee. For conflict resolution between the proposed stormwater and the gravity sewer lines, the DBF shall design and install conflict structures. RFP No. 2016-091-KB CITY OF MIAMI BEACH DATE: October 2016 DCP-21 West Ave Phase II 14th North The cost proposal for the installation of the stormwater system shall include but not limited to dewatering, excavation, demucking and replacement with select backfill material, sheet piling, protection of any other utilities during the construction, backfill, temporary pavement restoration, inlets, manholes, yard drains, and trench drains required for a complete installation. The installation of the stormwater system shall be sequenced so as to minimize flooding conditions. The City prefers RCP for all drainage pipes. However the City will accept the following: Corrugated Polypropylene Pipe and Corrugated Polyvinyl Chloride will be allowed up to an including 30" in diameter with a 100 year life span. If the DBF elects to use these alternatives, they will be subject to the roundness test after the pipe has been installed and properly backfill. The method of inspection is according FDOT specification section 430-4.8. The following is the proposed size for the stormwater system: a. West Avenue: 1) A 48" RCP trunk line from 14th Street to 16th Street. This trunk shall be designed to drain north towards the proposed Lincoln Road pump station. This trunk line shall also be connected to the newly constructed pump station at 14th Street via an existing stub out located at the northeast corner of West Avenue and 14th Street. 2) A 60" RCP trunk line from 16th Street to Lincoln Road. 3) A 48" RCP connecting pipe from West Avenue north of Lincoln Road system. This system was constructed recently as part of Phase I. This pipe will ensure connectivity between the existing newly constructed pump station at the intersection of West Avenue and 17th Street and the proposed Lincoln Road pump station. b. Bay Road: A 48" RCP trunk from 14th Street to Lincoln Road. This trunk shall be designed to drain north towards the proposed Lincoln Road pump station. Design and install a 24" RCP along Bay Road north of Lincoln Road. c. 14th Street: Drainage in this street was constructed as part of the Phase I therefore no drainage is proposed in this section. d. 14th Terrace: A 48" RCP trunk line to interconnect Bay Road and West Avenue trunk lines. RFP No. 2016-091-KB CITY OF MIAMI BEACH DATE: October 2016 DCP-22 West Ave Phase II 14th North e. All side streets between 14th Terrace and 16th Street: Design and install 24 RCP local drainage pipes sloping in the west direction and connecting to West Avenue or Bay Road trunk lines. f. 16th Street: 1) A 48" trunk line from just west of Alton Road to West Avenue. The intent of this trunk line is to provide a 48" RCP connection to the east in the future by others. 2) A 24" RCP local drainage to pick up drainage from 16th Street west of West Avenue with a connection to Bay Road trunk line. g. 16th Street and Lincoln Terrace from west end to Bay Road: These two streets were recently reconstructed with a new drainage system composed of an 18" and 24" HDPE pipes respectively each with small pumps and outfalls discharging into the bay. There have been reports that these streets still flood even after the reconstruction. The conceptual design calls for the connection of these systems to the Bay Road trunk line with 24" RCPs. However, the DBF shall evaluate the existing conditions and shall determine the best drainage design for these two road sections and get approval from the City prior to implementing it. h. Lincoln Road: 1) A 60" trunk line from West Avenue to Bay Road. 2) A 72" trunk line from Bay Road to the proposed pump station at the west end of Lincoln Road. i. Lincoln Court: A 24" RCP line collecting the local drainage on this road and sloping south and connecting it to the Lincoln Road trunk line. The existing 15" outfall to Collins Canal shall remain and shall be connected to the proposed 24" RCP with a drainage structure and a weir designed to redirect design flows towards the proposed Lincoln Road pump station for water quality treatment and excess flows towards Collins Canal. j. Alton Court: Road improvements are not required for the majority of the Alley. However, due to the proposed higher elevation of the side streets, runoff that is currently draining towards the side street may be impacted. The DBF shall ensure to provide a drainage connection either a trench drain or a drainage inlet to the proposed drainage system. In addition, the existing properties east of the alley between 16th Street and Lincoln Road are planned to be reconstructed and raised. For this reason, Alton Court requires reconstruction to a minimum elevation of 3.7 NAVD on the east side of the alley. The west side of the alley within this section will be harmonized to match the existing grade. The DBF shall provide drainage RFP No. 2016-091-KB CITY OF MIAMI BEACH DATE: October 2016 DCP-23 West Ave Phase II 14th North for this portion of the Alley and reconnect it to the Lincoln Road and 16th Street drainage systems. 6. Stormwater Pump Stations: There are currently two major pump stations within the project limits at 14th Street and at 17th Street. Also, there are three small pump stations at Bay Road just north of 14th Street, 16th Street and Lincoln Terrace. All existing pump stations shall remain on this project. a. The DBF shall design and construct a pump station at the west end of Lincoln Road based on the conditions described below: • The total design flow is 40,000 GPM with two 2— 20,000 GPM (gallons per minute) low head axial pumps and one spare/redundant pump. The redundant pump shall also be a low head axial pump designed for a 20,000 GPM. This redundant pump may be used by the City for additional capacity for a potential connection to the Flamingo Neighborhood tributary area in the future. • Each pump shall be designed based on a design flow of 20,000 gallons per minute (GPM) and a static head of 13.7 feet (this is the difference between pump off elevation of -11 NAVD and a design tailwater elevation of 2.7 NAVD) plus the total head losses in the discharge pipe, flap valve and fittings between pumps and the discharge point at Biscayne Bay. • The pump off elevation shall be no higher than the elevation shown on the conceptual drawings. The pump off elevation shall be no higher than 2 feet below the treatment unit inlet control elevation. The DESIGN / BUILD FIRM shall ensure that this elevation will not cause the water elevation 1.0 NAVD upstream of the treatment unit when two pumps are running at 100 percent speed at the design flow for each pump at 20,000 GPM allowing 4 feet of storage between pump off and pump on, 1 foot distance between the lead pump and the lag pump, and 2.5 feet allowance to increase the variable frequency drive from 50% speed and 100% speed and the design head of any weir within the pump station and its components. • The pumps shall be manufactured by Flygt or ABS. The pump shall have a minimum of 5 years full warranty. The selected DESIGN / BUILD FIRM may propose to the City the use of other pump manufacturer as value engineering after this contract is awarded. • The pump equipment, pump motor, including Variable Frequency Drives (VFDs), electrical panels, all instrumentation and control equipment and all other pump incidentals to be provided by the pump manufacturer and shall be responsible for all equipment. • All VFDs shall be Allen Bradley PowerFlex 750 Series or approved equal. RFP No. 2016-091-KB CITY OF MIAMI BEACH DATE: October 2016 DCP-24 West Ave Phase II 14th North • All pumps shall be ceramic coated and suitable for operation corrosive (saltwater) environment. All associated equipment within the wetwell shall be corrosion resistant and coated as applicable to operate in a corrosive (saltwater) environment. • Stormwater pumps shall be equipped with Variable Frequency Drive (VFD) units to operate at maximum efficiency under all service conditions. The initial speed for the VFD shall be at 50% motor speed. • Cycle times estimating the expected number of pump starts per hour (and consistent with the manufacturers recommendations) shall be provided based on the volume of water in the collection system, structures and wetwell at the "pump on" elevation and using as a replacement volume an inflow rate equivalent to the water quality rate. • Pump station control panel for electrical, instrumentation and controls. • Pump controls shall include circuitry to alternate pump starts to ensure each pump is exercised and are utilized evenly. • Control panel shall be installed such that the lowest elevation of the control panel is at, or above, base flood elevation (BFE) plus two (2) feet or 8.44 NAVD. • The control panel shall be screened on the outside perimeter to create a visual buffer with an architectural designed enclosure. The DBF shall furnish and install this enclosure as part of this project. The enclosure is currently being designed and it is expected to be complete during the construction of the pump station. Since details for this enclosure are not available at this time, the contract will have an allowance provision for this work. • The control panel shall include a control unit, a telemetry unit, ethernet, switches, relays, time delay components, antenna, etc. similar to the stormwater pump stations recently installed by the City at 17th Street and West Avenue, 14th Street and 10th Street pump stations. All components mentioned above shall be adjusted as required to match the size of for the proposed axial pumps. • The proposed pump station shall be equipped with a main switch disconnect separate from the control panel. • An allowance has been provided as part of this contract for any additional items that the City requires above and beyond the intended items specified above or for any changes of the components specified. • The DBF shall coordinate with FPL for the location of the service point. The DBF shall bring all electrical requirements from the service point to the pump station control cabinet. • A single wetwell with traffic loading aluminum hatches sized to remove any part or parts from inside the wetwell. RFP No. 2016-091-KB CITY OF MIAMI BEACH DATE: October 2016 DCP-25 West Ave Phase II 14th North • The size of the well shall be so a minimum of 4 feet of storage is provided between the pump off and the lead pump on; 1 foot between lead and lag pumps; and 2.5 feet to ramp up from 50% motor speed to 100% motor speed in 5 intervals. The pump off elevation shall be no higher than 2 feet below the treatment unit inlet control elevation. The width of the wetwell shall sufficient to accommodate three pumps side by side as specified by the pump manufacturer. The length of the wetwell shall be as specified by the manufacturer and based on the layout of the treatment structure or other structures upstream of the wetwell. • Three 32" inside diameter HDPE pump discharge pipes, each equipped with flap valves to prevent backflow to the pumps. • A single water quality treatment structure located in such a way to allow for a similar structure in the future. • The treatment structure designed to treat a minimum of 50 CFS with the ability to bypass flow of 90 CFS through the structure. The DBF shall design the location of a similar size treatment structure for future use by the City. • The water quality treatment bypass component shall be designed to avoid causing backwater impacts to the upstream collection system. Supporting calculations shall be provided to the City for review demonstrating flow elevation over the bypass weir shall not exceed an elevation of 1.0 NAVD. • The conceptual plans were developed by using the CDS treatment structure manufactured by Contech. An alternate option allowed is the Downstream Defender manufactured by Hydro. The selected DESIGN / BUILD FIRM may propose to the City the use of other treatment structure manufacturer as value engineering after this contract is awarded. The size of the concrete treatment structure is depicted on the conceptual plans. The size is approximate and shall be verified with the treatment unit manufacturer. • All metal components of the treatment unit shall be stainless steel type 316 and shall be so cleaning is performed from above ground and without a need of replaceable maintenance parts. • Trash rack structure upstream of the treatment structures. • The trash rack shall be designed and constructed to allow the design flow of 135 CFS passing thru the trash rack 50% clogged and producing a head loss of no more than 0.10 feet thru the trash rack. • The trash rack structure shall have traffic loading HS20 load rating, aluminum hatch sized to allow the removal and/or maintenance of the trash rack. • The grating on the trash rack shall be stainless steel. • All required drainage pipes to interconnect the pump station and its components to the proposed 72" RCP just upstream of the trash rack structure on Lincoln Road. RFP No. 2016-091-KB CITY OF MIAMI BEACH DATE: October 2016 DCP-26 West Ave Phase II 14th North • An energy dissipater unit downstream of the pumps designed to limit the discharge flow velocity no higher than 1.4 feet per second into Biscayne Bay assuming a design flow of 135 CFS. b. Bay Road Pump Station: This is an existing pump station to remain. The DBF shall be responsible to install a water quality structure designed to treat a minimum of 25 CFS with the ability to bypass flow of 30 CFS or more through the structure. The DBF shall use a proposed 36" storm sewer pipe to interconnect the Bay Road trunk line as depicted on the conceptual plans. The water quality treatment bypass component shall be designed to avoid causing backwater impacts to the upstream collection system. Supporting calculations shall be provided to the City for review demonstrating flow elevation over the bypass weir shall not exceed an elevation of 1.0 NAVD. 7. Sanitary: The collection area within this project is part of pump station #1 (PS#1) service area via a combination of a 18" and 21" gravity sewer lines along Alton Road (constructed in the 1960's) and a parallel 21" and 24" gravity lines along 11th Street from Alton Road to PS#1 located at 11th Street and Jefferson Avenue. There are three connections within this project limits to the Alton Road gravity line: an 18" PVC line along 14th Street (recently constructed); a combination of a 12" and 18" lines along 15th Street; and a 15" line along Alton Court between Lincoln Road and 15th Street. Most of the collection system within the project limits is old and requires replacement. Its capacity is controlled by the Alton Road gravity pipes. In addition, some of the existing pipes are too small and flat with very little capacity. The DBF shall design and construct new gravity lines based on the size depicted on the conceptual plans and described below. The DBF shall maximize the capacity of the proposed gravity system by increasing the slope of the proposed gravity lines. The maximum slope allowed of the proposed gravity system is controlled by the elevation of the Alton Road gravity lines. The invert elevation of the proposed gravity lines at the connection point near Alton Road shall be same as the existing invert elevation and no lower. The proposed profile for all gravity sewer and stormwater lines is critical for the vertical location of all other underground facilities. In case of conflict with any other underground facility, the gravity sewer line shall take first priority. Vertical deflections shall not be allowed on the proposed gravity sewer lines. The DBF shall locate all service connections during survey as well as the RFP No. 2016-091-KB CITY OF MIAMI BEACH DATE: October 2016 DCP-27 West Ave Phase II 14th North APPENDIX K-CONCEPTUAL PLANS 120 RFP NO 201 w -, �.. Phase II January 126-091-KB,2017 CAT � � `� � � -. -C-.• azo- clyr. , " 1—L- _,I � ,� s :i4-----,-7-, -; --7,,,ri,,,17,1: _.-:-\-----±- -----,- __ .. _ :',...__?,,_,0 ; - '. ''. . .-.::;-_-''...:-:':::',.:. -;-: .,';'-'- ,-:-..,',;'-!:;',i:;:.: 1::.;:''.:4;':'::. x '.. 'j� ny! ' :- t F 34:3 - ,.a_'� t —1Ilii u { rpE1 —_C t ',...,.., ' .,...-, 10 . . t..--:-., - ', ' i'l p--1 lki'''-;-- •i. -•-- 1 --' :e, -'. `r t_ ,' x= ti= „„,,„,- ,-„ -, 4:1 T-'s.,.'" 1 '." t � �A �, Sys...----,,,,,--a,�� �� g 1 .� ; A Y d F �, i , ...��� <,. .�.,�p� h DES [ B�JILDSER [CESFOR WE A ENVE[MPRO` E EFTS PCCASEIINORTF OFI4STRE NT sua�� SUBMITTED e r COU �" CONBL�fL,INC. _ -�r" TABLE OF CONTENTS 1 TABLEOF CONTENTS PROJECT TECHNICAL PROPOSAL // TAB 1 /7 Technical Proposal 4 SUBCONTRACTOR EXPERIENCE & QUALIFICATIONS // TAB 2 Qualifications of Key Subcontractors 47 1 7 Company Information 47 2 Company's List of Similar Experience & Qualifications 48 3 Relevant Experience A PPR OA CH & NIE TH :0 0(4'7 PLAN// i3 1 5 Project Understanding 51 2 5 Utility Coordination 5E3 3 Permitting 4 QA/QC Plan 74 5 Work Performance 6 Summary Narrative 7 Technical Approach & Drawings 8 Project Schedule 9 Environmental Quality Approach 85 10 Work Performance 38 11 Mitigating Disruptions 90 PROJECT SCHEDULE // TAB 4 Preliminary Project Schedule 91 COST PROPOSAL // TAB 5 Cost Proposal 105 APPENDIX // TAB 6 '1 Profile Calculations 106 /,' Storm Drainage Quantity Takeoff 109 // Preliminary Lighting Layout 121 CITY OF MIAMI BEACH I RFP.2016-091-KB isit44..ii IN ASSIAIrr01;4_,,WITH DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS r T, 4. 1 • Kristy Bada, Contracting Officer IIs:= o Procurement Department 7' ,7 x 1755 Meridian Avenue,3rd Floor Miami Beach,FL 33139 Subject 1/Design/Build Services for West Avenue Improvement Phase II North of 14th Street 1/RFP NO. 2016-091-KB Dear Ms.Kristy Bada and Selection Committee Members: As the City of Miami Beach continues to implement Neighborhood Improvement Projects PROJECT that protect the local community and the City's infrastructure from the effects of sea Design/Build Services level rise, it must have a design/build partner that can deliver this project on-time, for West Avenue within budget,and with minimal disruptions to this thriving West Avenue neighborhood. Improvements Phase II Our extensive history in Miami Beach and South Florida,coupled with experience in North of 14th Street neighborhood design,construction in sensitive urban environments and addressing sea level rise afford us a thorough understanding of this highly visible project. PRIME Ric-Man Construction FL, Our knowledge of the project's challenges stems from: Inc. Ric-Man Construction FL, Inc.'s demonstrated knowledge of the unique local geology and local conditions and understanding of permitting and construction of PRIMARY' infrastructure elements including Neighborhood Improvement Projects in South Daniel Mancini dmancini©ric-man.com Florida's coastal conditions where sea level rise poses a challenge in building 954-868-2405 structures and systems in an environment subject to tidal conditions.Our team has proven construction experience on deep-water projects,such as the Government i j Cut-Fisher Island and the 54-in Sanitary Sewer Force Main Emergency Replacement Ric-Man Construction within Miami Beach limits and the Gravity Sewer Interceptor Project in the busiest FL, Inc. downtown Miami intersections, both award winning projects.Our understanding CES Consultants, Inc. of the importance of maintaining safe and efficient traffic and pedestrian access is Schwebke, Shiskin & second to none. Associates Civil Works, inc. CES Consultants'personnel have been involved in some of the largest Savino Miller Design infrastructure improvement projects in Miami-Dade County since its inception.The Studio firm's senior staff brings experience in civil engineering,environmental engineering, Langan Engineering construction management,and cost engineering,which have been directly applied Moffatt& Nichol, Inc. Longitude Surveyors, to Neighborhood improvement Projects throughout Miami-Dade County.They also LLC bring a solid foundation in the effective management and successful delivery of Infinite Source Neighborhood Improvement Projects in Miami Beach. Communications Group Schwebke Shiskin's extensive experience developing grading and drainage designs of Neighborhoods such as Venetian Islands,while considering adjacent properties is evidence of our sensitivity to the needs of the public at large. They have also worked closely with City,County and the SFWMD to develop practical and effective stormwater infrastructure designs to provide the necessary levels of flood protection in consideration of anticipated sea level rise while providing the required levels of water quality. Civil Works'Lead Roadway Operations and Signalization Engineer,Vaughn Soares, PE as the Engineer of Record for the Miami Beach Neighborhood Improvement Project, Lower North Bay Road,from Michigan to Chase Avenue.The Lower North Bay Road included roadway reconstruction,paving,grading,signing and pavement }, g .' markings,new pump stations,as well as extensive Public Involvement with all eloifrt stake holders.CWI has also provided Civil Engineering and Traffic Studies for the properties such as the Flamingo South Beach along Bay Rd,the Historic Carlyle Hotel and the 458 Ocean Drive Office/retail complex. CITY OF MIAMI BEACH I RFP.2016-091-KB 4 , MASSOC IONWT" DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS '' .;. ry-f• s accomplishments in bringing their clients'projects to fruition with artistry and ecological sensitivity.Over the years,the firm has contributed on countless projects in Miami Beach,including Espanola Way,Washington Avenue Streetscape,41st Street Bridges and Streetscape,Neighborhood Master Planning for Nautilus, La Gorce,Venetian Islands,and Biscayne Point,Miami Beach Golf Course Streetscape,Belle Isle Park,South Pointe Park,Miami Beach Multi-Modal Center,the Fontainebleau Hotel,SLS South Beach Hotel,and the Loews Convention Center Hotel. Currently,SMDS is working on the West Avenue Streetscape and the Palm and Hibiscus Island Streetscapes. Our submittal demonstrates that Ric-Man has brought together an experienced and diverse team of qualified neighborhood constructors and design professionals that have the knowledge, resources,and breadth of experience to deliver a project of this size.Our team of local designers and constructors possess an abundance of talent and technical expertise specifically focused on the successful delivery of this project.This experience is evident throughout our proposal as we offer insight into innovative,proven solutions that will deliver this project on-time and with budget. Ric-Man's Cost proposal can be found under Tab 5,with the original proposal. Below we acknowledge receipt of addenda to certify that Ric-Man has received all addendum released by the City pursuant to this solicitation. Number Date Received Addendum 1 April 22,2016 Addendum 2 May 2,2016 Addendum 3 May 4,2016 Addendum 4 November 10,2016 Addendum 5 December 16,2016 Addendum 6 December 30,2016 Addendum 7 January 6,2017 Enclosed please find one original,ten copies and one CD of Ric-Man Construction's Phase II Proposal for Design/Build Services for West Avenue Improvements Phase II North of 14th Street for your review.The Design/Build Team of Ric-Man Construction and CES Consultants looks forward to responding to any questions you may have,and we await your direction on next steps in the evaluation and award of this important project. As an authorized representative of Ric-Man Construction team,I affirm and commit to the City of Miami Beach that if chosen as the selected design-builder,we will undertake the project in accordance with your terms and conditions(as negotiated)and will provide you with the level of service you expect from Ric-Man Construction.Should you have any questions,I can be reached at(954)808-2405 or by email at dmancini@ric-man.com. �A Sincerely, -o. �� d(627,"! ( W Daniel Mancini s President *-ASNA CITY OF MIAMI BEACH I RFP.2016-091-KB , DESIGN/BUILD SER'V'ICES FOR WEST AVENUE IMPROVEMENTS 44,446 } . et ° £ 1 ., y1' } �y E-120 s. `' �S"1, `� .. , z 1^_.. .fit. ' 4 = W. i. �.na..;?3+.;. ^F" 'S'A :.,,7.r.:-.:.:1::.;::1.., ra W#+#, ,..'eke'\ '1.7..,":-.-:244,.., ''''1'4.„,j1:-.,1,"'"' w _, moi'°r A -\, '.. ,. 3 ""'" �. ,. ! T , ''''',44. _, y t vv /i4-1,./->.;s' ----_-- ..-,,,. ., '-"e.,' 0-- , • _",-,f, ''':'._-?-- , . -- ----—-,-,-'',..--- .,.,'--.1',, !---F--,:tft t ;-', ;!,, ' , 1 , /,aP;1"404,,...''' ',,,,<,,,, — '''.,‘: -\,.‘,.Limr4 .1 i:''ir,;. 'allaigkr.- .' '""V'.! lii:// \04.7.V Aaft:4,.: : ,, ..., -,-, ‘ , y 3 \ ',. 0 - , l - t $ *}"i.:1 3 Y ;.: ,...._,_......---%-7.,^ , r i � 'fie . $ ,.... �"".Y.�g'a"a YY,'fi++ d Y s$4 ,, k a� �y.. t aPROJECTTECHNICAL _& } . .PROPOSAL _ � � , 1 ..!„,,:,.:,.41.,,, ...,it... am.+": ��': IL. 4 Project Technical Proposal 1 /i TECHNICAL PROPOSAL -7 4tur (1a ` - 1.1 .o =. uxdrr�rriiia/Wriiiui�Hnyri/isrsa��uiriouuucuu��rrsrrrriai/�ri,�ai✓�✓ a_ e: The Technical Proposal shall document 3 - _ J , team's understanding of the project, major fr '. {' 4 '- design elements, materials and methods. The me 1e , ; 1 •FAr�. ..,rte.:rya - s, . `� Technical Proposal shall be developed using ;tom ` y • ,,Ii �;, . i 1 o; a narratives, tables, charts, plots, drawings andsfitii rgt conceptual sketches as appropriate. The '� pp K technical proposal shall be insufficient detail • . Y r, �II to allow the City to evaluate its compliance , E� .r ,.. . �' i;I�� with the design criteria package, including4,,,',11:::.*� ,•1 llui, , major systems and requirements. r x -_ 4dY41,1,7-ir.'i.":5}W,...,G% 1/ZNl'2'.'/.'.S.a ,.,/J!///4'17/N!/Hl.//H//X1..3.wG.4105.1,+AW✓Y///0.4/.44.V/a/!'/Nc-,/ 4. -. _ , O . ' Project Understanding o-1 hWest .. t � �,-6 °-\ L1►��� _ __ ., Avenue Project - North The City of Miami Beach's West Avenue Improvements, Phase II North of 14th Street,Project(Project)represents a comprehensively defined Neighborhood Improvement _- _ _ Program that has significantly evolved through the years.This Program has been significantly upgraded by a dedicated City administration team,focused on y ' r r resolving challenges associated to climatic impacts and resulting Sea Level Rise threats.This new approach has ;�.w . 's ' SI, 1 x ', been driven by an unflinching execution strategy aimed -;---",...--e`.;+ r .' *., !',VI,' ,_ � �� � �S + ii :�, at delivering the necessary infrastructure elements t �� # ,git - to provide resiliency and sustainability,as well as the '41'',_\j improving the vitality of this already vibrant corridor. ON !fir ; ' - : * l` The proposed improvements within the West Avenue - neighborhood will include the following design and , - _, construction of infrastructure elements. f, -_ a ;`A• - ` Raise the paved roadway of West Avenue and r .n (.ittas,0�, adjacent corridors to a minimum crown elevation of ..-,:,..:-.?-.1, , °`-1_ L , r "2.B ti.s ,„I i.ogisii33 feet(NAVD) .......4 ,..:- ...:-... . -_-........, ,,„, :i+ �:__ -_- Harmonize the raised roadway with adjacent - properties,sidewalks(ADA),and driveways Install a new robust stormwater drainage collection and pumping system (Lincoln Road Pump Station) >3 Install new pavement markings, paver crosswalks, > Improve adjacent property drainage and street signs r> Replace water distribution/transmission systems, Install new landscaping and irrigation systems and gravity sewers >: Improve accommodations for street parking,Citi Install new street lights,pedestrian lights,and bikes,bus stops and bus shelters spare utility conduits »Install a new Bay Walk at Lincoln Road,and :> Replace existing signalized intersections with new pedestrian ramp for the Lincoln Court Pedestrian mast arms Bridge - - INASSOCIATION WRH CITY OF MIAMI BEACH I RFP.2016-091-KB cowai'`A COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS ___.-_, PROJECT TECHNICAL PROPOSAL 5 hallenges/Opportunities West Avenue Cross Section This project requires a Design/Build Team This neighborhood improvement project extends beyond that can face head-on the challenges of the normal complex conditions encountered when such a unique project with a myriad of improving a dense urban corridor(s).This is a project challenges.As a group of experienced local that in a sense combines a series of new technical and Miami Beach professionals that have worked scientific approaches formulated to provide resiliency collaboratively in the past, we can forge our against the threats of Sea Level Rise;while at the same unique talents to deliver this project in a way i time protecting the integrity of the environment as well that exceeds Miami Beach's expectations. as that of the community.Miami Beach,the"ground zero" This is a team bringing a unique combination for Sea Level Rise,is facing a compelling situation where of historical knowledge in planning, infrastructure solutions must be provided immediately and permitting, design, risk management, and they must be provided in an efficient and practical way, construction delivery of projects specifically supported by professionals that through the planning, for the City of Miami Beach. It is a Team that design and construction have that overarching concept understands how to execute critical timelines deeply embedded in their respective disciplines.No of design and construction in a backdrop team understands that better than the Ric-Man Design/ of residents and businesses who have a Build Team.Our Team of knowledgeable Miami Beach passionate commitment to a more beautiful professionals are deeply familiar with all these respective and livable West Avenue. Our Design/Build issues and the mechanics that go in hand to effectively Team can properly coordinate construction deliver a successful project to the community. logistics with the commitments and timelines of fringing development projects in the area, One of the most salient aspects derived from raising a street in a high urban density environment is the and with a demonstrated track-record of delivering design/build projects in complex, challenge associated to the harmonization of adjacent highly frequented urban environments under property elevations.As the road is raised,access to these iresidences and businesses must be maintained in a way demanding timelines. that it does not detriment the adjacent property owners. Given the varied types of residential and commercial conditions,there is a variety of harmonization solutions that would need to be analyzed,from regrading and The Ric-Man Design/Build Team will be led by paving portions of driveways,to providing retaining walls/ Daniel Mancini as the Design/Build Manager. protective rails and ADA accessibility ramps.In some Daniel has extensive experience in neighborhood instances,grass swale harmonization can serve quite rehabilitation projects having led successful well to reconcile grades within shorter spans.It will be projects in Broward County and currently for beneficial to achieve as much landscaping opportunities Miami-Dade WASD in the Shenandoah Miami as possible within the West Avenue neighborhood to Neighborhood.The design effort will be led result with both a promenade where residents and by Fernando Vazquez,PE,who has extensive businesses can achieve both optimal livability and experience in the planning,design and delivery of function,as well as the utilization of green areas for large water sewer,and storm-water infrastructure proper harmonization. projects for major water utilities.As the former City Streetscaping for West Avenue Engineer and Director of Capital Improvements for The West Avenue project represents a challenging and the City of Miami Beach,he brings a unique set of exciting opportunity to design and build a streetscape skills to the City that covers a diverse portfolio of that reflects the city's program of raising the City street Neighborhood Improvement Projects,including the infrastructure and private development,and which first neighborhood projects to consider significant promotes the City's stated goals of building a City that is vertical modification to mitigate tidal-influenced both Sustainable and Resilient. flooding.We have also included key personnel that represent years of applied knowledge and Our Design/Build Team will be looking at providing a reputation for completing projects under budget pedestrian-friendly and"Livable"street environment, and on time for Miami Beach. z that promotes multimodality walking,skateboarding, -.-- IN ASSOCIATION WITH �p\ N CITY OF MIAMI BEACH I RFP.2016-091-KB I.-'. -.4--ti M Ap nc. cits DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS 6 PROJECT TECHNICAL PROPOSAL . s 4.&e;-N,..-9,':4:--,,,,_-...,=. •AP` . -- , � - ,_ .�...�- , �. _ ,,` ; NY. s ,f, a �� , ash �� y� $ -1'---- .+-� *4 I _ ,.s ro—''4—r':*4.+ +'— p Existing Baywalk and bicycling,and a promenade that reflects the rich, permit(ERP) process required for the remainder of the biodiversity of South Florida native plant life, as well as Project.The Baywalk will require permits from local,state cultural traditions of the community. At the same time,we and federal agencies with jurisdiction;these agencies f believe that this greenway plan should be responsive to, include Miami-Dade County DERM,Florida Department o and instructive of,present and future issues of ecological Environmental Protection(FDEP)and the U.S.Army Corps sustainability,in terms of water use,resource consumption of Engineers. and use of local materials.At the same time,this linear Maintenance of Traffic(MOT) and Parking corridor could be a model of urban sustainable landscape, The Ric-Man Design/Build Team has undertaken functioning to provide the community with a place to significant preliminary planning for maintenance of congregate,recreate,and enjoy. traffic(MOD to develop a workable plan for project Baywalk-A Beautification Concept sequencing,and most importantly,to anticipate mitigation The City's plan for a scenic walkway over Biscayne Bay, of construction activity impacts to residents, businesses, as a public access facility enhancement,would provide a schools, religious institutions,and emergency services. T udes West Avenue significant beautification component to the West Avenue The project from 14th Strerea et to northofof Lincoln lRoad;Bay Road from and Bay Road project.The DCP includes conceptual sketches for an over-water,pile-supported Baywalk14th Street to Collins Canal;all side streets west of Alton structure,located at the west-end cul-de-sac of Lincoln Road between 14th Street and Lincoln Road,including Road, connecting with the existing on-grade Baywalk Lincoln Road and Lincoln Court. adjacent to the Capri South Beach Development. The Ric-Man Design/Build Team is very experienced Key members of the Design/Build Team staff have working in Miami Beach,and we are cognizant of the extensive experience with master planning projects like importance of public involvement and keeping the public this,and working with the City of Miami Beach on the aware of construction impacts during all phases of the visioning and programming for this waterfront public construction. Our Design/Build Team personnel,who are amenity.Based on experience with similar projects Advanced Work Zone Traffic Control Certified,develop in Miami-Dade County,the Design/Build Team has the project MOT to minimize delays,provide a safe conducted preliminary planning focused toward design roadway for vehicles,bicyclists and pedestrians,provide and permitting the proposed Baywalk separately from a safe work zone for the construction workers,and plan for minimizinguninterrupted access to adjacent properties the roadway and infrastructure environmental resource IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB �t"�'�'ti'i COS 'caxar.',R.ne., DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS m FL. PROJECT TECHNICAL PROPOSAL 7 during the project.The RIC-MAN/CES team understands Accounting for the relative expedience of the water this project will affect ongoing and future committed and sewer design/permit/construct time frames,the projects including the south West Avenue Improvement Ric-Man Construction DB Team proposes initiate the Project.We will also focus on continued coordination first phase of the project with these disciplines.The with adjacent property owners in maintaining ingress and Ric-Man Construction DB team believes that within the egress to properties,including businesses and access for first seven months after the NTP 1 is issued,all the water emergency vehicles. main and Sanitary Sewer can be designed,permitted, constructed,inspected and placed into service with Construction Sequence minimal impact.The construction of this infrastructure can Based on a careful review of the DCP phasing and be accomplished with daily maintenance-of-traffic allowing scheduling parameters,design/permitting timeframes for two way traffic to be maintained along West Avenue as well as existing field conditions,a construction and local traffic access to the side streets during the day, sequence was developed to expedite construction, and nearly full roadway lane access at night.The work minimize impacts and adhere to all jurisdictional agency for the installation of these utility lines would begin by requirements. constructing the main lines on Bay Road and West Avenue first, respectively,south to north and not concurrently. The next segments to be constructed are the side streets, L' • also progressing from south to north, but not closing any y two adjacent streets concurrently. approach would .- - allow for the full completion of this initial phase of Design iiilptrrirr mom and Construction to occur and be finalized before the 2017 Holiday Season.This approach minimizes impacts to . traffic and parking and expedites the final completion of the project.` - - At the same time as the water and sewer construction 4 - zli ..-- phase is occurring,and subsequent to the issuance of the _ .> ., _. 40 .„, ° '' * drainage construction permit,the Ric-Man Construction _ s,� Design/Build Team,will undertake the construction of the ` = a ' .11,..,,,. :r4 i,. ,, '7' Lincoln Road Street-end Storm Water Pump Station.This i t --', " t - =y �` construction effort will comprise the highest priority and all IIS} � ° -1"cif efforts to expedite it's completion will be prioritized.The * =a "`--, ; - �:. Ric-Man Construction Design/Build Team believes that the 1 I : civil/structural portion of construction will be completed ' , "i> t -:-; riO4 before the 2017 Holiday Season. } ,� ai # : " The second phase of the project is the heavier more _'� it e 4 y= it: t ,- 'i - impactful construction,and includes the storm drainage, s, r � {: traffic signal, street lighting,sidewalks and roadway.This I I � ' ' $° , _- f ; . ;' work will entail continuous roadway lane closures over ` 1 I� "`dseveral weeksper segment.The segments *{y} �x -�. - --r the period of 9 `" '' :' -1-211 t – ,— are defined as per the DCP and result in short enough t fir A . '` spans that allow for highly reduced impacts to traffic and s ' ;'` . parking.The segments are also limited to one side of West ' -� P9 rr }- 7 '.1 Avenue or Bay Road at a time,to allow north/south traffic ! ,; "'134:-.)::".‘"`"...-'"441":: ,. ,+.'' 'I. flow for vehicles/pedestrians and bicyclist.This second ' , ` ` phase will be initiated after the 2017 Holiday Season at the 4 6' �_- North end of the project(Lincoln Road and Lincoln Court) :, ` '$- ~ and progress orderly to the south end of the project(14th z A Street).This approach provides for the early completion i p , i • '*1,� of Lincoln Road Pump Station,as per the DCP by March -,F. k, . 2018. ... "` ,.. t x.I - IN ASSOCIATION WITH c CITY OF MIAMI BEACH I RFP.2016-091-KB "14 C®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PROJECT TECHNICAL PROPOSAL 8 Major mechanics that go hand-in-hand to effectively deliver a Conceptual Design Elementsmechanics project to the community. In developing our approach for the West Avenue project, the Ric-Man Design/Build Team has focused on where One of the most salient aspects derived from raising phasing of the project can be implemented to help control a street,by 2 feet or so to an elevation of 3.7 NAVD, the overall project schedule,and to mitigate impacts to in a high density urban environment is the challenge the local community and businesses.As demonstrated associated with defining a roadway cross section that in our project schedule in Tab 3,we have developed a will address the required level of service,and meet the design/construction phasing plan in which the project is needs of the community while properly harmonizing divided into interdependent design packages focused on with adjacent property elevations.As the road is raised, alleviating design and permitting schedule constraints, both during construction and after completion,access to and expedite an early start of construction. residences and businesses must be maintained in a way that it is not a detriment the adjacent property owners. In the following sections,we have prepared our Given the myriad types of residential and commercial General Design approach for the project.Our approach property conditions,there is a wide range of solutions for is formatted and organized in accordance with the requirements of the DCP and provides insight into our harmonization that must be assessed,from regrading and Team's project planning.The conceptual drawings paving portions of driveways,to providing retaining walls/ provided with our submittal,which the reader should protective rails,to maintaining ADA accessibility ramps. Based on the Ric-Man Design/Build Team experience, refer to for a more complete understanding of our design grass swale harmonization can serve quite well to approach,demonstrate the concepts we foresee for the reconcile grades within constricted working spaces.With West avenue project. our knowledge of local interests,it will be beneficial to Roadway Design for West Avenue&Bay Road achieve as much landscaping opportunities within the Based on our review of the four(4)proposed typical West Avenue Neighborhood as possible to achieve roadway sections of West Avenue we find that a promenade where residents and businesses can each roadway section offers various benefits and achieve both optimal livability and function,as well as the disadvantages to traffic,safety and the environment. utilization of green areas for proper harmonization. The Bay Road cross sections offer few options for To meet the challenges of sea level rise and its associated modification,hence our Design/Build Team has followed the City's layouts provided in the DCP until further survey impacts,the Design/Build Team will analyze the flood and existing conditions information is available. The stages associated with a design 5 year,24-hour storm. This storm event is the City's criteria for the protection of following are our observations as it relates to the West public right-of-way associated with the design of storm Avenue cross sections. water management systems. With this criteria,the Team Raising Roadway Profiles& Cross Sections will analyze the impact to adjacent private property,to The West Avenue and Bay Road neighborhood ensure in the design process feasible harmonizing of the improvement project(West Avenue project)extends higher street elevations,with existing properties,so the beyond the normal complex conditions encountered drainage impact can be minimized. when improving a dense urban corridor(s).This project,in The Ric-Man Design/Build Team's experience with similar a sense,combines a series of new technical and scientific previous local projects,such as Sunset Island I and II, approaches formulated to provide resiliency against the threats of Sea Level Rise,while at the same time Venetian Islands,Biscayne Point, Biscayne Beach,West 44th Street,for the City of Miami Beach,and Sunset 3 and protecting the integrity of the built environment.Miami 4,Hibiscus Island,and others for private entities, helped Beach,the"ground zero"for Sea Level Rise,is facing a create the in-depth,hands-on knowledge of design and compelling situation where infrastructure solutions must construction issues associated with impacts of meeting be provided immediately.They must also be provided in the conditions created by sea level rise and other specific an efficient and practical way,supported by professionals conditions related to construction in the Miami Beach that through the planning,design,and construction have environment. that overarching concept deeply embedded in their respective disciplines.No team understands this concept The Ric-Man Design/Build Team has met many times in better than the Ric Man Design/Build Team.Our Team preparing for this submittal,to refine our understanding of professionals,with a long history in Miami Beach,are of the intent of the DCP and the City for the project, intimately familiar with these respective issues,and the talk with the local interest groups,and develop a sound IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KBN�MA- ,5-i .nc. COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PROJECT TECHNICAL PROPOSAL 9 and achievable design that can be constructed at reasonable cost. Based on review of the proposed typical roadway sections of West Avenue in the DCP,we find that each roadway section offers various benefits to traffic,safety and the environment.The following are observations we have made as it relates to the cross sections provided by the City in the DCP. Based on our site visits, research, and more importantly our discussions with residents and future stakeholders, we recognize that the West Avenue Neighborhood Association(WAVNA)will have an influential part with many of i the final decisions regarding the West Avenue infrastructure improvements.More specifically, we know that the selection of the typical roadway cross section of the West Avenue corridor is of great importance to them. For this reason, we have analyzed, in detail, the proposed typical sections, and have provided our opinions regarding the advantages and disadvantages for each of the typical sections. We believe that with this information an appealing y typical section,which will likely be a combination of the Cross Section Options,selection can be accomplished in an efficient and productive manner. Looking ahead to the anticipated selection process, we foresee significant involvement by stakeholders during the review and consideration process with acceptance and agreement by all interested parties a priority to ensure that the City and the neighborhood receive a final product that they will enjoy for the many years that follow its completion. ,:_.vii9//.l/alf.4..5,.4..1//h.,,%,,,,, ,4,,,,,N;,,,.li,?YY//W001,40Y.//AbN 7///1NN/n/1W'' l///l//J//.%/!/X4~7/!///OW./41/Zi AY//.///J/.AW/141455 MS40////// 38/4-`40.0./6//.6:41.'1/J/f!/////Pb%l/ZOW/A/W/17..0,//J//.3.0 N/f1.////J//.'ib' impacts to adjacent properties and,in our opinion,will Typical .�-���"tr`�i'7 Option �^1ts. Opportunities It is our opinion that this option offers provide the most cost effective means of improving the a good opportunity to provide an environmentally and roadway and infrastructure. ecologically planned roadway. The bio-swale is an Challenges The presence and continuance of a effective design concept that would allow for the capture bio swale along the ROW would limit the provision of of oils,sediment, nutrients and other debris that would turning or loading zone lanes.There is also an increased normally flow into the roadway drainage system,therefore maintenance cost associated this option,as it may helping mitigate water quality to a certain degree,and be higher than some of the other options due to the enhance the water quality discharge into the state's expectancy for a maintained lush and appealing bio- natural preserve, Biscayne Bay. In addition,the bio swale,as well as maintaining trimmed and controlled trees swale would provide a buffer between the vehicular within the ROW. For businesses,this option provides travel lanes and the adjacent bicycle route,promoting minimal parking. Although the existing West Avenue safety. Furthermore,this option facilitates wider sidewalk road corridor is capable of sustaining parking on both sections that go hand-in-hand with the residents'desire sides of the roadway,we have observed that on-street for a livable West Avenue that encourages pedestrian parking primarily occurs on the east side. For this reason, activity and outside businesses(sidewalk cafes),as well we recommend on street parking on the east side of the as open spaces for planting trees,walking and or seating roadway to provide easier and shorter accessibility to areas.From a harmonization perspective,it is worthwhile businesses along West Avenue and Alton Road. noting that this option provides the flexibility to minimize RW INE-1 ..-RW LNE -" v .. u ----Sr II '� "� 610SMME 30SWM.E X CONCRETE /ntrn QXi+1 r �Kw� ? 4o_.0 _ c.4- 1---a � - — _.=-....— --��- -- --- ---�. TOOT GROTTY TAIL CURB k GOYTB TYPE F Option 1 _IN ASSOCIATION WITH CITY OF MIAMI BEACH i RFP.2016-091-KB ' , cgs DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS -«, PROJECT TECHNICAL PROPOSAL 10 Typical Section Option No. 2 implementation of landscaping and tree plantings within Opportunities ' We believe this option provides the open spaces and a reduction of the roadway corridor, local businesses and residents with an opportunity we believe there could also be added water quality and for additional parking spaces and therefore direct quantity credits. Lastly,we believe that this option allows accessibility to the area. This option may also be added flexibility to harmonize driveways to the proposed favorable to bicyclists because it proposes bicycle routes roadway elevations since the road edge is further from the within defined barriers from vehicular traffic. Although ROW. in our experience,bicyclists and the City in the past, Challenges We believe that this design option could have not preferred this configuration as it places them potentially lead to further traffic congestion,create at risk by direct conflict with pedestrians. As designers, unnecessary conflicts with pedestrians,and could be we will consider the most appropriate means to clearly a detriment to emergency responders as this option mark and warn pedestrians and bicyclists throughout the excludes scramble and turn lanes that help with traffic designated path.From a planning perspective,this option flow and emergency access. The parking on both sides proposes the widest sidewalks and open spaces,allowing of the road would essentially create a barrier preventing for more landscaping or other open space amenities emergency vehicles from bypassing a potentially such as benches,bus stops and canopies, bicycle racks, gridlocked traffic condition. outdoor seating,and similar public features.Through UNElav "�RW UNE-9 11.0' SC 2o' 7.0' , 10.0' 10.0' ._, 7.0' 20'_ 6.0' 11.0' --_� �--n ,S . s I 1 s �s� I , a III — _ l FOOT ,',NTT WAIL COBE i OMR 'M' Option 2 /Jf/%.'JH/455.~//!hY/.`O.70ZI 3^YM10'/J!b/1J/IASZW.§r%J///•'//1//!/.40 th///!/f!J/!/OZ.ZJFf3:6,46.01/14Z3e/J.Ari!!/J/!J.'!.%J..14,74f%Hl//✓Yl.'/NIIJJL.J.edMilhftJJ.GCM:4#G990/0W/lHJ.7/165/..NY../47.407./JIHJJ0,MYJ///✓JIHJ/JJ.0:491R J!!OW/////A02i074,J!/%1OVir Typical Section ,tion j\;c 3 Challenges Due to the wide roadway corridor,we p anticipate that there will be opportunities for natural storm Opportunities This option proposes a wide roadway P corridor that is well suited for traffic flow and turning lanes. water infiltration similar to Typical Section Option No. The option also provides a moderate width of sidewalk 1. This option also proposes parking on one side of the that is suitable for high traffic pedestrian use commonly roadway,a reduction to what is currently available. Lastly, found in wider Rights-of-Way. The proposed sidewalk is because this option has an expanded road corridor,the also sufficiently wide to support additional green space, distance from the edge of the roadway to the right-of-way signature landscaping,and facilities such as benches, bus line is significantly reduced.We believe this option will stops and canopies, bicycle racks,outdoor seating,and present further difficulties in harmonizing driveways to similar public features. the proposed roadway elevations,and significantly affect the amount of harmonization that will be required within private properties. RW UNE .kW UNE 70.0' es 5.0' I z0'_, 10.0' 10.0' 10.0' _ 7.0' -20' 51..._,C _. 9.5' ,sa wNE t reatEcrtn era ate r ...tramsl� I "9"7 r ----- _. �Lf1Ti o t ' s con t atrrm� !floc 0 9lrr WAIL TYPO' Option 3 IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB ijc"ifAAT CO DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PROJECT TECHNICAL PROPOSAL 11 Typical Section Option No. 4 Challenges Despite this option's advantages, Opportunities This option is nearly identical to we have identified some disadvantage as well. The Typical Section Option No.3,with the exception that narrow sidewalks and minimal open spaces will it proposes narrower sidewalks,a wider bike path provide a more constrained pedestrian route with less without markers,and an east-side bicycle lane adjacent flexibility for harmonization with private driveways and to vehicular parking. It is our opinion that this option private pedestrian routes. As with most of the other provides a more standard road section than any of options,the reduced available parking may affect local the other sections. We believe,because it is a more business. standard section and recognizable by the public,it may be less prone to vehicular,pedestrian and bicycle incidents. In addition,the wider section provides better traffic flow and emergency responder access. RW uNEy UNE 7oAr . - - 10.0' 10.0 10.0 _ , 7.0' 6.5 20' 7.75' 7.75 20 7.0 , 2% A ir t A ..onic CONCRS'TL 1 k _ __,...._ ffismc caomi CURB r ` IER Option 4 anar marry w i/1/!/J/44.0.1J!//.4",,,!7/445.307/400,////./l.:WriYyilSWA.l:'OVAN/ArilH//ll////h/74l.4319X.7.03,ll/N//llH/Nl1J/N//9/HAZOW47.H/llHNlllh% l/F///40/.07/45499llldldl,WASk AW/I'VIIJ,01/lNlbn'010VN/AW/AVANWI//1//J,1 //l/1"//%/1/h.00////.WAY Section 1 Two Travel Lanes,Two Parking Lanes,Two Bicycle Lanes With the Design/Build Team's site visits, research, Parallel parkingon both sides of street and recent discussion with residents and future stakeholders, we recognize that the West Avenue 10 1/2-foot wide sidewalk with trees Neighborhood Association (WAVNA) will have an Protected bicycle lanes influential part with many of the final decisions regarding the West Avenue infrastructure No center turning/loading lane improvements. Specifically, we understand that Section 2 Two Travel Lanes, One selection of the typical roadway cross section for West Turning Lane, One Parking Lane, Two Avenue is of great importance to them. Consequently, Bicycle Lanes we have analyzed, in detail, the proposed typical sections, and have developed the general concept Parallel parking on one side expressed to us by stakeholders. We believe that this 9 1/2-foot wide sidewalk with trees will be an appealing typical cross section as it draws Non protected bicycle lanes desirable features from the Cross Section Options. For the anticipated selection process, there will be Center turning/loading lane significant involvement by stakeholders during the Section 3 Two Travel Lanes, One review requiring acceptance and agreement by Turning Lane,Two Bicycle Lanes interested parties to ensure that the City and the neighborhood receive a final product that they will No parallel parking enjoy. The key features of three variations of this 101 -foot sidewalk with trees roadway cross section, depending on the location within Protected bicycle lanes the roadway alignment, as discussed with interested P Prote- parties are shown on the sketches on the following Center turning lane pages. _% IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB � �_ wwaa.nc-._ �ixny C®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS —tea 12 PROJECT TECHNICAL PROPOSAL West Avenue Section 7 (Typical) »Parallel parking on both sides, if required » 10.5'wide sidewalks with street trees »Protected Bike Lanes No center turn/loading zone ,# t '. �. ' �n at r-. -,e ate.. ...v. 14 t0' T S f 2 f—4,6" 6• 6•----f— 6-6- F/ 5 T[' T / tQ / R NP X P4RK'.N E LANE PANTING S!CE:V;.K Sr.:NALiC PLANTIN _G BIS,�_A - PARKI!..v TRAVEL LANT MEL L.. -" flit.! ' ',.,:" Ili, a a� R �� 1.5'-:' �., t1 kr+ gy � t% 1� ' � i -: r } . 1, ' ; I i } MY ni r `� `x a 'W r't. 1 ',' — 'C't,:2 • l'''' i ! i;� a , 774E4 II IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB w S C DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS L«. 13 PROJECT TECHNICAL PROPOSAL West Avenue Section 2 (With Loading or Turn Lane) Parallel parking on one side >- 9.5'wide sidewalks with street trees ,,,. Non-protected Bike Lanes » Center turn/loading zone, as required sv `. o `` � "ice a i"�f w C a e s -z i •+' a ." -+.. ` - 4 } h � 1 o r z z a s �f — s 5' db' T " 5' / 70 ,'' t0 {' l' SIOE4VAi}( FLWYT:NG cIKE LANE InP.V�LANE ?URN SNE Tz::J�L.ANE ?AP.KING BINE Lfi:7E. PL"'NG SI�EWAIK To. ,t �V AL .N -,7.:,,,,,,,'. w, ',r,` -S'- fi's`a a , ,,,..„4,,,,,.w4 �, -'-•,.z ,-rte} .+ '. m`F-`-;‘,.....,-;14,7,...., ,ma a .e '+e'',,,. ''V - .._v....1..?,:t.‘;12.7:,...-r-".,,;,-..F._.....�._+..z u- —�. ..,d... r_'` ,,..rte ..''4`.1.._ ..-z�x,T.y ' _." a.ti^zs:.` ^"° a�, �i 'T 4¢ par" ,,, ,� '.r�'"'�- -.t: / \ ' r�, *n Yom.ham, , �hr�sr L "„,.'''1-*5?:::'fii:"/:"-4;i.'1 'i. i � �.tip ,y a .` _ s . II --.�. , s y as 411.k.. : '� " r `€i ', { `_ _ gym-.-_ ' re. R xY 4 ! ., _ 1 ,, .six_ ' +Tit . • • IN ASSOCIATION WITH OF MIAMI BEACH I RFP.2016-091 KB la� 'l C®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS L__,,,,,,,--- CITY 14 PROJECT TECHNICAL PROPOSAL - West Avenue Section 3 (At Key Intersections) »No parallel parking » 10.5'wide sidewalks with street trees »Protected Bike Lanes Center turn lane . - ,42.2„.„.x„.--ar',: £„ i ab..� t, s ''' J Y. Y om- x , .41311111111k. Ye MINIM e t s: ininia �! ii as , E s s< —f z s s---,t.'2,3" / ."1. 'o ri rt--s — 2 s • s' SIOE`t.AiK Pti.DtiiNG .1XE LANE WA'.EL.ANE TURN LANE TR''''-d- �.":E diKE.... c;ANT1Ne S''' ALK t -4---- , ; _<� ,�� �� _-,4,•,:- . r .P+ r' fie., y - . : - - Jr*f s lr� f-x¢ a - a5t� fr 1 4t± .. ,,_ # ,,• a 'a "Twp" f. • a. -,7,-- i ,,,,,,'-'1,4,,,,,e'i. 4 .. .L '�'h { -.fkr` ',.-.).'4;:f.'—: S '�� ."--r-'-'1-: 'tom-y�: .. i N IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016 091-KB s`dMAN C'®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS `oxe i�l�� PROJECT TECHNICAL PROPOSAL S h d a 3 -*;1_,41,:,..,::.. �'S ' ' �� -.„-,*---#4,. at K"x• 'r.?.r t f , Y � ,��sJ vim.-- -• ;� � 1-="„.. 4■ sro aloll. �.. -i- t ..-,.:,• t p rod►- i►? i} n; � _ moi. I _ 1' _.1 + h l'''''ii 7, I Harmonizing the Roadway Cross Section with stormwater or flood plain encroachment by the roadway Adjacent Properties is equally critical. Stormwater runoff that will be proposed When the preferred West Avenue Cross Section is to slope into the lower adjacent properties must be selected by the City,the Ric-Man Design/Build Team will captured,treated and disposed prior to affecting these engage immediately in determining the harmonization properties. Further detailed stormwater analysis of the requirements of the new roadway elevations,and City's system will need to be prepared by the City to developing the site-specific design.Two of the key ensure that by raising the roadways,the flood plain is not elements to be addressed during the harmonization being altered to the detriment of the stakeholders. process are driveways and ADA compliance for sidewalks. Regarding the probable types of harmonization,we Based on our observations of the existing and believe that there is no one solution or one general type proposed roadway profile grade lines.we estimate the of harmonization for any neighborhood. Each driveway, mean increase in the crown of road elevation will be walkway,and landscaped area will need to be analyzed approximately 1.6 feet. This will undoubtedly have a and harmonized on a case by case basis.However,we significant impact to the existing adjacent properties find that there will be two basic types of harmonization, as many of them,including buildings,are only slightly one that will require a designed slope downward to match higher than the existing roadway elevations. Harmonizing the existing property's elevations and one that can be driveways and walkways to provide a smooth,drivable, designed to slope upward to match the existing property's and ADA pedestrian accessible transition between elevations. Based on our Team's walkthroughs and site the existing properties and the proposed roadway analysis,we find that there are less than 5%of existing elevations will be a challenging endeavor to say the least. properties that qualify as the latter type of harmonization. Detailed topography and survey of existing conditions, All transitions for the first type of harmonization must be designed to conform to known Department of encroachments,and surrounding areas will be critical in assessing the potential impacts to the properties. Transportation standards for driveway slopes and to conform to ADA minimum standards for pedestrian Although we believe that harmonization between access. Otherwise,all materials for driveways or other higher roadways and adjacent properties is a large hardscape surfaces shall be restored pursuant to those part of the success of this project,impoundment of specified by the design criteria package. IN ASJOCIATION W'TN CITY OF MIAMI BEACH I RFP.2016-091-KB tiMc l.IYC."x'11' COS _._..___ .. _ �• COBTi DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS - PROJECT TECHNICAL PROPOSAL 16 Driveways Based on our numerous site visits and observations throughout the project neighborhood,we •'f` 1. 4- �i,�'; estimate that 90-95%of the properties consist of low- \ � .< '--- ` t lying (below 3.7 NAVD)structures.The neighborhood ' sogis 1 4..r generally consists of a wide variety of low-to high - "" ,K rise condominiums,single family homes,townhomes, restaurants,and retail and office buildings.We find that it ,,�_ is difficult to generalize the neighborhood characteristics, t-:4-:- ��t 3,47 _ I.= �; or standardize to one or two different types of +--', i1, �^-��i` "41�> harmonization designs. . 1 i c± In our experience,attention to detail is important when 4 10 preparing harmonization exhibits. When harmonizing ,=I e 1 proposed infrastructure improvements with existing 3 - -4¢' ` -,,,� ''t' •*. 41,-% facilities/properties few assumptions can be made,and site field visits during design are very important to capture necessary information and to ensure that surface features are identified. Attention to detailed drainage patterns, _ "` existing utilities,existing gates,fences,irrigation,lighting - • i , and other private facilities will need to be recorded and �1', considered in the design. It is our opinion that there must be a high level of consideration for flood protection of nit private properties that currently drain toward the ROW and roadway to ensure that by raising the roadways,the accessibility and availability of the wider driveways. project does not adversely affect private properties. Owner agreements to reduce driveway widths will be challenging,and in conjunction with the City's program for It is important to note that the analysis for the flood handling such private property coordination,the Ric-Man protection of private properties must extend beyond the Design/Build Team will assist the City to address them on harmonization of the properties and the right-of-way, an individual basis. Benefits associated with proposed and into the property itself. The stormwater system improvements,additional parking,wider sidewalks, must be designed to peak at stages not exceeding the adding bike lanes,and a providing a scenic landscaped lowest private property elevations. For this reason,it is corridor will help offset some of these individual property important that the stormwater management system be impacts. modeled,in conjunction with a validated City updated stormwater model,with enough detail to ensure that the In accordance with the DCP,we understand that private properties are protected to a specific minimum driveway replacement materials within the ROW will level of service. That specific level of service should consist of asphalt or concrete. Both materials,as the be to flood protect parking lots for up to a 5-year 1-hour predominant source of restoration,will provide a uniform storm event,or at least up to the current lowest crown and consistent appearance for the community. Within of road elevation. We believe that this level of service private properties,it will be necessary to obtain license can be accomplished by regulating the pump on and off agreements with the property owners prior to working elevations and designing an efficient and adequately inside property. Typically,obtaining an agreement from sized pipe network capable of conveying runoff to the an owner to restore driveways to their original conditions nearest pump stations. or better is relatively simple,however,obtaining agreements from owners to restore driveways to different The information provided in the DCP indicates that materials that they have come to enjoy and use could be driveway widths will be restricted or limited to specific challenging.The owner will be advised that any salvaged widths as follows:11 feet for one way;22 feet for two material will be stockpiled within their property for reuse. way;40 feet maximum for commercial,and no more than As such, we will make every effort possible to coordinate 50%of the property width for other properties. Many with the owner to either accept the alternative concrete properties have wider driveways that have existed in restoration or some other means to reduce the owner's that condition for many years and the residents and expense to restore their driveways with their salvaged businesses alike have become accustomed to the material or better. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB Ne'ma,y C®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PROJECT TECHNICAL PROPOSAL 17 ADA Accessible Ramps and Steps One of our goals of Alton Road. The roadway includes two travel lanes with for this project is to maintain the means of ingress and a center scramble lane,and parking stalls on both sides. egress not just for vehicles, but also for pedestrians. As The corridor has a substantial number of ingress and our Team has accomplished in the past,and will continue egress locations for a variety of different residential and to do so for this project,we will perform the necessary commercial developments on both sides of the roadway. site reconnaissance to maintain the means of ingress and Development on both sides of the roadway include egress and design facilities to comply with ADA standards parking lots,low to mid-density residential, restaurants, and regulations.It is important for site visit to assess the offices and other retail establishments.The variety of traffic surrounding conditions in the design process. The design use results in a well-traveled roadway, including pedestrian of ramps,handrails,and steps where deemed appropriate and bicycle use,throughout most of the day. In addition, will be analyzed on a case-by-case basis to provide West Avenue also supports at least one bus route and has the most efficient and effective means of access to all rental bicycle racks to promote local bicycle use. These adjacent owners. conditions should be considered in design of the roadway profile to avoid placing low points at certain locations of West Avenue Profile Concept ingress or egress. The West Avenue roadway profile design will conform to the Florida Department of Transportation and AASHTO Drainage structures will need to be protected from standards and guidelines for horizontal and vertical sediments during construction activity, private or public, alignments.To that effect,stormwater inlets will be while continuing to maintain an adequate level of flood located at low points along the roadway profile,and protection. As with most properties throughout Miami intermediate inlets provided where required pursuant to Beach,change in property is in a constant state of flux. standard practices to maximize flow capture and minimize Redevelopment in the area is substantial and constant,and bypass flow.The design intent will provide high points resulting construction on or adjacent to the roadway can at intersections to convey stormwater runoff away from impede traffic and pedestrian flow. Coordination between major points of access through and across roadways. In the Design/Build Team construction team and private addition,the design will consider parallel parking stall contractors will need to be monitored and controlled to bump-out configurations and the potential impact to ensure that impacts be either contractor do not negatively traffic flow along the roadway profile. Roadway drainage influence vehicular,bicycle or pedestrian traffic. inlets will be designed to convey stormwater runoff to the The typical cross section for Option 4,with the details of primary drainage system and ultimately to the existing and proposed pump stations located throughout the West construction materials,is shown on the sketch below. The Avenue neighborhood. calculated conceptual West Avenue and Bay Road profiles are provided in the appendix, by station and elevation. Based on our observations,and local knowledge,the West Avenue corridor is the most traveled corridor west a(+x . 3,451..W//WAIL%%/ll10f+ .W//i1'.l.!/////.n/1!////!f/.Y .ANY/AY//.YdlHl1.lLh .4,4dWW4,/MeN/WW....1.'1J1:L±Y/f/Y✓,HfAZ//1///l//rY//i/////.U/1.%1/%J//////I/ J,,,,/•v/.c'+J...e.k">Y.M64 4.1011✓A4W/40147///1F/..9/ ./%//,...ik- r-RWUNE RW UNE-1 `' 76.ar UNE-1 7.75' 20'_ 7.0' 10.0' � 10.0' 7.0' 6.5' 20' 7.75' e o - CONCERTS �. SIDEWALK 2.% 11 J —==-- '' , ITUSTI rc rO CUD t GUTTER 1-aEo7ExnE DACE 3-BASE A'. FDOT MOMMOMTALI! GRGROUND xn res r NEW CONSTRUCTION 1. GEOTEXTILE(US FABRICS 2600) CMB TYPIAt SECTION 2. 12"TYPE B STABILIZATION(LBR40) 3. OPTIONAL BASE GROUP 6(8"LIMEROCK LBR100) WEST AVENUE 4. TYPE SP STRUCTURAL COURSE SP-12.5 I" OPTION 4 5. TYPE SP SURFACE COURSE SP-9.5 1" IN ASSOCIATION WI[H CITY OF MIAMI BEACH I RFP.2016-091-KB M, CO�° FCOS L.ISG DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS .111 PROJECT TECHNICAL PROPOSAL 18 Bay Road Cross Section salt-air environment.Our team will also assist the City with The proposed typical cross section of Bay Road comprises the required Maintenance Agreement for the black paint a two-lane roadway with parallel parking on both sides on the new mast arms.In accordance with the DCP, new of the roadway,the proposed cross section is similar to mast arm signals will be designed for: what exists today. However,it was noted in the DCP »West Avenue at 15th Street that the sidewalk on the west side of Bay Road,south of „West Avenue at 16th Street Lincoln Road,was not proposed by the City to be raised. Based on our review of the plans and subsequent field »West Avenue at Lincoln Road observations,we believe conceptually that most,but not >:West Avenue and 17th Street-new signal mast arm all,of the area may support raised sidewalks without the signal will remain use of retaining walls.As the west side sidewalk is heavily Signage and Markings In accordance with the used by pedestrians,we recommend raising the sidewalk requirements of the DCP,the Ric Man Design/Build to conform with most of the other sections of this project Team will design the signage and pavement marking with raised sidewalks. However,this concept will be in conformance with the typical roadway cross section analyzed during design coordination and contemplated as selected by the City,latest MUTCD standards,and Miami- an added scope option for consideration by the City. Dade County and FDOT requirements. Similar to City Signalization and Signage- Conceptual roadway projects,the signing and marking plans require Considerations review and approval by Miami Beach Traffic,Miami-Dade Signalization In accordance with the requirements County,and FDOT for the roadway connections to other of the DCP,the Ric-Man Design/Build Team will design major roadways such as Alton Road. Pavement striping replacement of the existing signalized intersections with will be thermoplastic,and installation of markings and new traffic and pedestrian signals.The design will be in signage in accordance with the City,Miami-Dade County, conformance with FDOT, MUTCD,and Miami-Dade County and FDOT. requirements.The signalization will include replacement, The City utilizes special roadway corridor signage that and new facilities where appropriate, loop detection include the Trolley Service with the map signs,new and designed with a Signal Operating Plan(SOP)that is "Scooter Parking Only sign,"Pay To Park"signs associated coordinated with City of Miami Beach Transportation, and with mobile payment options as well as"Pay Here" signs Miami Dade County Traffic Signals and Signs Division. for parking kiosks,and other public information and The new signals will be designed for new mast arms,one directional signage. At the beginning of the project,the at each corner,new signal heads,pedestrian signals and Team will coordinate special sign requirements with Miami detectors,cross walks, new controller cabinet,electrical Beach Traffic to determine appropriate locations and service disconnect,and illuminated street name signs. functional requirements. Initial considerations include painting the new mast arms with black paint, by the pole manufacturer,to protect the The City has implemented back-in angled parking in mast arm from corrosion, brackish water,and the coastal certain areas of the City,and in accordance with the DCP, plans to incorporate this policy into the West ,r Avenue project. The back-in angled parking 4 - " typically facilitates exiting parking stalls by d *,,. ,?' , . eliminating backing into active traffic lanes, . . �; and improves vehicular safety. This type -` of parking space requires special signs to _ '',0"ti — inform the public how to use the designated ' . back-in parking system.It has been observed J_ tee; by the Team that without clear signage,the 4NGu5t public typically parks improperly in these .6qCK.IN .,, , locations,which then creates a safety hazard stop for the exiting vehicle as well as the active Old REVERSE ' traffic flow.The Design/Build Team will ft/Mt ., coordinate with City Traffic with the planned parking locations and correct signage for the Vehicles parked incorrectly due to lack of .. TpwA AY. new angled parking. signage Ion€ IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB �N CH DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PROJECT TECHNICAL PROPOSAL 19 Maintenance of Traffic During Construction Plan complying with FDOT Index 600 and 660 with The Ric-Man Design/Build Team has undertaken accessibility considerations addressed. The plan will be significant preliminary planning for MOT during developed utilizing the latest Manual on Uniform Traffic construction to develop a workable plan for project Control Devices(MUTCD)Typical Applications(TA)and sequencing,and most importantly,to anticipate mitigation the FDOT 600 Series Standard Indices where applicable. of construction activity impacts to residents,businesses, The RIC MAN/CES team understands this project will schools, religious institutions,and emergency services. affect ongoing and future committed projects including We discuss the overall approach herein,however, refer the south West Avenue Improvement Project. to Tab 3 for a detailed description of the preliminary MOT The MOT plans will also be coordinated with Miami-Dade plan.The project area studied for the MOT planning County Transit,FDOT,Miami-Dade County traffic,City Fire includes West Avenue from 14th Street to north of Lincoln District,School District,City Police Department,City Traffic Road;Bay Road from 14th Street to Collins Canal;all and Parking,and other relevant project stakeholders.We side streets west of Alton Road between 14th Street and will also focus on continued coordination with adjacent Lincoln Road,including Lincoln Road and Lincoln Court. property owners in maintaining ingress and egress Alton Court will require transitions to the reconstructed to properties,including businesses and access for side streets as well as reconstruction of the east side of emergency vehicles. the roadway between 16th Street and Lincoln Road. Street and Pedestrian Lighting- Conceptual The Ric-Man Design/Build Team is very experienced Considerations working in Miami Beach,and we are cognizant of the As required in the DCP,existing street and pedestrian importance of public involvement and keeping the public lighting will be replaced with new compliant lighting aware of construction impacts during all phases of the within the limits of the project.The illumination design construction. Our Design/Build Team personnel,who are criteria will be in accordance with IENSA-RP-8-14 with Advanced Work Zone Traffic Control Certified,develop a minimum of 0.6 foot-candles(FC)and a maximum the project MOT to minimize delays, provide a safe uniformity ratio of 4:1 FC.Each circuit will have a minimum roadway for vehicles,bicyclists and pedestrians, provide a of one 2-inch PVC conduit for the conductors required to safe work zone for the construction workers,and plan for power the proposed lighting.New lighting poles will be minimizing in accordance with latest City DPW standards STL5a and uninterrupted Additional examples of STL7a,and painted black. access to sample Illumination layouts �_. adjacent - properties can be found in the appendix. ' — _ during the - _1____ _.:11, , project.Our ,� I� specialists will develop a MOT i„,.... iIL j plan consisting \\ y� 1i a 111 i' of general \=I MOE- dl: ',„-- notes, i_,r notes,phasing ,�i �� ��, ' s notes,typical - h� �I r '� sections, �;,.!'�I' � , Ii tr i phasing e,e,k.. plans,and VI i111• �... 15 �� ipr+ Atolo,'ILI I special details. I rl„ I, = _ liolti Construction �,, � Wile `��' I' work affecting 114 T i -=sidewalks and/ �'i / ar;4' '`� d ) II' ��1 Ir '" � � or pedestrian �jN� " �.,.✓2 %"-' 14141,1 .1.„, , crossings �1 ali roar. t��a1_� .r. ..�.(t....mss � oma ' � tip:. 6 \�21 will include ` -•►•.mss ""� �a`�` �; , • ��i� � _ ����N� �i�\r�/�t�1�" Fre —: tea. �a� �'�r�ems_ _-- —1 J �� "�"R''' fir_`_ a Pedestrian `►1R '.—,.�.— -- '� i -a; irr ' r�� ` 11, . ,� � n, t �� �1,,, V V oir i Traffic Control ,� ni'. 10'4'444 N i 11110.440' IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB C�-YMr"/ c s DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS Coil&�'I PROJECT TECHNICAL PROPOSAL - " 20 To maximize walking space for pedestrians within the i. 4 -k= m 1 '' proposed sidewalks,the Design/Build Team will focus on locating pedestrian and street lighting poles outside of the pedestrian path while maximizing the use of the 'x promenade. In areas where a retaining wall abuts the \ sidewalk,we anticipate transitioning the retaining wall11111111111 Ws to the pole base as a monolithic structure that serves as a pole foundation and retaining wall minimizing the ,_ =— pole base space impact.The pole base detail for the pedestrian and street lights will follow soil parameters depicted in FDOT Index 520.The City has the option of using this detail as part of the City Standard details. I City-owned WIFI equipment is attached to some of A I the existing light support arms and poles.The Design/ Build Team will coordinate with the City for removal and reinstallation of this equipment. i ` 4:. reinstallation '' ..... flit' �� .. .� In addition and as required by the DCP,the Design/Build , . Ii,. - '" Team will design for installation of three 2-inch spare 4 4,,i , r' -conduits,with a tracer wire,and equipped with pull wire/ 4 1 f —" string inside the conduits for future use by the City for _ `p1 electrical and communication wires.The layout will also include pull boxes at a typical spacing specified by the City,generally one at each corner of an intersection,and 250 foot spacing along the roadway. Temporary Signal Plan During construction activities urban design for West Avenue is to create beautiful and operation of traffic signals and maintain of signage is meaningful places, providing a forum for social interaction, required for public safety. Maintenance of traffic plan enhancing the community's benefits for the project. In so will be prepared to describe traffic controls used for doing,the project becomes a source of pride to the City facilitating vehicular and pedestrian traffic through and neighborhoods.The Ric-Man Design/Build Team is temporary traffic control zones within the active committed to a collaborative approach for planning and construction area.When the temporary traffic control zone design,and we understand the importance of teamwork operation affects traffic flow at a signalized intersection, and effective communication in delivering a successful and the existing signal operation and/or configuration project. does not provide adequate traffic control for the affected Design Intent intersection,a temporary signal plan is required.The The West Avenue Phase II Streetscape Project represents temporary signal plan will describe the adjustments that a challenging and exciting opportunity to design and must be made to the existing signals to provide adequate build a streetscape that reflects the City's program of signal control during the temporary traffic control raising the roadway and improving the infrastructure that operations. promotes the City's stated goals of building a City that Str etscapin and Landscapng for is both Sustainable and Resilient.Our Team is especially 'Nast Avenue - 0,ir Approachinterested in creating a safe, pedestrian-friendly and The Ric-Man Design/Build Team is significantly involved "livable"street environment,which facilitates existing in many public and private sector projects in the vehicular while planning for alternative transit options of South Florida area. Many of these projects include walking,skateboarding,and bicycling.The West Avenue development of design guidelines,and assisting project could result in the creation of a safe and livable communities with open space improvements in both linear park,interlinking neighborhoods.At the same park and community center settings. The creative, time,a potential "linear garden"could be a model of sensitive design of these human scaled spaces,within a urban sustainable landscape,functioning to provide the sustainable framework,forms the essence of our Team's community with a place to congregate, recreate,and to design philosophy.The focus of our landscape and enjoy. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB 3jG-MAN..mcCIS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS ------ ------ coxar�r . PROJECT TECHNICAL PROPOSAL 21 Design Elements for Consideration tree canopy that creates a linear greenway with unique Streetscape Design In terms of above ground roadway neighborhood character.The streetscape design improvements,the Ric-Man Design/Build Team has possibilities include large planting zones,allowing for analyzed the proposed streetscape design in the context large,native canopy trees to flourish,while minimizing of the following factors: the need for costly underground tree root systems such as"Silva Cells".To maximize biodiversity while creating » Existing and proposed traffic,circulation and a strong neighborhood identity,we have proposed that loading pattern each streetscape segment be lined by a single tree >> Existing and proposed parking species,West Avenue could potentially have one,or two maximum,street tree types, Bay Road another species, Existing use and future goals of neighborhood and the cross streets each with their own species as well. residents Potential tree species include: Existing and proposed landscape improvements »Quercus virginiana—Live Oak :•> Street Lighting Requirements Conocarpus erectus—Green Buttonwood Stormwater Management »Lysiloma latisiliqua—Wild Tamarind Harmonization with private property and businesses Coccoloba diversifolia—Pigeon Plum Based on our initial conceptual design perspective,we » Ficus citrifolia—Short Leaf Fig further understand that the City could incorporate the »Tabebuia impetiginosa—Purple Tabebuia following criteria in their selection of the West Avenue »Cassia fistula—Golden Shower cross section: » Simaruba glauca—Paradise Tree The design of wide sidewalks,which: Swietenia mahogany—Mahogany • Promotes pedestrian use Conocarpus erectus"Sericeus"—Silver » Allows,where possible,for continuous planters Buttonwood wide enough to support large canopy trees,and Understory shrubs and groundcover species in planting to help retain,slow stormwater runoff and filter beds and tree planters will be selected in coordination "first flush"to improve water quality to the City's with the City's Urban Forester,TYPICALLY based on outfalls ease of maintenance and replacement,tolerance to » Increase space for outdoor furniture,signage, drought and pests,contribution to habitat,and aesthetic and similar amenities value to the neighborhood.The Ric-Man Design Build Creation of protected bikeways,to increase Team is well versed in the design and implementation of ridership and safety,adjacent to the sidewalk "Xeriscape"/drought-tolerant landscapes. Other methods are also available to effectively conserve water and other Creation of linear park for exercise activities resources,including use of rain gardens,slow-emitting/ Providing a continuous center turn lane,with low-trajectory heads,and alternative use of ground-plane intermittent planting islands between east-west materials such as gravels and native drought-tolerant streets and major driveways plants,and mulching. Sustainability In this sense,we believe the West Our experience many south Florida communities,with Avenue enhancements must be responsive to,and overhead electrical street lights,brings the know-how instructive of,present and future issues of ecological to use plantings in the best possible way to mitigate the sustainability.Our design will incorporate a systems visual impact of such sight-lines.Our experience with approach in integrating the infrastructural needs with south Florida communities includes neighborhoods long-term goals,such as providing potential green of Miami Beach such as Nautilus/Orchard Park infrastructure improvements,such as bio-swales, Neighborhood,Biscayne Point Neighborhood,La Gorce maximizing permeable landscape areas and Tree Canopy, Neighborhood,and the Venetian Islands. and exploring the potential of pervious pavers. Site Lighting,Paving, and Furnishings Lighting design Conceptual Planting Design Our planned, preliminary considerations will focus on the use of highly efficient approach is to consider a sustainable,viable streetscape outdoor lighting that is vandal-proof.Light fixtures will IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB t►�aMA DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS coNiZAFLI , CRS PROJECT TECHNICAL PROPOSAL — 22 have LED lamps,and be located to create a pedestrian friendly nighttime environment without sacrificing �> '. �.'' efficiency or illumination standards.To reduce costs and , a , y �„ maximize efficiency, it may be possible to combine both ' r} ✓,it'.• i , ' , pedestrian-scaled lights with taller,overhead lights fort. �, ' general illumination. In addition,it may be possible to ., i • ;),,/,' ''I i t , provide solar lighting for relatively inaccessible locations - ; \r�' `', 41040 or features that are relatively inaccessible or cost prohibitive for power extensions. f`;r ` ,?...,4, : In the spirit of sustainability,we envision using paving tt,cf. , ; ,,,;;1 materials and site furnishings that are"locally"available or .`` manufactured. Materials are prioritized on their cradle-to- '-f If" cradle value, in terms of pre-and post recycling content 0. -;44c. .. and potential.Simplicity,ease of maintenance/repair,and xs•-- 1 1 . .,..-_,. .N.,-,:p. "replace ability"will all be key factors in the design and .A _ *- ,: selection of all furnishings and materials. �"F` 4„0a?7i;s.i a .,5< f=t, 1,3 1 i ? .>- L,l3#... �'. - r An important concern for the West Avenue proposed Baywalk separately from the roadway and "greenway"success is user safety. While infrastructure environmental resource permit(ERP) it is hoped that increasing use and more process required for the remainder of the Project.The "eyes on the street"will improve safety, Baywalk will require permits from local,state and federal it is vital that the project design provide agencies with jurisdiction;these agencies include Miami- clear sight lines from nearby homes and Dade County DERM,Florida Department of Environmental streets.As the linear corridor will be used Protection(FDEP)and the U.S.Army Corps of Engineers. at night, site lighting considerations shall Even with pre-application meetings with the agencies be added as part of the study. The DCP conducted early in the project to evaluate the site- requires a lighting level of 0.6 FC within the specific environmental permitting process.These types street corridor, with two options for fixture/ of facilities require state lands leases as the bay bottom is mounting heights. on sovereign submerged lands.Given the public benefit for the Baywalk,a regulatory permitting strategy can be developed in conjunction with the City to streamline the permitting process. Proposed Baywalk at Lincoln Road The City's plan for a scenic walkway over Biscayne Bay, Upon regulatory permit feasibility confirmation,the Team as a public access facility enhancement,would provide a will conduct bathymetric and marine resource surveys significant beautification component to the West Avenue as necessary,within the proposed Baywalk footprint and Bay Road project.The DCP includes conceptual area.Grating or other measures to minimize shading sketches for an over-water,pile-supported Baywalk of benthic resources such as seagrass will need to be " structure,located at the west-end cul-de-sac of Lincoln accommodated in the Baywalk marine structural design. Road, connecting with the existing on-grade Baywalk In addition,soil borings will be obtained to confirm the adjacent to the Capri South Beach Development.Key geotechnical parameters for the design of the pile- members of the Design/Build Team staff have extensive supported marine structure.The use of precast concrete experience with master planning projects like this,and will be incorporated into the design to minimize costs for working with the City of Miami Beach on the visioning barge-based construction.Finishes such as lighting and and programming for this waterfront public amenity. railing will be coordinated with the City. Based on experience with similar projects in Miami-Dade County,the Design/Build Team has conducted preliminary The following figure(Baywalk Typical Section)represents planning focused toward design and permitting the the general cross section layout of the conceptual options. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB IN,M M cos DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS - FLJ PROJECT TECHNICAL PROPOSAL 23 /(TYP) RAILING 15'-0" 5'-0" 2"PULTRUDED 5'-0" FIBERGLASS— — PRECAST CONCRETE GRAl1NG 1 PANEL(TYP) N I 3'WIDE CIP CONCRETE PILE CAP ®20'OCo 1 1 1 I N UTILITY BRACKET 18" P/S CONC PILE. /50'LONG(TYP) n _un 9'-0" WEST AVENUE IMPROVEMENTS DATE: 2016-12-02 2'-0'_ o—o' 2' iii O ,"® PRODUCED BY: MOFFATT & NICHOL SCALE: 1/4"=1'—O" moffatt & Moho! (FL 4877) BAYWALK TYPICAL SECTION IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB sa Adr G®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS - cower FLmc., PROJECT TECHNICAL PROPOSAL 24 Geotechnical Considerations for the West %>Confirm our Team's preliminary assumptions, Avenue Area based on currently limited available data for nearby Geologic Setting and Anticipated Subsurface investigations, regarding the subsurface conditions Conditions The project's location is along the western » Determine the site-specific geotechnical conditions edge of the barrier islands that constitute Miami Beach. >; Finalize the proposed design and construction This area historically consisted of low-lying mangrove approach. estuaries between the barrier islands and Biscayne Bay. When development of Miami Beach started in the early For this project,the planned geotechnical field part of the 20th Century,the mangrove trees were cut investigation envisions approximately fifteen(15)soil and the low-lying coastal areas along the bay were filled; borings to a depth of 30 feet along the proposed utility however,the thick fibrous organic mangrove root mats installation alignments(approx.one soil boring for every and underlying silty bay sediments remained,resulting 500 feet of alignment).Services would also include a layer of organic peat and silt(i.e., muck)which is potentially an additional four(4)soil borings to a depth characteristic of the area. This"muck" layer is typically of 60 feet at the proposed pump station,appurtenant very soft,saturated and highly compressible. structures,and the Baywalk structure. Although current project-specific geotechnical information Geotechnical Considerations for Construction The is not available from the DCP,the Ric-Man Design/ soft,highly compressible muck is considered unsuitable Build Team has extensive geotechnical engineering material and may not be able to directly support some of experience in Miami Beach.The anticipated subsurface the heavier utility installations.It is expected to result in conditions in the project area consist of an initial layer potentially excessive, long-term primary and secondary of fill,typically extending to about elevation+0 to-3.5 consolidation under the weight of the approximately three feet NAVD, underlain by the muck layer which typically (3)feet of new fill that will be required to raise the existing extends to about elevation-4.5 and-9.5 feet,NAVD.The roadways to the new elevation of approximately 3.7 feet, muck is underlain by sands and shells extending to about NAVD. Excavation,removal and replacement(i.e.,"de- elevation-17 to-22 feet, NAVD, and then below porous mucking")of these unsuitable materials from the entire limestone is typically encountered.Groundwater levels in roadway Right-of-Way to such depths,and in a congested, area are generally the same as the water levels in nearby highly developed urban area is neither cost-effective Biscayne Bay and typically fluctuate between elevation nor practical from a construction or schedule standpoint. -1.5 and+1.5 feet NAVD,with higher groundwater levels Ground improvement techniques typically utilized for occurring during unusual high tides and storms. organic materials,such as preloading/surcharging or soil- cement mixing,are also not considered feasible from a Geotechnical Challenges and Approach The key schedule or cost standpoint. geotechnical challenges associated with design and construction of the project include: Based on the DCP,the Design/Build Team anticipates that some of the deeper installations,for storm drains, Lack of available current site-specific geotechnical manhole and inlet structures,pump station facility,and information possibly deeper sanitary sewers,will likely extend below Presence of soft and highly compressible muck, the muck and adequately supported by the underlying with very low bearing capacity and potential for sand and shell layer.For some of the shallower pipeline excessive ground settlements resulting from installations where inverts are slightly above or within consolidation under the weight of the new fill the muck layer,over-excavation of the muck layer by at required to raise the road grades least one foot,and backfilling with crushed stone may be required in accordance with the DCP to provide proper High groundwater levels,and relatively high foundation bearing for the pipe or structure.Settlement of permeability of the underlying sandy soils the roadway,due to further compression of the muck layer Necessity for support of excavation,and under the new fill,could also affect new utility installations dewatering to facilitate installation of the proposed that terminate within or above the muck layer. Once the water main,sanitary sewers,storm drains, pump geotechnical field investigation is complete,the Design/ station and other underground infrastructure Build Team will evaluate the need for over-excavation and A comprehensive geotechnical field investigation is backfilling with crushed stone to below the muck layer to planned to: help mitigate the impact of the settlement on each new utility. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB m"k'4H C115DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS co.ill FL,INC. PROJECT TECHNICAL PROPOSAL 25 As full de-mucking or ground improvement of the muck survey that will be required based on the DCP and the in the roadway Right-of-Way is not feasible,the Design/ City surveyor's scope of work.The supplemental survey is Build Team has considered incorporating synthetic anticipated to include: geotextile reinforcement into the new raised roadway ; Location of geotechnical soil borings sections. Although geotextile reinforcement does not completely eliminate the potential for settlement,it does > Location of utility locate sift-digs further distribute the pressures exerted by the new Supplemental private property information for roadway section on the underlying soils,and helps with harmonization more uniform settlement reducing the risk of detrimental effects associated with differential settlement. Similar >% Lincoln Court and 1st Court utility installation work in coastal areas has utilized a more >>Verification of the City's survey product robust reinforcing design consisting of multiple layers of The Ric-Man Design/Build team will bring in the services geotextile reinforcement which can further reduce the of Longitude Surveyors to work with the City Surveyor in effects of settlement,and long term serviceability of the these supplementary requirements. roadway. VsPv,S ti „Avenue pacle q ii Because of the anticipated soft organic muck,silts and The overall West Avenue drainage area extends from the sandy soils being present throughout the site,open-cut Biscayne Bay to Alton Road between Collins Canal and excavation without support for the installation of utilities MacArthur Causeway.The existing stormwater system, and structures is not feasible.The Design/Build Team for which the City has accelerated improvements the past anticipates utilizing trench boxes and steel plates to few years,consists of a collection network that discharges provide temporary excavation support during installation from a number of locations into Biscayne Bay and Collins of the new utility and structures. Depending on the results Canal.The north section of the system,14th Street north of the geotechnical investigation,a temporary sheet pile to Collins Canal , utilizes two(2)pump stations located cofferdam or other similar support of excavation system at 14th Street and Flamingo Way,with both discharging may be economically feasible for deeper installations such into Biscayne Bay.This area comprises the West Avenue as the Lincoln Road Pump Station. Phase II 14th Street North (2016-091-KB) project area defined in the DCP. The north stormwater collection High,tide influenced groundwater levels in Miami Beach system is divided into nine(9)sub-areas that service the will impact the planned construction methods. Wherever project area.Eight(8) of the sub-areas collect stormwater possible,wet installation of utilities and structures will be considered,and where necessary, dewatering will by gravity storm sewer,with five(5)sub-areas flowing be performed using a combination of sump pumps and/ west to discharges into Biscayne Bay,and the remaining or dewatering wells. To effectively manage dewatering three(3)flowing north to discharge into the Collins Canal. effluents and off-site impacts,dewatering will generally The remaining drainage sub-area,the largest,is served by be performed in sections as work along the alignment is gravity storm sewer connecting to the two pump stations, performed. For the deeper installations where cofferdams and pumped to Biscayne Bay. or similar excavation support systems are utilized,the r,r_ ,acje Sys CmAnalysis Design/Build Team will evaluate the feasibility of installing drainage Area and Existing Drainage bottom tremie seals to manage dewatering efforts. Collection System Topa it p.44„ and Utility Survey Based on the Ric-Man Design/Build Team's review of the AECOM West Avenue Drainage Report,and the service The City has indicated that they have engaged a licensed requirements of the project,we understand that the surveyor to provide the required topographical survey for the project area,and perform the work in compliance City is to provide drainage service for the City's Rights- with Survey&Mapping Standards and Submittals of-Way(ROW)plus 25 feet on each side.In addition, Requirements stated in the DPW latest standards.In we understand that the entire 116-acre West Avenue general, it is understood that the survey will be provided stormwater collection basin was analyzed to determine before the Notice to Proceed for the project,and will the required level of service. include topographic,surficial features and structures, In their report,AECOM reviewed the City's Stormwater utilities including invert elevations for sanitary and storm Master Plan and available GIS data for the West Avenue sewers,and the area to 25 feet outside the roadway area,and indicated that the stormwater trunk pipes are ROW.The Design/Build Team has identified supplemental primarily smaller than 24 inches.These small diameter IN ASSOCiATiON WITH CITY OF MIAMI BEACH I RFP.2016-091-KB -9-Sc- nic. CJ5 DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PROJECT TECHNICAL PROPOSAL - _ 26 stormwater pipes are connected to larger trunk lines re-location outside of the specified streets and avenues that pass through the West Avenue area which carry is the responsibility of the City. Because we understand stormwater from outside the area to outfalls at Biscayne that this project is intended to protect adjacent property Bay.The existing West Avenue stormwater system flows owners,the Ric-Man Design/Build Team,through the are restricted by the limited capacity of the existing design process will review the characteristics of each stormwater piping,and surcharging created by sharing drainage area,and if there are any resulting deviations/ the outfall piping with systems that are outside the study modifications,these shall be brought to the attention of area. the City Engineer. Proposed West Avenue Drainage System Storm Drainage System Conceptual Design The AECOM West Avenue Drainage Report indicates that The West Avenue Improvement project—Phase II North the proposed drainage system design comprises one is bounded by 14th Street to the south,Collins Canal comprehensive model made up of a group of smaller to the north,Biscayne Bay to the west,and Alton Road networks.The entire system studied covers 116 acres and to the east.The existing storm drainage system within encompasses 21 sub-basins. the project area consists of a network of deteriorated and undersized drainage collection pipes in the various Design Storm Hydrology and Routing In their report, sub-basins,varying between 6-inches to 36-inches in AECOM modeled the drainage performance of the West diameter.The existing system includes two(2)large pump Ave Drainage Basin using Advanced Interconnected Pond stations,one located at the west end of 14th Street,and Routing,version 3.0. Runoff was estimated,for the desired the other at the intersection of Bay Road and Flamingo level of service,for a 5-Year,24-hour storm event of 7.5 Way. Both pump stations discharge to the Biscayne Bay. inches,and the estimated maximum peak flood elevation In addition,two(2)smaller local pump stations exist at the based on hydraulic routing. west end of 16th Street and Lincoln Terrace,and two(2) Input Parameters The ICPR nodal diagram for the gravity outfalls exist at the west end of Lincoln Court,and proposed drainage system is provided in Appendix B of west end of Lincoln Road. the AECOM report.The nodal diagram is based on the Based on our in-depth review and research of previous defined sub-drainage area and the existing storm sewer studies,reports,and discussions with stakeholders,we system.The curve number was assumed to be 95 due to understand the current condition of the system along the highly concentrated development within the drainage West Avenue,the deficiencies of the system operation, area.The following ICPR input parameters were assumed and the repeated flooding due primarily to the inadequacy by AECOM. of the system's conveyance capacity,furthered Unit Hydrograph:UH 150 compounded by the low elevations of the area.Flooding is typically further exacerbated during high rainfall events Curve Number:95 and high tidal events,such as King Tides,adding to the Time of Concentration:10 minutes used for all sub- problem,causing impacts to the residents and businesses. basins The inadequacy of the system also creates additional Rainfall Distribution:SCSIII maintenance efforts and costs to the City through the implementation of emergency response efforts and added Rainfall Intensity:7.5 inches maintenance budget requirements. > Tailwater Elevation:2.7 Considerations for West Avenue South Initial Stage:-8 Drainage System Warning Stage was set to minimum crown of road As part of our preparation of this proposal for West elevation observed within each sub-basin Avenue North,we evaluated the proposed improvements for both the north and south West Avenue projects and Through the DCP,the City has specified the diameter and the interconnectivity requirements, namely required pipe characteristics for proposed stormwater piping and pump station and pipe invert elevations,and the positive trunk lines.The diameter of the proposed storm water drainage system with slopes designed to provide a trunk lines along West Avenue,Bay Road and Lincoln Road is specified in the DCP, is fixed,and cannot be not minimum velocity of 2 feet per second.The results of our evaluation of the West Avenue South project indicated the changed unless approved by the City Engineer.It is also following observations. understood that any modifications to the stormwater model,stormwater pipe sizing,and re-configuration/ IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB at.-M4 C®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS A PROJECT TECHNICAL PROPOSAL 27 1. The connection point of the West Avenue South 48-inch trunk line at the north side of 10th Street will connect to an existing structure designated as S4- 402. It appears based on our conceptual calculations �,, that the structure is not sufficiently deep to connect ; �.-�`'�-- : the proposed West Avenue South 48-inch trunk line extending north to 14th Street while meeting the design criteria for the required pipe slope for 2 fps - flow, and maintaining a cover of 3 feet. 2. The north connection point of the West Avenue South 48 inch truck line between 10th Street and '>' • 14th Street will connect to an existing structure designated as S2-252.As discussed above,it "... appears based on our conceptual calculations that the structure is not sufficiently deep if structure S4- 402 is modified. Proposed Conceptual Design ' During preparation for our proposal,we evaluated the ' proposed stormwater system improvements,as detailed in the DCP for Phase II,the conceptual drawings;and design criteria to fully understand the design criteria and goals the City desires to achieve.The key design criteria focuses on the positive, pumped drainage system with pipe slopes designed to provide a minimum velocity of 2 feet per second,based on pipes flowing full,utilizing Manning's equation,and"n value"of 0.012.In addition,we pipeline discharges to the proposed Pump Station located reviewed the existing stormwater system as depicted in at the west end of Lincoln Road. Storm Drainage Atlas,page 22(updated March 5,2003), and the as-builts of the recently improved 14th Street from The second trunk line,48-inch diameter RCP,begins at Alton Road to Biscayne Bay on the west. the intersection of West Avenue and 14th Terrace, and extends west for approximately 350 feet to a proposed The City proposes to replace the storm drainage connecting structure located at the intersection of collection system with two(2) new trunk lines flowing Bay Road and 14th Terrace.At this point,the trunk line to the proposed Pump Station on Lincoln Road,and is extends north along Bay Road for approximately 1,650 described as follows.The southern end of the proposed feet,connecting to the proposed 72-inch trunk line at system will tie into existing structure S2-232 as shown on the intersection of Bay Road and Lincoln Road,and the Bergeron contract as-builts for raising the roadway then eventually discharging to the proposed Lincoln at the intersection of West Avenue and 14th Street.Refer Road Pump Station.In addition to the preceding major to the schematic diagram on the following page for a stormwater pipe improvements,the proposed West graphical representation of the proposed storm water Avenue area drainage system improvements incorporate drainage improvements. The trunk line along West the following: Avenue,starting at the connection at 14th Street,will consist of approximately 1,360 feet of 48-inch diameter Approximately 500 feet of 48-inch RCP along reinforced concrete pipe(RCP).This trunk line will various side streets connect to a proposed drainage structure located at Approximately 1,000 feet of 24-inch RCP the intersection of 16th Street and West Avenue.At this connecting catch basins to trunk lines point,the trunk line is upsized to a 60-inch diameter RCP Additional treatment structure for the existing continuing north to the intersection of West Ave and Pump Station located in the vicinity of Bay Road and Lincoln Road.At this juncture,the trunk line extends west Flamingo Way along Lincoln Road for approximately 350 feet,then is upsized to a 72-inch RCP at the intersection of Bay Road Modifications to existing gravity discharge and Lincoln Road.The final length of the 72-inch RCP structure,to operate as a weir,at Collins Canal IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KBItia1661C®5 DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS CON3g ane. PROJECT TECHNICAL PROPOSAL 28 C i T. _ i y- g g 4 ; N A A p D 9 m y ti O D > T.,,, m m 1 S 4RCP Jg 24•RN t IF 92 0 U ,,i F, 4 RCP Y , EAST.15'RCP OUTFALL 16 TO REMAIN LINCOLN COURT ' ; 'm Gu 2C RCP o i 24•RrP 165 LF 4'RCP 4-Ra. 6� �1� 14 U- to lF 20 LF _ 4 48"RCP 4'RCP BAY ROAD BAY ROAD � Ti.' 14� � 2t� u ` o Gni RCP'J f 2e v w LF• 3'L '7.3' G r ' 6 LF G 24'RCP 24'RCP BAY ROAD �.RCP 48'RCP 48'Rr y'RCP ERCP , 321F 28 IF 20 RCp 48'RCP 48'1P U, 221E 1331E IOI LF 1471E 1 '1F�mo 295 LF L 24 48'1RCP R41 6811 651E 1141E 1481F-r 1511E 1561E ,t. 381E 1231.E A135LF _ 8U' `6 + w >1yk48 r. i24'RCP g 24'RCP q 11 23 G G 24 14 LF 6825 tr V 26 L 48'RCP 181{16 LF 24' 24' 21 161E ! 48"RCP 2 RCP RCP 24' 24' :"R g$ 24' 24' RCP RCP RCP RCP §1.888 G G 4 WEST AVENUE r� a �; 60'RCP _ 60'RCP 46 tF WEST AVENUE 413-RCP 48'ROP 48'RCP• 48'RCP 48'RCP 48'RCP 48'RCP 37615 m x 1601-F 48'RCP /94 LF 1171F� b 185 LF 1351E Q. 1401E 788 LF 172 LF 1751E 'y o Gt rt .i�.I 48'RCP e r i 8 ;8'RCP m v 168 U' O i "�' �", G n ~ G 5a• G O T T 62IF 9/IF 46 LF • IF 6511 481E 48. 40 481E 48 LF 831 34 IF RCP RCP 24'24' 24' 24' 24'RCP 24'RCP RGP RCP 24'RCP 24-RCP RCP RCP 'fa o �� N n w nrv, Ao m n ai - m CITY OF MIAMI BEACH I RFP.2016-091.KB .'''''A..'''''A.~_CWS^ DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS ,� PROJECT TECHNICAL PROPOSAL = _a. 29 and the proposed 48/60-inch RCP in West Avenue may not be sized adequately to provide sufficient Based the Design/Build Team's evaluation of the redundancy and capacity to convey storm drainage conceptual design and drawings provided in the flow between the two trunk lines.Clarification of this DCP, our detailed review of available as-built issue will require modeling of the Phase II system by information, and refinement of the conceptual the City and would be performed during final design. design, we developed following observations //Two(2)18-inch HDPE pipes,installed along 16th and optimization opportunities that we believe Street and Lincoln Terrace and west of Bay Road, further enhance the City's objectives for this may need replacement due to under-capacity since project it was reported that the streets continue to flood, 7/The connection at structure S2-232, located at however,the DCP only requested their evaluation. the northwest intersection of 14th Street and West We recommend that further hydraulic analysis of Avenue,is adequate for the system connecting to the the proposed storm drainage system is needed to Lincoln Pump Station at the invert elevation indicated understand this operating condition better,to include on our conceptual drawings. the Lincoln Road Pump Station. //The DCP did not include as-built records or //Due to connection of both storm drainage systems other relevant information concerning the Pump for the West Avenue Phase I and Phase II work at Station located near Bay Road and Flamingo Way. 14th Street and their operational complexity,it is Consequently,review and inspection of the facilities recommended to perform a comprehensive hydraulic will be required to determine any issues concerning analysis during the final design, if directed by the City, the proposed drainage system operation. regardless if the contracts are awarded to a one or two Design/Build Teams. //The proposed 36-inch RCP connecting the proposed treatment structure and the 48-inch trunk !/There are numerous large FPL electrical duct line at Flamingo Way and Bay Road appears to b e banks along,and across Lincoln Road from West insufficient for the flow conditions of the system. Avenue to Biscayne Bay immediately where the Based on preliminary estimates,it appears that it proposed 60-inch and 72-inch RCP must be installed could restrict the flow into the treatment structure by means of open-cut excavation.The working around the FPL duct banks,or their relocation, is an extremely and pump station.This constraint was not addressed in our preliminary evaluation because it requires difficult challenge.Our submittal is based on modeling of the Phase II system by the City that installation of the Lincoln Road trunk lines by means of open-cut excavation,however,the construction should be performed during final design. method should be further evaluated once surveyed //In our preliminary evaluations,it appears that the and confirmed utility information is obtained during existing 36-inch RCP interconnection along 16th Street the final design of the project. between the proposed 48-inch RCP in Bay Road rAaterial Standards Operation During Construction The proposed pipe material for the storm drainage system Each phase of the project will require unique operational will be RCP,with precast concrete connection structures needs and connections for uninterrupted operations in accordance with the City's Standard Technical during construction,yet both sections of West Avenue Specifications. The City will also allow Corrugated are reliant upon each other for overall operation. Polypropylene or PVC pipe for installation of 30-inch During the construction of north West Avenue,once the diameter pipe or less.Iso,the storm drainage system Lincoln Road Pump Station is constructed,the existing will be designed to achieve a positive,pumped drainage drainage collection system could be connected to the system with the corresponding slope for any given pipe Pump Station piping to reduce the potential for flooding diameter set to achieve a minimum velocity of 2 feet per in the vicinity.Similarly,for the south West Avenue second based with pipes flowing full,utilizing Manning's construction project,particularly the improvements at the equation,and n value of 0.012. intersection of 8th Street and West Avenue,a 48-inch diameter interconnection could be installed between the IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB 1,11A1:111. COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PROJECT TECHNICAL PROPOSAL 30 southernmost manhole and the existing manhole,allowing on the Government Cut and Brickell Sewer Interceptors storm drainage to flow south towards the 6th Street Pump micro-tunneling projects for Miami-Dade County Station. The details of such connections will be evaluated underscores our capabilities and local knowledge,as during the final design. it provides us with a unique perspective on cofferdam design and controlling dewatering. Conclusions The Ric-Man Design/Build Team has evaluated the south The location of the work also presents a significant and north West Avenue projects independently yielding community awareness challenge.This component of specific observations focused on potential stormwater the project will require detailed communications and system improvements.From this detailed evaluation, a sound public outreach plan,and we are adept at the most important conclusion we have arrived at integrating stakeholders into our plans,by keeping them is that for the two storm drainage systems, from the informed,addressing any concerns that arise and seeking intersection of 8th Street and West Road to the Lincoln mutually acceptable solutions that keep projects moving. Road Pump Station, a comprehensive re-modeling of the Communication and coordination with the residents,the combined system should be undertaken by the City in West Avenue Neighborhood and other stakeholders will their update of the stormwater model. This will benefit be critical to the effective streamlining and success of this the City to streamline its design and construction and a project. seamless operation between both systems. Survey and an evaluation of existing conditions may provide different These concerns,along with impacts to the community, information than what the original model may have been mean that construction operations for the Pump Station based upon. must be well-planned to avoid the inherent risks associated with construction and impacts to the critical Lincs „ ran1;sf )tc lion =ltn '; tU ml timelines established by the City in the DCP. Our team Design members have literally been"in the hole"and lived these The construction of the Lincoln Road Street Pump Station challenges first hand.For the City,this means a Design- is an integral component of the City's plan to reduce Build Team that already has an in-depth understanding flooding in the West Avenue area of Miami Beach.The of the geology and its impacts on underground contributing drainage basin extends from Biscayne Bay to construction,as well as an understanding of the non- Alton Road, and between the Collins Canal and MacArthur technical challenges that must be addressed to meet the Causeway,discharging into Biscayne Bay and the Collins expectations of the City and its residents,visitors,and Canal.The current system utilizes two(2) pump stations business owners. Below we describe our understanding located at 14th Street and Flamingo Way. of the major design elements for the construction of the Pump Station. The proposed pump station work comprises the design, permitting,and construction of the new stormwater pump As project specific geotechnical information was not station,solids pretreatment screening,ancillary site provided in the DCP,our Team's collective geotechnical infrastructure,and discharge facilities.In addition to the experience in Miami Beach provides us with good insight. pump station components and electrical infrastructure Our team's Geotechnical Engineer-Langan,anticipates to power the station,construction related services the subsurface conditions to consist of an initial layer of also include site preparation,earthwork,dewatering, fill,which typically extends to about elevation+0 to-3.5 storm drainage infrastructure installation, parking feet NAVD,underlain by the muck layer which typically reconstruction, utility adjustments,landscaping,and sea extends to about elevation-4.5 to-9.5 feet,NAVD. The wall modifications on the south side of the Collins Canal. muck is underlain by sands and shells,about elevation -17 to-22 feet NAVD,followed by porous limestone. We understand that the DCP is requiring that this Groundwater levels in area are generally the same as component of the West Ave Drainage Improvements,the the water levels in nearby Biscayne Bay,and typically Lincoln Road Pump Station (Pump Station),is to be one of fluctuate between elevation-1.5 and+1.5 feet NAVD.A the first construction tasks.One of the biggest challenges geotechnical field investigation is planned to:(1)confirm will be working within a limited footprint,on a dead-end our team's assumptions regarding the subsurface street adjacent to the Biscayne Bay,in a heavily urbanized conditions,(2)determine the site-specific geotechnical area,under critical construction timelines,and in/near conditions,and(3)finalize the proposed design and areas that are environmentally sensitive.In addition,the construction approach for the Pump Station.The team Design/Build Team recognizes the challenges presented will design structures for the required strength and by the geological formations. Our Team's experience IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB R►c Mqp- Cgs DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PROJECT TECHNICAL PROPOSAL 31 durability requirements including consideration of the Neighborhood tributary area in the future.The Pump soils and groundwater as aggressive about corrosiveness. Station will be a duplex pump station with each pump Permeability testing will be performed as needed to having a peak capacity of 20,000 gpm(44.56 cfs)with a support final construction dewatering design for deep total capacity of the proposed improvements of 80,000 excavations. gpm (178.24 cfs).The pumps conceptually specified for this project are Flygt Axial Flow Pumps Model PL 7065,in Design Approach conformance with the City DCP,to handle large volumes The design for Pump Station will meet the design, of water with relatively low head differentials.The DCP regulatory,and level of service(LOS) requirements indicates further that the peak flow rate of the system defined in the DCP and in compliance with the regulatory is approximately equivalent to the required combined agencies having jurisdictional authority over the peak bypass flow rates defined within the DCP for the permitting for this project. Major design activities will pollution control structures.This results in a system where include the following: the pump stations can discharge the total flow being conveyed by the system to the pump stations through the Hydraulic Design of the Treatment,Pumping and Discharge systems pollution control structures. Best Management Practices(BMPs) BMPs for the Proposed System Sizing of the Pump Station Components and For this project,Contech's CDS unit(model numberCDS9290)hydrodynamic separator may be used, Configuration which uses swirl concentration and continuous deflective » Additional System Refinement separation to screen,separate,and trap trash,debris, » Constructability Assessment sediment,and hydrocarbons from storm water runoff » Optimization of Operation and Maintenance passing through the units.Each unit must have a peak treatment flow rate of 57.6 cfs that exceeds the DCP Protocols minimum requirements of 50 cfs per unit by 15%.The System Hydraulics bypass weir will be sized to bypass the DCP specified The system hydraulic criteria are compiled in the storm total bypass flow rate of 90 cfs. water management system analysis conducted by AECOM entitled "West Avenue Drainage Report".The Pump Station Configuration report includes hydraulic modeling of the interconnected The Pump Station wet well sizing and pump seating systems and associated contributing areas within West locations were coordinated with the specified pump Ave Project Area and provides inflow information used manufacturer(Flygt/ABS)to optimize the Pump Station by the City to size the Lincoln Road Pump Station.We in terms of size and performance,and by utilizing Flygt's understand that these inflow characteristics contributed to latest pump station sizing requirements and specifications. the respective pump station parameters established in the The axial flow pumps will be affixed with formed suction DCP. intakes(FSI),which are inlet devices that provide optimal inflow to the propeller pump by gradually accelerating and In the absence of specific modeling information in the redirecting the flow towards the pump inlet.Its primary AECOM report for the proposed Pump Station,the function is to condition the incoming flow into a uniform Design/Build Team concludes that the elements defined profile,which virtually eliminates the disruption of flow within the DCP for pump station elements,operation around the pump intake bell and the creation of vortices and the conditions have been satisfactorily established within the wet well.By implementing FSI devices,we can to operate efficiently during a range of inflow scenarios/ achieve a more economical pump station configuration conditions,and minimize pump cycling times that can with a smaller footprint and better hydraulic performance affect the life-span of the pumps.In addition,the potential than with standard inlet devices. impacts of sea level rise are addressed by using a tail water condition (27 ft.-NAVD) representative of the The pump station cycle times will be analyzed for final anticipated high water conditions caused by sea level rise. design utilizing ICPR software and the specified design storm event(5-yr,24-hour event),a tail water condition For the Pump Station,the City has specified two primary of 2.7 feet NAVD,the selected pump performance curve, (20,000 GPM)low head axial pumps and one(1)spare/ and the upstream and downstream stormwater system redundant pump of similar make and capacity.This connectivity.We will verify hydraulic losses within the redundant pump may be used by the City for additional system,and incorporate data into the pump selection to capacity for a potential connection to the Flamingo !N ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB {a��'"�k C1125S ......""-- --..___... .. ._......_ 0X87�F4��� . .. DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PROJECT TECHNICAL PROPOSAL 32 meet the specified pump flow rate of 20,000 GPM per safety. Structures will be set to the final controlling invert pump. Lastly,for the purposes of corrosion protection elevation of the intake piping as specified in the City's the pumps will be fitted with zinc anodes attached to the DCP. pumps and drive units as well as stainless steel shafts and propellers. Electrical Design Our Team's electrical design approach is focused around Additional System Refinement The proposed system efficiency and reliability.This means having the power will be refined based on further optimization of system when needed through early coordination with FP&L,as connectivity,minimizing the hydraulic losses within the well as maintaining the required electrical capacity.The proposed system,and lessening the overall extent of major components of the electrical and controls system construction impacts to the public. are as follows: Florida Power and Light(FP&L)electric service,manual transfer switch,portable generator Constructability Assessment The proposed system receptacle,switchboard,VFDs,submersible pumps,480V will be refined based on a constructability assessment panelboard,and 280Y/120V lighting panelboard. considering the subsurface conditions;the potential existing and future utility conflicts;the anticipated To meet the requirements of the installed capacity methods of construction;the overall timeline of pumping system a new 1,000 A,480V electric service construction;the current use of the areas to be disturbed; will be provided by FP&L.Coordination with FP&L will and the surrounding properties. begin very early in the process to minimize potential delays.FP&L will furnish and install primary feeder, pad- Operation and Maintenance As with any infrastructure mounted transformer and concrete pad,metering current system,once the design and construction phases are transformers(CTs),and utility meter. complete,the operation and maintenance(O&M)of the system continues for the life of the system.Our A generator receptacle will be installed to provide a team understands the operational and maintenance means for supplying an alternate source of power to the requirements of each of the proposed system pump station,in the event the FP&L service becomes components and will account for this requirement when unavailable,or if required for other reasons.The siting each of the proposed systems components. receptacle is sized for running just two of the pumps Maintenance costs and efforts can be minimized by simultaneously.Switchover from utility power to standby implementing easy access hatches. power will be provided via a manual transfer switch. Structural Design As part of the site improvements,site lighting will be To support the aggressive construction schedule,the provided to meet the minimum illumination level of 0.5 pump station design will consist,where applicable,of fc and other design parameters listed in the DCP,and precast elements to speed construction.Casting will be will include energy efficient LED luminaries.Exterior performed as excavation proceeds,so elements can electrical equipment,such as the pump control panel,will be placed immediately after excavation reaches the be buffered with an architecturally designed enclosure. necessary depths.Cast-in-place concrete is limited to We understand that the City is currently designing the tremie bases,structure inverts,and connections between enclosure that is required, per the DCP.The Pump Station the pollution control units and diversion/bypass weir panel will be installed such that the lowest elevation of structure.Temporary shoring will be required for the deep the control panel is at,or above,the Base Flood Elevation excavation with dewatering well points as needed. (BFE) plus two(2)feet or elevated to 8.44' NAVD.The pump control panel will include a control unit,telemetry Precast designs for the junction structures will adhere unit, Ethernet,switches,relays,time delay components, to FDOT Index 200 requirements, except where and antenna,and will be furnished with the required installation depths require greater reinforcement and equipment for monitoring and recording of pump station concrete thicknesses.Access covers will be designed telemetry for SCADA. A spare conduit will be provided for a minimum of HS-20 loading.Structures will be sized for installation of a radio antenna required for future for hydraulic configurations and the wet well structures integration of the pump station into the SCADA system. will be optimized in dimension, based on the pump manufacturer's requirements for the necessary internal Water System iceptual Design hydraulic characteristics of the pump station wet well. The City proposes to replace a number of water mains Structures will be checked for buoyancy and appropriate within the project site,water mains that have reached measures will be taken to ensure an adequate factor of their useful life,are undersized for future City needs,or IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB ►c MAp g ffi�� DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS ,._ °"°�"I"`' C PROJECT TECHNICAL PROPOSAL 33 pipe condition has deteriorated resulting from corrosive Horizontal/Vertical Pipeline Alignment and soils and groundwater or stray currents. Ferrous pipelines, Conflicts if not properly protected from corrosive environments, The Ric-Man Construction Design/Build Team has further particularly in coastal locations,are susceptible to developed the City's DCP project drawings,as provided accelerated deterioration.Based on as-built information, in the Step 2 submittal,to demonstrate our understanding and as reported by the City,the majority of water system of the project constraints, resolution of utility conflicts,and in the neighborhood is old,requiring replacement. improvements in pipeline alignments,connections,and layout. Refer to the drawings for definition of the following Along with the new water mains,upsized for improved fire key select piping challenges,and solutions our team has flows and overall water service,new water services to the developed. property line and new meters will be installed. Distribution Water Mains In general,the City is The City also requires the replacement of a primary proposing to install new 12-inch ductile iron pipe(DIP) transmission main located within the project area.The water mains to replace existing water mains.To facilitate existing 20 inch transmission main to be replaced construction in difficult and constricted areas,the City will connects to Miami Dade County water transmission allow installation of two 8-inch DIP water mains instead of mains in Venetian Causeway and MacArthur Causeway,a the single 12 inch DIP. Preliminary layouts of the proposed key element of the City's water system"backbone".The water mains developed by the Design/Build Team indicate transmission main extends along Bay Road,15th Street, that the water mains will generally follow the alignment and West Avenue. presented in the DCP with minor realignments. The City has indicated that there are several water mains In our initial planning by the Design/Build Team,we constructed in the recent past that may not require anticipate that the water main installation may precede replacement if it is determined by investigation that the other utility work,and constructed at a depth based upon pipe and joint restraints are in acceptable condition and the final elevation of the raised roadways.Consequently, are protected adequately against corrosion or are of a the new water main might be installed at a shallow depth non-corrosive material. within the existing roadway prior to placement of fill for The Ric-Man Construction Design/Build Team has taken the raised roadway.If this approach is taken,in order a number steps to analyze the existing conditions of to ensure that construction loadings are appropriately the project,and to determine the applicability of the incorporated,the Team has considered the use of Class City's DCP criteria to the proposed water systems 53 DIP. improvements.The most critical step undertaken by the The DCP identifies the water distribution main design/build team was to acquire utility record drawings improvements to be undertaken,generally,as follows: from the respective agencies and utilities shortly after notification of short-listing of the team for Step 2,and in >; West Avenue advance of the City issuing the DCP.This early acquisition » 12 inch ductile iron pipe(DIP)water main north of valuable as-built data provided the team a "jump of 14th Street to just north of Lincoln Road start"on developing a viable and feasible design and construction approach that brings a distinct added-value » Alignment adjustments may be required to to the City.These early steps by the team include: avoid potential conflicts with the proposed storm drainage and gravity sewer Early acquisition of utility as-built data prior to DCP Bay Road issuance 12-inch DIP water main of 14th Street to the - A number of site visits to observe the existing north end of Bay Road utility features and possible conflicts Existing 12-inch water main along Bay Road Detailed review and plotting of utility as built from 14th Street to south of Flamingo Way was information onto project working drawings reported to be constructed recently,and may not Development of preliminary profile layouts for require replacement conflict analysis :•Alton Court-Replace existing 6-inch water main ,; Development of preliminary pipeline re-alignments with new 8-inch DIP from Lincoln Road to 16th Street to avoid conflicts with existing or proposed City utilities IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB iiticCAS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS I_..._ ._ PROJECT TECHNICAL PROPOSAL o 34 Alignment adjustments may be required to iron pipe with poly-wrap,or the use of PVC pipe that has avoid potential conflicts with other utilities unique exterior corrosion qualities.Fire hydrants,valves, Side streets—12 inch DIP water main fittings,service fittings,fire services,irrigation services, and other appurtenances will comply with City material Alignment adjustments may be required to standards. avoid potential conflicts with other utilities Transmission Water Main The City is proposing to With the raising of the roadway elevation,and water replace the existing 20 inch transmission main within mains,it is likely the majority of the pipeline construction the project limits along Bay Road,15th Street,and West will be accomplished"in the dry",or above the Avenue.The proposed 20-inch DIP water main will extend groundwater table.This more favorable construction within Bay Road,from the north end,to 15th Street,and condition will facilitate installation and testing. within 15th Street to west of Alton Road,and interconnect In general,construction of water system improvements, to the existing 16-inch water main recently constructed both distribution and transmission piping, may require by FDOT.The transmission main will also extend south in dewatering,excavation and replacement where required West Avenue from 15th Street to 14th Street and connect with select material,sheet piling or special shoring for to a recently installed main. Initial planning by the Design/ difficult installations,and protection or relocation of other Build Team has developed a cut and cover construction utilities during construction.Construction activities for the method based on review of the pipeline route and water mains will require carefully planned sequencing of probable utility locations. the work to allow seamless transition of connections from The installation of the 20 inch transmission main will existing water mains to the new water mains,and provide include interconnections with the proposed distribution uninterrupted water service to the City's customers. mains to provide hydraulic connectivity and reliable Primary connections to existing,active water mains will water service.Typically,at each interconnection,a gate typically be accomplished with wet taps utilizing tapping valve on the transmission main and a gate valve on West sleeves and gate valves. Avenue or Bay Road will be provided. In compliance with e conceptualDesi n City standards,customer service,irrigation service or fire The City proposes to replace the gravity sewers within hydrants are connected only to a distribution main.The the project site,typically vitreous clay gravity sewers that locations of the interconnections requested by the City have reached their useful life where the pipe condition include as a minimum: has deteriorated resulting from failure of the clay pipe West Avenue and 14th Street—connecting to the resulting in excessive infiltration due high groundwater transmission water man installed under the south levels.A number of the sewers were lined by the City, West Avenue project however,the structural integrity of the rehabilitated pipe, and the need for increased flow capacity,necessitates West Avenue and 15th Street replacement.Commensurate with the gravity sewer Bay Road and 15th Street replacement plan,the diameter of the proposed sewers Bay Road and 16th Street will be increased for greater flow capacity.The larger sewer pipe facilitates the city's desire to raise,where Bay Road and Lincoln Road feasible,the elevation of the sewers reducing excavation Bay Road-North end interconnection, north of for pipe installation,depth of structures,and reducing the Lincoln Road,to the existing 20-inch transmission hydraulic head of groundwater on the pipe joints. main recently rehabilitated Along with the new gravity sewers,upsized for overall Pipe Materials and Construction-Standards service capacity improvement,new sewer services to the and Considerations property line will be installed.New service laterals will The Ric-Man design/build team understands the help in reducing groundwater infiltration. requirements of the DCP,the City's established material and construction standards for water main installation, The City's wastewater collection system for the West and accordingly,will comply with them during design, Avenue/Bay Road drainage basin drains to the City's permitting,and construction.The uniqueness of the Miami Pump Station No.1 via the Alton Road transmission gravity Beach environment with its close proximity to saltwater sewer.The three West Avenue basin connections with the and brackish water,which intermixes with groundwater Alton Road gravity sewer include a recently constructed near the coastline interface,requires protection of ductile 18-inch PVC gravity sewer along 14th Street,parallel 12- IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB tic Mqp DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS coxei,alrC C®S PROJECT TECHNICAL PROPOSAL 35 inch and 18-inch gravity sewers along 15th Street,and a and improved resilient joint seals. The DCP identifies the 15-inch gravity sewer along Alton Court, between Lincoln gravity sewer improvements to be undertaken,generally, Road and 15th Street.The elevation of the Alton Road as follows(and as shown on the Step 2 drawings): gravity sewer will control the design parameters for the proposed gravity sewer improvements. In addition,due >,West Avenue to the unalterable requirement for elevation control for » 15th Street to 14th Court-Replace existing 12- gravity sewers,all other utility work in West Avenue inch pipe with 12-inch PVC project area will be secondary to the vertical/horizontal » 14th Court to north of 14th Street-Replace alignment of the proposed gravity sewers. existing 12-inch pipe with 16-inch PVC Similar to the water system design approach,the Team » South of Lincoln Road to 16th Street-Replace has taken a number steps to analyze existing conditions existing 8-inch pipe with 12-inch PVC of the project,and to determine the applicability of the Bay Road City's DCP criteria to the proposed gravity sewer system improvements.The most critical step undertaken by the >> South of Lincoln Road to south of Lincoln design/build team was to acquire utility record drawings Terrace—Replace existing 12-inch with 12-inch from the respective agencies and utilities shortly after PVC notification of short-listing of the team for Step 2,and in » South end of existing system to 15th Street- advance of the City issuing the DCP.This early acquisition New 12-inch PVC of valuable as-built data provided the team a"jump- » North end of Bay Road to Lincoln Road- start"on developing a viable and feasible design and Replace existing 8-inch pipe with 12-inch PVC construction approach that brings a distinct added-value to the City.These early steps by the team include: 14th Terrace-Existing 12-inch PVC installed in 1997 may not require replacement Early acquisition of utility as-built data prior to DCP 15th Street issuance » Between Bay Road and Alton Court-Replace A number of site visits to observe the existing existing 12-inch pipe with 18-inch PVC utility features and possible conflicts 16th Street Detailed review and plotting of utility as-built information onto project working drawings >> Between Bay Road and Alton Court-Replace existing 10-inch pipe with 15-inch PVC Development of preliminary profile layouts for conflict analysis 16th Street and Lincoln Terrace Development of preliminary gravity sewer » From Cul-de-Sac to Bay Road-Replace existing horizontal and vertical re-alignments to avoid 8-inch pipe with 8-inch PVC conflicts with existing or proposed City utilities,and Lincoln Road meet the requirements of the DCP to elevate the » Between Cul-de-Sac and Alton Court—Replace sewer profile wherever possible existing 10-inch pipe with 15-inch PVC HorizontalNertical Pipeline Alignment and » potential realignment may be required due Conflicts conflict with proposed large diameter stormwater The Ric-Man design/build team has further developed piping the City's DCP project drawings,as provided in this Step 2 submittal,to demonstrate our understanding Lincoln Court of the project constraints,resolution of utility conflicts, >> West end to Lincoln Road—Replace existing and improvements in sewer pipe vertical/horizontal 8-inch pipe with 12-inch PVC alignments,connections,and layout.Refer to the drawings » Potential realignment may be required due for definition of the following key select gravity sewer conflicts challenges,and solutions our team has developed. Alton Court Gravity Sewers and Structures In general,the City >, Lincoln Road to 16th Street Replace existing is proposing to install new PVC gravity sewer pipe,at 15-inch pipe with PVC,manholes,and service improved elevations,with new service laterals,and connections manhole structures with corrosion protective coatings, IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB cEls DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PROJECT TECHNICAL PROPOSAL 36 Pipe Materials and Construction -Standards to enter the private property to relocate the existing and Considerations sewer service and cleanout.This effort requires proactive The Ric-Man Design/Build team understands the collaboration with residents,and property owners and requirements of the DCP,the City's established material managers in acquiring individual building permits for the and construction standards for gravity sewer installation, plumbing work required for the new service laterals. and accordingly,will comply with them during design, Addressing Utilities in the Project Area permitting,and construction.The uniqueness of the Relying on the Ric-Man Design/Build Teams'collective Miami Beach environment with its high groundwater experience in the region and hands-on knowledge heavily influenced by tidal fluctuations,close proximity particularly associated to infrastructure improvements to saltwater and brackish water,and occasional coastal within the City of Miami Beach,we find that proactive flooding requires the use of PVC pipe,with unique utility coordination plays a critical role in completing a exterior and interior corrosion qualities,and watertight project successfully.Conflicts with utilities do not only pipe joints and structures.Gravity sewer pipe,manholes, affect project costs,they also have a direct impact in pipe joint gaskets,manhole pipe connections,cleanouts, the project timeline,and generate the inconvenience of service laterals and other appurtenances will comply with longer construction activity for residents and businesses City material standards. in the vicinity,and can disrupt essential services to the Even with the raising of the roadway elevation,it is likely public. the majority of the gravity sewer pipe construction will As such,early collaborative coordination with utility be accomplished In the wet",or generally below the owners,accurate determination of utility locations,and groundwater table.Although the possibility of slightly identifying potential conflicts is essential to delivering a raising the gravity sewer elevation exists,it is improbable successful project.With our combined engineering and that it would result in drier excavation conditions.Site construction experience in design/build of neighborhood dewatering may be implemented, improving construction infrastructure projects,and particularly those that require conditions; however,it has complications with volume of significant undergrounding in urban residential areas, flow and adjacent soil stability. we anticipate that our utility locate investigations,and In general,construction of the gravity sewer system conflict avoidance efforts will include close coordination improvements will require bypass pumping to maintain with key utilities such as FPL,ATT and Atlantic Broad Band,along with other utilities located in the ROW.Our sewer system operations,dewatering,excavation and replacement where required with select material, initial assessment of utilities has identified FPL subsurface sheet piling or special shoring for difficult installations, conduits as a major factor for alignment of the new water, and protection or relocation of other utilities during sewer,and drainage systems. construction.The existing subsurface muck layer within The Ric-Man Design/Build Team has already conducted the project site will complicate excavation for pipe extensive underground utility research of the project installation,as the muck requires removal below the pipe area and reviewed this information with respective invert,and replacement of proper backfill materials. stakeholders through field assessments and as-builts. Construction activities for the gravity sewer will require The Design ticket process was utilized to obtain available carefully planned sequencing of the work to allow information from utilities located within the project seamless transition of connections from existing sewers corridor(s).This information was further updated from to new sewers,and provide uninterrupted wastewater the City's DCP,and provided on our submittal drawings. service to the City's customers.Continuous operation We know that this initial effort was critical to our project of the City's wastewater collection system will require understanding,not just for avoiding potential conflicts, but to establish viable and feasible construction phasing, bypass pumping between manholes. address logistics,maintain timelines of production,and Sewer Lateral Replacement offer infrastructure solutions to mitigate impacts and risk. The DCP requires replacement of active sewer service laterals to the Row and/or property line in accordance In addition,the Ric Man Design/Build Team will conduct subsurface utility exploration early in the design phase, with City standards.New sewer service laterals will and meet with utility companies to review the developing require cleanouts,or manholes,when necessary.The design plans,and discuss utility coordination details. replacement of the sewer services to the ROW and property line may require the Ric-Man Design/Build team Vacuum excavations of potential locations of utility/ infrastructure conflict will be performed to verify the IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PROJECT TECHNICAL PROPOSAL 37 depth,size,and vertical and horizontal location of the complex drainage systems and other large-sized utilities. utility conflict.The potential conflict locations,once Identifying and addressing utility conflicts and conducting configured,will be assessed with the design engineers early meetings with franchise and municipal utilities during and construction team to determine the most appropriate the design phase allows for proactive resolution and design solutions. For utility conflict locations,where design adaptable solutions that help avoid conflicts and delays or construction adjustments may not be feasible for the during construction.For the initial steps of the design new infrastructure,the Design/Build Team will coordinate effort,the Design/Build Team has planned a subsurface with the utility companies for temporary or permanent utility exploration(SUE)program,and this combined with utility relocations.The following table summarizes the utility field marking data and detailed research of record utility companies identified and contacted in our early drawings will provide a database of the project site project assessments. utilities.This will allow the team to minimize the possibility of a pipeline conflict with a utility. The table on the Utility Conflicts Mitigation of and minimizing utility following pages provides snapshot of the probable utility conflicts is a typical challenge in infrastructure design and conflicts that demonstrates the level of detail the Team construction projects, particularly in key roadways with has undertaken to identify potential problems. UTILITY OWNER TYPE OF UTILITY CONTACT TELEPHONE Water,Sewer,Storm Water and RickyFalls 305-673-7080 x 6949 City of Miami Beach Street Lights FPL Electric Tracy Stern 386-329-5152 FPL Fibernet Fiber Danny Haskett 305-552-2931 FPL-Subageous Electric Tracy Stern 386-329-5152 FPL-Transmission Electric Seyed Hajassadollah 305-228-5290 MDC Public Works Traffic William Billy Rivera 305-679-0025 FDOT-ITS Fiber Optic Thomas Miller 305-470-5757 Florida Gas Transmission Gas Joseph Sanchez 407-838-7171 AT&T Telephone Steve low 305-222-8745 Atlantic Broadband Cable TV David Mcbride 305-861-8069x3204 Hotwire Fiber Optic,Telephone,Cable TV Walter Sancho Davila 954-417-3606 Comcast Cable TV Nick Procassini 732-237-6963 Teco Gas Marlene Cobiero 954-826-8755 Crown Castle Communications Fiber Optics Jeremy Williams 470-235-6349 Mobilitie Intelligent Solutions Fiber Optics Orlando Raez 786-910-4309 IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB ARB ^ _ Cgs DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PROJECT TECHNICAL PROPOSAL 38 Location Station Offset Locations Conflict With Potential Resolution Identified Water Conflicts with Utilities Along West Avenue 50+81 on line Sewer V Along West Avenue 52+00 7ft R 48"RCP Storm Along West Avenue 53+94 19 ft R Gas Along West Avenue 54+00 7ft R 24"RCP Storm , Along West Avenue 54+85 on line sewer Along West Avenue 55+71 7ft R 48"RCP Storm Along West Avenue 57+41 7ft R TELE Along West Avenue 57+56 Online GAS ,„A, Along West Avenue 57+56 13ft R GAS V Along West Avenue 57+56 17ft R Gas Along West Avenue 57+63 13ft R Existing Sewer Along West Avenue 57+70 13ft R Sewer ,,,,-^ Along West Avenue 57+87 13ft R 24” RCP Storm Along West Avenue 58+82 12ft R 48" RCP Storm Along West Avenue 60+77 13ft R 24" RCP Storm Along West Avenue 62+02 13ft R 48" RCP Storm >: Along West Avenue 63+32 13ft R Sewer Along West Avenue 63+40 13ft R 48" RCP Storm Along West Avenue 67+14 13ft R 48"RCP Storm Along West Avenue 68+65 13ft R Gas Along West Avenue 68+73 16ft R 48" RCP Storm Ti Along Bay Road 54+29 12ft L 48"RCP Storm Along Bay Road 54+85 1 ft L FPL Along Bay Road 55+04 4ft L 36" RCP Storm Along Bay Road 56+17 4ft L 48" RCP Storm Along Bay Road 57+35 3ft L Telephone Along Bay Road 57+69 4ft L Sewer Along Bay Road 57+94 12ft L Sewer Along Bay Road 57+94 20ft L Gas w+ IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB liic•M4,y; C®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS _�� rAMa�a lac: PROJECT TECHNICAL PROPOSAL 39 Location Station Offset Locations Conflict With' Potential Resolution Identified Along Bay Road 57+94 22ft L Comcast Along Bay Road 58+63 11ft L Sewer Along Bay Road 58+63 20ft L Gas Along Bay Road 58+63 22ft L Comcast Along Bay Road 59+90 3ft L 48"RCP Storm Along Bay Road 60+75 3ft R 24" RCP Storm v Along Bay Road 62+19 3ft L 48"RCP Storm Along Bay Road 63+24 22ft R Comcast Along Bay Road 63+40 4ft L 36"RCP Storm Along Bay Road 64+33 24ft R Comcast Along Bay Road 65+00 On Line 48"RCP Storm V Along Bay Road 65+00 23ft R Comcast V Along Bay Road 66+06 3ft L Sewer V Along Bay Road 66+06 23ft R Comcast Along Bay Road 67+51 4ft L 48"RCP Storm Along Bay Road 67+80 22ft R Comcast Along Bay Road 68+54 9ft L 48" RCP Storm Along Bay Road 68+65 19ft L Gas V Along Bay Road 68+90 8ft L 24"RCP Storm V Along Bay Road 68+90 24ft L Comcast Along Bay Road 68+90 23ft R Comcast Along Bay Road 71+68 18ft R Storm Along 14th Court 27+95 4ft R Gas Along 15th Street 22+25 4ft R Gas Along 15th Street 22+28 4ft R Comcast Along 15th Street 25+67 On Line 48"RCP Along 15th Street 27+89 3ft R 48"RCP a/ Along 15th Street 27+89 11ft R 48"RCP Along 15th Street 27+94 3ft R Gas Along 15th Street 27+94 8ft R Gas V IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB1-66:-14.47, C®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS COM- RC.' PROJECT TECHNICAL PROPOSAL 40 Location Station Offset Locations Conflict With Potential Resolution Identified Along 15th Terrace 22+28 Online Comcast :' Along 15th Terrace 22+28 4ft R Comcast V Along 15th Terrace 22+28 1ft L 24"RCP Storm Along 15th Terrace 22+36 4ft R Gas v Along 15th Terrace 27+95 4ft R Gas Along 16th Street 22+28 Online Comcast Along 16th Street 22+28 8ft R Comcast Along 16th Street 23+87 8ft R 48" RCP Storm Along Lincoln Terrace 22+01 On Line Sewer Along Lincoln Road 21+81 Online Comcast Along Lincoln Road 21+81 Online FPL Along Lincoln Road 21+93 Online 24"RCP v Sewer Conflict with Utilities Along West Avenue 52+00 Online 48" RCP Storm Along West Avenue 53+66 30ft L FPL Along West Avenue 54+00 Online 24" RCP Storm Along West Avenue 55+71 on line 48" RCP Storm Along West Avenue 67+14 On line 48" RCP Storm 4#' Along Bay Road 57+69 13ft R 48" RCP Storm 3 Along Bay Road 57+69 29ft L Telephone _, Along Bay Road 66+06 8ft L 48" RCP Storm Along Bay Road 69+00 on line FPL Along Bay Road 69+00 18ft R WATER .$ Along Bay Road 69+00 22ft R Comcast v' Along Bay Road 69+00 23ft R WATER ' Along Bay Road 69+00 9ft L 24"RCP v Along Bay Road 69+00 24ft L Comcast Along Bay Road 70+43 on line FPL Along Bay Road 71+35 on line FPL V Along Bay Road 71+68 on line 24"RCP _ IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB 0' N c®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS GOUT..FI, PROJECT TECHNICAL PROPOSAL 41 Location Station Offset Locations Conflict With Potential Resolution Identified Along Bay Road 72+20 on line FPL Along Lincoln Court 69+22 8ft R 24"RCP Storm V Along Lincoln Court 70+54 8ft R FPL Along 15th Street 25+62 6ft L FPL V Along 16th Street 21+72 Online Comcast Along 16th Street 21+76 Online Telephone Along 16th Street 21+79 Online Gas Along 16th Street 23+87 7ft L 48" RCP Storm v Along 16th Street 25+67 Online 60"RCP Storm Along Lincoln Terrace 19+94 On line 24"RCP ;k Along Lincoln Terrace 20+70 On line 24"RCP W Along Lincoln Road 20+13 7ft L Gas Along Lincoln Road 20+19 7ft L FPL Along Lincoln Road 21+80 7ft L Comcast Along Lincoln Road 21+80 7ft L FPL Along Lincoln Road 21+93 7ft L 24"RCP Storm Along Lincoln Road 23+91 9ft R FPL Along Lincoln Road 23+91 24ft R Gas m Along Lincoln Road 27+80 8ft L 48" RCP Along Lincoln Road 27+85 10ft R 48"RCP ,` Along Lincoln Road 27+85 20ft R FPL Storm Conflict with Utilities Along West Avenue 52+00 19ft R Gas Along West Avenue 52+27 30ft L FPL V Along West Avenue 53+66 23ft L Sewer d Along West Avenue 55+73 19ft R Gas V Along Bay Road 54+29 On line FPL a,/ Along Bay Road 56+17 On line FPL Along Bay Road 57+35 13ft R Telephone Along Bay Road 57+49 22 ft L Comcast h/ IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB W'�wM'r COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS CO , PROJECT TECHNICAL PROPOSAL 42 Location Station Offset Locations Conflict With Potential Resolution Identified Along Bay Road 57+49 20ft L Gas Along Bay Road 57+49 12ft L FPL Along Bay Road 59+90 On line FPL Along Bay Road 59+90 11ft L Existing Sewer Along Bay Road 62+19 On line FPL vo Along Bay Road 63+40 On line FPL Along Bay Road 67+51 On line FPL g Along Bay Road 68+65 9ft L Gas Along Bay Road 70+43 13ft L FPL r Along Lincoln Court 69+22 13ft R FPL ,+ Along Lincoln Court 70+54 1ft R FPL Along Lincoln Court 70+85 8ft R Sewer a Along 14th Terrace 22+28 13ft R Comcast V Along 14th Terrace 23+38 12ft R Gas V Along 14th Terrace 23+62 12ft R Gas V Along 14th Terrace 25+63 13ft R FPL aJ Along 14th Court 27+89 4ft R Water V Along Flamingo Way 22+28 On Line Comcast V Along Flamingo Way 22+32 On Line Gas Along Flamingo Way 23+82 19ft R Gas V Along Flamingo Way 25+67 4ft R Water y+ Along 15th Street 22+25 11ft R Gas J Along 15th Street 22+28 11ft R Comcast wP Along 15th Street 25+67 4ft L Sewer V Along 15th Street 25+67 11ft R Gas Along 15th Street 25+67 27ft R Telephone .r4 Along 15th Street 27+89 11ft R Gas k Along 15th Terrace 22+36 1ft L Gas Along 15th Terrace 23+91 4ft R Water Along 15th Terrace 25+68 4ft R Water V IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB rWc-_e�v: C®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS "°""�"�' PROJECT TECHNICAL PROPOSAL 43 Location Station Offset Locations Conflict With Potential Resolution Identified Along 15th Terrace 27+88 4ft R Water Along 16th Street 19+00 14ft L Gas Along 16th Street 20+77 14ft L Gas V Along 16th Street 21+72 3ft R Comcast ,, Along 16th Street 21+76 3ft R Telephone Along 16th Street 21+79 3ft R Gas Along 16th Street 25+67 8ft R Water Along 16th Street 27+85 8ft L Sewer v Along Lincoln Terrace 19+94 3ft R Gas Along Lincoln Terrace 20+70 3ft R Gas Along Lincoln Terrace 21+00 3ft R Gas Along Lincoln Terrace 21+78 2ft R Gas Along Lincoln Terrace 21+91 1ft R Sewer Along Lincoln Road 20+13 10ft R Gas v,` Along Lincoln Road 20+19 10ft R FPL Along Lincoln Road 20+36 8ft R FPL .. Along Lincoln Road 20+42 8ft R FPL Along Lincoln Road 20+62 8ft R FPL Along Lincoln Road 23+10 10ft R FPL v> Along Lincoln Road 23+37 7ft R FPL Along Lincoln Road 23+91 10ft L Sewer Along Lincoln Road 25+41 8ft R FPL Along Lincoln Road 25+50 8ft R FPL 4 Along Lincoln Road 25+65 8ft R FPL ml Along Lincoln Road 27+80 24ft L Gas +,/ IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB Ric Mew DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS rA�,7 � CSS PROJECT TECHNICAL PROPOSAL -- 44 Regulatory Permitting for West Avenue » Interfacing with Federal,State,and Local The Ric-Man Design/Build Team brings demonstrated Permitting Agencies knowledge of the unique local coastal conditions and > Streamlining the Permit Process for Aggressively understanding of the construction and environmental Scheduled Design/Build Projects permitting processes, particularly in coastal and tidal » Demonstrated Extensive Coastal Permitting areas where changing tide and storm event scenarios Performance poses daily challenges in building structures and systems in a"pumped" environment. With these Success Factors in mind,we have organized a team of design and construction professionals with A key differentiator of our Design/Build Team is proven extensive Miami Beach experience specializing in construction experience on deep-water and submerged moving environmental permitting of coastal,waterfront, conditions projects,such as the Government Cut-Fisher and infrastructure projects through the myriad of Island Wastewater Force Main Tunnel,and the 54-in jurisdictional agencies within Miami-Dade County.In Sanitary Sewer Force Main Emergency Replacement addition,our team members possess collective years of within Miami Beach City limits. These projects interfaced experience designing and permitting complex projects with federal, state,and local permitting agencies,state through the stringent constraints of the Biscayne Bay and local officials,and stakeholder groups to secure Aquatic Preserve.These unique projects include storm permits and approvals in a timely and expedited fashion. water outfall retrofits,storm water management, public This approach was a critical component during the various parks,streetscapes,seawalls and outfalls,and shoreline phases of the projects,and is a proven approach we will stabilization projects. bring to the West Avenue project. Working relationships with the agency staff,and A complementary key differentiator is our capacity to institutional knowhow will be a critical enabler when procure permits in extremely fast-tracked projects,such pursing expedited permits,particularly with long-lead time as the Brickell Sewer Interceptors Project,where the first agencies having jurisdiction of infrastructures projects, months of the schedule were critical to achieving new such as FDEP or SFWMD.Our Team brings a regulatory wastewater facilities permits for substantial modifications permitting strategy that captures anticipated approval to the existing wastewater system serving downtown processes and timelines that are critical in the project Miami in response to new developments coming in on planning process to avoid common regulatory delays and line.Other critical project-specific long-lead permits hurdles.The Ric-Man Design/Build Team specializes in included FDOT Utility Permits in bustling arterials such designing projects to minimize the regulatory process, as SW 7th Street and SW 8th Street.A simultaneous and our professionals have successfully procured approval process was implemented with both Miami- complex permits in the City of Miami Beach.We believe Dade County and FDOT to allow for the schedule-driven our Team's experience in permitting speaks for itself in the early construction of deep shafts,and staging of critical myriad of projects that we have performed,collectively equipment.With the perspective of our local experience, and individually,to the benefit of the residents of Miami and knowledge of the requirements of the West Avenue Beach. project,we have identified three key success factors for this roadway and drainage project: The following is a summary list of Permits we anticipate at this time that will be required for this project. Permit Name Contact Documents to be Submitted Permit Fees Estimated' Review Time c -fm— Beach tY 2 Sets of 24x36 Signed& Building Dept.Permit Chenetria Farley Sealed $600 30 days 1 set 24x36,survey, Design Review Board $2500+Cost based Tui Munday application forms and 2 months Permit photographs on area of project Historical Preservation Tui Munday Not a Historic District as per N/A N/A Board Permit CMB Planning Dept. N ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB Rt0 MA,y CRS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS coeei�a IMc PROJECT TECHNICAL PROPOSAL 45 Estimated Permit Name Contact Documents to be Submitted Permit Fees Review Time 1 set 24x36,survey, $2500+Cost based Planning Dept. Permit Tui Munday application forms and 2 months on area of project photographs 2 set of Signed&Sealed Public Works Dept. Barton Duvall Construction Drawings,MOT None(for City Works) 15 days Permit Plans, Permit Application, insurance Miami-Dade County 1 set of 24x36 plans,Sketch RER Class I Niomi King Location Based on project Cost 30 Days 3 Sets of Signed&Sealed RER Class II Maria Molina Construction Plans,Drainage $490 30-45 Days Calculations,survey Based on project Water&Sewer Dept. Ethel Williamson 2 sets of plans(24x36)with and area and cost of 30 days Permit CMB Building Dept.Approval project Initial Design Review-2 sets of Construction plans Initial Review $70 Public Works Dept. Permit Review-Daniel Ruiz Permit Review-4 Copies of Based 15-30 Days Permitplans S&S with approval from on area and cost of DERM,WASD,MOT project Dept.of Health-General Richard Rojas 5 Sets of Signed&sealed $650 20-30 days Permit plans Application fee-$70, Traffic Engineering Danny,Jerrard 4 sets of 24x36 signed and Signalization review- Dept. Signalization and Cadet sealed plans $610 per intersection, 15 30 days design review permit fees-$670 Florida Department of Transportation Permit Application (4 sets), Utility Permit Sandra Parellada Signed&Sealed plans(4 None 20-30 days sets), MOT Plans South Florida Water ManagementDistrict „ Form 62-330-060 Section A Environmental Resource Caroline Hanes & E,Set of Signed&Sealed $250 15-30 Days Permit plans Florida Department of Environmental Protection <1 acre=$420 Individual Environmental Amanda Signed&Sealed Plans 1-3acres=$1500 30-60 days Resource Permit Montgomery (working in &around wetlands) US—Army Corps of Engineers 60 days Application for Dept.of 81/2 x 11 Drawings,location Permit Ingrid Sotelo $100-Individual Permit General Army plan lan Permit IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB 1,1 COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PROJECT TECHNICAL PROPOSAL 46 Public 1nforara ioni accommodate pedestrians and cyclists. From a different The Public Information Team aims to serveperspective,the local business community, as the main point of contact for delivering all ` H ;'' hotels,condominiums and private 'i developers such as the Mondrian messages and coordinating project specific � o,,,H& � �. materials to the City and stakeholders.We ;rix ° ,,,, Hotel, Mirador 1000,US Post intend to work with CIP's Public Information '''''''"""--P,„.„ Office and CiviChe 105 aim to see Liaison to provide information for public *::.:..........%'""-•••..., r N improvements to accessibility for dissemination, coordinate and attend all 1 valet, parking and storefront visibility outreach activities throughout the life of .; for their customers. The main the project.Our goal is to establish a challenge is to carefully document project PIO liaison to ensure all public -- A•- / •, i'. a _ all public input and work with the information related requests by the ----I; ha City to incorporate a design that `= =.- x,�,;.;, ''° ,,,, effectively fuses City standards and the City and the community are being —:= responded to in a timely manner. The -------2---.::::-- - .1-:::::.---.-:-.-7..z---- s_'=zcommunity's feedback. team approach is to fully understand: a ®" We will work with the City to develop the City's vision for this corridor, __ ,-'. project collaterals that include visual facilitate the Public Process during the design phase,and engage the community throughout concepts and displays such as interactive maps,3D video simulations and construction. renderings for the community to understand the various The first mission is to facilitate the Public Process and alternatives for improving the corridor.Our team is ready finalize an approved concept design.The West Avenue to assist in coordinating and attending a series of public corridor is a diverse community mixed with residents, workshops, Corridor Advisory Committee Meetings(CAC), businesses and seasonal visitors from around the world. presentations,elected official briefings and community Through our preliminary research we understand the meetings to illustrate the purpose and need for the residents and neighborhood associations',such as the project,and solicit feedback. West Avenue Neighborhood Association(WAVNA), Once design is finalized and we are ready to commence desire improvements that not only mitigate flooding, construction,the PIO work with the City to conduct a enhance the riding surface of the road,and beautify community kick-off meeting/groundbreaking ceremony the area, but also consist of traffic calming features to and ensure the public is aware of upcoming work. A0.7 Throughout the life of the project the PIO will work to ' �. provide information on the progress of construction, ,61 , -'4.1.--, - MOT coordination and mitigate community complaints by -^ K x * s- I submitting timely two week look-ahead schedules,daily . ; ' s cleanup logs,and replies to information requested for 1-1 b 3 4 public response.We will a1-kA4:1)...v' ' ' - 11! assist with dissemination i3 Ia.. s ' ' f:Iiii of project related materials t -yht. . , --(,,,, �,� r , 1.„-.,: .-,7-1. door-to-door,attend field , �!.� —.1, #„,,, , ,, ' ' r "' i meetings and work with -1jr - the CIP PIS on any public 1 1 Al trIcEE information related items. .'t. ,;kG'SarTYl2 wee I Upon project inception, ., the team will coordinateI'- . s' LI , ► t with the City to determine 01 n f '� V the best method of t 1 1 t. fay -I, c outreach,potential impacts and frequency of 1 31 , _ - , d 1 communication in the most - efficient and cost-effective .� way. _ IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB plc_;41 C®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS �" COM3. R.PIC.. _,,..,,„,..,„.„.„,.,,,,,,..„.„,,,.,;:,,,,,,,,,,,,,,,,:,,.;;T„iri:7,,,,:::::...:;7:-..17-_-17:4 ..,„_„,„..,....,„:_,„,,.., y:f.:..;-.,,,-.,.,-;:-,,,,t r -." - �' jr a x,� = ter, t` r a ; -rte 1 t t#•1 xy -t ?s"'�3'a " ', n//9� '�-ate ] "* "� z5 " v p 4.14,., ,... p 00y) 3 ` mom_ ✓ £. • ..; ll i ., . s i ,. , ,. ,. . j - _or ___ 1 , , j 1 } it I '';,- '-._:,, -- I:f'. ' ..,6 ':`;',..) __.'-7°_ --_-- ,, 7kgii ,- - ,,,I.,' : t.-_,' ,---: ' - 1 _I, '1,•.--a, it .-11 ,,„,i_.. , .__-'-r. ------ -,, - :. T v= a �� _}-k'"-- -t--7-,4":-..-7.7,—,-,_. „:� �� � - �=if Z/ A C .� �-; , r o i ::-,_-_., _---- ,.,.7..::,\ 4'..:*k,-1----.:. ;?,-4*-,_. -11 ,A,,,,, _ ,, , ..„ 2...04000 , ,: I -,, ,k, ,N",,'--72--Fs";i_i-tig",; i: !'--, . . ,,i'''', ,",„. `-‘4\ , , , 1,. „kat. ,, , ,. j (° , ____ . , ,, , ......_. .., , f j 8 t .„.k„-„,;..., i' 1 V,'” # 6 : fr _ Q�y eE4,„4.------ .Yrr"t� icy - 3 .ik a :. n-_". 7'7--.z+' a,r.xz� amom a`" r ' T i Ari. fi•*.Si1'!'''• ''L.1,,:'• ' ''''-'' ' ' ''';%•.,: • ,,,,,,,,1111;;#1 t i ;11'-, — t I. t �.: 1 1 1 . ':YR .,....,.._ . -.. )...„,..i, SUBCONQUALIFICATIONS TRACTO ,,. NEXPER ECE ., 1 .,.1,,,i.;41 , t..,-,-,... ,, ... .. _ , - f +$ A' ,,. '---Pt- y 'gym -'3- - . , --,-, , , . ..,_ . . _ . -- - , . ,. rY��E 47 subcontractor Experience & Qualifications // QUALIFICATIONS OF KEY able candidates.PDM services include, but are not limited SUBCONTRACTORS to,tug&barge support,bulkheads,seawalls,cofferdams, p,{y/ 7yryygY.aAflE%Y/JJ/Jf.%//f/JJJJ//M//•Yi%///JJ//////%JJJJJJ///J//G%////fi%///H//JJJNLHN.6uYJ%! Y/Ni////!/H//l///HJG//J//LD/J// docks, piers,wharfs,mechanical dredging,surgical For each key construction subcontractor(whose dredging,tremie seal slabs including an array of marine value of work exceeds $500,000) describe structures. experience and qualifications. ,%JJJ,u/J///h%/// ,/.%.a%N ~/./47//„JJ/J,//,;J,,,J,J,J,,,,,,,,,,,,,,HJ/J,/,J///J,,,,H�,/60 >h,,Y ,,,, ///r//,'/.a/J.J ..(.E4d�Y+r9WAY/40,0.Yin/rYJIJJMi/J //Jo�1 W/A.r///.(✓,UN6r745W/YJJ General Ahalt General Asphalt is a Florida corporation founded The Ric-Man Design/build Team will utilize the following in January 1966.They are hot and cold mix asphalt key subcontractors for this project: manufacturers and asphalt placers.They have two Poseidon Dredge& Marine manufacturing facilities; one at 4850 NW 72 ave(a batch/ drum combo plant)and one in the white rock quarry(a General Asphalt drum mix plant)on US 27 just outside the Florida Turnpike. South Florida Electrical Consulting,Inc. Their manufacturing capacity is 200 tons per hour for CAMO Consulting the batch/drum plant and 300 tons per hour for the drum mix plant.They also have silo storage available at both 7 ; ' COMPANY INFORMATION locations to allows them to pre-make and store hot-mix asphalt. NY',..41:0.4.t4,10i/,.'3 PY/4.JLIiYdY///~/44WAP/.1%1a001//isle/J.'..YJJIr.0.00YJ/.3.,/aai3'183%/P.^/✓.n' Provide background information, including They have their own fleet of trucks for transporting company history, years in business, number equipment;bringing raw material to their plants for of employees, and any other information manufacturing and hauling the finished products and communicating capabilities and experience. transporting personnel.They have 4 full crews(10 people /,.,:;fes//r/.4;r//JJ. 61 0Mr.//1.,/. � . ~/hM,.11//0' /0:. ti each)all FDOT certified to place hot mix asphalt.They own complete paving packages of equipment for all crews and Poseidon Dredge& Marine, Inc."PDM"is a leader in backup equipment.They have a full staff of maintenance providing heavy marine construction services to both personnel to maintain all our equipment. commercial and residential clients throughout South They work on all sizes of projects from tennis courts Florida.With well over 100 years of combined experience to the North Runway at Miami International Airport, in the industry,PDM dependably delivers every customer completed in 2003(263,000 tons placed).They recently the quality,craftsmanship and satisfaction promised. completed another runway project(2010)for MIA 8r 26l Incorporated in 2013 as a result of top managers and that included 107,000 tons of asphalt;the total value of owners merging both assets and experience to realize the project was over$26,000,000.00.They are currently a new purpose of bringing waterfront properties to life. working on four different parts of the Krome Avenue. PDM is the owner and operator of specialized terrestrial ,W.Kb;45Y{s4J LTJ/Z/N.w'/ 'J/!H,!/.H' // i45'HW.4'✓fi4�%ii^/1:34'1!'%/0 and waterborne equipment.Within the company's terrestrial spread you will find a selection of earth moving 'OU th i (Dt Ida Electrical :aui ins equipment, including skid steers,dozers,wheel loaders, With over 14 years experience in all facets of design, excavators, including hydraulic and friction cranes ranging installation,and maintenance of commercial and from 15 to 75 tons.PDM's marine fleet consists of tug residential electrical contracting projects,South Florida Electrical Consulting offers a wide variety of service to boats from 500 H.P.to 1600 H.P.accompanied with barges customer in the Florida counties of Dade, Broward and the in sizes from 16'x40'to 30'x100'.PDM has an assortment Palm Beaches. of pile driving and specialized equipment starting with vibratory,diesel and traditional mechanical hammers to a South Florida Electrical Consulting has 24 employees and range of tools,such as rock punches,air lifts,rock augurs, is a certified DBE and SBE Contractor. Their truck fleet mandrels etc....all custom fitted and mostly manufactured includes Bucket trucks(up to 65ft reach),4 Utility trucks, in house by PDM staff.Currently,PDM employs on average Crane& Pole setter,and an Excavator. 20 employees and is regularly looking for qualified and IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP. 2016-091-KB �__________ C S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS _._ SUBCONTRACTOR EXPERIENCE&QUALIFICATIONS 48 CRMO Consulting Company History-Founded by Carlos Serrano-Architect/Licensed General Contractor doing construction work in the Tri-County Years in Business-Established June 21,2012 Number of Employees-3 Office Personnel and 6 Field Personnel as needed Experience-Concentration in High-End Interiors,High Rise Exterior Painting,Aluminum Railings,Water&Sewer,Gravity Walls,Architectural Aluminum Metal Fencing,Hauling,Water Filtration 2 a COMPANY'S LIST OF SIMILAR EXPERIENCE & QUALIFICATIONS ////H%PILW//AY/////wPMVAl////N///.00TO/.M.507.145M.xbY/H//U//.544MOMY//930054AAIAY//.d/AJ/JHAVY///H///d////Jd499YDAID%//////////.Y/H///lf10541!///H00WH/H//%/46 //H/////Nl!/HAW/1110/////l/.f�!/ Provide a list of the company's experience and qualifications with the Services detailed herein. Provide a table that includes the following information: agency name, project name, type of project(right-of-way, Agency Name Project Name Type of Project Work Assigned Poseidon Dredge&Marine Ray Cabale Ray Cabale Marine Bid 450' of new Concrete Seawall and Ancillary Docks LF Development LF Development Marine Bid 300'of new Concrete Seawall and Ancillary Docks 500'of new Concrete Seawall and demolish Brickell Place Marina Brickell Place Marina Marine Bid existing(72)slip marina and then replace with new. General Asphalt Broward County Golf Village Water Neighborhood Asphalt Paving Main Improvements Improvement Stormwater Neighborhood City of Sweetwater Improvements Phase Asphalt Paving B Improvement Water Main City of Hollywood Replacement along Neighborhood Asphalt Paving North Hollywood Blvd. Improvement and Pembroke Road South Florida Electrical Design/Build Project consisted of relocating underground all util- City of Miami Beach Sunset Island 3&4 NIP ities(FPL,ATT,ABB)and installing a new electrical infrastructure for all street lighting. 13-BID Package C San Marino,Dilido,Rivo Alto City of Miami Beach Venetian Islands- Design/Build Oversaw the installation of the electrical infra- Miami Beach NIP structure and 180 streetlight poles,bases,fixtures, conduit&wiring. Relocated overhead electrical street light circuits Design/Build to underground and added installation of new City of Miami Beach Sunset Island 1&2 NIP hand hole boxes,wire,conduit,ground rods,and waterproof splices. Three(3)Pump Stations(5th,10th,and 14th City of Miami Beach Alton Road Design/Build Streets) IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KBaic-�dy CAS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS wwa%�n�c', SUBCONTRACTOR EXPERIENCE&QUALIFICATIONS 49 Agency Name Project Name Type of Project Work Assigned CAMO Consulting Replacement of Water Replacement of 9,525 linear feet of existing Lateral Miami Dade County WASD Main -Shenandoah Design/Build and connect to existing sewer lines including sod, Neighborhood asphalt and concrete restoration Fabricate and install 280 linear feet of Architectural Jackson Health Park Plaza East Secu- Bid Aluminum Fence with flexible LED fixtures along Systems rity Gate fence bands Cure and Re-Caulk Water Filtration problem in 300 Jackson Healthexisting windows,Repair all cracked and damaged Systems Highland Park Garage Bid stucco, Power Wash exterior surfaces and paint 7 story parking garage structure 3 '` RELEVANT EXPERIENCE ar.Md X 4X,MHf811.A:lJlk AVASWASSLA'NHb dAYd//d..0:05➢N0b7,02,.ISvY.4- Y".' •,•" Summarize three of the company's most similar projects of comparable size and scope where similar construction services have been provided. Please be specific of the actual work provided this firm that relates to this project. %YFSYA=.FAIT. OtwC.IVAXISIWOM S,V,7.4 4.0 40.&&00, Poseidon Dredge MsrineGeneral As ha it ti Project Name and Location:Ray Cabale Project Name and Location:Golf Village Water main improvements Nob Hill& Pine Island Road Project Description:450'of new Concrete Seawall and Ancillary Docks Project Description:Asphalt Paving after water install Date of Project Completion:January 2017 Date of Project Completion:10/31/2016 Amount of contract for the portion of the work Amount of contract for the portion of the work provided by this firm: $585,000 provided by this firm:$1,0235.00 2 //Project Name and Location:LF Development ,i,!Project Name and Location:Storm water Improvements Phase II B in Sweetwater Florida Project Description:300'of new Concrete Seawall and Ancillary Docks Project Description:SW 110 Ave BTW SW 4th Street and SW 7th Terrace Date of Project Completion:December 2016 Date of Project Completion:2/28/2016 Amount of contract for the portion of the work provided by this firm: $385,000 Amount of contract for the portion of the work provided by this firm:$154,528.00 3,1/Project Name and Location:Brickell Place Marina 3//Project Name and Location:Hollywood water main Project Description:500'of new Concrete Seawall replacement 11-5110 and demolish existing(72)slip marina and then replace all with new Project Description:S 26 Ave€-195-Pembroke Road Hollywood Blvd. Date of Project Completion:December 2016 Date of Project Completion:7/31/2016 Amount of contract for the portion of the work provided by this firm:$2,200,00 Amount of contract for the portion of the work provided by the firm:$769,031.35 IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB �a °M cris DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS SUBCONTRACTOR EXPERIENCE&QUALIFICATIONS 50 South Florida Electrical Consulting CAMO Consulting 1/1 Project Name and Location:Sunset Island 3&4 1//Project Name and Location:WASD Replacement of Water Main Shenandoah Project Description:Project consisted of relocating underground all utilities(FPL,ATT,ABB)and installing Project Description:Replacement of 9,525 linear feet a new electrical infrastructure for all street lighting. of existing Lateral and connect to existing sewer lines including sod,asphalt and concrete restoration Date of Project Completion:2/01/2017 Date of Project Completion:October 2017 Amount of Contract for the portion of the work provided by this firm:$950,000 Amount of contract amount for the portion of the work provided by this firm:$620,000.00 / Project Name and Description:Venetian Islands ,'Y Project Name and Location:Jackson Health Systems Project Description:Relocated overhead electrical Park Plaza East Security Gate street light circuits to underground and added installation of new hand hole boxes,wire,conduit, Project Description:Fabricate and install 280 linear ground rods,and waterproof splices. feet of Architectural Aluminum Fence with flexible LED fixtures along fence bands Date of Project Description:May 2016 Date of Project Completion:February 2017 Amount of Contract for the portion of the work provided by this firm:$1,100,000.00 Amount of contract amount for the portion of the work provided by this firm:$184,226.00 /1 Project Name and Location:Neighborhood/Biscayne Point.Biscayne Beach, Stillwater 3/, Project Name and Location:Jackson Health Systems Highland Park Garage Project Description:Furnished and installed 177 street light poles,bases,and fixtures as well as all new Project Description:Cure and Re-Caulk Water infrastructure(conduit,wires,hh boxes,ground rods, Filtration problem in 300 existing windows,Repair all etc.) cracked and damaged stucco,Power Wash exterior surfaces and paint 7 story parking garage structure Date of Project Completion:2015 Date of Project Completion:November 8,2016 Amount of contract for the portion of the work provided by this firm:$1,200,00.00 Amount of contract amount for the portion of the work provided by this firm:$49,200.00 IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB C S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS COMT. IC. ..„,,,,,...„„,„,. ,... ' ' ..- '''''''' • i t 1 $ Rte i �` � ;11/ -g•,',0-14-_,,, ',•.;•..7• - ,,„k,..„ 'I I -_, ",,`;-- -- _ ---.',...:,,,-„A;r.„—at, _ ._•-_;•!-...: ,_ _ i - . 'ir::r,l';2,,-,-- .),.',,, ;!. ii p gig _ tea s_ ,` -,ktion �= Y I k # f_i >a - .� • + r . -::i',.,,,,-,, ,i• --:;•:,',f":`,,, -‘ — ----. -- — — .•ir ;', „.,-,.--,,--„------.-,,,,'-'----' —.•:,,w--- .... t , i ,,_ ________. . _. . ..,.. ;' - - - i 1 < - " f � a� • nom ^ ,,EY— �" :, a • , i 1 jQ f Jk 85! 9 - M Ei... riz Fra s - j>, - -44%-1-----'-- '' ''''-'1 r a ,� ; °" "�*°" # k u iF err'. * ' ®f - ,,,' ..-''e , e•-e y . - _) '-' .. ' - ' ''''.4.--3'''': .'� - • v. lit filer � a N:1;:*f.:1",4:1''.:'1., ':'-',:_fir:1 APPROACHMETHODOLOGY , _ _ _ I.,,,, _.„.., . PLAN , J Y. .._ , ,.:.,17,.,-;.-ct.,,:y„,..„,. - u-'41)-F. r. .ter � �'��"• ,v�a�.,'"�s`'"� -���c'ss�-.�`4;" � �: �,"" `?= a � '�,x z�'r �s,-z� .r.,.. z..i.:;: �.,� .. x"k',.x�,. 3.'. . . �°,r. 51 Approach & Methodology Plan 1 11 PROJECT UNDERSTANDING commitment to a more beautiful and livable West Avenue is a critical component for the successful delivery of this The Proposer shall illustrate complete project.This is a Design/Build team that can properly understanding of the scope of work for all coordinate construction logistics with the commitments components of the project. The narrative and timelines of fringing development projects in the shall address methodology, sequencing, area and with a demonstrated track-record of delivering maintenance of traffic(MOT) and phasing of the design/build/projects in highly complex,highly frequented various work efforts. urban environments under highly demanding timelines. JJJ,yJ//J/q/JJJJJ//X,XV/J/MWerJJJJ//YGMWY.WW1144/N.J9.Y 1051Y/,RY//JJHHHJ/JOA/JM.Y.NJJJJJJJJJGJ0740,J/44MOHd%ta6YIJ Throughout the development of this project we will share Ric-Man D sign.` u + Team -°m Bringing, the'lessons learned"from these specific local projects UCCSSS for the successful design and construction of the West The Ric-Man Design/Build Team,led by Ric-Man Avenue project.First and foremost,we understand the Construction and supported by CES Consultants as its risks associated with combined roadway and underground Lead Engineer,brings an understanding of this project that improvement projects in heavy urbanized areas in Miami is exhaustive and driven by years of intimate involvement under critical timelines.The geologic formations of in projects in Miami Beach.Our team members have Biscayne Bay,high groundwater,and 24-hour active urban successfully performed,collectively and separately, setting present unique challenges.Our team's direct numerous neighborhood improvement projects as well as experience in City of Miami Beach Neighborhood projects complex utility work in urban environments. is key attribute when considering the right team to select. Our thorough experience in working in highly urbanized Combining this knowledge,with impacts to the and dense south Florida communities under critical community, means that undergrounding operations must timelines and elevated complexities is unique.It is be well planned and phased accordingly to avoid risks demonstrated not just by our successful track-record associated with construction logistics,and impacts to but also by the highly complex projects that we have project timelines. performed in Miami-Dade County and throughout South Florida.Our team has developed an unmatched knowledge base thorough performance of complex ' ofld I=' roadway,undergrounding,tunneling and large diameter In developing our comprehensive approach for the utility installation projects in South Florida. West Avenue project,the Ric-Man Design/Build Team has focused on where phasing of the project can This experience,as a specific example,was gained from be implemented to help control the overall project the project Ric-Man Construction successfully completed schedule,and to mitigate impacts to the local community in the replacement of the Government Cut pipeline, and businesses.With our project schedule,we have including an open cut tie-in to the existing Miami Beach developed a design/construction phasing plan in which 54-inch force main at Alton Road.This project was not the project is divided into interdependent design only intricately complex and risky, but was also driven by packages focused on alleviating design and permitting critical logistical timelines and exhaustive coordination schedule constraints,and expedite an early start of with all Federal,State and Regional Agencies. construction.The conceptual drawings provided with our,submittal,which the reader should refer to for a Our Design/Build Team brings to the table a unique more complete understanding of our project approach, combination of historical knowledge in the planning, demonstrate the concepts we foresee for the West permitting, design, risk management, and construction Avenue project. delivery of projects specifically for the City of Miami Beach. Our understanding on how to execute critical timelines of design and construction in that backdrop of residents and businesses who have a passionate N ASSOCIATION l tl;TN CITY OF MIAMI BEACH I RFP.2016-091-KB wtc Mqp COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS APPROACH&METHODOLOGY PLAN 52 Roadway Design/Construction for West provides a more standard road section than any of the Avenue and Bay Road other sections. We believe, because it is a more standard Based on our review of the four(4) proposed typical section and recognizable by the public,it may be less roadway sections of West Avenue we find that prone to vehicular,pedestrian and bicycle incidents.In each roadway section offers various benefits and addition,the wider section provides better traffic flow and disadvantages to traffic,safety and the environment. emergency responder access. The Bay Road cross sections offer few options for Challenges Despite this option's advantages,we modification,hence our Design/Build Team has followed have identified some disadvantage as well. The narrow the City's layouts provided in the DCP until further survey sidewalks and minimal open spaces will provide a and existing conditions information is available. more constrained pedestrian route with less flexibility Raising the Roadway Profile and Cross Section One for harmonization with private driveways and private of the most salient aspects derived from raising a street, pedestrian routes. As with most of the other options,the by 2 feet or so to an elevation of 3.7 NAVD,in a high reduced available parking may affect local business. density urban environment is the challenge associated Harmonizing the Roadway Cross Section with with defining a roadway cross section that will address Adjacent Properties the required level of service,and meet the needs of the When the preferred West Avenue Cross Section is community while properly harmonizing with adjacent selected by the City,the Ric-Man Design/Build Team will property elevations. engage immediately in determining the harmonization As the road is raised,both during construction and after requirements of the new roadway elevations,and completion,access to residences and businesses must be developing the site-specific design.Two of the key maintained in a way that it is not a detriment the adjacent elements to be addressed during the harmonization property owners. Given the myriad types of residential process are driveways and ADA compliance for sidewalks. and commercial property conditions,there is a wide range Based on our observations of the existing and of solutions for harmonization to address from regrading proposed roadway profile grade lines.we estimate the and paving portions of driveways,to providing retaining mean increase in the crown of road elevation will be walls/protective rails,to maintaining ADA accessibility approximately 1.6 feet. This will undoubtedly have a ramps. significant impact to the existing adjacent properties West Avenue Cross Section Selection Based on as many of them,including buildings,are only slightly our site visits, research, and more importantly our higher than the existing roadway elevations. Harmonizing discussions with residents and future stakeholders, driveways and walkways to provide a smooth,drivable, we recognize that the West Avenue stakeholders will and ADA pedestrian accessible transition between the have an influential part with final decisions regarding existing properties and the proposed roadway elevations the West Avenue infrastructure improvements.For this will be a challenging. reason,we have analyzed,in detail,the proposed typical Although we believe that harmonization between higher sections,and have provided our opinions(see Tab 1) roadways and adjacent properties is a large part of the regarding the advantages and disadvantages for each of success of this project,impoundment of stormwater the typical sections.We believe that with this information or flood plain encroachment by the roadway is equally an appealing typical section,which will likely be a critical. Stormwater runoff that will be proposed to slope combination of the Cross Section Options,selection can into the lower adjacent properties must be captured, be accomplished in an efficient and productive manner. treated and disposed prior to affecting these properties. The following is a summary of the Option 4 West Avenue cross section provided in our submittal,and required by We find that there will be two basic types of the City for inclusion in the submittal. harmonization,one that will require a designed slope downward to match the existing property's elevations Typical Section Option No. 4 and one that can be designed to slope upward to match Opportunities This option is nearly identical to Typical the existing property's elevations. Based on our Team's Section Option No.3 (see Tab 1),with the exception walkthroughs and site analysis,we find that there are less that it proposes narrower sidewalks,a wider bike path than 5%of existing properties that qualify as the latter without markers,and an east-side bicycle lane adjacent type of harmonization. All transitions for the first type of to vehicular traffic. It is our opinion that this option harmonization must be designed to conform to known IN ASSOCIAT ON WITH CITY OF MIAMI BEACH I RFP.2016-091-KB R�_"uN COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS APPROACH&METHODOLOGY PLAN 53 Department of Transportation standards for driveway drainage structure located at the intersection of 16th slopes and to conform to ADA minimum standards for Street and West Avenue.At this point,the trunk line is pedestrian access. upsized to a 60-inch diameter RCP continuing north to the intersection of West Avenue and Lincoln Road.At this Driveways Based on our numerous site visits and juncture,the trunk line extends west along Lincoln Road observations throughout the project neighborhood,we for approximately 350 feet,then is upsized to a 72-inch estimate that 90-95%of the properties consist of low- RCP at the intersection of Bay Road and Lincoln Road.The lying(below 37 NAVD)structures.The neighborhood final length of the 72-inch RCP pipeline discharges to the generally consists of a wide variety of low-to high- proposed Pump Station located at the west end of Lincoln rise condominiums,single family homes,townhomes, Road. restaurants,and retail and office buildings.The information provided in the DCP indicates that driveway The second trunk line,48-inch diameter RCP,begins at widths will be restricted or limited to specific widths as the intersection of West Avenue and 14th Terrace,and follows:11 feet for one way;22 feet for two way;40 feet extends west for approximately 350 feet to a proposed maximum for commercial,and no more than 50%of the connecting structure located at the intersection of property width for other properties. In accordance with the Bay Road and 14th Terrace.At this point,the trunk line DCP,we understand that driveway replacement materials extends north along Bay Road for approximately 1,650 within the ROW will consist of asphalt or concrete.Within feet,connecting to the proposed 72-inch trunk line at private properties, it will be necessary to obtain license the intersection of Bay Road and Lincoln Road,and agreements with the property owners prior to working then eventually discharging to the proposed Lincoln inside property. The owner will be advised that any Road Pump Station. In addition to the preceding major salvaged material will be stockpiled within their property stormwater pipe improvements,the proposed West for reuse. Avenue area drainage system improvements incorporate the following: ADA Accessible Ramps and Steps One of our goals for this project is to maintain the means of ingress and Approximately 500 feet of 48-inch RCP along egress not just for vehicles, but also for pedestrians. As various side streets our Team has accomplished in the past,and will continue Approximately 1,000 feet of 24-inch RCP to do for this project,we will perform the necessary site connecting catch basins to trunk lines reconnaissance to maintain the means of ingress and Additional treatment structure for the existing egress and design facilities to comply with ADA standards Pump Station located in the vicinity of Bay Road and and regulations. Flamingo Way St©rmwater System Modifications to existing gravity discharge During preparation for our proposal,we evaluated the structure,to operate as a weir,at Collins Canal proposed stormwater system improvements,as detailed in the DCP for Phase II,the conceptual drawings,and Material Standards The proposed pipe material for the design criteria to fully understand the design criteria and storm drainage system will be RCP,with precast concrete goals the City desires to achieve.The key design criteria connection structures in accordance with the City's Standard Technical Specifications.The City will also allow focuses on the positive,pumped drainage system with pipe slopes designed to provide a minimum velocity of polypropylene or PVC pipe for diameters 30 inches or 2 feet per second,based on pipes flowing full,utilizing less,with roundness testing after construction. Manning's equation,and"n value"of 0.012. Operation During Construction Each phase of The City proposes to replace the storm drainage the project will require unique operational needs and connections for uninterrupted operations during collection system with two(2)new trunk lines flowing construction.Following construction of north West to the proposed Pump Station on Lincoln Road.The Avenue,once the Lincoln Road Pump Station is southern end of the proposed system will tie into existing constructed,the existing drainage collection system could structure S2-232 at the intersection of West Avenue and 14th Street.The trunk line along West Avenue,starting at be connected to the Pump Station piping to reduce the the connection at 14th Street,will consist of approximately potential for flooding in the vicinity. 1,360 feet of 48-inch diameter reinforced concrete pipe(RCP).This trunk line will connect to a proposed IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB t4-t. C S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS APPROACH&METHODOLOGY PLAN 54 Stormwater Pump Station existing roadway prior to placement of fill for the raised The Lincoln Road Pump Station work comprises two storm roadway.With the raising of the roadway elevation, water pumps, including a third pump to act as redundancy and water mains,it is likely the majority of the pipeline and additional capacity,located within a below grade construction will be accomplished"in the dry",or above concrete structure.The work also includes trash racks, the groundwater table.This more favorable construction associated storm water treatment structures,wet well condition will facilitate installation and testing. structure,transmission pipes with formed suction inlets, In general,construction of the water system energy dissipater structure,manatee grates,and riprap improvements, both distribution and transmission piping, revetment within the Biscayne Bay.Ancillary to the pump may require dewatering,excavation and replacement station will be the full reconstruction and raising of Lincoln where required with select material,sheet piling or Road.The work also entails connecting the proposed special shoring for difficult installations,and protection 72 inch high trunk line to the new Pump Station.The new or relocation of other utilities during construction. Pump Station will consider the required design criteria set Construction activities for the water mains will require forth by the City in DCP.One of the main concerns will be carefully planned sequencing of the work to allow the effects of scouring created by the discharge velocities seamless transition of connections from existing water of the proposed pump station,which will be addressed by mains to the new water mains,and provide uninterrupted incorporating an energy dissipating structure to adjacent water service to the City's customers. to the seawall prior to discharge into the Biscayne Bay. Gravity Sewer Improvements Water Main Improvements The City proposes to replace the gravity sewers within The City proposes to replace a number of water mains the project site,typically vitreous clay gravity sewers that within the project site,water mains that have reached their have reached their useful life where the pipe condition useful life,are undersized for future City needs,or the has deteriorated resulting from failure of the clay pipe pipe condition has deteriorated resulting from corrosive resulting in excessive infiltration due high groundwater soils and groundwater or stray currents.Along with the levels.Commensurate with the gravity sewer replacement, new water mains, upsized for improved fire flows and the diameter of the proposed sewers will be increased overall water service, new fire hydrants,and new water for greater flow capacity.The larger sewer pipe facilitates and fire services to the property line and new meters will the city's desire to raise,where feasible,the elevation be installed. of the sewers reducing excavation for pipe installation, The City also requires the replacement of a primary depth of structures,and reducing the hydraulic head of transmission main located within the project area.The groundwater on the pipe joints.Along with the new gravity existing 20-inch transmission main to be replaced sewers,upsized for overall service capacity improvement, connects to Miami Dade County water transmission new sewer services to the property line will be installed. mains in Venetian Causeway and MacArthur Causeway,a New service laterals will help in reducing groundwater key element of the City's water system "backbone".The infiltration. transmission main extends along Bay Road,15th Street, In general,the City is proposing to install new PVC gravity and West Avenue. sewer pipe, at improved elevations,with new service In general,the City is proposing to install new 12-inch laterals,and manhole structures with corrosion protective ductile iron pipe(DIP)water mains to replace existing coatings,and improved resilient joint seals.Even with the water mains.To facilitate construction in difficult and raising of the roadway elevation, it is likely the majority of constricted areas,the City will allow installation of two the gravity sewer pipe construction will be accomplished 8-inch DIP water mains instead of the single 12-inch "in the wet",or generally below the groundwater table. DIP. Preliminary layouts of the proposed water mains Although the possibility of slightly raising the gravity developed by the Design/Build Team indicate that the sewer elevation exists,it is improbable that it would result water mains will general y follow the alignment presented in drier excavation conditions.Typically,construction in the DCP with minor re-alignments. In our initial planning of the gravity sewer will require bypass pumping to by the Design/Build Team,we anticipate that the water maintain sewer system operations,dewatering,excavation main installation may precede other utility work,and and replacement where required with select material, constructed at a depth based upon the final elevation sheet piling or special shoring for difficult installations, of the raised roadways.Consequently,the new water and protection or relocation of other utilities during main might be installed at a shallow depth within the construction.The existing subsurface muck layer within IN ASSOCIA f ION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB N��q� c®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS ®®s ��er,,F IC.: APPROACH&METHODOLOGY PLAN 55 the project site will complicate excavation for pipe road area with no step up or down for access to the installation, as the muck requires removal below the pipe walkway. invert,and replacement of proper backfill materials. Dewatering Utility Conflicts The Ric-Man Design/Build Team expects to perform the Mitigation of and minimizing utility conflicts is a typical majority of the sanitary sewer and drainage work in the challenge in infrastructure design and construction wet.Water levels vary from-1.5 to+1.5 feet NAVD and are projects, particularly in key roadways with complex subject to Biscayne Bay fluctuations.The pump station drainage systems and other large-sized utilities. at the end of Lincoln road will be constructed in the dry Identifying and addressing utility conflicts and conducting with the use of tremie sealed cofferdams thus allowing early meetings with franchise and municipal utilities during for a water tight installation.Geotechnical information the design phase allows for proactive resolution and will be accumulated via additional borings and a formal adaptable solutions that help avoid conflicts and delays dewatering plan provided to account for key factors such during construction. For the initial steps of the design as permeability,confirmation of water fluctuation levels, effort,the Design/Build Team has planned a subsurface corrosiveness of the soil and groundwater as we finalize utility exploration(SUE) program,and this combined with the overall plan for the work and obtain the necessary utility field marking data and detailed research of record permits. drawings will provide a database of the project site utilities.This will allow the team to minimize the possibility The overall dewatering approach will be configured for of a pipeline conflict with a utility.The following table the specific tasks and in accordance with the required provides a small snapshot of the probable utility conflicts permit limiting conditions.Sufficient pumping equipment that demonstrates the level of detail the Team has including diesel driven, and/or electric pumps in sufficient undertaken to identify potential problems. capacities will be on hand.The combination of well points and submersible pumping systems with proper Lincoln Road Seawall/Bulkhead portable settlement devices such as sediment tanks to Improvements filter out sand and fine soil particles and other methods The DCP outlines bulkhead improvements along the of protection of the bay via turbidity curtains with full approximately 100 linear feet of bulkhead at the west end monitoring with reporting will be utilized on this project. of Lincoln Road. The improvements are in close proximity to a proposed dissipation box that will discharge the De-Mucking outfalls from the pumps at a lower velocity.The existing The dewatering of pipe trenches will be assisted with sheet piling that was installed in 2010 time-frame will be shoring systems configured to prevent the muck layer, evaluated for reuse. located approximately-4.5 to-9.5 feet NAVD,from infiltrating a pipeline under construction.A geotechnical Baywalk Improvements analysis will be performed, pre-construction by taking The general configuration and proposed layout is outlined borings at strategic locations and analyzing the results for in the DCP.The structural configuration will consist of determining the suitability of the insitu-soils for backfill. concrete piles supporting concrete caps and a precast Construction will also be based on invert elevations of the slab.The slabs will be connected to the caps with piping system in relation to the muck layer in support of secondary concrete placements and a decking system determining work methods for ensuring proper bedding will be constructed on top of the slabs to provide a utility and stabilization of the respective pipeline occurs. chase system for the utility distribution. Based on previous local experience,the deck could be fiberglass grating to The highly compressive nature of the muck layer does not facilitate light penetration for seagrass beds. lend itself to a proper bedding environment for the pipe systems defined in the DCP.Solutions will be established Construction of the Baywalk will be performed from depending upon the alignment and elevation of the new Biscayne Bay utilizing a barge mounted crane with spuds piping system, up to and including undercutting and for positioning and all material supplied from barges removal of all or portions of the muck material.Backfilling thereby negating impacts to the traveling public and with suitable material or stone,consolidation and/or residents of Lincoln Avenue.The 15-foot wide,325-foot compaction techniques and/or re-routing of the pipe long promenade will be constructed of pre-cast sidewalk below or around the muck layer to ensure proper bedding supported on concrete pile bents approximately 20 feet support will be required. Removed muck will be properly apart.The transitions or abutments at the street access loaded and transported to prevent leakage to a licensed points will be a seamless transition level to the finished landfill for proper disposal. IN ASSOCIATION MISS CITY OF MIAMI BEACH I RFP.2016-091-KB l :� COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS APPROACH&METHODOLOGY PLAN 56 Sequencing of Construction Activities station will also be completed by the same 2017 Holiday Benefiting the Neighborhood Season.The construction of the water mains and the The Ric-Man Design/Build Team will, immediately upon sanitary sewers will be accomplished with minimal traffic award of the contract by the City,commence collaborative closures using a"Rolling MOT"that is deployed daily, activities with the City to gather Public Input and morning to evening,and retrieved daily every night.This acceptance of a final Roadway Design Concept,finalize MOT approach results in minimum impacts to evening on- design and prepare permit documents,initiate utility street parking which is vital to residential areas that have coordination/relocation,and purchase long lead items. limited off-street parking,and for business that rely on on- The Team's approach is to work concurrently on each street customer parking. facet of design and permitting,and initiate construction Following construction of water mains and sanitary sewers of each phase/section as it completes permitting process. and placement into service,the City,with assistance of This allows for the highest expediency in construction the Design/Build Team,will have completed the Public completion and therefore lowest impact to the community. Process for selection of the preferred West Avenue The proposed schedule assumes a NTP1 date of April 4, roadway cross section.During this period,the Design/ 2017.If this is attained,the Ric-Man Team forecasts that Build Team will have advanced the design and permitting the water main and sanitary sewer work can be completed for storm drainage and roadway construction components and placed into service before the 2017 Holiday Season. (sidewalks, landscaping,lighting and signalization).This In addition,as proposed,the Lincoln Road seawall and second phase of the project construction is the heavier, the structural/civil components of the Lincoln Road Pump more impactful activity,and includes the storm drainage, traffic signal,street lighting,sidewalks and roadway. ."--. ' '. , This phase of the construction work entails continuous • - a -.:4 . . , 1-4 - ` roadway lane closures over the period of several weeks I. le -71 f , 1 - .I '"' for each roadway segment.Roadway segments are r defined in accordance with the DCP and result in short E s --- ;' 11.. r.� enough segments that allow for highly reduced impacts , _ `` �,� ice „ to traffic and parking.Roadway construction segments .„ a �catrl-Rd-,# are also limited to one side of the roadway at a time for --, West Avenue and Bay Road,to allow for continuous north/ 1 south traffic flow for vehicles/pedestrians and bicyclists. ra LL -,,_ This second phase of construction will be initiated after " 4 the 2017 Holiday Season at the north end of the project t f ,1I (Lincoln Road and Lincoln Court)and progress to the south end of the project(14th Street).This approach -St . provides for the early completion of Lincoln Road Pump di 1, �, lim 1 Station,in accordance with the DCP. , 7.- -p 1 It is the Team's intention to halt all heavy construction i;." € 1'5ti Terrace- 11 }i during the 2017 and 2018 Holiday Seasons(Thanksgiving ' 0 '" to New Years' Day) in order to provide the Neighborhood ` ' ' - - 'O with relief from construction impacts,and to support an to _ O ' "; acceptable living environment during these seasons. --A7',-„..4„,,., -- - `7-�— a---.4x5tt 'la £;1 The Ric-Man Design/Build Team's over all schedule fully _ � r4-0 rµ' meets and actually improves the required completion RC I I ix deadlines of the City's project as follows: ' : -laming-3-JVay .A. .'£' av >> Substantial Completion 1 is reached in 724 days(6 IP lokii Y 1, s 4t �-Gt F days in advance) • ,r : 114th-Terrae� »Substation Completion 2 is reached in 113 days @„ w ''� (63 days in advance) Oy >� Substantial Completion 3 is reached in 64 days df,' lt4ttr-St (26 days in advance) __ IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB rW-'114v_' COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS wxxiirtnc APPROACH&METHODOLOGY PLAN 57 Maintenance of Traffic Planning ..-. The Ric-Man Design/Build Team also understands this Safety and Mitigating Inconveniences project will affect ongoing and future committed projects As previously discussed and for purposes of the MOT within the City and project area including the West planning,the project area includes West Avenue from Avenue Improvement Project south of the West Avenue 14th Street to north of Lincoln Road;Bay Road from 14th Phase II project. Street to Collins Canal;connecting side streets west The MOT plans will also be coordinated with Miami-Dade of Alton Road between 14th Street and Lincoln Road, County Transit,FDOT,Miami-Dade County Traffic,City including Lincoln Road and Lincoln Court.Alton Court Fire District,City School District,City Police Department, will require transitions to the reconstructed side streets and City Traffic,Parking,Trolley,and other relevant as well as reconstruction of the east side of the roadway project stakeholders.We will especially coordinate with between 16th Street and Lincoln Road due to adjacent adjacent property owners in maintaining ingress and developments. The west side of the alley within this egress to properties,including businesses and access for section will be harmonized to match the existing grade. emergency vehicles.We understand construction activity The Ric-Man Design/Build Team is well experienced periods will follow: working in Miami Beach,and we are very aware of the Construction work hours: importance of public involvement and keeping the public Monday-Friday from 8:00 am to 6:00 pm except informed of construction impacts during each phase for holidays and event days of construction. With staff certified in Advanced Work Zone Traffic Control,we have the knowledge to develop Additional temporary lane closures will occur during non- our MOT to minimize delays, provide a safe roadway peak hours: for vehicles, bicyclists and pedestrians,provide a safe » Monday-Friday from 10:00 am to 4:00 pm except work zone for the construction workers,as well as to for holidays and event days allow access to adjacent properties during the duration Parking within the City is at a premium. During of the project.For the project,we will produce a MOT construction,our Team will seek to minimize impacts to plan consisting of general notes, phasing notes,typical parking as much as possible.Overnight parking within the sections, phasing plans,and special details. Construction work zone can be accommodated, as long as safety is not activities affecting sidewalks and/or pedestrian an issue and the vehicle is removed the following morning crossings will include a Pedestrian Traffic Control Plan no later than the start of construction. complying with FDOT Index 600 and 660. Accessibility considerations will be addressed. The plan will be Since selection of the preferred West Avenue cross developed utilizing the latest Manual on Uniform Traffic section for West Avenue by the City will require Control Devices(MUTCD)Typical Applications(TA)and coordination with the City,adjacent property owners, the FDOT 600 Series Standard Indices where applicable. WAVNA,as well as approvals from the City and Miami- Dade County,the Team proposes to begin construction immediately by installing water mains, followed by sanitary sewer installation.These �; utility components will be constructed using short term road closures while maintaining ;; { ' access for local traffic only and to adjacent -11;:r properties.Once these utilities are completed, ;. f the roadway reconstruction sequence will `'� commence. This includes reconstruction of K . " '�' - x the roadways,new roadway profile grade ` i line,harmonization at private property,new - sA drainage, new lighting, new signals, new --.. Via. F ' 1 conduits for future City use,signing and _ "' # "� ' pavement marking,and landscaping. This - early,utility construction approach allows ample time for the West Avenue typical V ! roadway cross section to go through the w. ._.,R._ :_ necessary coordination and approval process without impacting the project schedule. IN ASSOCIATION WITS CITY OF MIAMI BEACH I RFP.2016-091-KB g+�bay DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS `°"' " C®S APPROACH&METHODOLOGY PLAN 58 Water Main Installation MOT Water main construction has been sequenced into 12 phases and six segments,and includes tie-ins to existing Segment 2,Phase 6 will begin on West Avenue at 15th water mains,new water mains,fire hydrants,water and Street and head northward to 16th Street. One lane fire services,and testing and approvals as required. In will remain open and access to all properties will be Segment 1,the Phase 1 the water main construction will maintained.Phase 7 will continue water main construction begin along the west side of West Avenue,starting at along West Avenue northward to the tie-in at Lincoln the tie-in at 14th Street.Construction will then continue Road.Once the entire segment is flushed,tested,and northward to 15th Street. Phase 2 will include the approved,a partial clearance for this segment will then water main along 15th Street from Alton Road to Bay be acquired.This process will continue with the phasing Road. Phases 3 through 5 will complete the water scheme shown in the figure. main construction along Bay Road. Once the segment is flushed,tested,and approved,a partial clearance for West Ave North wATERtivlrCONSTRUCTION this segment will then be acquired. We do not anticipate Segment 1 0 Ph 1 West Ave from 14th St to 15th St(one lane open) impacts to the travel lanes along Alton Road except during ph215thstfrom Alton Rdt°West Ave Phase 2,which will require FDOT coordination. Access :17.Ph 215th St from West Ave to Bay Rcad to Alton Court and adjacent properties will be maintained. Ph3Bay Rdfroml5thStto 16th St(one lane open) The water main will be constructed and the roadway S Ph4Bay Rdfrom 16thStreet toLincoln Rd(one lane open) restored and opened to traffic. /Ph 5 Bay Rd from Lincoln Rd to Collins Canal(one lane open) Segment 2 0 Ph 6 West Ave from 15th St to 16th St(one lane open) 60 Ph 7 modest Ave from 16th St to Lincoln Rd(one lane open) Segment 3 0 Ph S 14th Ct from Alton°to West Ave di Ph S Flamingo Way from West Ave to Bay Rd P Ph B Bay Rd from Flamingo way to 15th St(cne lane open) h. Segment4 s .q S Ph 1015 Terr from Alton Rd tc West Ave ' , Ph 10 15 Terr from West Ave to Alton Rd . les = `' Segment 5 f . , lr Ph 11 16th Street from Alton Rd to West Ave -' • ,e-.:',., :,.... /4.-1,.. 44(1 r Ph 11 16th Street from West Ave to Bay Rd .f .-,i:‘-4:k.„., ria `�� : Segment 6 i c-..'1.-,:.e. � 3'� - 'P Ph 12 Alton Court from 16th St to Lincoln Rd #, ± ---;„ ' t -_--47---- ; 1",.,r�.t max` + ji . • { j* t -- 11- \' N` a — t„ s-' ti - \ , a. 40 . � - - y tf ) __,.._ ti i .114.111„1:1:.• 1 1@ .v & i . EI .x'e>i liii I '''.71',4, a 1-, , ,• �1 ` /'---r--, -- -—1".�. .r.•...:_,a ' t sem. _ °” r t s ., „:� �..... 'a ti 0 dit, '.., . a '4„,. : Nt,..„tE i , ., 11,:i . ., -k-, , - J. ... li , jisk*?$ l'' am v; flr • .,-.. a„. w . I. b • - " ,3 4. tot,'- iG'9 Imo? ° KCk : s"'e ,pI G"'"� 1.14i., 1` , 6 I xsg i a 4 -• a v_ t __ VIII. r " 3 n y > I'' n4 ,' _- of .,e-,� .,.' 'x _ _-,>r y ',"-' S'—` .611 is —'T'"' � r'- i"-'a A = :---ei r� )g 31. "'^"4TH ,. r''',-.7- '''a s. --, $ 1 I Ili 4 t,7^ t N • t5�,22tif ,. .„ ,�„ ? c,+,. c"� ,— : �, ,;-.0-::,--;-1 t .-..�� oar i CITY OF MIAMI BEACH I RFP.2016-091-KB _ "ASSOCIATION WITH :Rio-�,y C®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS �M'����' APPROACH& METHODOLOGY PLAN 59 Sanitary Sewer Installation MOT The sanitary sewer construction will begin after the completion of the water main construction. The construction sequence has 11 Phases and 11 segments and includes the tie-ins to existing manholes, new manholes,sanitary sewers,sanitary services, West Ave North SANITARY SEWER CONSTRUCTION and testing and approvals as required. The Phase 1 sanitary Segment Ph 1 West Ave 14th St to 15th Ct SB Open sewer construction will commence at the downstream tie-in at Segment 2 14th Street and West Avenue. Construction will progress in an 0 Ph 215th St Alton Ct to West Ave upstream direction (northerly)to the terminal manhole just south 01/Ph 215th St West Ave to Bay Rd Segment 3 of 15th Street. The 14th Street sanitary sewer will be completed, !Ph 3 Bay Rd from 15th St to 15th St(one lane open) the system will be tested and approved,and then the roadway if Ph 3A 16th St from Bay Rd toWestAve will be restored and opened to traffic. 9 Ph3Bltthstfrom Wert Ave teAlton Ct Segment 4 ♦Ph 415th St from Bay Road to end In Phase 2,the construction will begin on 15th Street and Segments Alton Court and extend west to to Bay Road (keeping at least #Ph5Lincoln Ter from Bay Rdtoend one lane open on West Avenue). Phase 3 will construct the Segments S Ph 6 Bay Rd from S of Lincoln Rd tot-5th St new sanitary sewer northward along Bay Road to 16th Street, Segment? keeping one lane open and maintaining access to the adjacent /Ph 7 West Ave from S of Lincoln Rd to leth(one lane open) properties. The sanitary sewer will be constructed,the roadway segment8 5 Ph 8 Lincoln Ct from Lincoln Rd to Collins Canal restored,and opened to traffic. The construction will continue Segment as per the phasing scheme shown. 9 Ph5Bay Rdfrom Lincoln Rdto.Collins Canal(one lane open) Segment 10 'Ph 10 Lincoln Rd from Alton Ct to West Ave(two lanes open) Ph 10A Lincoln Rd from West Ave to Bay Rd(two lanes open) Ph 108 Lincoln Rd from Bay Rd to end(two lanes open) '14-1 • ( " � I. Segment 11 13 i % 5 Ph 11 Alton it Lincoln Rd to 16th St t s j err , �,� 't Yt "� i t i , .- i •ll"..l '.; ' ..-t;ll ---i--,. '---- . S. '''' '''''-' ........ 1 ---''r A, - . ‘ . .....; :- , -_.-._„,_4„ ...,-t,, r_ 1 1: . ,c,„„,7, ,,,,, i x r -r•-"'""''''',E_ '-. — 1 ) ,..! '.- 2. \3- `t. 4.4L-t;a+^_`'1 3 .,:"'"•1,11-- y, ''-"" - i R 'a r-Y Jf ,� c P #may � � ,�, •. ik--` fir•~ -'41•47.;1,:.---- -'" -u'1.,;'..:- --A__ -- "'� _— •i,•gv ,�^ 1. � ".t t l' � .i' r ` ! T - It = ` a a l+ iF � `! k t � ' q '� rI € , _ ' a fir` 'iti'''.71 -1 ''"r' 1,,71111, '21 1'':*'1PC:if li * 1;1:::110 Ailf:; '''T[4: 4.1,,a'mlt.;.:'--1 ' Sh.l: ,, '1'74 11 1::i4r-fli:A,. li ' .* -Esti t. 1 J� `r �';; - �• -,?'-`° 4.,,,,,,,.„.,,_ �•�y� ,�° 1 j� � , mow)F'.� r u ` � �f ,.iii rg � � ri4 (. ._-". I _7 YI t ` F ®)1 I ;;� "'till 5. I ' t•a„d P`,1t- .ii `i iof . 1 "^ t F) 6 c = '..°ri! �-- .aiL �` 'S�' .y s.r s„1 ri"'°ffiss " ......a.,,a "-" .,.—:H^e"e. -' - ..s�:--. .ter. ,.„--1::-.,:d. ,, �, �- ,74.• "'- ��,„.. ;.w� - ,,,.._ Cfeli . IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB /a c—M CAS SERVICES FOR WEST AVENUE IMPROVEMENTS '`°" 0'm`'' APPROACH&METHODOLOGY PLAN GO Roadway and Stormwater Installation MOT The roadway reconstruction will continue as per the This Roadway Construction sequence has 9 Phases and phasing scheme shown.Typically,construction will be 9 Segments.The construction includes roadway tie-ins completed up to the asphalt structural course. The last at the project limits,reconstruction of the roadways in part of the roadway construction sequence will include accordance with the approved typical roadway cross the final lift of asphalt and final pavement markings sections, new profile grade line,harmonization at private throughout the project.This approach will allow for punch property, new drainage, new lighting, new signals, new list items from the roadway reconstruction,drainage, conduits for future City use,signing and pavement harmonization, landscaping,lighting,signing,and other marking,and landscaping. Phase 1 will start the Lincoln items to be completed without leaving patches in the new Road Pump Station construction,and reconstruction of asphalt.The final lift of asphalt and pavement markings Lincoln Road from Bay Road to the pump station. The will be completed using moving operations per FDOT north side of the road will be constructed first,allowing index. for access to the condominiums,the south side will then be constructed. During Phase 2,the north side of Lincoln Road will be constructed from Bay Road to West Avenue, also,the east side of Lincoln Court(north of Lincoln Road)will be constructed. Once the initial phases are completed,the MOT will be modified and the other side of the roadways will be constructed. One lane will remain open on Lincoln Court during both phases,and two lanes will remain open on Lincoln Road during both phases, in accordance with the DCP requirements. Once Phase 2A is completed on Lincoln Road,then the MOT will be shifted back to the north side of Lincoln Road for Phase 2B to construct the bulb-outs only,this is further discussed in detail below.Access to private properties and businesses will be maintained during construction.Construction will be completed up to the structural course of asphalt,temporary markings will be placed,and the roadways will be opened for traffic. IN ASSOCIATION NITH CITY OF MIAMI BEACH I RFP.2016-091-KB +�IYigp S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS ","�"` Cg 61 APPROACH&METHODOLOGY PLAN Roadway and Stormwater Installation MOT -7i\ • • '' :',:i113.---:2-:,,,,..'„is.....----, '''''. ........,,,...;...:-4C-:11„.,--„. .:, #' 1._„..:: vt sT q.! -.�', . i# - . 1 L,, y • 1- < ill ", �, iE s. 4" • rf i .r+ ;f -0„,:. 41 -t b. -0-4..--.. '.1,-?....(Y:".-L.,:l._- - -,.., -,. . ,. . i i ,haw' 1 I fAsi, �"� r 14. M ; , ' "e "w mac .'= "-tea�s _y �,ux. �<=�.,5, mos• .ry • a.' e r+ �..,'t' ..4,-,1.--- -- 1. __'T i tl Y7 '.i y _� -va West Ave North ROADWAY CONSTRUCTION Segment 1 Segment 6 r PH 1 Lincoln Rd(N)from Say Rd to Pump Station(two lanes open) Ph 6 16th St from Bay Rd to end PH 1A Lincoln Rd(5)from Bay Rd to Pump Station(two lanes open) 0 Ph 6 Bay Rd(E)from 13th St to 14th St(one lane open) Segment 2 1'7 Ph 64 Bay Rd(WI from 15th St to 14th St(one lane open) if PH 2 Lincoln Ct(E)north of Lincoln Rd Cone lane open) 0 Ph 68 Bay Rd(E)from 15th St to 14th St(Bulb-outs)(one lane open) PH 2A Lincoln Ct(')north of Lincoln Rd(one lane open) Segment 7 0 Ph 2 Lincoln Rd(N)from Bay Rd to West Ave(two lanes open) Ph 7 West Ave(W)from Lincoln Rd to south of 16th St(ane lane open) Ph2A Lincoln Rd CS)from Bay Rd to Hest Ave(two Lanes open Ph 4 West Ave(E)from Lincoln Rd to south of 16th St(one lane open) Ph 231 incoln Rd N)from Bay Rd to West Ave(Bulb-outs)(two lanes open) L•' Ph 7 16th St from Alton to West Ave Segment 3 Ph 716th St from West Ave to Bay Rd /Ph 3 Lincoln Rd(N)from West Ave to Alton Rd(two lanes open) ;„ Segment 3 f2 Ph 3A Lincoln Rd(S)from West Ave to Alton Rd(two lanes open) i Ph 33 Lincoln Rd(N)from West Ave to Alton Rd(Bulb-outs)(two lanes open) / Ph 3 West Ave(WI from south of 15th St to south of 16th St(one lane open) /Ph 3 Bay Rd('1)north of Lincoln Rd(one lane open) Ph 34 West Ave(E)from south of 15th St to south of 16th St(one lane open) Ph 34 Bay Rd(B north of Lincoln Rd(one lane open) 0 Ph 315th Ter from Alton to'Nest Ave Segment 4 0 PH 815th Ter from West Ave to Bay Rd Ph 4 Alton Ct from 15th St to Lincoln Rd 0 PH 815th St from West Ave to Bay Rd f Ph 4 Bay Rd('t)from Lincoln Rd to south of 16th St(one lane open) 0 PH 8 15th St from Alton Rd to West Ave i Ph 44 Bay Rd(E)from Lincoln Rd to south cf 16th St Cone lane open) Segment 9 0 Ph 43 Bay Rd(W)from Lincoln Rd to south of 16th St(Bulb-outs)(one lane... 0 Ph 9 West Ave(WI from south of 15th St to 14th St(one lane open) Segment 5 0 Ph 9A West Ave(E)fromsouth of 15th St to 14th St(one lane open) iff Ph 5 Lincoln Terrace from Bay Rd to end v Ph 9 14th Ct from Alton to West Ave 0 Ph 5 Bay Rd(N)from south of 16th St to 15th St(cne lane open) PH 914th Ter from West Ave to Bay Rd 0 PH 5A Bay Rd(E)from south of 16th St to 15th St(one lane open) PH 9 Flamingo Way from West Ave to Bay Rd 0 Ph 5B Bay Rd(W)from south of 16th St to 15th St(Bulb-outs)(one lane open) IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KBatc-MA— DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS 62 APPROACH& METHODOLOGY PLAN Side Street and Bay Road Installation MOT Construction along the side streets will require closing the side street to all but local traffic.The side street traffic will be detoured to the open side streets north and/or south of the street under construction. Access will be maintained with adjacent property owners. 1 bEiE. . : =- - - _ 4. -,_ r t > H '. , ,XOAO QOS ''" ? a � • ano130 . gx. R .I.4_...,,..,. &1 7 t �,.'--IT.,. eel { ..,:----74,77;, ',7--1,',1 t ,-41-1-'• fir" -t , ,.. .... .,,,T,417,--:„. s pf { .^xit •'2a: fig+` f "'c.Y ` ' $ ;`...- ...,_r1 I , .„ '�" - . ..sem?' f ... .� fid. sMkg`;' _ fi Typical Bay Road Detour 1 Ter ♦ r ax k_ t„,„„...s -a imam';„,,illi i ',` .,u ,._.x ;,t * t �, �"� vav rnl / I 'iIi v,.4 lc �.,�. . - , ,, .,.,, LI, E r • • r' .s 1 — to o f`I ai..+l 1 -L' 77. r DETOUR e.�� s,lam .A .} TAP v' WI' 5i Typical Side Street Datour-Near Alton Road sr ','w' - .rsz. - _ 4--p7,,,,,,-:, , ---- 4 - , E-dam =:— Typical Side Street Detour N AS)CTATION WIiN 10:11044A1 6IMC.' COS CITY OF MIAMI BEACH I RFP.2016 091-KB • DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS APPROACH&METHODOLOGY PLAN 63 Bay Road Each segment of Bay Road will require three phases of construction. The proposed roadway width for this typical section does not allow for a lane to remain open during the west side reconstruction if the east side bulb-outs have been constructed.Therefore,the east side will initially be constructed without bulb-outs,the west side will be reconstructed completely,then the east side will have the bulb-outs installed,thereby completing the reconstruction of the segment.The MOT will progress southerly along Bay Road, keeping one lane open at all times as specified in the DCP,other side streets will be constructed concurrently. 8' 7.5`+ 2' 5' 12.5' 12.5' 5' 2' 7.5± 8' , SWK PKG LANE �I LANE PKG SWK w (1 A Z ? X11 lir\ -' V U I • I [` LA10' 5'NE 14 I' cc 32.5'± WORK ZONE I11ITEMP. I BARRIER T ---r1—` –`_ _ l _ - -- . _ _ _ `i 7--1 -C TYPICAL SECTION - BAY ROAD (14th TO LINCOLN Rd.) (LOOKING NORTH) .WWYWOW.W......s."Y s. .r ....:✓.i4W..... ........../Y1J.....%Hf/fflW.444~~~~~~~~~~~~~~~~~~~~~~~~~444~~~~~~/~Y/( 9////,%ff/%/!L{uJb%/J/- 8' 7.5' 2' 5' 12.5' 12.5' 5' y 2' 7.5'.±- 8' SWK PKG LANE I LANE PKG SWK Lu n A w ? �y i1r\ z —' i V U I 37.5'± WORK ZONE 5' . /O' a cc i I LANE I TEMP. BARRIER __ iI T L �— __-T-7-_ =_- .===-_—— — — - TYPICAL SECTION - BAY ROAD (14th TO LINCOLN Rd.) (LOOKING NORTH) IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB s%c MAk CE--5 SERVICES FOR WEST AVENUE IMPROVEMENTS CONSTV,In. APPROACH& METHODOLOGY PLAN 64 West Avenue Installation MOT Road west to the Bay,Lincoln Road will be closed to all Once the West Avenue typical cross section has been but local traffic in order to construct the stormwater pump approved by the City,a segment of the east side of West station,the Baywalk,and to reconstruct the roadway. Avenue will be reconstructed from Lincoln Road to south The remainder of Lincoln Road will be constructed of 16th Street,while maintaining a south bound lane on maintaining two lanes of traffic,as specified in the the west side. The traffic for north bound West Avenue DCP. There are two typical sections for this segment of will be detoured onto Alton Road. Lincoln Road between Bay Road and Alton Road,both Construction phasing along West Avenue will continue sections are two-(2)through lanes divided with a raised in a southward progression.First the east side of West median,reverse angled parking and sidewalks. In order Avenue to south of 15th Street will be reconstructed, to construct these segments the MOT will require three keeping at least one south bound lane open.Once phases to complete the reconstruction due to the bulb- completed,then Phase 8 will reconstruct the west side of outs for the angled parking.The initial MOT phase will the same segment of West Avenue.Traffic adjacent to this build the north side of the segment without the bulb-outs segment will be maintained on the newly reconstructed while maintaining two lanes of traffic on the south side. portion allowing for two-way traffic. The subsequent MOT phase will reconstruct the south side including the bulb-outs,while maintain two lanes The roadway construction for West Avenue will continue of traffic on the north side.The third MOT phase will on a southerly progression,first the east side followed by construct the bulb-outs on the north side and thereby the west until completed to the 14th Street limit.Lincoln complete the reconstruction of that segment of Lincoln Road will be constructed in an earlier phase. From Bay Road. .7,✓%N/,%f///V4 i%! .0,/,.'f//4S%/Lh.ZWe'11..,.,/1... ./H+:'NI./////{.,{/,/{.f4.Jl.,A,/,//:.4.41/rI„,,Oifl{+(51.4%A.5/{l.!//f/ ,...7J t'/,;f?a,;%.:%1fr.Y."-7/I..e.:2 ,:,.b,,,,,,.'/.- 9i%1M/4, {f/fi'i.'el%f/f//Jff1/'/l i,e-Wil.'v —',,ki 8' 2' 10' 10' 2' 10' 10' 8' . 2' . 8' 1 a SINK PARKING LANE LANE LANE PARKING SWK W W Z '11( t 1Z I J I C 25'x- WORK ZONE I 7' I ccf TEMP. iv— 1 BARRIER L — — — _ TYPICAL SECTION - WEST AVE (LOOKING NORTH) IN.,SSOOATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB .�...__ .�`�” cox *16-:444k C®S __._ ai,Ft,na DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS __Kna- APPROACH& METHODOLOGY PLAN 65 Temporary Signal Plans signal plan is needed.The temporary signal plan Maintenance of traffic plans describe the traffic controls describes the adjustments that must be made to the to be used for facilitating vehicular and pedestrian existing signal in order to provide adequate signal control traffic through temporary traffic control zones.When during the temporary traffic control operations.The the temporary traffic control zone affects traffic flow at a following signalized intersections may require temporary signalized intersection,and the existing signal operation modification to accommodate new lane assignments and/or configuration does not provide adequate traffic associated with the temporary traffic control. control for the affected intersection,then a temporary INTERSECTION I ID# TYPE OF SIGNAL TYPE OF DETECTION West Ave and 15th/2812 Mast Arm Loop West Ave and 16th/6713 Mast Arm Loop West Ave and Lincoln Rd/3611 Mast Arm Loop Alton Road and 15th/2644 Mast Arm Loop Alton Road and 16th/2645 Mast Arm Loop Alton Rd and Lincoln Rd/2646 Mast Arm Loop rHfi.'/.'/,`Yd'.Y1Ir//r%11/J.%//.?/•YI.d.L..=::>r/./.lJ//1/!//,II,UJhYNrfYJ,%"J.'ff/f./.!/l•:%55%11:'✓/}y/f/.>Jl,'1JJ/r.:l!//!!fU.+f/.rt%!/ff/frJ/i%/./•'lL,%Nfi/ /l:%1.9:% APPROACH&METHODOLOGY PLAN 66 2 /1 UTILITY COORDINATION alignment of the new water,sewer,and drainage systems. The Team has already conducted extensive underground The Proposer shall describe the efforts involved utility research of the project area and reviewed this in coordinating with all utilities including but not information with respective stakeholders through field limited to Florida Power and Light(FPL), AT&T assessments and as-builts.The Design ticket process and Atlantic Broadband(ABB). ��....yy/,y///yp/�y.......YN/...„/N.%/l/N/////N//.„,„////J//L�..../..„.,,,,/.U`✓/lam was utilized to obtain available information from utilities Relying on the Ric-Man Design/Build Teams' collective located within the project corridor(s).This information experience in the region and hands-on knowledge was further updated from the City's DCP,and provided particularly associated to infrastructure improvements on our submittal drawings.We know this initial effort was within the City of Miami Beach,we find that proactive critical to our project understanding,not just for avoiding utility coordination plays a critical role in completing a potential conflicts,but to establish construction phasing, project successfully.Conflicts with utilities not only affect address logistics,maintain timelines of production,and project costs,they also have a direct impact in the project offer infrastructure solutions to mitigate impacts and risk. timeline,and generate the inconvenience of longer In addition,the Team will conduct subsurface utility construction activity for residents and businesses in the exploration early in the design phase,and meet with utility vicinity,and can disrupt essential services to the public. companies to review the developing design plans,and As such, early collaborative coordination with utility discuss utility coordination details.Vacuum excavations owners,accurate determination of utility locations, of potential locations of utility conflict will be performed and identifying potential conflicts is essential.With our to verify depth,size,and vertical and horizontal location combined engineering and construction experience in of the utility conflict.Potential conflict locations,once design/build of neighborhood infrastructure projects,and configured,will be assessed with the design engineers particularly those that require significant undergrounding and construction team to determine the most appropriate in urban residential areas,we anticipate that our utility design solutions. For utility conflict locations,where locate investigations,and conflict avoidance efforts will design or construction adjustments may not be feasible include close coordination with key utilities such as FPL, for the new infrastructure,we will coordinate with utility ATT and Atlantic Broad Band,along with other utilities companies for temporary or permanent utility relocations. located in the ROW.Our initial assessment of utilities has The following table summarizes the utility companies identified FPL subsurface conduits as a major factor for identified and contacted in our early project assessments. UTILITY OWNER TYPE OF UTILITY CONTACT TELEPHONE Water,Sewer,Storm Water and Ricky Falls 305-673-7080 x 6949 City of Miami Beach Street Lights FPL Electric Tracy Stern 386-329-5152 FPL Fibernet Fiber Danny Haskett 305-552-2931 FPL-Subageous Electric Tracy Stern 386-329-5152 FPL-Transmission Electric Seyed Hajassadollah 305-228-5290 MDC Public Works Traffic William Billy Rivera 305-679-0025 FDOT-ITS Fiber Optic Thomas Miller 305-470-5757 Florida Gas Transmission Gas Joseph Sanchez 407-838-7171 AT&T Telephone Steve low 305-222-8745 Atlantic Broadband Cable TV David Mcbride 305-861-8069x3204 Hotwire Fiber Optic,Telephone,Cable TV Walter Sancho Davila 954-417-3606 Comcast Cable TV Nick Procassini 732-237-6963 Teco Gas Marlene Cobiero 954-826-8755 Crown Castle Communications Fiber Optics Jeremy Williams 470-235-6349 Mobilitie Intelligent Solutions Fiber Optics Orlando Raez 786-910-4309 IN ASSOCIATION N TH CITY OF MIAMI BEACH I RFP.2016-091-KBatc- AN nit”S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS __ coxal a,INC.,. APPROACH&METHODOLOGY PLAN 67 31/ PERMITTING Y, Interfacing with Federal,State,and Local Proposer shall clearly detail and present its approach to all required permitting issues, Permitting Agencies including but not limited to, water distribution Streamlining the Permit Process for Aggressively system, storm water drainage system, Scheduled Design/Build Projects landscaping etc., relative to the applicable Demonstrated Extensive Coastal Permitting agency(ies) and entity(ies), e.g. City of Miami Performance Beach, SFWMD, FDOT, FDEP, USACOE, Miami With these Success Factors in mind,we have organized Dade County PER, Fl. Dept. of Health, etc. 050040 554 MX 9"4 99 //N1N////////!!//.fN//AM,.7AiYH515MO///J,'/JWl4N/I/ £40 %////UrY//////////.%///// a team of design and construction professionals with extensive Miami Beach experience specializing in The Ric Man Design/Build Team brings demonstrated moving environmental permitting of coastal,waterfront, knowledge of the unique local coastal conditions and and infrastructure projects through the myriad of understanding of the construction and environmental jurisdictional agencies within Miami Dade County. In permitting processes,particularly in coastal and tidal areas addition,our team members possess collective years of where changing tide and storm event scenarios poses experience designing and permitting complex projects daily challenges in building structures and systems in a through the stringent constraints of the Biscayne Bay "pumped"environment. Aquatic Preserve.These unique projects include storm A key differentiator of our Design/Build Team is proven water outfall retrofits,storm water management,public construction experience on deep-water and submerged parks,streetscapes,seawalls and outfalls,and shoreline conditions projects,such as the Government Cut-Fisher stabilization projects. Island Wastewater Force Main Tunnel,and the 54-in Working relationships with the agency staff,and Sanitary Sewer Force Main Emergency Replacement institutional knowhow will be a critical enabler when within Miami Beach City limits. These projects interfaced pursing expedited permits, particularly with long-lead time with federal,state,and local permitting agencies,state agencies having jurisdiction of infrastructures projects, and local officials,and stakeholder groups to secure such as FDEP or SFWMD.Our Team brings a regulatory permits and approvals in a timely and expedited fashion. permitting strategy that captures anticipated approval This approach was a critical component during the various processes and timelines that are critical in the project phases of the projects,and is a proven approach we will planning process to avoid common regulatory delays and bring to the West Avenue project. hurdles.The Ric-Man Design/Build Team specializes in A complementary key differentiator is our capacity to designing projects to minimize the regulatory process, procure permits in extremely fast-tracked projects,such and our professionals have successfully procured as the Brickell Sewer Interceptors Project,where the first complex permits in the City of Miami Beach.We believe months of the schedule were critical to achieving new our Team's experience in permitting speaks for itself in the wastewater facilities permits for substantial modifications myriad of projects that we have performed,collectively to the existing wastewater system serving downtown and individually,to the benefit of the residents of Miami Miami in response to new developments coming in on Beach. line.Other critical project specific long lead permits The following is a summary list of Permits we anticipate at included FDOT Utility Permits in bustling arterials such this time that will be required for this project. as SW 7th Street and SW 8th Street.A simultaneous approval process was implemented with both Miami- Dade County and FDOT to allow for the schedule-driven early construction of deep shafts,and staging of critical equipment.With the perspective of our local experience, and knowledge of the requirements of the West Avenue project, we have identified three key success factors for this roadway and drainage project: IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB ‘i -6' COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS 68 APPROACH&METHODOLOGY PLAN Estimated Permit Name Contact Documents to be Submitted Permit Fees Review Time City of Miami Beach 2 Sets of 24x36 Signed& $600 30 days Building Dept. Permit Chenetria Farley Sealed 1 set 24x36,survey, $2500+Cost based Design Review Board Tui Mundayapplication forms and 2 months on area of project Permit photographs Historical Preservation Not a Historic District as per N/A N/A Tui Munday Board Permit CMB Planning Dept. 1 set 24x36,survey, $2500+Cost based Planning Dept. Permit Tui Munday application forms and on area of project 2 months photographs 2 set of Signed &Sealed Public Works Dept. Barton Duvall Construction Drawings,MOT None(for City Works) 15 days Permit Plans, Permit Application, insurance Miami-Dade County 1 set of 24x36 plans,Sketch Based on project Cost 30 Days RER Class I Niomi King Location 3 Sets of Signed &Sealed RER Class II Maria Molina Construction Plans,Drainage $490 30-45 Days Calculations,survey Based on project Water&Sewer Dept. 2 sets of plans(24x36)with and area and cost of 30 days Ethel Williamson CMB Building Dept.Approval Permit project Initial Design Review-2 Initial Review $70 sets of Construction plans Permit Review Based Public Works Dept. Daniel Ruiz Permit Review-4 Copies of 15-30 Days Permit on area and cost of plans S&S with approval from project DERM,WASD,MOT Dept.of Health-General Richard Rojas 5 Sets of Signed&sealed $650 20-30 days Permit plans Application fee-$70, Traffic Engineering Danny,Jerrard 4 sets of 24x36 signed and Signalization review- 15-30 days Dept.-Signalization and Cadet sealed plans $610 per intersection, design review permit fees- $670 Florida Department of Transportation Permit Application(4 sets), Utility Permit Sandra Parellada Signed&Sealed plans(4 None 20-30 days sets),MOT Plans South Florida Water Management District Form 62-330-060 Section A Environmental Resource Caroline Hanes & E,Set of Signed&Sealed $250 15-30 Days Permit plans IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB '4'" COM IC. C S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS _ - APPROACH&METHODOLOGY PLAN 69 Estimated Permit Name Contact Documents to be Submitted Permit Fees Review Time Florida Department of Environmental Protection <1 acre=$420 Individual Environmental Amanda =$1500 30-60 days Signed &Sealed Plans (working in &around Resource Permit Montgomery wetlands) US Army Corps of Engineers 60 days Application for Dept.of 81/2 x 11 Drawings,location Ingrid Sotelo plan $100-Individual Permit General Army PermitPermit IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS — -L APPROACH&METHODOLOGY PLAN 70 4 /I QA/QC PLAN /HH//H/H.DY/H///H:/HJ/JJ/!H!!///////1!///Y/l/•Y/NN//H/A+W/240 /% Proposer shall describe their Quality Assurance /Quality Control Plan ("QA/OC Plan") for the Work, including design, construction, * coordination, implementation and completion of - the Project. The Proposer shall explain its - QA/QC Plan and the plan for any of its ,, ----, subconsultants or Subcontractors, namely , ,4 the policies and procedures that will be used y to assure the complete and the accurate y_ A, management of the Project. >„ //r';/�%/N.Y1,hfH//11/./,H/d///%/l,'!!/!H/Hl/J/JdH/-5%J,+.'.'s'i3'i.HY/AfJ/JMSx/+%/!Js%/////f.%/!H//%/.%I/11.W%N//J/!!///,%/U/.H.%1/////////.dpi,/ 4;� .`I The Ric-Man Design Build/Team is committed to providing a quality assurance/quality control plan(quality assurance plan)that best meets the needs of the City of Miami Beach and protects the value of this significant public invest- 7. ,- ', ment.Our corporate policy is to develop a specific plan r , that adheres to the requirements of this project,and main- 0,� a roach to cater to unforeseen events, tains a flexiblepp typical of construction projects. The Ric-Man Team recognizes that quality is determined by the client.Thus,our corporate policy is to administer .. _ _ quality assurance and quality control consistent with the expectations of The City of Miami Beach.Ric-Man Con- struction Design/Build Team's quality assurance plan Conduct team quality reviews prior to product includes the organized activities implemented so that the delivery to the client quality requirements for service will be fulfilled.The cornEngage independent reviewers pany's quality assurance plan is comprised of observation techniques and activities used to satisfy requirements for Delivering a Quality Product quality.The policies and standards created by the Ric-Man The need to clearly convey the task at hand to the client Construction Team are the foundation for a superior QA/ and contractor is critical for the contractor to provide a QC program.With a QA/QC representative on-site full- quality product in a timely manner.To achieve this goal, time during construction work,the City of Miami Beach quality begins at the planning and design phase of any can be assured that our QA/QC plan will be upheld and project.Each member of the Ric-Man Design/Build Team expectations will be met.Our Team's organizational cul- understands that quality is the standard.The culture of ture supports the success of our QA/QC plan with a team quality begins at the corporate level and trickles down of motivated,industry experts. to all employees.Quality is paramount for all projects to provide the contractor a clear and detailed understanding f,F',,r?i psi ! >urn is - j 'i n of the task expected of them.In the case of a design/build Quality is providing the City of Miami Beach with a product contract,it is just as important because the contractor is that will,at a minimum, meet the City's requirements and also a partner with the design engineer in the endeavor. expectations.The Ric-Man Design/build Team is strictly committed to the requirements and expectations of the Maintaining Quality During Production City of Miami Beach.To achieve this,we are implementing A focus on quality during production is something that we a time-tested QC plan that begins with a solid design staff strive for daily.This goal is critical during the design stage foundation comprised of the most qualified group of pro- because it helps reduce design cost and possible design fessionals.With this foundation in place,we implement a schedule delays.To achieve this,each member of the de- QC Plan that will address three basic design components: sign team is required to emphasize detail in every activity executed.This emphasis begins with the design manager, Provide a quality product by way of dedicating and is reinforced to the design team members. solid professionals that understand all components of design build for a project of this caliber ,N ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB �?,, � COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS —� _-__. _ - - APPROACH& METHODOLOGY PLAN 71 Ensuring Quality Deliverables opportunity to execute a comprehensive constructability review and value engineering from the beginning.Our QC With any design approach and execution,it is only expect- review committee includes members from both design ed that there may be minor errors in the interim working product.Since our design team is a close-knit group,we and construction.These individuals will provide feedback support each other by implementing one of the three that will allow the design production staff to provide a quality design product,which will avoid delays during basic goals of our QC Plan.This goal is to identify these errors and immediately correct them.Additionally,we construction. identify the reason for inconsistencies to avoid it from Operability Review-Our design team also performs an occurring in the future.This step allows us to get closer operability review,in which we look closely at the in- to achieving our goal of a complete quality product.Our frastructure systems with respect to maintenance and QC Plan is a tool that the design manager uses to guide operation requirements.This review looks at the overall staff in production,and provide the review committee with project goals, needs,and requirements for optimum use, basic minimum review guidelines.In general,we provide and staff safety during routine maintenance activities. periodic QC reviews to confirm that the preparation of the Through our observations,experience and discussions submittal package is on target per our schedule.Addition with maintenance personnel,we have developed facility ally,we provide an in-depth QC review at each deliverable layout strategies that keep maintenance personnel away level,which addresses key elements emphasized in our from vulnerable locations regarding vehicular traffic. QC plan.The key elements emphasized in the QC Plan are the following: Independent Reviewers Our QC technical committee is comprised of seasoned Adherence to AutoCAD design standards design professionals,as well as,experienced construction Technical review to confirm a sound engineering project managers and field personnel.We feel that this design mix of professionals from both sides of the fence offer a Constructability review to confirm that the design is fresh and complete perspective to the design review.The achievable in the field amount of knowledge and experience accumulated within both branches of the project allows for a review that cov- Operability review to confirm that the design ers production,fundamental design,constructability,and conforms with the client's operation and operability for this system. maintenance needs v, The Ric-Man Design/Build Team has extensive experience The Ric Man Design/Build„Team's quality assurance providing design services for municipal clients,including the City of Miami Beach. During the execution of these program during construction is centered on the concept contracts,we have developed standards and templates of"right the first time."Our team makes this possible by rigorous testing and planning during the design phase to streamline the production of these types of projects. Our standards,templates,and pen assignments have to prepare a suitable approach for each project.When been developed based on industry standards and further inconsistencies or unforeseen conditions are countered refined with various client project managers. during construction,the Team is flexible in its services so that the situation can be handled properly and remains Technical Review to Confirm a Sound consistent with the Owner's expectations.Testing and Engineering Design inspections will be conducted by qualified personnel who A sound design is the foundation to a successful will follow guidelines and procedures for conducting the project.To confirm that our engineering design will fulfill tests.The results will be available and provided to the City functional,operational,and maintenance needs of the within two days of completion. Information pertaining to client,our QC Plan calls for a preliminary technical review all testing and inspections will also be relayed to the City's early in design.This allows our experienced professionals Construction Management/Inspection Team. to assist the design team with experience and knowledge. Safety Our team feels that this review is important to avoid a minor issue that keeps growing as time passes. Safety is an important pledge that our Team makes as part of its quality assurance plan.The Design/Build Team Constructability Review-A key component of any QC prides itself on developing a site-specific safety plan for review is to confirm constructability.This is critical to avoid each project to ensure the proper safety precautions field changes,contractor change orders,and construction and procedures are implemented.This will be monitored schedule delays.The design/build process affords us the and documented by the appointed Safety Manager.A IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091 KBtat,a , COS — �� ncj DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS APPROACH &METHODOLOGY PLAN 72 commitment to hiring experienced and knowledgeable »Procedures ensuring correction of deficient or personnel is also part of the Ric-Man Team's quality rejected work: assurance plan.Because our employees are assigned » Procedures for halting or rejecting work to areas in which they are fully competent,quality » procedures for resolution of differences construction means and methods can be achieved. between the QA/QC representative and the Furthermore,our management team maintains an "open Production representative door policy"so that all issues regardless of size or severity are brought to the attention of the responsible manager. } Construction records must be kept, managed,and updated on a daily basis The Team further delivers quality assurance during the ,>Daily testing records must include: construction of a project by utilizing superior equipment and technologies.Measuring and/or testing instruments >> Item(s)tested will be adequately maintained,calibrated and adjusted » Quality characteristics in compliance to maintain accuracy within prescribed limits.Calibration >> Statement of correctness and certification will be performed at specified periods against valid standards traceable to nationally recognized standards » Quality characteristics not in compliance and documented.With up to date instruments,quality can » Corrective/remedial actions taken be achieved both on and off the construction site. „ QC manager's signature Project Site Maintenance and Restoration < Individual test records will cover the following: The Team's Quality Assurance plan does not end with the >> Item tested—number and description completion of construction. Maintenance at the end of a project is part of the Team's commitment to quality.This >> Test results entails restoring the project site to the expectations set >> Test designation forth by the Owner and agreed upon in the contract. >> Test work sheet Quality Assurance Monitoring » Acceptance or rejection The Ric-Man Team's Quality Assurance plan during the » Date sample was obtained construction phase consists of auditing its services to verify that construction acceptance criteria are met.The » Retest information,if applicable responsible personnel conduct inspections to recognize » Control requirements any construction deficiencies,and if discovered,must be >> Tester signature reported and corrective action is taken.Inspections and test results will be provided to the City of Miami Beach » Testing QC staff initials and the City's Construction Management/Inspection Quality Assurance Manager Team,within two working days of completion. Before any The Ric Man Design/Build Team QA/QC manager is changes to construction methods are begun,they must be responsible for all construction records,including explicitly stated and approved by the required personnel. reporting of construction audits.All auditing records will Revisions are to be are governed by methods set forth in be made available to the City upon request.The quality the quality assurance approach. assurance plan also includes identification and control The Team's Quality Control report will typically include: of items and materials.This addresses compliance with handling,storage, packaging,preservation,delivery =i Procedures for observing work processes requirements,material identification and traceability.This Daily Inspection Reports,which include: is the prime responsibility of the QA/QC manager,which » Item(s) inspected to be relayed to the entire team and monitored by the ON QC manager.The Team's Quality Assurance plan focuses » Quality characteristics in compliance on surveying its services so that they are compliant with » Quality characteristics not in compliance the intended users.This includes the QA/QC Manager, » Corrective/remedial action taken Project Owner, Engineer of Record,Construction Manager, Construction Contractors, Permitting and Regulatory » Statement of certification agencies,and other stakeholders. Furthermore,all internal » QC manager's signature personnel and subcontractors involved in the project must » Instructions for recording all observations be compliant with the QA/QC plan. N ASSOCIATION bVITN CITY OF MIAMI BEACH I RFP.2016-091-KB �Oc.MA c®s DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS APPROACH&METHODOLOGY PLAN __..__ 73 5 /1 WORK PERFORMANCE Proposer mustperform at leastsixty sixty percent(60%) of the construction work with the firm's own forces. Ric-Man Construction will self-perform the majority of the design/build services for the West Ave.Street Improvements and assembled work. Roadway excavation,water main,sanitary sewer and drainage work including subgrade stabilization and grading work in the roadways. Mass excavation,shoring dewatering,installation of all precast components for the wet wells,treatment units,weir and junction boxes and erection of the pumping and treatment units at the Lincoln Road Pump Stations. All large-size conveyance elements,such as the 72" RCP Inlet to the pump station to the trash rack. Paving, landscaping,site lighting and signalization,and miscellaneous concrete activities, such as curb and gutter work,sidewalks,handrail, manatee grates,etc.,and restoration paving work,will be performed by subcontractors.Bay walk construction and sea wall work will be performed by a marine subcontractor. We will meet the 60%requirement of work to be performed by the prime contractor based on the value of the scope of work described above.Please refer to Question 10 for the breakdown of work items to be performed by Ric-Man and its subcontractors. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB �� Map. citis DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS «yam APPROACH&METHODOLOGY PLAN 74 6 II SUMMARY NARRATIVE level management skills to the City that covers a wide and diverse portfolio of Neighborhood Improvement Projects, Proposer shall provide summary narrative including the first neighborhood projects to consider inclusive of the proposer's project vertical modification along its roadways to mitigate tidal- understanding, scheduling including key influenced flooding. performance and success factors, and the Team Portfolio -Proving Success by working proposed design and construction approach together in the past which highlights the main attributes and benefits of this approach. The Ric-Man Design/Build Team is a well-rounded company that has diverse experience in many different project types,specifically in projects of this scope and Key Performance and Success Factors complexity.We have demonstrated our key performance Project Management skills by having worked together in the past on several The complexity and magnitude of the potential recently successful high profile projects,and our impacts to both traffic and utilities in concert with the team members have also worked successfully and in-depth coordination with all stakeholders of this collaboratively in projects in Miami Beach.We have vibrant neighborhood of West Ave could have a critical worked in projects such as the Replacement of the 54" impact on the coordination of the timelines of design Sewage Force main and 20"Water main at Government and construction if an understanding of the project, Cut,and the Brickell Sewer Interceptors Project,where the process and the needs of the residents is not both Danny Mancini and Fernando Vazquez have had deeply established. For all elements to be seamlessly an extensive collaborative relationship where they have coordinated,there needs to be a deeply embedded operated and coordinated diligently two complex,time understanding of how the processes work and come sensitive and risk-driven projects,subject to a critical together in design and build projects in Miami Beach. timelines and milestones.We continue to build and The Ric-Man Design/Build Team's extensive experience expand on our successful experience by maintaining a with projects of this caliber,under conditions that involve consistently proactive,open and responsive channel of multiple stakeholders as well as public input,will be a key communication within our team and with our clients,in factor for the success of this project.Our team's collective this case the City of Miami Beach. extensive and direct experience with successful projects Our team is locally established,and consists of in Miami Beach will be crucial when navigating through construction,design and support firms that have the multiple layers of the public processes and regulatory longstanding operations in Miami Dade County and Miami requirements. Key members of our team have had Beach.The Ric Man Construction Design/Build Team extensive and direct experience in designing and building has developed a good rapport working with The City of Miami Beach neighborhood projects where public input Miami Beach,and we have also worked extensively and at all stages of the project are considered and applied to successfully with staff from Miami Dade County, FDOT, upgrade,enhance,or improve the right of way prior to the MDPWWMD,and MDT,to name a few.Collectively,we final delivery of the project to the community.Effective have a unique track record of success in our projects hands-on project management,quality engineering, county-wide by the magnitude and complexity of proactive communication and an in-depth understanding our projects and because of our efficient capacity to of complex urban environments will be a significant communicate and coordinate multilaterally with all success factor to managing the multi dimensional impacts stakeholder agencies and the public,especially in Miami inherent to this project.The Ric-Man Design/Build Team Beach. will be led by Daniel Mancini as the Design/Build Manager. Daniel has extensive experience in neighborhood CES Consultants,one of the fastest growing engineering rehabilitation projects having led successful projects in firms in Miami Dade County,was established in 2001 to Broward County and currently for Miami-Dade WASD provide professional engineering services to municipal in the Shenandoah Miami Neighborhood.The design and private sector clients.CES personnel have been effort will be led by Fernando Vazquez,PE.Fernando has involved in some of the largest infrastructure improvement extensive experience in the planning,design and delivery projects in Miami-Dade County since its inception.The of large water sewer,and storm-water infrastructure firm's senior staff brings experience in civil engineering, projects for major water utilities.As the former City environmental engineering,construction management, Engineer and Director of Capital Improvements for the City and cost engineering,which have been directly applied of Miami Beach, Fernando brings a unique set of multi- IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB06Ma4 C®s DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS •...I-' - APPROACH&METHODOLOGY PLAN 75 to Neighborhood improvement Projects throughout stake holders. CWI has also provided Civil Engineering Miami- Dade County.Our key staff also brings a solid and Traffic Studies for the properties such as the Flamingo foundation in the effective management and successful South Beach along Bay Rd,the Historic Carlyle Hotel and delivery of Neighborhood Improvement Projects in the 458 Ocean Drive Office/retail complex.Some recent Miami Beach.Our Project Design Manager Fernando FDOT roadway projects included SR A1A/Harding Avenue Vazquez,PE has 30 years of experience in the planning, from the Bal Harbor Shops to 94 Street(signalization),SW design and delivery of large water,sewer,and storm 1 Street(decorative lighting and signalization)and NW 79 water infrastructure projects for major utilities in the Street(standard lighting and signalization). United States and overseas.As former City Engineer Savino& Miller Design Studio,incorporated in 1993, and Director of Capital Improvements for the City of Miami Beach,Fernando brings a unique set of skills provides services in Landscape Architecture,Architecture, to the City that covers a wide and diverse portfolio of Urban Design and Planning.Lead Landscape Architect Barry Miller AIA is accomplished in bringing their clients' Neighborhood Improvement Projects,including the first projects to fruition with artistry and ecological sensitivity. neighborhood projects to consider vertical modification Over the years,the firm has contributed on countless along its roadways to account for reduced tidal-influenced projects in Miami Beach,including Espanola Way, flooding (i.e. Sunset I &II).CES has developed a strong Washington Avenue Streetscape,41st Street Bridges reputation in underground utilities throughout South and Streetscape, Neighborhood Master Planning for Florida, particularly as a premier consultant for WASD. Our experience is in water resources with a focus on Nautilus, La Gorce,Venetian Islands,and Biscayne Point, Miami Beach Golf Course Streetscape,Belle Isle Park, collection and conveyance.CES has designed nearly 200,000 LF of water,sewer,and drainage pipelines. South Pointe Park, Miami Beach Multi-Modal Center,the We are also a premier pump station designer for WASD Fontainebleau Hotel,SLS South Beach Hotel,the W Hotel, and the Loews Convention Center Hotel.SMDS has also with approximately 16 pump stations in the last year.Our worked on the West Avenue Streetscape and the Palm understanding of neighborhood improvement projects and Hibiscus Island Streetscapes. and experience in underground utilities has afforded us the opportunity to be the lead designer for WASD's first In over 70 years of continuous practice,Moffat neighborhood water main improvements design/build and Nichols has completed feasibility and planning project. studies,cost estimates, preliminary and final designs Schwebke Shiskin&Associates is a multidisciplinary firm plus construction support for several thousand ports and waterfront projects around the globe.Key staff offering complete professional services which include Tim Blankenship, PE and Kristy Brush specialize in land surveying,civil engineering,construction engineering environmental permitting of coastal,waterfront and inspection,and land planning.Roadway Grading and infrastructure projects and have been involved over more Design Lead,Luis Leon, PE has been developing grading than a decade with the planning and permitting of the and drainage designs of Neighborhoods such as Venetian Baywalk.Both have worked diligently with the City as well Islands,while considering harmonization with adjacent as regional and federal agencies through the challenges properties. For the past 5 years Luis has been working closely with City,County and the SFWMD to develop and opportunities of building this facility in Biscayne Bay. Their collective understanding of this specific project is practical and effective stormwater infrastructure designs unparalleled and will prove to be a tremendous asset to provide the necessary levels of flood protection in when navigating through the myriad of regulatory consideration of anticipated sea level rise while providing requirements and public input to make this project a the required levels of water quality. success for the community. Civil Works is a certified small business consulting Langan is a geotechnical powerhouse with a local office engineering firm,established in 1996,with headquarters in Miami Lakes and has been conducting projects across in Doral, Florida.Currently our Lead Roadway Operations Florida since 1974. Langan has worked with Ric Man and Signalization Engineer,Vaughn Soares,PE serves as the Engineer of Record for the Miami Beach Construction in the Brickell Sewer Interceptor Project and was also the Geotechnical engineer for the signature Port Neighborhood Improvement Project,Lower North Bay of Miami Tunnel Project. Lead Geotechnical Engineer Road,from Michigan to Chase Avenue.The Lower North Rafael Pina, PE,has extensive experience also in working Bay Road included roadway reconstruction,paving, in projects near West Ave. grading,signing and pavement markings, new pump stations, as well as extensive Public Involvement with all IN AJSOCIATION WIT,, CITY OF MIAMI BEACH I RFP.2016-091-KB Ric M4 C®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS APPROACH&METHODOLOGY PLAN 76 Proposed Design Approach Report and the Geotechnical Baseline Report.Additionally, the key staff from both our lead engineer(CES)and our We have developed a Design Approach that is focused Geotechnical Engineer(Langan)have recent working on providing the required facilities in the most cost effective means possible,while safely minimizing the experience in these formations both having worked on impacts to the area and its stakeholders.Our design shaft and tunnel excavations on the Port of Miami Tunnel project and Brickell Sewer Interceptor Project.Only by of the underground system facilities is consistent with properly planning for the operations can the Design/ the preliminary design prepared in your Design Criteria Package.We have reviewed flow projections, hydraulic Builder ensure the operations are effectively carried out requirements and design criteria and found them to be and that all impacts are properly evaluated and mitigated. Our well thought out approach fully considers how the consistent with our hydraulic evaluation pursuant to the project is implemented,based on our team's extensive data provided in the DCP.We have incorporated the same experience.By doing so,we reduce the project risks pipe sizes dictated in your DCP and will finalize pipe and ensure a successful project for all parties.We have depths and connection details to your satisfaction during also evaluated carefully the future roadway alignment final design. Final Design of the physical system will begin with conducting supplemental investigations along the and already identified potential locations to minimize pipe routes and manhole locations.We have reviewed as impacts associated to harmonization of properties.We will work closely with the community to achieve a roadway built records for all existing utilities and will conduct follow cross section design that meets the requirements of up meetings with agencies to ensure we have the most resiliency while at the same time enhancing what is now up to date information on existing utilities.We will perform a successful and vibrant promenade by encouraging "soft digs" and "pot holing"in order verify the exact more green open spaces and recreational activities location of critical utilities.A key feature of our proposed design is the optimization of alignments,and manhole along the corridor,while promoting for safety through locations to reduce the impacts to existing utilities and the installation of proper lighting and methods of Crime local traffic operations.Through our slight adjustment, Protection through Environmental Design.The City's we will focus on minimizing if not eliminating relocation plan for a scenic walkway over Biscayne Bay,as a public of any"franchise" utilities.Only water and sewer lines access facility enhancement,would provide a significant will be the focus of our relocation and most of that being beautification component to the West Avenue and Bay temporary.We feel confident that working closely with Road project.The DCP includes conceptual sketches for your staff we can complete these utility adjustments in an over-water, pile-supported Baywalk structure, located the minimum time.This key improvement significantly at the west-end cul-de-sac of Lincoln Road,connecting with the existing on-grade Baywalk adjacent to the Capri reduces"third party"risks to the overall project schedule. South Beach Development.Key members of the Design/ We have completed detailed analysis of the construction operations and support areas required to conduct Build Team staff have extensive experience with master excavation operations.We have established realistic planning projects like this,and working with the City of allowances for locating utilities and have optimized shaft Miami Beach on the visioning and programming for this waterfront public amenity. Based on experience with locations to: similar projects in Miami-Dade County,the Design/Build Reduce utility conflicts Team has conducted preliminary planning focused toward Improve MOT design and permitting the proposed Baywalk separately from the roadway and infrastructure environmental Reduce construction impacts. resource permit(ERP)process required for the remainder By establishing ample construction staging area in our of the Project.The Baywalk will require permits from preliminary design,we ensure that the operations can be local,state and federal agencies with jurisdiction;these implemented effectively and safely,both for our workers agencies include Miami-Dade County DERM, Florida and for the public.We have positioned our alignments Department of Environmental Protection(FDEP)and so that each is accessible for ease of operation and the U.S.Army Corps of Engineers. The proposed site safety of not only the workers but the motoring public plan and pump station layout provides a more efficient and pedestrian traffic.In this way,we can route traffic foot print which in turn benefits the schedule.Our safely around the work area.We have also allowed for team's proposed design will also result in the following hauling operations to be conducted with minimum impact added benefits such as structure,seawall modifications, -trucks can get safely in and out of the work zone without riprap revetment within the Biscayne Bay.The drainage impacting the adjacent traffic.Our tunnel and geotechnical upgrades will be designed to provide an improved level engineers have thoroughly studied the Geotechnical Data of service throughout West Ave Drainage Study Area.IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KBsic MAN C®5 _.. l . . . _ DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS � - coxa�n.ixc APPROACH&METHODOLOGY PLAN 77 The upgraded drainage infrastructure considers the the progress of work.It begins with understanding the required design criteria set forth by the jurisdictional most optimal timelines and phasing of the work to begin permitting agencies.One of the main concern is the the layout and installation process,or to identify locations effects of scouring created by the discharge velocities where impacts to traffic and pedestrians are minimized. of the proposed pump station.The City of Miami Beach This approach will help identify and overcome hurdles has addressed the scouring issue by incorporating an throughout construction and assist in reducing delays energy dissipating structure to their pump station design. and additional costs to the project.Of course,our plan This design has a series of energy dissipating features will require detailed coordination with The City of Miami that greatly reduce the overall velocity of the discharges Beach and local stakeholders before it can be finalized. exiting into the Biscayne Bay. Public Outreach Proposed Construction Approach During the Planning and Design Stage of West Ave, The Ric-Man Design/Build Team has a long history the main objective will be to participate in coordination of working in South Florida having most recently meetings set up by the City of Miami Beach and to completed the tunneling shafts for the Government Cut meet with pertinent stakeholders in the area to develop Utility Relocation project and the Brickell Gravity Sewer a streamlined construction sequence that is focused Interceptors.The individual strengths of our combined on executing the aggressive construction schedule team along with our relevant working experience here while reducing impacts to all stakeholders in the area, in Miami Dade County ensure that our team will be fully particularly those residents and business affected by coordinated and work together seamlessly.This project surface construction.Our team member Infinity Source is being constructed almost entirely within the existing will focus on coordinating and communicating closely with public right of way.As such,space is limited and our work the City of Miami Beach,The Public Information Team will will be completed in very proximity to buildings,public aim to serve as the main point of contact for delivering infrastructure,buried utilities and the motoring public. all messages and coordinating project specific materials Therefore, it is critical to the success of this project that to the City and stakeholders.We intend to work with our work be completed without any adverse impact or CIP's Public Information Liaison to provide information damage these facilities. Equally important will be our for public dissemination,coordinate and attend all ability to limit the impact that our operations will have on outreach activities throughout the life of the project.Our the motoring public.We are confident that the methods goal is to establish a project PIO liaison to ensure all we will employ to build this project will allow us to public information related requests by the City and the achieve these goals.For instance, most our underground community are being responded to in a timely manner. construction shafts will be installed using open cut The team approach is to fully understand the City's vision methods methods.This method is virtually vibration free for this corridor,facilitate the Public Process during the thus eliminating the potential for harmful vibration induced design phase,and engage the community throughout settlement.The standard pipe open-cut trench method construction. of installation for the proposed pipeline will require We understand the residents and neighborhood excavation of the existing subsurface materials,however, associations',such as the West Avenue Neighborhood the high groundwater table in the project area and the required depth of cover,installation of the pipeline will Association (WAVNA),desire improvements that not only imitigate flooding,enhance the riding surface of the road, occur under submerged conditions.Maintenance of traffic and beautify the area,but also consist of traffic calming during construction operations is an element that will features to accommodate pedestrians and cyclists. From define the success of the project.Our local MOT engineer, a different perspective,the local business community, Civil Works,is well known to FDOT and the City of Miami hotels,condominiums and private developers such as the Beach and brings an understanding of their requirements Mondrian Hotel,Mirador 1000,US Post Office and CiviChe and established relationships to help speed up reviews. 105 will aim to see improvements to accessibility for valet, Our proposal includes a well-developed MOT concept parking and storefront visibility for their customers. The plan considering the vast pedestrian traffic that exists main challenge will be to carefully document all public in Miami Beach.Where possible we have adjusted the input and work with the City to incorporate a design that location of construction operations to provide better effectively fuses City standards and the community's conditions and maintain safe traffic flow.The sequencing feedback. of construction is a critical component in the methodology and approach to execution of the work as it will help identify opportunities to reduce risk,and help streamlineIN ASSOATION WIT H CITY OF MIAMI BEACH I RFP.2016-091-KB ic MAN C®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS - APPROACH&METHODOLOGY PLAN 78 We will work with the City to develop project collaterals Upon project inception,the team will coordinate with the that include visual concepts and displays such as City to determine the best method of outreach, potential interactive maps,3D video simulations and renderings impacts and frequency of communication in the most for the community to understand the various alternatives efficient and cost-effective way. for improving the corridor.Our team is ready to assist The Ric-Man Design/Build Team — Your in coordinating and attending a series of public Best Choice workshops,Corridor Advisory Committee Meetings(CAC), Our team's approach balances the technical challenges presentations, elected official briefings and community of the project with an understanding of the concerns meetings to illustrate the purpose and need for the of multiple stakeholders.In developing our design project,and solicit feedback. and construction approaches,we have focused on Once the design is finalized and we will be ready to streamlining construction and minimizing impacts to commence construction,the PIO work with the City to local businesses,agencies,traffic,and pedestrians.Ric- conduct a community kick-off meeting/groundbreaking Man Construction and CES Consultants have teamed to ceremony and ensure the public is aware of the upcoming commit to you our best resources and our most creative work. Throughout the life of the project our PIO will and efficient solutions to the successful delivery of this work daily to provide information on the progress project. of construction, MOT coordination and mitigate any community complaints by submitting timely two week look-ahead schedules,daily cleanup logs,and replies to information requested for public response.We will assist with the dissemination of project related materials door- to-door,attend field meetings and work with the CIP PIS on any public information related items. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB C®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS APPROACH&METHODOLOGY PLAN 79 7 I// TECHNICAL APPROACH & DRAWINGS property conditions,there is a wide range of solutions for harmonization that must be assessed,from regrading and Proposer shall describe the technical approach, paving portions of driveways,to providing retaining walls and provide calculations and drawings as protective rails,to maintaining ADA accessibility ramps. applicable, to sufficiently demonstrate the Based on the Ric-Man Design/Build Team experience, following: grass swale harmonization can serve quite well to a//Roadway typical plan and profile reconcile grades within constricted working spaces.With b/I Anticipated utility impacts and how to our knowledge of local interests,it will be beneficial to effectively coordinate with private utilities. achieve as much landscaping opportunities within the c//Anticipated adjacent property impacts due West Avenue Neighborhood as possible to achieve to grade differential and how to effectively a promenade where residents and businesses can coordinate with property owners. achieve both optimal livability and function,as well as the d//Planned supplementary geotechnical utilization of green areas for proper harmonization. investigations, or environmental/ contamination surveys/assessments by the To meet the challenges of sea level rise and its associated impacts,the Design/Build Team will analyze the flood proposer to support or validate the proposer's stages associated with a design 5 year,24-hour storm. design approach, if any. This storm event is the City's criteria for the protection of �,���..,,...,,. .,.b a �, ._..,...,:�-,�._-..r,.,. �,� public right-of-way associated with the design of storm A// Roadway Typical Plan and Profik water management systems. With this criteria,the Team Roadway Design for West Avenue and Bay Road will analyze the impact to adjacent private property,to Based on our review of the four(4) proposed typical ensure in the design process feasible harmonizing of the roadway sections of West Avenue we find that higher street elevations,with existing properties,so the each roadway section offers various benefits and drainage impact can be minimized. disadvantages to traffic,safety and the environment. The Bay Road cross sections offer few options for West Avenue Cross Section Selection Public Input modification, hence our Design/Build Team has followed versus DCP-Based on our site visits, research,and more the City's layouts provided in the DCP until further survey importantly our discussions with residents and future and existing conditions information is available. stakeholders,we recognize that local stakeholders will have an influential part with many of the final decisions Raising Roadway Profiles and Cross Sections The regarding the West Avenue infrastructure improvements. West Avenue and Bay Road project extends beyond More specifically,we know that the selection of the typical the normal complex conditions encountered when roadway cross section of the West Avenue corridor is of improving a dense urban corridor(s).This project,in a great importance to them.We have analyzed,in detail, sense,combines a series of new technical and scientific the proposed typical sections,and are ready to provide approaches formulated to provide resiliency against our opinion regarding the advantages and disadvantages the threats of Sea Level Rise,while at the same time for each of the typical sections.We believe that with protecting the integrity of the built environment.Miami this information an appealing typical section,which will Beach,the"ground zero"for Sea Level Rise,is facing a likely be a combination of the Cross Section Options, compelling situation where infrastructure solutions must selection can be accomplished in an efficient and be provided immediately. productive manner. Looking ahead to the anticipated selection process,we foresee significant involvement by One of the most salient aspects derived from raising stakeholders during the review and consideration process a street,by 2 feet or so to an elevation of 3.7 NAVD, with acceptance and agreement by all interested parties in a high density urban environment is the challenge a priority to ensure that the City and the neighborhood associated with defining a roadway cross section that receive a final product that they will enjoy for the many will address the required level of service,and meet the years that follow its completion. needs of the community while properly harmonizing with adjacent property elevations.As the road is raised, West Avenue Profile The West Avenue roadway both during construction and after completion,access to profile design will to conform to the Florida Department residences and businesses must be maintained in a way of Transportation and AASHTO standards and guidelines that it is not a detriment the adjacent property owners. for horizontal and vertical alignments.To that effect, stormwater inlets will be located at low points along the Given the myriad types of residential and commercial IN ASSOCIATION WIN CITY OF MIAMI BEACH I RFP.2016-091-KBCANBT�FI,NIC.itc M'0�' DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS CAS APPROACH&METHODOLOGY PLAN 80 roadway profile,and intermediate inlets provided where Coordination with Utilities As such,early collaborative required pursuant to standard practices.The design coordination with utility owners,accurate determination intent will provide high points at intersections to convey of utility locations,and identifying potential conflicts is stormwater runoff away from major points of access essential to delivering a successful project.With our through and across roadways. In addition,the design will combined engineering and construction experience in consider parallel parking stall bump-out configurations design/build of neighborhood infrastructure projects,and and the potential impact to traffic flow along the roadway particularly those that require significant undergrounding profile. Roadway drainage inlets will be designed to in urban residential areas,we anticipate that our utility convey stormwater runoff to the primary drainage system locate investigations,and conflict avoidance efforts will and ultimately to the existing and proposed pump stations include close coordination with key utilities such as FPL, located throughout the West Avenue neighborhood. ATT and Atlantic Broad Band,along with other utilities located in the ROW.Our initial assessment of utilities has Based on our observations,and local knowledge,the identified FPL subsurface conduits as a major factor for West Avenue corridor is the most traveled corridor West alignment of the new water,sewer,and drainage systems. of Alton Road. The roadway includes two travel lanes with a center scramble lane,and parking stalls on both sides. The Ric-Man Design/Build Team has already conducted The corridor has a substantial number of ingress and extensive underground utility research of the project egress locations for a variety of different residential and area and reviewed this information with respective commercial developments on both sides of the roadway. stakeholders through field assessments and as-builts. Development on both sides of the roadway include The Design ticket process was utilized to obtain available parking lots, low to mid-density residential, restaurants, information from utilities located within the project offices and other retail establishments.The variety of corridor(s).This information was further updated from traffic use results in a well-traveled roadway,including the City's DCP,and provided on our submittal drawings. pedestrian and bicycle use,throughout most of the day. We know that this initial effort was critical to our project In addition,West Avenue also supports at least one bus understanding, not just for avoiding potential conflicts, route and has rental bicycle racks to promote local bicycle but to establish viable and feasible construction phasing, use. These conditions should be considered in design of address logistics, maintain timelines of production,and the roadway profile to avoid placing low points at certain offer infrastructure solutions to mitigate impacts and risk. locations of ingress or egress. Addressing Utility Conflicts In addition,the Ric- Drawings-Plan and Profile The Ric-Man Design/Build Man Design/Build Team will conduct subsurface utility Team has prepared conceptual plan-view drawings for exploration early in the design phase,and meet with utility this submittal to demonstrate the Team's understanding companies to review the developing design plans,and of the project intent,the further development of design discuss utility coordination details.Vacuum excavations concepts,clarification of probable utility conflicts based of potential locations of utility/infrastructure conflict will on as-built information,determination of solutions be performed to verify the depth,size,and vertical and for improving the project intent,and assessing horizontal location of the utility conflict.The potential constructability.The table of roadway profiles provided in conflict locations,once configured,will be assessed with Tab 1 provides the initial conceptual layout of the roadway the design engineers and construction team to determine profiles. the most appropriate design solutions.For utility conflict g _ locations,where design or construction adjustments may z // Ps i i t .,,i „ O ° 4 i t 'x i s",S i d r�': r i ci y-�- not be feasible for the new infrastructure,the Design/ r , f� .t wm - ° Coordinate its; ii„v t.a Build Team will coordinate with the utility companies for Utilities temporary or permanent utility relocations.The following With the Ric-Man Design/Build Teams'collective table summarizes the utility companies identified and experience and hands-on knowledge particularly contacted in our early project assessments. associated to infrastructure improvements within the City of Miami Beach,we find that proactive utility coordination Mitigation of and minimizing utility conflicts is a typical plays a critical role in completing a project successfully. challenge in infrastructure design and construction Conflicts with utilities do not only affect project costs, projects,particularly in key roadways with complex they also have a direct impact in the project timeline,and drainage systems and other large-sized utilities. generate the inconvenience of longer construction activity Identifying and addressing utility conflicts and conducting for residents and businesses in the vicinity,and can early meetings with franchise and municipal utilities during disrupt essential services to the public. N ASS CITY OF MIAMI BEACH I RFP.2016-091-KB i�G-"SAM CA®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS MT. vR,M 81 APPROACH & METHODOLOGY PLAN the design phase allows for proactive resolution and Regarding the probable types of harmonization,we adaptable solutions that help avoid conflicts and delays believe that there is no one solution or one general type during construction. For the initial steps of the design of harmonization for any neighborhood. Each driveway, effort,the Design/Build Team has planned a subsurface walkway,and landscaped area will need to be analyzed utility exploration (SUE) program,and this combined with and harmonized on a case by case basis. However,we utility field marking data and detailed research of record find that there will be two basic types of harmonization, drawings will provide a database of the project site one that will require a designed slope downward to match utilities.This will allow the team to minimize the possibility the existing property's elevations and one that can be of a pipeline conflict with a utility.The following table designed to slope upward to match the existing property's provides a small snapshot of the probable utility conflicts elevations. Based on our Team's walkthroughs and site that demonstrates the level of detail the Team has analysis,we find that there are less than 5%of existing undertaken to identify potential problems. properties that qualify as the latter type of harmonization. All transitions for the first type of harmonization must C // Anticipated Adjacent r,, be designed to conform to known Department of impacts Due to Grade Differentialand H Transportation standards for driveway slopes and to ow to conform to ADA minimum standards for pedestrian Property Ow;3 r access. Otherwise,all materials for driveways or other Harmonizing the Roadway Cross Section with Adjacent hardscape surfaces shall be restored pursuant to those Properties When the preferred West Avenue Cross specified by the design criteria package. Section is selected by the City,the Ric-Man Design/ Build Team will engage immediately in determining Driveways Based on our numerous site visits and the harmonization requirements of the new roadway observations throughout the project neighborhood,we elevations,and developing the site-specific design. estimate that 90-95%of the properties consist of low- Two of the key elements to be addressed during lying(below 3.7 NAVD)structures.The neighborhood the harmonization process are driveways and ADA generally consists of a wide variety of low-to high- compliance for sidewalks. rise condominiums,single family homes,townhomes, restaurants,and retail and office buildings.We find that it Based on our observations of the existing and is difficult to generalize the neighborhood characteristics, proposed roadway profile grade lines.we estimate the or standardize to one or two different types of mean increase in the crown of road elevation will be harmonization designs. approximately 1.6 feet. This will undoubtedly have a significant impact to the existing adjacent properties In our experience,attention to detail is important when as many of them,including buildings,are only slightly preparing harmonization exhibits. When harmonizing higher than the existing roadway elevations. Harmonizing proposed infrastructure improvements with existing driveways and walkways to provide a smooth,drivable, facilities few assumptions can be made,and site field and ADA pedestrian accessible transition between visits during design are very important to ensure that all the existing properties and the proposed roadway features are identified. Attention to detailed drainage elevations will be a challenging endeavor to say the least. patterns,existing utilities,existing gates,fences,irrigation, Detailed topography and survey of existing conditions, lighting and other private facilities is recorded and encroachments,and surrounding areas will be critical in considered in the design. It is our opinion there must assessing the potential impacts to the properties. be a high level of consideration for flood protection of private properties that currently drain toward the ROW Although we believe that harmonization between higher and roadway to ensure that by raising the roadways,the roadways and adjacent properties is a large part of the project does not adversely affect private properties. success of this project,impoundment of stormwater or flood plain encroachment by the roadway is equally It is important to note that the analysis for the flood critical. Stormwater runoff that will be proposed to slope protection of private properties must extend beyond the into the lower adjacent properties must be captured, harmonization of the properties and the right-of-way,and treated and disposed prior to affecting these properties. into the property itself. The stormwater system must be Further detailed stormwater analysis of the City's system designed to peak at stages not exceeding the lowest will need to be prepared by the City to ensure that by private property elevations. For this reason, it is important raising the roadways,the flood plain is not being altered that the stormwater management system be modeled to the detriment of the stakeholders. with enough detail to ensure that the private properties _ IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB IIVI C®S _.. caxei',a,roc.; DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS " """ APPROACH&METHODOLOGY PLAN 82 are protected to a specific minimum level of service. D // Planned Supplementary That specific level of service should be to flood protect Geotechnical Investigations, or parking lots for up to a 5-year 1-hour storm event,or at Environmental Contamination Surveys/ least up to the current lowest crown of road elevation. We se SupportAssessments ntsr by the the roe�pasor,s believe that this level of service can be accomplished by regulating the pump on and off elevations and designing Deslan Approach an efficient and adequately sized pipe network capable of The Ric-Man Design/Build Team has extensive conveying runoff to the nearest pump stations. geotechnical engineering experience in Miami Beach. The anticipated subsurface conditions in the project area In accordance with the DCP,we understand that consist of an initial layer of fill,typically extending to about driveway replacement materials within the ROW will elevation+0 to-3.5 feet NAVD,underlain by the muck consist of asphalt or concrete. Both materials,as the layer which typically extends to about elevation-4.5 and predominant source of restoration,will provide a uniform -9.5 feet,NAVD.The muck is underlain by sands and and consistent appearance for the community. Within shells extending to about elevation-17 to-22 feet,NAVD, private properties, it will be necessary to obtain license and then below porous limestone is typically encountered. agreements with the property owners prior to working Groundwater levels in area are generally the same as the inside property. Typically, obtaining an agreement from water levels in nearby Biscayne Bay and typically fluctuate an owner to restore driveways to their original conditions between elevation-1.5 and+1.5 feet NAVD,with higher or better is relatively simple,however,obtaining groundwater levels occurring during unusual high tides agreements from owners to restore driveways to different and storms. materials that they have come to enjoy and use could be challenging.The owner will be advised that any salvaged Geotechnical Challenges and Approach The key material will be stockpiled within their property for reuse. geotechnical challenges associated with design and As such,we will make every effort possible to coordinate construction of the project include: with the owner to either accept the alternative concrete Lack of available current site-specific geotechnical restoration or some other means to reduce the owner's information expense to restore their driveways with their salvaged material or better. Presence of soft and highly compressible muck, with very low bearing capacity and potential for ADA Accessible Ramps and Steps One of our goals excessive ground settlements resulting from for this project is to maintain the means of ingress and consolidation under the weight of the new fill egress not just for vehicles,but also for pedestrians. As required to raise the road grades our Team has accomplished in the past,and will continue ;; High groundwater levels,and relatively high to do for this project,we will perform the necessary site permeability of the underlying sandy soils reconnaissance to maintain the means of ingress and egress and design facilities to comply with ADA standards Necessity for support of excavation,and and regulations. It is important for site visit to assess the dewatering to facilitate installation of the proposed surrounding conditions in the design process. The design water main,sanitary sewers, storm drains,pump of ramps, handrails,and steps where deemed appropriate station and other underground infrastructure will be analyzed on a case-by-case basis to provide A comprehensive geotechnical field investigation is the most efficient and effective means of access to all planned to: adjacent owners. _= Confirm our Team's preliminary assumptions, based on currently limited available data for nearby investigations, regarding the subsurface conditions Determine the site-specific geotechnical conditions Finalize the proposed design and construction approach. For this project,the planned geotechnical field investigation envisions approximately fifteen(15)soil borings to a depth of 30 feet along the proposed utility IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS cawAMFL,iIc. APPROACH& METHODOLOGY PLAN 83 installation alignments(approx.one soil boring for every 500 feet of alignment).Services would also include potentially an additional four(4)soil borings to a depth of 60 feet at the proposed pump station,appurtenant structures,and the Baywalk structure. Environmental Contamination Survey The planned protocol provides a course of action to ascertain if affected soil and groundwater exists within,or in immediate proximity of,West Avenue,Bay Road,and the other project roadway construction.Secondly,to prepare a contingency plan for excavation of soils and dewatering of groundwater from areas that will be in close proximity to the contaminated facilities.Available regulatory files for these locations will be reviewed prior to determining if sampling is necessary,and then to identify locations to best understand the areas of impacts,groundwater flow direction and depth to groundwater at the specific sampling locations. Sample locations will be located adjacent to the facilities of concern,as well as beyond the boundaries as deemed appropriate to assess off-site impacts. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB 310444* C®S nc. DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS GOUT. APPROACH& METHODOLOGY PLAN 84 8 ;'/ PROJECT SCHEDULE for vehicles/pedestrians and bicyclist.This second phase ,, will be initiated after the 2017 Holiday Season at the North Proposer shall describe the project schedule end of the project(Lincoln Road and Lincoln Court)and approach utilizing the Critical Path Method progress orderly to the north end of the project(14th a//Schedule shall utilize calendar days, Street).This approach provides for the early completion of b//Weekend and City Holidays shall not be Lincoln Road Pump Station,as per the DC. considered work days It is Ric Man Construction's intention to halt heavy 4110014439'""NOVten" ""/. "amu m f 01MMOZOOP7 construction during the 2017 and 2018 Holiday Season The Ric-Man Construction Design/Build Team will (Thanksgiving to New Years Day)in order to provide immediately upon the award of the contract by the the Neighborhood with a relieve from the construction City commence all activities to gather Public Input and impacts and support an acceptable living environment Acceptance of a final Roadway Design Concept,finalizing during these significant season. design and preparing permit documents,and to initiate Ric Man Construction's overall schedule fully meets and utility coordination/relocation coordination and purchase actual) improves the required completion deadlines of long lead items.The Ric-Man Construction DB Team's Y p approach is to work concurrently on all facets of the the solicitation as follows: Design and permitting and initiate construction of each Substantial Completion 1 is reached in 724 days(6 facet as it completes the permitting phase.This allows for days in advance) the highest expediency in construction completion and Substation Completion 2 is reached in 113 days(63 therefore the lowest impact to the community. days in advance) The proposed schedule assumes a NTP 1 date of April 4, Substantial Completion 3 is reached in 64 days(26 2017. If this is attained,the Ric-Man Construction Design/ days in advance) Build Team forecasts that all the water main and sanitary The complete schedule can be found under Tab 4. work can be completed and placed into service before the P 2017 Holiday Season.In addition,as proposed,the Lincoln Road Seawall and the structural/Civil components of the Lincoln Road Pump station will have also been completed by the same 2017 Holiday Season.The construction of the water mains and the sanitary sewer system will be accomplished with minimal traffic closures using a"Rolling MOT"that is deployed daily, morning to evening,and retrieved every night.This results in minimum impacts to evening on-street parking which is so vital to the residential developments that have limited off-street parking,and business that rely on on-street customer parking. Following the construction of the water and sanitary lines being placed into service.The Ric-Man Construction Design/Build Team will have completed the Public Process, Design and permitting processes for the Storm Drainage and Roadway Construction(including sidewalks, landscaping ,lighting and signalization).This second phase of the project is the heavier more impactful construction,and includes the storm drainage,traffic signal,street lighting,sidewalks and roadway.This work will entails continuous roadway lane closures over the period of several weeks per segment.The segments are defined as per the DCP and result in short enough spans that allow for highly reduced impacts to traffic and parking. The segments are also limited to one side of West Avenue and Bay Road at a time,to allow north/south traffic flow IN ASSOCIATION WITH R1C-MA'y C®S CITY OF MIAMI BEACH I RFP. 2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS APPROACH& METHODOLOGY PLAN 9 ;'1 ENVIRONMENTAL QUALITY Meetings(CAC),presentations,elected official briefings APPROACH and community meetings to illustrate the purpose and ,,, - need for the project,and solicit feedback.We will use the Proposer shall describe the planned following approach to minimize construction impacts to environmental quality management approach the local community: by demonstrating the following: Night Temporary illumination a//Approach to minimize community impacts We anticipate little or no night construction;the majority from, construction noise, dust and vibration. of construction will be during the day. In the unlikely event b//Correcting any resultant settlement and/ of night time work portable light plants will be utilized or damage to any existing structures that are in a manner so as to screen the residents from glare by a consequence of the Proposer's construction directing the fixtures down toward the work activity and activities. utilizing screening as necessary. c 7/Prevention or containment of any discharges caused by the proposed work. Construction Noise d//Pre-treatment of construction water prior Our team is knowledgeable of AS 2436—1981: A to disposal to ensure compliance with permit Guide to Noise Control on Construction,Maintenance requirements. and Demolition Sites,which establishes that during the 1//////////H///!.U///NH.055II140/.NW..4666,7 45+h:~H/.G%/////.•%/!//.0////,l/l//Y///h.Ze g.iiH/4'f/,///16~,f142.,/,4,35.4, construction planning phases,minimal annoyance shall be A // Approach for Minifizinc._, conferred upon the people living and working in nearby Community impacts premises,and to people outdoors in the vicinity. Our community outreach approach is proactive,as we Our project manager,Albert Dominguez,will work closely anticipate issues and strive to minimize public complaints with our safety manager,John Huskey,to implement before they occur.We will generate clear messages proper noise control methods,and feedback will be that explain the project purpose and outline what is provided regarding the effectiveness of noise control to be expected during construction.Our team's public involvement officer, Monica Diaz,will be available and measures during safety meetings.Hearing protection and will work in concert with the City on developing a plan the selection and use of hearing protection devices will be of action that includes researching the area,recognizing included to safeguard employees and all persons present potential impacts,and preparing and disseminating on the job site from hearing damage and/or impairments. project notifications.This includes the use of outreach Our team will outline methods for sound management that approaches with neighborhood associations such as are to be followed by all working personnel.Our approach WAVNA,through international meetings,hand outs,door to this matter will provide guidance in noise control on hangers and one on one interaction with homeowners in such sites and include guidance in investigation and affected neighborhoods. identification of noise sources, measurements of sound, and guidance in assessment with a view to planning We will identify all major stakeholders and coordinate measures for noise control and monitoring of their with them throughout the life of the project. Monica has effectiveness. established relationships with this community,and is currently providing public outreach support for the Miami Our team's preventative management approach aims Beach Convention Center Expansion and Renovations, to reduce noise during the entire construction process, as well as coordinated outreach efforts during the which is achievable through quiet work practices,quiet reconstruction of neighborhoods. construction equipment,and other effective noise control We will clearly communicate all construction efforts to practices.We will meet or exceed the City of Miami Beach not only affected neighborhoods,but to the City of Miami Construction Noise Ordinances. Beach Communications Department to allow for city-wide Dust Prevention communication.We will work with the City to develop The inherent moisture content of excavated materials project collaterals that include visual concepts and will significantly limit the total amount of dust associated displays such as interactive maps,3D video simulations with this project.However,where necessary,we will use and renderings for the community to understand the wet suppression to control dust dispersions.This will be various alternatives for improving the corridor.Our team the primary means to provide temporary dust control, is ready to assist in coordinating and attending a series and will be applied to aggregate stock piles,bare ground of public workshops,Corridor Advisory Committee IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB i``e"t41 COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS APPROACH& METHODOLOGY PLAN 86 work sites and drilling operation sites on a routine basis and peak particle velocity will be used at the beginning of several times a day,if needed.Wet suppression consists each type of construction activity to verify that vibrations of applying water or wetting agents from sprinkler do not exceed the established limits.We will adhere pipelines,hoses,tank trucks or other devices capable of to the use of a maximum total gross weight of three providing regulated flow,uniform spray,and positive shut- (3)tons for vibratory roadway compaction equipment. off. Dust suppression wetting agents will be water-soluble, Existing structures will be surveyed prior to construction, nontoxic, non-reactive, non-volatile, non-foaming,and monitored during compaction operations and verified that will not be applied to planted soil areas.Accumulation of no damage has occurred.In the unlikely event of damage dirt/dust on sidewalks and temporary and/or permanent all repairs will be performed by the Ric-Man team to the restoration paving will not be allowed.A street sweeper satisfaction of the neighborhood residents. will be on site as needed to ensure no build up of dirt and // Correcting settlement and/or debris occurs. damage to any existing structures Truck Hauling Devices during construction Trucks hauling soil, muck or rock will have a truck bed No appreciable settlement is expected to occur as a completely covered with a tarp or similar protective cover result of shoring or pile-driving operations at the Pump before leaving the site.Before leaving the site,the vehicle Station.The existing seawall is being refurbished with a body and/or wheels will be cleaned of mud and dirt to new seawall and the cofferdam locations are sufficiently control tracking on to roadways.Gravel wheel-tracking distant from other existing structures that damage is not areas will be installed,in addition to any water-cleaning expected. areas to reduce mud tracking on to public roadways. As stated above,we will perform pre-construction Street Sweeper surveys and videos of all buildings/structures within the Our team will be responsible for daily clean-up on public neighborhood and affected areas and document existing roadways and walkways affected by work on this project conditions.A final completion survey will be performed as necessary.A wet spray power vacuum sweeper or to determine any damage,along with plans to correct similar equipment will be used for necessary cleanup on deficiencies. paved roadways.Dry power sweeping will not be used. Our settlement monitoring program will consist of a Stockpile Tarps number of survey monitoring points located in the If wet control measures will not work for inactive immediate vicinity of each cofferdam installation, stockpiles,plastic tarps will be placed over stockpiles expected at the seawall driving and bay walk locations. and secured with sand bags or an equivalent method to The monitoring points will be affixed to nearby surface prevent covers from being dislodged by wind.Covers will elements or critical structures(building corners,etc.). be repaired or replaced whenever damaged or dislodged. The spatial coordinates of each point will be base-lined and subsequently monitored on a periodic basis during Earthwork Activities construction and for a limited time thereafter. Should During front-end loader,clamshell bucket,or backhoe any readings indicate movement has occurred,it will be activities,the free drop height of excavated or aggregate evaluated against pre-established action level criteria. material will be minimized as much as practical to reduce // Prevention or containment of anydust generation.During transport,a free board space d3 C z'i'ri es caused by the proposed between the material and the top of the dump track bed # ; will be maintained to avoid spilling materials that can Ric-Man's approach to dealing with potential contaminants generate dust. will rely on the basic tenant of avoidance backed up by Vibration a detailed mitigation plan submitted prior to performing Cofferdam construction, including support of excavation any work on the project.We will design and implement installation and seawall construction will be the highest a unique dewatering approach designed for this specific vibration source on this project at the new Lincoln Road project in accordance with the required permit limiting Pump Station.Monitoring of ground vibrations at sensitive conditions and at all times maintain sufficient pumping building locations with portable monitoring equipment equipment and machinery in good working order as capable of providing record measurements of frequency detailed under section D-Pretreatment of Construction Water. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB Itqftle.1 COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS •._ .� APPROACH&METHODOLOGY PLAN -- 87 Each site will have absorbent granular bags,pads and the affected routes of work.The construction team will tubes for minor spillage of contaminants. Seepage or observe the soil and ground water during excavation leakage from equipment will be reported immediately for signs of contamination.Dealing with muck layer has for appropriate action.All raw materials will be inspected been addressed in Tab 1. If necessary chemical testing for contaminants and reported on the daily QC report. and ground water sampling will occur to ascertain the We have agreements with environmental firms such as conditions o0f the materials found.If contaminated Cliff Barry, Inc to provide assistance for larger spills.All materials are encountered,we will immediately bring contaminated material found will be disposed of per EPA these findings to the City and take the appropriate action requirements.The project will have a program set up that for the safe handling and disposal of these materials. will cover the following: D // Pre-treatment of construction water All flammable and combustible material will be prior to disposal to ensure compliance wi h permit r it ent kept in separate containment areas. We will design and implement a unique dewatering Fuel cells will be protected by a sand berm with approach designed for the specific project in accordance visqueen,if used on this project.All fuel cells will be with the required permit limiting conditions and will at double lined capable of holding the capacity of the all times maintain sufficient pumping equipment and tank. machinery in good working order. Biscayne Bay will Oils and lubricants will be held in a secondary be protected from infiltration of solids from dewatering containment storage unit. operations for the Lincoln Road Pump Station and seawall MSDS sheets will be on site for available reference through the use of approved turbidity reduction devices, floating turbidity curtains and daily monitoring/testing A spill plan will be developed to include: as required by the dewatering permit.We will also have » Proper handling of material for discharge available at all times competent workmen for operating prevention and control the pumping equipment.Adequate standby equipment » Hazardous waste management will be kept available at all time to avoid costly delays caused by equipment failures. » Emergency response plan » Reporting and record keeping. We will dispose of any water from the work area in a suitable manner without damage to adjacent property Water management during construction of the new or structures.Water will be filtered using sediment tanks drainage system will be through a controlled and planned and other approved methods to remove sand and fine approach by sector and comport with the overall MOT soil particles before being discharged into any drainage plan for the work.Existing drainage systems will be kept system.The return of groundwater to its static level in operation as the work progresses from sector to sector will be performed in such a manner as to maintain the wherever possible. As Areas receiving new drainage undisturbed state of the natural foundation soils,and to systems come on line flow will be diverted through prevent disturbance of compacted backfill and to flotation existing drainage systems for disposal via temporary or movement of structures and pipelines. gravity piping or pumping around the affected sectors of work to ensure flooding does not occur. The sanitary system replacement will occur by ensuring through plugging and bypassing that all sewage remains contained within the sanitary systems.The remove and replace approach to the work will be coordinated in a manner such that interruption of service is minimal for residents and businesses along the conversion route. Sewage breaks or spills will be quickly contained in accordance with the site mitigation plan. Contaminated soil and/or groundwater are not anticipated based on the information provided in the DCP.Although not identified we realize that there is potential,although minimal,for encountering contaminated materials along IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB _ - - DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS APPROACH&METHODOLOGY PLAN 88 10 // WORK PERFORMANCE Itis the objective of the City that, at a minimum, 60% of the construction portion of the project defined herein shall be performed directly by the Prime Contractor(rather than through sub-contractors). To evaluate compliance with this objective, proposers shall submit a schedule, by Construction Specification Institute (CSI) Division, denoting which sections of the scope shall be performed directly by the Prime Contractor(with its own forces) and which sections are intended to be subcontracted. GYiHyNyy/,+/Yl,�/�W3W/NH/Ni11/J.///+;1Nll///N//N/NNNI//fN/NN.%Yl/1NNN///Nf.WNN NN/////NNN//.WAIVANN/,Q%NN/A7YOZOW///N/N+NN N?Y/N/N/Nl!////NJN/J Ric-Man Construction will self-perform the majority of the design/build services for the West Avenue Street Improvements and assembled work. Roadway excavation,water main,sanitary sewer and drainage work including subgrade stabilization and grading work in the roadways. Mass excavation,shoring dewatering,installation of all precast components for the wet wells,treatment units,weir and junction boxes and erection of the pumping and treatment units at the Lincoln Road Pump Stations. All large-size conveyance elements,such as the 72" RCP Inlet to the pump station to the trash rack. Paving, landscaping,site lighting and signalization,and miscellaneous concrete activities, such as curb and gutter work,sidewalks, handrail, manatee grates,etc.,and restoration paving work,will be performed by subcontractors.Bay walk construction and sea wall work will be performed by a marine subcontractor. We will meet the 60%requirement of work to be performed by the prime contractor based on the value of the scope of work described above. Please refer to the following table for the breakdown of work items to be performed by Ric-Man and its subcontractors. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB 0C DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS wMer FL APPROACH&METHODOLOGY PLAN 89 CSIMajor Subcontractor Description Ric-Man Major Scope Items Subcontractor Division Scope Items Survey/Schedules/ Testing Labs/Photos/ 1 General Requirements 8% Temp Facilities/ 2% Sanitary/Facilities Cleaning/Admin/MOT Roadway Subgrade/ Catch Basins/Inlets/E&S Stabilization/ Control/Paving/ 2 Sitework/Roadway/ 36.5% Excavation/Shoring/ 10% LandscapingDewatering/ Harmonization/ Landscaping Harmonization Water Main/Sanitary Sewer and Roadway 2a Underground Utilities 20% Drainage;Inlet Structures,Manholes Structures at Pump Misc Structures-Boxes/ 3 Concrete Work 3% Stations/Sidewalks, 3% Pads/Curb and Gutter/ Gravity Wall Sidewalk 4 Masonry 1% Brick Pavers Embedments/ 5 Metals 2% Handrail/Gratings/ Trash Rack,etc. Thermal and Moisture Sealants/Caulking/Damp 7 Protection Proofing As applicable— 8 Doors and Windows 0.1% Covers/Enclosures Painting/Coatings/ 9 Finishes 0.1% Markings 10 Specialties 1% Hatches/Covers 3% Pumps and 11 Equipment Treatment Units 4% Piling and Pre-Cast 13 Special Construction Panels, Bay Walk 14 Conveying Systems N/A N/A Piping for Pump Small Diameter Drainage/ 15 Mechanical StationNaives and 0.2% Site Piping/Fans/Heaters/ Fittings Louvers Conduit/Wire/Control Electrical at Pump Wiring/Panel Installation/ 16 Station/Street Lighting/ 0% 6% TransformersNFD-Install/ Signal Signal/Lighting Percent of Work to Percent of Work to be Completed 73.6% be Completed by 26.4% by Ric-Man Subcontractors IN PSSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KBAtc MAp C®S ..� _ .. ., ... .. DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS --- caxei�n.IMc APPROACH &METHODOLOGY PLAN 90 11 '_! MITIGATING DISRUPTIONS Vehicles parked in unauthorized locations will be flagged Describe plan on how construction staging and Ric-Man will attempt to contact the Owners directly areas, pedestrian paths, vehicular traffic and with fliers providing notice of impending work in the patterns, etc. will be handled in order to mitigate affected construction zone. Non-compliant parked vehi- disruption. cies will be towed and the owners contacted through the A.; y///y/5M00109////pry /H/////NN/1/0%.460 'ry///'�'//'`WX,V GAV/F/Y Ric-Man PIO of the action taken. Construction staging for all materials and equipment not The roved MOT and Access Plans for each segment in use will be off—site but in accessible areas to allow approved the efficient movement on to and off of active segments of work will be published 10 days before work will corn- under construction. Materials such as pipe,fittings,stone mence on any given segment.Traffic patterns will be well fill, manholes,inverts etc will be staged out within the defined for motorists on how to navigate past or through affected ROW only so as to eliminate access problems a construction zone.Full street closures will be kept to a from local residents and businesses.The staging of mate- minimum but is expected on side streets off of West Ave rials will not occur on active streets within the ROW,only and Bay Road. within the designated construction zones. Driveways and access points to properties and businesses will not be blocked and residents will be notified through Ric-Man's PIO of ongoing activities including details of movements of material and equipment and timing of work on their affected segment of work. Trucking routes will be carefully planned to minimize impact to peak traffic.Dust suppression will be used and trucks hauling soil,rock or muck will be sealed and covered with a tarp to eliminate spillage.Any stockpiles within the ROW construction zone will be covered with plastic tarps to eliminate airborne dust from impacting pedestrians and businesses.The construction zone will be carefully monitored for removing trash and loose debris on a daily basis. Pedestrian access and safe crossings from the sidewalk and at street crossing locations will be provided as a func- tion of the approved MOT plan.Access to trenches and/or overhead work will be clearly restricted with barriers with appropriate signage to keep the travelling public informed of the dangers. A full Pedestrian and Vehicle Access Plan as a function of the MOT Plan will be provided detailing access points, locations with signage for each segment of work.The plan will be provided to the public through information meet- ings conducted by Ric-Man's PIO in concert with the City's PR representative along with one on one sessions,door hangers and Neighborhood Association meetings with residents and businesses to ensure access points and crossing locations are clearly understood. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB stc M4k c ac. DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS cawai,n. ,t - t� . Il g .. `A a� - ., r^ _— Y ` t. " .,. 7' „- � _- -. pi.; ' SII v C _ _y, rr 4 -,,,,3 x .-:1'i.-'4''''tfra'k•---* 3:,:r.'4.'-k4.-ri'l_.-..i'zic,_.---':--It ' ' ,.'1,, 1 i'rz '•,•/. ".. .'-'--------:-------7—:---- ;—:--:--t -N's:s\s\ :-.'"--','.'''''''';''it,-.., C'''__ :: . -f:',1' - t .-,y r0 Y s Rwa ,a^ ,Ax.ns` d "' .�.< ^«u a s* -;"4' m., ,' ' �'+s• .„..,;:«2:..'''. & .; N� ..a: .. .. - e Z1 ,--.3-:: .ki -,,,..i - ...:-_,-. f., .. PROJECTSCHEDULE .. . .,,,,, ,, , . _ . ,.. , ,,,,,, ,,. -4., _ ,...,,, -- , .,,,,,,, . _ . -_ ,-- , ,-� --;-,_ ,,, :i r Project Schedule The proposed schedule assumes a NTP 1 date of April 4, fl PRELIMINARY PROJECT SCHEDULE 2017. If this is attained,the Ric-Man Construction Design/ Build Team forecasts that all the water main and sanitary The Proposer shall submit a Preliminary CPM work can be completed and placed into service before Project Schedule covering the period from NTP the 2017 Holiday Season.In addition,as proposed,the to Final Completion with the submittal which Lincoln Road Seawall and the structural/Civil components will be the initial Project Baseline Schedule. of the Lincoln Road Pump station will have also been The Preliminary Project Schedule shall include completed by the same 2017 Holiday Season.The all major design, permitting, procurement construction of the water mains and the sanitary sewer and construction, testing and commissioning system will be accomplished with minimal traffic closures activities and meet the stated Contract Dates using a "Rolling MOT"that is deployed daily,morning and any other suggested major milestones. to evening,and retrieved every night.This results in Activities shall indicate their associated phasing minimum impacts to evening on-street parking which is and dependence with other activities, and so vital to the residential developments that have limited highlight the main, coordination efforts and off-street parking, and business that rely on on-street issues requiring the City's involvement and customer parking. necessary reviews. At a minimum, the Preliminary Project Schedule Following the construction of the water and sanitary lines must address the following milestones and being placed into service.The Ric-Man Design/Build activities: Team will have completed the Public Process ,Design Design Schedule & Submittals and permitting processes for the Storm Drainage and Design Phase Reviews by the City— Roadway Construction (including sidewalks,landscaping Assume 4 weeks ,lighting and signalization).This second phase of the project is the heavier more impactful construction,and Community Involvement includes the storm drainage,traffic signal,street lighting, ., Permitting sidewalks and roadway.This work will entails continuous , Utility Coordination/Relocation roadway lane closures over the period of several weeks per segment.The segments are defined as per the DCP Start and completion of Construction, and result in short enough spans that allow for highly Testing and Commissioning reduced impacts to traffic and parking.The segments are Substantial Completion and Final also limited to one side of West Avenue and Bay Road Completion Dates for all Work. at a time,to allow north/south traffic flow for vehicles/ gyy///,a9mw%/ N, JA////kfl//q01/I///UIOA/////,,,,/mov,N//✓////j///N,y{; ,.y ,,,010,S /./////•? ..,g,, pedestrians and bicyclist.This second phase will be The Ric-Man Construction Design/Build Team will initiated after the 2017 Holiday Season at the North end of immediately upon the award of the contract by the the project(Lincoln Road and Lincoln Court)and progress City commence all activities to gather Public Input and orderly to the north end of the project(14th Street).This Acceptance of a final Roadway Design Concept,finalizing approach provides for the early completion of Lincoln design and preparing permit documents,and to initiate Road Pump Station,as per the DC. utility coordination/relocation coordination and purchase It is Ric Man Construction's intention to halt heavy long lead items.The Ric-Man Construction DB Team's approach is to work concurrently on all facets of the construction during the 2017 and 2018 Holiday Season (Thanksgiving to New Years Day)in order to provide Design and permitting and initiate construction of each the Neighborhood with a relieve from the construction facet as it completes the permitting phase.This allows for impacts and support an acceptable living environment the highest expediency in construction completion and during these significant season. therefore the lowest impact to the community. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KBs _ R►ci COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PROJECT SCHEDULE Ric-Man Construction's overall schedule fully meets and actually improves the required completion deadlines of the solicitation as follows: Substantial Completion 1 is reached in 724 days(6 days in advance) Substation Completion 2 is reached in 113 days(63 days in advance) > Substantial Completion 3 is reached in 64 days(26 days in advance) See the following pages for Ric-Man Construction Design/Build Team's schedule. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB p►c DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS N TASK filter:All Activities 0&91 WEST AVENUE NEIGHBORHOOD IMPROVEMENT NORTH P' KB-91-ALL ACTIVITIES ? 1� OD RD PCT Start Foch Calendar 2017 2018 2019 A Mily ID Y Nam Apr 9 AM Jul A S Oct N D Jan F Ma Apr 9 Jun Si A S On N 0 Jan F Mar Apr M Jun u KB-91 WESTAVENUE NEIGHBORHOOD IMPROVEMENTNORTH MILESTONES MS-01 !NTP 1-DESIGN(EST 93/2017) 01 01 0%103-Apr-t7'1 KB91-70AY MS-02 01 01 0%iO3-Jun-17 Keen-7DAY ? `-_ INTP 2-CONSTRUCTION I +' .. ««««.,,,.., ��„,„.««.„...«..«•««. «....�. -- MS-04 i SUBSTANTIAL COMPLETION 42(SEAWALL b PUMP STA PERMIT•180 DAYS) 0 DI 0%1 30-Nov-17. K591-7 DAY MS-05 SUBSTANTIAL COMPLETION 03(BAYWALK PERMIT+LBO OAYS) 01 Or a--i•-,T18-Jan-ILK KB91-7DAY S:92/2019) MS-03 i SUBSTANTIAL COMPLETION*,(NTP 1 a 730 DAY0! 01 0%t02-Apr-14. 0091-7OAT MS-08 FINAL COMPLETION(SC at.90 DAYS:67302019) Of n 01 0%!0%! I 02-Apr-19. 0091 7 DAV - DESIGN - - - 1 ,WATER MAIN DESIGN&PERMITTING__ — Y. Dt-1000 NTP 1(EST 912017) —•� _-_- �-- 1 01 D 0°20 0}Apr-1] KB91-5 DAY --1 10 101 0%103-Apr-17 10-Apr-1] K�1-S OAV� 01-1010 I SUBMIT 60%PLANS ` 131-1020 !CMB PIANS REVIEWS _ 101 101 0%117-Apr-17 26-Apr-17 KB91-5 DAY al 1` 01-1030 I SUBMIT 90%PLANS 51 51 0%101-May-17 05-May-17 KB91.5 DAY�r9_ 01-1040 1 CMB PLANS REVIEWS 51 51 09610844a417 12-May-17 0091-5DAY 01-1050 1 SUBMIT 100%PLANS 31 31 0%11SM1%y-17 17-May-17 f KB91-5DAY 01-1060 1 SUBMIT/APPROVAL MATERIAL CUT SHEETS/PROCURE MATERIALS 101 101 0%116AYy-1l 28-May-17 KI391-S DAY • 1—D1-1070 (PROCURE DER M/0011 PERMIT/FOOT 101 10 0%j 18-Men17.01-J r-l7 KB91-SDAY 1 D1-1080 PROCURE CMSRIW PERMIT 1 1! 0%'.02-Jun-1]i02-Jun-17 I KB91-5DAY SANITARY SEWER .._.__._..3 DESIGN/PERMITTING '; i -''' _.�. .— � 1_... f 02-1000 SUBMIT. fi0°b PLANS—��—� 30; 30 0%0} 10351Apr t7 12-May-17', 10351-5 DAY+ 02-1010_ CMB PUNS REVIEWS 101 101 0%+15-MaY17 26-May-17 0891-5 DAY 02-1020 !SUBMIT 90%PLANS _ 71 71 0%130-May-17 07-2017 KB91-5DAY 02-1030 !CMB PLANS REVIEWS 8 6i 0%106.-0-17 15-Jun-17 KB91-5 DAY - - -- 02-1040 1 SUBMIT 100%PLANS 51 51 0%16-2041-17 22-An-17 10E91-5 DAY 02-1050 !SUBMIT/APPROVAL MATERIAL CUT SHEETS/PROCURE MATERIALS 20 201 0%18-20-17 142417 K591-5PAY 02-1080 I PROCURE MOWSD,DERMPERMIT/FOOT 20 201 0%123-0-17 21-A4-17 f KBD! 5DAY D2-1070 I PROCURE 095 RAN PERMIT 11 1 0%242417 20Ju417 I KB91-5 PAY LINCOLN ROAD SUBMIT 50% STATION DESIGN/PERMITTING _ _ _ _ __ ---- 30 30 0%03-Apr-17 12-May17 14691-5DAY ; 6.0%-PLANS-CMBMO FWISF W MOIDEP 0}1000 .__ .... �D}1010 ;AGENCY PLANS REVIEWS 10i t0 0%1SMari172B-Mry-1] KB91-5DAY 03-1020 [SUBMIT 90%PLANS-CMBIMOPW/DERM/DEP 101 10 0%:30-915-17 12-Jun-17 KB91-5 DAY D3-1030 I AGENCY PLANS REVIEWS 10 101 0%'.,13-Jun-17 28-Jun-17 Met-5DAY - 03-1040 !SUBMIT 100%PLANS-CMB/MO FWIOERM 5, 5: 0%127-Jun-17 03-1417 1 KOOt-5DAY 201 201 0%:27-Jun-17 2SJLL17 1 9091-5DAY _ ”-"'- -.,� D3-1080 ISCURIE CUT-SHEETRMITSSUBMITTAL/APPROVAL m1 201 0%I05-A4-17 101-rug-17 KB91-5DAY D3-1070 1 RIW PE PERMITS }1070 RMI PERMIT 11 1 i 0%102-Aug-17 1 02Pup-17 K991 5DAY 1 ROADWAY/DRAINAGE/STREET LIGHTISIGNALILANDSCAPING DESIGNIPERMITTING t%'`" ° 64-1663 _. , -..__ _ - -.. 2( 201 0%02-Apr-1 _e Acr tl KB91 5DAY I D41000 .PREPARE DOCUMENTS FOR COMMUNITY DESIGN REVIEW MTG _- 1 D41030 1 UTILITY COORDINATION/IDENTIFICATION/SCHEDULE DEVELOPMENT I 201 401 0%,03-API.17 26-May-17 0091-5DAY -- - ”" 041010 !CDP REVIEW - 101 101 0%101-May-17!12-May-171 KB91-5DAY •• 1 041020 I FINAL DOCUMENTS FOR COMMUNITY DESIGN REVIEW MTG 51 5'; 0%115-May-17i 19-May-17 0591-5DAY D4-1040 I CITY REVIEW 5! 51 0%122-May-17126-May-171 KB91-5DAY 1,_ D4-1050 ISCHEDULEAND ATTEND COMMUNITY DESIGN REVIEW MTG. 51 510%122-May-17 26-May-171_KB91-5DAY 041000 !COMPILE AND ADDRESS P6600 INPUT 61 6'; 0%I 30-May-17 106-Jun-17 1 K11-5DAY Page 1 N 12 TASK filter M8 Ac5v;tiea s Remanng lave)of Effort ® CA ng Wark • •Milestone D 0,015 Cory0retior 1 ®Actual Wmk ®CIRCrNwl Remanng Work 114.5-91 WEST AVENUE NEIGHBORHOOD IMPROVEMENT NORTH ILIC'r-----4-------1141/1 TASK filterAll ACOViLes IKR-91-ALL ACTIVITIES CONiT,IIIC. �f IArady ID Activity Name 00 RD PCT Start Favh Calendar 2017 2018 2019 APr1 M Jun'Jul l A'5 1011 N I 0 Janl F IMarIAPrl M 14th Jul I A I S 1051 N I 0 J391 F IMarlA9rl M IJuni4 04-1070 I SUBMIT DOCUMENTS FOR COMMISSION APPROVAL 71 71 0%107-An-17 115-A19-17 k KO91-50AY 1 04.1080 COMMISSION APPROVAL 201 201 0%116-Ari-17 14J4L17 II 4891-5 DAY 1 D4-1090 1 SUBMIT 80%PLANS-CMB'MDPNIDERMIOEP 10, 101 0%,1744.17 28.44417 4081-S DAY 1 04-1100 1 AGENCY PLANS REVIEWS 101 10 014131-Jul-17 I11-Aug-17 K91-5 OM 04-1110 'SUBMIT 90%PLANS-CMB/MO PW/DERM/DEP/FOOT 91 6, 0%114A49-17121-Aug-17 1 KB91-50AY I 041120 iAGENCY PLANS REVIEWS 8 I 81 0%22-Aug-17 I31-Aug-17 KB91-50A0 04-1130 1 SUBMIT 100%PLANS CMBMO PLN/DERIWDEP/FDOT 51 51 05, ep 101-517 06.503-17 K1891-5 DAY 104/140 ,MATERIAL CUT-SHEET SUBMITTAUAPPROVAL 101 101 0%701-Sao-17 ISSep.17 I K91.5 DAY X — 041150 ;SECURE PERMITS 71 711 0'5111-Septi 119Sep-17 I 4891-5 DAY _ i 1041160 RAN PERMIT1i 1; 0%:143ep-17 19-Sep-17 KB91-$DAY . QAY WALK DESIGN AND PERMITTING _ k 05-1000 i SUBMIT60%PLANS-CMB/MO PNISFWMD/OEP/USAGE 451 45 0%033 -17 05-Jum17 KB91-5 DAY Millil 05-1010 ,AGENCY PLANS RenEWS 201 20 0%06-Jun-17 03-4/4-17 1 14E91-5 DAY reita D5-1020 :SUBMIT 90%PIANS-CMBMD PN/DERM/OEPNSACE __ 151 1510% 344 ,0 -17 25-44-17 I 6081-5 DAY _ _—. — _ t 05-/030 ,AGENCY PLANS REVIEWS 201 201 0%I — 201 26JW q -17 22-N-17 K1801-5DAY . . ......... • 05-1080 1SECURE PERMITS 4001 403; 0%/28.84-17 f{29-Aug-18 1 KB91-7 DAY 05-1040 -SUBMIT 100%PLANS-CMB/MD PN/DERM/DEPNSACE 101 101 0%123-Aug-17 OR-Sep-17 KB91-5DAY 051660 1 MATERIAL CUT-SHEET SUBMITTAL/APPROVAL 601 601 0%107Sep-17105-0eo-17{I K881-50AY C1 nen48, 051070 R/W PERMIT 1, 1 0%'30-Aug-18 30-Aug-18. 10981-5 DAY CQTRVQN NTP Z� ....... WATER MAIN CONSTRUCTION(SC#1) ; • 01-1000 1 NTP 2-WATER MAIN CONSTRUCTION 01 01 044105.151-17 I K881-5DAV C1-1010 I SURVEY LAY OUT 21 2! 0%,05-An-17106Jun-17 I KW1-50AY C1-1020 i MOB/MOT/MATERIAL DELIVERY 51 51 0%05-Jun-17 CS-Jun-17 I KB91-5 DAY .... C1-1030 09-A.17SEGMENT1-CONNECTION WM AT 14TH ST AND WEST AVE 1I 1 0%09.An-17 09-J17 I KB91-5 DAY - - C1-1040 j WM LINES ON 14008LK OF WESTAVE SI 5I 0%!12-Jul-17 I16Juf17 1 KEW-5 DAY C1-1050 I WATER SERVICES ON 1400BLK OF WEST AVE 4 4 0%1131n 16-Jun-17 l K091-5DAY ` 01-1080 1 BACKPLLLAND CLEAN UP 31 3 0%.19-Jun-17 121-Ju-17 {:[( 4881-50AY C1-1070 IWMS LINES ON 15TH STREET FROM ALTON RO TO BAY RO 5i 5 0%`14Ju517�23-4uE17 f 401-50AY Wv --. ........ 01-1080 I WATER SERVICES ON 15TH STREET FROM ALTON ROTO BAY RD 41 4 0%,20-Jun-17'23-Jun-17 11fI K891-S DAY `- I 01-1080 j BACKFILLANO CLEAN UP 31 31 0%.26-Jun-17 25-Jun-17 1 6691-5DAY ya. C1.1100 I WM UNE ON BAY RD FROM 15TH ST TO 16ST 5 51 Sr0%120Ju1.17 130.A41-17 4 6491-5 DAY 01-1110 !WATER SERVICES ON BAY RO FROM 15TH ST TO 16ST 4! 41 0%127Jun-17130Ju-171 KB91-5 DAY 51 5 0%126441-17 06-404.17 KB91-5 DAY I _ ........ 01-1130 °1WM LINE ON BAY RO FRp.116TH ST TO LINCOLN RD 1 C1-1120 1 BACKFILL AND CLEAN UP 31 3 0%10341417 0844-17 I KEW-5 DAY . I 01-1140 [SEGMENT 1-W M LINE ON BAY RO FROM UNCOLN RO TO CCUINS CANAL 3'.1 31 0%107-.14-17 11-44.17 KB91-5 DAY 1` 01-1150 ',WATER SERVICES ON BAY RO FROM 16TH 5TTO LINCOLN RO 4 4:, 0%107-44-17 1244-17 4891-5DAY ■q 03 01-11 i BACKFILL AND CLEAN UP 3 3I 0%110-Ju-17 112.4-17 I 4891-5DAV Pla'.. Ci-1170 WATER SERVICES CN BAYRO FROM LINCOLN RD TO COLLINS CANAL 21 21 0%112-A117 113-A4-17KB91-50AY 1� - .- C1-1180 1 BACKFILL AND CLEAN UP j 21 21 0%112-Ju-17 13-Jul-17 0091-5GAY C1-1190 !FLUSH AND PRESSURE TEST 1 4i 41 0%;14-Ju-17 19-1417 1 K891-5 DAY 01-1210 j CHLORINATION 31 31 0%i 20.44-17 24.4417 I 4591-5 DAY 01-1210 jBACTERIATESTING 41 4! 0%(25-44-17 12641417 K�1-SDAY t( C1-1220 DOH CLEARANCE 1 71 7! 0%31-A4-17 106-44+917 h 6891-5 DAY y 01-1230 ;SERVICES TRANSFERS 81 6., 04A 09-A116.17218-Aug-171 KB91-50AY i =MOM Remanklg Level of Effort ®RemBirlw/Work • •58es0orle Page 2 of 12 TASK fiber All AARCISes Aortal Work OEM Creel Reeumg Work 9 Oracle Corporator 816.91 WEST AVENUE NEIGHBORHOOD IMPROVEMENT NORTH TASK filter'All Activates IKBSI-ALL ACTIVITIES court %YrpovK� OD RD PGT SMrt Finish Ca.. 2017 2013 2019 A41M1•/ID AVuvtt1'Name Aprl M pun 114 A S 1011 MI D Jan+F IMarIAVrI M Pool Jill A l S 10+NI 0 JanI F IM IIAVrI M!Juni'. r C1-1240 !FINAL CONNECTIONS 014TH AND WEST 1 1' 1' 0%121-Ag-1T 21-Aug-1T KB91-5DAY C1-1250 •FINAL CONNECTIONS(4 COLONS CANAL 1I 11 0%22-A9-171—MII K561-5DAY • -,.-1, • - 214A-17 K691-50AV Ct 2000 .. < 3.14 - 3( 3! 0%i24-A41] +�L� KE91-5DAY C1-2010 !WATER SERVICES ON ONWEST WEST OWE ISTH ST TO 16TH ST 01-2030 !SEGMENT 2-WM LINE ON WEST AVE FROM 16TH ST TO LINCOLN RD 1 3! 31 0%!24-A417 26JU417 KEgt-5DAY ts —C1-2050 l BACKFILL AND CLEAN UP I 6+ 61 0%;24-A417 31-Jul-17 K01-5 DAV C1-2020 I g4CKFILLANO CLEAN UP I 2 21 0%125-46[17 120 -17 1(891.5 DAY Ct-2040 !WATER SERVICES ON WEST AVE FROM 16TH STroUNCOLN RD I 31 3! 0%:27-A4-17 '31JULt7 81681-5DAY --- --- C1-2060 I FLUSH AND PRESSURE TEST 2! 2i 0%101-Ag-17.02-Aug-17 K691-5DAY CI-2070 1 CHLORINATION 21 21 051103449-17 04A g-17 1 81201-5 DAY A C1-3180 'BACTERIATESTING 4' Al :07- g-17110-Aug-t]I KEW-50AY C1-2090 DOH CLEARANCE 5; 51 0%111-Tug-17 17-Ag-17 KB91-5DAY C1-2100 SERVICES TRANSFERS 1 7, 71 0%IS-Ag-17 128-Aug-!] 81691-5DAY . C1-2110 1 FINAL CONNECTIONS iP4 15TH AND WEST 1 1. 11 0%129-Ag-17 129-A:g-17 K691-5 DAY 01.2120 !FINAL CONNECTIONS CTICSS @LINCOLN AND WEST I7 11 11 0%029-Ag-17 29-0449-17 KBg1-5DAY r 81651-5011? .... . CI-3010 :SEGMENTS WM UNE ON BAY RD FROM FLAMINGO WAYTO15TH ST 2" 21 0%118-A417 19-Jul-17 � 81691-5DAY 01-3020 WATER SERVICES ON 14TH CT AND FIAMINGOWAY ' 20Ju-17 K691.5060k- __ 01-3030 1 BACKFILLAND CLEAN UP 1_3i 0%118-A417 1341.17 i 6091-5DAY 013040 I WATER SERVICES ON FLAMINGO WAY TO15TN ST 21 21 %20JrI-17_(21-44417 ! 81091-5DAY 01-3050 1 BACKFILLAND CLEAN UP 21 2! 0%,20-A417 121-411.17 6201-5DAY 01-30W i FLUSH AND PRESSURE TEST 2; 21 0%I24-Jul17 1251J-17 KB91-5DAY -- .--. .- C1-3070 l CHLORINATION 21 2' 0%126-A11-17 274-4-17 KB91-SPAY C1-30W 1BACTEfl1ATESTING 4! d: 0%125-Jul-17 02-Ag-17 81091-5DAY C1-3090 i DOH CLEARANCE 51 51 051'03-Aug-17 004g-17 1 10931-5 DAY 01-3100 SERVICES TRANSFERS 31 3i 0%110-Aug-17 14-Aug-17 1 KEW-5DAY 1.1 01-3110 1 FINAL CONNECTIONS Cfg14TH CT AND WEST AVE 111111=1Mall=29-Aug-17' KBBt-5DAY - 01-3120 FINAL CONNECTIONS FLAMINGO WAV AND BAY RD ( 1: 1! 0%129-Aug-17= 1091 5DAY • '!� 6091-5DAY ! !f C1-4000 :SEGMENT 4-WMS LINE ON 15 TERR FROM ALTON TO BAY RD 41 41 0%127-44-17 01-Ag-17 I K691-5 DAY _ C1-4010 !WATER SERVICES ON 15 TERR FROM ALTON TO BAY RD 1 3' 3: 0%,02-Ag-IT 04-Aug-17' K691-5DAY ._. ...... ............ .. .- 01.4020 1 BACKFILL AND CLEAN UP 04A.ug-17 K891-5DAY C1-4030 I FLUSH AND PRESSURE TEST © C= KB91-5DAY C1-4040 CHLORINATION 2! 21 0%'09-Aug-17 IIE•— 81691-504? 01-4050 .BACTERIATESTING 4, 4! 0%11-Ag-17 16-Aug-17: KB91-5DAY C1-4080 !DOH CLEARANCE 5' 51 0%!17-Aug-17 123-Aug-17 1 K691-5 DAY e..-- 014070 ,SERVICES TRANSFERS 31 31 054i 24-Aug-17 29-Ag-17 81201-5DAY 29-Aug-17 81021-5DAY 5 1 Cl-5000 ;SEGMENT S CONNECTION WM AT 16TH STAND ALIGN RD II 14 0%!02-Ag-17 02-Aug-17 K661-5DAY C1-5010 1 WM LINE ON 16TH STREET ' • 1:5=1 K891-509? C1-5020 1 WATER SERVICES ON 16TH STREET 31 3! 051,06-Ag-17 10-Aug-17 81891-5 DAY 01-5030 BACKFILLAND CLEAN UP 21 2! 0%1 06-Aug-17 110-Aug-17 181201-5 DAY rz 444_Rumoring Level0l Effort HEIM Remaining Work 1 Page 3 0112 TASK fitter All Adman ♦ ♦M9aalone ♦Ore014 Corporator MN.Actual Work �G4kal Remaining Work Milk TASK filter All Ac9ViSes SIC KB-91 WEST AVENUE NEIGHBORHOOD IMPROVEMENT NORTH K691-ALL ACTIVITIES CONIrt I Ream. 00 RD PCT Start Finah Calendar 2017 2018 2019 ACOv4y ID Mealy Name - AprI M IJenI J14l A S ItrAI N I 0 Jan'F[MarlAprl M Peel JILT A I S(OG'N I D Joel F IMarlAprl M IJunl" -� Cl-SOLO IFLUSH AND PRESSURE TEST t 2 21 0%;11-Pag-17 Il4-A g-17 Yi K�1-5DAY - -- I 21 210%I 15.44-1] 16-Au9.17 KB91-5DAY C1-5050 'CHLORINATION I I i 41 4 0%';17-Pu6-17 22-Aug.17 KEW-5 DAY C1-5070 I CC*I CLEARANCE I [ ""'-" I I SI Si0%23Ag-17126Au9-1] KB91-5DAY 01-5070 'SON CLEARANCE 11 C1-5080 ISERVK:ES TRANSFERS I 31 31 0%j 3041/03-17 01-Sap17 KB91 50AY C1-5090 [FINALCCNNECTIONS@ 16TH ST ANDBAY RD 11 11 0%05-Sep-17 0SSp•17 K691-S DAY 01-E1:00 I SEGMENT 6-WMA UNE°HALTON CT 1 4l 41 0%27A-17 'Ot-Aug-17 KB91-5DAY — C1-6010 [WATER SERVICES CN ALIGN CT I 3 i 31 0%102-Aug-17 04-Ag-17 j K891-5DAY 01-6020 :BACKFILLAND CLEAN UP 1 2 j 21 0%103-Aug-17 04-Aug-17 i KB91.5 DAY C1-6030 1 FLUSH AND PRESSURE TEST _ I 2 2 O%107-Aug-17 00Aug-IT 1 KB91-50AY 01.6040 1 CHLORINATICN 1 2 i 21 0%100-Aug-17 10-Aug-17 i K891-50AY C1-6050 1 BACTERIATESTING 41 4 0%111-94-17 16-Alp-17 I{ KB91-5 DAY 01.6060 DOH CLEARANCE 5 Si0%17 Ag-17 23-Ag-17 4 0591 5 DAY 01-6070 SERVICES TRANSFERS3 3 0%24up A -1] 2B-Aug-17 05915DAY ^ C1-8090 WATERMAIN WALKTHROUCd1INSPECTION 5 5 0%0-8x9`17 12Sp-17 K591 5 DAY SANITARY SEWER CONST „W''----,j G Mj r„ ;K.4w�J.y ';3 2-' 02-1010 [SURVEY LAYOUT j 2 21 0%11-Au9-17;1444-17 K991-5 DAY 02-1009 i MOB I MOT/MATERIAL DELIVERY If 51 51 0%;11-Aug-17 17-4 g-17< KB91-5DAY 02-1020 I SEGMENT 1-REPLACE SAN.MAIN AND LATERALS ON WEST FROM 14TH ST TO 15TH ST I Bi 91 0%;18-A 9-17 29-A9-17 i 0891-5 DAY C2-1030 :BACKFILL RESTCRE AND CLEAN UP 3; 3.r 0%:30-Aup-17 01-Sep-17 0891-5DAY .- 02-2500 I SEGMENT 2-REPLACE SAN.MAIN AND LATERALS ON 16TH ST WEST OF BAY RD 41 41 0%116+116-17 234u9.17 K1391 5DAY C2-2510 'BACKFILL RESTOREAND CLEAN UP 31 3! 0%124-Au6-17 26-Ag-17 KB91-5DAY 0%[244449-17 2444.17 29•Rg-17 K8g1-5DAY 'I C2-3060 [SEGMENT 3-REFUGE SAN MAIN AND LATERALS ON LINCOLN TERR. 41 4 0%3 1 C2-3010 I BACKFILL RESTORE AND CLEAN UP 31 31 0%:30-Ag-17 01-Sep•17 0991-5DAY -...,,.+'.... . - C2-500 'SEGMENT 4-REPLACE SAN.MAIN AND LATERALS ON BAY RD NORTH OF UNCOI.N RD i 41 41 0%30-A4-17 I 05.SaP17 10391-5 DAY C2-5010 BACKFILL RESTORE AND CLEAN UP 3i 3i 0%106Sep-1i 06Sep-17 K991-50AY - 02-150 I SEGMENT 9-REPLACE SAW.MAIN AND LATERALS CR 15TH ST FROM ALIGN CT.TO BAY 13.1; 9t 0%130-Au9-17 11Sep.17€ KB9I-5DAY 02.1510 BACKFILLRESTCPEAND CLEAN UP [—3., 3i 0%112-Sep-17114Sp-1i I K591.50AY 1.. C2-4500 1 SEGMENT 6-REPLACE SAN.MAIN ANO LATERALS ON UNCOLN CT - d di 0%y OS-Sap-17 111-Sap-17 k K991-5DAY C2-4510 BACKFILL.RESTORE AND CLEAN UP [ 31 31 0%i12-Sep-li[14-Sep-17 f KB91-5DAY '�-- 02-2003 I SEGMENT 7.REPLACE SAN.MAIN AND LATERALS ON BAY ROADFROM 15TH ST TO 16TH ST I 41 41 0%;12-Sep-17 15Sep-17 KB91-5DAY -- y 02.2020 I BACKFILL,RESTORE AND CLEAN UP 33! 3LLi�0%�110-��Sep17 20Sep-1] 0891-S DAY �- C2-2010 1 REPLACE SAN.MAIN AND LATERALS CR 16THST FROM BAYTOALTON CT. �ilrMf95.1T OM 2117 KBBt-5DAY k'. 6-'(:._.. 51Si 0%12-Sep-17 19Sap-17 0991-S DAY .... ... 02-8000 SEGMENT 8-REPLACE SAN AND LATERALS ON ALTON GT. ..• ." -'......... ........ ........ . 02-55010 (BACKFILL 9RESTCRE AND-REPLCESANCLEAN UP 4i 4t 0%145tP1i 22Sap17 0891-5DAY C2-3600 rSEGMENT9-REPLACE SAN MAIN ANO LATERAL ON SAY 0.D.FROM LINCOLN R0.T0101851 41 4; 0%122-Sep-17127SeP171 0591-5DAY TASK Alter MActivlleM Page 4 of12 aeaai Ac0aIWg Level of Mod ®0,004 ug Work • ♦MAeatone OOracle Corporatior ®ACNM Work —Crdkal Remaihag`work -411111111111111111111111111111111.1111111.11.111111.11.7- a I VG TASK filter All Acevites K5-91 WEST AVENUE NEIGHBORHOOD IMPROVEMENT NORTH K8-91-ALL ACTIVITIES CONTI �� 00 80) POTIStlrt FcaIt Calendar 2017 2018 2019 IAdrvAy ID IAdnay Name AM11 M 1Amlm1 A S 1011 N1 D Jan(F 140/100/1 M1Jun[JM(Al S 1011 N1 0 Jan)F(MarIAP1I M1.AM1' C2-3510 'BACKFILL RESTOREANO CLEAN UP 31 7 0%28-Sep-17 02.01-17 KB91.5 DAY 1. S 101 101 0%I 28-508-17 1202-17 1(991-5 DAY C2.5520 II SEGMENT REPLACE SCL.AMIN AND LATERALS ON LINCOLN RD 0 4 0%113-Oa-17 118-Cd-17 KM-S DAY C2-5510 I BACKFILL. RE RESTOREPND CLEAN UP 02.0000 !SEGMENT 11-REPLACE SAN.MAIN AND LATERALS ON WEST FROM LINCOLN RD TO 16TH ST I Ri 81 0%13-01-17124-Rill 1 0091-5DAY 3 3. 0%2SOd-t l 27-Oct-17 0091-5DAY _-,-_-,..-�_-.�-�.-- - -"'" 02-4010 l BACKFILL RESTORE AND CLEAN UP _ -'-- -!- 02-6020 !SANITARY SEVER WALKTHROUGH INSPECTION33 0%30.61-1]-01-Nov-17 YK891-50,1 �1 `tLINCOLN:iPUMP STATION CONSTRUCTION/SEAWALL RECoNSTRUGTION(SC#2) : - , "0 ".. •E .. I .904 901 0%2644.17 1_0SGw17 KB91-5 DAY 030020 1WSEL DELIVERY OF CONTECH INTERNAL COMPONENTS ��+ 1�1 '2gJ14.17 119-Deyt7 6091-5081 '- C3131]00 I PANEL DELIVERY .. .. .. .... 030010 IPUMP DELIVERY _ 130 130, 0%128414.17 Keel KBB1-7083 C3-1210 TOTAL DURATION(FROM SEANALU PUMP STA PERMIT.MAX 180 DAYS) NEMIMEHMMTACCilil K091-5DAY 03.1010 I SURVEY LAY OUT r SICEESEI 5I 5 0%103-Aug-17 0944-17 K891-5 DAY - --........ 03.10001 MOB!MOT/MATERIAL DEIP/ERY .....:..................................... 4' 41 0%1 10-819-17 IS-Aug-17 KB91-5 DAY 0}1020 SELECTIVE DEMOLITION/CLEAR AND GRUB q4. 4! 2-%'168019-17 21-8019-17 KB91-5DAY 03.1030 1 SET-UP BY-PASS PUMP SYSTEM AND DEWATERING SYSTEM 60 801 0%1188019-17 09-Nov-17 KB91-5DAY C31110 I ELECTRICAL PONER SERVICE AND PAD CONSTRUCTION Bl B 0%;22-8019-17 31-0019-17 KB91-5DAY "- - 03-1040 I INSTALL SHEETING ' imig {1 01 0%01-Sep-17 07-Se8-17 1(891-5 DAY -'-" '-- - 0}1050 (EXCAVATE SHAFT ...•-....-- _ - 03.1G30 1 POUR TREMIE AND DEWATER SHAFT 31 3' 0%108-Se8-17 12508-17 KE91-5DAY C3-1070 I INSTALL POLLUTION CONTROL JUNCTION,BAR SCREEN AND WET WELL STRUCTURES AND BACK tel 181 0%1 13.Sep17 04-01-17 KB91-SPAY 031090 I REMOVAL CF SHEETING 411 0I 0%1OSOB-17 11-041-17 KB91-5DAY RI Ni 0%,12-M-1T 18-0ct-1] i KBBt-SPAY C3-1090 I INSTALL DUAL BY-PASS STRUCTURES AND PIPING 81 8I 0%;22-01-17 3101-17 1 6081-5DAY 03-1100 I INSTALL DISSIPATER STRUCTURE AND PIPING - C31120 I RECONSTRUCT SEAWALUCAP 151 151 0%101-Nov-17 22-Nov-17 f 6891-5DAY C3-1130 BACKFILL RESTORE AND CLEAN UP 41 4, 0%27-Nov-17`32-Nev-171 1(891-5 DAY _-�_, 04 0 0% 1 30-Nov-t7 Il 6091-5 DAY --....--...-_..-.-.. ---------•-- 031100 II SUBSTANTIAL COMPLETION 4.2 ---~•--- 631140 PANEL INSTALLATION 20 201 0%1 20-Dec-17 19-Jan-18 i KB91-5DAY --- - C31160 1 PUMP AND FLOAT INSTALLATION 201 20 0%1 OSFetr181 OS-Mx-18 I 6891-5DAY 01 101 0%1106-401-18 19401-18 1 0091-5 DAY I: 031170 i PUMP STATION STARING/FUNCTIONAL TONING 5: 51 0%,13-Mar-18 19 -181 9091-5 DAV 0311]0 PUMP STATION START-UP AND COMMISSIONING 0 31 310%15'401 6 19-Mar-18 1 KB91-5DAY 31190 — I .............. _,PUMP STATION PUNCH LIST DEVELOPMENT 10 10 0%'20-Ma1-18 02-Apr-18 i KB91-5 DAY 031190 PUNCHLIST COMPLETION + - ...-. ROADWAY AND STORM DRAINAGE SYSTEM CONSTRUCTION(SC#1) �: 0`* F - f •'. 041020 1 SURVEY LAY OUT 1 _a 10%';,20-Septl 2-Sep-17 KBB1-5DAY 04-1000 1 MOBILIZE AND MATERIAL DELIVERY 2', 21 0%120-505-17 21-Sep-17 KB91-5DAY 04.1010 I MGr 2 2i 0%120-Sop-17 21-Se5-17 I 0891-5 DAY 81 81 0%122-Sep-17 642-8417 I 1(891-S DAY -........ C4-1040 INSTALL STREET LIGHTING COND SIDE) ' 0' 44. 0%102-0d-11'OSOd-17 1 KB91-5 DAY .. 041000 ;INSTALL STREET LIGHTING CONOURPND BASES I I 4 41 0%I04trJ-17 10-01-17 1 KB91-5 DAV 041050 1REMWEAND REPLACE CURB AND GUTTER(NORTH SIDE) 21 2: 0%4.110517 120J 17 1 1(091-5DAY 041080 +.REMOVE AND REPLACE SIDEWALK(NORTH SIDE) 9I 8, 0%11301-17 24-08-17 K891-5DAY PI 041070 1 ROADWAY CONSTRUCTION(NORTH SIDE) I --" I Page 5 of 12 TASK fitter All AconSee 1 RNA.. ® g Renewing Level of Effort RemamWork • •WagonsO Crude Cotpaletlor ACWaI Work ab Crl Ramming Work 411111111111111111111111.1* .... KB-SI WEST AVENUE NEIGHBORHOOD IMPROVEMENT NORTHTASK filter All Ac8vi0es IKB-91-ALL ACTIVITIES ��me.� wen� AUhtly 10 Act.,Name OD RD PCT Start Fn. Calendar 2017 2018 2019 Apr'M kon1 Jul'A I S IOrJI.N'D Jan'F IMariAP'M 1Jun'JW'J S I Ong M1 0.Jan'.F IMarlAyr'M 1Juni. N_ - C4-1060 •MODIFY MGT I' 1, 0%125-09-17 125-Oct-17 1,1391-5 DAY 'p �1- --..... 041100 i PRIVATE SIDE HARMONIZATION,LANDSCAPING AND IRRIGATION 301 301 0%1 25-Oct-17 08-Deol7 11041-5 DAV •H iFEMil 641090 I INSTALL STORM SYSTEM(SOUTH SIDE) 2 21 0%126-Ota-17 27{M-17 KB91-5 DAY 04-1100 REMOVE AND REPLACE CURB AND GUTTER(SOUTH SIDE) 4 4' O%(30.05-17 02-Nov-17 K191-5DAY C4-1110 REMOVE AND REPLACE SIDEWALK(SOUTH SIDE) 2 2 0%03-Nov-17 06-Nov-17 6891-5DAY C4-1120 ROADWAY CONSTRUCTION(SOUTH SIDE) 4 0 0% 7-Nov-17 13-Nov-17 K591-5DAY ....-.... 00.1130 TEMPORARY STRIPINGANDSIGNAGE 1 1 0%114-Nov-17 14-Nov-17 11841-5DAY 9-- 04-1520 SURVEY LAY OUT 1 1 0%114-Nw-17 14-Nov-17 K891-5DAY 9 \ 2 2 0%1 14-Noy-17 15-Nov-17 K661-5 DAY C41510 MOBIUZEANO MATERIAL DELIVERY _ C41310 MOT 2 2 0%1 14-Nov-17 15-Nov-17 KM-SOAY 04-1530INSTALL STORM SYSTEM(NORTH SIDE) 7 7 0%I 16-Nov-17 28-Nov-17 ((691-5DAY 04-1540 (REMOVE AND REPLACE CURB AND GUTTER(NORTH SIDE) 4 41 0%1 29-Nov-17 04-0.0-17 E891-5DAY 04-1550 1 REMOVE AND REPLACE SIDEWALK(NORTH SIDE) 2 21 .05-0.-17 06-0.0-17 11091-5DAY C4 8 2 0% 1560 ROADWAY CONSTRUCTION(NORTH SIDE) 107-Dec-17 18-06.17 K891-5DAY 041570 MOD ——Y M—OT- 1 I 0%1 19.500-17 19-Dec-17 11041-5 GAY . - IF .. . 04-1630 PRIVATE SIDE HARMONPATION,LANDSCAPING AND IRRIGATION 30 30 0%119-0.-17 01-Fe6-18 11891-5DAY 04-1580 INSTALL STORM SYSTEM(SOUTH SIDE) 2 2 0%20-06.17 21-0e4-17 11891-5DAY 04-1590 I REMOVE AND REPLACE CURB ANO GUTTER(SOUTH SIDE) 4 4 0%'22-De-17 28-00.17 K091-5 DAY 04-1603 I REMOVE AND REPLACE SIDEWALK(SOUTH SIDE) 2 2 0%I 29-D.-17 02-Jan-1B KB91-5DAY 04-1610 ROADWAY CONSTRUCTION(SOUTH SIDE) 0 4 0%!03-Jan-18 08-Jan-18 6651-5DAY r• C4-1620 TEMPORARY STRIPING AND SIGNAGE 1 1 0%I09-Jan-16 09-Jan-18 K�1-S DAY - 04-2020 SURVEY LAY OUT 1 1 0%1 14-Noy-17 14-Nov-17 KB91-5DAY ti 042000 MOBILIZE AND MATERIAL DELIVERY 2 2 0%114-Nov-17 15-Nov-17 KB91-5DAY t- C4-2010 MOT 2 2 051;14-Nov-17 15-Nov-17 KEW-5DAY V. -- - C42030 INSTALL STORM SYSTEM(EASTSIDE) 4 4 0%118.500-17 21-Nov-17 0891-5DAY 04-2040 INSTALL STREET LIGHTING CONDUIT AND BASES 3 3 0%'21-Nov-17 27-Nov-17 E891-5DAY '._--C-20,3J REMOVE ANDREPLACE CURB AND GUTTER(EASTSIDE) 4 4. 0%'22-600-17 29-Nov-17 KB91-5DAY 042080 I REMOVE AND REPLACE SIDEWALK(EASTSIDE) 2 2 • r1-044-17 K091-5DAY C4-2070 ROADWAY CONSTRUCTIOJ(EASTSIDE) 7 7 . 0 e 0 6891 50AY _ 0420e0 MODIFY MOT 1 1 0%1 13-000-17 13-0.-17 KB91-5 DAY IM 04-2140 PRIVATE SIDE HARMONIZATION,LANDSCAPING AND IRRIGATION 03 30. 0%113-06.17 26-Jan18 6551-S DAY C4-2090 1 INSTALL STORM SYSTEM(WEST SIDE) 1 11 0%(14-De.17 14-00.17 6031-5DAY 04-2100 (REMOVE AND REPLACE CURB AND GUTTER(WEST SIDE) 4 41 0%115-04.17 20-De.17 11091-5DAY .. C42110 REMOVE ANDREPIACE SIDEWALK ST SIDE) 2 2 0%j 21-Dec-17 22-Dec-17KBBt-5DAY 042120 ROADWAY CONSTRUCTION(WESTEST SIO (WSIOEI 5 5 0%'260.0-17 02-Jan-18 K591-5 DAY W- C4-2130 TEMPORARY STRIPINGAND SIGNAGE 1 1 056103-Jan-18 03Ja11-18 K091-5DAY k0L4-140"4 [lC.A ham 042520 SURVEY LAY OUT OUT 1 1! 0%109-Jan-18 09-Jan-18 K991-5 DAY „ 042500 'SURVEY AND MATERIAL DELIVERY 2 2: 0%I04Jan 18 10-Jan18 KB91-5DAY 0-v 042510 MOT 2 21 0%109-Jan-18 10Ja.18 11191-5DAY ' 042530 REMOVE AND REPLACE CURB AND GUTTER(NORTH SIDE) A 41 0%1 11-Jan-18 17-401-18 11891-5DAY C4-2540 REMOVE AND REPLACE SIDEWALK(NORTH SIDE) 2i 21 0%118-Jan-18 19-Jan-18 K1391-5DAY C4-2550 ROADWAY CONSTRUCTION(NORTH SIDE) 8 61 0%1 22-Jan-113 31-Jan-18 KB91-5DAY C4.2560 MODIFY MOT 1 1 0%'01-Feb-1B 01-Feb-18 0E1-5DAY Vyl ......._.......... 04-2570 REMOVE AND REPLACE CURB AND GUTTER SIDE) I 41 41 0%102-Feb-18 07-Fe0-18 KB91-5DAY d Page 8 of 12 TASK filter All',Pollees 4Ks •Rerrmnng Level of Effort ®Remaining Work • •Mem:tone Oracle CorporatorMI=Actual Work �CrNral Remekng Work 411111\ ' IKB-91 WEST AVENUE NEIGHBORHOOD IMPROVEMENT NORTH - -SiCaNLIN TASK filter All A0IwIOes KB-91-ALL ACTIVRIES cour7A mc. �oarCAe..= 00 RD PCT Stan Fn. Cak:nbar 2017 ,I 2018 2019 Pcbriry ID Activity Name Apr( I ' I arl0prl ' I' IAl ' I I I ar1A91IIV M Jun Jul A S Ort N D Jan F M M JUn JW A 9 Otl N D Jan F M N Jun C42610 PRIVATE SIDE HARMONIZATION,LANDSCAPING AND IRRIGATION 301 301 0%102-Feb-18 16-Mar-18 K881-5 DAY 042580 REMOVE ANDREPLACE SIDEWALK(SOUTH SIDE) 2 21 0%108-Feb-18 Feb-18 K8Nl-SDAY 042590 ROADWAY CONSTRUCTION(SOUTH SIDE) 4 4- 0%.12-Feb-18 15-Feb-18 KB91-5 DAY C42500 I TEMPORARY STRIPINGAND SIGNAGE tI 1I 0%15-Fe.18 18-Feb-18 K891.-5DAY 043000 I MOBILIZE AND MATERIAL DELIVERY I 1 0%109-Jan-18109-Jan-18 KB91-5 DAY n ---- ---- 043010 MOT 1 1 0%09-Jin-18 09-JaIf18 KBBi-SDAY ' _ 043020 (SURVEY LAY OUT 1 1 016;05-Jan-18 06Jan-18 KEW-SDAY C4-3030 I INSTALL STORM SYSTEM(EASTSIDE) 3 3 0%I 10-Jan-18 12-Jan-18 KEW-5 DAY ... .... .... C43040 11NSTALL STREET LIGHTING CONDUIT AND BASES 3 3 0%I 11-Jan-1B 16-Jan-18 KB91-5 DAY ''■ 043050 I REMOVE AND REPLACE CURB AND GUTTER(EASTSIDE) 3' 3 0%!17-Jan-18 19-Jan-18 K891-5DAY ar^aJ��i 04-3080 REMOVE AND REPLACE SIDEWALK(EASTSIDE) 2 2� 0%I 22-Jan-18 23-Jan-18 K1391-5DAY 043070 I ROADWAY CONSTRUCTION(EASTSIDE) 8 6 0%'24-Jan-18 31-Jan-18 K891-5 DAY 04 MODIFY� 1 1 0%01-Feb-18 01-Feb-18 KB91-5 DAY R 1R 04-3140 PRIVATE SIDE HARMONIZATION,LANDSCAPING AND IRRIGATION 20 20' 0%01-FeR1B 01-Mar-18 KB91-SDAY 04-3090 INSTALL STORM SYSTEM(WEST SIDE) I 2 2 0%02-Feb-18 05-Feb-18 KB91-5DAY la 043100 REMOVE AND REPLACE CURB AND GUTTER(WEST SIDE) 3 3 0%06-Feb-18 09-Feb-18 6691.5 OAY •1 C43110 REMOVE AND REPLACE SIDEWALK(WEST SIDE) 3 3, 0%!09-Fee-18 13-Feb-18 K801-5DAY aL 04-3120 I ROADWAY CONSTRUCTION(WEST SIDE) 4 4 0%1 14-Feb-18 20-Feb-18 K091-5 DAY IL - C43130 1 TEMPORARY STRIPINGAND SIGNAGE 1 1 0%121-Feb-18 21-Feb-19 KB91-5 DAY • C4-3520 1 SURVEY LAY OUT 1 1 0%21-Feb-18 21-Feb-18 KBB1-5DAY iE:rt 04-35910 I MO&LIZE AND MATERIAL DEUVERY 2 2 011121-FM18 22-Feb-1B K891-5 DAY 0a - t 043510 (MOT 2 2 0%I 21-Feb-18 22-Feb-18 1(091-SDAY - - - --- C443530 I INSTALL STORM SYSTEM 5 5 0%123-Feb-18 01-Mar-18 KB91-50AY 03540 ROADWAYCONSTRUCTION 8 81 014102-Mar-18 13-Mar-18 10391-SDAY 043550 TEMPORARY STRIPINGANOSICWAGE 1 11 0%1 14-Mar-18 14-Mar-18 KB91-5 DAY _ 043580 PRIVATE SIDE HARMONIZATION.LANDSCAPING AND IRRIGATION --_ 20 201 0%19-Mar-18 13-Apr-18 K891-5 DAY • - 044000 IMOBILIZEAND MATERIAL DELIVERY 2 21 0%1 15-Feb-18 20-Feb-18 KB91 SPAY ma • 1 044010 f MOT 2 21_ 0%.16-Feb-18 20-Feb-18 KE91-5 DAY 044020 SURVEY LAY CUT 2 2F 0%I16-Feb-18 2FFeb-18 1(091-5 DAY a C4-4030 I INSTALL STORM SYSTEM(WEST SIDE) 8 81 0%1 j2-Mar-18 KB91-5DAY 044040 I INSTALL STREET LIGHTING CONDUIT AND BASES 3 3 0%,02-Mar-18 06-Mar-18 KB91-50AY ......... ... • 04-4050 REMOVE AND REPLACE CURB AND GUTTER(WEST SIDE) 4 4 0%1 O5-Ma0.18 OB-Mar-18 1(891-5 DAY • . • 044080 REMOVE AND REPLACE SIDEWALK(WEST SIDE) I 3 3 0%109-Mal-18 13-Mar-1BKB91-5DAY 04-4070 ROADWAY CONSTRUCTION(WEST SIDE) 101 10 O%I 140.1a018127-Mar-18 i KI391-5 DAY C4-40130 I MODIFY MOT 1 11 0%128-Mar-18 12Or Mar-18' KB91-5 DAY -- • 04-4140 I PRIV/RE SIDE HARMONIZATION,LANDSCAPING AND IRRIGATION 30 301 0%128091-18 08-May-18 1(891-5 DAY • 044090 INSTALL STORM SYSTEM(EAST SIDE) 41 4I 0%''294.018 03Ppr-18 1(881-5 DAY • C4-4100 REMOVE AND REPLACE CURB AND GUTTER(EAST SIDE) 41 41 0%04Apr-18 O9-Apr-18 1(891-SDAY 04-4110 REMOVE AND REPLACE SIDEWALK(EAST SIDE) 31 3 0%;10-091-18 12-Apr-18 KB81-5 DAY 044120 ROADWAY CONSTRUCTION(EAST SIDE) Si 8) 0%1 13-40-18 2.481-18 KB81-5 DAY 04-4130 TEMPORARY STRIPINGAND SIGNAGE 1 1 0%,23-491-18 23-A01-18 KB91-5DAY 044500 I MOBILIZE AND MATERIAL DEUVERY I 21 21 0%23AFr 18 240p1 18 I 1(991 5 DAY r e,. Page 7 of 12 'TASK finer All Acavlaes arrrrrrrr111 80514Ramming Level of Effort ®Remaining Work • •Mgestcne *Oracle CorpoMior M.Actual Work Min OPool Remaining Work I KB-91 WEST AVENUE NEIGHBORHOOD IMPROVEMENT NORTH �_ TASK filter All Activities KB-91-ALL ACTIVITIES T 0y10 ACOFr.ty Name OD RD PCT Start Fr. Calendar 2017 2018- • 2019 L—Ac8- AUrI M punka aI A I S 1Octl N I D Jan!F IMarfAprl M IJ9n1441 A i S I09I N I D Jan'F IMariAprI M IAInlu -'_ 044510 1 MOT 21 210%',,23-Apr-18 24-Apr-18 KB91-5 DAY 'Z 1 04-4520 i SURVEY LAY OUT 21 21 0%I 23-Apr-18 24-Apr-18 KB91-5 DAY t 04-4530 I INSTALL STORM SYSTEM(WEST SIDE) 7j 7 0%I 25-4r-18 03-May-18 8891-5 DAY 04.4540 I INSTALL STREET LIGHTING CONDUIT AND BASES 3 3 016i 03-May-18 07-May-18 0891-5 DAY 04-4550 f REMOVE AND REPLACE CURB AND GUTTER(WEST SIDE) 4 4 0%154-May-18 09-May-18 KB81-5 DAY 044580 i REMOVE AND REPLACE SIDEWALK(WEST SIDE) 3 3 0%i 10-May-18 14-May-18 K891-5 DAY C4-4570 1 ROADWAY CONSTRUCTION IWESTSIDE) 8 8' 0%115-May-18 24-May-18 KB91-50AY ' 044533 I MODIFY MOT 1 1 0%125-May-18 25-May-18 K891-5 DAY Ir - --- - C44640 I PRIVATE SIDE HARMONIZATION,LANDSCAPING AND IRRIGATION 30 30 0%125-May.18 09-JW18 K891-S DAY • 044590 1 INSTALL STORM SYSTEM(EAST SIDE) 4 44 0%I 29-May-18 014w-18 KEW-5 DAY 04-4800 i REMOVE AND REPLACE CURB AND GUTTER(EASTSIDE) 4 4 0%104-Jun-18 07-Jun-18 8591-5DAY 044810 I REMOVE ANDREPLACE SIDEWALK(EAST SIDE) 3 31 0%08-At-18-12-Jun-18 K1391-5 DAY 04-4620 I ROADWAY CONSTRUCTION(EAST SIDE) i 6 8E 0%113441.18 20-JIn-18 6E1-5 DAY . 04-4830 i TEMPORARY STRIPINGAND SIGNAGE 1 1 0%)21-Jun-18 21-3UF18 KB91-5 DAY 045020 1 SURVEY LAY CUT 1 11 0%123-Apr-18 23-Apr-18 KEW-S DAY .11 04-5000 I MOBILIZE AND MATERIAL DELIVERY 2 2 0%I 23-Ape-18 24-Apr-18 0891-5 DAY t C4-5010 f i MOT 2 21 0%)23-Apr-18 24-Apr-18 81391-5 DAY ..... .-- 3 C4-5030 1 INSTALL STORM SYSTEM 8 61 0%1 25-Apr-18 02-May-18 KEW-S DAY - 04-5040 1 INSTALL STREET LIGHTING CONDUIT AND BASES 8 81 0%127-Aar-18 04-May-18 KB91-S DAY 04-5050 I REMOVE AND REPLACE SIDEWALK(SOUTH SIDE) 8 BI 0%i 03May-18 10-May-18 0891-5 DAY f ROADWAY CONSTRUCTION r 10 10 0%I 11-May-18 24-May-18 KB91-5 DAY 045060 i • 04-5070 I TEMPORARY STRIPINGAND SIGNAL: 1 1 0%i 25-May-18 25-895-16 1,891-5 DAY M111,Ar-, - --- --- 04-5080 I PRIVATE SIDE HARMONIZATION,LANDSCAPING AND IRRIGATOR 30 30 0%I 25-May-18 0}41-18 1(831-5 DAY 045520 i SURVEY LAY OUT 11 1 0%'21-.8.18 21-4191-18 K891-S DAY ( C4-5500 l MOBILIZE AND MATERIAL DELIVERY 2 2 21-Jun-19- 22-441.18 0E91-5 DAY '+ ... C4-5510 1 MOT 2� 0%I 2i 0%1 21-Jun-18 22-Jun-18 I KB91-5 DAY ' - 04-5530 1 INSTALL STORM SYSTEM 8 61 0%125-JInI8 02-Jul-18 8091-5 DAY C45540 INSTALL STREET LIGHTING CONDUIT AND BASES 8 8) 0%1 27-W1-18 05-34-18 1,651-S DAY w 04-5550 REMOVE AND REPLACE SIDEWALK SIDE) 8 BE 0%I03-44.18 11--18 KB91-5 DAY M` ; 045583 ROADWAY CONSTRUCTION I 10 10{ 0%112-JW-18 2541-18 1,391.5 DAY C45570 TEMPORARY STRIPINGANDSIGNAGE 1 1 0%j 25441-18 28JW-18 0401-S DAY ---•- --- P ', 04-5580 -PRIVATE SIDE HARMONIZATION.LANDSCAPING AND IRRIGATION 30 30 0%129-44-18 08549-1R K891-5 DAY -- 048000 iMOBILI2EAND MATERIAL DELIVERY - 2 2' 0%i 21-Jun-18 22-3.4918 0881-SDAY r ( C4-6010 f MOT 21 21 0%121-491-18 22-Jun-18 K631-S DAY I• 1 04-6020 I SURVEY LAY OUT 2! 21 0%;21-341-18 22J41-18 KB91-5DAY - _.... --- 046030_i INSTALL STORM SYSTEM(FAST SIDE) 71 ]I 0%I 25-An-18 03-1-18 KBBt-S DAY 04-6040 i INSTALL STREET LIGHTING CONDUIT AND BASES 31 31 0%1 03-A4-t8 40-4-18 1 1,891-S DAY G4-6050 I REMOVE AND REPLACE CURB AND GUTTER(EAST SIDE) 41 41 0%10544-18 10JA1-18 0991-5 DAY 046060 1 REMOVE AND REPLACE SIDEWALK(EAST SIDE) 3{ 3{ 0%)11-44-18 13-41-18 K881-5 DAY v ' 04Ju 60]0 ROADWAY CONSTRUCTION SIDE) 81 81 0%I 16- -18 25-Jul-18 K81-5 DAY ' ....:................... ..... ... C46080 1 MODIFY MOT 11 11 0%'126-A-18 26-Jul-18 KB91-5 DAY ma C4-6140 1 PRIVATE SIDE HARMONIZATION,LANDSCAPING AND IRRIGATION 301 301 0%I 29-JW-18 O5Sep-18 8BB1-5DAY 04-6090 !INSTALL STORM SYSTEM(WEST SIDE) 4 4 0%274418 .01-Aug-181 8891-50AY - 046100 {REMOVE AND REPLACE CURB AND GUTTER(WEST SIDE) 4) 4` 0%102-Aug-18 107-Aug-18 KB91-5 DAY Page 8 0112 TASK fifer All Activities wee Remanng Leal of Effort Miii3 Remaining Work • •Mreatone Oracle Comomtior �Actual Work ®D(Ncal Remaining Work '68-91 WEST AVENUE NEIGHBORHOOD IMPROVEMENT NORTH f'----- TASK filter:All Activities KB-91-ALL ACTIVITIES cavil 00 RD PCT Start Fins. Calentlar 2017 2018 2019 Activity ID AMMO"Name Apr M Jun JL4 A S Oct N D Jan F Ma Apr M Jun JM A S ON N D Jan F Mar Aar M Jun u. 048110 REMOVE REPLACE SIDEWALK(WEST SICE) I 3I 3) 0 0 i 19- 18 10-Aug-I8 K1591 5 DAY - ..... ' - D48120 ,ROADWAY CONSTRUCTIONIWEST SIDE) K891•5DAY 1 C46130 TEMPORARY STRIPINGANDSIGNAGE I I 111=31309:11:11 "91-50AY 6 E "i_ .'• S C4- 00 MCBILIZEAND MATERIAL DVERU _ — 2 2 0%121-Ag-18 22-Aug-18 K891-5 DAY Yi -' 04-6510 1 MOT 2 21 0%,21-Au9-18 22-Ag-18 6891-5 DAY 0485420 SURVEY LAY OUT ' 21 2 021-Ag-18 22-Ag-18 1(891-5 DAY Z _ %1 0091-5 DAY 08530 I INSTALL STORM SYSTEM(WEST SIDE) 11 ' C4-6540 1 INSTALL STREET LIGHTING CONDUIT AND BASES 1111111111113111=1 05-Sep-18 6591-5DAY '' �� 0%I O43eP18 o7-Se KBB1-SOAv 5 048550REMOVE AND REPLACE CURB AND GUTTER(WEST SIDE) y 0465&1 jREMOVEAND REPLACE SIDEWALJ((WES)SIDE) 0%i 165ep-18 12-SeP18 6B81-5DAY _...___ _ s............. 046570 1 ROADWAY CONSTRUCTION(WEST SIDE) 8 B D%113-Sep-18 24-Sep18 K591-5DAY 046560 1 MODIFY MOT 1 1 1 014125-Sep-18 25-Sep16 6891-5 DAY 046590 i INSTALL STORM SYSTEM(EAST SIDE) 4 4 0%128-Sep-18 01-001-18 K591-5DAY 048800 REMCMEAND REPLACE CURB AND GUTTER(EAST SIDE) 4 4 0%102-01-18 M00t-16 6501-5DAY I '1 REMOVE AND REPLACE SIDEWALK(EAST SIDE) 3 31 0%10801-18 K891-5DAY 046620 ROADWAY CONSTRUCTION{EAST SIDE) 8 6 0%i 12-CG-18 1901-18 KB91-5 DAY 040630 'TEMPORARY STRIPINGAND SIGNAGE 1I 1 0%122-01-18 22-0N-18 6891.5 DAY 046840 PRIVATE SIDE HARMONIZATION.LANDSCAPING AND IRRIGATION 30 30 0%24-03-18 07-Dea18 6801-5DAY C4-7000 14051UZE AND MATERIALOEUVERY 1 1 0%121-Ao-18 151=11 KB91-5DAY _ ...... . ....._......... 047010 MOT 1 1 0%21-Ag-18 K891-5 DAY 047020 SURVEY LAY OUT 11 1 0%,21-Ag-18 1(891-5DAY CA-7030 INSTALL STORM SYSTEM 8 8 0%!22-A 2.18 29-Aug-18 6651-5 DAY 0-7040 INSTALL STREET LIGHTING CONDUIT AND BASES 3 3 0%!2�8Arrg-118 31-Aug-18 K1391-5DAY . 04OV 7050 ,REMOVE AND REPLACE CURB AND GUTTER 4�©®05-SeP18 K691-5DAY - -.. 047060 1 REMOVE AND REPLACE SIDEWALK 3 3 0%06-Sep-18 10-Sep18 KB91-5DAY 04 -7070 1 ROADWAY CONSTRUCTION 10 101 0%L 11-Sep-18 24-Sep18 6691-5DAY 047060 1 TEMPORARY STRIPINOANDSIGNAGE 11 1 Mil 25-Sep-18 25-Sep-18 K891-5DAY CC4-7090 PRIVATE 310E HARMONIZATION.U30 30 0%i 25-Sep-18103-Nov-18 K891-5DAYNOSCPPINGAND IRRIGATION 047500MOBILIZE AND MATERIAL DELNERY 1 11 0%1 25-Sep-18 25-Sep-18 KWH-5DAY 0 047520 '47510 I MOT 1� 11 0%125-Sep-18 25Sep-la KBB1-5DAY 'SURVEY LAY OUT 1 1 0%1 25-Sap-18 25-Sep-18 KB91-6 DAY 1 I 04-7540 1 INSTALL STORM SYSTEM 4 4 0%1 26-Sap-18 01-cat-18 1(691-5DAY 1,s*`__.._ I 3 3 t7%'cat-01-18 09-01-18 KE91-5DAY ��--........"" INSTALL STREET NG s 047540 I REMOVE ICURS AN BASES 047550 I REMOVE AND REPLACE CURB AND GUTTER 06.01-18 1(891-5 DAY 047560 1 REMOVE AND REPLACE SIDEWALK - 11.00-t8 )(B91-5DAY ` C4-7570 1 ROADWAY CONSTRUCTION �� ' " " 6891-S DAY .._. r •. •. 1(891-5DAY T C4-7550 I TEMPORARY HARMONIZATION. '' 04]590 7PRIMATESIDEHARMONIZATION,LANDSCAPING AND IRRIGATION 30 300 0%1240x1-18 07-Oec18 KB81-5DAY � ••••••�-•----� • C4-8000 L MOBILIZEAND MATERIALDELNERY 1 2 21 0%122-01-18 23-00-18 KB81.5 DAY as 048010 1 MOT 2 21 0191.22-01-15 23-01-18 6881-5 DAY wa 048020 1 SURVEY LAY OUT r21 2/ 0%';22-01-18 23-C.186091-5 DAV 048030 !INSTALL STORM SYSTEM(WEST SIDE) 71 71 0%1 24-CH-18 101-Nov-181 6891-5DAY Rage 9 of 12 TASK fitter All Activities errmra Remaining Level of Effort ®Reme41n9 Work • •Milestone ®Qack Colpoatior lil Actual Work ®Critical RemainingWork 4ru■n► W !KB-91 WEST AVENUE NEIGHBORHOOD IMPROVEMENT NORTH �} -- TASK filter All Activities K8-91-ALL ACTIVITIES M' 00 RD PCT Start Feaah Calendar 2017 2018 2019.. pctiviy ID Am.,Name . IIIII D.Ian IId rIIJunI9 Jul A S 01 N F Ma Apr!M I8-8l Jul I A AlI S N 0 Jan]F IMar Ayr M IJunit' r 048040 j INSTALL STREET LIGHTING CONDUIT AND BASES 3�, 3 04,01-Nov-B 45-Nov-18 0391-5 DAY • 04.8050 'REMOVE AND REPLACE CURB AND GUTTER(WEST SIDE) 4 41 096:02-1141-14 07-Nov-18 51391-S DAY REMOVE OADWAYNO REPLACE SIDEWALK EST SIDE) SIDE)_— i 3 3! 0%�08-Nov-18 13-Nov-18 K891-5 DAY ROADWAY CONSTRULTION(WESTSIOE) 8 8 0%114-Nov-18 27Nov-18 K891-50AY 04-8180 MODIFY MOT 11111 112= 04-8140 PRIVATE SIDE HARMONIZATION.LANDSCAPING AND IRRIGATION 301111 iRMW�10-Jm19 1 K891-S DAY ---� INSTALL STORM SYSTEM(EAST SIDE) L a 4 ' '�-1 0891-5081 15=2;11511=01112=31 . • 04-8100 REMOVE AND REPLACE CURB AND GUTTER(EAST SIDE) I 4 0%10SDe?18 a®- 04-8110 REMOVE AND REPLACE SIDEWALK(EAST SIDE) I 3�9' �''" 13-Deo-18( K091 5 DAY '' C4-8120�!�ROADWAY CONSTRUCTION(EAST SIDE) -- ©� ''a '1 K851 5081 ...I... .. . ' .111EIMM TEMPORARY STRIPINGAND SIGNAGE ��©' C48S00 MOBIUZE AND MATERIAL DELIVERY 1ME 0%121-Dee-18 21-Dec-18 1 11891-50AY 048.510 MOT 1111111•2131=31311=1111=111=1 . • 044520 'SURVEY LAY OUT 1 21 Dea18 .._ ��INSTALL STORM SYSTEM ' 4I��I 30-Jan-19 I K091-5 DAY 1. 04.8550 REMOVE AND REPLACE CURS AND GUTTER I 4 4 0%30-Jan-19 04-Feb-19 K01-S DAY C48540 INSTALL STREET LIGHTING CONDUIT AND BASES 3 31 0%131-Jan-19 04-Feb-18 0851-5 DAY -I 048589 REMOVE AND REPLACE SIDEWALK �3 331 0%05-FM19 07-Feb-19 0891-5 DAY • C4-8570 ROADWAY CONSTRUCTION iY�Y � - - • — - -- 04-8580 ['TEMPORARY STRIPINGAND SIGNAGE I • 048590 !PRIVATE SIDE HARMONIZATION,LANDSCAPING AND IRRIGATION ®�i/�'WiiYW0a 01:4 fin!:AND C `c °y j . 049000 MOBILIZE AN O MATERIAL DELIVERY 1 1� r 0-9010 .MOT ���21-Dec.18 0991-5 OAR • .... .... 04-020 1 INSTALL STORM SYSTEM 28-Dec-18I 0091-5DAY 049030 ,INSTALL STREET LIGHTING CONDUIT ANO BASES 02-Jan-19 KB91-S DAY r 049040 j REMOVE AND REPLACE CURB AND GUTTER 4 4 0%31-Deo-18 04-Jan-19 0991-5 DAY C4-050 I REMOVE AND REPLACE SIDEWALK 1 31 3 0%107-Jan-19 09-Jan-19 KB91-5 DAY a 049080 t ROADWAY CONSTRUCTION 1 8 8 0%,10-Je-19r-�e' .. TEMPORARYSTRIF1NGAND ANE rmeII 049080 PRIVATE SIDE HARMONIZATION. LANDSCAPING AND IRRIGATION C4-9500 MOBILIZEAND MATERIAL DELNERY 1 If 0%124-05-18 24-01-18 KB91-5 DAY u _. 049510 1 MOT 1 ti 0%124-04-18 24-ON-18 K891-S DAY • .... ... - - C49520 -INSTALL STORM SYSTEM I '2111111=112ZNEM 049530 INSTALL STREET LIGHTING CONDUIT AND BASES I 4 41 0%008-Nov-18 14-Nov-14 KB91-5 DAY 049840 ,REMOVE AND REPLACE CURB AND GUTTER B 8, 0%!13-Nov-18 2B-Nov-18 KB91-5 DAY REMOVEAND REPLACE SIDEWALK 04-9560 I ROADWAY CONSTRUCTION 16! 18! 0%105-Demle E --v:' as S. �iF 4 TEMPORARY STRIPINGANOSIGNAGE -a - w '� C49580 I PRIMATE SIDE HARMONIZATION.LANDSCAPING AND IRRIGATION 15' 151 0%128-D8-18=HE= II C4-l0089 MOBILIZE AND MATERIAL DELIVERY i 2 2' 0%:23-Jan-19 24-Jan-19 Keel-S DAY II 0410010:MOT1 2 2! 056i 23-Jan-19 24-Jan-19 1(891-S DAY --- C4.10020ISURVEY LAY OUT 1 2 2! 0%123-Jn —-19 0991-5DAY Page 100(12 TASK Atter:All AcInAes IM. Actual Wo Level of Effort ®0emai Re Work • •MaeeEma O Gate CORloratio Actual Work �G4cal0.en1akn9 Work ' IIIIIIIIIIIIIIIIIIIIIIIIIIIIW TASK fitter.All Activities 103-91 WEST AVENUE NEIGHBORHOOD IMPROVEMENT NORTH KB-91-ALL ACTIVITIES conT74 me. PxMlty ID tPcb'M Name OD RD PCT Start Fnish Calendar 2017 2018 2019 It Aprl MklunI JW I.AI SICttI NI 0 JanI FIMalAPrIM fJurt'.:NI AI SIGNI NI 0 Jan FIMuiAprI MIJunl. CS-100301 INSTALL STORM SYSTEM(WESTSIOE) 51 51 0%25-051-19 31-Jan-19 KE81-5DAY 04-10040 INSTALL STREET LIGHTING CONDUIT AND BASES '© 31 0%31-Jan-19 04-Feb-19 K891-5 DAY �;?I - G4 (WEST REMOVE REPLACE CURB AND GUTTER(WESTSIOE) 0%101-Feb19 06-Feb-19 KB91-5DAY ER 0%,07-Feb-19 11-Feb-19 KE91-5DAY - -'-- 0-10070 ROADWEMOVE Y COND STRUCTIOE N (WELT SIDE)(WESSIDE) Iii 8 04!12-Feb-19 22-Feb-19 K891.5 DAY 0410070 ROADWAY CONSTRUCTION(WEST SIDE) t 0%125-Feb-19 25-Feb-19 KB91-5DAY 04-10140 MOV SOT -_' � 20 0•AI2SFeD-19 22-Mu-t9 K�1-5DAY '• -- C4101a0 PRIVATE STORMSYSTEM STEM(EASTION.SIDE)LANDAPING AND IRRIGATION 5' 0%I26-Feb-19 04-Mar-19 K891-5DAY r 0410180 REMOVINSTALL E AND CURB 4440 G 0%05.Mar-19 08-Mar-19 KB91-5DAY 0410100 REMOVEAND REPLACE CURB AND GUTTER(EASTSIDE) E ME REMOVE AND REPLACE SIDEWALK(EAST SIDE) ®� 0%11Mar-19 13-Mar-19 K841-5DAY `1e�+ 0410120 ROADWAY CONSTRUCTION(EAST BIDE) 04 0%21-Mar-19 21-Mar-19 KB91-5DAY 10130 TEMPORARY STRIPING AND SIGNAGE 0%`1A-Mar-19120-Mar-19 K1391-5DAY -a- --1- - -' . 1-::..... �1� 0%{23-Jan-19 23.Wf19 KB91-5DAY .. .. ........ C4-10510 MOBILREAND MATERIAL DEIPJERY 0%1.23-Jan-19 23Jamt9 KEW-5OAY 0410510 MOT 0410520 SURVEY IRE OUT O%I24Jerv19 24-Jan-19 KBB1-5DAY 0410530 INSTALL STORM SYSTEM 3 0%25-Jan-19 29-Jan-19 K891-5 DAY • �C4-�101�54r0,�INSTALL STREET LIGHTINGCONDUTT AND BASES 3 0%'29-Jan-19 31-Jan-19 K841-5OAH ,Iraea/-. REMOVE AND REPLACE CURB AND GUTTER ®M 0%36Jan-19 04-Feb-19 KB91-5DAY .- -- .- --' C410560 REMOVE ANO REPLACE SIDEWALK3 3 0%CB-Feb-19 07-Feb-19 KB91-5 DAY 04-10570 ROADWAY CONSTRUCTION 6 8 O%108-Feb-19 15-Feb-19 KEEN-5DAY 0410540 TEMPORARY STRIPINGAND SIGNAGE 1 1 0%19-Feb-19 19-Feb-19 KB91-B OM 04-10590,PRIVATE SIDE HARMONIZATION.LANDSCAPING AND IRRIGATION EN 151 0%'19-Feb-19 11-Mar-19 1(1341-5DAY 0411001 MOBILIZE AND MATERIAL DEUVERV 1 11111 0%I25.Feb-19 25-Feb-19 K841-5DAY C4-11010 MOT 1 0%)25-Feb-19 25-Feb-19 K891-5 DAY 04-11020 INSTALL STORM SYSTEM MM�I��I�0!!°%�.26-Feb-19 28-Feb-19 KBB1-5DAY 04-11030 INSTALL STREET LIGHTING CONDUIT AND BASES ii�aaMa+1a 28-Feb-19 04-Mar-19 KB91-5DAY 04-11000 1 REMOVE AND REPLACE CURB AND GUTTER 4 0%1 01Mar-19 OR-Mar-19 KE91-5DAY 0411050 I REMOVE AND REPLACE SIDEWALK 31 011,I07-Mar-19 11-Mar-19 KB91-5DAY 04-11080 ROADWAY CONSTRUCTION 8 0%.12-Mar19 19-M9r-19 KES1-5OAY C4-11070 TEMPORARY STRIPINGAND SIGNAGEMISE: 1 0%20-Mar-19 20'MY-19 KBB1-5DAY .:. PRIVATE SIDE HARMONIZATION LANDSCAPING AND IRRIGATION 10 SIM 0%;20-Mar-14 02-Pyr-19 KB91-5DAY KKK D4-11500 I MOBIUZE AND MATERIAL DEUVERT 1 1� 0%1 25-Feb-19�25-FeR19 KBB1 5DAY C4-11510 MOT II 1' 0%�25-Fab19125-Feb19 K891-5DAY 3 3 0%12&Feb-19 28-Feb-19 K051-5DAY 0411520 INSTALL STORM SYSTEM C411530 INSTALL STREET LIGHTING CONDUIT AND BASES 3 3 0%i26FeRt9 04-Mar-19 K�1.5 DAY 4 4 0%'01-Mfr-19 q8-Mu-19 K891-SOAP .. .... -.. 0411510 REMOVEAND REPLACE CURSIDE AND GLITTER 3 31 0%107-AW-19 11-Mar-19 K011-5DAY C4-11550 j REMOVE AND REPLACE SIDEWALK 1 04-11580 I ROADWAY CONSTRUCTION B) 8'; 0%112-M,r-t9 19-Mar-19 KB9/-5DAY 04-115701 TEMPORARY STRIPINGAND SIGNAGE ---1 1 0%20-Mar-19 20-Mar-19 KB91-5DAY 10. ID 0%20-Mar-19 02-4' 2 APr-19 K&91-SPAY - 0411540 1,ONATE UCTION(S HARMONIZATION,LANDSCAPING-AND IRRIGATION S ,'--OAT BAY WALK CONSTRUCTION(SC _�. 1-1 ...11. -.... ... ___ __ _-. ___— .+ L .-- -----•--- ----�- - 1d0 150 0%30-Aug-IB 1GJ n 19 K991-]DAY 05-1110 TOTAL DURATION(FROM SEAWALL PUMP STA.PERMIT MAX 100 DAYS) 10-� 10' 0%31-01gu9-1e 14-5e0-11 Ko91-5DAY , 05-1000 MOBILIZATION AND MATERIALDELIVERY —� --- Page 11 of 12 TASK filter All ACBAI8ae amam Remartn9 Level o7 Effort maimk • •MReetane Re9 WorI 0Oracl4 Corporator MIBM Actual Work NMI Cnbcal Remainkg Work >wr TASK filter All ACtwitieS KB-91 WEST AVENUE NEIGHBORHOOD IMPROVEMENT NORTH al { eP.MAN K691-ALL ACTIVITIES cosier%me. ��� 1��lP�N!� 2019 7 APtnriy ID Acta*Name ®®®®MM 046-1441 Aur©01m�©0®�®fllyit0©01�mCD®�® 2015 2! 21 0%i 05-Sep-18 06-Sep-1S K891-50AY 05.1020 INSTALLATION OF PILES L C5-1010 SURVEY LAY OUT —_ i 15I 15 argu=sim KB91-S DAY 15i 15 0%0901-18 •• - KS91-5DAY ................ ... 05.1030 INSTALLATION CONSTRUCTION BEAMSAS CAPS �1� 1 0.5-1040 INSTALLATION OF ANO SLABS - 20 0%J0 -18 K •N�y.� KM-5 DAY CS-1050 INSTALLATION OF GRATING _ 5 5 0%•30-Nov-18 •�-vnliY"� KE91-5DAY 1 1511E111114111=1=11K591-50AY 0.61070 INSTALLATION RAILINGS AND FINISHES ___ ���c - eAlRI.7 1-5 DAY 0.5-1070 INSTALLATIWALKTHROU H ELECTRICALINSPECTIONS COMANDPONENTSCHIJST Y1-JanY•19 KB91.50AY 0.61080 WALKTMROUGH INSPECTKINS AND PUNCH LIST _ - " __- - _—_ 1 0 0 0%( 18-Jan-19 KS91-50AY I 05-1100 SUBSTANTIAL COMPLETION N3 _.__-- 1 - _.P_-_ ----'- 15I 15 0%17-Jan-19 07Feb-191 KB91-5 OAY 5.1090 PUNC LIST COMPLETION -�. �.�_.�� - FI0AL COMPLETION --- "—"00 5 51 0%!03-Apr-I9 19 09-Apr-19 009-50AY C61000 FINAL ASPHALT CERTIFICATIONS 061000 FlNALASPMALT O'JERLAV 15' 15 0%103-Apr-19 19-Apr--9 KB91-50AY 30 0%,03-Apr-19 1.1-May-19 KB91-S OAT Itimmi fl 1. 07-May-19 KB91-5 DAY �i a♦� I{591-5DAY 5-©� KBBt-SOAP SIM.•FINAL PROJECT WALK THROUGHIIM©�1,1�_•N![IAIR41 [% KG1-5 DAY •ii1�YNfY�la1IW_ IIMENZEll [0=0 KB01-5 DAT 11111:11011:113 K891-50AY Page 12 of 12 TASK fitter Aa ACUvi8ee imeeam Remaining Level of Effort MIME Renaming Work • •Milestone ,H Oracle CorporatorNM=ActualWork Critical Remainno Work 77 -71it);; ''`""'"" titV'r" ,,,-:147":-4.7:i.-QVP445.-7,t4.."-q‘,.. • ....., ,,-4.3!... ..-....,--b.--.-Ys,..--.1i..6,-if";..V.g.,.',Q.'1--A7,-. :::--.3.-,-,i.'--,'...!..:.'1..;;.W.,:',,-.?.-,:-,,,_. „‘:•1=7?-.7'yri.,.._ - „,„... -.1... 'r7i, . . - ..',.. mos VII - -'--- - • -:. / ' i f '°--% - '..„ iv, ---„,,_. : , _ .._,;;_!,-.,:!,.-.-_-: ',..-, -::-,' - ---''..,-150. ''-':-.7..---:- .---t.' - :. - - 1 1 1 ,'• , ,...;:. _,_;•---._ :7,,-..,-1.::,,, ' ../..iA.2:.- --. ....... ;.,,.:-..„::::.,.--.,,,,±4:.::.:,F.A.!--' _1:_Li ----,. .,'*.->.,.-' . -- - .. . ----- •' li-i---- - , . ,), ! r) 1 ) , , , . f• :,- I ' . 3 --v.--- --7I ',"..‘1,,,..1, -'1,;. . ,;.• ,,‘, .. j! iC r.''''k;' ' i'.. ' - A at.' -'-'-;''' 1.7P'.;•:- . ' ri/.'! '•kid- 1 ' -.--- 11,4 -- '''' '1 --- '' - c ._ ; • ...::...2..........„ . '‘'_..- .,',ili.-, '77------ tt4V--c- ;.----'-iii,„ , , : - . ,-,-.1...:-..„.....V... ""mga1MSeit, ,,,Ft- '.4r.., '7,--7--:,---.- - , ....„‘%-i-...--_,-, ..-.-7,,,.,...7,r.,-;;.-.,-:,,..........,...„-----:-...4.-;---_,--.4, ,f,':*--.- :-.., - -_-,--,_-.•'--,1-.,,Y7: '''- ' - ii'• - - .,--,- ,..-:-.. „.....,,-,,- .-?,rg'„;-,-7----'''-:.•---,t.e.- -4e-- .1. --•1 -A . ' 'i.' ''''''- -:,-".4- I ..,p,,,..,. , %....1444---, - ''' • '_-,-?:,.=1*Ak' --. '1- ,:I.. $ - isT'--; ''''' '-- >t"--4,\ -1-1' ' 1;',1 iii •1 - ---,-,..,---4- --*,41.41-i-`---- - - te,,,r,,.*: - \,- ---- - ..- ',--'\ .-... -•N -,s.i.s.....-- '-... i g 1---' 'VP -1/---t -- ---- - ' It' . ,.. --.. - •k "----' - ', - ), / ' .... .. ..... ,.... -, ".131/...te N.,\. .) ...t'g --"--• '' ''. ' `t '' ` Ittlitt 1-• ii''` ..,.V. * :., , " ' , , ...._., 17-,;", sq„.12:',... ,17 7 -:". . •-•' , . -1111,-('- - - , i /// ' - "'4.4 1 -. .".? "--.i: . . ' • ,M.. . r., ..."'44...444...•,...5.4,4. . , - .„ ... ..... _ ... -...., _. .. qkihly4, 1 . _ ....- _ , - .. :-,.. & \f4-1.- --4 _. _,,411,,,. it44----:---r2* ,- ...-4 :- - - -_,..),----- - - "\ .• - - it _ ,.. ,, - ''''. ;1- .., ._ . ' "Aii: ,..,,..-z: 7 . . . ' - -- .. -0, ,,,‘• • ' ,.,:i."': 11-„,,,,-. '',',,t-L ,__..,,,,'". ,-,-,,, .‘,';',--:',`,.•,,,,--',-,":',,,,-‘,,,14,,,,'.4,N,-,:`,-L„,',V4,--4.1-*L7--V-' ''' .j... -- ' ' ''.''-- . ''''''-,,,,,f,'-''',7,' ,# ' - ' ' **^ '''•A'" - ' ' *• -:" -, ',.--,"-,• "1,,,,...,;,,,,..k.,,,,,,,,i•, A,451.11,-*4 4.4,...AV#t•-tt .•• •141,ttt,t4i*,•1,94-4:tAt',**Xi***Xeci•-•.4--. ''''''•14_tt,,,11•47*.'*,04:•tta''•••ttl.'''''''"'' --t•-•. '''''..;•0 t e- -6 474X"k4SV*11."17MAt,t<VAt P.I*ItiLtg,,t1=Eqft0St7IR.Z.,-,-;:P,t,NAkav!g4.N..,-S-.0kke<''zs---,t5.?.. ''''-' ',- tg7".'r., 1-'.;1'Aitf,"Vf;%ttftt'IVP'Ittirf141'44-'ft't`**`M-ie-ei-V"t1i**4-W.",`, ,,V,-ttt".- *.'` * '`"''' -4-.7.,'qo-r,.,-,---s.,- ''' - - ,-,-. ?---)10.:„. .: ',.?itiii,. ,.,...,,, ,,;•'.°-, ,-.i--J1? k1.4t-n7;?-11'2,-.7.V;;XA,14,44...gx'.'"'''''-',I,r''•''. °,,24,:::',--,''',";:- . , -•,...1 -_,,...iz :::„,„ ,,,...,_.,... ,....,-,-: ;.- v., "1 of ; i.5.--i-i."-'...--,;-,1 „,,- . ''''-7--- ''',,., :1-..-c,fr: . . .. 110 . . . . ... , i.., . C TpROPOSAL _ _ OS ,.... , r . ... „ . ., . .. . . „ _. . .. ,. ,. „ . ... .,„ . . ..,..,, ... ..,. _,... , , VV _ ,,.„4/0„,itii,„0;! ,,e,,,‘,,..,„,,,,... 4,.. ., .,, ... .,k„...,:it. ' 105 Cost Proposal II COST PROPOSAL ///////!/!/N//N///NN/N///. '..,.,...,, •• •.•, ..H////!/.S'NNNN///NN/NNl///N//!NN///NNN1N/NN Submit a Guaranteed Maximum Price (GMP) Lump Sum Price for delivering the completed Project consistent with the Design Criteria Package. Utilize Appendix D — Cost Tender Form to submit your GMP. Cost Tender Form shall be submitted in a sealed envelope included with the original proposal only. Copies of Proposal, as well as electronic versions, shall omit the Cost Tender Form. y.�,;Y;N,gpN, -'✓i;lYl:tl;%dNd-'1/S;kli"�i1bY;/'!/N!llN,G/I.SPN!F/G�/'✓/1N/.9.14Y ,.� �%� As per the RFP,this information has been submitted in a separate,sealed envelope included with the original proposal only. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB �'c MIN' coxa'r."ia.Ixa. C OS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS - ---.,• - 1 r • „ .,...„„4„.„,..„....,.,,,,..,...„.„,,,r,,,..,..,...*z-y"S ,•-•,--.,-o7-_,-,....,,,,,,...;,--- ft n7 . .. .s. t t �` 'fes S. � giaS 7, y ♦ F t w i. • i y'ri "d i i� t9 71 ..... 4t t..,-, r. , 1 ,, 4 .r ;,. .,..,r 'fief 171 , _--- ----- ..,..,„,_ .• .• -,,'. ; • „ -,�' r , ---,..„..‘, •r-..‘"""'"';'-',7''7"-:::----.- .---'.-- s--ii"',41. ,,,k11k1 . Ail i 4/9:40.-;.' '-• 'F..”' ,- --. • ' ''.”' . ` I �" �df \ z res J 4111.1;1k�!• t , ..-„,,,,•-: .„ _ _ , :,... 1 - .�.`✓may, i . • E .. _. �IF f 1 ?• 1 f€' � . pis'P'''''''' *-'4Yle,,,,:t4.,''''.-:. : t, ....-e ,..,-, ''''411'4 ,.,„i„,,------'.� APPEN DIX • • ' ''" . n.,„ :4'-',.„::,---,..-..:----,. - ,.., ....„ ,,. . ,...„ ,,•.•• ... Wfr _t7,-,„,,...„...,-., .. u y, X, APPENDIX - _-� 106 The Ric-Man Construction Design/Build team has calculated conceptual West Avenue and Bay Road profiles by station and elevation. Vi ,station_ Elevation(ft) Grade Out(%) Curve Length(ft) T € t4,,.'.lam{iL ''.4a 4w1 .=;,,,•`M +.,.r,.I,a .. r. Vertical Alignment:Prop PGL-14th Court .. ,r.: 1 25+94.94 4.78 -0.55% 0 2 27+90.07 3.7 0.30% 0 3 28+29.94 3.82 -1.58% 0 4 29+49.94 1.93 Vertical Alignment:Prop PGL-14th Terrace 1 22+04.09 4.09 -0.30% 0 2 23+34.91 3.7 0.31% 0 3 25+94.94 4.5 Vertical Alignment: Prop PGL-15th Street 1 22+04.09 4.17 -0.23% 0 2 24+09.93 3.7 0.32% 0 3 25+94.94 4.3 -0.31% 0 4 27+90.05 3.7 0.30% 0 5 28+29.94 3.82 -1.21% 0 6 29+49.94 2.37 Vertical Alignment:Prop PGL-15th Terrace 1 22+04.09 4.3 -0.31% 0 2 24+00.00 3.7 0.31% 0 3 25+94.94 4.3 -0.31% 0 4 27+90.06 3.7 0.30% 0 5 28+29.94 3.82 -1.60% 0 6 29+49.94 1.9 Vertical Alignment:Prop PGL-16th Street 1 22+04.09 4.3 -0.31% 0 2 24+00.00 3.7 0.31% 0 3 2 5+94.94 4.3 -0.31% 0 4 27+89.94 3.7 0.30% 0 5 28+29.94 3.82 -1.18% 0 6 29+49.94 2.4 Vertical Alignment:Prop PGL-Bay Road 1 49+81.10 4.09 -0.30% 0 2 51+11.04 3.7 0.30% 0 3 52+41.19 4.09 -0.31% 0 4 53+66.09 3.7 0.33% 0 5 54+90.84 4.11 -0.30% 0 IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB _ C®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS r R s. 1-_,..,,,, -=-=-' 107 APPENDIX PVI Station Elevation(ft) Grade Out(%) Curve Length(ft) 6 56+27.15 3.7 0.34% 0 7 57+63.21 4.16 -0.30% 0 8 59+18.14 3.7 0.39% 0 t 0 9 60+72.99 4.3 -0.46% 10 62+03.25 3.7 0.46% 0 11 63+36.78 4.32 -0.46% 0 12 64+70.31 3.7 0.31% 0 13 66+06.68 4.13 -0.30% 0 14 67+49.36 37 0.53% 0 15 68+89.98 4.45 -0.30% 0 16 71+40.42 3.7 0.30% 0 17 73+88.66 4.44 Vertical Alignment Flamingo Way 1 22+04.09 4.11 -0.33% 0 2 23+29.91 3.7 0.30% 0 3 25+94.93 4.5 Vertical Alignment Prop PGL-Lincoln Road 1 18+34.79 4.68 -0.30% 0 2 19+62.18 4.3 -1.59% 0 3 19+99.80 3.7 0.54% 0 4 21+38.88 4.45 -0.53% 0 5 22+79.82 3.7 0.30% 0 6 25+29.73 4.44 -0.44% 0 7 26+96.43 3.7 0.30% 0 8 27+64.73 3.9 -0.67% 0 9 28+69.22 3.2 Vertical Alignment:Lincoln Court 2'Offset 1 68+90.00 4.3 -0.30% 0 2 70+88.56 3.7 0.30% 0 3 72+50.00 4.18 Vertical Alignment Lincoln Terrace 0.6'Offset 1 19+00.00 3.99 -0.30% 0 2 19+95.31 3.7 0.30% 0 3 20+32.81 3.81 -0.30% 0 4 20+70.31 3.7 0.43% 0 5 22+04.09 4.28 Vertical Alignment Prop PGL-West Avenue(Opt 4) 1, 26 50+03.15 3.82 -0.42% 0 27 50+31.75 3.7 0.38% 0 ___ IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB ���� COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS -.s :: � r 108 APPENDIX PVI Station Elevation(ft) Grade Out(%) Curve Length(ft) 28 53+51.01 4.92 -0.30% 0 29 54+90.84 4.5 -0.89% 0 30 55+81.00 3.7 0.33% 0 31 57+63.21 4.3 -0.47% 0 32 58+92.20 3.7 0.33% 0 33 60+72.99 4.3 -0.46% 0 34 62+03.00 3.7 0.46% 0 35 64+05.45 4.63 -0.30% 0 36 67+17.20 3.7 0.43% 0 37 68+89.98 4.44 -0.30% 0 38 70+27.36 4.03 IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-K8 -__n OM1 C®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS -•. 109 APPENDIX-STORM DRAINAGE OUANTITY TAKEOFF Raw DATUM 3RUCTUREIW. r RM ELEV. INVERT MBE UPSTRGN NVERT4fV. INB STRUCTURE 4weGV ROM STRUCTURE TOMUCT1ae: rot010'mER a�CMaTERw u4G1111fi) an.(F{] .IF*1 lasTReuM 1F11 IFO o0441RLaM KT7 o0VV4n4M 417 R FeLSCmx aRmlant4c2L1L_._ soya,..Ri n65m,ptt.4( Strata.. Cao.Baa,Type Ides•%64. d_m or Cennel(n m eoro.R:tKo,re 1. Rpe Se1(n - 56eey nkt IBp®l w4e6.usFsus a 9az7RCP 165. - - 3.23 -s-3,853a] met,TanSt.-et N6,ldFr6q Ga4il4os Strucare 19(33'%64• 2 eomx: l 9 TpSlat a 1.15i % 5]32]6 - - • - le] -6 07 - - I6M.B,Fran.,Grea0uooB a•Catch Bann Type 14 164,Er b,KSnsp Cak6 anType 4(33-B.64". R� 347 447 34 LIS 1 pqe Setaon WetISISotmm) 5129 16 Inlet Bow)air o,Gabi USE 43 50 - u4pa,Fran.:c.aa0uem-'. ITm33dFrac.Grmfabod Structue S13-Catch Basin Type 19(64-%64' ♦ In. - - - 38 Lt] - Bottom' Top 54baUSP 5129-6276 - _ r( !tinged,Frame.G,.8awo4 113-ca.Oast,Type 19 Structure 1 anmole1-711347/r41 Wet ISnlet Boeetoml Slab a USFs1 -6276 Batmm) Tao Slabs USE 385-00 Mag a 6 RCP. 26 - 38 9.33 409 d.11. 6 ppe5eawa Cox.- -Rkeee;Fame.Gnaakooa. SoucTure 11112-Manhole I-7lee,B•Inlet - - • am -6.17 - - - • 6 Bottom)wElt Top...USE 345-00 Ra64 - .. Cover Soutoebl Mr%64.Inlet Smrpre 411 MaMW1.TSY'Y64'1Ne[ b RCP 173704 -6.1T U1 d:39. T Rpe SertIon 4rmm)wm?w gab a USF 385-00Ring.. Bottom) wSle6a1538B-0a Ring i-. Covex. Cart Structure 1-7 Or X 34.Inlet 8 Fla - - 721. L39 - - Cover an. _400 Ping - - _ Top sa USF 30 Cove.. n Tv a 9(46•%17' - swcp4e4 Ib'% Structure4.39 3zs' 5.62 9 Ppe Sereen 41mm)atm TOP Slab 5113E335-COInlet Bo.9).. atBU451396ll6 q 0.tP. 326:. as - Cover u990M.inure.GrmealtW" Structure 410-Catch 34.'Noe 1916,64' - - - - 321.: -6.62 20 Inlet mmlama Topbsu7F S123-6276 - - Be 16n pled,Frame,9(.3 Hoo¢ Sbesw411LLG (461 X 54. 5evmre 674534 34'INet 1.21 4.62. 3.6 4,A '.. i•1 RPe Sect, Inlet Betmml p Slab 5H 51396276 Bottom)44E0674 5.6161.15F333-001163,4. O RO... 21U. .. X.662,7446,Grate Haat Corr Structure rel- nn..1•7 tar X 341 Inlet 12 Bowml.:m Topa S..USF 435-00 ane¢ - Cor.. So,Rare M-Guth Baso Type1 M,. Sbucen k ( 1 larX Gr3.5 98T 33 -]A1' 33 PTE.... BatmmiktN Top Slab 6 USF 365-0ORine 4 Bottom)von Too S46US 41556210 From RCP 96 46 TypeCover 4 Balm 116'xEor Inlet -].02 - - 4 Bottom)an trop slab a USF 415•.6210 Frame - •- - 33 3Gra4 5mObr an7ole 3TC4C X be Inlet . Structure •9.35u 314%4' 33 '-Tal: L)5. -13fi. 15 ft"secvon let 39.99 T6Tanr LUSF ISS621G 699.99 w fU5F38SWMVa 6 RCP: 192._ - - E30613 SEEM.RE manna.I-7 Orr 64-Inlet _ - 3.]5. -].36. - - 16 ...El ain Top SW O USF l65-0a Rine a - Corr TI.r17wINat sm..two.man;Typell4e'%4' - 3.]5 .723 115 -T43 Structure II( 1]. Pure Section otmml+A w l]SFIi6CG Lf r4tBemm)ag6Ty4a6ftRi6assa210. 6 Ra Caw Famaarra.� 63.434e 063-cat.Basin TYPO 1PM'X M- - 3.36. -T6 ID Inlet Bowml rNTop Slab LUSF a155-6510 - - RameyGraa 5 uckettg,.XapF 1e1,714RY33•131. Mkt Bott3G-G lSy_l14F%K 6 RCP 13fi.: - - 3:16 -T.6: a -T62: U Rpe Section Inln Bbwm1 Top Crate 1Bf aS5621a Bamml644 TopsmaiAF3esm RNf Franey Grsti:-. C.o.' '.. Soma.116-Manna le I-7161%Br Mkt _ - 6 ].fi3 - - A Il[m,nIwr.Top Slab O USF 34003.36. - Cow, _. . 6334.•36-Manhole 1-7 TUr%Se Inlet Stn-Eturell6-Ga Type ltar X41 rnkt 21 37.541(4 SWOT-1M.w Slab a USF 385-00 Rat,L BoueI USF 11.55-Ula Frame 60 Rd 35 - 3 .744 3.16 a02'. Corr Borate TypeStructure ES- liar%33'INet 3.16 4.T - - 22 Bottom)wt.CTop Slab OUSE 4153-6210 Frame - - - a Grave CITY OF MIAMI BEACH I RFP.2016-091-KB "~e7 m C®Sn. DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS 110 APPENDIX-STORM DRAINAGE QUANTITY TAKEOFF luroanlr M aMMeIP 91MINFw ST813CIHIR. wear- Nvt[reev.VsnO66 M.P. Ix69*eav-: raoTe. snucnve nuuaN7 PROOPSm1CIIIK T09310KT3Ne Vnl PeF3,uTmu I3NraTHlm aev.p11 m9srsev.RTl r9snraN.[s31 (i31.. oa6r3ana6NVn BaIRRSTIffa54IFT1 FK3e3�1ox m, (ecXes wamr 'X64.Inlet . 23 RCP ts9: - Zb 4.20 3a4 33s a Inlet 1 Yb F41953210 0 ) Top 5412 .-00 Arne a60_ FmmPSe Crnne<donm UrcoM Roan Dunk line Cow 1-TIN• M 384 426 - - 24 b®m{VN TaoSmucture +SUSF 305-00 00 AN.6 - Cor 3OCK012/11111.GE: Typerure 069-4tch Ulm 5(46- les R Be - _ 336 G. 331 302 25 Ppe Section ®rn)n7 To I USF5329- 1 To 5 USF 24 RCP SD �'F 93279 6276...ed.Frame,Gram a Road wnpd.Frame.Gram a Head Roadway erai ge Structun N9-Catch Berm anti PG 246• 336 -554 M Round Bottom)wt.Tap 51.128 USF 512932nd - _ %need,Frame Gram a Hord a5 Gan as fu•xactMrt _ S F5129- )rnnep Slab 415S-6210 Frame M RCP. 50 326. 394 3.2 -722 2] Fsp Lc6+d. Pound 5e nee.Fra ep B Gare -... _. sxn Kneed Fame.Gr.o-aHom Rrae..rd we• p5(46•. - a2s G. - 26 Pound ernaml P TStmepas P72 op...LIiISP 512933]6 1133,31,Ram,Ramo,Gau 6 Head Gr.Sam, (40' a6Y Saw Type 3(46"06' 39 Rpe54seon q 3 naTedeUTF5325oenm)rafi a USF 415532.. L RCP 336 T3533 62T63meed,Frame.Gate a Rood FUM..a ]sa Rr,n.aydrainage 435-Catch Bann Tyre P514a•. - - 336 -T - 0 Rowed Beanml.iuTop Stab a USP 51296276 - Ky.Rem..Gram s woo 03-On 24 iyp SF Or CaW as T peT(4CXefrale 122 ).99. 3.36 30) 32 Pipe 5•02n PeW a 61.1.Frame. aUSFs329 IwNTe9wh 16,315f310 FIma it R[P 50 - - aT3s3a.aa.R.B..rr.NaHeed aGaNStrumire PM . _-PaRr.d,.r F &an Type P.(PP. - - - 3.23 43,3 ..32 a Bottom)with Top 514124 SF 51293275 - - Hin6ee:Han..Grate&Hood CITY OF MIAMI BEACH I RFP.2016-091-KB "y` N C0S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS 7 ie 111 APPENDIX-STORM DRAINAGE QUANTITY TAKEOFF Nal 6.Mtn= aoas.«K�.. ms,.arwe r.• 6,aal...xa 616...ea1.nn a",,,,,arl .w agryag 66. .ml uWm444 Wlm u.nulp, 66.11 araa3a.4a,r, om 1 aura66z•Rzauc aAe I 7164.X61.1.1e n.nme 615 Catch aro Ly,1 6,44-x 606.-rarq,ana ea s roe sm, bowel n Tv ..0 a.. r Ta-s. s>9 a ar a9 .v 477 6u Aate nm.Ye mcx.Tp,n._.,rm6.xr, gnaw trIS Can...Typo 1.9143-X le 311,6 la I 6376 xea ra.e.4...... � 1 rtu•ra•wn 9 xem� vnml.a •ursrs �' TWsm.xrmm pa• a Kr 10 69mw- a9r.- 36 369 451 r m WnTTwwmiss 345m xat 610 wede 1 Wet sm.r A'NW sa9. .6sx ass .er nrse�, I..rWsm• la, em • .uf a o.:. .n.: Cowl 6amebaimwl.m - III ar wnm TWiw•ua rrW.iwe Strata tie.1-Xm• 59: F?_.. ir. 'iA erc•m..eaw<us +. 1 • ass. a o 65 x ....vn_ • .64.1,74,....,..9:3,..6., 6ua-irre9eme 1:::nwe LGi¢... StruavorS e 3'6+9939611•n3,096 1.53.1596291 - - IT 6A 39.933 .3. 1 3-62 .cer 9 wl. mmnl.a* UGass 6+a� iW Sr.19933 3999...39 � r - ii 62111 Tone 9C9ate Gra a 9999a991ml .6 3 T nla'X•626-00 6RiaA• xa -6a. • eaae.aa. (39.31.19 3. 3999A.93999134,3391-7(44,6393.997xa... :6.a_ 399.. 39:-: It =93*a+ I.n6 TW sea CO 6446 mwet 6'u1Tasmal:: a PR: ¢ - re i.rlb•xa•irK wet, avr. u mnmmStrudn,9Top 9996 ua vsm pa• Ca.. ♦W.41 4.. 6,9396 (v.Tx 51.'6+ y3a n.6n% a .9.: sII AK"! -U. i]• S•6: 99 9F.9.03. ....3/.3,39,93.9.....9.30.;sa• ) - W[.. 6j16xrpa fra9we6 Nma. rela'X as rm H dn1.04.46.4'6•x996- 6 6 sxmaemumrw ]-'1.,.- s'c`^ �s.. m IS pm seam' 666 a6a+l ra• rmn47.44 vr6ra[•�._rmria`ix.m ss er 6m 1 . 99'6'1.09 reps.Straka NE.Ca...1i, ten. Ii. CITY OF MIAMI BEACH I RFP.2016-091-KB -yw,,,o.,� C®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS APPENDIX-STORM DRAINAGE QUANTITY TAKEOFF ..a2.6u.a spa..2m. 'Iw,e gam. ...I'M.H. ...•H: ..ar•n. • ,,,,,,..,...,..,,,,,,..,...,...n... m .m . eo . . m0 ,,-, •} u .sae.. n ....no..1M 411.W.Sam ty.I t.., m 17,84,11..I. In -r l.: m.. :ns: a 6.14.,.....5144..wasao.. - . 3.77- Cm. 5‘,.........,,E...."... .......,.......,,,,,q., 13r..-. Ta 336.: TO H 'V..... e.n L rwm.W.mm...s . ._n.a I ..6e....c�.Hs: • e..:- 31. - m.. aa¢.iwiteazR...- a 6210 2,343416413 - us-m.w�... w 6 _ 33,34.ss.shesosrt ..-smr: m .a*3x 51143 In In aw:_ 3..- -ra a ..._s.m.i. l..nx.¢mexsm:..... I p. nn • e.:- 0.1 6226122.20 2.Farm 4•2181.0.2 24 ...'w....i....:6,...Hood ::trrxw. sra. Ts. 3133 e.....6*asu.snaa.w.e- . rc,. ax..: lm:_ H 14131304.1 ma s.wq..e rH.. 402 s 1334 sem 6m..1.a34a.usimmuv6 200220,012 a m.s0s�aw•ae • NW IS - - 53.33.3316-H 3.3334.73331-33se..313,143 7,114,1.1 - . -303 - Cower ZFx....kr r.iw' I.e H ..sm. L°'Tme3s73,00.01 W.. I mm6 ns xv 2 111 3 a Cr 13 Corer MO.34.311.343 • 3. m...s.l.awiw T31.,415, - u .a 6310 rm....34 ..m. eon lan3.m6.....•....* • ,es:.. IW__. u:. az'; x.-. '.H': 161-134,43. n w,.l...51 wria.asm...s - _ 633 aH. - - - ."w.. f•'0w•6.. Sw.,.. ca.na42T....f•• da. 333.:: aR' • 13134•33_ .44,41,2•3•3•3.0•3•-•33341.:.311..44,11,..1.33.32.•17.3,3._'., • .[.. 330_= 3II 1, 6310.43311.4311, ....1.r - 033.. 3363 34 13.4..334443.43,34.14 atm 4131 . RIO 303.43 4rate CITY OF MIAMI BEACH I RFP.20E6A91-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS 113 APPENDIX-STORM DRAINAGE QUANTITY TAKEOFF 9595569411 9111051144 9119914 01925..a.nnu » *5mw.se15959555 .9 541901210.999 9999599909999 599959) ws2159wim 0w1599 .v59699 5.99 569 599599 6199 5994444 55999 99109159 99 ss .3s aN. u. m...9.�n.awn- » awsax� .. • wan., LAS.as5959,951599591159swa.w.. w x. 120- mws. ..rm.ulooa 910 95949295 94.55 9599 532919590 (.rx 999 1997,,7.95 �». aw 6w- zir s 99999 06,+055,9955-sln 995 .99 99 99999949599 99 4559_; 599 g goy 1.4999 09059)59599699999 595594.45959999•99 • 55492 9995999915999 099995 4Ich wry..1-01mx. w Rnxw, Aworawatwaywas se.auYsns:arwe 94 594 90 929 a. e4_.; » MCFas 595119561RKxAsee.inr�r�esxma.: we bmnl..e a5192995529 • saaAawevwin.N.as Gweexwe .IIOmew. ( OM.• iro.]fw•xer ,,,_ -sea_ .SS'-. a, o F..s 59462590K95095994 9 599 590 5491959 62269.9e 9959 x.,. m0969 5•9 9059 9919 .x.sar,.�..c.+�exwa 9509559 99954 920959 .o,:: :ss.: vn sa m..v.>.asca�...r • .ges.mw. P.x�! Ta*44...00.4-_ 55559991999952954 » xv » x N-wN .3 494 w .mulw+twswewmY61116s- • mraa 1 » gf _b N Mr.xti... • 6T10haws crate9999 93 49 0951 559 959 RRva�tnr5._:•.Iles-'. • Mtlm wi�m.l. *nv.e .s. qw Rama u.. as 550455900 swam mw.l wn^ R. flw.ewha i4Y.--TU."1• v=_: 564 s uus6 e+eacws; 99959 59 C99 699 5045 949 • 09 559916059,915959.955154 6210 955.91 29 999 94 99 3559 Type 1.9149-61,6499995599941,954191159 CITY OF MIAMI BEACH I RFP.2016-091-KB tt�W MK x CIS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS - 4 114 APPENDIX-STORM DRAINAGE QUANTITY TAKEOFF MAW DIMON . ..uai....oi ..Ka.. w .35..1.pm 15,..„30,1.,.,v.un ...„,`n., .x30 .,,, ux,xe+m, �..m35,,,, evw.r•.ri v...,... "o 5-555..1515 31. 773 aw...d,.=s :, ,-,..,,,,,,.....a.,,,,,,,, 5,4,5- *w vl,s: a ,n. IS 15:15 ss 5w 1515. QM,rm,vam, oxwm.is,31333114 055 se hkr :� :1.w 1515 1515 d.,.s ,15,5555.5.515, 1. - ea an - WS.v .wewe.veth ay.,.aa..:.. c303.53.31,33 I -1515... ,r .v 1515 x _: ew as ,ss ....Sisis 13333343S5 5e kW w 5as..v.+. WO31,3,1.w,. ccww.ramr.,5..e55501� .,.vo.d-.s 95550,..6.C.51.8551555555 3141, . s .ewe.,,. squab MS 5r51558.5.5rae ,54- .55,r. .a •u .we.i.. us.sss . rwevv ux _1515 "s mor,..,.c„.. smv.,sv.5s.,r.,t.Mood ... ve< .•5t aa. an s,� v m .,3.l.. wraure,es 1515. wa 6310 Irants..w _ 1515 ,., 1 .E.TAN w v irs_ .a e a 15.15 ve, ewe„i.-^ _-zmw.. x -- ate: 1.,151. �,s.r... v...� - 1515 m...: . awMii» a e..r. re i, _ s .a m..�rewd. 93 Rasogl 6m..wa.rs e....s.w 1515 CAS.. CITY OF MIAMI BEACH I RFP.2016-091-KB ".* DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS �� 115 APPENDIX-STORM DRAINAGE OUANTITY TAKEOFF 8228, � Xav ,elzam,U. .w.n3mn 1410131/1644.1143114111.3011.11114333...el.vn e.s.an nm..�•im rvrt pe.........vn 00....3.3" �"" St.4114$4.11antok .rrm.56638.34.6ole 37r3rXarWel z3z aa.: azs: xn-. ay.. a ro.s..so.; .,mro...ea ...a.e.86o/ 100.68 658,01.6 ® 1v. 081683.1rm5461U63 Corer sotolue 4I4t Ty93oe t ,.. . �luo ... . s.. -xu 1r.asmsUssysaom.s 1401104.1.411,3546411¢105.00: sam o wWC xa, - Coop 46 534Nre.Mann.1,120.33-1. _ - am ass - - . • m+�l..s,rmsueau:r31,..11 - • C""" Sm N.s.g 3r.. SM .1lur.SP 5 1pswo. Weal.aimsma 1285-0011.,6.x+ 1 11.63364 0 m NY m - 401' as .w va: wKaCae:.. 77,110.44.1.. 3,a ars. - s s i m_o1sa.1 MP 85-31111•44 • w. .«c. ss3m•xv0.a3 n - 3.« us as s.w X16 6 8 61686 7 1R 1110^ I.mTw a 31,115.00 11P300 r„�a3.0.ra,ay..osaem v xr .3011 Peal Com 10403111113113.1.40133/444 I' -. .. .wme.simlam s....< 1104.00,7 5.40,444. 1,44 .. a .w;- am w an e ra.Seam l.�,43513 a3850014.4.0..roama 385mxee a � - - 003 - - am am - - . s 30.00.3..1* 33,001411 ..seaus ca.. 07721 .ma-4*.u.saarawa 11040,1111.5.413-17150-4,401 a R:: en324 AN 147 aw m I..aimawaug311soowgs:30...1 Tgsua0Y3rscmA.. -1.zlcmww 30.. x3r. aw - - ✓ eo�.I.�0we MR wea1Usrmmina - C..... 50411.40.4 Mae 17150,0413 ipe seam d _ msrmr..as...:. ma4x Tamaavv31saols. w o:: n • 117 Me ra xV:. aw- u 203r01*1..41 Dram: - swn 3visrvaw S,sr... s-zx-: sa. 401 IA rv.s<.�., mvwm aluaa.; os srvsoUwa s 1v::- . - ss..s..aucw 7r:: 504002 PI 1.1anta,7000,^`: 7,, .am aa: ars: HS 77.33.00^ 111..30^713:'±a Ussza MI6 1 Too 31.61811338586 4 PPP m - - ®aw..ar.,.14,...awor flea co.. Structurev 8.86 C.6113.8338..6. 17 Uss 516 . 627616.88 Name Gra.sx11a WO.3115.1441.010 F7,ra'rmni s 7,3e 13, 35 - . xis:: an. x4...: ass: IS 7as.t71 30x.x..m:,n9maou31w01.16 m.�131 lig 711 u RCP CITY OF MIAMI BEACH I RFP.2016-091-KB 1°-.'. C C®Ss.. DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS I 116 APPENDIX-STORM DRAINAGE QUANTITY TAKEOFF MVO 13.•TYM smmuaa .u,a.raa .au.. .r.r.n. BM MP, ..Mei,• �... 411.411.414.4•00/ .4.s,..,,.. ...aoa... ..a5w..a...c..,......"am..v., .9.nn .....MI-.....IfT.......m1 ........1.1 "`"' rc4 aa...a - in ,v - - - H ras ,Mraarwaa s.:oo±a.a - ' car. w.v.>rz]r a>w m.., use1441 4.': m.-- - v:3: an- an:_ us.. nwaas - - - a5 au - - 54ar.rt ,a4..4 . am p..e SOW. . .s.oYe . A ws.am m w„:zB>owr,,,., AO' . 351 453 r.aeaem. tn5.artmm.n- H m4amr.qw a4.ansc.0 ess a 5 gravure s.,anBan w': 5trwome413 Manhole I.]i.r.aran . ma iowe,..nue rklmai was U.385-05v MY Hxa s - . ax am [nob 6.. 25. .Oaken] ».®.¢Ramp..x«ate tyros .......,.......To.,-,1.`r *& £ -saran ...Ina aa,am:s - » .ca- s.ao as am .t,. .e • .n,s,.aaa, 4...4.C..............:m..L I2, ?6.s.r.,..Tr..4xm_,. e..rma pa pr - - sac - n Batten)lotha".orsmavr55n: - ' u.a m anx..a c.,..Woa p_ • s.e. prtaro • }PRK: - a.,...ap ue ,auaa mea n ',wt., aeoius�r.maa *afYs< - In 3,5 an sei . ms en,rml..8wa -Cas - xas wn�-.65a - - H ,.9m 51344.1,6 - .rarc mt m...omAY ..arx R°' 54u-well( H143,84. 1 n ,R54.1.4I«u]g.ca w,.a na. . an . - xai... 36r 3.45 .£v._ eonsaoa bwvtnrrnue Wok ue r.]K poen .0114,6. - 6n sA. - m.a1.�.m9wea usr arsonpya `M.Y.5.. i 5......-....-r v.samm-. r 5a'.mal s.asars&aI4.mry 24 1117 III. - - an :5911 in I. a at e165r�+edFre Grate aft, ecx. ' a.sr,r»tar y pod m walm ra - • a]61a.a,Frame Grate.hml c]1m-..ne 5m.r.em ca 1,951.6s 1 Suu �sms.3..... as 1r vpeSRou xwemop.cai .35.351.-41.1Strome 337 or OF MIAMI BEACH I RFP.2016-091-KB ...j COSa. DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS 117 APPENDIX-STORM DRAINAGE OUANTITY TAKEOFF I - ..O..nw n6aT0..,6../ 0a,K,. mxrv.e.ar rot. 6wn00K0 % 0 .mrot. ,a,o. 1.....15.. .... .. rn-e....PII.66w5u.uxn6Ml r.t.tm ONiil wsw.lm UFsna.lnl'OoommOM M oaxwwrlol e,,,,, ,,,, ,. ,.., ..aae.TS # t4...,em .n6Tae 51.60 Uuvsa0 Funs, )4613354,aM.)) a v 970 - zm. ^ 623 -6.39 tianmwwata„r..w3,4 core Comr ,,,,..,..,,,,,,,,,,,,,3 33 n 6e634.14.61335560615E 965 00 Puma Corer 9.7T60w.a. M vaSRea 39 m 3,113,46Man .*.11...4440 _zs. 54.s6.6a muaT,aanas:. 60.,60 335we4aE9rsm.,a a ar:' . - - za x60. aa� 15,60151 • - 6.6+n..a«nwr Tuo-Mn,re gr. za-_ <n- w.,Rno,apwa�..6oVarr. a 5665nna m6a,0.mTm5606usEmm6e4a swm.n:r.rem: >" 6cT. m.- x90-; a 'nu6mm.a e 561144.6.6,65.6653315-005.6.6. tia.r 6.60 ssE _ - c.rn Alan..I7.Road a nl..... m55:am.6nu.1',: 6a60a 6siae 049asao6e,e s 515:: 9s - xx:: 596- m Corer . murcTrarchOno «.1.17 c®'...e- x60::. .sa_ a 6q.5.4.6 AFCar.a Con 666660+6.11:434.6 U5rNs.644a v. a - xa..' 3x . Trerth Nan kr ftroff"m41.6.4 4, a TOlvavw636rn..: 5.:11..w 11160'633. 5.46643216 a6n646*T334�? .T.m-, ITT .T.14w,,.<m,.arrma,..� a 54.5e4664 6m.,5.wTop5Ea6msmo4..46 6ae,61..m 6OF 24 -a<x_.. m. xsi 62466.401,051.61.3.15-00 -1w-5a.,a 6155.10 From 66.414 3.55 -zm - - - 44 52 445.em_965ao ..15. 1..- mal.,6r65m06 634664441 xT a .Y__- - _ -IOC: x55_.: :1244 .31.0m4rane Zoo 69me tire!' 506.434.11• 51 m61 eaaa a4wa b6. v.ius: • - • - xN. T. • - . 6.336 63364,3 .ua9e6vma5M.nM*Y7 5.54..1 WI. f . 56‘46.6451 10 __ M1- U55 eo CT45oca6U ff9Fm0.4 r P: a 6n�Mml 69am 51Txturt 340 e.wryp Plan Y bumf tiw5 3.453.45 -6.14 na61.e6T0o6USF 5159- - 6i76 MmwNlaa.ca,.ax. MOTION. Iw'6wm 1 - 155 s» x95 Tm uxx5o0on mWex5w6.mW F,S sr 6a .1..1335 i with Top Slab 6 315f 365,0 6can. '6 d° xn. 115 N N CITY OF MIAMI BEACH I RFP.2016-091-KB '" CBS ~ DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS 118 APPENDIX-STORM DRAINAGE QUANTITY TAKEOFF I0 1 •.a 4444. 6766.166 a.miaew•r1 x1116 60.mne. Maw wurazr. .e.a 6nun.•.u...I m.si.een.• m.menu. ...6u..."'..e.e.svrl ueae.mn ree..6 et.:VR dn..v..(..I w....lm:[....4.7.66 ........t.1 ...ssno1760.6.41 1.5 ca-. - - S5 em.m mm,6sI466da r So.m6..d 56.44 es.sum..60.16.61 97 nseSenfon 27174766114. .01446......6 L.16S-01.6.2 m Cr 56 lu 4046:; an-. -As.- 9 2016.6e6.16. 19 6 RS 4170.666.66 6.6.1.61.66.6 USS xsmcn s RCP` • - - m'.: A. VA:.: S4 36.5.666 •Com- , o^ 1R 6. a m17e.amn a.a ..me imr...d. m... 1-7.6.x' . .761.611.65.n6 .am.a.1.1..6.6666666.66.0 4 R. >g . z6. US 2a 1- lx CO npeSecton aur.6maw6dm+.. fong 6 aw1-4... . a6ml«a wvarc-00.6 - sn fore' .•-(26.6314.664'0. 5.... 17x..w 6, ..S..•, 6.66766.6.926667,41S .666.74.014 Niv.c`6.S g UM Fr4nel We .17.6. r.6146 swop u 4x40. s....w"u.n6.e.r a eodaml.Cra6 art .5.116 seamen 6Graa¢' �� 6.m 75-16 -06466 74 6. 8 1• zn. -�.:R .66661 4447.7661 G a 6.6166464 Nae x44.6.6. P-6148. - - So q Ka H•.e•Fame 0066 Awe @WOWS 8.V p et M•-.. . 5moe xu0 - newova s. e d 6psem6I...066.6S[64......:644.47.6.64.76......6 a lss 3.o. 175ib tr..km Cower t(wai- .1670'.061 155 SP , m6mnl.aroV5w6imxsauv.6 [0m 666-.4 ..6..1-71.Roi. SR Ppe5,74on 23174777657037. tlNT s5 6 .6660 M. a 6.- a - ;R AS 51. I ' - 1, 661 rm..Om to roropmameat I E. 6.17617.6.pm Sauct..64 War.f,IMPliouad 4 44.x6.•. 1011.rm.M1p.... .6.474 Ta•65moaNil6no M6 • ev__ 76.6.0 am. n 10u dnoondan _- 646.6.71 6.6 SC72 5F. -/6f. 3.S 7A x•rcP.rtm.a�.•yMna 646x.0 op.•••• xsmw•s.••••y .6..66....• x 13:._ >m__ - 77 swoonsmsapwe6 c5s 65 op.,. - - - ..s0 ..� e07 CamnBamn,74 7.71ar sea. 1.434,17777 Round mw.,.6.n 510 6.7.6.6......,3..R.. i. 1y:: S 67,:: .i.Sgroper . e..6e 6710' .14664 a ce.o6wm ryRua.,me l5 ..IT0xa665s 5516 - CITY OF MIAMI BEACH I RFP.2016-091-KB .".. CRS DESIGN/BUILD DESIGNUILD SERVICES FOR WEST AVENUE IMPROVEMENTS 1k 119 APPENDIX-STORM DRAINAGE QUANTITY TAKEOFF a 4,.m+laui...04 nA.s,.1am•• ms1..n.6 p.c... 0.4+5,5,.., sr va- ...,65,55 ..,.5 ••Amon ..51.11(814 w60..n6.w me6..,e.s YAWN,.., m 6W.Im D.A••..1m u.n...6{4.1 6.w.p0.yo1) 00W.1116w0n: sm.me.o-G 15.e F.5 our 115A,wavl60•m,.e 00 w:' :abl.: aa: aa.: 747,.50•0.' ft.Wm. OW 5n+ wsue6os<r6w0wa e. wU A WS....,Tra...b00A.0-555 6 Over n r9sr w rb1 06100•• 6.,.61 mpw. .meow us 6176..{.. ae6.m4 rz Caned,.'n 3.5semp: mi{.1.miarw.6.,,4,-oa n'r: )m.Top vwAlw9aesa_0_ a v:_. {15'.-: - 6114..' .za: 6m:: as - Stroames55.1iar.4,60.pound 5.6•5518500 rn,m 51,.0+e.4 Ca 1•9p. .5...51.••_... o. 7,5550. .ouel m,uuf a.Top 5013.5r SW Botiorn)vrth r{Simi O41ea0 rm a, 0¢:: m - a..a.d,rameGrate.Mr., AG,m: n m �.,,ropsraiuu9,AA. . an rn. - - 0o,a.,6m..es 6176x.{a.Frame rasaxwe 6617. sars...G r'7r; a .1.0.r�m-v.. IQ 09e.i. Pura&Mor,l.11-24 54I.mr .ora 148Cower Mn ..9ur a 0w,m m . %pp.,5555ssi mTA 00,..,„w e52-5, t 0610 - .142.8... 84 5.1.,5.1.,,,,,,,,n Dm156rs.e 1.asro wmx m009,.evplasc06{ 1 x aom - - ITT 71.56 6m 4a4 Er. r..••6m, m Basmx..n 3•5.00 Pang. - tam W.Cath Type P914•• ,.,..511fArmma s 5..5., 0900•141 w 65,.sw i r{pm605B.so0wp a WI m - 3w: tea:: 6A_: a.62: 61....sna0eu,m6wo. 6 rer ae.mr.e 351, a ..norm. mmiiu.svi - . xm.sa.me. 6776...mn.414 b„ms.m. 1 GiltgasintyPe 39,16'. 511... 411.11a51.1.7,65•11.151 -rbt_ •• P••m.vu. a_)619. us3 sir,eamni AYss woo446. 14 RCP:: a - - 334 1:N SN_: ema.v9e 3.9161 - 1.61 rse - - - 8.555 m+... 69 pound Pow,wnrap sY66u5551A _- Stmose.12 6-.nm.a 9.76 AC *11 -431 .uertmmtm 9We+1 Avenue A 3geswm. 00.0..aTo4 .-0.16 {.mr{$m usr.304 24q: lID.': - • 160 15,. pnit. 77,661•.061 3.61. 615. - - - A mpop.9r93meauul6Com{A - Com .14.4562L easel*3•4144. mi.17(6400324 a v:_. 3A: au. 3a.` 'd.. ✓ , 5.0,4 Pow mrim0. A1a651R' I.mrg5m6usr3.5w.0B - 61.xye.:r,++e..111bef 66wm 8.911.. • - 150 dl1 - vmn..s . Roue mmry.mr sn.6045129 - - 62765u5.3nme.ameiNo. .ml.F rl6�bN sp.4.4,4-G .{RHI.::. 85,: 3.W iIC •• i3e'E1. .m5,Bmm�lm9 Aus 5129-amm.4 00.iusiasmA.p 24 r5,:: to .. 330:5 a.,....30,5..6x8. it.mt-.... CITY OF MIAMI BEACH I RFP.2016-091-KB ! ,'m C®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS 120 APPENDIX-STORM DRAINAGE QUANTITY TAKEOFF .,.,4,4.• nSneXTURE moWA k'" movEkr� arow . a .O .n4 '/44445we.sm o. m1:=1 .n a.m oww,xa.W maenaam "eaa • .-"Ir a.0 _ .„e.a x.w R .a.�Palm,v.roouna"ss sirs 6176,a„Q<e r.,rnes,,,.aws+ ....we.,W..1-7(60.1M1 StruMwe 36l M..01,11and :ao,cea�sr usw...6 r in: x • vo_': zn a�a eat rmn?�wrm,an.�; • Laitay s..om- m.. srsooeaa PaI ac«a - ✓ m. r.Tooke.vi3V.00 ea - ev" .. t - .,.pe.w s, rasami.e en. .F.6.0.04. 44y- . a.r sruewa:raa.cao-e"w eco.. 'zn 4.50 ..n - - - woe.a.oa..a sa Rove me.m.amraokallOMB- mne nur.anr,44..8.4. sta...n,r,.aa as Iar.. gas w Aoxyg 44 �.., kg eeks fm ro.s : a.6xggim.aaeanm ewe. Po..../.4.6evelar xw iw CITY OF MIAMI BEACH I RFP.2016-091-KB ,- -. C®5„ DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS APPENDIX-PRELIMINARY LIGHTING LAYOUT 121 -� il'iql 'Iv �)ij�rr( 1 i Scheeule CW' "ea" Ni l '.e., Cd. o.9aw— ",.9 u:. (Me n.9 QM YA.NC Number 19hRIDfOf-19AIA.PY[GWf(M7.TYP 140 LEDs MOO Wises ARIiik ��ns7d/� I�lip ,ou.m sW„.9s�orr.ammesas11Vl i ati 1104114j ��'1iQ���ii#� ues.xna.o m ao9e LED•eoe+ .99i ex �d, ui w . \.\ r ter'aIv.t►b,,'j��i �1'IUr►ei. �ESA ��� 111111 M I- 41'4►0 �` 1 �a i' V Z ICi.pfj1✓ 1�{�I���TIII � *1 a i� 'pIll% ip4J:r4 II � ~_ '�� ��o.•��i!L �.IJ�iVN001 CO O iC7i 4 :44V _vim- �IllIV j - I Z J te(Va8444 ,_ Ih ►��Y�i'rL� �A ;''11����T.�e�� :04 littriA-5=r7.1. 5. 1 4IIIalU�b4pr11 ++�k►�rtttte613.4111111r7411•60 /I. 46 iri 1♦♦ T�"):'.e 01tilii.ii II iotemi al II Designer �.`iJ'1 ply� 06.7" 491 NIA Daea )11f 1�1{•��/v irtaititti � �i Scale 17 11k2AL ��err!! �`�;"nl�', Drawing No. �J��QI^�+ (([�^P 17�IJ� Wes[Ave-North •I�ri�ll� ' �1 r ` 01 Summary CITY OF MIAMI BEACH I RFP.2016-091-Ke : ' x DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS rr' 122 APPENDIX-PRELIMINARY LIGHTING LAYOUT ••IT■ i�I gg/r>. ,��.� Lt►1 s �!.ir '.!s�i ck �.�.. CW I .16 tillfr4 thr`� * ,nor' ,eftyp��P ••_�� ®�" ro yr �� ` �� ♦fr�,��ii � <�®rte aa�i.. sly„\tea.. %_ia1�... � ) w:;�;�N'r •=....,e0--,:°140.- ..-:.-z;-7,-------oravarstz,L.-,.-.7---,,.,,7,-ii.,-.v--,---..^—eit."90 —.7-19-ffelv ill :„..______viraiw,t... ....__fr_rokirtarl..... ) ,.,,,I;40.1,,,f Id 1 IM LIJR d 9 IWO! 'a :� wMwrmonrwAeIDM.m.�oIh11 v,l0I� 91� IDa003K IID 9000K 1K9] Zag/4E1% " , I w, ii ir.P aR 11.1 wl ?r 1/ ht7i k Ia.hc�in•0�1 ■: OW/KW W > C CC Ce 0 Tao,,,.. rf'h�q��(1: N LLL!!! G �'fS' ,�bll 1" CC LI E e! 1,� 1 �,` L t � mOLr U s�n ati'>7falVAlYb,.124,r4t.- Ot-1„,---‘41,,,.. ..__...,,r L ",Sg�� ter.. a-�x„41 � 60 "+�t ti ihThf .piLLmwrw --r ► e -ar�35iIi'►`'`i_i i�I% 1 .. ` \Ulgi 1\♦ �� a 41u" lK� (9/"� 'l (� a r!��'RI* t 1, ear .1� �� 'inti"�`�IE � Ilikiwrsi 14P1' ����n , I Crt�>�E1\TI 4��pl' Design.' ���gFy1Nv � �1!..gill11� ,*� I 1 PIAg 1�I�IJi F�j/ �_ 1�`��I����� ,_—��'~ Date (�Iw, r + r" tom` � Scale K ,�� •/�»� � Scale ` �EE�O ��e7 alltUNV_- ��N I/� 1 =100 11i.iii/ it; `R. \�IJ.I���-.1.`_'tp `'; --.%..1.....“7 . 01 Drawing NNarth Wes lo 11, ` ''� v ■fya�lll'454 `�' I■ Summary 1'r lib'.'� ;�VIt4j► ' 1 Of 1 10.4 wtw- CITY OF MIAMI BEACH I RFP.2016-091-KB � CaS,. DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS 123 APPENDIX-PRELIMINARY LIGHTING LAYOUT Schedule Ic!!I Label n-7 w. iiSTAM-SPF- R®, QeMnDeNslb IEOr ®® tosnossr, POLO ril_N unsiunc Mev ono<UOON LEP POO. _®© 1 n '"? e I I W. _ W .. , U Z li 1 w w rz �f''�i�WI Id �d 11 I.0 =I- I l , iV2 ;� 1 VW' "t :J a li Wigii eeII fin.►3�ii"r� —' $I _.e0 a� •1- 1 Ilbi' .......===== Designer �1 IMA i�'�r �1�1�11'�. /� !Il itgi e\_. ��� Date 41 "1d� 99ye ��w�:a® , �yi :j aTL ' _ X71 1/3.!2017 !t'rtg{�t / Rp� '� gi "q i , Scale 'sy•=�_'��it 1'J`� a;`AVAr— r il,�a r�.,g/I�A'�'� 1•=100' ```:"''�yi►��i'��� ���V �V� _ �� l�`�'� � � �is� West Ave No. r1a�rte ,�c-.aaAt-�t.I.` 2� w�� ••a��.��1r ) 03 m� ��� , y� i 1 /�I<•_li���__�/���j'1�1�'1�it�/ u•w�wrwT//I�� �1 -_-. summary ___ ttihCi'b'!1 CITY OF MIAMI BEACH I RFP.2016-09EKB db. DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS s (� aur` I r ') • s"P"' . '` .�`"1., :a "• - r t • � y ` S ,,..1.,,,,n--:- .n•s X41 r . , w, � aM r s ' +rs . n 4 a � it :L .....,,... IIqq, y ,YYt '� "�A! •1.,,,„,1„.„Y 11:4-11, '':-', .. '1.: ii 1-: - 17:' .,':jtj''..;. „," '�' � 1 - fes IS'''' _ w; �i '"F . . ice , _. - �a� f H _ _ I � _ '-- 4 1• � i This project requires a design/build team that has a direct --=-- understanding of infrastructure and the conditions that surround it. A team that brings a unique combination of historical knowledge in the planning, permitting, design, risk management, and construction _ k delivery of projects for the City of Miami Beach. Experienced and seasoned professionals that understand how to execute critical time lines `` of design and construction.A team that has demonstrated a solid track record of delivering design/build projects in highly complex,highly frequented urban environments under highly demanding time lines. That is the rc-Man Cons uctic,n ---L,, _€c t;i,,. u� RFP NO.2016-091-KB January 12,2017 ," 1. Flooding Solutions .s i , ..Y BEACH _ VOLUME 2 �'' I . ,-- k r f TECHNICAL PROPOSAL DRAWINGS ' � $ I j l f4i � ,I .:: _ + v , '� ' - � _E „1,, mss1A , , '3 V., 'zf' "�„�. /`'' 1 Ie YY " ,- K. ITYOFX1M BEQCH ! ' E .- ; . .-.-.-4401. Oh, .” __,., ._ _ ;= DESIGN/BUILDSERVICESFOR e WESTAVENUEIMPROVEMENTS ii PHASEIINORTHOF14STREET SUBMITTED By MIAMI BE A PUBLIC WORKS DEPARTMENT CONCEPTUAL PLANS FOR 2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET . LEGEND PROJECT LOCATION EXISTING UTILITIES: CITY OF MIAMI BEACH �~jjTi � I®J � ❑r® COM ST _ CAW— G_ FLORIDA GAS MAYOR: PHILIP LEVINE FLORIDA XL ,a ` FPL DUCTBANKS _ ,'� ( IY FPL FlBERNET COMMISSIONERS MICKY STEINBERG n / ,III— — — ®I UN MICHAEL GRIECO N .� kat !!!._ 0 JOY MALAKOE ��En I--j PROPOSED UTILITIES: KRISTEN ROSEN GONZALEZ �� LJ RICKY ELIZABETH I"I �HI,RI !I ✓� SANITARY SEWER JOHN ELIZABETH ALEMAN ri WATER MAIN IM- ,0 Et STORM DRAINAGE CITY MANAGER: JIMMY L. MORALESI it I III INDEX OF DRAWINGS II II wf DRAWINGS OFSCRIPTION CITY ATTORNEY: RAUL J. AGUILA IA�� _ y� G-Ol COVER SHEET PUBLIC WORKS DIRECTOR: ERIC T. CARPENTER, P.E. 11 '1111 - � .;' I L LLI 1 5j n TS-01 TO 15-06 TYPICAL SECTIONS CITY ENGINEER: BRUCE A. MOWRY, Ph.D., P.E. • I-' . �--I-nn�'�1��111((((_!!!, PM-01 TO PM-14 PAVEMENT MARKINGS II Jj I�' _ PU-01 TO PU-14 STORM.SEWER AND WATER PLANS LI[ j PS-01 TO P5-00 LINCOLN ROAD PUMP STATION ''`i.1 III�� =-11 LI[®iii[DOBW-01 TO BW-02 LINCOLN ROAD BAYWALK I� �-����� MOT-NOTE-01 TO MOT 05 MAINTENANCE OF TRAFFIC ! q��V�trtrtrJJJ'r Lp_OT LIGHTING OETAllS 1� �rl� r �� r I' _�I--IL -_ I�(1! r,,,{{{}�� L-D1 TO L-02 TYPICAL LIGHTING PLAN irL+ '( lILJ rUi•J SPM-OT TO SPM-02 SIGNING AND PAVEMENT MARKING PLAN �'F'1—L MEI �-J �JI I (((���� r PM-01 TYPICAL SIGNING A MARKING DETAILS I Inn fin ILfILn Urn nn fin IPP�J(f(11 &/f IS-01 TYPICAL SIGNAL PLAN LOCATION MAP N�-----. REVISION Na D E S C R I P T I D K DATE BY mw a (cla m cjk unshine8il —� SKEETCOYTAA.mc ~DUET 'do�A�, --- — I _®..._ DWG.No.w RW uNE-s 10 rRw LINE 70.0' 35.0' A� :NNTVB,IL 7 35.0' 1_ 50.4' 3.4.3. I —4 ns 2o•r_ 7G' _ no 0' _ 10 o' _ 10,0' 7n• _ Rs• I24 7]s• �. i.. BIKE BIKE PARK WARD,L%� �..� Ii l CONCRETE snort o t 1 I V L J �9oEWALN _ ExIBnNG •_ WRB t WTER ~6�— 1GEGTExittEi M....0 011MST .S-PAyENENT A TYPE F 2-SIBGRAOE wt.., 3-BASE FOOT CRANTY WALL N.TS RIGHT OF WAY RW UNE, /-RW UNE 70.0' 1]•U o- I 95" 0' lir, 100' _ 100 � - 10.0 _ 70 J Sr! _ 95' r�-/��—v x W Y ��, PROTECTED BIKE LANE PARK PROIECTEO BRtE LANE i CONCRETE T µORNL(TSP) W 2x Ew5nN0-�_- • -- - IIIMIIIIIIIIIIIIIMPIIM Z it i N W T 't w CURB t OAT! �! .__� n?EALSECSIORIBWLAIWW <9<_;5 x Y TYPE F t-GEOTEKTILE 2-WBGRAOE O75N•vK } .5-PAN]AENT BASE FOOT GRANT,WALL ` = M V r. it 3.7.S. 7. K:<Z RIGHT OF WAY RIB UNE •'3 SRW LINE x_350 J0.0' .Ou j 31.0 no• 00' _ ai_r 70' _ _ y Io o' Tao• 70• 1 2.1X2.1Xsn• in o. n I 9 HANDRAIL(TYP) BIKE PARK PARK ENKE a f A Li 2x PROPOSED t 2x Tx t a BEAM WSW Ma .N . %IL___Ex15TNG1 s .� •. . CURB t GU A- / TIMALSFCI0NIBOEWAuc1£.EL REALAA) —�� TYPE F J NESTAYENOE 3-BASE 5-PAVEL/ENT FOOT GRANT'WALL 1-GE0IEKTIE 2-SI&RAOE 01,170112WARNS T.S .. .,-RW 0. LINE RIGHT 0'OF BAY RW UNE-, _ 35.0' U },5 O' W WAT -.3 Cr.. 11.0' _TSO w —AU _ 70 - TOU tU U' 4P_ _ 5�� tt 0 _��_ �_ —� j BIKE BIOSW PARK SOSWA a INK THAN MI(TIP) �_ 43 Al f � ,_ R"TYPE so �! A"CONGRETE IIXIRE,NFA&itcsmo 90EWALK OFIIU'LI RRA GRCUP88�.1ERCO 1200 H-� 2x Zx 2x 1 Y TYPE SPOIRUOIrpµCWREE Jr23 f' E%,5 C \ `�—� I—� �B� 'J s iroE msusACEcaisE:ais r• L__1 -_ `-3-BASE —�+ — - 1....- CURB NMI.SErnaIBtt6wAlA .- CUR9 t aTYPE F _.a.,_._ A•S-PMENENT V AVENUE 1-CEOTE%irtE 2-BUBGRApE nt'r on ox 1RIOT GRANT'WALL A+r .Av N.T.S. _ AN N..re= Ow.M T101 ansill"me. w USE ]o.o' RIGHT DF WAY RW UNE 340' 350' I __ _ T r1.5 • fi0 ?kg1fi 5' 165' lQi 60' t05' --.. wuu-.: C CONCRETE II I I SIDEWALK 2x 2% 25 2% z EXISTING NATURAL GROUND_.,,,.., -T •� CURB&W ' 2-SUBDRADE 3-BASE TYPE F 1-GEOTTOITKE 5-PAVEMENT TYRCAL 6ELBGN It MORN OFUNCO2N. a N.T.5, 3 W a! 4 <5 l i i 3 r-RW UNE RI%O WAY RW UNE N r 35 0' 35 0' a .•' 1 _ 1 maw MBIY Wm.no mr {'CONCRETE mw.. i W SIDEWALK 25 25 LS OD 25 IM saDj� }• _ - -� r--- E%iSTNG NATURAL GROUND-'''. \ 1 �- MfYI51pIf W CURB t W, ,�_ F` { W1 ®.� I.. TYPE F 3-BASE ,5-PAVEMENT 1-GE01E%TLE 2-SUBGRAOE IY WriCOftTWN AVIL0N31RUCRDN.121052 MOW /MOO. Ne1 oUPC.NO 2 TY 111E BS1,231.221110x f0940 wa+a 012120.2855.GIOW261.121.E9R RCCK1120 N.T.S. 5 FITE SP STRICIRALCWRSE SP.T251' ®W 5 1112E SP SORGE C01&SE SP 251' a.. IPm ft. RI Me Ile If..v Slar v ry xWwcnW ME.r.. ra. W W aaw r/-RW LINE RIGHT OF WAY RW UNE-\ C S 50.0' 124 0• 75.0' 6.5' 24 16 5 �1 � 16.5' 9f m....a,..e�...� I LUMINUM • PIPE GUARDRAIL s'CONCRETE SIDEWALK I.i 1 1 2% 2S •CLr At f�l_L 1 -- EXISTING NATURAL GROUNDJ —y'L.j.— /,[ � – a CURB k CUTER 1–CEOTE%nLEJ 2-5118GRADE 7–BASE 4,5–PAVEMENT \ TYPE F `FOOT GRAVITY WALL I TYPICAL SECTOR NTH TERRACE,UM COURT,RAMMMCA WAY,75711 TERRACE i E.N.T.S. S !F1I ' i /–RW LINE RIGHT OF WAY RW UNE i I 70.0' –.7aQ50 17.5' A 175 35.0�aD— 650, WOW MTM 7 Do' a SCI. 7 no• • ya'f SEE a'CONCRETE AUJM'GUARDRAIL ORE I muss ..w 1 VETS,,.; SIDEWALK • 2% �I Q �� TA 2f ���1 ig \ I ICA96M5 EXISTING NATURAL GROUND =•n ---- , �. y,a CURB 0 W 7–BASE ,5–PAVEMENT FOOT GRAVITY WALL TYPE F 1–GEOTEXIILE ]–$IIBGRADE TVPDAL SECTION 1ants001105).13f. NEW CONSTRUCTION N.T.S. 1 GEO TEYTILEILE(US FABRICS 2600) 2 17 TYPES STABILIZATION((BRG01 ®n tome m >INErrrs 3 OFIICRAL BASE BRCDP 5IB'UAIEROCK LBRIOUS as a«evww 4 TYPES !'STRUCTURAL COURSE 5P-125 I' 1 7.,as :ra nM.*.T,:n�a.m:m+..a�o axe 5 TYPE SP SURFACE COURSE SP-95I• MAP a® Er. 1aa.. Pe uw iv..a as . 041414 11 1' .Nt A,. 13.0' - — 20.0 X5'9 I PROPOSED PARKINGIEASEA ENT AItOPOSEO PARKING EASEMENT C 40EWALK TRAV0.LANE TRAVEL LANE I PARKING -I Z0' C S 7Q t60' _ 50' I24100' _F 100' 7Q; Ia. \ ,60' I Z DRIVEWI,Y ACdE55I I 4 I �,e s,N«.....sr E R ROP CURB § I aROP CURB — .0.4 1.S�,f- 9x VARIES ' ,x 1 Ix Itx VARIES y'--_ JJ • r 1-GEOTEKTLLE 2-SUBGRADE 3-BASE .5-PAVEMENT TYPICAL SECTION MN STREET 44A = _ WEST OF MY PO AEI N.T.S. %! w T z — --i r •'i Y RIGNT OF BAT RW UNE, 1 LME 70.0' 1 AI AI _ 35 Cl. 35.0' 64 i 5' 0. 6.0' j� 6 5' _ - 5.0 12.0' _ 12.0' - 5.0' — 6 5' • 'j� — 6 0' _ V —�I i ALUMINUM PIPE &MK 45,445 a'CONCRETE. 40EWALR GUARDRAIL wAm I,vAA NOTE 2 t SEE ' 1TURAl GROUND all 20 I— 4 ca--� 55,590115 CURB CURB d OU ' IF'ss---- TYPE T FOOT CRANtt WALL 1-GEOTEKTILE 2-SUBGRASE 3-BASE ,5-PAVEMENT TYPKAL SECnON • 621432rtE2 WVICONSTMLTpN 1.104425 I GEOIE%ME IUSFASRCSMO; mew,SAAR/TOAl50N RO 2 12'TYPE B STASUZATUNi1BRAU ENpiMCNMENTS N.T.S. OPOONKBASEGROUP 9(C 555.55C151.8151001enawUxn N°nts wRaaNxn 5 TYPE SPSTMICNRNCOURSE SP-12.S 1' ore _. Nn rano.leni¢e 27 ape la 2440414011.1 m 5 TYPES.SURFACE COURSE 56451' mQaeve at Iiasu 5L5 5.e rL wv ive aas. 1 x51%.' „ a.n.. naA - --- - --- --- coNiln.sc. 221-- -2.42. 0111Xi ll,PW ME 50.0' -.... s a' ,.." r l ,,0' 6 5' 2 Cr_ 4 0' 8 0' -.. 5 0' 8,0' 4 0' 2.0: 6 5' 1 76. ac 1.0' 1 MANIA.P011.410 :.....1 1 1 1 124,241.241,322 3 I 11 t+ a ' ..„,.........,,........,i Egi at . 111••••11•M•MM 22142 . 22 PAAMENT 1-020.11_E 1-2122022 ......L.7`..:11%.... ... I N • yi in.2,1 ,.... ;as.— .._ . . — ,,io. ,T O' 16 5' 7.' 45' 90' 1 9 0' 1 4 5' ,2 5 15.5' It a' 0.0141 mama 1 -ri 01.22124 22122242 A i 7, t . a , C.1.2.2112r2.L. i 2 2 8 ...,77"'".."" 1 ---- 22 -, i 2-1 C222•T.E F 71 ut0.224i="17Zue oar Ave 2,2 I oltomt 451011T *4... ,.. " ....v. .rum e ,111.1.12 1,....2 ...4 8.5' , 80' 11 0' MO. 2,0' 4 0' , 8.0' 25.0' ', Wo13,04 ...- i COMM.2022221 a 1 t 22 22 .r...... _ 24•1 4111111 7 -... .---- -ALS 22 -'--...r. - .. .3-4.21•241. ..11212 PAIIDADIT .......... ""' (.... 1-2202.2. 2-2223002 }UK ' 1;70;=:•n .2. , RorLeasta774•Y 242 i '=.4:4:n.:R=IV'" .1.---- ...... I...' ru oe .yew 124 2 2.2. Mr RW LINE RIGHT OF WAY RW LINE - A... G 5 35.0' 1/.5' C S 5.5' 10.0' 5.,,_ 10.0' AA. � 4.0 5.0 -I zz 29, tts\ 2% I 2% ■�1 4" CONCRETE SIDEWALK r______ w -- _.1- _ L -- \FDOT GRAVITY WALL = EXISTING NATURAL GROUND 1 ' CURB & OUTER1-GEOTEXTILE 2-SUBGRADE 3-BASE _ TYPE F 4,5-PAVEMENT < 9 TYPICAL SECTION LINCOLN COURT 4 ' N.T.S. f . 6 5' y 16.0' _ 14.8' __,3.7'.._,BUILDING PROPOSED PARKING EASEMENT I PROPOSED PARKIT, EASEMENT /...—BUILDING � SIDEWALK PARKING TRAVEL LANE TRAVEL LANE PARKING \ w %Cy—12'VARI5 5.0' , .....___J.5. � 10.0' _ 10.0' 8.0' _ —12'VARIES. o 't —\\ dunxc+mart vR LROP CURB !�- DROP CURB i 161E VARIES 25 I IR 2% 25: tE WWI I7Z VA RIES z T LLL s 1.J_ J _ —1 __ _ --J `1 _I L__________________ _ _ _________ _________ / ______________f_J t—GEOTEXTILP 2—SUBGRADE 3—BASE .5—PAVEMENT tMNOWls NEW CONSTRUCTION 1. SECTEO ETUSEARRC52EWl 244n_ 2 12'TYPES S TAEILAATPN(LBRA01 TYPICAL SECTION 4 TYPE SE STRUCTURAL moral_SASE COURSE.SP 5 II.RRlaq 4,44kae LINCOLN TERRACE 5 TYPE SPSURPACE COURSE So.251' ....o am N.T.S. .0 1205_ lie ft. Dass :men ,-;?„, oq.i2. Ta414 a ase,duh. PLAN 6,..., ;.-4' Walla,UK —II. q ,- _ _1 : L W .1I 2__.}.,...... ..o. d WEST AVENUE ", _ _ W 1 ti- U LLl LU CO ..1. -----_ U V6` R f.7x��'� ...._. :VII= ZO �� r I , ri1s.i rs..s,.,.s n,.ss.n�.,» Ue.I I ^JAI 'o s 11 1' � 11 F tili E t.i i FA II L✓�II `�l;n : �I IN /IMI II ii ' 2 fig:'° PLAN csa i 3 ° e 1 Ei I � j e a z e ,;!,iL -.r �� �\ o OW. WEST AVENUE WEST AVENUE M `oman want ill O //l fes- r a tlTORT S CO � w w ___ } Nt Sr z n 1 . ...— li.. ... 6 . IEZESEIV r r w„.., ... p II "I II ..�..,F. .n....nn. w d: sr.>.��.,»:t OU ,– m. o I1 1 $ it i i i t li1 i Tv I I SU.Sly.VEST AVENUE .... IP... y.� a ._ MAR,INC. PLAN �`'— !S I1 '4: 1 r 1 ...,. : ,_...... �I 'III. J WEST AVENUE :. cra�w.m.... . r-k"-i.... ;,max ame O 0_ + 's - ff ~ ---- t ti4., r w CO r w 1 r sr s' r .yr Z LU _ _ CO y O �C �..�/.._, ' ,--= r" -,\vl INMAI v LIWM. �I ceiirC _o zO 'I I '�di e0',h Eii z.tN- • an�.rEC•�16MC:iR;;;,:r ffrm, s �::— s Z 7 ' H I U "o W! W Ali: 1 : -I g: i PLAN ® 'a - In � I T `ORA.xswn , w WEST AVENUU� L _ _ar.. { - -_ - --- ^' uy.J-.' �..,..w. • rmei TZ — -_�_ !.s" F w04 •00 EMUS 1 _ t t O —► -► __ -- 1 .a lr H r _ y 1 le- Oo ' i E zis i _ — y i--- c PLAN t-ln,.C. �� � ; PCjt§ I L -- BAY RD 1111 szsr .r'sr: � ' m...a:waw:a..a I �O m 1 - a ciw ii L c'' `moi- /��/ : 1 «` `rte_ _ O Imo[' icli{ }��y/ P - II I / i I z WI I e I H I I : Via ; PLAN 4 ii BAV RD e 'a:1::G ,)�,U 7 v:v kll 9WA NK ROM( w a �.,,.•.„rn LU0 CD cn i w 8Vss.ao w z ®= / APPROVLLS O — w 1 O C.) 2,.. H r 1 "I e� �.— I .711MATZ War. ..a, PLAN w 1 III 1 :i rel � j� J li+ r I! y �a,a:rs,,d.a dBAV RDi O �3P233m F- i W w Z St.alS 8 Z S - a u.m Q 7"..'.> _ 1 W i I x,1i + i f Iii 1 Ai 5 ; PLAN 9 s I§ . 'r'IF \\ i I 'a , I it i. f \ . n , o Li ) L i ���rrr;x�rtrtmggg _ �. � m` BAY RD ! —_--- ----'% i'�7�:4: —iila7: 2 w,�. n. II — -.1 ZItrm.s o .r z _. 1 l -moi iv 1 \ "- , ��i \ z r , i Z �l i Amoy. .a �i1 'f _ We +o PLAN CDNti 11,iG; W ate' 8 BAY RD W 1 aw W - OZ d srmircw O aw b�+ e • �ti W i w WWIM6 MSIOP! AMOK n �s Yc AMOY. r�n w+. Isar atN aw2u oF.xa PM. 8.44 PLAN �1 , I+I , . .a s3 clit I I 1 1 I NOTE: m w �� 21 'Ij 1 EXISTING PAVING AN■ m> + _ .,.�. .. 'a 'ii q MARKINGS TO REMAIN —I _ a=- INIno �''���y"� m I --------- .. �� ,r>.ti ud ,,,,„ m /-' ----- �s I I 7 1 I Ir�IL 0 i \ N il,' �.� gi K ti a l p L L L K _4f� — I J J �4 ��..{� Z L ]� z o :.: __—__—_�—___—_ 14TH STREET �C G�'--- ' I1� U ate 3 ' hTI 5E . PLAN ; 71 I+Iw I I cl i 1 '! NOTE: I I e + 1� - ... I 1 z w. 41m 1 - I I EXISTING PAVING AND j F? is MARKINGS TO REMAIN a 1 --.-. O w r w Q acc,'.IN IhOO FR. 'C — EdHn�E LU TI11 z -� ---J / , —__—__—_ .:I -__—__—__--_—_- 77 • ao I /,Z� Ir Z L I I J__, — ------ i I 14THTR1EET I v.s 1 1 11- li 1 I', Ir OM lb. M.O. mill&it, PLAN I "`""" 1 . � ir �; i ta � : II li IA§I a! I , ; nt, EI _ m..s mi 1 YI . i 4 Ys 11 �.,, +2 w : 11 '� 14TH TE I _ ee;_ _ _ i3 3i i `ki?iW ii. Zi PLAN i ill I 4 I n .i v: i .321N221 ' R�11SaP6 122[Irt s14TH COURT i �I 1 I <I mivi PLAN �eei I I j ' E 4 i :a a: of 5 4' 41 f ! a .. w , , .1- i -----.. = " 1 -..,---/... /: • I 1 I/; - IIII. W i : ,� FLAMINGO WAV - S I r 1 . ,r. 4 1 i •,i . �i •,i w 1 1 _Ina i A �J I I 14TH COURT!_ ov. w ,,,, , i ' I IIID ---.r R=40115 emna irei UrYIMS 7 r .v cT'y. PLAN .,�,,,�. i i[ w 1Er w I I :S 1 I I T 1}! It LLI s . I, I "grans•:A N 1 0 ! / F.:� g� �cii a -_—'P-- ..;%' � == a:i- _ (• 15TH STREET - r ii 15TH STREET 7 IDI •1 I j T t,',_ <� ;a PLAN •' •°^^ s w i I Y Zr.W I � P: I I Z I 6 I 85 I a o 1 11 =- ItLa ! __ ---- auaw La 2VAS OM v �ti `�r,r,�e it xtuo `" - . — U1 �� AI SC � Mx ii rr EEEff. \ 'lir • STR 15TH EET p1R'rr�rr`�F L;1!:,111 ttt111MMM I I 1 1 ! 0Y 4- PAN , =y Ii � ...,_...... ISI 1 ' (� 1 i i o - gra- ' J m.0 # W m 1 - aF1..T. :., _ '''= A 1111111 41111111111111MIMIIIMINIMII r - Mrs Z iv a a L /L� i- z - I 15TH TE -�.. iteF �'t — ° 1111111 .._.15TH TE U rcI is 1 w , fflr 1 - wsi 8 s j PLAN ® . I I I 1`1 €i ,I a I W I 4 f i, , I I ,MIRO AVM ' I I I I .=03 I da I Q W 1111111, —,� ,A I I Z J� I �, o t =T F ��In Q -5- _' �- — y 1 I z I I 11111111 ...ORM 5 U .ar.:wce 15TH TE es. U , , I m Z I i Io e mI Q 1hf I I � 3 V I I I` I` 8- I I I _I ,at wit Ji10ri01.5r.cm' OR.. '11.10 M. PLAN 6�a1L�R.6C I ? � IMI 1 J 03W W 03 `s` ---------- --- 16TH STREET / .... .6 W2 Z f s G Z of - 26. -.. s N. m Ir 16TH STREET 3 .a • PLAN i WO I I I i I t V i I I,Tv. ir 5w ig hail i F. 46 2 --------= I ti ii '- li,K. \\,.L...___________________..___________,,,...... ----- ,-,--,....---- u'LL )—) Z il II f�151,63 4� O I{ 7 61jjjj _� -----_--- -.N. — .' Z AMOY. 11 o U 1 ri------ - -- - —__—_---_ e ® — .x�ae - ��tem ti 1fiTH STREET U .�. 1 16TH STREET ��. 11jj u... i a PLAN - COIIR�R� ■ Q fs I I I I 0�' x w"I a' 1 4 ? 1 W wn I I .........=......al 3 1 1 cn tiff y uisi 6 ---- y- 7" c` i ii U'-�S... - --....--....4.• 16TH STREET �L--- --I ,+v. : g PLAN i; i1 w 01 . RAMC AVM I 8 k 1 1 ' r I .r 1 1 ii 1 ui. �— ,,,i,,,, II ay 1 Afl15i0x5 ,r; r:! -------------------- L-C-O--- I 1���Ir i I..pl. ipepa i i i 1 I d -i i,' Kir rw mrsw[mr wt. I111-12 PLAN ® �l I' i� J 1 ' O C : // e f W ILI s- j /////I 17.171"\ 416 ///////18 ,L _i/------ ' .,.0 LIN L-1 -----------_- 7�... � ----- N'E6FdLINCOLN RD I �_. LINCOLN RD a PLAN ��r•� ss re-- T....... / prd4 II+ ii asL-----� ! I f' ------_--_— —_ --. .. —_-- J /1 ` ..»LINCOLN RD_ , N“,,,, , w / I N r /71...t_t____Y ill , OWNS - w L w Z �, I — i//////// r`\4/////�� j� ZO Z sow te am +-5111 i LINCOLN RD U LINCOLN RD f W y v.v illi PLAN ", ,I ' ig I I 1 I �r i I III gg u+ i I I '-" I I I �. , I I Rw .4 4 ; L .....,...,.. ! M LINCOLN RD iia. L ( cn F- _ 1 ////// / ///////// // w t PR - f wm Z ti — J. F—1 it P EPA= 111 _ *!!W ai aF , i a g E ,T+ h f;� !'' I I J' I a PLAN , ' �,r..�. i ' I Z s �— I I' _ uy,� imams i ,Il r s, X ----- ' ''''" r r E •y _ _ _ -dvr our voce LINCOLN CT ae Beer _ Y - .ema® li �,I f I......e �M .10111141111,PLAN SEE DWG.No.PU-07 consult.•. 1-1,II iIII I . 1 '''—= 1 t I I I 4 P% 1 l _ S, �� –_ ` WEST AVENUE i m....,®..�.., _..= _ cayv LU ,,4.....1 _.yy .-wc c=n s.x I e,.ao v v.co 0.1 Z 1a r t l° tr r—.. . , — ''' I = F i W I � `, '' ' ' I 0 <.]S. tri.lxs O 'F ` U W rl �\� • 'bnU w.n twxn I i aie i 3 WI !I % rt. IE <7=z PLAN 2' r. - 1 I i SEE DWG.No.PU-09 — ; SEE DWG.No.PU-08 I , — ll I 1 ,..,a 11 0 •1 I 1 (I 111 I t i g'a ` o 3 a ;, o �.eK IIIVOIL • __J t. , L . WEST AVENUE t—ccr :- — .-- .--_ r CO • w.v '°'.n • 1 N CO so SI s 3,r cow-_-T 55. E?.m I A. —'y.°=—___TII1 ±I_— COP. Wvel • -._. • . r Z• - 1 iIt II,'Pix`n O w• . Fit u tsmTM* c .� ft1t I $ $• h I u... IRn SEE DWG.No.PU-07 E D r .Ko.rU-3-S "'n; Ir.nmot r PLAN ® covAPlle. SEE DWG.No.PU-10 SEE DWG.No.PU-11 �� r f 1. i \y .-- L---z q WEST AVE / I ,\ t I —...a v NUE 4 -- _ .o Y Kms.rapgmn, s p .r mr .r.o Z .r xxr was 0 tm I w x o a I \\s I ��—r Z •' Z —___—_ I� c! l _ cs ... -.:-•-� I 1,` a1 Y .sm.11111 IeFRZIa7;;;; it.Fsi.s+: .: Z O Z — �� _--1 1- I�r1I 3 eeei Iq�- ,ER R A1a.l I ■ 2 3 O I F I- I 'x !I }i H ..a , ,—..72.43-12911.11- ...atm .OI.[ : ' ' ;1..,i; '1.,! w 11 , IL �I. • I Stt UVB`.Ao.PU-10 SEE DWG.No'PU-11 „ CCFFPPFL',AN I,'1 —_ - .----- H 's• = ri-- L4 J i y < I r ' I i I ROW. arc j WEST AVENUE g ¢ , / �___ e.uu • : /J O EVE pe Vie,m .a..-.. aessfn � Q %T{ . O i \ eb — i __� '_—_ JEu--� s�.:�. �w • MWLU< w-b 4th SO'PCP v w-ab �I '� (n I .Yao ,tY rvc csao ur. e�•w ee.ao �I. I } I !ao' `_.--.ABY.”—“1,w R:w _. _<_. ___' -_ __-, .._•.__...,.J r vanes R 90M ` lO ,r a.w 1 _ C - Joma . "' -- -_I uva:t� — — O o ST,SHOP PCIT AMEXIJS zt e. I # .. ., L�DAVG No.7073 attr ... 'TIM Ps. ru.m . , PLAN SEE DWG.No.PU-06 COMSAR.Illt I I ifil? 01 IC I/ cgr§ 4, I 4 1 1 I 4 I not..12.110 1 I 1 I 1 1 I I 10 1 (....., 11 ' L BAY RD MIND 2,sT V. 01.1.(70 MUM 9 01.1 11 I 1 1 1r 1 17-14-10111 . .... Lb.1 I 11.1V71 1 ii• I i 0 '" --1-§-, ----a: 1,„ I li 1 / . I. !.. Ri • i i I I; ii t i . • :2 . = 'i •' t k 1 !'o •1 =I I; 1 I ll '''11 1 • i ,2', .." ..,! .,. .1 . i 31 Cr. 0 'U-I. PLAN `..; I i PROK.13.A11.11r 571.10. I g (It SS 151.1;.11 cArOill . MOM WOW C63.3 24.ST(010) iii 1}.1.1.1.01r1 MIA. BAY RD n ... ......-= ''' ---41.ioi . UJ ..... '" il .r CP UJ rz, ur itm: 411.rm. I Z .....S —— —_ .. 444:.;1-.:...= p ...,.., .. . , ,:t: . i—.i 11i 1'— _ , -----—--—1- , N -" , il i o 2 1 1 I 1 i I ii f ..) 01. .11.103 2 -I 1 1 I ! . LT,rgs'tl:No*a wr i Mgt::%Tr I I 1 0....r..... II. 1'I IT\ 1 L" I.Ii II I 1 II j I I : 1'g ! , ..., ".i.... SEE DWG.No.PU-OS SEE DWG.No.PU-09 ..... ,.., IWt.03474 MN.. 1.11-03 � N MMr PLAN CD' I L_ '7 NL�R.�G SdBw; fc , f 1111 Ji,. i.d 1 II �j �.1x4�. — " — _ r «-w — r _.mss- = Gv... -�� w 'iia - �'V-�L - ��T� – — – - = n ki—c N Lc . ' `�`� y '. -- ..._00.,, IOW;�� .; Al-M z --. ---,-7-77--- -'—-vim— •. . — E? -T-1----r Z : 3 Z I ? w 7 . ! ,x. s m I I 1 <�' o I ty _ 1 - nk n.m� ;IV,. [ ?1 r atw Wni.rm • — 1 ` �f� n•mm rata.'/ ¢ a t�VGP.-Ro. ■_ PLAN �- d SEE 0 .No PU-12 SEE DWG No.PU-13 """ . -- P. g I •i , v P+ z / ` ' �,:� i;' 1 14 maws xmar '' BAY RD .r bi i 3 \ w4"7" - Z _._ - - _ • mo.+ ` 0 /m _ tom.il�lmi' , W . ��.- urxc+,us z -�---- - ail I .¢ gl _a9 ---- - ii o ' O i v *- O I i Ili g i ,.m raw ss,m utmlx d - 2I �_ 1, SW 0920 UV RD ' 219 72405 1114041.11 RD • • SEE DWG.No.PU-13 o...e �� 192 12/11/ 119121•11914 1 91 MN meo�cva me. w.01 eastArt.sc. PLAN O I BAY RD _ g. \p SSIa ill▪ y 0ii A � I w .9 j.b lr we.sa u., oo « ~Q .F, l \ .va c A �l • i I; i i I ? i • e. 08.A.4,aSitiff MOM /MMUS =L i.e. aE V.V, 16...6. MR w,..trsacrgi of N. Pu-Oe PLANt.... .__T 1// .--•'-'z',''''', cour4R.E. .........• : --- --- ,. 9 11 , 0 i 2 ' q 111 Iiirr'i ig tf I: 1 ____j ),:ii 3 ! ! •fitt wL§1 r f r--7 -- '' l''t ' -7- !I •-- 3 ,.,..$74:4ir7..., ..... ..., , 5,,,- • ....-„,=_--,...._ • - , 8 N, ft- '-- -,-.---1' i :i...---4-il-::='!!' _.L,L=.:,_-- -: 1 --. ._.-7,-,.1-,.. ..---.....-- —,!=_1.1_4_,dL----,:-., 1,---1.•_14 T _ _ „r_obi (2 _..-- _- ••• ___ 11, F- --..-L-'_ i _jr! pi,-- 5' • \'', =----------- -- '7-7-7:-.-_-F--_:------------------- ---,---,--1-;----------- ------ -+1-7 VNI-il I-!4--17 z 14TH STREI 1 '!!!'i 1 '' :.,ir LI . ..1 .. PLAN °,„4,1 IiI i „, —FT : 1; 1 ;.- :III I 111 A 1 11 - 21_ I I ,., 1 .t P.,1 - ti • .........F..„... I-41 1 $ ,1 , •,.. . ' 43 1 .1 1 ;P I 1: $ OINK 457LIO' _...,' e- ;V ai i , , illo -*—k '- $ $si. iltr --7 ..._.- i''/' ( 11 1. f _) 1,1i /1,61Eili ..... ..--- ...-... ... ....... t..1 --___Mr..=. .- --- t---i-: ----, -=',$: _47.,------------ .1.... -‘ /../ L u_ —_, -4-.,;;-.., ! .. ; ;. ,---- — -=:s• ; I -., .._ ..'".' ; I 1 \-......1 _. i --- .• —....:::.' 1 , • i,4,.._ _ .. -•-"R!'=-4L'L 4__.• _--el -1 ,,,, 1 CU ; -poo * .._1. ..,,,. , ,--- :-_-_-, --,_ ,--0 ----, ,_ --------___ ..----------------1---, --, 7—, , - _ _.,,, _ __t_i__— -- • ----1' • ___J , _r___7 APPROVALS 0 _ —--7!-:-F,,,1--F1--'-i! r r ; .,...._..„......, i i i'' ......- ...... .. ., it I e .. . 14TH STREET I d I I Th, k U • • 1 . , 1 1----,.: 1 , I :t — I 1 ,•_, .L_ 1-,. ‘,... We Ven1 Istua go. sa, FLAN is aC-MM► SEE DWG. SEE DWG.No.PU-03 No.PU-01 easT'.AR.E. 2 I; 3 ' ` 1 11 w It 1 i D r i' Liar - I31 li 1 as + 14Ii i X11. s S I\ J :. : :, ,r 1 i 2 I i _ 1 N. i� .^. it 8{ } ' .( 14TH - : 7 1 . ' i r, 11 8zoramista A r L-: i I 4, J 1• 3I 1` SEE DWG.No.PU-03 SEE DWG.No.PU-El a' C PLAN i- ��E z 1 `e I of e ss I w c1...i a j. 1 IOW IVORY pi! 1 NI ; r r• z , ». pII r s. I _ J I E' :S e, WAY oc+. r'—_______�_ I �1 • T 1 11• i.✓ {�, . -4...— — _ OZ 14TH COURT 1 4�+ G 1 11 ai 1 some.. ; L_ , [ L — -...1 .r.I —.. '‘--- SEE DWG.No PU-01 ,,... �� ILW...S.= o.c+.1.11.07 PLAN COM''; SEE DWG.No.PU-01 ��� SEE DWG.No.PU-03 E — 31 M 11 °I' , ( i I ad - a 0 i J 'a xa -1 } i =. I �i. / 3 w 1_ m la 1 ' 1 S 1' ' G i 0 1 \M'I ry ?' a ' J� t — — —- — -2.1.:.8.- - - --- - - - 12 I, 2s 3� FLAMINGO WAY 1 ( 3 t <' e X11 - I ii F.nF' I SEE DWG.No.PU-03 SEE DWG No TU-01 i-r, a 'a unxc mar — 1 1 +rnsaa /PROMS ALE me wemm �ev:.9.. vm 1 nT no rnmcv nc w ruae • PLAN SEE DWG.No.PU-01 'it--1- SEE SEE DWG.No.PU-03 — r —q a= i w ri i ss 11 - ..l e - ----- 07 I. "---7,' � W , .1a,--------- m 7. \ . � .® ,X Q"1 " ""„"V" ---. --.-.• -. - \\_,,-- _ — run \ ? i - Y- .�`�f.1F�v�:t ------� �.r - xa:6rs MaFti,C.hs „ I 1 p d s j e r \'"+R y 15TH STREET ``� y 15TH SIRE SEE DWG No PU-01 SEE DWG.No.PU-03 PLAN . -�--.. I s SEE DWG.No.PU-01 ; wl., 1 1 �-- I !I CI ,/} - h 1 I I •` 1 = WA.1xc HITOAx `} I ss I 1I oI e' B NI :: .0 1.1110101 Lk.(Iw.) 'i 1' ; 1010•0 0,•••. rvn w r m 3 1 _-, a i L4 : 0 -461� Z ,r S m ; .o - —-— *--_,_— t ,d.w .'', W-_ OPROVALS Ov / 1 l - C V // 1 9 �.�a�0. 1 FE ' ' r}-C BI 15T IST.FET +eam SEE DWG.No.PU-01 ,m,,, ..- IIMI O.la rum PLAN SEE DWG.No.PU-02 . ae SEE DWG No PU-04 x — NUT. PL.IL 11�'1._ i^ f 1 7- .•o s---- $k 1� 5 r s €& sa r1 �3 ` t _ N. 446.41 ''"r4u° n.rrF.� Y.` 8 fi I m a,..®.�">r, .1. ,1 1,..,.. ..7...........7.7.:,,...r.'0 tl� �� iii 1.'f \ /J I1f7 _ ----_—_ _—_�W \\ LJ (7.--7--,,, I. ✓ 15TH TE - 0 1 s 15TH TE i TI e • 'a1 x € 5 - 1 ' ml II .1 _ i 3 I g I . ':', 3 1 a ` o EE DWG.No.PU-02 SEE DWG.No.PU-04 PLAN < ;= i S SEE DWG.No.PU-02 F ____� x 1 1 —1 `— —7,--- 17I I ' I 0 - 1 .1 . 1� 1 e I 1 1'1 � � . IR, I I I c S I 'Y^ I ,xww h,xn(,a.lI BMW OMR Ill I If 22 §a 9', I I,= si g I,\ "� 4 I I— to i 1 � or raa Z �� i b�AG l 1 Mxx.:•YS Z (---.'"" �. I I .. 1 ._ �' � .f 15TH TE 1 C I, I 1 �mm s.®. z I.! ' 11, Iz. I F`°" SEE DWG No.PU-02 wx� 'orreara.4.74 mc+. 1.11.10 . Alll . 114/if PLAN SEE DWG.No.PU-04 CTT. T4 eouT.1iF1.IC- . '-- i ,--".i ' ! _ ......o0. .•'' 7 -,,i 1 r 4!__:1,- ,,-!-,: L___ . . , , .•• : : : „ • A. • • I II 1 iy ck, // / i : i , Ai.;1 I--2,; ;: : . , i• 1 I L i .• L I : ....••••--------- I,:=4;—---:..—-.——.445---5,—----,—--——---,--- •['4-1,..I;';.„5, 1 i;;;;5;5: "' •12 w co ' :--1'. 3 —'0---AllialaMO ' 7-7'. ' 7. '•''. 1;1 ;''llel I i 4''''',•-•_ Z ,', I ,,,,, -gy• : i. :4 l'g l•I !I: ...,._---''l - 0 \ ,,i,,/ itzw,/ ----/.. 11 \-0.RAP STA110/1 IJI;000,41 70 1 i 16TH STREET IL tr,:c11 1 .1_,11.1- 1--- < Z F I r ORAMVS FOR INFORVA11) 1 ' . , CONTINUATION SEE BELOW • 1,!llIl 8 i 1 , _—, , : , , --- d____..,,iH li_i, , 1 _•_•_,LN..\,_•____•— i il . : , 4- 1 li -.5-- -. ... ----... • ---, r,',1 ii ,...„, ‘„71— =. a , - 16Th 11 - b7Et11-1 1 1 1 r :- O4-0 g 1 I i Is=-•---- ---,IF 6m=i' l r.5 - PLAN °1 i SEE DWG No PU-04 SEE DWG No.PU-02 -. , i • . - r,,E 5E71 .11.1 LI : , • ' / .1 eirsom eur Ir ,... C.cE _ ... ....1fij !1 ;1,, -;.....................------,....-........ ..i---.,----,11••=1:1. -- 411=-- ---- ' /7 1 o_ Lu ' ', 1 I 1 :: •°,01..... N11.2.7.0.1_ _MIIIG21111=1116;..-1111MrAili=6... 1-: 1 •••••... .1111:17041111111.111111711.1111111.1111.1111111111111.11 ci wows M a_,:iL 1 •I_,!,,$.." / tr ' . 111. saws! eat a ,..,Z ''I iiiiinsistrivoust if iiiimm,owl LI, I 1 — --• 0-,,....., 1 1111111111511 ,s-..w—— —00 \ w .,,-11 a ›- :i' Z : 110 Al O . . PIMIII.1911111.111.11' . INN <...,,,, Z ' MIIIIIIIIIMII Alli ' 111=1.99. - 2... I.,.., U (.•, ' —111 A ‘---•-••••••••"'""""""'""'"-^11 - 4;•47,=""1-kraffSingil....6. . 1,, : ' z .......... i — 1 ; ' ., • 4- . • 0 t 1 - , . 0 16TH STREET '',-11 . . ... I 111111h; 1 § i I i• 1..E'r1A1 Ica a scaL E WG.No.PU-04 SEE DWG No.PU-02 i i : 1 i i 1 i 1 1 il i 1 1 i i 1 1 I 1 IRSCu----C-----11.4*-- PLAN ........ ,,,,; COIN1111.IL SEE DWG.No.PU-02 _T—:1 1— --- "-- T-- 7-i, r .I --1 ----. —1--,— I ---`--- 1 *".-----1-•-"'—w°. 1 , .i 1,§1, -—4 771 1 il ' '>' I I I i 1 1 t , a ma i ! I 1 ... i 1 I! I -- ,- 1 . I 1 1 0 1 1 -,,F. ..:4 . ---.1 i ,, 7 LI ii ;r :'i I 1 ii;Asi 14 ;1 1 I I ..'igiam AAMIAr.W.A. • :{ 4W11.IIIIIMIMIIIMII"All 'IMIIIMMIOR.. ../AlliiikANA, ' ..., :,A LL 7 II• i LIA Aer ROA 1 :I co OaSt.3R•RCP RI MAO _ 7.,_ iii . 1 II i !. -• I Z • al A.= 12.OW. _ •-, I 1 i i < il' D 1i i 11 1 i i Z L __ =mk „ , Gm — __z_,T_-,— 0 — — — 16TH STREET ---,i• kw, -i-tl,'2 V' - • EtDM't7)..atm' PLAN SEE DWG.No.PU-04 : 1 , ii I . . ,, , \ 0 : i H , , ' I ----, ------j __ 11 , ctlIP ,--.-71 I MAIVPI4 YSTORY ILJ 111 il i -' .7.11011111111MOMM: ' a .'. , ...°" ..‘\ E I' in I tr CZ-17 ' L , . . ,_e) - - .,— -- ; .iii; -i;; :, I ; RDISCRIS ...........,- " APPROVALS 7/7 i MA* ... • i 11 / . I '.11i:1 V il ri I r 11 \ I;'•.. ii Lef.-1 / SEE DWG.No PU-04 ,...„ scrr I .74."4"te.=, mu. PLA-12 1 SEE DWG.No.PU-14 PLAN SEE DWG.No.PU-04 '•'' z � li i `a- I � 30 •I 'I ei I z22 a—;, as cit j :I 1 8 b, 7' ° Ii.0 I'k arab ,• n iso, n,rosum.o�s_ i -° ° —` - ��' _ i I' o a' - as ---- - ', _ LINCOLN RD '�-_ ; LINCOLN RD ' ' . r. / t - 3 i 3 .i 4,1!/, !I k-U s : J_J PLAN EE• .No.PU'4 f.I';: i SEE DWG.No.PU-04 SEE DWG.No.PU-02 �� T Ili 71 sl (HiQ 1 z 1 . . 4 I 1 - ii1 [F� i Irl ( R3 Rs s rc '., . i8 I 11 8I' Sa • 1 < I t me , Y I; I a .. v M.yso.r m h :G ti,l LINGO i I a I a i w �• +! s In 111111 .----- n•¢Z -.�.ee�tME1 Y .RP .0 z� . — Zn.H k4 1 r - -_ - ) .,:. s .11 ; iW LINCOLN RD a LINCOLN RD ' , ,_z, E: g y�N t°'� E PA SEE DWG.Na PU-04 SEE DWG.Na PU-02 Io,rm ammo. ncIL ru-ma PLAN �;,� st� SEE DW_G.No.PU�2^ lit *,.,�-- u- i" I Ww .17 ° 1 II I ( IQ I ' '1 i mmr..r. .o.. 11 ,E y .,. JI ♦, it 1 LINCOLN RD 1' L- -' I. = / A L'�e - L 1 I �i w J I-�y'. 1 I // s ' I i' i Z X 81 I L Is rvc am sue — .11 ii = - - °° 4,tlfr LTi , . W 9: VI 1 ° �- i# it (----,, --- iii e r-- _ m v� 4 __ __ __ ti i Z� s W .., 3a I i J 12 E. I.4 Y i '� SEE DWG.No.PU-02 —� . PLAN • SEE DWG.No.PU-13maw 5•'i n RV.Nit I I 1 I i ••. ( I -! I I - S ' '' --, .-S_x `I i $ ` J' g *� a ` ®Y9ox5 • �, f I. ! LINCOLN CT - \ " q- SEE DW-G.No.PU-13 .0110 immomm Mt MO Tit---1----144 consTha,la 1- II lw ii II LINCOLN RD , I _ ----...-----_------ ---------—-------- '4. J 4m6i0r'3.ost1'.tf.11 1 liI ..i.o10m1io3i01t04t.i1s4lt1s4, oo m N.T,7.1.174411.0131110.0113333 \‘\\`, \ iILL_I // AA •1 , - 4, (o -------\ a 1 i ........ Lilanityr•- II,, jr:i: ItIMEIMMill*I: 11 .„ prz, . \ .1:4 071Waraii I I' A 1 -P-1,- -j 4.13.331.01104 1301 _ts7IFIS i A 2 TI 440105133 0303 CF 3 tls' fI:1/ '''''''I=1 11 ,\Low., 72 RCP r-1 iiiiiiihit (\°-16k.r/ .....r•;,,,;.- i_i ---- 2 ' (TAW i 'V \CD 2•0 140411400 4314011310 ///* I 3t •at'i ii ...,, . • fi• .14,0.% I 0003 03 01 . ] _..... ,... .... .,,,..,, :1-164 :3°73°3r3I'A' ------ -------- ,,,‘. 1 CD 13.04011130 4011101. PAM.13.4 311.3314411 440 110019340 fj 04351 10 V.VC cENOETE dot.065103133114. -- I.- 1 - 34 0,11100.3 ''.".. PLAN .•___ 31.0431. ..T • = m► aAu s .04..� Sa za as 20 RV 32.0. ST Lee Sa as Sa — —L ria.-ii 'TAW 1 �1 _J 1 ii�.1=07 1����� �1 g= , ; r . �: L___ ,. __ £� MECHANICAL BILL OF MATERIALS 1 i _ _ ® N DESCRIPTION UNIT OTY. , ..il...0314401 PUBP.4000.FLYORT BOON.MIMES STEB. STRUCTURE TREARMT /'` �-Igm I-�`,���� smucnrc� wrwr nwUrt TUBE 0010LITE MI MORI 40 FIN0I...CIO.MO 41 ORM `, L!J�,`� I• i �� ,ur VALVE Moos ms msv-y WKS o.'AMMO u 3 OL•ME Mr `F .� .a a.„. .MALE MOM.�a. ,a.�m µ ' 72,OMB. 2 141910L2 COWL UBE 320-..0.,00.COVER 0.144.0 MIN- ZOMR HH RAM MS 144,72.1.120 51_44.amour FLiir� urw us gligligt PLAN "'"• sar .71"..s.v.nm o.S. "'" 1°� t RvavAa wE @� @� N� •••••,•... r.rmm 5...1 LIMMi! / fie nT CONSAR•MC. r6 ncwas(n 9-� ' LRCRA — rRRR�" \ S M CLARE ...law�..,� ,, , , 1-P.v �,���� `-NmCOS �� I W 1 MITT 14 .�R... it'. •-(-1..„ ENERGY ". 1! .om —_.�Y�I.m it'. m.aeauloR ma.... aSSIPTOR n i ii �N ?De u vps® SOa1CNRE / {-�� _ -- 11ETV.E11 /Ir IL STRUCTURE -/ Tr sr ` SECTION t RTs 100: ,. /I/ s_• ..nom m..0 ammo.. 1121 3.4 1: Si 1-� •®N I ' ISI •••N• 4 ' S p iris 0 iiiIMI I v �� �A ENERGv �'' ME IMMI-- tl551PATOR �r -��� SECTION 5 , Nl'n.7M't elYk:T-WELL ... IC AMR .„.a am or ,••. 5 RUCNRE r to 1REATMENT TREATMENT STRUCTURE STRUCTURE SECTION 3 "'.s •VISORS SECTION 2 . ®' I"0 C rat ao..7 ,..m .r .r ,r .r F' °e a Mr m Oa ENERGY OISSIRATON STRUCTURE SECTION 4 name .T. 7,,,',,,,1,,,,... m R. naa N xio. \, ALI a . J ______)) ,......... I , I • o I \1 ..0 ! i LINCOLN RD 1 / X W i Z� MA rcu rox ` '�Ii n I i 3 s W 4 , F. • • mama .pm in � : t ALS II I :; in _ __- -- - LINCOLN TE \ji PLAN roe yr.I.."8. am W CUARMAL M, , s. '_ III 9 - I i' l'il; ;0OW.ME -1111 1 :: : \'''''n' -vt--- i .. a 011.,.5 Mian SECTION t V YEW 2 m^•-•�I•'^'R rs a soxs AMMO we- sm jm mmami un x. W.402 TRAFFIC CONTROL NOTES • TR TIN PHA aMAN 1. TRAFFIC CONTROLS SHALL BE INSTALLED AND MAINTAINED IN ACCORDANCE WTH ME 125' 12.5' 5' 2 7.5'2 8' PROJECT PLANS.THE CURRENT EDITION CF THE FLORIDA 0.0.T DESGN STANDARDS. 5WK I I PRO LANE LANE PRO - SWK 'coal&0C. THE STANOARD SPECIFICATION FOR ROAO AND BRIDGE CONSTRUCTION.AND THE IA II. I �� �% MANUAL ON UNIFORM TRAFFIC CONTROL DEVILS.LATEST EDITION.AS MINIMUM V CRITERIA. t0' S' 32.5'±WORK ZONE ' C S 2.THE TRAFFIC AND TRAVEL WAYS SHALL NOT RE ALTERED BY THE CONTRACTOR TO 1' I LANE I. I I _ CREATE A WORK ZONE UNTIL ALL LABOR AND MATERIAL ARE AVAILABLE FOR THE ����� �� � ����4 "",..'A'R,a� CONSTRUCTION IN MAT AREA. I 3 I ♦..**: •► i. *V� 4 amAB. �ATATAT a•• ♦�� �Pi�O�►�i��� i4 3.CONSTRUCTION SHALL OCCUR&DOAN TO 6:00PM WEEKDAYS TEMP. CW A.REGULATORY SPEED ESTABLISHED WITHIN WORK ZONE TRAVEL WAYS SHALL BE 25 —_ BARRIER V M.P.H.REDUCED SPEED AND REGULATORY SPEED SONS SHALL BE INSTALLED ON _ -- �ZN'W � ,.I SEPARATE POSTS IN ACCORDANCE MON ME FOOT STANDARD INDEXES. _=s - _� L=- 5.ARROWS ON THE TCP DENOTE ME DIRECTION OF TRAFFIC ONLY AND OO NOT r` _ _ _ — — _ _I -n n.�. •��•+•+P REFLECT PAVEMENT MARKINGS UNLESS SPECIFICALLY NOIEO- TYPICAL SECTION - BAY ROAD(14th TO LINCOLN Rd.) DROP OFFS (LOOKING NORTH) 1.FOR DROP OFFS.THE CONTRACTOR'S ATTENTION IS DIRECTED TO SI-ANC/ARO INDEX NO.600•SHEET 10 OF 13.THE CONTRACTOR SHALL USE SHOULDER TREATMENT PHASE I DETAIL WHEN NO BARRIERS ARE REQUIRED IN ME PLANS. W, O MARKINGS ' I G..-H1 W S I.COST OF REMOVAL OF WORK ZONE PAVEMENT MARKINGS(INCLUDING PAINT, 9' J.5'2 2' S' 125' 125' ;W REMOVABLE SW i PKG LANE I LANE PITO SWT I- TAPE AND MARKERS).REGARDLESS OF METHOD,TO BE INCLUDED IN MAINTENANCE W ' =lu 71 OF TRAFFIC,LS 2 3! 9. : TEMPORARY LANE TRANSITIONS.SHIFTS.AND CROSSOVERS SHALL HAVE SOLO LANE ; I � _� T S AND EDGE ONES FOR THE LENGTH OF THE TRANSITION,THIFT OR CROSSOVER.IN 37.5'3 WORK ZONE 5' 1O 2' 6' 9.5' - v B , AOOITON,SOLID LANE AND EDGE LINES SHALL EXTEND IDA FT ON TANGENT BEYOND zl I I LANE SWW MSC 92 a EACH END OF THE TRANSTION,SHIFT.OR CROSSOVER.EXCEPTION SHALL BE ►....��� ������ ����I I z THRWGH INTERSECTIONS WHERE 6-10 FT SKIP USES WILL BE PLACED. *:....►. ..+..*� �•► Q = 2 ►��������������������1 � I a ALL TEMPORARY STRIPES AND MARKINGS SHALL 9E PAINT ONLY.UNLESS OTHERWISE I �6, Y a SPECIFIED ON THE PLANS OR APPROVED BY THE ENGINEER. TEMP. I B J1�BARRIER a W WORK ZONE LIMITS 9 e 1. PROPERTY ACCESS SHALL BE MPINTAINED.TO ALL RESIDENCES AND PLACES OF 0 BUSNESSES AT ALL TIMES. TYPICAL SECTION-BAY ROAD(14th TO LINCOLN Rd.) F. PEDESTRIANS. BICYCLES AND WHEELCHAIRS (LOOKING NORTH) Mqwc Wsron I. AT THE END OF EACH WORK OAT OR WHENEVER THE WORK ZONE 9ECOMES INACTIVE, PHASE II rev . ANY DROP OFF GREATER THAN 6 IN ADJACENT TO THE PEDESTRIAN.BICYCLE,AND WHEELCHAIR TRAVEL PATHS SHALL BE BACKFILLED FLUSH Wn4 THE SAID PAINS OR PROTECTED WTH TEMPORARY FENCE.CONCRETE BARRIER WALL•OR APPROVED JI I= HANDRAIL.COST SHALL BE INCLUDED IN PAY ITEM 102-I.MAINTENANCE OF TRAFRC. 2. CONSTRUCTION ACTIVITIES THAT INVOLVE SDEWALKS ON BOON SIDES OF THE STREET ARE NOT ALLOWED UNLESS APPROVED BY THE ENGINEER. 3 aW�y �L B' 7.5' 2' 6.5'_ 10' 5' 15.52 WORK ZONE 6' 9.5' �� �a r� 3. CONTRACTORPRESERVE SHALL MAINTAIN PEDESTRIAN COUNTYTS TO BUS STOP AGENCY)LOCATORS AND -1 SWI{ I LDSC I I PKG 1 LANE 'I I I LDSC l S'•IT SHALL OJECTRAEANT ROTH(341,02-PERS SBOBTRANSIT PEARS L786 NONAGE WITHIN E-MAILPROJECT AREA.0MDTA00E CONTACT OT PERSON IS BPEARS-5 079E)KA9-5163 I I :::*:•�: RI RPEAROMIAMIOAOE.00V OR RIOT AGUILAR(766)n69-SOA6 E-MAIL ������������ DVANCEMIDPONS - TYPE II BARRICADE MFAV/ALS ADVANCE CONST. NOTICE IS mat- 1.THE CONTRACTOR SHALL FURNISH AND MAINTAIN PORTABLE CHANGEABLE Amimm MESSAGE SIGNS(PLIAS)AT ME BEGINNING OF THE PROJECT TWO FULL WEEKS PRIOR TO BEGINNING CONSTRUCSON.ME MESSAGE SHALL BE AS P. rAT67maT FOLLOWS. r v as CONST TYPICAL SECTION- BAY ROAD(14th TO LINCOLN Rd.) BEGINS DELAYS (LOOKING NORTH) KX/XX/X} DELAYS 2.ME CONTRACTOR SHALL MAINTAIN CORS AT ME BEGINNING OF THE PROJECT PHASE IIIP. .•Ilot.. THROUGHOUT CONSTRUCTION. AN MB ME MESSAGE SMALL BE RH FOLLOWSPN uv IN.... ROAD USE WORK NEST AHEAD AVE 'a"P'oms11°P' M' - qH III "1 IN TEMP.PARR a� WALL DAY RO.�D i 4 _ ' cw1 u a r.� r1r (3► . ���� r cwuwaa e t 11 { J}� O O'er I\ j ll i. m ° iEMP.CRAS'.� It mal CUSHION C 41> ;.- . $E O tr. C C E o < m i Z 0 a II II MOW MOW RgPSED I — I R. R. ox I 1,_ I I I I !\ - ► [MUM OW T - 1 h„ 10,61016 ----1 7,--.7----7- 1 i It 4' ---,1--- )1 \ •• M1,1 MA. r. 1 ‘ ___ _ . _L, _, . . : , ._ „... ______ i ..:_, , _ . , . . 1 ,. , , i -I 1,--- . .,...„, E m ,a • a mom tg —JY ,----- b"�*i RIS,� +1 /- , II moat .AM i. e .0130 .. ANO]MlM3 It ..[...,�._ __ 11UOT o3 a .1 ow.w ar.w mxv.cla .OTAt q� �a a to-YMi 1 u' _ � TEN CRASH �yy • • i JO e a pp �&ft � ICT,,,ON r. = -,V __ __ i I U i 1i1 W� t. SAV RD F-- • / p I_ I SI • .� tt .. °.. ` •IIIS . /�6a/ .p.w S7.-• __._- 22 ,/ ,r ,,.° _ G 25-.,.. `S} r C1�I \ Oh Y • f 1 '4 I aai www"` lk 44 WWI! r rr •Ar AJC I ......4t, – -...__LH ,,—_.- _. 1 E urw 1$ 'o r y E o AI • s' il 15 --0�1 J -. `' i i •P., ° • P ® ROAD CLOSED) i wa.NO 111540141iocN. r' 8 I ..+.I..w 8f /TIMM war "-• 8 .. IIi I 1 I _ I . �_ '�_ _1_-_-r-- _ il r W TA�ENUF , IWESTAVENUE �' 'Ra QQQQQQ yyyyyyTTTTTT III �''IEST AVEjIUE r_�I ____I I / •11 + 1, . inillit lm w.co E 0 6 E£S iSS+al R 0 sa. WNW. J 11 �.� I ' F Ru4� �.. f s T i .11,....0„,,,,m." +. rota: •I I I I I III 1 xi I 1 d I 1 1 i 1 fis\s —...„....-.— COURT ALTON COURT=I> ALTON r d ALTON COURT -- 1-- 1 CW I 1 ch41 Tx*1p0,•, .....— g 1, 1 ! Il 1 i I 11\ li ,____. i ,N i, e 1 ..• 7.il 3\ ".""="r ...:. t ....._ *1 t....-.-.. T.1 .-, . - •. ,.** , 1 I !i ' -----7 -—--_=.Q--(5.1_.`-,CLo_ 7_Z:-.1._7:7 7 7 7 '.7c— -. .i—_-_,41_„1 --=.1(- i•=7— — 1 1 ALTALTON RD i 1 ALTON R8E CIN RD I 8 I 8 A : 1 1 5 —I 4 3 .""" 4".."7"77*477 ir •° AO *° 2 , • • . .• __— . * • i*—•*' ,--* -L.,__._r L...._. -- —— '• • .t £.. ,___TrF_:.._ ,___k, , * _a. ..____--. ,,.44k xs : r *_ = 1( — 11(*Ei,2' , 1-1-1 -1. :*---1!" 1 , -H-1 1 i I i* 11,. * OILIVIN WSTOIR * r I T"-- I N--'''. — .,•- * * 11! 1 i E-1 I * I I W ii 1 I ' g O" '.. r11,"7 1 E) I : I 1— I .1 ..1 REVISMS.. i I * I WM. --- I 1 I I ru ra. :771= me:ft 333.33 — ----- MATCH L E"B" —� _ — — MATCH INE"B"11 _, �TCX LINE"B" — -- O — ?� ....Th....c. ce Ai. U I 1—sr _ " ALTON COURT ALTON COURT • Ion ter, .ol * * I CWI � . . . •-•,* . ' l:y i cm/Waft,Inc,, 00 1Ib1ip•. alb 4 71 0O 1 it o _._ ROAD CLOSED "`►i I a ^� I r. I lo 0- g j�— 11 ' 1 in MCI �" \ I r 4 ij m I W JJ ! � I p r II. id, �// '�=s1— a?../E--. „—_s,�; ( ( 'WW 31 j i :I z l9� W 2 G ALTON RD I I • I I ALTON RD J < • i °a _ R — i i ti i 8 6 8 __—� 9 R �_-ii I; 1 Q. SII j I. Ij i!I i I 1 I I ROW MM.! i Hi I y ,� �soxs o I I11 I "I It' jiff I r�C come !makI I m4r".." Onx. MOTAdl MATCXINE 1 a� Ir ---=-- 0 ll P !'��^II ALTON COURT , C.. ° ALTON COURT �— // • C S I ALTON COURT I / / / / / /�/ / / / /..�� T— _' I w b 0 ilii _ "4 „ N �;i 1 o ' 1 ( 1N 1 O I $ W ii — J I • y Ili j i rI� �,—wkq * 1 b e 1 �'µ , 2n _---, bt J: ,i--:j....„,�j.. ' 'O ALTON RD it L- - �( ..r i1F - ALTON RD ! 1 • � 1' p a ALTON RD I I i O1---7 eg? :: e Y -1--------1----71 1 , 1 8 I Lam• _ —� '^tel d _;I + p � --- g= _ 1 !I! 11 '-` vr .xoamlr. 1' iIi . E' q I I iiiI 1 ;' .;o �S:OM4 1 l" A! , I II i(j UNC6,Ro Npu APPROOLS1 I KITH UT MOUNT LED FIXTURE • � �I II .111 BUTTON EL.BER LOUD = �� MAOI POST EL LED/.LUNO .. (1t2w LEO/AOOOL) II all M APPROVED ECU. wo..l." _ r .rr dA STRAIGHTAWURPOE. D MI LOUIS POUL.N MODEL RSA-AS CR APPROVED FM +PMMARMVENTONGAE w40 oTCEPEnCDnIrSnwNER]w01M5TRBU.. y.1= -p KUu1HUu sTRAUDEO t d RE CORaEP STRANDED % gTE c LIGHTING YODEL D.DM) W .Am y! BARE CMPER INGALL EG�C xOxt Ecn.ALL ((p19]MED-FEE-EL-SG-I OARCK.. ��' AGROUND TOWNER TOCFTNE R APPROVED ECU. w OF CONN.SHALL BE ' CNN Works,HILI XN-UNOHI FUSE ACCESIBLE MTU A .0 DSEALED W/ELECTRICAL n END OF CONN.SHALL BE- x :FUSE NOT WOVE.Lr) S .ALL N PL...CONDUIT OuuD STRAICni nluulNuu POLE NavCO In 1:XX SEALED�OELECTRIWL 2-410 AWL$IRA.o.M'Aw �LL BE a'snow COVER MOEL RSe26D6-a M APPROVED EW AL PuONDUIT rim IN BE.BELOW COVER COPPE WREN .L SPLICES SHwL BE r IN-LINE FUSE ACCESSBLE MRU MACE N POL.. HANORDE(FUSE HOT HIRE ONLY) All`N^CES SHALL BE .CRETE POLE BAY W/ESGTS 2/0 2-}10 AwG STRANDED Mw! DE IN GIS 2/0 rrIT OR E UCC 2/0 AS NEEDED A�CMPE WIRE Lw 2/�iASGNEEDEDD 1' .FAKING MT M EOAL A M SPLICING MEC I, 7-CONCRE'E POLE BASE W i E� '' sew ROCLLEO w Pw) �II RJ'.'-<'(7.7.,.T.11 liell!�� 1 H PULL Box r =I �1 =I= I PULL BOX I I- H 11Il :G=1[I�11—IL;11 Ir==n- =Ir= I I I I14.01111102111=111.=11=1111,11 '1 ,��,�- —I I I SCHEDULE w 11-11 11 —1E,=1'sll_11 Ilan r e 2• VC CONDUIT 2•PVC CONDUIT TO FIXTURE u.•_�� i1 �rc CONDUIT TO NXNRE MWNTM $HAtSCHMORE E,MB'x B' RWELD ., N (ONLY MYER ADJACENT FMNREJ MER %211'GROUND ROD FOR SEANCE POINT CaaECn.. ALBERTSLUND MAXI POST STANDARD I IGHT FIXTURE DETAII STERNSERG LIGHT FIXTURE DETAIL N.T.S. N.T.S.IO EXISTING FN.SPLICE FOOT TYPE P II BOX/TRANSFORMER a -STRESS INC N m Dcs.,CE POLE) O I _1 ESMESSFD 2 F 1 N NEW/ N W CONCRETE POLE .'I METER GROUND.2"C METER O O.R dMMMC 16ECN PANEi.eaw+0 T O ....,. r Mor%MOUNTED 1 SEE SRV.RISER 2"SIB STAINLESS STELCAD AtTLET vROVfO MOUND CLAMP R. ER III I IHARDWARE(•14 .,TING co.Ecn0u5A O N FM COxNEC1120 BARE 3/4•C./60 I PLAN GROUNPCLE D RCOORAND SERVICE RIMRGLFLFx 205 S Z-MN 1a APMT-�7L Gpu T ANOEETS CONpuCORnW PULL BOMMOUNTED GALVANIZED S'%5' COND T ANIT 0STEEL LOxW,T MAINTENANCE NEW EAL SPLICE 90X/ TO ]/a %2aE ]n.I FEL.2•C LOCATIONS SEASONS y� CONCRETEGSLAB RADE TRIAnSFOR M MOUNT .PRER MO GROUND N. wsu tit I FIMSHED E. 005.SEE DETAIL _- .,.1111;. _ SEE PLAN SNEERS =�I-I p IOSnNG m6L SEANCE POINT IRMA,'ANON NOTE% FOON a.Du'IR S 'Illi ` O CONTRACT'.MOULD PRONDE AND INSTALL I_NEW 100 AMP.120/2A0V METE 'I� C 0 00 R A _ �— �- x A NEMA M ALUMINUM ENCLOSURE MOUNTED ON THE NEW CONCRETE POLE PER GROUND ROO 00 STANDARDS AND REQ%FEMENTS CONTRACTOR SHALL MAKE ALL CONNECTIONS APPROVALS BCR OF DESTOCK P NECESSARY FORA COMPLETE WORKING SYSTEM IN PLACE.NEC DUALS FOR CR CRUSHED STONE 3/W•x20' SEE RISER FOR CONDUIT A...AL NFORMABON. "fir FM DRAINAGE 'Arabi E TION CAD-WELD NOF',E/AT('y D C.DUCTM SIZE v%Rwe �a L.nECn.S - O CONTRACTOR SHALL FRONDS ANO INSTALL 1-NES ICON RATED.120/24.4N.E CS NOT. PHASE SERVICE fi RAM PANELBOARD AIN A 90 W MOUNTED 100AumBREAKER IN ..�.�. 1.CONTRACTOR SHALL VERIFY POLE SZE MO LOCATION AM OWNER PRIM TO INSTALLATION, A NEVA s 3 STAINLESS STEEL LOCKABLE ENCLOSURE MOUNTED .e NEW CO CRETE NOS.CONTRACTOR SHALL MAKE ALL CONNECT..NECESSARY FOR A E M.O.,APPROVED POLES.S6a1-0700 Y SEM-0100. GARRETGPU^ON.WORKING SYSTEM IN PLACE.SEE DETAILS ANO SCHEDULES FOR ADaTONAL INFI AL HOLE NOTE: TRACTOR SHALL PROVOS AND NSTALL 1-NEW EXIENIAL MIMEO SVA SURGE LLATOxS SHALL BE SUITABLE FOR 150 MPH F IN WIN EXPOSURE•C.''u O P'RNOITRECTVE PENCE SPD INA.4ENA aX 318$rAIHLESS STLTL ENCLOAURE .I AND a CODE. C OST FACTOR PER CLUDE MI E ZONE OR DRAWING AS DEFINED OLE WIND RIDALOADING CON ( 7 CALCULATION COOS.N E CRO SEAL)SPALL INCLUDE AL TK.ROP OSMED IN',LRM POLE M T THE ACTON RHA.INSTALL SPD PER MANUFACTURE RECOMMENDATION FMA 4,r. lyFy BONE ARG NEL LLM Br A.OMEN TRIAL ND LOADENGINEER IREMEN E�N RACTOR SHOWING MAT ME COMPLETE WORKING SYSTEM. PM SIZE OFED MsTALLATIONS BASE AND DEP.OF POLETTHE A1 00..nONALL COST TO MEET ME REWIRED OLOPDING.SR Tff O RADIO CELL LICHT CONTROLS Www INN "'Im'R Am 0 LICHT00 CONTACTOR NW SERVICE POINT DETAIL NEW SERVICE POINT RISER ��m..X.. X114 Lw, N.T.S. N.T.S. 2 pt &1 #1 GRD IN r CONDUIT " i - FPL SERVICE POINT(WOOD POLE) I 1j,! ,I 1 POLE p4 WN6 110 LOAD CENTER"A" 1 LC-15-1'-2'IV POLE pt CKT A-2 1 f POLE N2 CKT A-1 30 II1 ?OLE#2 CKT A-2 POLE N3 CKT g'I'' I ,• POLI p1 CKT A-1 2 B6&1 p6 GRD 11 � OlE N4 CK7 A-1 2#6&1 #6 GRD ( ib■�A •••:_ POLE N3 CKT A-1 IN 2"CONODIrrii1...� �t � `ate^,xi r"�.^' IN 2"CONDUIT �(�1�������1�����r�� a.. .., qP ■ 11 �_ POLE tt ��. �� �•\`,, I i 2' p N6 GRO I I_/I )i CKT A-1 = --- —�` 10-'_ IN 2-CONDUIT i ' POLE N6 CKT A-0. I.q i� —`-- POLE p6 CKT A-3 ' (TYP.) J POLE p5 CKT A-4 I - L POLE p10 POLE p7 CKT A-3 , POLE p1 CKT A-4 I( _ CKT A-4 W POLE N5 CKT A-3 I� POLE pt CKT A-3 POLE p7 CKT A-4 I I S ��.I' i Z __ I4p6&2 p6 GRD _ I' •. 3 I' : POLE#2 CKT A-3 IN 2"CONDUIT POLE p4 CKT A-4 1I {• _ W O \' PIP-1E. 160 WATT,LED PENOANi i tr -- \ ■ `1\-'1 -- _ - • Q FIXTURE ON 25'ROUND ( POLE N2 CKT A-aI�--- ,!//ISI 1 �3i 1 4 STRAIGHT ALUMINUM � I I I' --� <Y ' _ POLE PER CMB DETAIL STLSo 1 LI I !!A! UT TOP M ROUNINUMPOLE N3 CET A-3 DETAI �moo S PVC CONDUIt N.••LI --� t ,~ �il POLE p9 n I b LOAD CENTER/SERVICE POINT CKT A-4 II 2 p6&t p6 GRD -:� I�' POLE p3 CKT A-4 ','1,S / \ puPw woe) ,� (T I IN 2"CONDUIT(TVP.) b ,LimminmemPOLE 4 pfi&2 p6 CRD I i 1,W i 0 , IN 2"CONDUIT _ _-'I t�'ti ell= pi CKT B-3 -:N $ 2 p6&t N6 GRp II _ MIMI MEI En=mon POLE p4 CKT A-3 _�1`1 IN 2"CONDUIT '` > 'POLE pa CKT B-3 " ■. 8 3 CKT B-3 "1', �r IN 21 ) 1IL---__J_.,POLE p5 CKT B-3 E\8 2 CKT B-3 _ PCLE p1 CIKT 8-4 pI3�\, �� f _POLE�'2 OKS�}-4*- ' \A ��-_�r \ IIIMMI __ __ sI ����r {S Q CONDtI.) �.� 11, POLE#9 CKT B-2 " •� �� ::• %:•� • _ _____ -' � 'I 4 II I I� I I CKT-B'-1 :�� I _�_ 2,y¢&1 p6 GRD �'� I �� ;;:;:,; • , POLE pt CKT B-2 IN 2"CONDUIT II POLE NS CKT 8-11 /// POLE NB`KT B-2 •r'_ ,_I:I �.�.� POLE N2 CKT 8-2— — (TYd.) I 1'I\ _ _a4,.--a-t U I I 1 __ CONTINUATION SEE SHEET L-02 ,•gym, CONTINUATION SEE SHEET L•O1 I�� POLE#7 CKT 8-2 I 1 �' Il -- — - 6 y6&3 p60R0 ' , — — — — -- �i r , � I IN 2'CONDUIT r •� .. _,I I (TW.) � POLE#6 COT 8-1 C-. C. I) POLE#3 COT 8-2 �I,I TOLE#3 CKT 8-1 Z 1, V`!I 1 2,y6&1 pFi GRO 1 I IN 2'CONDUIT(TYP.) L1m I ' I POLE#2 COT B-I I=i 30 CKT 81 m'Ot0, -- I -1 �� \ ooE #o� cm I ��I ' ' I ovu w.Ms,arc i'-�I I� ALTON COURT . �� .fllmIIIIIIgnmuallAt .... _� .A FPL SERIVCE POINT �� POIE-I m j) (GONG.POLE) 1 EI 1'.KT 8 1 �y�y�y��-� LOAD CENTER°8' I I I A POLE,y6 CKT 6-2 � 1,k� 2,y6&1 p6 GPD �' I- 2#6&1#6 GRD I - _IC , • IN 2 CONDUIT(TVP) 4 IN 2 CONDUIT(TTP 1! POLE#5 COT 8-2 si �' •i fl POLE M4 CKT B-2 y AN • � ,, i II POLE#I CKT O-1 L I ' Q,1 ?I �! 1 Id 1 POLE#8 CKT 8-1 1 T R/W LINE(TYP.)rel a v t` 11 __ !I A. .i \� I' "� � 3 _ 8 e __l 'i -OADa j - -_j 'I a 11111 —_ F _ y • �, _ .. I ,MOM 6100- - - _ _ _ • ,i — KVISIo• r I mc j� .71r= am W! .„. 4 . SI-I(30330) 00-1(010(0) ....._,....■••1•••••.--- dOIS ' , 01 `-` colist4R,is. eta . Om .-YELLOW ",, ,,. .r 1 I I 44' I ,E L , , ••• -•.... 0.-30'000((,W) lea I.••c,,,r, L _( L.111,1 BAY RD s.OWE(TM.) WIS-2 I. Saa RD ......,...::..• :: / • :=1::: . ::: a "111111. 1111111=MIMIMMIMINIIII WAMIIIMIIIMMININE,W.-/ --"W/ 111 —INIIIIirAIL. ,.....,............, — — — — — — — — — — — — — — — — — — — CW 1 I 4 I I I el.F .--/A.•.'...•• ••• r....ji 1.-\', 1111 '/—--,\ A.„NEIN=, i i......,..N ,..- —---.,„\ i '4.--.. Cti."-,f41•7.,,1 2Sa(Tas) le © ,....: eg''',7444i: _-..-1-..;.•• f 0 1( ) ,/ 2i I 1)1 1 S.nl YELLOW Ina) . - I i I. i I 2 - • IC I fr 11 1:'i , 2 A 2P-4: I I ' n_i17-1 • i H 1 • 07-1(1201S) i 6.Vall£(n•) LIM .: , ----!c; ---, .-- III : lik, i 1 ',7, ,,...„...5,4,02, til I 1,14 ::::: )wW,,e,_- (1.,,XA ._:i '011'`.'. 1 R2-1(VAS.) W11-1(30030) (30.30) 1 i - ...., \ , ,R:-,(.1013) 1:' ', Illt :":"11 OWING 116101(f aims•• •E • li A r, In3 .g< It IR7-1(12)/18) Lip ; op , 5:WITS I i (1.,) ill / C•F-L la,s4C1 ' . 30a I .--JTY'4ES4 AVENB.16--" ur ri .) /,-,-V oei. _', Rk I.il; InSI.Li '.. (rn.)NES AVENUE ST AVENgrg7 -'-- , 1., •- • ... ;_, 1111 ' ..... L:=___:•::- - ---------, ----- 4.0. ___ k 21.1 i 1 4..---- k 'I *:711119- ......... •-•0; —7.'"7.---i,- APPROVALS --....---m— lor , •.., ----, - ! . - ..... ___ _ iimmr---:: i -- FILE : , An...r --.A ..-- .... ----''',","•-•,,Y-d7;--alliWrilfir -- -ii — '''' 1111rW••• ,, , •••___, L f,;34 las I a [HEIM ', L., d 1• : ....____. 1 I.N.10 R2-I(2....) at-se — k--INA u.i i • i'Z' P • O X S:*alt. (3.36)\ Ca.-,I- , 11:1 \. ,E 1' I . , 1 .... 1.... o SIGNALIZED NaaSECTION :I .2 I put wow iSeac••• O 17' 11 I fr WaLOW WI I-2 PDX.) 03-' 1, , (37g0) I- '',, •••' ••• mw SW CONTINUATION SEE SHEET SPM-02 , RM.MOOS Pa Ms.3•1.1-111 1 al Mt caenamcm • _ — — _ CONTINUATION=EE SHEET SPM.O1 loC.YA._ IAbNt(�&sex 46 1. a e) �i . \, z CS I 0; ) . w,_, x, ` 26..0,2(Tm.) Dl_,(42,02) mme: ow,i 1 O3-1(6x2) 1RT111--- F ALTONCOURT V ALTONCOURT F _ CWS CNLWmb,i. (]6x,2) (36x2) • o,� e I pit [ ,bzx0e) 7.R�� I \ (0zx0e7 A6 0(36x02) '1 ) -�c,zx,fi) s,U6xiz) 'I e"aeL,euow(no( A (SB 2) f %-..7,0'1,,,, P i F wi.• ; (re) ewe-0 Ozx,6) ' w 914 s u 6"Aw6TE(T.) -1,(30,20)YAD 'a, O (2 9)EIM' J 2 ` 6 Mx� i Z 26 ITE(Tra.) I �I 6"OBL,ELLOw(24.) f x s 2 P(im) .6 i , � 2: „E(�) Ie _I �e 6 _IIS+ �? :'l _ 1■Bw, �— -6,4.7Ecw 11111@� Ali �{ M / 7111' o i r3'PS o CSo' T PS , -- -.I RD ALTON RD 8 ALTON RD • Q B B t . �' JJ JJ7. A �— O w S fl !Q e Z? = a➢ e +'J i.7— ,a 0 c“. o e:P L4.Z: 1 MOW asmBr , I. ENO € w I iI Ii—I -'N Sf y l lit INOM MI akt I W. 'I I ' `Y lVJ Q 46e.AUZEO,w,EMECnOx I �I IIp� �I 11 itt / Q II L "I 1, I,I I 1 r.l amw Iso • 'A pm sc u..I....... S. In Pw mem NBA. SPMA] 'WO* riMMIN=0 maET Nyg . =EE a.EE S MOE OP.31.1.2 �� Mir �a a4414 ,� coma:Um ._pai SCOOTER ___ ^`" T ANGLE'PARKING / 1111/47 BACK-IN ONLY PARKING NO' o NO D\' /./•••• CS =NV ONLY OUTLE �� O' ' as POST SMALL ENTER \ �•• "i:"o.°�m" ` I •SPECIAL SIGN (3C"X24") W14-2 W11-2 R5-1R 0414-1 CW1 EC OFPA"nE"T �` (30"X30") (30"X30") (30"X30") (30"X30") (18"x18") CM/worx.,Om, t a/WE a..x+E 'MIS_ T BAN III e /�u/��w,c ON SPE ..RwwEE» �I t - PARKING ONLY �/'� LIMIT D3-1 , MAY USE eN O (SEE PLAN "�"POST ONLY R3-5 FULL LANE a7 SHEETS FOR SIGN TYPICAL SIGN DETAIL SPECIAL SIGN (30"X36") R4_11 DIMENSIONS) a "'s (36"X48") SPECIAL SIGN (30"X30") R2-1 3 7 (30"X30") NO (24")(30") osEA.� m aoE�=P a Pte, A""' PARKING o s" _ BL.20f ON ANY ® I uo. s'''"'""E TIME R6-1 1 - ",�� o.o "� f.. (36"X12") sreoE,u"ws Tsu"oAwsa R7-1 W16-7P < _ • a T=w"a.NEN r.".OZaA (12"x18,.) (24'•612") 4 - I K _- _I_s —r I oEA 111 ROM MR MI • 24" SOLID WHITE 6" DOUBLE SOLID 6" SINGLE SOLID YELLOW/ SOLID WHITE TURN '�"""' '^'I STOP BAR DETAIL YELLOW LINE DETAIL WHITE LINE DETAIL ARROW DETAIL NFSrsNTS MI BO 10 BE,»ERAo.,.sa "'s s•01 SEW„"E To OE,«sRPare.snc ,E,o"ts,,,E s,.rss 1.0 BE"Eswn,s,c SETA. s.a"*Z...oL,ro It oE"E X c..nxs AWS " EI —us ` a a-opEc"o".E,sU0.aw c I � .ell I "PRFs � .v I s—s..././I:: —a —� IINME r 1 s' I • l s e _ a 1.....18" SINGLE SOLID WHITE/YELLOW 6" YELLOW 10"-30' SKIP �... 12" SOLID WHITE CROSSWALK LINE DETAIL IL _ NOM as tures,o ONE ONc'"op,usoc NTS NTS s"ac=0 "E:0sE MEXYCRASM NOTE "' 14:11..1: c.w smogs ONLY,MESE so., sm. " Im'w 2.s:acm' .4 w ram .N. SERVICE POLE pt WITH f_- ELECTRICAL DERVICE - OISCCIRNECi AND METER i \ I Ran ExISi.ANO PROP.FPL AND i �°�� AT&T SERVICE PONT 12"SERIES 0 10"SERIES J (WOOD POLE IN ALLEv) M ,i! Io ®C zaelUill 1� o I m.n.a. �.nj LUJAN L� I Lincoln Rd I I \ o ``W' 3-5ECT,t Y I 1 T2'.2A' ]2'x 2A' CNIIW Ms,l a,_, BnPLOUVERED OtES RtEMDjry INTERNALLY!y�1LUNINATED INTERNALLY ILLUMINATED I ( I\ ! RETROF(8 AS) BORDERS LGN(LED) SICK(LEO) (B AS) (2 EA) (2 EA) ,., Iu �!f- • SERVICE POLE/2 WITH ELECTRICAL SERVICE P2 Pl P6 P6 �� � DISCONNECT I I� i ` y,�' x1 4 O z re o I'_®f"1 :.a., ,. PROP I� ( w TT�T CONTROLLER CABINET PAD DOI'M(LEO) ILL "- \ I s 60'MAST ARM 1\ _ _ w (A 45) I ..�":;' M + REMOVE EXIST.MAST ARM N REMOVE EXIST.MAST ARIA PEO.SIGNAL �� j R10-3E(MODIFIED)(A REVD) AND PED.DETECTOR PED.SIGNAL _ ° i NOTE:SIGN IS INCWEED \, AND PEO.DETECTOR wW N COST OF PED.DECTECTOR ON PEDESTAL ��' 1 'I m �1�J' ( ON PEDESTAL EXIST.CONTROLLER iii A/ -� 60'MAST ARM Q - > CAA ET _ u. •I,,,_La______ 'III' •(TO BE RENOVED)�•1_ e.." -�.' -- I_'pi_i:x'I — _ H SIGNAL OPERATING PLAN Nu1. f --JS 1. y r r I DETECTORS FOR LOOPS — g. © r r 1 t MVM'T No. NO.OF LOOPS N0.OF SETS. WEST AVE i' •I I © •inn°. o A ti 8 V OWING ORM g 1 g 2 �_li •, SAO '� ~-- w,,:1.,.m LI TF 1 I IF 2 T� 4J• _ & PED.SIGNAL J 'w' Id i I_-TSI'PADPEDESTALhCrOR MASON 0'0' 0+0* (-->C1 10'0 PED.SIGNAL REMOVE EXIST.MAST ARM mono wile AND PED.PEDESTAL ...... ON PEDESTAL Q I SO'MAST ARM REMOVE EXIST.NAST ARM I z ' 30'MASA ARM ne°T MPIM'YS II O I�R/W LINE(M.) O \\N mem i y GONTROLLFR GREET: NES \ vom I.-MAJOR STREET:LINCOLN ROAD i 2.-THE INTERSECTION MILL CONTINUE TO OPERATE ON THE EXISTING 1 /I SIGNAL OPERATING PLAN AS SHOWN ABOVE. = I 3.—FLASHING OPERATION: YELLOW FOR NEST AVENUENI \ °' �ii°� RED FOR LINCOLN ROAD - WEST AVE AND LINCOLN ROAD wo.e A.—PHASE 1 IS RECALL.PHASE 2 15 ACTUATED. 1 11 I INTERSECTION 10 N0.3611 se arse Iva.A.. 5.-LOOP ASSEMBLIES SHALL BE 6.0.30'. I N. I °¢ .°A.msNcroi . 18.1 1.1111111111111111111111111111100, 1, .� • _ilt' ( ZZ 1 , "� flooding Solutions :,.. 'i ,,,-, . : _ _:Fir:: ---- ..:- - ' i, e + �\ 1 " 4 .i1 `„.I:a BEACH' f 4 • I' -s- - ,t, '- —.. M3Ris r1' 0ve.c m n € T x. .x ' d; ‘___/............. - ----- . .A , E:121 ,...=„,....,-_, ,i",..1.i t aa ' 1 1 ,.$411..' _o g` _ n _�a • -- t} This project requires a design/build team that hos a direct g understanding of infrastructure and the conditions that surround it A team that brins a unique combination of historical knowledge in ,. rit,._, ,. / the planning,permitting,design,risk management and construction delivery of projects for the City of Miami Beach.Experienced and seasoned professionals that understand how to execute critical time lines of design and construction.A team that has demonstrated a solid track record of delivering • j design/build projects in highly complex,highly frequented urban environments under highly demanding time lines.That is the Ric-Man Construction FL Team. ,A.11127;::::; ” ;„ ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM RESOLUTION NO, 2017-29799 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER TO AWARD AN AGREEMENT, PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 2016-090-KB, FOR DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II SOUTH OF 14 STREET (PHASE II), TO RIC-MAN CONSTRUCTION FLORIDA, INC., WITH THE GUARANTEED MAXIMUM PRICE (GMP) IN THE AMOUNT OF $13,113,590.00; AUTHORIZING A TEN PERCENT (10%) OWNER'S CONTINGENCY FOR THE PROJECT IN THE AMOUNT OF $1,311,359.00; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A DESIGN BUILD AGREEMENT WITH RIC-MAN CONSTRUCTION FLORIDA, INC. WHEREAS, at the March 1, 2017 City Commission meeting, the City Commission considered the City Manager's recommendation to award an agreement pursuant to Request for Proposals (RIP) No. 2016-090-KB (Item R7E) to Ric-Man Construction Florida, Inc. (Ric-Man).; and WHEREAS, at the March 1, 2017 City Commission meeting, the City Commission accepted the City manager's recommendation, and authorized the Administration to enter into negotiations with the top-ranked proposer, Ric-man Construction Florida, Inc.; further, should the Administration not be successful in its negotiations with Ric-man Construction Florida, Inc., the City Commission authorized the Administration to enter into negotiations with the second highest ranked proposer, Lanzo Construction Co., Florida; and further provided that the final negotiated Guaranteed Maximum Price ("GMP")with the successful proposer shall be subject to the prior approval of the Mayor and City Commission; and WHEREAS, on March 6, 2017, the Administration met with Ric-Man, to negotiate the proposed Guaranteed Maximum Price ("GMP"); and WHEREAS, Ric-Man agreed to reduce its original GMP of $13,285,990.00, to the revised GMP of $13,113,590.00, yielding cost savings to the City in the amount of$172,400.00; and WHEREAS, the City Manager, after successful negotiations, recommends award of the contract to Ric-Man Construction Florida, Inc., with a Guaranteed Maximum Price (GMP) in the amount of$13,113,590.00; and WHEREAS, the City Manager further recommends the establishment of a separate ten percent (10%) Owner's Contingency for the Project, in the amount of$1,311,359.00. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission of the City of Miami Beach, Florida hereby accept the recommendation of the City Manager to award an Agreement pursuant to Request for Proposals (RFP) No. 2016-090-KB for Design/Build Services for West Avenue Improvements Phase II South of 14 Street (Phase II), to Ric-Man Construction Florida, Inc., with the Guaranteed Maximum Price (GMP) in the amount of $13,113,590.00; authorize a ten percent (10%) Owner's Contingency for the Project in the amount of $1,311,359.00; and further authorize the Mayor and City Clerk to execute a Design/Build Agreement with Ric-Man Construction Florida, Inc. PASSED AND ADOPTED this ;02 day of Marck 7 f ATTEST: Philip LevineMay ,0_. Z9 Rafael rana+o, Cit Clerk r' T:AGENDA\2017\2-February\Procurement Department\RFP 2016-090-KB West Ave South of 14 ST12016-090-KB RFP-Design Build Services for West Ave South of 14 Street(Phase II)-Reso V2.docx APPROVED AS TO FORM &LANGUAGE &FOR EXECUTION 13.1.4.,1(." - t 9 City Attorney (L ( Date Resolutions - R7 A MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: March 22, 2017 SUBJECT: 1. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER TO AWARD AN AGREEMENT, PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 2016-090-KB, FOR DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II SOUTH OF 14 STREET (PHASE II), TO RIC-MAN CONSTRUCTION FLORIDA, INC., WITH THE GUARANTEED MAXIMUM PRICE (GMP) IN THE AMOUNT OF $13,113,590.00; AUTHORIZING A TEN PERCENT (10%) OWNER'S CONTINGENCY FOR THE PROJECT IN THE AMOUNT OF $1,311,359.00; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A DESIGN BUILD AGREEMENT WITH RIC-MAN CONSTRUCTION FLORIDA, INC. 2. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER TO AWARD AN AGREEMENT, PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 2016-091-KB, FOR DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET (PHASE II), TO RIC-MAN CONSTRUCTION FLORIDA, INC., WITH THE GUARANTEED MAXIMUM PRICE (GMP) IN THE AMOUNT OF $30,243,063.00;AUTHORIZING A TEN PERCENT (10%) OWNER'S CONTINGENCY FOR THE PROJECT IN THE AMOUNT OF $3,024,306.30; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A DESIGN BUILD AGREEMENT WITH RIC-MAN CONSTRUCTION FLORIDA, INC. RECOMMENDATION Adopt the resolutions. ANALYSIS On March 1, 2017, the City Commission was presented with the City Manager's recommendation to award an agreement pursuant to Request for Proposals (RFP) No. 2016- 090-KB (Item R7E) and RFP No. 2016-091-KB (Item R7F) to Ric-Man Construction Florida, Inc. (Ric-Man). Commission authorized the Administration to enter into negotiations with the top- ranked proposer, Ric-man Construction Florida, Inc.; further, should the Administration not be successful in its negotiations with Ric-man, authorize the Administration to enter into Page 145 of 168 assoommilimogimmorimi negotiations with the second highest ranked proposer, Lanzo Construction Co., Florida; and further providing that the final negotiated Guaranteed Maximum Price with the successful proposer shall be subject to the prior approval of the Mayor and City Commission. On March 6, 2017, city staff met with Ric-Man representatives and successfully negotiated the price for both contracts as follows: • RFP No. 2019-090-KB—West Avenue Improvements Phase II —South of 14th Street, Original GMP of $13,285,990.00 reduced to $13,113,590.00, at a savings of $172,400.00. • RFP No. 2019-091-KB—West Avenue Improvements Phase II — North of 14th Street, Original GMP of $30,850,663.00 reduced to $30,243,063.00, at a savings of $607,600.00. The total cost savings is $780,000 for both contracts. The ten percent (10%) owner's contingency for each contract is $1,311,359.00 and $3,024,306.30 respectively. Even though all proposers were qualified to perform the work, the level of detail submitted by Ric-Man's proposal, indicated that they had performed extensive research pertaining to the development of the design, harmonization, utility coordination and sequencing of construction, which showed a clear understanding of most, if not all of the challenges associated with the project, translating to a better technical approach of work as described in the City's design criteria. The significant and extensive research conducted by Ric-Man on both projects is clearly an advantage to the City, as the more knowledgeable the design/build firm, the lesser the risk faced by the City in completing the scope of work for the agreed upon price. In addition, the preparation of preliminary design documents was much more advanced which would allow for a more timely delivery of the project design. We believe that the 1.5% and 2% price differentials from the lowest price proposal to the highest ranked proposal are more than offset by the positive attributes of the highest ranked proposal. CONCLUSION 1. After successful negotiations, the City Manager recommends that the Mayor and City Commission approve the resolution authorizing the Administration to execute a Design Build Agreement Ric-Man Construction, Inc., pursuant to Request for Proposals (RFP)No. 2016-090- KB for Design/Build Services for West Avenue Improvements Phase II South of 14 Street (Phase II), to Ric-Man Construction, Inc., with the Guaranteed Maximum Price (GMP) in the amount of $13,113,590.00; and authorizes a ten percent (10%) Owner's Contingency for the Project in the amount of$1,311,359.00. 2. After successful negotiations, the City Manager recommends that the Mayor and City Commission approve the resolution authorizing the Administration to execute a Design Build Agreement Ric-Man Construction, Inc., pursuant to Request for Proposals (RFP) No. 2016-091- KB for Design/Build Services for West Avenue Improvements Phase II North of 14 Street (Phase II), to Ric-Man Construction, Inc., with the Guaranteed Maximum Price (GMP) in the amount of $30,243,063.00; and authorizes a ten percent (10%) Owner's Contingency in the amount of$3,024,306.30. KEY INTENDED OUTCOMES SUPPORTED Page 146 of 168 viiiimmommosimmomoi Build And Maintain Priority Infrastructure With Full Accountability FINANCIAL INFORMATION The cost of the related services, are subject to funds availability approved through the City's budgeting process. Grant funds will not be utilized for this project. Amount 1 $500 $8,361 Account 1 301-0810-000356-00-410-522-00-0-00- $67,781 26150 301-0810-061357-00-410-522-00-00- 00-26150 305-0810-061357-00-410-522-00- 00-00-26150 Amount 2 $52,000 Account 2 388-0810-000356-00-410-522-00-00-00- $43,065 26150 388-0810-061357-00-410-522-00-00- 00-26150 Amount 3 $28,800 Account 3 388-0810-069351-00-410-522-00-00-00- $377,228 26150 388-0810-069357-00-410-522-00-00- 00-26150 Amount 4 $530,000 Account 4 187-9615-000349-30-410-524-00-00-00- $36,667,342 60197 Future Stormwater Bond Proceeds Amount 5 $18,333,671 Account 5 Future Water and Sewer Bond Proceeds $6,111,223 Streetscape- Funding to be Determined Total 62,219,971 Legislative Tracking Public Works/Procurement ATTACHMENTS: Description ❑ Resolution 1 ❑ Resolution 2 ❑ RFP 2016-090-KB Phase I Eval Scoring and Ranking ❑ RFP 2016-090-KB Phase II Eval Scoring and Ranking o RFP 2016-091-KB Phase I Eval Scoring and Ranking o RFP 2016-091-KB Phase II Eval Scoring and Ranking Page 147 of 168 ,e. Nalliiii.0111.111111.1111111.1101111.1.1111.1, , en . » IS ; dw k — S � « « ' - . , « © + i .il , � \ & �� I QR$ S) a ! ca ct / k} : . . :\ ri } » / %a 2 ` < C:o E2U'822 ]} \ )k $ , 2 ,-- c § a.§i/§ \ (COeV8 U' \ . ___ % .71 _ I \ kv \ 1..., . yy\ \ } £ ■ g ':: ■ &5 _ ` ) ) \\ )))\ St y2 , ) g _ ,$ r \ \2 \{/\ ice\ 2 0 >a § |)/ ; ?!.57. -:,:41.4-; ' \ ` ,\© ( � fƒ o . \ 6- > \ aa .$ } < 2& I R R �y a.=0-J_ ( . N N LU H OI< J w 1 (0 L() CO 0 2 0 Vwmr Maui C) C M () (N �— C N cC a) P5 CCO 00 00 CO Cr) C Y N N (6 Ca 'C C N (SII VI (O N. (o (0 (o CO C) :2 CO CD CD L O m y p _O (I) „'sem �if0 N O ' J C C O U O N2 a " *e a) (C4 V (5 0 0 Y m N K J (Ill 0 il G C m re rt m E a m m tea' 0 ap Cm N9• CO4 H ' .„.. _.:„,„ m d to m s, y r. O 0 u_ . m ®.. C c7 N m m 2 $:t' O y '• Q C 000 j C m E ,15 O O N R co a, Q,y.,' m c �=-- CO Y C N cw 0 0 0 r m O O f 7 : o m LU ; a p u' 0 Ntp2 LU , CD(p W r !n O O R"'„ c7 N c 0 S 'OD O 0 f9 M aal co47 "T '''wyyyppp���,,,1, ` a 'tlkara ,,RJ -• m F m f - 3 U o 6 U g Vrte wv A o m o o U "D U : C il m' I 1.3 y ' C O et,.- p U m�,i�i y m V m m m U \ OU ATTACHMENT B REQUEST FOR PORPOSAL (RFP) AND ADDENDUMS information not included in the DCP to prepare the design documents. Clarification: We are respectfully requesting from the City's legal department a written explanation of the City's interpretation of the Standard of Care for this specific project. Given the particular parameters of the project and contract. Is it a "common law" standard of care or is it a, "heightened standard". For further reference refer to citation attached: School Board of Broward County v. Pierce Goodwin Alexander 137 So.3rd (Fla.4th DCA, 2014).] A2.The response provided on Addendum no. 6 was as a result of the clarification provided. Q3. Can the size of the concrete structure for the pumps be changed to meet the size requirements of the pumps per the manufacturer? A3.As stated on the DCP Section 1.03 A6, the width of the wetwell shall sufficient to accommodate three pumps side by side as specified by the pump manufacturer. The length of the wetwell shall be as specified by the manufacturer and based on the layout of the treatment structure or other structures upstream of the wetwell. Q4. In A44 or addendum 6 it is noted that if the DBF elects to use the alternative materials for 30"and below they will be subject to roundness test.Who will be responsible for the cost of that roundness test? A4.The DBF shall be responsible for the roundness test. Q5. Considering the response received for questions in Addendum 6 and the amount of information received I would like to respectfully request more time to identify the costs associated with these clarifications. A5.There is no additional time extension provided in this project. 06. In the revised DCP (page 4) of 091 DCP it states that the DBF shall schedule the construction of this project so Lincoln Road Pump Station is constructed first. Is it. the intent to have the Pump station operational prior to performing the major roadway work and new drainage system throughout project 091? Addendum 6 provides a new substantial completion Milestone 2 ( Q9) of 180 days from issuance of respective permits to construct for the new seawall. The seawall and attached energy dissipater box are required to be in place to put the pump station in full operation. Considering the potential delay in obtaining permits the overall duration of 730 days from NTP 1 could be impacted if the Pump Station must be operational before any major road and drainage work could begin. Please clarify. A6. It is the intent the complete pump station (with seawall and dissipater) only if the permits for the seawall/dissipater have been obtained. If permits for the seawall/dissipater have not been obtained in time to reach Substantial Completion #1, the City will be responsible to come up with a plan of action to make the pump station operational. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(a,miamibeachfl.4ov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext. 6218 KristyBada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the "Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Si •y r'I, � ' 1 i Ale)k Den'- -Pros• ement Director 2 ADDENDUM NO.7 REQUEST FOR PROPOSALS NO.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14Th STREET(PHASE II) MIAMI BEACH miamibeachfl. ov, 305-673-7490 Procurement Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www• 9 ADDENDUM NO. 6 REQUEST FOR PROPOSALS (RFP) 2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET December 30, 2016 the This Addendum to the above-referenced RFP is issued onl In(deletionsresponse are shownliby strikethrough andtions and revisions issued additiobs are City. The RFP is amended in the following particulars Y underlined). ATTACHMENTS: Exhibit A: Pre-Proposal Meeting Sign-In Sheet II. ANSWERS TO QUESTIONS RECEIVED. 01. Due to the holiday season and many or most vendorsan and esuppliers closingquen perfrom the he as ther23rd ofe secember and not reopening until the 3rd of January, we ask for imply not enough time to between the 19th and the 23`1 to evaluate questions and seek updatedricin from vendors and suppliers. We also ask for an extension of the due date to, at aminimum, inium pthe 118th of January to provide the City with the best value design, construction, and cost response. Al: Please refer to addendum No. 5. Q2. Please confirm that the City will not require bid security or bid bonds with the submittal of step 2 for these projects. A2: Bid security I bid bond is not required for Phase II submittals. However, a payment and performance bond will be required for the project. Q3. When will the City be releasing the prebid attendees list? Has the City considered a bid extension as voiced by bidders in that pre bid meeting? A3: Please refer to addendum No. 5. Q4. In order to assist in thedesign process f the Bay Road Pumpess some Statilogistical plans?l concerns, would it be possible for the City to provide a PDF copy A4: This information was included as part of the DCP attachment 09 submitted in addendum No.4. See attachment 09 again. Q5. Initial review show that as many as 100rear front water service conversion are required to be performed?nnections may be required. Does the City know how many rear to front water main A5: There are water services in the rear of properties he area of water servicestto the front Avenuto tThe C City north 14th Street. The DCP does not include bringing these may decide to reconnect these services to the front after the contract has been awarded as a change order. Q6. The scope of the sanitary mentions line replacements, new main lines, laterals lateral cleanout and 1 ADDENDUM NO.6 REQUEST FOR PROPOSALS NO.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14TH STREET(PHASE II) new but does not ly call for the main line e ment. al linemain manholes A6: Remove the existing sanitary manholes and install new sanitary manholes. Q7. Is there any specific criteria regarding flood protecting landscaped areas within private properties or is it acceptable that these areas will infiltrate naturally in time? A7: The DCP states that only properties currently sloping towards the ROW shall be restored to provide the same or better than existing conditions. For this condition, the responsibility of the DBF is to provide drainage based on gravity conditions and not on submerged conditions but the size of pipe shall not be lower than 12 inch in internal diameter. It is assumed that the peak stages for existing conditions are higher than peak stages once the proposed drainage is in operation. Q8. Can the City provide the stormwater management study that was the basis for the sizing of the proposed drainage pipes and the proposed pump station? A8: The DCP attachment 02 is a draft copy of the drainage report.This attachment was provided as part of Addendum No. 4. The draft drainage report is being revised to include the size of pipes and the pump station depicted in the conceptual plans and as stated in the DCP. The DBF shelort base hbecavailable once the DBF has been selected aplans.sed on the DCP and conptual nd the rl contract has been design report awarded. Q9. Can substantial completion be based on NTP2? NTP2 will be issued by the City to begin construction. A9: Substantial Completion for the West Avenue Phase II North of 14th Street shall be 730 calendar days from issuance of NTP1. Due to concerns of getting the permits for the construction of the seawall and the bay walk, the For the West Avenue Phase II North of 14th Street, the DCP has been modified to add substantial completion 2 for the seawall and dissipater and substantial completion 3 for the bay walk. Both substantial completions 2 and 3 shall be 180 calendar days from.issuance of all their respective permits to construct and are set in ethat the y agree that expires est lafterated the ttiimeages specif ed for orysubstant althe amount of$500.00 completi n. The DCP per calendarday has been corrected accordingly. Q10. Can we add an allowance item for harmonization? A10: No. The core service for harmonization in pervious areas shall be based on embankment and sod only. The core service for harmonization in impervious areas shall be as described in the DCP for driveways. Q11. Please clarify that the word minimum should read average minimum. Street Lighting and pedestrian lighting shall be provided for the limits of this project. The illumination design parameters will be in accordance with TENSA-RP-8-14 with a minimum of 1.0 foot-candles and a maximum uniformity ratio of 4:1 foot-candles. All: Minimum = 0.6 F.0 and uniformity ration (avglmin) =4: 1 F.C. The DCP has been revised to include this information. Q12. Please clarify the criteria for the wave force l surge return period that will be required for the design of the Bay walk. Is it 25years, 50years or 100years? Al2: The DBF shall use the building code for the design of the bay walk or assume the work case scenario if this information is not available. Q13. Please confirm the illumination requirements for West Ave: Min = 1 FC, please provide the average 2 ADDENDUM NO.6 REQUEST FOR PROPOSALS NO.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE 11 NORTH OF 14TH STREET(PHASE II) illumination requirement. Maximum uniformity= 4:1, is this Max/Min or Avg/Min? If it's Max/Min, please provide the Avg/Min uniformity ratio. A13: Please refer to response All above. Q14. Regarding the Bay walk, the DCP calls for a light per City's standard#STL7 at each bent. Illumination at the Bay walk will be whatever this light fixture will produce when mounted at each bent, and may not meet the project's illumination requirements. Please confirm this is the City's intent. A14: The DBF shall meet illumination requirements as stated in response All. The DCP has been revised to include this change. Q15. New 36-inch RCP connecting treatment structure to Bay Road is shown on drawings, but is not specified in DCP,we're assuming no design or construction; please confirm. A15: The DCP has been revised to include the 36" pipe. Q16. Existing 36-inch RCP on 16th Street between Bay Road and West Avenue is shown on drawings, 24- inch RCP is specified in DCP for local roads, we're assuming no new piping; please confirm. A16: Yes. The existing 36" RCP to remain between West Avenue and Bay Road along 16th Street. Q17. Existing HDPE is to be evaluated for system capacity(there is reported flooding), no improvements are specified in DCP or in drawings, we are assuming evaluation but no design or construction, would be change order item; please confirm. A17: The DBF shall assume this pipe does to remain. Flooding occurs because the existing road is low and the pumps are small. Q18. 24-inch RCP in Bay Road north of Lincoln Road is shown on drawings, but is not specified in DCP, we're assuming no deign or construction; please confirm. A18: DCP has been revised to include this pipe. Please refer to the attachement. Q19. As we are all aware, the current infrastructure approach to mitigate the impacts of repeated flooding and threats of sea level rise is currently being addressed by the City of Miami Beach by raising the roads (2 feet), improving the drainage systems, adding pump stations and harmonizing the new system (or design) with private driveways. The City has qualified this specific resiliency approach as a "living laboratory" and has further stated numerous times that the City is, "learning every day from this type of approach". Under what could be interpreted as an empirical framework of design, Please provide specific clarification as it relates to the City's understanding of the applicable Standard of Care for this specific approach to this type of project. A19: The standard of care is addressed in the sample contract. Q2O. The DCP is missing fundamental and crucial baseline information, such as the Geotechnical studies and Surveys. Without this information, the designer on any given team may be at an inequitable disadvantage to be able to assure the City of Miami Beach that the Standard of Care intended by the DCP and under the concept of the "Living Laboratory" described under question 1 above, will be met. e City of Miami Given vide the information to allowusto fundamentalinformation, alldoes criteria, including ding theirBeach understanding ding ofourSta Standard of pro Care, as set forth in the DCP? A20: The DBF shall provide a cost proposal based on the limited information provided.The DBF d with this cost proposal. Once a DBF coall lawarded, the DBF shallude all risks is ed and supplement all informationnot included the DCP contractDCP to prepare the design documents. 3 ADDENDUM NO.6 REQUEST FOR PROPOSALS NO.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14TH STREET(PHASE II) Q21. Section 1.03.A. of the DCP states that "The DBF shall secure a license agreement from each property owner...". Will the City's PIO be assisting with securing the agreements, or is it solely the responsibility of the DBF? A21: The DBF shall prepare the License Agreements for each property owner. The City and the PIO will assist in this effort. The City is negotiating the PIO services with HML. Attached is a copy of the draft tasks for HML proposal. For purposes of providing a cost proposal, the DBF shall assume all other responsibilities required during the public input process. Q22. Please provide the City's requirement for Silva Cell installation (area around tree and depth of cells). A22: The DBF shall provide a cost proposal based on the manufacturer's recommendation. Q23. Are there any Geo Reports available for the area of the board walk to aid in determining pile length? A23: No.The DBF shall assume the worst case scenario. Q24. In the absence of geotechnical information, can the City provide an assumed pile depth to be used for the Bay walk? A24: Please refer to response A23 above. Q25. Will the topographic survey conducted by others include a Bathymetric Survey for the Bay walk? A25: No.The DBF shall provide this survey if required by the permitting agencies. Q26. Is it acceptable to grout and leave in place existing water and sewer lines? A26: The DBF shall assume removal of all existing utilities that are abandoned and to be abandoned when providing the cost proposal. Q27. Can the Contractor begin work within the ROW that does not require harmonization before all of the Land Use Agreements are signed and executed? A27: Yes Q28. Please clarify if and what project scope of the Design/Build project is within the 10th and 14th street intersections including but not limited to paver crosswalks, striping, signage, spare conduits etc. A28: The DBF shall assume that these intersections will be milled and resurfaced and installation of paver crosswalks as required in the DCP. In addition, the DCP has been revised to include paver cross walks at all intersections. Q29. Please clarify if existing paver roads are to be raised and if so, if they will be rebuilt with pavers on concrete or other methods and materials. A29: The paver roads at 16th Street and Lincoln Terrace west of Bay Road have existing paver roads. These roads shall be raised based to a minimum crown elevation of 3.7 NAVD and the pavement configuration shall be based on the typical section provided in the conceptual plans. Q30. Please provide all as-built drawings of improvements for the recently completed Alton Road Project. A30: The DCP attachment 08 provided with addendum No. 4 has all the information that the City currently has for Alton Road. Since this is an FDOT Road, the DBF may obtain any additional information such as built drawings from FDOT. 4 ADDENDUM NO.6 REQUEST FOR PROPOSALS NO.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14TH STREET(PHASE II) Q31. Please clarify the exact line of demarcation for the work to be performed for KB-90 and KB-91 for any and all work to be performed in the 14th street intersection. A31: For purposes of providing a cost proposal, the intersection at 14th Street shall part of the KB-90 West Avenue Phase II South of 14th Street.The DCP has been revised to include this portion. Q32. Will the City accept charts and exhibits included in the Technical proposal in size of 11x17? A32: Yes. Q33. Please provide any and all prepared, developed or resulting (proposed or as-builts) plans of the ongoing or recently completed construction on West Avenue (south of 8th, north of Lincoln Road), 10th street, 14th street, 17th street, Bay Road (north end), Bay Road Pump Station(and upgrades), Lincoln Court. A33: DCP attachments 05, 06, 07 & 15 provided in Addendum 4 contain all information related to the recent improvements along West Avenue. The Bay Road pump station was also provided in attachment 09. Q34. Who will be responsible for maintaining the stormwater drains installed on private property that will be required for the project during project completion, after substantial completion, after the project is complete . l substantial on. The owner be responsible A34: Thafter substantial completion.DBF shall be ) Thise lshall be discussed andlwill stated on the license se agreement. Q35. To what location will pump station control signals be sent, is there adequate space(room and cabinets) at those facilities for the new controls, or are new panels required? A35: The pump station control components shall be based pump stations recently installed by the City at 17th Street and West Avenue, 14th Street and 10th Street pump stations. All components mentioned above shall be adjusted as required to match the size of for the proposed axial pumps. 036. Please clarify what is the pole shown in the picture below, and what will be the DBF's responsibility in its regard. i, -: a 0 3 ;.,C„ - ,i ::1 14. • «s, ,20 A36: Unable to determine at this time. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado anmiamibeachfl.gov. 5 ADDENDUM NO.6 REQUEST FOR PROPOSALS NO.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14Th STREET(PHASE II) Telephone: Email: Procurement Contact: Tele P Kristy Bada 305-673-7000, ext. 6218 KristyBada@miamibeachfl.gov art of ur RFP Proposers are reminded to acknowledge not to submit aeceipt of response tt's addendum as the RFP are equpested too complete submission. nd return the"Notice proposers that have elected to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Alex ►►-- S ement Director 6 ADDENDUM NO.6 REQUEST FOR PROPOSALS NO.2016-091-KB DESIGN/BUILD SERVICES FOR\NEST AVENUE IMPROVEMENTS PHASE II NORTH OF le STREET(PHASE II) Exhibit A Pre-Proposal Meeting Sign-In Sheet 7 ADDENDUM NO.6 REQUEST FOR PROPOSALS NO.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14TH STREET(PHASE II) MIAMI BEACH CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: November 23,2016 TITLE: RFP 2016-090 & 091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH/SOUTH OF 14 STREET(PHASE II) NAME COMPANY NAME PHONE (PLEASE PRINT) E-MAIL ADDRESS Knsty Bade Procurement-CMB 305-673-7490 kristrbada(rJ.miamibeachfl.goV Ext:6218 A (, 5ej‘\ti:ti I Zzzi,o.,po- ,c cracc fi se,-%-)054a- GLcT'`- � IGS - cciCC)ns J :-r200 '" ' BeVEL-Of M J\T 954-680 iStoo CLAUCE �RtIS�L 05bra.„ ? Ihrceronrnc.cg+n. A:A r .y viz !t✓-7.A3 nF;... -- it K+'�-ry4N pJ,f�.Dl`? rPG"PeN 46C T ktea.t, to 005\J33.Z3gO (�+�tT0-�Cl-i.�- "�f[.)1..4,00 //44LNC `t 'FcAAVALN 3 G- CQ.., LA,-Ito `i6107-/-OW- tZfr E6fiwa1-,46, 8 ADDENDUM NRPO REQUEST FOR PROPOSALS NO.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14TH STREET(PHASE II) MAM I BEACH CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: November 23,2016 TITLE: RFP 2016-090 & 091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTHISOUTH OF 14 STREET(PHASE II) NAME COMPANY NAME PHONE# FAX„ (PLEASE PRINT) E-MAIL ADDRESS ___1-E R 2 ACc rJ coI terrkcon. r 0*t. V,e..,: 1-1, 01»,( SCI)„,,,v S 9S4--776-r4l6 _te , kl , s(0‘. KSRA- csur ..305• • `�L KC.y' IcG'I crib- Ci ' '�--Cr`1 S \ L .,:\_c,__ 4,_,, ,,,,j__.-Ac &-, ,(..e5 :C-0,7c :C":-"@c- 's:k.cR. rA --,35:--<-,rct',?-zi,-S5 Cc.-_ GEA,,,uc1Au9. 1. t 9z4 �j2 •c tT� 32- c1,6,...0.<,,,-- Uc^�r � 06^3 '17,4A) -' Cf/ 94•C`f' AT� '(7�1v�-r f 9 I ADDENDUM NO.6 REQUEST FOR PROPOSALS NO.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF le STREET(PHASE II) AA IAAF I BEAC H CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: November 23,2016 TITLE: RFP 2016-090 & 091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE It NORTH/SOUTH OF 14 STREET(PHASE 11) NAME COMPANY NAME PHONE# (PLEASE PRINT) E-MAIL ADDRESS f � Syi , Co if. I 1 I 10 ADDENDUM NO.6 REQUEST FOR PROPOSALS NO.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF le STREET(PHASE II) MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue,V Floor,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 5 REQUEST FOR PROPOSALS(RFP) 2016-091-KB DESIGN/BUILD SERVICES FOR WEST STREETAVENUE(PHASEIMROVEMENTS PHASE II NORTH OF 14 December 16, 2016 This Addendum to the above-referenced RFP is issued in response to clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. RFP DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Thursday, January 12, 2017, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(a miamibeachfl.Qov. Procurement Contact: I Telephone: Email: Kristy Bade I 305-673-7000, ext. 6218 KristyBada©miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. Si .erely, lam ` ,ilex - Is 7rocurement Director 1 - ADDENDUM NO.5 REQUEST FOR PROPOSALS NO.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14TH STREET(PHASE II) MAMIBEACH City of Miami Beach, 1755 Meridian Avenue, 3,d Floor,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 4 REQUEST FOR PROPOSALS (RFP) 2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET (PHASE II) November 10, 2016 This Addendum to the above-referenced RFP is being issued to notify you that your proposal was short-listed to proceed with Phase II of Request for Proposals (RFP) 2016- 091-KB Design/Build Services for West Avenue Improvements Phase II North of 14 Street, and to provide other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REMINDER: Proposers are reminded that the Cone of Silence is still in effect. II. ATTACHMENTS: Exhibit A: Revised Cost Tender Form Exhibit B: Sample Design Build Agreement Exhibit C: Design Criteria Package and Attachments III. PHASE II CONFERENCE: A voluntary Phase II Conference is scheduled for 10:00 a.m. on November 23, 2016 at the following location: Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Conference Room Miami Beach, Florida 33139 Proposers are strongly encouraged to attend. If you are interested in participating via telephone, please contact Mrs. Kristy Bada at kristybada@miamibeachfl.gov to request the meeting access information. IV. THE PHASE II TIME TABLE HAS BEEN UPDATED AS FOLLOWS: Phase II-Technical Proposals Solicitation Issued to Short-Listed TBD November 10, 2016 Proposers Pre-Submittal Meeting TBD November 23, 2016 AT 10:00AM Deadline for Receipt of Questions TBD December 19, 2016 AT 5:00 PM 1 ADDENDUM NO,4 rem REQUEST FOR PROPOSALS(RFP)2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET(PHASE II) Proposals Due TBD December 29, 2016 AT 3:00 PM Evaluation Committee Meeting to TBD Interview Commission Approval of Final Proposer TBD V. REVISIONS 1. Section 0400 Proposal Evaluation, Phase II Evaluation Process has been revised as follows: The Phase II evaluation process shall be completed by a Technical Review Committee, appointed by the City Manager, who may be different than the Evaluation Committee, who shall meet to evaluate each short-listed response and technical package in accordance with the criteria established below. In doing so, the Evaluation Committee will: a. Interview short-listed proposers, if deemed necessary. b. Receive input from a Technical Review by City Staff, the Design Criteria Professional, and other City advisors d. Score proposers utilizing the Evaluation Criteria 2. Appendix C, Minimum Requirements and Specifications, Scope of Work has been revised as follows: The Design/Build Firm (DBF) shall be responsible for the design, permitting, construction management and construction of the West Avenue Phase II Improvements North of 14th Street. The work shall include but not be limited to site preparation; clearing and grubbing; earthwork, raising the elevation of the roads within the project limits to minimum crown elevation of 3.7 North __American Vertica Datum of 1988 CNAVD); harmonization of all adjacent properties, including reconstruction all driveways, Alton Court alley and pedestrian accesses; installation of gravity wall and handrails in areas where harmonization of properties is not feasible; installation of a new drainage system, property drainage such as yard drains and/or driveway trench drains; including a new pump station and outfall at the west end of Lincoln Road; replacing the distribution and transmission water system; replacing the sanitary collection system; providing new street lights and pedestrian lights; providing; 3-2" spare conduits for future use by the City along West Avenue and Bay Road; replacing existing signalized intersections with new mast arms; applying new pavement markings; installing new paver crosswalks intersections as depicted in CMB standard detail RS26 for all crosswalks within the project limits, installing new street signs; providing new landscaping, including new irrigation; accommodating street parking, citi bikes, bus stops, bus shelters, constructing a Baywalk at the western end of Lincoln Road, constructing a pedestrian ramp at Lincoln Court for the Lincoln Court Pedestrian Bridge over the Collins Canal (currently under construction by others) and replacing all other features located within the existing right of way. In addition to construction related services, the project will require engineering design, permitting, surveying services, utility locations, utility 2 ADDENDUM NO.4 REQUEST FOR PROPOSALS(RFP)2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET(PHASE II) coordination, landscape architecture, and geotechnical services and all other required services to accomplish the improvements mentioned above. The DBF shall prepare site a plan and details for each property within the project limits as part of the design phase of this project. The plans shall have proposed driveway reconstruction details with proposed profile from the back of curb to the tie-in location; proposed drainage and grading; landscaping etc. The DBF shall secure a license agreement from each property owner with permission to allow the DBF to perform the site improvements inside the owner's private property. The cost for all aforementioned tasks shall be included in the proposal for the respective items: professional services embankment, yard drain, trench drain, 12" storm drain, concrete for driveways, asphalt driveways, landscaping, etc. The general location of the work is as follows: West avenue from 14th Street to north of Lincoln Road; Bay Road from 14th Street to Collins Canal; All side streets west of Alton Road between 14th Street and Lincoln Road,including Lincoln Road and Lincoln Court. Areas to be affected by the proposed improvements include the entire area within the boundaries of Alton Road to the West between the Collins Canal and 5th Street. As part of this DCP, the DPW prepared a set of conceptual plans for this project in an effort to provide a conceptual layout of West Avenue, Bay Road and all side streets. The conceptual plans were developed by using different sources of information such as the following: • 2006 Specific Purpose Survey (West Avenue from 5th to 17th Streets; Bay Road from 16th Street to the south of Collins Canal; Lincoln Road from Alton Road to the west end; and 16th Street from West Avenue and Bay Road) developed by PBS&J • 2003 design plans for Bay Road from 14th Street to 16th Street by R.J. Behar & Company. • Recent design, survey and as built plans along West Avenue for the 6th to 8th; 10th; 14th; and 17th Streets West Avenue Improvements. • 1970 design plans for West Avenue from 5th to 17th Streets. • 2012 Alton Road design plans from 5th to Michigan Avenue. The DBF may use the conceptual plans to develop the cost proposal; however, the DBF is advised that the conceptual plans may have discrepancies, errors, omissions and the accuracy of the existing information is unknown. The DBF shall assume all risks when using the conceptual plans, especially when using the existing ground elevations to develop the cost proposal. The Design/B- - ' •' pm - ° - - - , •- 3 ADDENDUM NO.4 REQUEST FOR PROPOSALS(RFP)2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET(PHASE II) improvements. • major gea l-s- - _• ,_ i 8" DIP, 3,700 feet of 12" DIP and 3,500 feet of 20" DIP. Water service sewer manholes and service connections including 4200 feet 8" C- 900, 3•ee __ e" _ •te see __ " _ •ee _-e ee _ _ 900. Sewer service must be maintained at all times. • 3. Roadway Reconstruction andStrectscape Improvements reconstruction of the roadway cross section including a designed pe ee- . - -- - ---e _-e e_e _ :.. elevations of 3.7 NAVD, and harmonization of-properties. Performing a topographical survey and a ROW survey containing finished floe • as rat_ _ . gee• - - - • -• - - •- e Stormwater System Improvements consisting of the removal of __ --- - _ -•-— _ -e new - -- - .e.-e. _- _ -- :_- er this project. for West Avenue and Bay Road that will be included as part of the DCP for this project. Proposed Budget: The City of Miami Beach's Public Works budget for the proposed project is 4 ADDENDUM NO.4 REQUEST FOR PROPOSALS(RFP)2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET(PHASE II) $2550 Million. Project Duration: There will be two Notices to Proceed issued for this project. The first Notice to Proceed (NTP1) will be issued soon after the contract has been executed by all parties to initiate the design and procurement of approved materials and/or equipment. The second Notice to Proceed (NTP2)will be issued for construction on or after the advance design is complete and permits for construction has been obtained. The Design/Build warranty administrative period. •- -• - •- ••• • - • o! s- _ • -- - - - - to Procced (NTP) • Substantial Completion: 545730 Calendar Days from the issuance of applicable permits NTP1. • Final Completion: 90 Calendar Days from date of attaining Substantial Completion. Location of Work: That portion of Neighborhood No. 11 West Avenue Phase II north of 14th Street includes the following: Bay Road from Collins Canal to 14th Street; West Ave from Lincoln Road to 14th Street; Lincoln Road from Alton Road to Biscayne Bay; Lincoln Court from Lincoln Road to Collins Canal; Lincoln Terrace from Bay Road to Biscayne Bay; 16th Street, 15th Terrace, 15th Street from Alton Road to the Biscayne Bay; Flamingo Way from Bay Road to West Ave; 14th Court from West Ave to Alton Road Court; Alton Court from 16th Street to Lincoln Road and 14th Terrace from Bay Road to West Ave. VI. DESIGN CRITERIA PACKAGE. The Design Criteria Package (DCP)for this project shall be provided in digital format on CDs to all short-listed proposers. Please call Kristy Bada at 305.673.7490, or e-mail kristybada@miamibeachfl.gov to secure a CD. The cost for these CDs is $20. Short-listed proposers may purchase a CD through the Finance Cashier located on the 1st Floor in City Hall. Please make reference of the RFP number (RFP 2016-091-KB) and project name (DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE Il NORTH OF 14 STREET PHASE II) to the Finance Cashier. After purchase, CDs are to be collected by the Proposer at the Procurement Office located at 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 with presentation of receipt from the Finance Cashier. VII. PHASE II PROPOSAL DUE DATE AND TIME: The deadline for the receipt of proposals is until 3:00 p.m., on Thursday, December 29, 2016, at the following location. Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 • 5 ADDENDUM NO.4 REQUEST FOR PROPOSALS(RFP)2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET(PHASE II) Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext. 6218 KristyBada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a proposal. lex efil --Procurement Director 6 ADDENDUM NO.4 REQUEST FOR PROPOSALS(RFP)2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET(PHASE II) { • EXHIBIT A Sample Design Build Agreement 7 ADDENDUM NO 4 REQUEST FOR PROPOSALS(RFP)2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET(PHASE II) N DESIGN/BUILD AGREEMENT by and between, The City of Miami.Beach, Florida and )000060000()00000C TABLE OF CONTENTS Contents ARTICLE I 3 CERTAIN DEFINITIONS AND INTERPRETATION OF CONTRACT DOCUMENTS ARTICLE 2 12 INTENTION OF THE CITY AND PRIORITY OF CONTRACT DOCUMENTS ARTICLE 3 13 DESIGN/BUILDER'S DUTIES AND RESPONSIBILITIES ARTICLE 432 CITY'S DUTIES AND RESPONSIBILITIES ARTICLE 534 EMPLOYMENT CONDITIONS ARTICLE 6 36 PROJECT SCHEDULE AND BREAKDOWN OF PROJECT COSTS ARTICLE 7 46 DESIGN/BUILDER'S COMPENSATION ARTICLE 10 57 BONDS AND INSURANCE ARTICLE 1158 CHANGES IN THE WORK \ ARTICLE 12 62 NO DAMAGES FOR DELAY; EXTENSIONS TO THE CONTRACT TIME ARTICLE 13 66 CORRECTION OF WORK _ ARTICLE 14 68 INDEMNIFICATION ARTICLE 15 69 CLAIMS, DISPUTE AVOIDANCE AND RESOLUTION `,_ ARTICLE 16 71 TERMINATION ARTICLE 17 76 SEPARATE CONTRACTS ARTICLE 18 78 GUARANTEES AND WARRANTIES ARTICLE 19 79 PRODUCT REQUIREMENTS/SUBSTITUTIONS ARTICLE 20�� 79 PUBLIC INFORMATION ARTICLE 21 80 QUALITY CONTROUQUALITY.ASSURANCE ARTICLE22... ... • 80 ADDITIONAL-TERMS&CONDITIONS APPENDIX A 90 PROJECT DESCRIPTION AND PROJECT SITE APPENDIX C 95 FORM OF FINAL CERTIFICATE OF PAYMENT APPENDIX D 97 PROJECT SCHEDULE APPENDIX E 98 QUALITY CONTROUQUALITY ASSURANCE APPENDIX F 105 NOT USED APPENDIX G 106 DESIGN/BUILDER'S INSURANCE AND BONDING REQUIREMENTS APPENDIX H 110 i DESIGN CRITERIA 111 APPENDIX I FORM OF PERFORMANCE BOND AND PAYMENT BOND 11 1 1 FORM OF CERTIFICATE OF SUBSTANTIAL COMPLETION116 11 FORM OF CHANGE ORDER 8 APPENDIX J -PERMITS 1191 APPENDIX K-CONCEPTUAL PLANS ii DESIGN/BUILD AGREEMENT THIS DESIGN/BUILD AGREEMENT (this "Agreement") is made as of this day of , 2016 by and between the City of Miami Beach, Florida, a municipal corporation existing under the laws of the State of Florida (the "City"), and , a State of Florida corporation (the "Design/Builder") (sometimes individually referred to as a "Party" and collectively referred to herein as the"Parties"). RECITALS WHEREAS, the City wishes to develop, design and construct the Project (as hereinafter defined) on a certain parcel of land located in the City, which parcel of land istlore particularly described in Appendix"A" attached hereto (the "Project Site"); and WHEREAS, pursuant to a Request for Proposals RFP No. XXXXXXXXXXXX (the "RFP"), the City requested that qualified firms submit proposals to provide all services necessary and appropriate to design, construct, equip and deliver the Project in accordance with the terms and conditions of the Contract Documents(as-hereinafter defined);and WHEREAS, the City has selected the Design/Builder to perform design, construction and other services in accordance with this Agreement and the other Contract Documents (as defined in Section 1.1 below) for the total Guaranteed Maximum Price in the amount of Dollars ($XXXXXXXXXXXX), as determined pursuant to Article hereto (the "Contract Price"); and WHEREAS, the Design/Builder shall either directly or through Subcontractors (as defined herein) perform the services required under this Agreement and the other Contract Documents: and WHEREAS, the Design/Builder is ready, willing and able to perform its respective services in accordance with the terms and conditions of the Contract Documents as hereinafter set forth. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the Parties hereby agree as follows: ARTICLE I CERTAIN DEFINITIONS AND INTERPRETATION OF CONTRACT DOCUMENTS 1.1. Definitions. Tha definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: "Amendment" means a written modification to the Contract Documents, including any Change Orders signed by the City and the Design/Builder and Construction Change Directives. "Applicable Laws" means all laws, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project Site or the Parties. 3 "Consultant" means APCT Engineers (APCT), who shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the design professional has been engaged by Design/Builder and who will perform (or cause to be performed through Design Subconsultants acceptable to the City) all architectural, design and engineering services required under this Agreement and will serve as the "architect of record" and/or "engineer of record" for the Project. The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any Design Subconsultant that may perform services on behalf of the Consultant shall be a wattled and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or ;any other professional organizations with jurisdiction governing the professional practice area.for which the Design Subconsultant has been engaged by Design/Builder and/or Consultant to'perform professional design services in connection with the Project. The Design/Builder shall be ultimately responsible for ensuring the Consultants and all Design Subconsultants' co _mpfiance with the requirements of this Section and any other provision of the Agreement and other Contract Documents. No Design Subconsultant shall be replaced, nor will additional entities be added as Design Subconsultants, without the prior written consent of the Contract Administrator or City Manager. The Design/Builder shall, upon the request=of the City, submit to the City such documentation and information as the City reasonably;requests to- evidence the creation, standing, ownership and professional licensure of the Consultant (and Design Subconsultants), including organizational documents, operating agreements and professional licensure documentation. However, the City's faiture to request such documentation or evidence and/or failure to enforce in any way the terms and provisions of this Section, the Agreement and/or any other Contract Documents during the Project does not excuse, waive and/or condone in any way any noncompliance of the requirements set forth__ therein including, without limitation, the professional licensure requirements. "Change Order" means a written document ordering a change in the Contract Price and/or Contract Time or a material change in the Work (as defined herein). A Change Order must comply with the requirements_of the Contract Documents. "Cy" or "Owner" shall mean the City of Miami Beach, a Florida municipal corporation, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting ip its proprietary capacity. In the event City exercises its regulatory authority as_a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority and the enforcement of any rules, regulations, laws and ordinances shall be deemed to have occurred pursuant to City'syregulatory authority as a governmental body and shall not be attributable in any manner to City as a Party to this Agreement. "City Commission" shall mean the governing and legislative body of the City. "City's Contingency" means the dollar amount or percentage included in the GMP established for the Project, which is available for City's use at its sole discretion to defray additional expenses relative to design and construction of the Project, as well as additional expenses expressly chargeable to the City pursuant to the Contract Documents. The Design/Builder has no right or entitlement whatsoever to the City's Contingency and use of 4 City's Contingency are subject to the Contract Administrator's and/or City Manager's prior written approval by the City at its sole and absolute discretion. Any unused amounts in City's Contingency remaining at the completion of the Project shall accrue solely to the City. "City Manager" shall mean the Chief Administrative Officer of the City. The City Manager shall be construed to include any duly authorized representatives designated in writing (including the Contract Administrator) with respect to any specific matter(s) concerning the Project and/or the Contract Documents (exclusive of those authorizations reserved to the City Commission or regulatory or administrative bodies having jurisdiction over any matter(s) related to the Project and/or the Contract Documents). "Claim" shall mean a demand or assertion by one of the Parties seeking, as a matter of right, adjustment or interpretation of the Contract Documents, payment of money, extension of time or other relief with respect to the Contract Documents and/or Project - The:Term "Claim" also includes other disputes and matters in question between the City and Design/Builder arising out of or relating to the Contract Documents. Claims must be initiated by written notice. The responsibility for substantiating Claims shall rest with the Party making the Claim. 'All Claims submitted by Design/Builder must comply with the requirements of the FalseClaims Ordinance, Sections 70-300 et seq., of the City Code or shall be forfeited in,accordance, with the terms of the False Claims Ordinance and conclusively waived and "Construction Change Directive" means a written order issued by the Contract Administrator or Project Coordinator which orders minor changes in the Work, but which does not involve an alteration in the Contract Price or Contract Time. "Construction Documents" means those documents prepared by (or on behalf of) the Design/Builder which are actually_used to construct the Project, including technical and other drawings, Shop Drawings, schedules, diagrams, and;specifications, setting forth in detail the requirements for the construction of the Project. The-Construction Documents shall set forth in full all details necessary to complete the-construction of the Project in accordance with the Contract Documents.Construction Documents shall not be part of the Agreement, nor shall they constitute Contract Documents, until '(a) the Design/Builder has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in'accordance with the procedures as otherwise provided by the Contract Documents: However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Design/Builder's obligations to ensure the Construction Documents are constructible, in compliance with all Applicable Laws and in accordance with,the Contract Documents. "Construction Phase",rmeans that period set forth in the Project Schedule beginning on the effective date'asset:=forth in a Notice to Proceed delivered by the City to the Design/Builder (NTP), directing tr a Design/Builder to precede with the construction activities necessary to complete the Project and ending on the date of Final Completion of the Project. . "Construction Superintendent" means the Design/Builder's representative who shall be responsible for continuous field supervision, coordination, and completion of the Work, and who shall maintain a full-time on-site, physical presence at the Project Site. The Construction Superintendent is responsible for management of the Project Site and tasks including, but not limited to, organization and coordination of the Work of Subcontractor employees, keeping cost records on Work performed and materials supplied, controlling of costs in materials and wages; exercising control over rate of construction progress to assure completion of the 5 Project within the Project Schedule; inspecting or observing the Work to enforce conformity to the Contract Documents; and supervising trades, subcontractors, clerical staff, and other personnel employed in the construction of the Project. "Contract Administrator" means the City's Department of Public Works (DPW) Office Director or any other City department charged with administering the Project, or his or her designee. "Contract Documents" means this Agreement (including all of the Appendices and Schedules attached hereto), completed Construction Documents, completed Design Documents (as defined herein), and any Amendments to any of the foregoing. "Contract Price" means the Guaranteed Maximum Price (GMP) amount established in the Contract Documents as the total amount the City is obligated to pay for full and complete performance of all of the Work required by the Contract Documents including but not limited to, all labor, equipment and materials to design, administer, coordinate, provide related certifications, install and otherwise construct and complete the Project within the Contract Time. "CIP Inspector/PWD Field Observer" means a City employee charged with,observing and documenting, for internal City purposes only, general observations and conditions of the Project including, without limitation, the weather conditions,lhe numbed workers present at the time of observation, general type of work being performed and;taking photographs regarding same. Design/Builder expressly waives any right to assert as a defense toany claim regarding the Project including, without limitation, any-dispute 'between the City and Design/Builder, and Design/Builder and any third party, the presence or purported approval or consent of any CIP Inspector, Public Works Field Observer, or. other City employee conducting any field observations during the Project. The Design/Builder expressly acknowledges that the purpose of such City employee is to observe and document for internal purposes only general observations and conditions of the Project, and in no way is intended to, nor shall be treated as, a person with authority to approve or reject the Workon behalf of the City or any other entity, or to direct the Design/Builder's Work in any way.' Design/Builder expressly agrees to waive the presence of such'CIP Inspector, Public Works Field Observer, or other City employee performing field observations as a defense to any Claims involving the Project. "Contract Time" means the number of days allowed for completion of all Work, as stipulated in the Contract Documents,`and as maybe amended by Change Order. "Days" and/or all references to numbers of days in the Contract Documents, shall be construed to mean calendar days,_unless specifically noted otherwise. The term "business days" means a day other than a Saturday, Sunday, Federal holiday or any day on which the principal commercial banks located in Miami, Florida are not open for business during normal hours. "DCP" or "Design Criteria Package" shall mean those certain conceptual plans and specifications and performance oriented drawings or specifications of the Project, as prepared and sealed by the Design Criteria Professional, and in compliance with the requirements of Section 287.055, Florida Statutes. "Design/Builder" means XXXXXXXX and its successors and assigns, and is the entity selected to design and construct the Project pursuant to the Contract Documents, and is the entity which is responsible for compliance by all Consultants, Design Subconsultants and Subcontractors with the Contract Documents and shall be liable for the acceptable performance of the Work and payment of all debts pertaining to the Work. 6 "Design Criteria Professional" shall mean the individual or entity /which holds a current certificate as a registered engineer under Chapter 471, Florida Statutes, to practice engineering and who is employed by or retained by the City to provide professional services in compliance with the requirements of Section 287.055, Florida Statutes, and in connection with the preparation of the DCP; who shall review and provide recommendations regarding the Construction Documents prepared by the Design/Builder; and evaluate compliance of Project construction with the DCP. For this Project, the Design Criteria Professional is the Department of Public Works. "Design Documents" means all plans, drawings specifications, schematics and all other documents which set forth in full the design of the Project and fix and describe in detail the size, configuration and character of the Project concerning all items of the Project�necessary for the complete and final preparation of the Construction Documents it acc ordance with the requirements of the Contract Documents including, without limitation, alt\architectural and engineering elements as may be appropriate. Design Documents shall not be part of the Agreement, nor shall they constitute Contract Documents, until (a) the Design/Builder has submitted completed Design Documents to the City and _(b); they have-been--reviewed and approved by the City and agencies having jurisdiction in accordance with:the procedures as provided by the Contract Documents. However, approval,by the_City shall-not in any way be construed, interpreted and/or deemed to constitute a;:waiver-or excuse Design/Builder's obligations to ensure the Construction Documents are constructible, in compliance with all Applicable Laws and in accordance with the ContractDocuments. "Design Phase" means that period beginning with the City's issuance of a Notice to Proceed for the Design Phase (NTP), which notice shall be deemed issued by the City upon the complete execution of this Agreement during which phase the Design/Builder shall cause the Consultant to prepare the Design Documents and Construction Documents in accordance with the Contract Documents. If necessary, City may authorize certain construction Work or portions thereof to commence during the Design Phase, provided Design/Builder obtains all necessary permits that may be required in advance thereof and satisfies all requirements of the Contract Documents. "Design Subconsultant" means-_any Subcontractor (including, but not limited to, the Consultant)-who provides architectral, design, engineering or similar professional services, including the preparation of Shop Drawings, or any services incidental thereto for any part of the Work. The Design,Subconsultant shall be a qualified and properly professionally licensed design professional_in the State of Florida and as otherwise required by any entities, agencies, nm boards, govern-II-fent-al-authorities and/or any other professional organizations with jurisdiction governing the professippal practice area for which the design professional has been engaged by Design/Builder and/or its Consultant to perform professional design services in connection with the Project. No Design Subconsultant shall be replaced, nor will additional entities be added as Design Subconsultants, without the prior written consent of the Contract Administrator or City Manager. The Design/Builder shall be ultimately responsible for ensuring all Design Subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and other Contract Documents. The Design/Builder shall, upon the request of the City, submit to the City such documentation and information as the City reasonably requests to evidence the creation, standing, ownership and professional licensure of the Design Subconsultants, including organizational documents, operating agreements and professional licensure documentation. However, the City's failure to request such documentation or evidence and/or failure to enforce in any way the terms and provisions of this Section, the 7 Agreement and/or any other Contract Documents during the Project does not excuse, waive and/or condone in any way any noncompliance with the requirements set forth therein including, without limitation, the professional licensure requirements. "Effective Date of this Agreement" means the date this Agreement is fully executed by the Parties and attested to by the City Clerk. "Final Completion" means the date upon which all conditions and requirements of the Contract Documents, permits and regulatory agencies have been satisfied; any documents required by the Contract Documents have been received by the City any other documents required to be provided have been received by City; and the Work has been fully completed in accordance with the Contract Documents. "General Conditions" means the direct and indirect costs and expenses for facilities or performance of Work by the Design/Builder for items which do not lend themselves readily to inclusion in a separate trade subcontract and which shall be included within the Contract Price, including, without limitation: (i) wages, salaries, benefits and costs for onsite and local office Project management staff, supervisory and other technical, administrative and Clerical Project personnel engaged in supervision and management of the Work on the Project Site, including the Project Manager, Construction Superintendent, ''structural superintendent, assistant superintendent, shop drawing checker, secretary,layout foreman; consultants, estimators, cost controllers, accountants, office administrative personnel,,-time keepers, clerks, safety director, safety coordinator, safety labor, overall project schedule preparation, CPM scheduling and scheduler costs, cost of periodic site visits for supervisory, inspection, oversight, or management of the Project by specific"home office" personnel,previously approved in writing by the City; (ii) field/onsite construction offices and supplies including transportation and set-up of onsite construction office trailers, construction of ramps and stairs for onsite construction office, interior build-out of onsite construction office, onsite construction office trailer rental, first aid supplies, reproduction services, monthly office supplies, Project reference manuals, field office postage, field office furniture, onsite construction office computer system and software, installation and equipment of field computer ISDN line, monthly cost for field ISDN/computer line, onsite construction_office photocopier r rental and supplies, plan printing (other than revisions) or document reproduction used for bidding or information purposes required by the Contract Documents, long-distance telephone calls, telegrams, postage, package delivery and courier service, hardwired-telephone- service, and reasonable expenses of Design/Builder's jobsite office ifincurred at the Project Site and directly and solely in support of the Work, Project Site photographs,Meld office express mail/courier charges, miscellaneous onsite construction office supplies, safety material and equipment, small tools, equipment or machinery, miscellaneous hand tool rental equipment (other than that of the subcontractors), hand tool purchase, hand tool repair, hand tool rental, job radios,jobsite cleaning labor and material, trash containers, final exterior and interior cleaning materials and labor other than subcontractors, miscellaneous cutting and patching, traffic control, off duty police officer(s), alarm system and monitoring for trailers; (iii) surveys, measurements and layout work reasonably required to perform the Work; (iv) retention/storage of Project records; (v) off-site secure storage space or facilities approved in advance by the City; (vi) miscellaneous expendable items, extended jobsite General Conditions, interest on monies retained by the City, escalated costs of materials and labor, home office expenses or any cost incurred that may be allocated from offices of the Design/Builder or any of its Subcontractors; and (vii) any other items typically categorized in the construction industry as"general conditions"expenses. 8 "Milestone" means an element or elements of the Work which must be completed within a specified period of time as described in the Contract Documents or Project Schedule, and shall include the specific Milestones set forth in Appendix "D," if any, and further delineated in the Project Schedule. "Notice to Proceed" or "NTP" means a written letter or directive issued by the Contract Administrator to Design/Builder to commence and proceed with portions of the Work as specified therein or a specific task of the Project. "Notice to Proceed Date" means the date on which the Notice to Proceed is issued to Design/Builder, or the date stated in the Notice to Proceed as being the Notice'to Proceed Date, whichever is latest. "Parties" means City and Design/Builder, and "Party' is a reference to either City or Design/Builder, as the context may indicate or require. "Project" consists of, but is not limited to, the following improvements, all as more fully set forth and described in the Design Criteria Package attached hereto as Appendix H, and as is contemplated thereby or reasonably inferable therefrom, as described in Appendix A hereto. "Project Coordinator" means the City employee designated in writing by the City Manager or Contract Administrator, who shall be the;City's authorized representative to coordinate and facilitate (on behalf of the City in its proprietary capacity as "Owner") all matters related to the Project. "Project Manager" means the authorized individual or firm which is the representative of Design/Builder and who will administer and manage the prosecution of all Work on behalf of the Design/Builder. "Project Schedule" or "Schedule" means the City-approved and accepted detailed master schedule that Design/Builder develops and maintains for the Project, utilizing the latest version of Primavera software and in accordance-with the specifications and other Contract Documents, and which includes the schedule for achieving the various Milestones, the phasing and performance of all aspects of the Work including, but not limited to, design, construction, construction engineering and observation services, testing, project closeout, warranty, City occupancy dates and all required updates to all of the foregoing, subject to the approval of the City as may be amended pursuant to a Change Order. At the request of the City, the Design/Builder shall-provide any additional information or further detailed breakdown as to components of the Work in the Project Schedule. "Project Site"shallhavethe meaning ascribed to it in the Recitals. "Punch list" means the list or lists prepared by the Consultant, incorporating input provided by the City and/or RPR, identifying matters that remain to be completed to achieve Substantial Completion and to be completed between achievement of Substantial Completion and Final Completion in order that Substantial Completion and Final Completion can be declared by City to have occurred. "Resident Project Representative" or"RPR" shall have the meaning and duties ascribed to it in Section 4.7 hereof. 9 "RFP Proposal Submission" means the response to the RFP submitted by the Design/Builder during the selection process attached hereto as Appendix A, including its qualifications and experience and entity and of its key personnel to be assigned to the Project, and including other relevant items describing the Design/Builder's capabilities and proposed approach to the Project. The RFP Proposal Submission is included for reference purposes only and shall not be incorporated as part of this Agreement, except with respect to Design/Builder's representations regarding the qualifications and experience of Design/Builder and its key personnel, its commitment to provide the key personnel listed therein, and its capability to perform and deliver the Project in accordance with the Contract Documents and consistent with the all representations made therein. "Schedule of Values" means a written schedule setting forth the detailed and itemized cost breakdown, inclusive of labor, material, general conditions costs, and, taxes;;of all elements comprising the Contract Price. Schedule of Values will be used to support progress payment in accordance with Article 8.0 "Shop Drawings" means drawings, diagrams and schedules, and other data -specifically prepared by the Design/Builder or its Subcontractors, sub-Subcontractors, manufacturers, suppliers or distributors to illustrate some portion of the-Work "Subcontractor" means any person or entity with whom the Design/Builder contracts to perform any part of the Work or to supply any labor_and[or materials in'relation to the Work. In addition, the term Subcontractor shall apply to subcontractors of any tier and suppliers and materialmen employed on or for the Project pursuant to a subcontract with a Subcontractor or lower-tier subcontractor. "Substantial Completion" shall be deemed to have occurred when the Work, as certified in writing by the Consultant, and determined by the City in-its sole discretion, has been developed, designed, engineered and constructed in accordance with the Contract Documents such that all conditions of permits and regulatory agencies have been satisfied and the Project is ready for occupancy, utilization and continuous commercial operation for the uses and purposes intended by the City, without material_interference from incomplete or improperly completed Work and with only minor punch list items remaining to be completed, all as reasonably determined by the City and evidenced by (1) the issuance of a Certificate of Occupancy or Certificate of Completion-by the authority having jurisdiction; (2) the issuance of a Certificate of Substantial Completion by the Consultant; and (3)acceptance of such Certificate of Substantial Completion by the,City pursuant to Section 6.11 herein. "SubstantiaF Comgletibn Date" means the date on which Substantial Completion of the Work is declared by City to have occurred. "Surety" means the company which is bound by the performance bond and payment bonds with and for Design/Builder who is primarily liable and which surety company is responsible for Design/Builder's acceptable performance of the Work under the Contract Documents and for the payment of all debts pertaining thereto in accordance with Section 255.05, Florida Statutes. "Vendor" or "Supplier" means any person who supplies machinery, equipment, materials, consumables, support services, utilities, etc. to Construction Manager or to any Subcontractor in connection with the performance of Construction Manager's obligations under the Contract, but who does not perform labor at the Project Site other than delivery. 10 "Work" means the design and construction of the Project as set forth in the Contract Documents including, without limitation, all design, architectural, engineering and other professional services, permitting services, demolition and construction services, testing and inspection services, supervision, administration and coordination services and the provision of all drawings, specifications, labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions thereof, zoning approvals, building code changes and government approvals, licenses, tests, quality assurance and/or quality control inspections and related certifications, surveys, studies, and other items, work and services that are necessary or appropriate for the total design, construction, installation, furnishing, equipping, and functioning of the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. The Work—also includes training in the use and operation of the completed Project (and components thereof,and completion of any and all off-site work and improvements that are reasonably required>-m order for the Design/Builder to complete the Work (including, without limitation, off-site work which is not specifically identified in the DCP, but is reasonably inferable therefrom). 1.2. As used in the Contract Documents, (i) the singular shall include the plural, and the masculine shall include the feminine and neutral, as the requires; (ii) "includes" or "including" "including, to" fir.. -Context. „ (iii) including shall mean including, but not limited and including,:without limitation; andall definitions of agreements shall include all amendments thereto in effect from time to time. 1.3. Whenever it shall be provided in this Agreement that the Design/Builder is required to perform a service or obligation "at its sole cost and expense" or words of substantially similar meaning, the Design/Builder shall not be entitled to reimbursement for such item and the cost of such service or obligation shall not be included in any Application for Payment. 1.4. Contract Documents shall be construed in a harmonious manner, whenever possible. The general intent of the Contract Documents is to include all items necessary for the proper execution and completion of the Project by the Design/Builder. 1.5. The Contract Documents shall be taken as a whole and are complementary, and any item of Work called for,in any-Contract Document shall be as binding as if called for by all, so that any part of the Work shown or described in any of the Contract Documents, though not specifically referred to in other Contract Documents, shall be executed by Design/Builder and binding as a part of the Contract Documents, as well as any Work which, in the sole opinion of City, may be fairly inferred from the Contract Documents or by normal industry practice. 1.6. Detailed plans shall take precedence over general plans for the same part of the Work. Specifications and detailed plans which may be prepared or approved by City after the execution of the,Agreement and which may be fairly inferred from the original specifications and plans are to be deemed a part of such specifications and plans, and that portion of the Work shown thereby shall be performed without any change in the Contract Price or Project Schedule. With respect to conflicts between large-scale drawings and small-scale drawings, the larger scale drawing shall govern, unless otherwise dictated by Consultant. 1.7. Where compliance with two or more requirements is indicated in any of the enumerated Contract Documents and where these requirements within the Contract Documents conflict in quantity or quality, the Design/Builder shall comply with the most stringent requirement as determined by the City, unless specifically indicated otherwise in the Contract Documents. 11 1.8. As used in the Contract Documents, unless specifically indicated otherwise, references to an Article include all Sections, Subsections, and items within that Article; references to a Section include all Subsections and items within that Section; and references to a Subsection include all items within that Subsection. 1.9. Words which have a well-known technical or trade meaning are used herein in accordance with such recognized or well-known meaning, unless this Agreement otherwise specifically defines such word. 1.10. The Recitals, Appendices, Exhibits and Schedules attached hereto are expressly incorporated in and made a part of this Agreement as if fully set forth herein. ARTICLE 2 INTENTION OF THE CITY AND PRIORITY OF CONTRACT DOCUMENTS 2.1. Intent. The DCP set forth herein and attached as Appendix H is,comprised of documents that indicate the general scope and character-of the Work in terms of all applicable architectural and engineering elements. However, the DCP does not indicate or=describe all of the work required for full performance and completion{of the Project. The;sizes, quantities, areas and configurations of the Work, to the extent they_appearin�the DCP, are all subject to refinement, detail and modification during the_Design Phase as part of-the Work. During the Design Phase, the Design/Builder will, as part of the Work, develop, refine, detail and modify the design encompassed within the documents as set forth in the DCP as necessary to provide the City with a fully functional and functioning Project withinthe scope and intent of the Contract Documents and within the Contract Price and Project Schedule. The Design/Builder shall include all such refinements, details and modifications in the Design Documents and Construction Documents. The Design/Builder expressly understands and acknowledges that the DCP is not intended to be treated as fully constructible, code compliant Construction Documents and that Design/Builder shall ensure that its refinements, details and modifications shall include any and all components necessary to comply with all Applicable Laws, regulations, ordinances and codes. is the intent of the Contract Documents that the Design/Builder shall provide all items and services necessary for the proper design, construction, execution and completion of the fully equipped_ and functional Project in accordance with the Contract Documents, including any and all such necessary items and services consistent with, contemplated by, and reasonably inferable from the Contract Documents, whether or not such items and services are; specifically mentioned therein. The Contract Documents are complementary, and what is required by any one shall be binding as if required by all. 2.2. Priority of Contract Documents. In the event of conflict or inconsistency among the Contract Documents, the following order of precedence shall govern the interpretation of the Contract Documents:;; a. Amendments to this Agreement (excluding the Design Documents and the Construction Documents); b. This Agreement and all Appendices attached hereto (excluding the Design Documents and the Construction Documents); c. Modifications or changes to the completed Construction Documents, as approved by the City; 12 d. The completed Construction Documents, as approved by the City; e. Modifications or changes to the completed Design Documents, as approved by the City; f. The completed Design Documents, as approved by the City; g. The DCP and related documents as set forth in Appendix"H;" and h. The RFP. In the event of any conflict between the Agreement, as amended, and-Division 1 of the Project Specifications, the provisions of the Agreement (or Amendment thereto) shall take precedence and control. ARTICLE 3 DESIGN/BUILDER'S DUTIES AND RESPONSIBILITIES 3.1. Performance of Work. The Design/Builder covenants and warrants that it shall be responsible for performing and completing,,,and forcausing all Consultants, Design Subconsultants and Subcontractors to perform and complete, the-Work in accordance with the Contract Documents and all Applicable Laws relating to the Project Site and/or the Work, shall be responsible for completing the Project, shall-achieve Substantial Completion by the Substantial Completion Date, as such date may be—extended pursuant to the terms of this Agreement, and shall achieve Final Completion of the Project by the date established therefore in the Certificate of Substantial Completion, as such date may be extended pursuant to the terms of this Agreement. The Design/Builder shall provide all requested services according to the capabilities reflected in its RFP Proposal Submission. The services described or specified shall not be deemed to constitute a comprehensive specification having the effect of excluding services not specifically mentioned. Unless otherwise provided in this Agreement, or as agreed to in writing between City and Design/Builder, the form and content of all systems, reports, forms and regular submittals by Design/Builder to City shall be subject to prior approval of the City, and Design/Builder shall submit-such materials to the City for City's approval prior to implementation. City's approval thereof shall not limit City's right to thereafter require reasonable changes or additions to approved systems, reports, forms and regular submittals by Design/Builder to City. 3.2. Scope Design/Builder hereby agrees to complete the Project generally described by the DCP, including furnishing all preliminary study designs, drawings and specifications, job site inspection, administration of construction, engineering, architecture, landscape architecture, and land surveying services, labor, materials, equipment and other services necessary to perform, furnish and deliver all of the Work in strict and entire conformity with the Contract Documents, and in a satisfactory and workmanlike manner, within the Contract Time and for the Contract Price. 3.3. Professional Standard. The Work shall be performed in accordance with the professional standards applicable to projects, buildings, or work of complexity, quality and scope comparable to the Work and the Project, and shall be performed by the Design/Builder, Consultant, Design Subconsultants, Subcontractors and specific personnel referred to in the RFP Proposal Submission or elsewhere in the Contract Documents in accordance with their respective degrees of participation provided and represented to the City by the Design/Builder 13 from time to time. The Design/Builder agrees that a Subcontractor shall not be replaced unless a substitute entity approved by the City is retained by the Design/Builder. The Design/Builder may add a Subcontractor as it deems necessary or appropriate in order to carry out its obligations under the Contract Documents, provided such entity shall be suitably qualified and shall be subject to the prior approval of the City. Nothing contained in this Agreement shall be construed to create any obligation or contractual liability running from the City to any such persons or entities, including to any Subcontractors. 3.4. Independent Contractor. Design/Builder is an independent contractor and is not an agent or employee of City or agent in performing the Work. Except as otherwise provided herein, Design/Builder shall maintain complete control over its own employees, agents and operations and those of its Consultant, Design Subconsultants, Subcontractors, Vendors and their respective employees and agents. Design/Builder hereby accepts complete responsibility as a principal for its agents, Consultant, Design Subconsultants, Subcontractors, Vendors, Suppliers, their respective employees, agents and persons acting for or on their behalf, and all others it hires to perform or assist in performing the Work. 3.5. Design Documents and Construction Documents a. Based upon the DCP, the other documents set-forth in Appendix "H", and the other Contract Documents and all other information furnshed by the City, upon receipt of the NTP, the Design/Builder shall cause the Consultant (andfany Design-Subconsultants retained by the Consultant, if any) to prepare ,and submit Design Documents and Construction Documents to the City for the City's review and approval. The Design/Builder specifically acknowledges and agrees that (i) the Design Documents shall be consistent with, and develop in detail, the intent and scope of the DCP; and (ii)the Construction Documents shall, in turn, be consistent with and develop in detail the intent and scope-of the approved Design Documents. The Construction Documents shall include all drawings and specifications as are necessary to obtain required permits and regulatory approvals, shall provide information customarily necessary for the use of such documents by those in the building trades, and shall include all documents required for the complete and final construction of the Project, other than such detail as is customarily developed in Shop Drawings and otherwise during construction. b. The City's review and approval of the Design Documents and Construction Documents shall be conducted in accordance with the procedures set forth in the Contract Documents. Such review and approval shall not relieve the Design/Builder, Consultant, Design Subconsultants, or the Subcontractors from any of its or their responsibilities or liabilities under-this-Agreement, or be deemed to be an approval or waiver by the City of any deviation from, or of the Design/Builder's failure to comply with, any provision or requirement of the Contract Documents unless such deviation or failure has been specifically identified by the Design/Builder in Writing and approved by the City in an Amendment to the Agreement. Notwithstanding-any provision herein to the contrary, the Design/Builder agrees and recognizes that the City, in reviewing, approving or rejecting any submissions by the Design/Builder or other actions of the Design/Builder, in no way assumes or shares any responsibility or liability of the Design/Builder or its Consultants, Design Subconsultants, and/or Subcontractors. c. Design/Builder acknowledges and understands that the City selected the design/build method of project delivery in order to obtain the advantages associated with having the builder participate in the design process. Accordingly, throughout the Design Phase, the Design/Builder shall continually provide value engineering services, all of which services 14 shall be performed to assist the City in reducing design, construction, operation and maintenance costs with respect to the Project while maintaining or enhancing the Project's quality, efficiency, integrity, artistic content, functional performance and aesthetics. Particular attention shall be given to possible economies and identification of options which would maximize the benefits the City would derive upon completion of the Work. d. Any value engineering proposal submitted by the Design/Builder shall include, without limitation, the following: (i) a detailed description of the difference between the requirements of the Contract Documents (including the DCP) and the proposed changes and comparative advantages and disadvantages of each; (ii) itemization of aspects of the Contract Documents (including the DCP) affected by enactment of the value engineering proposal; (iii) a declaration that the proposed changes meet all applicable codes and laws and will be acceptable to all agencies having jurisdiction; (iv) impactof the:-proposal upon both the Contract Price and Project Schedule; (v) other information reasonably necessary to fully evaluate the value engineering proposal; and (vi) the date by which the City must accept the value engineering proposal in order for the Design/Builder's`;cost ;;and time estimates to remain valid. The Design/Builder shall proceed with the performance of the Work as required by the Contract Documents and shall not implement any value engineering or other recommendations unless such recommendations are-accepted b i the City in writing in a Change Order or Construction Change Directive. e. The Parties hereby acknowledge and agree that Design Criteria Professional will be acting as the City's design consultant throughout the performance of the Work and Design Criteria Professional pursuant to Section 287.055 of the Florida Statutes. In connection therewith, the Design/Builder acknowledges that Design Criteria Professional will not be the architect or engineer of record for the Project and will not be responsible for the preparation, adequacy or contents of the Design Documents and Construction Documents or for the performance of the Work. Further, nothing-herein shall be construed as assigning Design Criteria Professional the responsibility for, or to control, direct or supervise construction, or construction means, methods, techniques, sequences or procedures or safety measures or programs. 3.6. Permits and Compliance With All Applicable Laws. a. The Design/Builder shall comply, and shall cause its Consultant, Design Subconsultants and Subcontractors to comply, with all existing and future Applicable Laws relating to the Project Site;the Project and the prosecution of the Work; shall obtain all requisite local, State and Federal licenses to perform the Work including, without limitation, all professional licenses mandated by the State of Florida to perform the design and construction services which comprise the scope of Work on the Project; shall timely prepare and file all documents required to obtain the necessary approvals of governmental authorities having jurisdiction over-the Work, the Project Site and/or the Project; and shall secure and pay for all building and other permits (and conditions or requirements thereof) and governmental fees, licenses, approvals, temporary Certificates of Occupancy or Certificates of Completion (and conditions or requirements thereof), Certificates of Occupancy or completion and inspections necessary for the proper execution of the Work and completion of the Project. The Design/Builder shall be responsible for providing all logs, inspections, documentation, record keeping, maintenance, remedial actions, and repairs required by Applicable Laws and/or permits including, without limitation, those relating to National Pollutant Discharge Elimination Systems(NPDES) requirements. 15 b. The Contract Price includes the cost of compliance with all Applicable Laws in effect as of the Effective Date of this Agreement in order to carry out the Work. In the event that after the date hereof there shall be a material change in any Applicable Laws relating to the Work that impact the Contract Time or Contract Price, the Project Site and/or the Project, and if as a result of any such change, the Design/Builder and its Consultant, Design Subconsultant and/or Subcontractors must institute changes in the design and/or construction of the Project or shall be required to incur additional costs in performing the Work in order to be in compliance therewith, then to the extent that any such change gives rise to a demonstrable increase in the time required to complete the Work and/or in the cost to the Design/Builder of completing the affected portion(s) of the Work;,as evidenced by documentation reasonably acceptable to the City, the Design/Builder--shall be entitled to an equitable adjustment in the Project Schedule and/or the Contract ;Price, *applicable, in accordance with the procedures set forth in Article 11 hereof. Notwithstanding-'the foregoing or anything to the contrary in this Agreement, the Design/Builder shall not'be entitled to an extension of the Substantial Completion Date, the Project Schedule, or anincrease to the Contract Price in connection with any change or modification to any applicable building code, to the extent that such change or amendment to the applicable building,code-, as applicable to the Project, is enacted prior to the date the Design/Builder is issued the_permit to construct the Project by the City. 3.7. Services, Facilities. The Design/Builder shall provide, orcause to be provided, everything required for the orderly progress and proper execution and-completion of the Work and the Project in accordance with the•requirements of the Contract Documents, whether temporary or permanent and whether or not incorporafed or to be incorporated into the Work, including, but not limited to, design, engineering, demolition and construction services, supervision, fabrication, administration and coordination services, and the provision of all drawings, specifications, labor, ,materials, ,equipments 'tools, construction equipment and machinery, water, heat, utilities, transportation, insurance and other facilities and services. Design/Builder shall also provide-and 0yfor field engineering services required for the Project. This work shall include the following elements: (i) survey work required in execution of the Project; (ii) civil, structural or other professional engineering, architectural, landscape architectural, or land surveying services specified, or required to execute the Design/Builder's construction methods a. Coordination. The Design/Builder shall coordinate design and construction requirements with government agencies, utilities, and all other parties either involved in infrastructure improvements or otherwise affected by the design and construction requirements of the-Project Design/Builder'shall conduct its operations so as not to close any thoroughfare, nor interfere in any way'with traffic on streets, highways, sidewalks, or other public right of ways without the written consent of the proper authorities having jurisdiction including, without limitation, securing all applicable permits in connection therewith. b. Cooperation. The Design/Builder shall cooperate with and assist the City's staff, the City's legal, financial, design and construction consultants and all other consultants or designated representatives of the City at all times during the development of the Project as necessary to complete the Project in a manner reasonably satisfactory to the City. Design/Builder agrees to meet with Contract Administrator, Project Coordinator and/or their designees at reasonable times and with reasonable notice. c. Management/Administration. The Design/Builder shall be responsible for general management and administration of the Project and prosecution of the Work. 16 Design/Builder shall be responsible for maintaining the Project plans and reports set forth in Appendix B. Design/Builder shall implement and use the City's e-BuilderTM system for data warehousing and document management. 3.8. Means and Methods. The Design/Builder shall control and coordinate and is responsible for all construction means, methods, techniques, sequences and procedures relating to the Work. Nothing specified or included in the DCP shall be construed or interpreted to mean the City and/or Design Criteria Professional assumes such responsibility. 3.9. Reports. The Design/Builder shall prepare and submit to the City, during both the Design Phase and the Construction Phase, monthly progress reports on the Work accomplished during the prior monthly period, which reports shall be prepared in a manner and in a format reasonably acceptable to the City. The electronic copy and up to two (2) hard copies of all monthly progress reports shall be submitted to the City at the time of each monthly Application for Payment(as defined in Article 8 hereof), but in no event later than the fifth (5th) day- of each month during the period commencing with the first Application for Payment and ending with the Final Completion of the entire Project by the City. Following the first application for payment, such,,monthly progress report shall be submitted each month, even if no application far-payment-is submitted during that month. Each monthly progress report shall,be a domprehensive;and detailed narrative report on all aspects of the Project during the previous month, and shall include the areas of(i) Project cost control and Project Budget, (ii) Project Schedule control, (iii) quality assurance program, and (iv) safety program. The monthly progress report shall, in addition to describing the Work performed during the previous month, emphasize_ any problems encountered during the month and measures taken or to be taken to correct these problems. The Design/Builder shall update and submit monthly its "critical path method" ("CPM") progress chart to the City illustrating progress which has been made, by reference to such critical path method progress chart, and specifically identifying whether the Work is on schedule or behind schedule and actions being taken to correct schedule delays or slippage. In addition, the Design/Builder's monthly progress report shall set forth scheduled and projected progress for the forthcoming month. 3.10. Design/Builder's Warranty - a. Warranty. The Design/Builder warrants to the City that all design, engineering and other professional services, and all construction services, will be performed in accordance with the professions standards described in the Contract Documents, that all work and services provided under this Agreement will also be performed in a good and workmanlike manner, that all materials, supplies alyd equipment furnished under this Agreement will be of good quality and new, that the Work (including, without limitation, each item of equipment incorporated therein) will be of good and workmanlike quality and free from faults, defects and deficiencies in materials and workmanship, that the Work will be free from any encumbrances, liens, security interests, or other defects in title upon conveyance of title to the City, and that the Work will conform with the requirements of the Contract Documents; provided, nothing specifically set forth in this Section 3.10.a shall be deemed a warranty of the design of the Project if such a warranty would render void or unenforceable any insurance applicable to the design services to be provided under this Agreement. The Design/Builder's warranty shall extend for a period of one year from the Substantial Completion Date of the Work, unless a greater warranty period is applicable; provided, however, that in the event that a Subcontractor Warranty provided pursuant to Section 3.10.b below shall extend for a term of longer than one year, such extended 17 term shall be the term of the Design/Builder's warranty for the pertinent portion of the Work; and provided further, however, that in the event that the Design/Builder or any of its Subcontractors is required to repair or replace any warrantied item pursuant to this Section 3.10, the warranty for such repaired or replaced item shall extend from the date of completion of the repair or replacement through a term equivalent in length to the term of the initial warranty. b. Subcontractor Warranties. In addition to any requirements in the other Contract Documents, the Design/Builder shall use its best efforts to obtain additional warranties for the benefit of the Design/Builder and the City from material and equipment suppliers, vendors and Subcontractors in relation to their respective portions of the Work. Such warranties shall be in addition to, and not substitutes for, those warranties mandated to be obtained pursuant to the Contract Documents. c. Warranty of the DCP. The Design/Builder warrants to City that\it has thoroughly reviewed and studied the DCP, and has determined that it is'in conformance with Applicable Laws, and is complete and sufficiently coordinated to perform the Work for the Contract Price and within the Project Schedule. Design/Builder warrants to City that the DCP is consistent, practical, feasible and constructible, and specifically warrants that the Work described in the DCP is constructible for the Contract Price and within the Project Schedule. The Design/Builder accepts all liability for, and—all risk arising, out of,-the DCP and by execution of this Agreement waives any Claim for any errors or omissions in the DCP against the City, Design Criteria Professional` or any of their respective consultants or Subcontractors. To the fullest extent permitted by'law, the Design/Builder agrees to indemnify, defend and hold harmress' .City, -Design Criteria Professional and its Subcontractors against any and all Claims arising from or in connection with the Design/Builder's or its Subcontractors' use of the DCP. d. Warranty of the Construction Documents. DESIGN/BUILDER HEREBY WARRANTS AND REPRESENTS THAT-:,THE; CONSTRUCTION DOCUMENTS ARE COORDINATED, CONSISTENT, PRACTICAL, FEASIBLE AND CONSTRUCTIBLE. WITHOUT ANY CLAIM FOR ADJUSTMENT -IN THE CONTRACT TIME OR CONTRACT PRICE, DESIGN/BUILDER SHALL BE RESPONSIBLE FOR ALL COSTS AND EXPENSES ARISING FROM ANY,AND ALL.ERRORS AND/OR OMISSIONS IN THE CONSTRUCTION DOCUMENTS INCLUDING, BUT NOT LIMITED TO, CONFLICTS IN THE CONSTRUCTION DOCUMENTS; QUESTIONS OF CLARITY WITH REGARD TO THE CONSTRUCTION DOCUMENTS,AND INCOMPATIBILITY, OR CONFLICTS BETWEEN THE CONSTRUCTION DOCUMENTS AND THE EXISTING CONDITIONS, UTILITIES, CODE ISSUES AND UNFORESEEN CONDITIONS. e. Design/Builder to Check Drawings and Data. Design/Builder shall take measurements and verify all dimensions, conditions, quantities and details shown on the DCP and any other plans or specifications provided to Design/Builder including, but not limited to, the drawings, schedules, or other data. Failure to discover or correct errors, conflicts or discrepancies shall not relieve Design/Builder of full responsibility for unsatisfactory Work, faulty construction, or improper operation resulting therefrom, nor shall it relieve Design/Builder of its full responsibility for remediating such condition at Design/Builder's own sole expense. Design/Builder will not be allowed to take advantage of any error or omissions whether by way of seeking additional money, time and/or otherwise. f. Design/Builder Responsible for Location of Utilities. City does not guarantee that all utility lines are shown in the DCP or any other Contract Documents, or that the ones 18 indicated are in their true location. It shall be the Design/Builder's sole responsibility to identify and locate all underground and overhead utility lines or equipment affecting or affected by the Project. The Design/Builder accepts all liability for and all risk arising out of or relating to the location of utilities and by execution of this Agreement waives any Claim against the City, Design Criteria Professional or any of their respective consultants or Subcontractors for any errors or omissions in the DCP or other Contract Documents with respect thereto. The Design/Builder shall schedule the Work in such a manner that the Work is not delayed by the utility providers relocating or supporting their utilities. Prior to the start of construction of any portion of the Work, Design/Builder shall be solely responsible for arranging for positive underground location, relocation or support of its-utility where that utility may be in conflict with or endangered by the proposed construction., -Relocation.of water mains or other utilities for the convenience of the Design/Builder shall be paid,by the-Design/Builder. All charges by utility companies for temporary support of its utilities shall,be paid for,by the Design/Builder. All costs of permanent utility relocation to avoid conflict shall -be the responsibility of the utility company involved. It shall be the Design Builders-Sale responsibility to coordinate with such utilities, including arranging for payment, if applicable. The City shall not be obligated in any way to assist in such coordination and, to the extent the City does attempt to assist or facilitate such coordination with utilities, it shall not,in any way; be construed or interpreted as the City's assumption of such responsibility whichshall remain solely with the Design/Builder. No additional payment will be made to the Design/Builder-for utility relocations, whether or not said relocation is necessary to avoid conflict with other lines. - ii. The Design/Builder shall coordinate its activities with any and all public and private utility providers occupying the right-of-way No compensation will be paid to the Design/Builder for any loss of time or delay." g. Primary Liability. The Design/Builder-shall have primary liability with respect to the warranties set forth in the Contract Documents, whether or not any defect, deficiency or other matter is also covered by a warranty of a Subcontractor or other third party, and the City need only look to the Design/Builder for corrective action replacement or reimbursement. In addition_ thereto, the Design/Builder's warranties expressed herein shall not be restricted in any manner by any warranty of a Subcontractor or other third party, and the refusal of a Subcontractor or other third party to correct defective, deficient or nonconforming Work shall not e xcuse the Design/Builder from its liability as to the warranties provided herein. 3.11. Taxes: The Design/Builder shall pay and shall be responsible for, as part of the Contract Price, all existing and future'applicable Federal, State, local and other sales, consumer, use and similar taxes, whether' direct or indirect, relating to, or incurred in connection with, the performance of the Work. The Contract Price includes all other Federal, State, local and/or other direct or indirect taxes which may apply. In the event the City elects to implement a direct purchase program for the purchase of materials and equipment to achieve Florida sales tax savings, Design/Builder shall comply with the provisions set forth in Appendix C with respect to any such City purchases. 3.12. Access by Others. The Design/Builder shall afford the City, Contract Administrator, Project Coordinator, and their authorized designees or representatives, safe access to the Project Site at all times. Access to the Project Site shall also be permitted at all times to all Federal, State, County and City safety, regulatory and inspection departments, personnel and 19 agencies and other governmental entities having jurisdiction over the Work and the Project Site. Design/Builder shall provide proper facilities and construction for such access. 3.13. Use of Site. The Design/Builder shall, prior to any on-site testing and inspection activities and prior to on-site mobilization for demolition, excavation or construction, prepare a mobilization plan for the City's review and approval. The Design/Builder shall at all times confine its operations to the Project Site, or to any lesser area specified by laws, ordinances, permits or any other Contract Documents. 3.14. Correction of Defective Work. The Design/Builder shall correct Work which does not conform to the Contract Documents in accordance with the provisions of}Article 13 hereof and the other Contract Documents. 3.15. Patents, Trademarks, Copyrights. The Design/Builder shall pay all royalties and other fees for any patents, trademarks, copyrights or other proprietary rights :necessary;:for the execution and completion of the Work. The Design/Builder shall indemnify,-defend and hold harmless the City from and against any and all losses, damages or expenses including, without limitation, court costs and reasonable attorneys'fees, arising or resulting from any claim or legal action that any materials, supplies, equipment, processes or other portions of the Work furnished by the Design/Builder under this Agreement,, or the use thereof, constitutes an infringement and/or violation of any patent, trademark,;copyright,'trafe secret, intellectual property right or other proprietary right. If any suchitemis held to constitute an infringement, and the use of such item is enjoined, the Design/Builder'shall, at its sole expense (in addition to the Design/Builder's indemnification obligation described above and any other remedies the City may have under this Agreement), either procure the right to use the infringing item, or replace the same with a substantially equal but non 4hfringing item, or modify the same to be non- infringing, provided that any substitute or modified item shall meet all the requirements and be subject to all the provisions of this Agreement. The terms and provisions of this Section 3.15 shall survive the termination or expiration of this Agreement. 3.16. Rubbish; Debris; Cleaning. During the performance of the Work, the Design/Builder shall at all times, as part ofthe stipulated Contract Price, keep the Project Site and adjacent streets, properties and sidewalks free from waste materials, debris and/or rubbish, and shall employ adequate dust control measures. If accumulation of such materials, debris, rubbish or dust constitutes a nuisance or safety hazard or is otherwise objectionable in any way as reasonably determined by the City, the Design/Builder shall promptly remove the same at its sole cast and expense. a The Design/Builder shall use its best efforts to assure that no burning of trash, debris or roofing bitumen containers by the Design/Builder or its Subcontractors occurs on the Project Site and that no dust or trash from Work in progress creates a public nuisance. In the event of any such occurrence, the Design/Builder shall promptly cause the abatement thereof. The Design/Builder shall remove all spillage and tracking arising from the performance of the Work from streets and sidewalks around the Project Site, and shall establish a regular maintenance program of sweeping and hosing to minimize accumulation of dirt and dust upon such areas. If the Design/Builder fails, promptly after written notice from the City, to keep the Project Site and the surrounding properties clean, the City may thereafter perform any such cleaning services and deduct the cost of those services from amounts otherwise payable to the Design/Builder under this Agreement. No assumption by the City of such cleaning services shall waive any future obligation of Design/Builder to perform said services. Further, The City's deduction of the costs of those services from 20 amounts otherwise payable to Design/Builder under the Agreement shall not constitute a waiver of the City's right to place Design/Builder in Default for such noncompliance. b. Upon Substantial Completion of the Work, or any portion or component thereof acceptable to the City, the Design/Builder (i) shall remove from the Project Site, or applicable portion thereof, all tools, construction equipment, machinery, surplus materials, waste materials and rubbish, and (ii) shall leave the Project Site, or applicable portion thereof, in a thoroughly clean condition, and perform any other cleaning services described in Division 1. The Design/Builder shall re-perform any such services after the Substantial Completion Date to the extent the same is necessary or appropriate due to any Work performed by-the Design/Builder after such date. c. All Work shall be cleaned using only specific materials.recommended for the surfaces to be cleaned. Damage to any surfaces due to improper cleaning methods or materials used by the Design/Builder or its Subcontractors shall be repaired and replaced by the Design/Builder at its sole cost. 3.17. Members of Design/Builder's Team. The personnel and firms presented in the Design/Builder's RFP Proposal Submission shall staff key positions including,:but not limited to, the Design/Builder, Consultant, Subconsultants, Project Manager and Construction Superintendent, if specified ("Key Personnel"). Such Key Personnel shall remain assigned to the Project through the duration of this Project and shall- not be reassigned without the prior written approval of the Contract Administrator, unless_tFe individual has left the employment of the Design/Builder. The City will not unreasonably-withhold its consent to additions of or substitutions for, Key Personnel, with new personnel of comparable qualifications in the event of death, promotion, retirement, job changes, firing; failure to perform or other good cause shown. The Construction Superintendent and Project Manager shall be authorized to act on behalf of the Design/Builder-to coordinate, inspect, and provide general direction of the Work in progress. The Design/Builders ConstructionSuperintendent shall be assigned to the Project on a full-time basis, on-site, for 100% of his/her time, with no allocations or commitments to other clients or projects, and shall be competent, and English-speaking. a. Responsibilities of Design/Builder's Project Manager. Design/Builder herein represents that its Project Manager, at a`minimum, will provide the following services: i. If not selected earlier or identified as part of the RFP Proposal Submission, at least thirty(30) days prior to the commencement of the Construction Phase of the- Project,-the Design/Builder will identify and provide the qualifications of a suitably qualified and a penenced'Project Manager who will be full time, on site at the Project, for 100% of his/her time. ii Design/Builder will use reasonable efforts to have the same Project Manager on the Project full time to its conclusion, and any new proposed Project Manager shall first be approved in writing by Contract Administrator before permanent assignment; City's approval shall not be unreasonably withheld. iii. The Project Manager will conduct weekly on-site meetings with the Design/Builder and its Subcontractors at regular times, as previously agreed upon and approved by the Project Coordinator, and shall issue weekly reports on the progress of the Work and the minutes of the previous weekly on-site meeting. 21 iv. Project Manager will be the lead representative of Design/Builder with the primary responsibility for the administration of all of Design/Builder's Work. v. The Project Manager shall maintain and monitor the CPM Project Schedule, subject to Project Coordinator's prior written approval, and implement updates as required. vi. The Project Manager shall coordinate the processing of shop drawings and material submittals. vii. The Project Manager will endeavor to ;achieve satisfactory performance by Design/Builder and, if required by the Consultant or City, shall cause for corrections to Design/Builder's Work including, but not limited to, maintaining punch lists and observing testing. viii. The Project Manager will monitor and maintain oversight of the cost of the Project, including payment applications and the preparation thereof. ix. The Project Manager will assist in the preparation of record drawings or Construction Documents, and shall transmit to the,Consu[tent requests for additional information concerning the design. The Project Coordinator shall-be copied on these requests for monitoring purposes. x. The Project Manager_will observe testing and start-up activities of all equipment, machinery and utilities to ensurea fully operational Project. xi. The Project Manager will secure all equipment brochures and warranties from the Design/Builder and Subcontractors. xii. The Project Manager will coordinate the correction and completion of the Work including that required by any and all punch lists. b. Other Personnel.-. At any time, the Contract Administrator has the reasonable right to request removal and replacement of any of Design/Builder's personnel. Once in place, the Design/Builder shall`not change any person filling a position listed in the organizational charts without the prior written consent of the Contract Administrator unless the City requests it or unless the person is leaving the employ of the Design/Builder. The employee(s) of the Design/Builder-end Subcontractors shall be considered to be at all times employee(s) of the Design/Builder or the Subcontractors, as applicable, and not an employee(s) or agent(s) of the City or any of its department offices or divisions. The Design/Builder and Subcontractors agree to adjust staffing levels or to increase or replace any staff personnel if so requested by the Contract Administrator or its designees, should the Contract Administrator make a determination that said staffing is unacceptable or that any individual is not performing in a manner consistent with the requirements for such a position. c. Responsibilities of Consultant. Design/Builder herein represents that Consultant, at a minimum, will provide the following services: i. Consultant shall perform all of the architectural and engineering services necessary to describe, detail and design the Project consistent with the DCP and in accordance with all requirements of the Contract Documents and Applicable Laws. 22 ii. Consultant shall design the Project so as to comply with Applicable Laws. iii. Consultant shall prepare the Construction Documents, as well as obtain all required and necessary reviews and approvals (or take other appropriate action upon) for same, and/or other submittals including, but not limited to, Shop Drawings, product data, and samples. iv. Consultant shall submit the Construction Documents to the Design Criteria Professional, with a copy to Contract Administrator, for the Design Criteria Professional's review and approval of the Construction Documents'`as being in general conformance with the DCP. Design Criteria Professional's confirmation of the Construction Documents as being in general conformance with the DCP shall not constitute--acceptance of any design work which does not comply with Applicable Laws and/or the Contract Doctaments, nor shall it excuse any obligations of the Consultant to comply with the DCP, Applicable Laws and/or the Contract Documents. v. Consultant shall assist in the administration of construction including, but not limited to, review and certification of all Applications for Payment for Work performed in compliance with the Contract Documents; the approval of,matenale, equipment, and apparatus used in the Work; and architectural and engineering inspections of all construction Work. Consultant's certification for payment shall constitute a representation.to the City, based on the Consultant's observations at the Project site and on the data comprising the Design/Builder's Application for Payment, that the Work bee progressed to the point indicated and that, to the best of the Consultant's knowledge, information and belief, the quality of the Work is in accordance with the Construction Documents, the DCP and/or any other applicable Contract Documents. The Consultant shall attend Project construction meetings to facilitate the prosecution of the Work. vi. The Consultant shall have a representative at the Project Site to observe the progress and quality of the Work.On the basis of its on-site observations as an architect or as an engineer, the Consultant shall ensure (i) the faithful performance of the Contract Documents; and (ii)that the Work has been or is being installed in accordance with the Contract Documents before allowing it to be covered. The Consultant shall be obligated to provide the Design/Builder and the ;City with written notice of any defects or deficiencies in the Work observed by the Consultant within five (5) days from date of discovery. With respect to Work which requires inspection prior to covering under the Contract Documents, the Consultant shall not certify any such Work for-payment if it has been covered prior to the Consultant's inspection and approval if-the Design/Builder does not, within a reasonable period of time, remedy to the reasonable satisfaction,of the Consultant the defective or deficient conditions so reported to the Design/Builder,the Consultant shall provide both the Design/Builder and the City with written notice of the defective or deficient condition not remedied and the Consultant's recommendation of the actions that are necessary to remedy such condition with an estimated time period within which such actions could reasonably be performed. vii. Consultant shall reject Work which does not conform to the Contract Documents, provided that the Consultant obtains the prior written consent of the Project Coordinator. viii. Consultant may render interpretations (in writing or in the form of drawings) necessary for the proper execution of the Work and/or relating to interpretations of 23 the requirements of the Construction Documents, on written request of the Resident Project Representative or Project Coordinator. All such written interpretations must be consistent with and conform to all requirements of the DCP and the Construction Documents. ix. The Consultant shall review, approve, reject or take other appropriate action pertaining to construction-related inquiries and submittals, such as shop drawings, product data and samples. All of Consultant's actions related thereto shall conform to the DCP, the Construction Documents and Applicable Laws. x. The Consultant shall prepare draft Change Orders for,the City's review, with supporting documentation and data, subject to City's approval in accordance with the Contract Documents. If a Change Order is approved, Consultant shall prepare and finalize the updated Construction Documents required to implement the Work associated.with,the Change Order. xi. Consultant shall prepare Construction Change Directives, if necessary, at no additional cost to City, and authorize minor changes in the Work, as provided in.tte Contract Documents. xii. Consultant shall conduct inspections to assist the City in its determination of Substantial Completion, any Milestones (as applicable) and Thal Completion, and shall receive and review for compliance with the Contract Documents all written warranties and related documents required pursuant to the Contract Documents to be assembled and furnished to the City upon Substantial Completion and Final Completion. Consultant shall not tender any Certificate of Substantial Completion to the Cit- for its final determination of whether Substantial Completion has been achieved, unless and until the Consultant has determined to the best of its knowledge, information and belief that the Design/Builder has achieved Substantial Completion of the Work (or portion or 'component thereof covered by such Certificate) in accordance with the Contract Documents. xiii. The approved and permitted Construction Documents shall constitute a representation by Consultant to City that the Project, if constructed as required by the Contract Documents, will be fully functional, suitable and sufficient for its intended purposes. No action or omission by City shall waive or excuse Design/Builder's obligations under the Agreement and/or other Contract Documents and that Design/Builder shall remain fully liable for all work performed by Consultant including, without limitation, any design errors or omissions. 3.18. Records. At all times during the Design Phase and the Construction Phase, and for a period of'five (5) years after Substantial Completion of the Project, the Design/Builder shall preserve, and the City shall have access during reasonable business hours to, all documents, books and records of the Design/Builder relating to the Project and covering the period from and after the Contract:Date through the completed performance of this Agreement including, without limitation, all bids and bid documents received by the Design/Builder from Subcontractors, permitting records, plans and drawings, submittals and correspondence. 3.19. Construction Documents; As-builts; Surveys. a. The Design/Builder shall maintain in good order at the Project Site at least one record copy of the Construction Documents (including drawings, specifications, and the like), addenda, product data, samples, Shop Drawings, Change Orders and other Amendments, marked currently to record changes made during construction. These shall be available to the 24 City for inspection at all times. Upon completion of the Project, these record Construction Documents, addenda, product data, samples, Shop Drawings change orders and other Amendments shall be delivered to Contract Administrator. b. City, through its Contract Administrator, shall have the right to require Design/Builder to modify the Construction Documents, to supplement same with additional plans, drawings, specifications, or additional information that are within the specific intent and stated scope of the Project and which do not cause increase in Contract Price or Contract Time, all of which shall be considered as part of the Contract Documents, at no additional cost to the City. All things which, in the opinion of the Contract Administrator, may reasonably be inferred from the Contract Documents including, but not limited to, the Construction Documents, shall be executed by Design/Builder under the terms of the Contract Documents: The Contract Administrator shall determine whether said Construction Documents conform to the Contract Documents. c. Design/Builder shall be solely responsible for"establishing and maintaining a line and grade in the field. Design/Builder shall maintain an accurate and precise horizontal and vertical record of the existing pavement conditions; final pavement conditions; and all pipe lines, conduits, structures, underground utility access portals, handholes, fittings;y,and similar items encountered or installed during construction. Design/Builder shall-deliver these records in good order to the Contract Administrator as the Work is completed. These records shall serve as a basis for "as-built" drawings. The cost of all such field layout and recording work is included in the Contract Price. d. Final "as-built" drawings which accurately reflect the "as-built" conditions of the new facilities shall be supplied on compact discs ("CD"), not compressed, in a multi-layered, manipulable, Autodesk AutoCAD Version 2016 format (or the most current format then being used by the City) or other format specified by the City, and shall be delivered to the City upon Final Completion of the Project and prior to Final Progress Payment pursuant to Article 8, together with a final "as-built" critical path method schedule. If the Design/Builder or its Consultant prepares any of the Design Documents or Construction Documents on Building Information Modeling ("BIM') software, the Design/Builder shall furnish the City with such documents on CDs in multi-layered, manipulable format, along with notice of the specific version of the BIM software used to,produce the documents. The verifiable evidence of progress with"as-built' information, as required by Article 8, shall be submitted on Mylar at least once a,month to the Contract Administrator. These "as-built" drawings on Mylar and the latest version of the AutoCAD format media must be delivered and found to be acceptable to the City prior to the Final Progress Payment. e. The Ckrequires two (2) paper copies of the as-built drawings, three (3) sets of CDs with CAD files of the as-built drawings, and three (3) sets of CDs with pdf files of the as- built drawings all of which shall be clearly legible. A copy or copies of each such document shall also be retained by the Design/Builder. The Design/Builder shall also comply with all other documentation requirements set forth in the Contract Documents. f. Within thirty (30) days of NTP, the Design/Builder shall inspect the Project Site and furnish to the City a certified line and grade survey, prepared by a surveyor licensed in the State of Florida in accordance with the Minimum Standard Detail Requirements for Land Title Surveys adopted in 1999 by the American Land Title Association and the American Congress of Surveyors and Mappers, and a certified survey of the physical condition of the Project Site, prepared by a qualified engineering firm. 25 i. The line and grade surveys will locate and protect control points prior to starting site work, and will preserve all permanent reference points during construction. No changes or relocations will be made without prior written approval of the Contract Administrator. A written report shall be made to the Contract Administrator when any reference point is lost or destroyed, or requires relocation because of necessary changes in grades or locations. ii. The surveyor shall be required to replace Project control points which may be lost or destroyed. The surveyor shall be duly registered as a surveyor or mapper, as required by Florida law and any other Applicable Laws. Replacements shall be established based upon original survey control. iii. In addition, as part of the Work, the Design/Builder shall within thirty (30) days of the Substantial Completion Date, furnish to the City another certified survey of the Project Site (with the Project located thereon) prepared by a surveyor licensed ir'the;State of Florida in accordance with the Minimum Standard Detail Requirements for Land Title Surveys adopted in 1999 by the American Land Title Association and the Ar erican Congress of Surveyors and Mappers. 3.20. Number of Submittals. Certain Design Documents and. Construction Documents are required pursuant to the Contract Documents: (to be, subrwitted and/or provided by the Design/Builder to the City). In addition to the document submittal requirements set forth elsewhere in the Contract Documents, the Design/Builder'shall submitihe following documents to the City as soon as they are available and shall submit the minimum number of copies listed below: a. Drawings: Submit one set of full-sized reproducible drawings in native AutoCAD format and one copyin ..pdf format; one11" x.17" set of reproducible drawings;, one set of half-sized reproducible drawing one ,set; of half-sized blue-line drawings; and one electronic copy of the drawing so that the City may reproduce drawings as needed. b. Narratives: For all narrative documents (including documents referenced in Appendix B and (the Pro ject specifications), submit one paper copy and one electronic copy thereof. c. Progress Reports: Design/Builder shall submit with at least one hard copy and at least one electronic copy (in both .pdf and native file format) of all reports specified in Appendix B, and Project Schedules and Updates thereto. . The City shall have no obligation to review a'ndtor approve Progress Reports, Project Schedules and Updates or any such other documents, except as specifically set forth herein. d. Shop Drawings: Provide quantities required pursuant to the terms of Division 1 of the Project specifications. The City shall have no obligation to review and/or approve Shop Drawings. e. Product Data: Provide quantities required pursuant to the terms of Division 1 of the Project specifications. The City shall have no obligation to review and/or approve product data. f. Samples: Provide quantities required pursuant to the terms of Division 1 of the Project specifications. The City shall have no obligation to review and/or approve samples. 26 g. Quality Control and Testing Laboratory Reports: Provide one paper and one electronic copy, both upon submittal to the Consultant, and upon return by the Consultant with its comments and directions. The City shall have no obligation to review and/or quality control and testing laboratory reports. The City's receipt, review and/or approval of such reports shall not in any way constitute approval or acceptance of the Work which is the subject matter thereof. The Design/Builder remains fully responsible for ensuring its receipt, review and approval of all such reports and the contents thereof to ensure the Work is in conformance with the Contract Documents. h. Contract Agreements: Provide one paper and one electronic copy of all agreements by, between or among Design/Builder, Consultant, Design Criteria Professional Design Subconsultants, and any Subcontractors. The City shall have no obligation to review and/or approve any of the foregoing agreements. I. Guarantees and Warranties: Provide, at a minimum, three (3) copies of all guarantees, warranties, maintenance instructions and manuals, operating manuals, catalogs and operational data that relate to the Project or its components. The City shall have no obligation to review and/or approve any of the foregoing materials. If requested by the City, the Design/Builder shall also submit any of the preceding documents on compact disc(and in a format reasonably acceptable to the City). In addition to the number of copies specified above:in (a) through (I), the Design/Builder shall provide to the City six (6) copies of each .documefit provided to the City (in its regulatory capacity) and all other governmental bodies in their role as regulatory agencies, simultaneously with their delivery to the City or such other governmental bodies. 3.21. Availability of Project Site. Subject to the terms herein, the City shall deliver the Project Site or parcels thereof (as depicted in Appendix "A" attached hereto) to the Design/Builder for purposes of commencing demolition, excavation, remediation and construction activities on the date described in the appropriate Notice to Proceed. a. Use of the Project Site or any other City-owned right-of-way for the purpose of storage of equipment Orr materials,-lay-down facilities, pre-cast material fabrication, batch plants for the production of asphalt, concrete or other construction-related materials, or other similar activities, shallrequire advance written approval by the Project Coordinator. If approved by the City at its sole and absolute discretion, use of the Project Site or any other City-owned right- of- way for the foregoing storage'purposes at any given point in time shall be expressly limited to equipment necessary for the then current and active prosecution of the Work and shall be comprised of no more than two (2) weeks' worth of materials or products to be incorporated as part of the Project within the next month, as noted in the most recent approved Project Schedule. The City-may, at any time, in its sole and absolute discretion, revoke or rescind such approval for any reason. Upon notice of such rescission, Design/Builder shall, within twenty- four (24) hours, remove and relocate any such materials and equipment to a suitable, approved location. b. Notwithstanding any other provision in the Contract Documents to the contrary, the conditions or requirements of right-of-way permits established by the authorities having jurisdiction including, without limitation any regulatory authorities of the City, shall take precedence over any provision in the Contract Documents that may provide any right 27 whatsoever to use of the Project Site for staging, material and equipment storage, lay-down or other similar activities. 3.22. Testing and Inspection; Responsibility. In addition to the tests and inspections provided for below and elsewhere in the Contract Documents, the City shall have the right (but not the obligation)at any time to inspect or test any portion of the Work or the Project. a. The Design/Builder shall perform and/or obtain all tests and inspections necessary to ensure the proper execution and completion of the Work including, without limitation, all tests and inspections provided for by the Contract Documenf's ncluding, but not limited, to any tests and inspections pursuant to Appendix E or by IIaws, ordinances, rules, regulations or orders of governmental authorities, including the City) fhe Design/Builder shall make arrangements for tests and inspections conducted by any independent testing laboratory engaged by the City, or tests or inspections conducted by any agency havinglurisdiction. The City's direct engagement of any independent testing laboratory or agencyshall in no;way be construed, interpreted or deemed as the City's assumption_of any obligations or requirements of Design/Builder to ensure such testing and inspections are performed, to review endanalyze the results thereof and to properly address any portions of the Work which fair to meet the acceptable standards or requirements for which such,test or inspection was conducted to evaluate. Rather, the City's engagement of such independent testing laboratory or agency should be interpreted as for convenience of,payment purposes only The Design/Builder shall give the City timely notice of when and where tests and inspections are to be made so the City and/or the Resident Project Representative may observe-such procedures. Inspections shall be made promptly and, where practicable, at the source of supply. If Work should be covered up without required inspection/approval, it must, if required by the Contract Administrator or Consultant, be uncovered for examination, and properly restored at Design/Builder's expense. b. If the Contract Administrator'determines that the Work, portions thereof, or goods, materials or components required as provided for by the Contract Documents, require additional testing or inspection not included under the above paragraph, the City may instruct the Design/Builder to make arrangements for such additional testing or inspection (including uncovering the Work)ee part of the stipulated Contract Price by an entity acceptable to the City, and the Design/Builder shall give timely notice to the City of when and where such tests and inspections are to, be Medd so the City may observe such procedures. The City's presence during any such testing or inspections shall in no way be construed, interpreted and/or;deemed to constitute acceptance of such testing or inspection (including the procedures implemented) or the results thereof. c. The Contract Administrator may order re-testing or re- inspection of Work (including uncovering thereof at any time in its sole discretion). If re-testing or re- inspection of Work is found to_be in accordance with the Contract Documents, the City shall pay the cost of re- inspection, re-testing and replacement. If such Work is not strictly in accordance with the Contract Documents, Design/Builder shall pay such cost. 3.23. Local Conditions; Site Conditions. a. Local Conditions. The Design/Builder represents and warrants that it has taken all steps reasonably necessary to ascertain the nature and location of the Work, and that it has investigated and satisfied itself as to the general and local conditions which can affect the Project, the performance of the Work and/or the Project Site including, but not limited to i) conditions bearing upon transportation, disposal, handling, and storage of materials; ii) the 28 availability of labor, water, electric power, and roads; iii) uncertainties of weather and observable physical conditions at the Project Site or otherwise affecting the Project, including sub-tropical and/or coastal conditions in South Florida; iv) the adequacy of the Project Site for lay-down, storage and parking in accordance with Applicable Laws and permit requirements of agencies having jurisdiction; and v) the character of equipment and facilities needed prior to and during the performance of the Work. The Design/Builder agrees that it bears all risk associated with any general or local condition that can affect the Project, the Project Site and/or the performance of the Work. Any act or omission by the Design/Builder with respect to the actions described and acknowledged in this subsection will not relieve the Design/Builder from responsibility for properly estimating the difficulty and cost of successfully performing the Work, or as time is of the essence for proceeding to successfully perform the:Work-Within the Project Schedule and the Contract Price. In confirmation and furtherance of the>.,foregoing, the Design/Builder acknowledges and agrees that it shall not be entitled oto an adjustment in the Project Schedule, the Substantial Completion Date or the Contract Price, based on general or local conditions affecting the Project, the Project Site and/or the performanceof the Work, and the Design/Builder hereby waives and releases City from any and all `Claims associated therewith. b. Site Conditions. The Design/Builder-acknowledges and 'agrees that it has satisfied itself as to what the Design/Builder anticipates will be..the character, quality and quantity of soil, surface and subsurface materiels or obstacles that may be encountered by the Design/Builder at the Project Site including,but not limited to, the nature or amount of any kind of soil material, the location of any utilities or structures on the Project Site, the composition or condition of any utility or structure and its contents, the fitness of any material for use as fill or drainage, or the amount of water to be expected, and that the entire cost risk of such matters, as well as any soil, surface, subsurface/underground, concealed, unknown, known, latent or other conditions (collectively, the"Site Conditions"),shall be borne by the Design/Builder as part of the Contract Price unless such h conditions,could not have reasonably been identified upon reasonable investigation by the Design/Builder. City makes no representations or warranties whatsoever as to the Site Conditions. Any information provided by City relating to Site Conditions is provided as advisory only, as Design/Builder recognizes and agrees that Site Conditions may vary from those observed by City. Without limiting the generality of the foregoing, but rather in confirmation and furtherance thereof, the Design/Builder agrees that it shall have no Claim for any increase in the Contract Price in the event that Site Conditions are encountered or discovered at the Project Site in the performance of the Work where such conditions could reasonably have been identified upon reasonable investigation thereof. The Design/Builder expressly acknowledges and agrees that its pricing of the Work and the determination of the Contract Price were expressly based upon the Design/Builder's assuming the foregoing cost risks of Site Conditions. is If Site Conditions that could not have reasonably been identified by Design/Builder upon prior investigation are encountered at the Project Site that are materially differing from those indicated in the Contract Documents, or if unknown physical conditions of an unusual nature differ materially from those ordinarily encountered and generally recognized as inherent in the Work provided for in the Contract Documents are encountered at the Project Site, Design/Builder shall promptly notify the City within two (2) business days of the specific materially differing Site Conditions before the Design/Builder disturbs the conditions or performs the affected Work. ii. Upon receipt of written notification of differing Site Conditions from the Design/Builder, the City will investigate the Site Conditions and, if it is determined that the Site 29 Conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any Work, an equitable adjustment may be made in accordance with Article 11 herein and the other Contract Documents. An adjustment for differing Site Conditions shall not be allowed, and any Claim relating thereto shall be deemed conclusively waived, if the Design/Builder has not provided the required written notice within two (2) business days of discovery of the Site Conditions, or has disturbed the Site Conditions prior to City's examination thereof. Should the City determine that the Site Conditions of the Project Site are not so materially different to warrant a change in the Contract Price or Contract Time or any other terms of the Contract Documents, Design/Builder shall be notified of the reasons in writing, and such determination shall be final and binding upon the Parties hereto. For purposes of this Section 3.23, a "materially differing" Site Condition is one that (1) is not identified in the Contract Documents and is not reasonably inferable therefrom; (2) could not have reasonably been identified by Design/Builder upon prior investigation, provided Design/Builder reasonably undertook such prior site investigation; and (3) requires a change to the Work that increases Design/Builder's costs and/or impacts the critical path for completion of the Work. iv. Where Site Conditions delay the-Project, and said delay could have been avoided by reasonable investigations of the Project Site at any time prior to commencement of the Work in question, such delay shall not be considered-to be an Excusable Delay beyond the control of the Design/Builder, and no time extension shall-be granted pursuant to Article 9. No request for an equitable adjustment or change to the Contract Time for differing Site Conditions shall be allowed if made after the date certified as the Substantial Completion Date. 3.24. Subcontractors; Design Subconsultants. Design/Builder agrees to bind specifically every Consultant, Subcontractor and Design Subconsultant to the terms and conditions of the Contract Documents for the benefit of the City, and shall incorporate all applicable terms and conditions of the Contract Documents into any and all Consulting Agreement, Design Subconsulting Agreements and Subcontracts, to the full extent of the Work to be performed by each Consultant, Design Subconsultant and Subcontractor. Design/Builder shall submit a copy of each Consulting and Design Subconsulting Agreement and Subcontract at all tiers to the City for its examination and approval prior to the execution of such Consulting or Design Subconsulting Agreement or Subcontract. a. The Design/Builder shall make available to each proposed Consultant, Design Subconsultant and Subcontractor, prior to execution of the Subcontract, Consulting or Design Subconsulting Agreement, copies of the Contract Documents to which the Consultant, 6e-sign Subconsultant or Subcontractor will be bound, and require that each Consultant, Design Subconsultant and Subcontractor shall similarly make copies of applicable portions :of such documents available to their respective proposed sub- subcontractors. b. The City will not unreasonably withhold its consent to substitute a Consultant, Design Subconsultant or Subcontractor in the case of a matured and uncured default by such entity in its contract with the Design/Builder resulting in termination of the Design/Builder's contract with such entity, impossibility of performance or other good cause shown. Any substitute party, however, must possess comparable experience, skill, and character to that of the entity being replaced. 30 c. Conditional Assignment. Design/Builder conditionally assigns to the City all the rights, title and interest of Design/Builder in, to and under any and all Consulting and Design Subconsulting Agreements and Subcontracts. The assignment is exercisable by the City, at its election, in the event that the City has exercised its right to terminate this Agreement for any reason in whole or in part or to take control of, or cause control to be taken of, the Work or any portion thereof. The City may reassign the Consulting and Design Subconsulting Agreements and Subcontracts to another contractor, design professional, or any other qualified person or entity, (as the case may be) and such assignee may exercise the City's rights in the Consulting and Design Subconsulting Agreements and Subcontracts. Each Deign Subconsultant or Subcontractor shall, upon written noticethat the City has exercised its rights under the Contract Documents (or the portion thereof Applicable to the materials or services being furnished by such Design Subconsultant or Design Subconsulting Agreement or Subcontractor), continue to perform all of its obligations, covenants and agreements under such Subcontract for the benefit of the City. d. The Design/Builder's Consulting Agreement with the Consultant and the Design Subconsulting Agreements with the Design Subconsultants, respectively, shall also set forth the Consultant's and/or Design Subconsultants acknowledgment and agreement that (i) the Consultant shall at all times during on-site construction activities have a representative at the Project Site to observe the progress and quality of,the Work; (ii) the Consultant shall, pursuant to such on-site observations as a Consultant, endeavor in good faith to guard against defects and deficiencies in the Work; (iii) the Consultant shall be obligated to provide the Design/Builder and the City with written notice of any defects or deficiencies in the Work observed by the Consultant; (iv) if.the Design/Builder does not within a reasonable period of time remedy to the reasonable satisfaction of the Consultant the conditions so reported to the Design/Builder, the Consultant shall provide both the Design/Builder and the City with written notice of the condition not remedied and the Consultant's recommendation of the actions that are necessary to remedy such condition; and (v) the Consultant shall conduct inspections to assist the City in making its final determination of whether the Design/Builder has achieved, Substantias-Completion of the Project, or any applicable portion thereof, and shall not tender any Certificate of Substantial Completion to the City unless and until the Consultant has determined to the best of its knowledge, information and belief that the Design/Builder has achieved Substantial Completion of the Work (or portion or component thereof covered by such certificate) in accordance with the Contract Documents.'' 3.25 THE CITYHAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY.THE DESIGN/BUILDER'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE DESIGN/BUILDER SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN_ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF DESIGN/BUILDER'S OBLIGATIONS, A WAIVER OF DESIGN/BUILDER'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY DESIGN/BUILDER OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF DESIGN/BUILDER'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING DESIGN/BUILDER IN DEFAULT FOR DESIGN/BUILDER'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE DESIGN/BUILDER EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION 31 IN THE PERFORMANCE OF DESIGN/BUILDER'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. ARTICLE 4 CITY'S DUTIES AND RESPONSIBILITIES 4.1. City Representatives. The City shall designate, from time to time, one or more representatives authorized to act on its behalf with respect to the Project. No'representative or designee of the City shall have any authority to adjust the Contract:Price or the Substantial Completion Date unless memorialized in a duly executed Change Order.The City shall examine documents submitted by the Design/Builder and shall utilize its reasonable efforts to_\render necessary decisions pertaining thereto in accordance with the Project Schedule. a. The Contract Administrator and Project Coordinator shall have-fhb authority to issue directives and notices on behalf of the City. The Contract Administrator and Project Coordinator shall have the authority to issue Construction Change Directives.' b. Approval of Change Orders/Amendments'. The City Manager or Contract Administrator may approve Change Orders or other Amendments to the Contract Documents involving extensions to the Contract Time and/or adjustments to the Contract Price, up to an amount equal to the total amount remaining in the City .s Contingency. i. The City Commission may approve any Change Order or other Amendment to the Contract Documents. ii. Change Orders exceeding any available amounts in the City's Contingency shall require the advance approval of the City Commission. 4.2. City's Project Coordinator. The Project Coordinator shall serve as the person designated by the Cityto provide direct communication with the Design/Builder with respect to the City's responsibilities or matters requiring the City's approval, in its proprietary capacity as Owner, under the Contract'Documents. The Project Coordinator shall have full authority to requirethe Design/Buildefto comply with the Contract Documents. However, any failure of the Project'' Coordinator_ to identify any noncompliance, or to specifically direct or require compliance, shall in howay;constitute a waiver of, or excuse, the Design/Builder's obligation to comply withthe requirements of the Contract Documents. The City's Project Coordinator will be responsible for the following: a. Review of draft and completed Applications for Payment and coordination of the processing thereof with the City. b. Monitoring of all aspects of the Work, Project Site, and Project Schedule including, but not limited to, attending Project-related meetings and reviewing and observing the Work and testing thereof for general conformance and compliance with the intent of the DCP and Contract Documents, provided, however, that Project Coordinator's failure to monitor any aspect of the Project shall not relieve Design/Builder of its obligations to perform and deliver the Project in accordance with the Contract Documents. 32 c. Tracking, logging and reviewing all required Project-related documents and serving as the day-to-day City liaison for addressing Project-related issues with the Design/Builder. 4.3. Communications. In communications relating to the Project, the City shall communicate with Subcontractors, and such Subcontractors shall communicate with the City, only through the Design/Builder's Project Manager. Nothing herein shall preclude City or Subcontractor from directly communicating with each other with respect to any default of the Design/Builder or other matter of public concern. 4.4. Cooperation. Whenever the City's cooperation is required t?"-the Design/Builder in order to carry out the Design/Builder's obligations hereunder, the City agreee that it shall act in good faith in so cooperating with the Design/Builder. 4.5. City Information. Any information provided by the City to the Design/Builder, its Consultant, Design Subconsultants or Subcontractors relating to the Project and/orexisting conditions upon, about, beneath or adjacent to the Project Site including, without limitation, any geotechnical or environmental reports, or other information pertaining to subsurface exploration and conditions, borings, test pits, tunnels, as-built drawings and,other conditions affecting the Project Site, whether or not included in the DCP, are provided only,for the convenience of the Design/Builder and the Subcontractors. The City makes no representations or warranties as to, and assumes no responsibility whatsoever with respect to, the sufficiency, completeness or accuracy of such information and makes no guarantee, either express or implied, that the conditions indicated in such information or independently found by the Design/Builder, its Consultant, Design Subconsultants or the Subcontractors_as a result of any examination, exploration or testing, are representative of those existing throughout the performance of the Work or the Project Site, and there is no guarantee against unanticipated or undisclosed conditions. 4.6. City's Reviews and Comments. The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Design/Builder shall be solely for the purpose of the City's determinng_for_its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any wayyby..the Design/Builder, any Consultant, Design Subconsultant, Subcontractor or any other third;;-party as a substantive review thereof. The City, in reviewing, evaluating, commenting on or monitoring any progress of the Work, shall have no responsibility or liability for the accuracy or completeness of the Work, for any defects or inadequacies therein; or for any failure to comply with the requirements set forth in the Contract-Documents, the responsibility for all of the foregoing matters being the sole obligation of the Design/Builder; nor shall the City's review or monitoring of the Work constitute acceptance of the Work or in any way excuse or limit the obligations of the Design/Builder to comply with the Contract Documents as set forth therein. 4.7. Resident Project Representative. The City may retain an independent professional engineering firm or other firm duly qualified and licensed to serve as Resident Project Representative and assist the City with observing, reviewing, and documenting construction activities on the Project. The Resident Project Representative shall monitor Design/Builder's progress and performance in accordance with the Contract Documents. The Resident Project Representative shall have the authority to assist the City with the following: 33 a. Reviewing Design/Builder's Project Schedule submissions and confer with the Design/Builder and/or Consultant regarding acceptability thereof; b. Reviewing draft Applications for Payment, forwarding comments and recommendations to the Consultant, and approving Applications for Payment as complying with the requirements of the Contract Documents following Consultant's certification of such Applications for Payment; c. Observing all aspects of the prosecution of the Work including, but not limited to, verifying that Work has been completed and that material and eguEprnent certificates, operation and maintenance manuals, guarantees and warranties and any other data or documents required by the Contract Documents have been provided to the City; d. Participating in inspections and testing required by the Contract Documents, including Substantial Completion and Final Completion inspections, and,assisting City in connection with its determination of Substantial Completion, any applicable Milestones and Final Completion. The role of the Resident Project Representative is to facilitate information to the City and Consultant. In no event shall the Resident Project Representative be authorized to approve substitutions or deviations from the Contract Documerits; to undertake-any of the obligations and responsibilities of Design/Builder; direct the'mears and methods of Design/Builder; or to advise on, issue direction on, or assume control over safety practices of the Design/Builder. If no RPR is appointed or assigned to the Project, the duties of the RPR shall be performed by the Design Criteria Professional; or.Contract Administrator (or his or her designee). 4.8. Design/Builder Not Relieved .By City, Project Coordinator or Resident Project Representative Activity. The Fesponsibility;of the Design/Builder for faithful performance of the Contract Documents shall not-be relieved or affected in any respect by the presence, inspections, or approvals by the City(whether in its proprietary or regulatory capacity), Project Coordinator or Resident Project Representative or their designees. 4.9. Permitting & Code Inspections. The City may retain a threshold inspector, if required by Chapter-553, Florida Statutes, and any other inspectors as the City deems necessary, provided, however, the failure of the City, threshold inspector, or any other inspector to identify any noncompliance,_or to sPecifically direct or require compliance, shall in no way constitute a waiver--of, or excuse,`the Design/Builder's obligation to comply with the requirements of the Contract Documents. ARTICLE 5 EMPLOYMENT CONDITIONS 5.1. No Discrimination; Affirmative Action. The Design/Builder shall not discriminate against any workers, employees, or applicants, or any member of the public, because of race, creed, color, religion, age, sex, sexual orientation or national origin, nor otherwise commit an unfair employment practice. The Design/Builder shall take affirmative action to ensure that applicants are granted or denied employment, and that employees are treated during employment, without regard to their race, creed, color, religion, age, sex, sexual orientation or national origin. Such affirmative action shall relate to, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising; layoff or 34 termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Design/Builder shall post (or cause to be posted) in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this non-discrimination clause. The Design/Builder further agrees that this clause will be incorporated in all contracts entered into with Consultant, Design Subconsultants, Subcontractors and all labor organizations furnishing skilled, unskilled and craft labor or performing any such labor in connection with the Work. 5.2. Civil Rights Act. The Design/Builder shall comply with, and shall require all Subcontractors to comply with, all Federal, State, and local laws, rules, regulations and ordinances relating to employment and the design and construction of'the Project, including without limitation the Civil Rights Act of 1964, Pub. L. 88-352. July 2J 1964278 Stat. §701 et seq., as amended; the Americans With Disabilities Act of 1990, Pub. L. 101-3361, July 26, 1990; and the City's Human Rights Ordinance, as same may be amended. 5.3. Equal Benefits. Design/Builder certifies and represents that it shall comply with all applicable provisions of Section 2-373 of the City Code,-as same may be amended from time, with regard to equal benefits for domestic partners of employees. The failure to comply with this Section shall constitute a material event of default of this Agreement. 5.4. Compliance Reports. To demonstrate compliance with the foregoing, the Design/Builder shall furnish, and shall cause its-Subcontractors to furnish, such reports and information and in such form and substance as may-be reasonably requested by the City or any other governmental body or agency requesting the same. 5.5. Prevailing Wages. If specified as applicable to this Project in the RFP, the Design/Builder shall comply with, and shall-require all Subcontractors to comply with, Sections 31-27 through 31-30 of the City Code,as samey b mae'amended from time to time, with regard to minimum hourly wage rates for all employees who provide services pursuant to this Agreement, as follows: a. The rate of wages and fringe benefit payments for all laborers, mechanics, and apprentices shall not 5e Tess than those payments for similar skills in classifications of work in a like construction industry as determined by the Secretary of Labor and as published in the Federal Register. All mechanics, laborers, and apprentices, employed or working directly upon the site of the Work shall be paid in accordance with the above referenced wage rates. Design/Builder shall post notice of these provisions at the site of the Work in a prominent place where it can be easily seen bythe workers. b. If the Parties cannot agree on the proper classification of a particular class of laborers or mechanics or apprentices to be used, the Parties shall submit the question, together with its recommendation, to the City Manager for final determination. c. In the event it is found by the City that any laborer or mechanic or apprentice employed by Design/Builder, or any Subcontractor directly on the site of the Work has been or is being paid at a rate of wages less than the rate of wages required by the ordinance, the City may (i) by written notice to Design/Builder terminate its right to proceed with the Work or such part of Work for which there has been a failure to pay said required wages; and (ii) prosecute the Work or portion thereof to completion by contract or otherwise. Whereupon, City and its sureties shall be liable to City for any excess costs occasioned to City thereby. 35 d. Design/Builder shall maintain payrolls and basic records relating thereto during the course of the Work and shall preserve such for a period of three (3) years thereafter for all laborers, mechanics, and apprentices working at the site of the Work. Such records shall contain the name and address of each such employee; its current classification; rate of pay (including rates of contributions for, or costs assumed to provide, fringe benefits); daily and weekly number of hours worked; deductions made; and actual wages paid. e. Design/Builder shall be required to submit, with each requisition for payment, any signed and sworn statement of compliance with the prevailing wage rate ordinance, as may be required by the City. Design/Builder shall submit certified payrolls for each requisition period. Certified payrolls should include employee name, address and social security number, labor classification, hours worked, hourly base rate, hourly fringe rate and hourly benefit rate f. The City may withhold or cause to be withheld from Design/Builder so much of the payments requisitioned as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and guards employed by Design/Builder or any Subcontractor on the Work, the full amount of wages required by the Contract Documents or'terms of the applicable subcontract. g. If Design/Builder or any Subcontractor fails to payany laborer, mechanic, or apprentice employed or working on the site of the Work all`;or part of the wages required by the Contract Documents or terms of the applicable subcontract, the City may, after written notice to Design/Builder, take such action as may,be necessary to cause suspension of any further payments or advances until such violations have ceased.' ARTICLE_6 PROJECT SCHEDULE AND BREAKDOWN OF PROJECT COSTS 6.1. Project Schedule. TIME IS OF THE ESSENCE THROUGHOUT THIS AGREEMENT. Design/Builder shall complete the planning, design, development, construction, and completion of the Work and the Project in accordance with the approved Project Schedule and within the Contract Time, which schedule defines major design and construction Milestones, Substantial Completion, their sequences, arid Final Completion as determined from the date of the Notice to Proceed. The Parties hereto recognize and acknowledge that the Project Schedule has been established in order to meet the requirements of the Parties hereto for the design, development, constriction and completion,,of the Project and to coordinate the design, development, construction and completion of the Project. Design/Builder shall be instructed to commence the Work by writteri nstruction issued by the City in the form of one or more Notices to Proceed for the Design Phase and for Construction Phase. 6.2. Time For Completion. DESIGN/BUILDER SHALL ACHIEVE SUBSTANTIAL COMPLETION OF THE WORK WITHIN TWO HUNDRED (200) DAYS FROM THE DATE SPECIFIED IN NTP , AND COMPLETED AND READY FOR FINAL PROGRESS PAYMENT IN ACCORDANCE WITH ARTICLE 8, WITHIN ONE HUNDRED AND TWENTY (120) DAYS FROM THE DATE CERTIFIED BY CONTRACT ADMINISTRATOR AS THE SUBSTANTIAL COMPLETION DATE. a. NTP. NTP will not be issued until Design/Builder's submission to City of all required documents and after execution of the Agreement by both Parties. However, the submission to City of all required documents and execution of the Agreement shall not 36 automatically mandate any obligation of the City to issue NTP. The issuance of NTP shall be in the City's sole discretion. Design/Builder shall complete the Design Phase and permitting within sixty(60)days from the issuance of NTP. ii. Design/Builder shall place into operation the pump station that can deliver 50% of the design treatment capacity or 50 CFS and 50% of the flow capacity or 90 CFS within 200 days from issuance of NTP. This includes the construction completion of at least one of the two proposed train units including the junction box, one treatment structure, one wetwell with two pumps, one half of the energy dissipater including its front seawall and the overflow structure. All required performance testing, training, installation certification and acceptance'by the City shall be performed prior to substantial completion. b. Design/Builder shall submit to City all of the following items for City's review and approval: A proposed Project Schedule in compliance with the requirements of the Contract Documents; ii. A preliminary schedule of Shop Drawing submissions; A preliminary Schedule of Values in sufficient detail to serve as the basis for progress payments during the _Construction Phase. Such prices will include an appropriate amount of overhead and profit app icable to each_item of Work. iv. Utility coordination schedule Design/Builder shall meet with all utility owners and secure from them a schedule of utility-relocation. City shall not be responsible for the nonperformance of utility relocation or any other failure to cooperate or coordinate by the utility owners. Any efforts by the City to facilitate such coordination or cooperation by or with the utility owners shall be solely at the City's discretion and shall not in any way be construed or interpreted as the City's assumption of such obligation, which obligation shall, at all times, remain the full responsibility ofthe Design/Builder. v. All_permits required by authorities having jurisdiction, unless otherwise provided by the Contract Documents. v% Identity and location of storage yard for storage of materials and equipment-relating to-ft Project. c. Design/Builder shall not be entitled to compensation of any kind until issuance of NTP. Design/Builder shall bear the responsibility for re-performing any Work, including design and permitting costs, should the respective regulatory agencies require changes thereto. The Design/Builder expressly acknowledges and agrees that its pricing of the Work and the determination of the Contract Price were expressly based upon the Design/Builder's assuming the foregoing cost risks of taking all steps that may be necessary to sequence and prosecute the Work as contemplated by the Project Schedule. 6.3. Preconstruction Schedule. Within thirty (30) days after receiving the NTP, the Design/Builder shall (without altering, revising or otherwise changing the Substantial Completion 37 Date) submit to the City for review a detailed preconstruction schedule by developing the Project Schedule. This revised Project Schedule shall be based on the critical path method, shall show in complete detail the starting and completion time sequence of design, development and contract award activities of the Design/Builder and its Consultant, Design Subconsultants and Subcontractors, shall identify all interface Milestone events of the City (if any). Provided the expanded schedule has been approved by the City, such revised Project Schedule shall be incorporated into this Agreement pursuant to an Amendment in substitution of the schedule attached as Appendix"D" hereto. a. City shall have five (5) days from Design/Builder's submission to City of the Construction Documents, at the 60%, 90%, and 100% completion stages; respectively, to review and comment on the Construction Documents (in its proprietary capacity as Owner of the Project). Design/Builder shall incorporate such City revidinr periods;;;mita its Project Schedule, so as to achieve the design within 60 days following NTP. If theCity's reviews take longer than the five (5) day periods set forth herein, Design/Builder must immediately-request an extension of time and comply with the notice and other requirements of Article 12. Time extensions for such delays shall not be automatic and Must be requested in accordance with the Contract Documents. b. The Project Schedule shall also identify the total schedule float for the Project and how that float is allocated to items of Work on the critical path:During the Design Phase, any float set forth from time to time shall be available to the Design/Builder and the City at such times as either party may need it. Each month during the Design and Construction Phases, the Design/Builder shall, in its computer-generated reports submitted to the City pursuant to Section 6.7 hereof, provide the City with the Design/Builder's then current assessment of the amount of float available in the Project Schedule and, to-- he extent relevant, whether and to what extent such float was generated by the Design/Builder or the City. Nothing in this Agreement shall prohibit the Construction Phase from beginning prior to the Design Phase being completed, provided that the City has issued the applicable Notice to Proceed. c. Pre-construction Meeting. At a time specified by City, but before Design/Builder commences the Work,at the Project Site, a conference attended by Design/Builder, City and others, as deemed appropriate by1Contract Administrator, will be held to discuss the Project plans; submission of all schedules and reports required by the Contract Documents; procedures for handling-Shop Drawings and other submittals; procedures for processing Applications for Paymett; and establish a working understanding among the Parties as to the Work. d. Within five (5) business days prior to the pre-construction meeting described in Subsection 6.3(c) herein, Design/Builder shall submit the following to City, for City's review and approval: i. A critical path method ("CPM") Project "Base Line" Schedule in accordance with Division 1 of the Project Specifications, one (1) electronic copy on a CD in native Primavera format and .pdf format, and one (1) hard copy, with activities arranged in a "waterfall", in the indicated form for final review and approval, including: bar chart; modified CPM and computerized CPM using the latest edition of the Primavera software; "Early Start" and "Early Finish" dates for each activity; input that encompasses all submittal approvals; delivery durations for important materials and/or equipment; logic relationships of activities, including physical and Project Site restraints; and clearly identifying the Project's critical path. CPM shall have the meaning and detail as outlined in the most recent edition of the Association 38 of General Contractors (AGC) publication, "The Use of CPM in Construction." The preliminary CPM Project "Base Line" Schedule, when submitted, shall have attached a program-generated error report stating that no errors exist in the schedule. ii. Design/Builder shall submit on a monthly basis, with each Application for Payment, an update of the CPM Project Schedule (with a program-generated error report stating that no errors exist in the schedule and that does not revise the CPM Project"Base Line" Schedule's Substantial Completion Date or Final Completion Date) showing the progress for the month. DESIGN/BUILDER SHALL SUBMIT ONE HARD COPY AND ONE ELECTRONIC COPY (in both pdf and native file format). In addition to the CPM Project,"Base Line" Schedule, Design/Builder shall include a narrative report of the month's progress;-an explanation of any delays and/or additions/deletions to activities. If City waives the requirement for&the submission of any portion of an Application for Payment, or waives the requirement for u ?ission of an Application for Payment in any given month, Design/Builder shall nevertheless submit the monthly update of the CPM Project Schedule specified in this Section. It is strongly recommended that Design/Builder hire a seasoned professional in the use of Primavera, to develop and update the Primavera`CPM'Project "Base Line" Schedule. iv. Design/Builder shall attend weekly;;progress meetings and provide an updated two(2)week look ahead schedule for review and discussion, Design/Builder shall, on a monthly basis, be prepared to discuss at a weekly progress meeting. (i) any proposed changes to the CPM Project "Base Line Schedule", (iu)explain and provide a narrative for reasons why logic changes should be made; (iii) update to individual Subcontractor activities; and (iv) integration of changes into the schedule. v. The CPM Project "Base Line" Schedule shall be the basis of the Design/Builder's Work and shall be complied with in all respects. vi. After award, but prior to the submission of the final CPM Project "Base Line" Schedule, City's Project Coordinator and/or Contract Administrator and Design/Builder shall meet with all utility owners and secure from them a schedule of utility relocation; provided, however, that City shall not be responsible for non-performance of utility relocation or any other failure to cooperate of coordinate by the utility owners. Any efforts by the City to facilitate such coordination or>cooperation by or with the utility owners shall be solely at the City's discretion and shall not in any way be construed or interpreted as the City's assumption of such obligation, which obligation Shall,at all times, remain the full responsibility of the Design/Builder. vii. A,preliminary schedule of Shop Drawing submissions; and viii. A preliminary Schedule of Values for all of the Work which will include items aggregating the Contract Price and which may subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during the Construction Phase. e. Within twenty (20) days following the pre-construction meeting referenced in Subsection 6.3(c), Design/Builder shall revise its original preliminary Project Schedule submittal, Shop Drawings schedule submittal, and its proposed Schedule of Values to address all review comments received from the City, and shall resubmit the revised Schedules for Project Coordinator review and approval. The final CPM Project"Base Line" Schedule will be accepted 39 by Project Coordinator only if it provides for the orderly progression of the Work to completion within the Contract Time; provided, however, that any such acceptance shall not constitute acceptance by City of the means or methods of construction or of the sequencing or scheduling of the Work, and shall not relieve Design/Builder from full responsibility to perform and complete the Work within the Contract Time in accordance with the Contract Documents. The finalized schedule of Shop Drawing submissions must be acceptable to Project Coordinator as providing a workable arrangement for processing Shop Drawings. The finalized Schedule of Values must be acceptable to the Project Coordinator as to form and substance. However, nothing contained herein shall prevent City from requesting modifications to the aforementioned submittal Schedules, Project Schedule or Schedule of Values. 6.4. Manpower Forecast. Within ten (10) days after receiving they Notice to Proceed, the Design/Builder shall submit a manpower forecast by trades and their availability'in the Miami- Dade County, Florida area. The Design/Builder shall update this manpower%forecast at semi- annual intervals, or at such other intervals as the City may direct. 6.5. Construction Schedule. At such time as the Construction Documents are sixty percent (60%) complete (as determined by the City), the Design/Budder;-shall (without altering, revising or otherwise changing the Substantial Completion Date) s ubmit to the City for incorporation into the Contract Documents,a detailed, Project construction schedule by expanding the overall Project Schedule. This schedule shall be-based upon the critical path method, shall show in complete detail the Starting and_completion times of activities for each of the various trades, the sequence of the Work-and all significant'activities (with the critical path clearly delineated), shall include monthly updates of data dates. Provided the Project Schedule has been approved by the City, such revised Project Schedule shall be incorporated into this Agreement pursuant to an,Amendm ent in substitution of the schedule then attached as Appendix"D" hereto. 6.6. NOT USED. 6.7. Computer-Generated Reports_As a condition to the Design/Builder receiving each monthly progress payment identified in Article 7, the Design/Builder will submit to the City a report identifying the progress of the Work in comparison with the Project Schedule, which report shall be computer-generated. The report shall clearly delineate the critical path and shall reflect the current status of all float time in the Project Schedule. In addition, the Design/Builder shall prepare a report (which shall be updated on a monthly basis) showing for each month the monthly progress payments in relationship to the Project Schedule. 6.8. Contents of Reports. The computer-generated reports provided for in Section 6.7 above will consist of thefollowing: a. Summary Trade Schedule in Bar Chart Format; b. Detailed Activities - Reports showing starting and completion floats; c. Detailed Critical Activity Report; d. Buyout Report of Long Lead Equipment and Contracts; e. A written report showing actions taken to correct any Project Schedule slippages; and 40 f. An updated Project Cash Flow Report. 6.9. Progress in Accordance with Schedule/ Recovery Schedule. The Project Schedule and Substantial Completion Dates shall not be modified except by an Amendment to this Agreement. The Design/Builder shall prosecute the Work, and shall cause all Consultants, Design Subconsultants and Subcontractors to prosecute the Work, so that the delivery of the Project by the Substantial Completion Date shall be in accordance with the approved Project Schedule. a. If the Work on any critical path item or activity delineated in the Project Schedule is delayed for a period which exceeds 5% of the days remaining until a;eompfetion deadline for an item in the Project Schedule (including delays for which Design/Budder may>be entitled to a time extension under Article 13), and it reasonably appears that-thee DesignBuilder will be unable to meet the deadlines of the Project Schedule, the City may noWthe'Design/Builder of the same and, in such event, the Design/Builder shall have the right to demonstrate Design/Builder's proposed recovery plan to regain lost schedule progress and to achieve such progress in accordance with the Contract Documents ("Recovery Schedule"), after taking into account Excusable Delay (as hereinafter defined) and permitted extensions of the Project Schedule. b. City shall notify Design/Builder within five (5) business days after receipt of each Recovery Schedule, whether the Recovery Schedule is deemed accepted or rejected.Within five (5) business days after City's rejection of any Recover Schedule, Design/Builder will resubmit a revised Recovery Schedule incorporating City's comments. If the City accepts Design/Builder's Recovery Schedule, Design/Builder shall,within five (5) business days after City's acceptance, incorporate and fully include the Recovery Schedule into the Project Schedule and deliver same to City. c. If the Design/Builder fails to provide an acceptable Recovery Schedule, as determined by City in its sole discretion, that demonstrates Design/Builder's follow the Project Schedule, the City may, without prejudice to any other rights and remedies available to the City hereunder or otherwise, order the Design/Builder to employ such extraordinary measures, including acceleration of the-Work, and-other measures, including substantially increasing manpower and/or necessary equipment,'as may be necessary to bring the Work into conformity with the Project Schedule. 6.10. - Substantial Completion. As a condition of Substantial Completion, all of the following must occur a. All Work affecting the operability of the Project or safety has been completed in accordance with the Contract Documents; b. If applicable, all Pre-commissioning activities, including alignment, balancing, lubrication and first-fill, have been completed; c. The Work may be operated within manufacturers' recommended limits, in compliance with Applicable Laws, and without damage to the Work or to the Project; d. Design/Builder has corrected all defects, deficiencies and/or discrepancies to the entire Work as identified by RPR and RPR confirms such corrections have been made in writing; 41 e. When Design/Builder believes it has achieved Substantial Completion, Design/Builder shall request an inspection by the City and the RPR, and shall provide the City with evidence supporting its assessment of Substantial Completion, including any specific documents or information requested by the City to assist in its evaluation thereof. Design/Builder shall, prior to said inspection, develop its preliminary Punch List for input and comment by the City and the RPR. Once the preliminary Punch List is submitted to the City and RPR, the City and its representatives shall then schedule a walk-through of the Project with Design/Builder and the Consultant. Following the walk-through, Design/Builder shall develop and provide City with the list of all remaining items of Work to be completed or corrected, and which incorporates items and comments identified or provided by the City and RPR comments and is d certified for completeness and accuracy by the Consultant ("Substantial Completion Punch List"), provided, however, that failure to include any items on such Substantial Completion Punch List does not alter the responsibility of the Design/Builder to complete all Work in accordance with the Contract Documents; and f. With respect to any Project for which a right-of-way permit is required from the City of Miami Beach's Public Works Department, including this Project, in no event shall Substantial Completion occur prior to the final lift of asphalt and acceptance thereof by the agencies having jurisdiction (including, without limitation,the City s Public Works Department). 6.11. Certificate of Substantial Completion Any determination by the Consultant and the Design/Builder of Substantial Completion';shall not be'binding on the' City, and the ultimate determination of Substantial Completion shall rest with the City and shall be evidenced by the City's executing and returning to the Design/Builder its Certificate of Substantial Completion (or Notice of Partial Substantial Completion, as applicable). a. When the City, on the basis of an inspection, determines that the Work or designated portion thereof, is substantially-complete,and when the Design/Builder has complied with all other conditions precedent to Substantia l Completion provided for in Section 6.10 and the other Contract Documents, the City will then prepare a Certificate of Substantial Completion which shall establish the Substantial Completion Date, shall state the responsibilities of Design/Builder, if any, for security, maintenance, heat, utilities, damage to the Work, and insurance, and Design/Builder shall complete the items listed in the Substantial Completion Punch List within one hundred twenty(120) days following the Substantial Completion Date. If the City issues a Certificate of Substantial Completion on the basis of partial completion of the Project or upon the basisof a partial or temporary certificate of occupancy or certificate of completion,as applicable, City may include such additional conditions, as it deems appropriate to protect its interests pending substantial completion of the entire Project or issuance of a permanent certificate of occupancy or certificate of completion, as applicable. b. The City shall not unreasonably withhold or condition acceptance and execution of a Certificate of Substantial Completion (or a Notice of Partial Substantial Completion); provided, however, the Project shall not be deemed Substantially Complete and the City shall not execute a Certificate of Substantial Completion until all of the criteria for achieving Substantial Completion as identified in Section 6.10 and any other Contract Documents have been satisfied. 6.12. Partial Substantial Completion. Partial Substantial Completion of the Work shall occur when the City determines that a portion of the Work, as defined in the Contract Documents and/or otherwise by logical boundaries, is Substantially Complete in accordance with the 42 Contract Documents. The City may (but shall not be obligated to) agree that a portion or component of the Work, acceptable to the City in its sole discretion, may be certified as Substantially Complete provided that: The requirements provided under Sections 6.10 and 6.11 above for issuance of a Certificate of Substantial Completion are complied with for the portion of the Work for which a Certificate of Partial Substantial Completion is being sought; ii. Such portion and any and all appurtenances, utilities, transportation arteries and any other items required under the Contract Documents and necessary toserve that portion of the Work are sufficiently completed, a temporary certificate of completion or Certificate of Occupancy, as applicable, is issued for the portion of the Work for which a Certificate of Partial Substantial Completion is being sought and/or all conditions or requirementsof authorities having jurisdiction are complied with, to permit the City to utilize and occupy that portion for its intended use in accordance with the Contract Documents without material interference from any incomplete or improperly completed items of Work; The City is fully able to use and occupy the portion of the Work for the purposes intended and the Design/Builder separates the portion of the Work which is Substantially Complete from non-complete areas of the Project in order to prevent noise, dust and other construction disturbances which would materially'interfere with the use of such portion for its intended use in accordance With the Contract Documents and to assure the safety of those entering, exiting and occupying the Substantially Completed portion of the Work; and iv. Partial Substantial Completion shall not constitute Final Completion of the Work or Substantial Completionof the Project, nor shall it relieve the Design/Builder of any responsibility for the correction of Work (whether or not included in portion of Work Substantially Complete) or for the performance of Work not complete at the time of Partial Substantial Completion. 6.13. Beneficial Occupancy. Beneficial Occupancy shall occur when the City determines, at its sole and absolute discretion, that the Work or a portion thereof may be occupied prior to Substantial Completion. City may take Beneficial Occupancy in accordance with the provisions of the Contract Documents.' a.' Prior to the anticipated date of Beneficial Occupancy, Design/Builder shall separate the portion of the-Work to be occupied from non-complete areas of the Project in order to prevent noise, dust and other-construction disturbances which would materially interfere with the use of such portion for its intended use in accordance with the Contract Documents and to assure the safety of those entering, exiting and occupying the completed portion to be occupied. b. Beneficial Occupancy shall not constitute Substantial Completion or Final Completion of the Work, nor shall it relieve the Design/Builder of any responsibility for the correction of Work (whether or not included in the portion of Work to be occupied) or for the performance of Work not complete at the time of Beneficial Occupancy. Prior to Beneficial Occupancy, the Design/Builder shall obtain a temporary Certificate of Occupancy and/or Certificate of Completion, as applicable, and/or otherwise satisfy all conditions or requirements of any agencies having jurisdiction (including, but not limited to, fire watch or other conditions that may be imposed under City special event permits, if such permits are required). Prior to the anticipated date of Beneficial Occupancy, the Design/Builder shall instruct City personnel as 43 necessary for the proper operation and maintenance of all equipment and machinery that will serve the portion of the Work being occupied. c. Design/Builder's insurance on the unoccupied or unused portion or portions of the Project Site shall not be canceled or lapsed on account of such Beneficial Occupancy. d. Design/Builder shall be responsible to maintain all utility services to areas occupied by the City until Final Completion. 6.14. Final Completion. Final Completion of the Project shall be deemed to have occurred if all the following have occurred: a. Substantial Completion of the entire Project has occurred; b. The Work can be used and operated in accordance with Applicable Laws and applicable permits; c. All spare parts and special tools purchased by Design/Builder as part of Vendor supplies shall have been delivered to City and clear of all Liens; d. All items on the Substantial Completion Punch List shall have been completed by Design/Builder to City's satisfaction and all final inspections have been performed; e. Design/Builder has satisfied-the additional conditions prescribed by the City in conjunction with a Certificate of Substantial Completion _issued on the basis of Partial Substantial Completion of the Project, or a pa—trial or tem porary Certificate of Occupancy or Certificate of Completion, as applicable; f. Design/Builder has delivered evidence to the City that all permits have been satisfied and closed, and that a certificate of completion and/or certificate of occupancy (as applicable) has been issued by the authority having jurisdiction, and the Project or designated portion thereof is sufficiently complete in'accordance with the Contract Documents and can be used for its intended purpose for uninterrupted operation including, without limitation, acceptance if completed as-built if required by the agency having jurisdiction; g. Design/Builder shall have provided to City final releases and complete and unconditional waivers of liens for all Work performed by Design/Builder and each Subcontractor Supplier where the pplicable contract price or purchase order value exceeds$10,000; h. Design/Builder shall have delivered to City a certification identifying all outstanding Claims(exclusive of any Liens or other such encumbrances which must have been discharged) of Design/Builder (and of its Subcontractors, Suppliers and any other party against Design/Builder) with written documentation reasonably sufficient to support and/or provide detail to substantiate such Claims; g. Operational testing, whether by Subcontractor, Manufacturer, Supplier and/or Design/Builder, has been successfully completed; Design/Builder shall have made a written assignment to City of all warranties and guarantees which Design/Builder received from Subcontractors,Vendors, and Suppliers 44 j. Design/Builder shall have delivered to City a complete set of as-built documents and Project Records prepared in accordance with the Contract Documents; k. Design/Builder has delivered to City all other submittals required by the Contract Documents including, but not limited to, all installation instructions, operations and maintenance manuals for equipment furnished by Design/Builder and all product data sheets for all materials furnished by Design/Builder; All rubbish and debris have been removed from the Project Site; m. All Construction aids, equipment and materials have been removed from the Project Site; and n. Design/Builder has delivered to the City all executed warranties and guarantees required by the Contract Documents. Final Completion of the Work shall be achieved no later than one hundred (120) days after issuance of a Certificate of Substantial Completion by the Contract Administrator. City shall deliver to Design/Builder a Certificate of Final Completion as soon as practicable following declaration by City that Final Completion has,occurred. Final l,Completion is a condition precedent to Final Progress Payment. 6.15. Liquidated Damages. a. The failure of the Design/Builder to meet the Milestones or complete the Project by the Substantial Completion Date (as such- date may be extended in accordance with the terms of this Agreement) will deprive the City and the residents and visitors of the City of a valuable asset. Therefore, the Design/Builder agrees that the Design/Builder shall begin the Project in conformity with the provisions set forth herein and shall prosecute the same with all due diligence and adequate manpower, so as to timely achieve the Milestones (if any) and Substantial Completion of the entire Project (as such date may be extended in accordance with the terms of this Agreement). Failure to achieve Substantial Completion and/or Final Completion, shall be cause for the City to deduct from monies otherwise due the Design/Builder the liquidated amounts as set forth below: 1. Substantial Completion. Upon failure of Design/Builder to achieve Substantial Completion of the Project within the time specified for Substantial Completion, plus approved—time extensions, City shall deduct from monies otherwise due the Design/Builder Ya liquidated amount assessed daily until Substantial Completion of the Project, in the amount of $XXXXXXXXXXX per day, commencing on the first day following the date Design/Builder was to achieve Substantial Completion of the Work, pursuant to the approved and updated Project Schedule. 2. Final Completion. After Substantial Completion, should Design/Builder fail to complete the remaining Work within the time specified for Final Completion, plus approved time extensions, City shall deduct from monies otherwise due the Design/Builder a liquidated amount assessed daily until Final Completion, in the amount of$1,000 per day, commencing on the first day following the date Design/Builder was to achieve Substantial Completion of the Work, pursuant to the approved and updated Project Schedule. 45 b. Design/Builder acknowledges and agrees that the foregoing Liquidated Damages amounts are not penalties and have been set based on an evaluation by City of damages to City and the public caused by Design/Builder's untimely performance. Such damages may include, without limitation, additional costs of administering this Agreement (including Project staff, legal, accounting, consultants, overhead and other administrative costs). Design/Builder and City have agreed to such Liquidated Damages in order to fix Design/Builder's costs and to avoid later disputes over which items are properly chargeable to Design/Builder as a consequence of Design/Builder's delays, in view of the Parties' recognition of the impossibility of precisely ascertaining the amount of damages that will be sustained by Citi!as a consequence of such delay. By entering into this Agreement, Design/Builder acknowledges that the amounts established for Liquidated Damages are fair and commercially reasonable. Such Liquidated Damages shall apply separately to each Milestone containing the\right to assess Liquidated Damages. c. Liquidated Damages shall be deducted from mores. otherwise due Design/Builder, whether or not the City terminates Design/Builder for cause and whether or not Surety completes the Project after a Default by Design/Builder. Design/Builder further acknowledges and agrees that Liquidated Damages may be owed even though no Event of Default has occurred. d. Liquidated Damages shall apply solely to Claims arising from delay in timely achieving any Milestone for which the right to`assess Liquidated Damages is specified, including, without limitation, Substantial Completion or Final Completion, in accordance with the Contract Documents, for which the foregoing Liquidated Damages amounts are set, and are not intended to, and do not, liquidate Design/Builder's liability__under any other provision of this Agreement or for other events for which no liquidated damage amount is set. Liquidated Damages shall not liquidate Design/Builders liability under the indemnification provisions of this Agreement. e. Design/Builder, in addition to reimbursing City for Liquidated Damages for untimely performance,_shall reimburse City for all costs incurred by City to repair, restore, and/or complete the Work Ail such costs shall be deducted from the monies otherwise due Design/Builder for performance-of Work under this Agreement by means of unilateral credit or deductive Change Orders issued by City. ARTICLE 7 DESIGN/BUILDER'S COMPENSATION 7.1. Contract Price In full consideration of the complete performance of the Work and all other obligations of the,Design/Builder under the Contract Documents, City agrees to pay the Design/Builder the GMP amount stipulated herein in the amount of five million three hundred ninety eight nineteen Dollars ($5,398,019.00)("Contract Price"). 7.2. Schedule of Values and Payments. The sum of all amounts in the Schedule of Values shall equal the Contract Price. The schedule of values shall have two separate professional service fees, one for the Design Phase (including permitting) and the other for the Construction Phase. The portion of the Contract Price allocated to Design Phase Work shall be paid based on Design/Builder's achievement of each of the completion Milestones for Design Documents and Construction Documents based on the 60%, 90% and 100% complete, or shall otherwise be paid in accordance with payment schedules approved by the Contract Administrator in 46 accordance with the Contract Documents. Upon achievement of each such Milestone for Design Phase Work, Design/Builder shall submit an Application for Payment with appropriate back-up documentation in accordance with the requirements of Article 8. 7.3. No Adiustments to the Contract Price during the Design Phase. As the Construction Documents will not be finished at the time the Contract Price is established, the Design/Builder shall provide for in the Contract Price all development of the Construction Documents by the Consultant, consistent with the DCP and the Contract Documents and/or reasonably inferable therefrom. Such further development does not include Scope Changes pursuant to Article 11 which, along with any adjustment to the Contract Price as may be required, shall be incorporated by Change Order at the City's sole discretion. 7.4. No Compensation Prior to Notice to Proceed. Prior to the,City's issuance of any Notice to Proceed, the Design/Builder shall not incur any cost to be reimbursed--es part of the Project, except as the Contract Administrator may specifically authorize in writing. 7.5. City's Contingency. The City's Contingency is available at the sole discretion of the Contract Administrator to cover and/or defray additional expenses relative to design and construction of the Project not included in or reasonably inferable from the DCP or Design/Builder's scope of Work, or for additional changes or adjustments to Work items deemed desirable by the City to be included as part of the Contract Documents, or for additional costs expressly chargeable to the City or for which the City is Fesponsible pursuant to the Contract Documents. a. Design/Builder shall have no entitlement whatsoever to any amounts in the City's Contingency, and City is under no obligation to assign any monies from the City's Contingency to the Design/Builder. Use of funds from City's Contingency shall be approved in writing by the Contract Administrator or City Man-ager prior to the prosecution of the related Work. Failure to obtain such prior authorization in accordance-with the Contract Documents shall be grounds for non-payment of any expenses incurred in connection with such unauthorized Work. b. Any unused amounts in the City's Contingency shall accrue solely to the City. Design/Builder shall have no entitlement what so ever to any unused Contingency amounts. 7.6. Design/Builder shall not be entitled to any compensation for the completion of all Work beyond the Contract Price stipulated herein, as may be adjusted pursuant to the Contract Documents. Costs whichwould cause the Contract Price to be exceeded shall be paid by the DesignBuilder without reimbursement by the City. 7.7. The total maximum contract amount shall be subject to such additions and deductions as may be provided in the Contract Documents. Retainage shall be withheld on the entire Contract Price in accordance with the provisions of Article 8. Partial and final payments shall be made in accordance with the provisions of the Contract Documents. ARTICLE 8 APPLICATIONS FOR PAYMENT 8.1. Applications for Payment. The Design/Builder shall deliver to the City on a monthly basis, and review with the City in person in order to obtain the City's approval, itemized Applications for Payments (each, an "Application for Payment"). Each Application for Payment shall be submitted to the City and RPR immediately after the end of the expiration of the period 47 (i.e., the month) (herein each called a "Payment Period") covered by such Application for Payment. The Schedule of Values shall be allocated to the various portions of the Work. Payment during the Construction Phase will be based upon percentage of Work completed for each item in the approved Schedule of Values. Applications for Payment shall be in a form and substance reasonably satisfactory to the City. The requirements of this Article 8 shall take precedence and control over any conflicting requirements in the Project Specifications or other Contract Documents. a. Form of Application: Projected Payment Schedule. The Design/Builder shall make each Application for Payment on a form approved by the City, which incorporates the approved Schedule of Values. Design/Builder shall provide at least three (3) hard copies of each Application for Payment, including supporting documentation, and one electronic copy in native and .pdf format. b. Supporting Documentation. Together with each Application for Payment, the Design/Builder shall submit the monthly progress report required by Section 3.9 to tile City. Payment will be made on the basis of approved Applications for Payment certified by the Consultant and recommended for payment by the Resident Project Representative and/or the City and such supporting documentation as the City may reasonably require;including, without limitation, any Design/Builder and Subcontractor Jienwaivers/releases of claims and consents of surety releasing the City from any and all present or future liability for payment which accrued or may accrue against the City on account of-the Work that is the subject of the Application for Payment (conditioned only on payment); provided, however, -such lien waivers from Subcontractors need only cover the immediately preceding Application for Payment period. Such supporting documentation will include, but shall not necessarily be limited to, the following: The Design/Builder's payroll records or certified copies thereof, pertinent to the Work for which payment is requested, if applicable to the Project pursuant to the terms of the RFP (i.e. to address federal grant requirernentsand the like) . The Design/Builder's payroll records shall contain the name, address and social security number of each employee, his or her correct classification, rate of pay, daily and weekly number of hours worked, itemized deductions made and actual wages paid, with hourly base rate, hourly fringe rate and hourly benefit rate clearly indicated. ii. An updated progress schedule acceptable to City as required by Article 6 of this Agreement; iii. `A list of Subcontractors that worked during the Application for Payment period; iv. A release of lien/claims from the Design/Builder in favor of the City, and releases of Liens/Claims from each Subcontractor in favor of the Design/Builder and the City, relative to the Work which was the subject of previous Applications for Payment v. A Consent of Surety relative to the Work which is the subject of the pending Application for Payment; vi. Aerials and photographs of the areas of Work for the period that is the subject of the pending Application for Payment, dated within its NATIVE DIGITAL/media format; 48 vii. Verifiable evidence of updated as-built information for Work performed during the payment period in CAD format; viii. A LEED certification status report, if applicable, including documentation of compliance with specifications for Work items that have been designated as intended to support the City's application for LEED certification; and ix. Any other documentation requested by the Contract Administrator Project Coordinator RPR or any other City designee, to assist in the City's review of applications for payment, including, without limitation, cancelled checksfor prior payment periods covered by prior Applications of payment if requested by Contract Administrator, Project Coordinator or any other City designee. Contract Administrator may elect to waive submission of any particular supporting document on a case-by-case basis if Design/Builder demonstrates extraordinary extenuating circumstances for being unable to provide the required documentation, and provided further that%any such waiver in any specific instance shall not in any way constitute a waiver of the requirement to provide all supporting documentation in every other instance, including any other'Application for Payment. c. Review Process. Pencil copy draft Applications for Payment shall be submitted to Design/Builder by Subcontractors and Sub-consultants on the 20th of each month. Design/Builder will review and have a draft pencil copy ready for City s and RPR's review and conduct each field walk ("Project Site Walk-through")with Consultant and/or Resident Project Representative as soon as possible thereafter. City, Resident Protect Representative; and Consultant shall submit all final comments to Design/Builder after the Project Site Walk-through/pencil copy review. Design/Builder will then submit completed, certified and corrected fine!edits with all backup to the City or the City's agent(the Resident Project Representative) no later than the first day of the following month. City acceptance of Applications for Payment will occur and will only be considered effective after all of the following have been completed; i),Application for Payment is certified by the Consultant ii) Application for Payment is approved and/or certified by the Resident Project Representative; iii) all releases of liens/claims are;properly notarized and submitted to the City; iv) all required supporting documentation in accordance with Section 8.1(b) of this Agreement and as may be otherwise required by the other Contract Documents, is submitted; and v) comments provided by City, Resident Project Representative, and Consultant from draft review are satisfactorily addressed. Applications for Payment shall be subject to final approval by the City. Failure to furnish supporting evidence for amounts. invoiced shall result in a reduction of the amount otherwise due to Design/Builder _Incomplete Applications for Payment will not be processed. Design/Builder must submit an Application for Payment once each Payment Period, with the exception of Applications for Payment for release of retainage only, which Design/Builder must submit separately from Applications forPaynient for Work performed during a Payment Period. 8.2. Right to Withhold Payments. Notwithstanding any provision hereof to the contrary , the City may withhold payments to the Design/Builder in the following circumstances: a. In addition to the Performance Bond and Payment Bond and any other security or retainage then being held by the City, the City may withhold from any payment due or to become due to the Design/Builder, amounts sufficient to reimburse the City for its expenditures incurred or that may be incurred on account of the Design/Builder or to secure the following: 49 i. correction or re-execution of Work which is defective or has not been performed in accordance with the Contract Documents and which the Design/Builder has failed to correct in accordance with the terms of this Agreement or any other Contract Documents; ii. past due payments owed to Subcontractors for which City has not been provided an appropriate release of lien/claim (whether or not the Work in question is the subject of any dispute); the City's remedies arising from any failure to perform the Contract Documents' requirements or uncured Default of this Agreement by the Design/Builder; \'3 iv. damage to another contractor or third-party (including,without limitation, the property of any resident or business in the area surrounding the Project Site) which has not been remedied or, damage to City property which has not been remedied; v. liquidated damages and/or any other costs incurred by City for extended construction administration, to the extent permitted by the Contract Documents; \ l vi. failure of Design/Builder to provide;any and all documents required by the Contract Documents including, withoutlimitation, the failure to`maintain as-built drawings in a current and acceptable state; and vii. pending or imminent Claims of the City or others including, without limitation, Claims which are subject to Design/Builder's indemnity obligation under Article 14 hereof, for which the Design/Builder has not posted bonds or other additional security reasonably satisfactory to the City. Except as otherwise specifically provided in this Agreement, in no event shall any interest be due and payable by the City to the Design/Builder or any other party on any of the sums retained by the City pursuant to any of the terms or provisions of any of the Contract Documents. 8.3. NOT:USED 8.4. Effect of Application. In presenting an Application for Payment to the City, the Design7Builde`r warrants that:' a. Title to the Work, including all materials and equipment, covered by such Application for Payment will pass to the City, free and clear of any and all liens, claims, security interests Vii-other encumbrances (for purposes of this Article 8, hereinafter referred to as "Liens"), either by incorporation in construction or upon receipt of payment by the Design/Builder, whichever occurs first, and such Work shall not give rise to any valid Claims against the Performance and Payment Bond furnished by the Design/Builder. The Design/Builder shall provide evidence demonstrating the above facts to the reasonable satisfaction of the City upon the City's request; b. No Work, or any materials or equipment constituting a portion of the Work, covered by such Application for Payment will have been acquired by the Design/Builder, or any other person performing work at the Project Site or furnishing materials or equipment for 50 the Project, subject to an agreement under which a Lien is retained by the seller or otherwise imposed by the Design/Builder or such other person; c. The design and construction have progressed to the point indicated in the Application for Payment; the quality of the Work and any goods and materials covered by such Application for Payment are in accordance with the Contract Documents and Applicable Laws, codes, ordinances, rules and regulations of governmental authorities having jurisdiction over the Project; and the Design/Builder is entitled to payment in the amount requested; and d. The Design/Builder and its Consultant, Design Subconsultants and Subcontractors of any tier are not in breach of applicable conflict of interest provisions of state law with respect to this Agreement and have not been debarred from bidding Ton work by the State or the City. • 8.5. Payments to Consultant, Design Subconsultants, and Subcontractors. No Application for Payment shall include any request for payment of amounts khat the Design/Builder or the Consultant does not intend to pay to a Subcontractor'or Design Subconsultant because of a dispute or for any other reason.-The Design/Builderhall pay each Consultant and Subcontractor, except for payments already made directly by the Design/Builder, promptly out of the amount paid to the. Design/Builderoh account of such Consultants and/or Subcontractor's work, goods and/or materials;the:amount to which said Consultant and/or Subcontractor is entitled in accordance with the terms of the Design/Builder's contract with such Consultant and/or Subcontractor. The Design/Builder shall, in its agreement with each Consultant and Subcontractor, require each Consultant and Subcontractor to make payments to its Design Subconsultants and Sub-subcontractors in similar manner. The City shall have the right to withhold from payments to the Design/Builder amounts that the City reasonably believes are owing to a Consultant and/or Subcontractor(from City's past payments) unless the Design/Builder explains the circumstances Of such nonpayment to the satisfaction of the City. Notwithstanding the foregoing, the City shall have no obligation to pay or to be responsible in any way for payment to any Consultant, Design Subconsultant and/or Subcontractor. 8.6. Subcontractors' Rights/ No Mechanics' Liens. The rights of all persons supplying labor, materials and supplies; used ::directly or indirectly in the prosecution of the Work covered by the Contract;Documents, are governed by the provisions of Section 255.05, Florida Statutes. Nothing in the Contract Documents shall be construed to confer any benefits or rights or to create any relationships whatsoever between the City and any Subcontractor- supplier, laborer or any other party except as same may be granted, conferred-or-created by Section 255.05 of the Florida Statutes. a. If any;Subcontractor, supplier, materialman, or laborer, of any tier, or any other person files-or provides notice of a Lien, demand or Claim relating to the Work, or any part thereof or any interest therein, or any improvements thereon, or against any monies due or to become due to the Design/Builder on account of any Work, labor, services, materials, machinery, equipment or other items performed or furnished for or in connection with the Work, the Design/Builder shall cause such Liens or Claims to be satisfied, released or discharged within thirty (30) days from the date of filing or notice thereof; provided, however, that the City may extend the thirty (30) day period if the Design/Builder demonstrates to the satisfaction of the City that such Lien or Claim cannot be so satisfied, released or discharged in such time period and that the Design/Builder is proceeding diligently to cause such Liens or Claims to be satisfied, released or discharged. The City 51 will withhold the amount of the Lien or Claim from payments to be made to the Design/Builder, pending the satisfaction, release or discharge of the Lien or Claim, in accordance with all requirements of Florida law including, but not limited to, Sections 255.05 and 255.078, Florida Statutes. b. To the fullest extent permitted by law, the Design/Builder shall defend, indemnify and hold the City harmless against any and all Liens Claims, suits, judgments, costs or expenses, including reasonable attorneys' fees (including those of its in-house attorneys and outside counsel) arising from, by reason of, or in connection with any such Liens, Claims, suits or judgments. The City shall have the right, wits sole option, to participate in the defense or resolution of any such Liens or Claims, suits or judgments, without relieving the Design/Builder of its obligations hereunder or waiving>any rights and remedies the City may have in connection therewith. . 8.7. Retainage. The City shall withhold from each progress payment made to the Design/Builder retainage in the amount of ten percent (10%) of each such payment until fifty percent (50%) of the Work has been completed and certified by the Consultant, RPR and the City. The Work shall be considered 50% complete at the point at"which the City has expended 50% of the Contract Price together with all costs associated with existing Change Orders or other additions or Amendments to the construction:Work provided for in this Agreement. Thereafter, the City shall reduce to five percent (5%) the amount of retainage withheld from each subsequent progress payment made to the Design/Builder, until Substantial Completion as provided in Section 6.10 herein. Any:reduction in retainage below five percent (5%) shall be at the sole discretion of the City after written request by Design/Builder. All requests for release of retainage shall be made in accordance with, and shall be subject to, the requirements of Section 255.078 of the Florida Statutes, as may be amended. Except as provided bylaw, the City shall have no obligation to release or disburse retainage until Substantial Completion of the Project, Any such request shall be made independently of and separately from any Application! -for Payment or other document required by the Contract Documents. Upon receipt by the Design/Builder of a Certificate of Substantial Completionpursuant to Section 6.11 hereof, fully executed by the City establishing the Substantial Completion- Date, and after completion of all items on the Substantial Completion Punch List end/or other incomplete Work, the Design/Builder may submit a payment request for all remaining retainage. It shall be the City's sole determination as to whether any of the items have been completed. For items deemed not to have been completed, the City may withhold retainage up to two times the total cost to complete such items. In the event that all or any of the Substantial Completion Punch List items have not been completed-on..or before the Final Completion Date, then City, in its sole discretion, may elect to complete some or all of such Substantial Completion Punch List items and apply the retainage held with respect thereto towards the costs of completion thereof; provided, however, in the event that such retainage amounts are not sufficient to complete the remaining Substantial Completion Punch List items, Design/Builder shall promptly pay to or reimburse the City for the amount of any deficiency. Any interest earned on retainage shall accrue to the benefit of City. City shall disburse the retainage amounts withheld upon the City's acceptance of the completion of the items for which they were withheld and, assuming that no other items or conditions have arisen with respect to the Work, including, without limitation, any defects or other noncompliance with the Contract Documents. 52 8.8. No Acceptance. No progress payment made by the City to Design/Builder shall constitute acceptance of any portion of the Work, any goods or materials provided under this Agreement or any portion thereof. No partial or entire use or occupancy of the Project by the City shall constitute an acceptance of any portion of the Work or the complete Project which is not in accordance with the Contract Documents. 8.9. Payment by the City. a. Approval of Applications for Payment. The City small, use good faith reasonable efforts to approve or reject (specifying, in the event of/:rejection, the reasons therefor) each Design/Builder's certified Application for Payment within fourteen (14) days after receipt thereof, or within such period of time as may be,otherwise permitted by Fla. Stat. 218.735. If reasons for rejection apply only to a portion of such Application for Payment, only such portion shall be rejected. An Application for Payment_or portion_:thereof that has been approved by the City is herein referred to: as an "Approved Application for Payment." b. Frequency of Payments. In accordance with_Section 218.735 of Florida Statutes, the City shall make, subject to the terms and conditions :of this Agreement, progress payments for Approved Applications for Payment, less Retainage as herein provided for and/or withholding of any other amounts pursuant to the Contract Documents (including, without limitation, withholding of payment pursuant to Article 8 and any other provisions of the Contract Documents), and shall use'good faith reasonable efforts to make such payments within the twenty-five (25)days after the applicable certified Application for Payment is marked as received, in accordance with, Section 218.74(1) of the Florida Statutes. c. No Diversion. The Design/Builder agrees that monies received for the performance of this Agreement shall be used first for payment due for labor, material, and services for the Project and taxes thereon, and said monies shall not be diverted to satisfy obligations of the Design/Builder on other contracts or accounts and/or in any manner which may constitute a violation of Florida Statute 713.345. 8.10. Release of Subcontractor Retainage. If a Subcontractor has completed its portion of the Work (including all Substantial Completion Punch List items relating to the Subcontractor's portion of the Work) pursuant to any given Subcontract, the Design/Builder may request the City to disburse the Retainage being held by the City in respect of such Subcontractor, -after delivering to the City any necessary consent to such disbursement from any bond sureties in ;form reasonably satisfactory to the City. If the City is reasonably satisfied the Subcontractor's work has been completed in accordance with the Contract Documents and the City has received satisfactory final releases of lien with respect to the Subcontractor's work, the City may, at its sole discretion, disburse said portion of Retainage, provided that all other requirements of the Contract Documents are satisfied. Regardless of whether the City has disbursed said Retainage with respect to any Subcontractor, the twelve (12) month period referred to in Section 13.2 herein and as otherwise required by the Contract Documents shall not begin with respect to the portion of the Work performed by such Subcontractor until the Substantial Completion Date. 53 8.11. Maximum Reimbursement. Notwithstanding anything to the contrary set forth in the Contract Documents, in no event shall the Design/Builder be entitled to reimbursement from the City with respect to the Work for any amount that exceeds the Contract Price. 8.12. Final Progress Payment/Final Completion. At such time as all Work, including all Substantial Completion Punch List items, is complete in accordance with the Contract Documents and accepted by the City (except as provided in Section 13.2), the Design/Builder may apply for the Final Progress Payment in accordance with this Section. Upon receipt of written notice from Design/Builder that the Work is ready for final inspection and acceptance, Consultant. City and RPR shall, within ten (10) days, make an inspection thereof. If Consultant and Contract Administrator find the Work acceptable, the requisite documents set forth below have been submitted, the requirements of the Contract Documents'have been fully satisfied, and all conditions of the permits and regulatory agencies have been me_t, a Final Certificate of Payment in the form set forth in Appendix "C" hereto shall be issued by Consultant, evidenced by its signature, certifying under oath that the requirements of the Contract..Documents have been performed and the Work is ready for acceptance under the terms and conditions thereof. The City will pay the remaining amount of money due_the Design/Builder under this Agreement, provided that the Design/Builder has submitted the following to the City: a. Consent of any bond sureties to such payment, in a form reasonably satisfactory to the City; b. Any other documentation establishing and evidencing payment or satisfaction of obligations including, but not limited to, receipts, releases and final waivers of lien from the Design/Builder and all Consultants, Design Subconsultants and Subcontractors, to the extent and in such form as may be reasonably required by the City; c. Final bill of materials, if applicable, and final invoice; d. Any and all manufacturers' warranties, guarantees, maintenance instructions, catalogs and other similar documentafion;_all such warranties and guarantees shall be in the name of the City and run to the benefit of the City; and e. As required by the Contract Documents, a complete set of the "field set" of drawingsin :pdf format, final "as-built" drawings, as specified in Article 3 stamped, signed and sealed and approved by the Consultant and the Design/Builder, together with the compact disc of such drawings and the final "as-built" critical path method schedule referenced in said Article 3. 8.13. Waiver_of Claims. The release by the City and acceptance of the Final Progress Payment by Design/Builder shall operate as and shall be a release to the City from all present and future Claims or liabilities, of whatever kind or nature, arising under, relating to or in connection with this Agreement for anything done or furnished or relating to the Work or the Project, or from any act or omission of the City relating to or connected with the Contract Documents, the Work or the Project, except those Claims or liabilities, if any, for which the Design/Builder has provided the City with written notice pursuant to and in strict compliance with Article 15 herein and containing a detailed reservation of rights that identifies the precise nature of the dispute, all facts in support of Design/Builder's Claim, the particular scope of Work giving rise to the Claim, and the amount and/or time sought in connection with the Claim. 54 ARTICLE 9 PROTECTION OF PERSONS AND PROPERTY 9.1. Project Site Safety. Notwithstanding anything contained to the contrary herein, as between the Design/Builder and the City, the Design/Builder has sole responsibility for safety throughout the term of this Agreement. The Design/Builder shall be solely responsible for initiating, maintaining and providing supervision of safety precautions and programs in connection with the Work, and shall also comply with any and all insurance carrier- mandated safety requirements and programs. The Parties acknowledge and agree the Design/Builder's responsibility for review, monitoring and coordination of the safety programs of Subcontractors shall not extend to direct control over execution of Subcontractors' safety programs. Each Subcontractor shall remain-the controlling employer with respect to its portion of the Work and shall be responsible for the safety programs and precautions applicable thereto as well as the activities of others' work in areas designated to be controlled by such Subcontractor. 9.2. Security. The Design/Builder shall take any and all precautions that may be reasonably necessary to render all portions of the Work, the Project Site and any adjacent areas affected by the Work secure in every material respect, to decrease the likelihood of accidents from any cause, and to avoid vandalism and other contingencies which may delay the Work or give rise to any Claims or liabilities. The Design/ Builder shall furnish and install all necessary facilities to provide safe means of access to all points,where Work isbeing perfocned. The Design/Builder shall take all precautions and measures as may be reasonably necessary to secure the Work and Project Site at all hours, including evenings, holidays and non-work hours. Such precautions may include but not be limited to, provision of security guards, locked gates or fences and/or installation of security cameras. 9.3. Severe Weather. During such periods of time as are designated by the United States Weather Bureau as being a tropical storm watch or warning or a hurricane watch or warning, the Design/Builder, at no cost to the City, shalt take all precautions necessary to secure the Project Site in response to all threatened storm events, regardless of whether the City has given notice of same. Compliance with any specific tropical storm or hurricane watch or warning precautions will not constitute additional-Work including, without limitation, physically securing and/or removing on-site materials or equipment which may pose a hazard if left in the Project Site during a severe weather event. 9.4. Prevention of Damage or Injury. The Design/Builder shall take reasonable precautions for the safety of and shall provide reasonable protection to prevent damage, injury or loss to a) persons performing the Work and other persons who may be affected thereby; b) the Work and materials;fixtures and equipment to be incorporated therein; and c) other property used in connection with the Work, whether or not located at or adjacent to the Project Site. Only such materials and equipment as are reasonably necessary or appropriate for the Work under this Agreement shall be placed or stored at the Project Site. If gasoline, flammable oils or other highly combustible materials are to be stored at the Project Site, they shall be stored in safety containers and placed in clearly marked safe areas. 9.5. Accidents. In case of accident, the Design/Builder shall immediately furnish the City with full data and all documents relative to such accident including, without limitation, any accident and/or incident report prepared in connection therewith. 55 9.6. Notices. In connection with the performance of the Work, the Design/Builder shall give notices and comply with all Applicable Laws, ordinances, rules, regulations and orders of Federal, State and local governmental authorities bearing on or pertaining to the safety of persons and property and their protection from damage, injury or loss. 9.7. Damage to Property at Project Site. The Design/Builder shall be liable for any and all damage or loss to property belonging to the City or others at the Project Site to the extent caused by the Design/Builder, any Consultant, Design Subconsultant, Subcontractor or anyone directly or indirectly employed by any of them, or anyone for whose acts they may otherwise be liable. The costs and expenses incurred by the Design/Builder under this Section 9.7 shall not be reimbursable by City and shall be borne by Design/Builder at its sole cost and expense. Nothing in the foregoing shall preclude the Design/Builder from paying such costs and expenses out of any insurance proceeds received_ by the Design/Builder under the policies of insurance maintained under this Agreement. 9.8. Damage to Others' Property. The Design/Builder shall exercise due care and take all precautions during prosecution of the Work including, but not limited to,-construction or excavation, to avoid damage, as a result of the Design/Builder's and Its Subcontractors' operations to existing sidewalks, curbs, streets, alleys, pavements, utilities, adjoining property, the work of Separate Contractors, and the property of the City and others. The Design/Builder shall repair any damage thereto caused by tfie_-Design/Builder's or its Subcontractors' operations. Design/Builder shalt immediately report any damage caused to others' property to the Contract Administrator, provided, however, that the costs and expenses incurred by the Design/Builder under this Section 9.8 shall not be reimbursable by City and shall be borne by Design/Builder at its sole cost and expense. Nothing in the foregoing shall preclude the Design/Builder from_paying such costs and expenses out of any insurance proceeds received by the Design/Builderunder the policies of insurance maintained under this Agreement, provided that in no event shall the processing of any insurance claims in any way relieve, excuse or delay the Design/Builder from remediating, repairing, and/or otherwise completing all Work in accordance with the requirements of the Contract Documents, In connection therewith, the City hereby waives all Claims against the Design/Builder for loss or-damage to anyof the City's properties which currently adjoin the Project Site, but only_ to the extent of the City's actual recovery of property insurance proceeds from its property insurers. If the Design/Builder fails to repair such damage, then after ten (10) days prior notice from-the City to the Design/Builder, the City shall be entitled to repair such damages occurring to its property with its own forces or other contractors and to deduct from payments due or to become due to the Design/Builder amounts paid or incurred by the City, including overhead, in repairing such damages if, within the ten (10) day period after the City's delivery of such written notice to the Design/Builder, the Design/Builder has not commenced and diligently proceeded with any such repairs and/or completed such repairs if feasible within the ten (10) day period. 9.9. Utilities. Design/Builder shall be solely responsible for verifying location of utilities and for preserving all existing utilities within the Project Site limits and utilities otherwise affected by Design/Builder's Work, whether shown in the Contract Documents or not. If utility conflicts are encountered by Design/Builder during construction, Design/Builder shall re-design its proposed improvements, at its sole cost, to avoid utility conflicts, and/or provide sufficient notice to the owners of the utilities, and it shall be the sole responsibility of the Design/Builder to resolve any conflicts and make all necessary adjustments, at no additional cost to the City. The Design/Builder shall not be entitled to rely on as accurate any information and/or documentation 56 provided by the City which may identify locations of any utilities. Design/Builder shall independently confirm the location of all such utilities and any potential conflicts therewith. 9.10. Protection of the Work. Design/Builder shall protect the Work, including Work that is factory finished, during transportation, storage, during and after installation. Where applicable, and as required, Design/Builder shall close off spaces of areas where certain Work has been completed to protect it from any damage caused by others during their operations. Design/Builder shall store all materials related to the Work, and shall be responsible for and shall maintain partially or wholly finished Work through Substantial Completion of the Project. If any materials or part of the Work should be lost, damaged, or destroyed byany cause or means whatsoever, the Design/Builder shall satisfactorily repair and repIace the same at Design/Builder's own cost. The Design/Builder shall maintain suitable and sufficient guards, if necessary, and barriers, and at night, suitable and sufficient lighfmg, for the 'prevention of accidents and/or any damage to the Project Site and the Work. To all-applicable areas where preparatory work activity is part of the Work, Design/Builder shall carefully;examine surfaces over which finished Work is to be installed, laid or applied,'before commencing,,#th the Work. Design/Builder shall not proceed with said Work until defective surfaces on which Work is to be installed, laid or applied are corrected to the satisfaction of the Contract Administrator and /or RPR. Commencement of Work shall be considered acceptance by Design/Builder of surfaces and conditions. 9.11. No Interference. The Design/Builder covenants and agrees that it shall at all times perform the Work, and cause all Subcontractors-and representatives of Design/Builder to perform the Work, so as to prevent interference with the residential areas adjacent to or near the Project Site, business operations of the City, members of the public and employees and other parties associated with adjacent businesses and/or operations, including, without limitation prevention of, the following types of interference: (a) fumes, odors, dust, debris, noise, vibration and safety hazards; (b) obstructions of access and obstructions of traffic flow to or from any building, roadway, entryway, parking garage or parking lot in the vicinity of the Project Site, and (c) interruption in the availability and normal operation of water, sewer, electricity, gas, telephone, HVAC systems, computer systems and other utility services and systems relating to properties adjacent to and around the Project Site. The Design/Builder must plan ahead in detail, schedule accurately, anticipate problems, and communicate clearly in writing to the City in a timely manner its plans and intentions clearly in writing to the City in a timely manner to avoid creating any of the types of interference described in this Section. If any such interference does occur, the Design/Builder must act immediately to remedy the same. If any of the Design/Builder's construction or other activities interferes with or otherwise disrupts the City's operations, the Design/Builder shall, within one (1) hour of notice from the City, remedy or otherwise correct the cause of such interference or disruption. ARTICLE 10 BONDS AND INSURANCE 10.1. Project Insurance. The Design/Builder shall furnish to Department of Procurement Management, City of Miami Beach, 1700 Convention Center Drive, 3`d Floor, Miami Beach, Florida 33139, Certificate(s) of Insurance which indicate that it has obtained all insurance coverage has been obtained which meets the requirements as described in Appendix "G" of this Agreement prior to commencing performance of the Work. At the request of the City, Design/Builder shall also provide copies of such insurance policies. 57 10.2. Performance Bond And Payment Bond. The Design/Builder shall, within ten (10) business days of the Contract Date, furnish and deliver to the City a payment bond and a performance bond, in a form to be provided by the City, issued by sureties licensed and authorized to do business in the State of Florida, covering the faithful performance and completion of this Agreement, including the performance and completion of those services provided by Design Consultants and Design Subconsultants, and Subcontractors of any tier and covering the payment of all obligations arising hereunder including but not limited to, the payment for all materials used in the performance of this Agreement and for all labor and services performed under this Agreement (including materials, labor and/or services provided by Design Consultants and Design Subconsultants and Subcontractors of any tier), whether by Subcontractors or otherwise. Each of the aforesaid bonds (collectively herein referred to as the "Performance Bond and Payment Bond") shall have a penal amount equal to the Contract Price, unless otherwise approved by the City and-fo the extent permitted by law. Each bond shall be increased in the amount of any change to the Contract Price. Each bond shall continue in effect for one (1) year after Final Completion of the-Work. The Performance Bond and Payment Bond and the sureties issuing such bonds shall meet all the requirements of Appendix "G" and the Performance Bond and Payment Bond shall each be in the form set forth in Appendix "I" hereof, or shall otherwise be acceptable to the City in its reasonable discretion. If any of the sureties° on-the Performance Bond and Payment Bond at any time fails to meet said requirements, oris deemed to be insufficient security for the penalty of said bond, then the City may, on giving thirty (30) days' notice thereof in writing, require the Design/Builder to furnish a new and/or additional bond(s) in the above amounts with such sureties thereon being licensed and authorized to do business in the State of Florida and as shall be satisfactory to the City. The Design/Builder shall pay all costs of compliance with this Article 10 as part of the Contract Price. ARTICLE 11 CHANGES IN THE WORK 11.1. Contract Amendments. The City, without invalidating this Agreement, may order changes in the Work_-within the general scope of the Contract Documents consisting of additions, deletions or,other revisions, with the Contract Price and the Contract Time being adjusted accordingly. Amendments to the Contract Documents may be issued by the City on its own initiative or in response to a proposal by the Design/Builder. a. Changes in the Work may be accomplished after execution of this Agreement, and without invalidating this Agreement, by Change Order or Construction Change Directive. A Change Order shall be based upon agreement between the City and the Design/Builder; a Construction Change Directive may be issued by the City alone and may or may not be agreed to by the Design/Builder. Changes in the Work shall be performed under applicable provisions of the Contract Documents, and the Design/Builder shall proceed promptly, unless otherwise provided in the Change Order or Construction Change Directive. UNILATER DEDUCTIVE CHANGE ORDER treat same as changes to work with reservation of rights b. If City requests a change in the Work, it shall submit a change request to Design/Builder, in writing. Within seven (7) days of its receipt of any such request from the City, the Design/Builder shall submit a detailed proposal to the City stating (i) the proposed increase or decrease, if any, in the Contract Price which would result from such a change, (ii) the effect, if any, upon the Contract Time and/or achievement of any Milestone by reason 58 of such proposed change, and (iii) all supporting data and documentation, including any requested by the City in its change request. c. If the Design/Builder proposes an increase or decrease in the Contract Price, such proposal must be accompanied by a detailed cost breakdown in relation to the Project Budget and sufficient substantiating data to permit evaluation by the City. If the Design/Builder does submit a proposal within the preceding seven (7) day time period, the City shall, within thirty (30) days following its receipt of such proposal, notify the Design/Builder as to whether the City agrees with such proposal and wishes to accept the Design/Builder's proposal. d. In the event the City agrees to accept the Design/Builder's proposal in relation to the City's request for a change in the Work, the Parties shall execute a Change Order, stating their agreement upon all of the following: i) in the scope of the change in the Work; ii) the amount of the adjustment in the Contract Price, if any; and (iii) the extent of the adjustment in the Substantial Completion Date and/or Milestone, if any. In addition to the circumstances described above, the Parties may enter into a Change Order to the extent otherwise expressly provided in this Agreement. The increase or decrease in the Contract Price resulting from a change in the Work shall be determined in one or more of the following ways: ' 1. by mutual acceptance of a lump sum properly itemized and supported by sufficient substantiating data to permit evaluation by the Contract Administrator and Resident Project Representative; 2. by unit prices if agreed upon;or 3. by time and materials cost and a mutually acceptable fixed or percentage fee for the Design/Builder. Design/Builder expressly acknowledges and agrees that it has sufficiently calculated and incorporated any and/or all overhead and profit into its cost proposal using any of the aforementioned methodologies. e. If none of the methods set forth above are agreed upon, the City may either (i) notify the Design/Builder that the City has decided not to proceed with the requested change, or (ii) issue a Change Order for the maximum amount and time agreed to by the City, with the difference subject to a reservation of rights by the Design/Builder. The cost of such Work shall then be determined on the basis of the reasonable expenditures and savings of those performing the Work attributed to the change, including a reasonable overhead and profit in accordance with this Article 11. The Project Coordinator, with the input of the Consultant and/or Resident Project Representative, will establish an estimated cost of the Work and the Design/Builder shall not perform any Work whose cost exceeds that estimate without prior written approval by the City. In such case, and also under Subsection 11.1(d) above, the Design/Builder shall keep and present, in such form as the City may prescribe, an itemized accounting together with appropriate supporting data of the increase in the Contract Price as outlined in Article 8. In such event, Design/Builder shall promptly proceed with the Work involved. f. If the City elects not to proceed with a change after reviewing the Design/Builder's proposal submitted in response to a change request by the City, the Design/Builder shall be reimbursed for costs reasonably incurred by it for design services or preparing proposed revisions to the Contract Documents in connection with such change 59 request by only under the following circumstances: (i) such change is a material and substantial deviation from the scope of the Work and is not contemplated by or reasonably inferable from the Contract Documents; and (ii) the Design/Builder received written approval from the City in advance of incurring such design costs and the City approved the specific amount of design costs being sought for reimbursement, at the rates the City customarily pays for comparable design services. If the preceding conditions are satisfied, the Design/Builder shall be reimbursed for the specific design costs, as approved by the City for design services or preparing approved revisions to the Contract Documents at the rates the City customarily pays for comparable design services. In furtherance thereof, such rates must be set forth in documentation to be submitted and approved by the City in its reasonable discretion. g. If unit prices are included as part of any Change_Order or are otherwise applicable pursuant to any of the Contract Documents, City shall pay.to Design/Builder the amounts determined for the total number of each of the units of Work completed at the unit price stated in the Schedule of Prices Bid associated with such Work. The number of units contained in the bid is an estimate only, and final payment shall be made for the actual number of units incorporated in or made necessary by the Contract Documents, as may be amended by Change Order. If additional unit price work is ordered, then the Design/Builder shall perform the Work as directed and shall be paid for the actual quantity of such item(s) of Work performed at the appropriate original Schedule of Prices Bid associated with,such Work. h. The Design/Builder's overhead andprofit markup or fee for all Change Orders shall not exceed (i) ten percent (10°A) of the net change in the Contract Price for Work performed by Design/Builder's own forces, or (ii) five (5%) of the net change in the Contract Price for Work performed by Subcontractors and Suppliers: The overhead and profit markup or fee by Subcontractors and Suppliers for Change Orders shall be reasonable, but in no event shall the aggregate total amount of overhead and profit that each Subcontractor and all lower tier subcontractors and Suppliers can charge for Work performed pursuant to Change Orders and Construction Change Directives exceed seven and one-half percent (7.5%). For deductive Change Orders, including deductive Change Orders arising from both additive and deductive items, the deductive amounts shall include a proportionate corresponding reduction in the overhead and profit fee, as applicable to the Design/Builder, Subcontractors or Suppliers. Notwithstanding any other provision of the Contract Documents to the contrary, Design/Builder acknowledges and agrees that after the Contract Price has been established, no Change Order shall be approved for any matters referenced in Sections 3.10(a) through 3.10(f) and 3.23(a)through 3.23(b), including all subparts thereto. j. Design/Builder shall furnish to the City all supporting documentation evidencing all of its proposed expenditures, demonstrating that the costs are necessary for the completion of the Project, and the reasons the amounts should be payable by the City. If Design/Builder disagrees with City's decision to deny a request for a Change Order and/or to utilize the City's Contingency, any such dispute may be resolved in accordance with the dispute resolution procedures set forth in Article 15. 11.2. Construction Change Directives. The Contract Administrator or RPR shall have the right to approve and issue Construction Change Directives setting forth written interpretations of the intent of the DCP or the Contract Documents (other than the Construction Documents) to Design/Builder and ordering minor changes in execution of the Work, provided the Construction Change Directive involves no change in the Contract Price or the Contract Time. 60 11.3. No Design/Builder Changes. The Design/Builder shall not initiate changes in the scope of the Work; it being acknowledged and agreed by the Design/Builder that the Work can be successfully completed within the Contract Price and by the Substantial Completion Date. 11.4. Claims Regarding Scope Changes. A "Scope Change" shall mean a material change in the Work which either (i) is not reasonably inferable from the Construction Documents and other Contract Documents, or(ii) is a substantial increase or decrease in the Work arising from any changes required to the Construction Documents by agencies having jurisdiction and which were not reasonably foreseeable. Design/Builder acknowledges and agrees that increases or decreases in the Work arising from (i) any matters implicating or covered_-by Sections 3.10(a) through 3.10(f), and Sections 3.23(a) through 3.23(b) including all subparts thereto, or (ii) gaps between Subcontractors' bids, shall not constitute a Scope Change unless Design/Builder can demonstrate that such Work was not reasonably inferable from the Construction Documents and other Contract Documents. a. If the Design/Builder believes that any direction, action, comment or approval by the City or Consultant gives rise to or constitutes a Scope Change for which a Change Order may be required, but for which a Change Order has not yet been issued, the Design/Builder must submit notice_to the City within ten (10) days of such direction, action, comment or approval which it believes constitutes a Scope Change that may require a Change Order, which shall constitute a Claim. b. Any such notice shall include the Design/Builder's good faith estimate as to the cost and schedule impact to the Design/Builder resulting from the direction, action, comment or approval The Design/Builder must submit, in accordance with Article 15 of this Agreement, a final Claim to the City within thirty (30) days of such direction, action, comment or approval, which Claim'shall include the actual cost (including a detailed cost breakdown in relation.to the Project Budget and sufficient substantiating data to permit evaluation by the City) and schedule impact to the Design/Builder resulting from the direction, action, comment or approval. c. Such notice and final Claim are conditions precedent to any cost or schedule adjustment on the basis of such Claim and, if the Design/Builder does not submit such_ a notice within such ten (10) day period and a final Claim within such thirty (30) day period, the_ Design/Builder shall be deemed to have waived its right to make such Claim in the future.if the Design/Builder follows the preceding notice and Claim procedures and the City agrees with the Claim, the Parties shall execute a Change Order implementing the changes requested in the Claim. If the City does not agree with such a Claim, the Parties shall resolve their disagreement is accordance with Section 15 of this Agreement. 11.5. Waiver-of,Claii ms. By executing a Change Order, the Design/Builder thereafter waives all Claims and the right to assert any further Claim for an increase in the Contract Price or an extension in the Substantial Completion Date or other Milestone or overall Contract Time based on the Work that is the subject of such Change Order; it being acknowledged and agreed by the Design/Builder that any such Change Order shall completely address any schedule or cost impact associated with the subject matter of the Claim. 11.6. Cost and Schedule. Notwithstanding anything to the contrary contained in this Agreement, the Contract Price, the Substantial Completion Date and any Milestone may only be adjusted by Change Order. 61 ARTICLE 12 NO DAMAGES FOR DELAY; EXTENSIONS TO THE CONTRACT TIME 12.1. No Damages for Delay. a. No Damages for Delay. NO CLAIM FOR DAMAGES OR ANY CLAIM OTHER THAN FOR AN EXTENSION OF TIME SHALL BE MADE OR ASSERTED AGAINST CITY BY REASON OF ANY DELAYS including, without limitation, any Claim for an increase in the Contract Price, or payment or compensation to the Design/Builder (or its Consultant, Design Subconsultants and Subcontractors) of any kind for direct, indirect, consequential, impact, or other costs, expenses, lost profits, compensation(reimbursement or damages including, but not limited to, costs of acceleration or inefficiency arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference, or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable, and irrespective of whether such delay constitutes an Excusable Delay and irrespective of whether such delay results in an extension of the Contract Time; provided, however, Design/Builder's hindrances or delays are not due solely to fraud, bad faith or willful or intentional interference by the City in the performance of the Work, and then only where such-acts continue after Design/Builder's written notice to the City of such alleged interference b. Design/Builder acknowledges and agrees that Excusable Delay shall not be deemed to constitute willful or intentional-interference with the Design/Builder's performance of the Work without clear and convincing proof that they were the result of a deliberate act, without any reasonable and good-faith basis and were-specifically intended to disrupt the Design/Builder's performance of the Work The City's attempts to facilitate or assist Design/Builder in performance of the Work shall in no way be construed, interpreted and/or be deemed to constitute willful or intentional interference with the Design/Builder's performance of the Work. c. Except-as`provided herein, Design/Builder hereby waives all other remedies at law or in equity thatit might otherwise-have against the City on account of any Excusable Delay and any and all other events that may, from time to time, delay the Design/Builder in the performance of the Work. Design/Builder acknowledges and agrees that, except as specified herein, all delays or events and their potential impacts on the performance by the Design/Builder are specifically contemplated and acknowledged by the Parties in entering into this Agreement and that'Design/Builder's pricing of the Work and the determination of the Contract Price shall be expressly based on the Design/Builder's assumption of the risks thereof, and Design/Builder hereby waives any and all Claims it might have for any of the foregoing losses,_costs, damages and expenses. 12.2. Extensions to the Contract Time. a. Excusable Delays. Design/Builder's sole remedy for Excusable Delay is an extension of the Contract Time for each day of critical path delay, but only if the pre-requisites and notice requirements of Subsection 12.4 below have been timely and properly satisfied. An Excusable Delay is one that (i) directly impacts critical path activity delineated in the Project Schedule and extends the time for completion of the Work; (ii) could not reasonably have been mitigated by Design/Builder, including by re-sequencing, reallocating, redeploying and/or increasing the amount of its forces to other portions of the Work; and (iii) is caused by Force 62 Majeure (as defined in Subsection 12.c below) or other circumstances beyond the control and due to no fault of Design/Builder or its Subcontractors, material, persons, Suppliers, or Vendors ("Excusable Delay"). If two or more separate events of Excusable Delay are concurrent with each other, Design/Builder shall only be entitled to an extension of time for each day of such concurrent critical path delay, and Design/Builder shall not be entitled to double recovery thereon. For illustration purposes only, if two events of Excusable Delay are concurrent for two days, Design/Builder shall only receive a time extension of a total of two days, and not four days. b. Inclement weather may be grounds for an Excusable Delay.when rains or other inclement weather conditions result in Design/Builder being unable to work at least fifty percent (50%) of the normal work shift on controlling items of Work identified`on the accepted updated progress schedule submitted pursuant to Article 3 of this Agreement: Time=extensions for weather delays shall not be automatic and must be requested in accordance with the notice and other requirements of Article 12 hereof. No time extension for weather-related delays;will be permitted until the Design/Builder demonstrates that the total number of days in any given month by which the Design/Builder has been delayed due to adverse weather conditions in accordance with this Section exceeds the number of days corresponding with'each month below, as follows: JAN FEB MAR APR MAY JUN JUL AUG SEP` __OCT NOV DEC Days: 06 06 06 06 10 15 16 �' 17 17 13 08 06 , Time extensions in any given month shall only be allowable for adverse weather days in excess of the days corresponding for each respective month as set forth above. c. A Force Majeure event maybe grounds for an Excusable Delay. A "Force Majeure" event is an event that (1) in fact causes a delay in the performance of a Party's obligations under the Contract Documents and=(2) is beyond the reasonable control of the Party incurring the delay, and (3) is not due to an intentional act, error, omission, or negligence of such Party, and (4) couact not have reasonably been foreseen and prepared for by such Party at any time prior to the occurrence of the event. Subject to the foregoing criteria, Force Majeure may include events such as war, civil insurrection, riot, fires, epidemics, sabotage, explosions, embargo restrictions, quarantine restrictions, transportation accidents, strikes, floods, strong hurricanes or tornadoes, earthquakes, or other acts of God which prevent performance. Force Majeure shall not .include technological impossibility, failure of equipment supplied by DesignJBuilder, receipt of and incorporation of defective materials into the Work, failure of Suppliers to deliver equipment and materials except where such failure is itself the result of a Force Majeure event, cif failure of Design/Builder to secure the required permits for prosecution of the Work. ''- i. If Design/Builder's performance of its obligation under the Contract Documents is prevented or delayed by an event believed by Design/Builder to be Force Majeure, Design/Builder shall immediately upon learning of the occurrence of the event or of the commencement of any such delay, but in no case exceeding the time period set forth in Subsection 12.4, provide written Notice to the City, (1) of the occurrence of the delay, (2) of the nature of the event and the cause thereof, (3) of the anticipated impact on the Work, (4) of the anticipated period of the delay, and (5) of what course of action Design/Builder plans to take in order to mitigate the detrimental effects of the event. Design/Builder's timely delivery to City of the Notice of the occurrence of a Force Majeure event is a strict condition precedent to 63 allowance of an extension of time under this Section; however, receipt of such Notice by City shall not constitute acceptance that the event claimed to be a Force Majeure event is in fact Force Majeure. The burden of proof of the occurrence of a Force Majeure event shall be on Design/Builder. Failure to give such Notice promptly within such time limit and/or without the information required as set forth herein may be deemed sufficient reason for denial by City of any extension of time. ii. If in the opinion of City the event was a Force Majeure event, Design/Builder shall be entitled to such extension of time for completing the Project as, in the opinion of City, is reasonable and equitable. iii. The suspension of Design/Builder's performance-tot the Work due to a Force Majeure event shall be of no greater scope and no longer in duration than is absolutely required. Design/Builder shall use its reasonable best efforts to continue to perform its obligations hereunder to the extent such obligations are not affected''orfare only _partially affected by the Force Majeure event, and to correct or cure the event or condition excusing performance and otherwise to remedy its inability to perform the Work to the extent its inability to perform is the direct result of the Force Majeure event. iv. Design/Builder's obligations that arose before the occurrence of a Force Majeure event causing the suspension of performance shall not be excused-as a result of such occurrence unless such occurrence makes such performance not easonably possible. The obligation to pay money in a timely manner for obligations and liabilities which matured prior to the occurrence of a Force Majeure event shall not be subject to the Force Majeure provisions. d. If an event of delay satisfying all requirements herein to constitute Excusable Delay directly arises from an act or omission of the City relating to its obligations under the Contract Documents, no such act or omission shallbe deemed an Excusable Delay unless and until the Design/Builder shah haVel first provided the City with written notice setting forth a description of the specific acts or omissions adversely affecting the progress of the Work and the City shall have failed, within ten (10) business days after receipt of such written notice, to have responded in - any way to the written Notice, (whether agreeing or disputing Design/Builder's claimed event of delay) or commenced to address or correct the act or omission described in the Design/Builder's-notice; and provided further, if the City fails to correct such act or omission, the period of any such Excusable Delay shall be deemed to have commenced on the date the-'City received the aforesaid written notice from the Design/Builder. e. Any extension of time for Excusable Delay will depend upon the extent to which the delay affects the Project Schedule and will only extend the scheduled dates for the items of the Work so delayed,and"shall be net of any available "float" time included in the Project Schedule or Construction Schedule. Scheduled dates for other portions of the Work not so delayed will remain jirichanged. Delays which do not affect the Critical Path of the Project Schedule will not-entitle Design/Builder to an extension of time regardless of whether they may otherwise satisfy the other requirements for an Excusable Delay. f. Design/Builder's sole remedy for the occurrence of Excusable Delays shall be an extension of time for the activities on the Project Schedule, in accordance with Section 12.2(a). In lieu of providing a time extension for an Excusable Delay, subject to City's approval at its sole discretion, City and Design/Builder may agree for Design/Builder to work on approved evening or Saturday shifts. However, nothing contained herein, shall require the City to agree or permit Design/Builder to work on any evening and/or Saturday shifts and the failure to grant such 64 permission shall not, in any way, excuse the Design/Builder from timely performing the Work in accordance with the approved Project Schedule. 12.3 Inexcusable Delays. "Inexcusable Delay" shall mean any delays not included within the definition of Excusable Delay as set forth above including, without limitation, any delay which extends the completion of the Work or portion of the Work beyond the time specified in the Project Schedule including, without limitation, the Substantial Completion Date and any Milestone and which is caused by the act, fault, inaction or omission of the Design/Builder or any Consultant, Design Subconsultant, Subcontractor, Supplier or other party for whom the Design/Builder is responsible; any delay that could have been limited or avoided by Design/Builder's timely notice to the City of such delay; orany delay in obtaining licenses, permits or inspections that are the responsibility of ;tie Design/Builder or its Consultant, Design Subconsultant, Subcontractors, Suppliers or any,other party for whom the Design/Builder is responsible. An Inexcusable Delay shall not be cause for granting an extension of time to complete any Work or any compensation whatsoever, and shall,subject the Design/Builder to damages in accordance with the Contract Documents. In ho event shall the Design/Builder be excused for interim delays which do not extend the Project Schedule, including the Substantial Completion Date, or any Milestones. `.\ 12.4. Prerequisites and Notice Requirements for Extensions of Time . Except as provided in Article 11 with respect to Changes in the Work, an extension of the'Contract Time will only be granted by the City under the following circumsfances (a) if a delay-occurs as a result of an Excusable Delay, and (b) the Design/Builder has complied with each of the following requirements below to the reasonable satisfaction of theCity: a. Design/Builder shall provide written notice to the City of any event of delay or potential delay within two (2)business days of the commencement of the event giving rise to the request. The Design/Builder-, within ten (10) days of the date upon which the Design/Builder has knowledge of the delay,shall;notify the City, in writing, of the cause of the delay, stating the approximate number of days the Design/Builder expects to be delayed, and must make a request for an extension of time, if applicable, to the City, in writing, within ten (10) days after the cessation of the event causing the delay, specifying the number of days the Design/Builder believes that its activities were in fact delayed by the cause(s) described in its initial notice. b. The Design/Builder must show to the reasonable satisfaction of the City that the activity claimed_to have been delayed was in fact delayed by the stated cause of delay, that the critic_ alpath of the Work was materially affected by the delay, that the delay in such activity was'not concurrent with any Inexcusable Delay, and that the delay in such activity will result in a delay ofthe Substantial Completion Date in the Project Schedule or any other Milestone. c. The initial notice provided by the Design/Builder under Subsection (a) above shall provide an estimated number of days the Design/Builder believes it will be delayed and describe the efforts of the Design/Builder that have been or are going to be undertaken to overcome or remove the Excusable Delay and to minimize the potential adverse effect on the cost and time for performance of the Work resulting from such Excusable Delay. The mere written notice of an event of delay or potential delay, without all of the aforementioned required information, is insufficient and will not toll the time period in which the Design/Builder must provide proper written notice under this Article. 65 d. Design//Builder's strict compliance with this Section is a condition precedent to receipt of an extension of the Contract Time. Failure of the Design/Builder to comply with all requirements as to any particular event of delay, including the requirements of this Section, shall be deemed conclusively to constitute a waiver, abandonment or relinquishment of any entitlement to an extension of time and all Claims resulting from that particular event of Project delay. Once the Parties have mutually agreed as to the adjustment in the Contract Time due to an Excusable Delay if any, they shall enter into a Change Order documenting the same. e. If the City and Design/Builder cannot resolve a request for time extension made properly and timely under this Section within sixty (60) days following submission, the Design/Builder may re-submit the request as a Claim in accordance-with the procedures set forth in Article 15 of this Agreement. f. Design/Builder's Duty. Notwithstanding the provisions of this Agreement allowing the Design/Builder to claim delay due to Excusable Delay, whenever an Excusable Delay shall occur, the Design/Builder shall use all reasonable efforts to overcome or remove any such Excusable Delay, and shall provide the City with written notice of the Design/Builder's recommendations on how best to minimize any adverse on the time for performing the Work resulting from suchExcusable Delay. In furtherance of the foregoing, whenever there shall be any Excusable Delay, the Design/Builder shall use all reasonable efforts to adjust the Project scheduling and the sequencing and timing of the performance of the Work in a manner that will avoid, to the extent reasonably practicable, any Excusable Delay giving rise to anactual extension in the time for performance of the Work. ARTICLE 13 CORRECTION OF WORK 13.1. Correction of Work Prior to Completion. Prior to the Substantial Completion Date, the Design/Builder shalt, at the earliest practical opportunity, correct Work (including any drawings, plans, specifications, items of construction or fabrication, or any other product constituting a part of or component of the,Work)(i) which the City, RPR and/or Consultant reasonably rejects as defective or nonconforming to the-Contract Documents (whether arising from a design or construction defect, error, omission or deficiency) in a written notice delivered to the Design/Builder at any time, or (ii) which is otherwise known by the Design/Builder or any Consultant, Design_Subconsultant, Subcontractor or Supplier to be defective or nonconforming to the Contract Documents-Tf other portions of the Work are adversely affected by, or are damaged by, such defective Work, the Design/Builder shall, at the earliest practical opportunity, correct, repair or replace such affected or damaged Work as well as any other property of the City damaged by such defective or nonconforming Work, whether or not such Work is fabricated, installed or completed. The cost of correcting any such Work shall not be reimbursable by the City and shall be borne by the Design/Builder at its sole cost and expense. Nothing in the foregoing shall preclude the Design/Builder from paying such costs and expenses from any insurance proceeds received by the Design/Builder under the insurance maintained under this Agreement. 13.2. Correction of Work after Substantial Completion. For a period of twelve (12) months from the Substantial Completion Date, the Design/Builder shall, promptly after receipt of notice from the City, and at its sole cost and expense, including the cost and expense of additional architectural, engineering and other professional services and inspection and testing 66 services, re-execute, correct, repair and replace all Work found to be defective or nonconforming to the Contract Documents (whether arising from a design or construction defect, error, omission or deficiency) and all portions of the Work adversely affected by or damaged by such defective or nonconforming Work and all other property of the City which is damaged by such defective or nonconforming Work.,. The Parties understand and agree that the preceding language shall in no way limit the City's right or ability to recover from the Design/Builder for defective or nonconforming Work, or errors or omissions, to the extent such defective or non-conforming Work, errors or omissions constitute a breach of the Contract Documents, or otherwise constitutes the negligent performance of the Work or the obligations of the Design/Builder hereunder. The Design/Builder shall use its best efforts to remedy any,of the foregoing matters so as to minimize revenue loss to the City and to avoid disruption of the City's operations at, or adjacent to, the Project Site. Design/Builder shall initiate and diligently pursue corrective action within seven (7) days after receipt of notice from the Pity, unless such matters involve life safety issues, in which case Design/Builder ;shall immediately initiate all corrective actions as may be necessary. All such corrective work must be completed within thirty (30) days of receipt of notice from the City. In the event of a reoccurrence of defective or nonconforming Work, the City may require replacement of the Work, at Design/Builder's sole cost and expense, if ally prior correction action was insufficient. If Design/Builder undertakes any corrective action to repair or replace any defective or nonconforming Work, and such Work is subsequently found to be defective or nonconforming, the City may undertake the repair and perform the Work at Design/Builder's sole cost and expense. 13.3. No Limitation. Nothing contained in Section, 13.2 of this Agreement shall be construed to establish a period of limitation with respect to other obligations of the Design/Builder under the Contract Docur ents nor shall-any such provisions be construed to establish a period of limitation with respect to the City's rights and remedies in the event of the discovery of any defects in the Work whether or not such defects are discussed before the 12 month period following the Substantial Completion Date. The preceding Section 13.2 relates only to the specific obligation of the Design/Builder to personally correct the Work, and has no relationship to the time within which the obligation to comply with the Contract Documents may be sought to be enforced against the Design/Builder, nor to the time within which proceedings may be commenced to establish the Design/Builder's liability with respect to the Design/Builder's obligations or recover damages in connection therewith. 13.4. City's Right to Stop Work. If,, prior to the Substantial Completion Date, the Design/Builder persistently fails to correct defective Work as and when required hereunder, or persistently or materially fails to carry out the Work in accordance with the Contract Documents, the City may deliver a notice to the Design/Builder's Project Manager setting forth that such a persistent or material failure is occurring and has occurred, and demanding that the Design/Builder commence to cure such persistent or material failure within fourteen (14) days and diligently pursue such cure thereafter. In the event that the cure is not commenced and pursued to the reasonable satisfaction of the City within such 14-day period, the City may, by written directive or consent of the Contract Administrator, order the Design/Builder to stop the Work, or the portion of the Work to which such notice relates, until the cause for such order has been eliminated; provided, however, the City's right to stop the Work shall not have given rise to a duty on the part of the City to exercise the right for the benefit of the Design/Builder or other persons or entities and shall not give rise to any liability of the City to the Design/Builder resulting from delay. The Design/Builder shall not have any Claim for an increase in the Contract Price or a change in the Project Schedule due to stoppage in the Work or restarting the Work pursuant to this Section. 67 13.5. City's Right to Correct Deficiencies. If, prior to the Substantial Completion Date, the Design/Builder fails, within fourteen (14) days after receipt of written notice from the City, to commence and continue correction of any defective or nonconforming Work with diligence and promptness to the satisfaction of the City, without prejudice to any other remedies the City may have, including declaring the Design/Builder in Default, and with or without terminating this Agreement in whole or in part, the City may correct such deficiencies, and deduct an amount equal to the expenditures incurred by the City in so doing from amounts due or to become due to the Design/Builder. If the payments then or thereafter due to the Design/Builder are not sufficient to cover the amount of the expendituGes incurred by the City which are subject to deduction or Final Payment to Design/Builder has been made, upon demand, the Design/Builder shall pay the difference to the City; ARTICLE 14 INDEMNIFICATION 14.1. In consideration of the sum of Twenty-Five Dollars($25.00) and other good and valuable consideration, the sufficiency of which the Design/Builder-Thereby acknowledges;to the fullest extent permitted by law, Design/Builder shall defend, indemnify and save harmless City and Design Criteria Professional, and their respective officers and- employees, from liabilities, damages, losses and costs including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Design/Builder and persons employed or utilized by Design/Builder-in the performance of this Agreement. It is expressly understood that the monetary limitation on such indemnification shall be the approved Contract Price, as may be increased by duly executed Change Orders. 14.2. Design/Builder shall also,at its own expense,defend any and all claims asserted against the City resulting from, arising out _of, or incurred' in connection with the Agreement. Design/Builder shall be entitled to select counsel of Design/Builder's choice to defend the claim asserted against the City; provided, however* that such counsel shall first be approved by the City Attorney, which approval shall not be unreasonably conditioned, withheld, or delayed; and, provided further, that the-City shall be permitted, at its cost and expense, to retain independent counsel to monitor theclaim proceeding. The duty to defend set forth in this Section 14.2 shall be severable and independent from the indemnity obligations otherwise set forth in this Section 14, to the extent that if any other provisions and/or subsections of this Section 14 are deemed invalid and/or unenforceable, this duty to defend provision shall remain in full force and effect. 14.3. Sums otherwise due.to Design/Builder under this Agreement may be retained by City until all of City's-Claims for indemnification under this Agreement have been settled or otherwise resolved. Any amount withheld pursuant to this Section 14.3 or otherwise under Section 14 shall not be subject to payment of interest by City. 14.4. The execution of this Agreement by Design/Builder shall operate as an express acknowledgment that the indemnification obligation is part of the bid documents and/or Contract Documents for the Project and the monetary limitation on indemnification in this Section 14 bears a reasonable commercial relationship to the Agreement. 14.5. Nothing in this Section 14 is intended, or should be construed, to negate, abridge or otherwise reduce the other rights and obligations of indemnity that may otherwise exist as to a party described in Section 14.1. 68 14.6. Nothing in this Section 14 is intended to create in the public or any member thereof, a third party beneficiary hereunder, or to authorize anyone not a party to this Agreement, to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Agreement. 14.7. The defense and indemnification obligations set forth in this Section 14 shall survive the termination and/or expiration of this Agreement. ARTICLE 15 CLAIMS, DISPUTE AVOIDANCE AND RESOLUTION ,, 15.1. Claims. a. Claims must be initiated by written notice and, unless-otherwise specified in Section 11.8 or otherwise in this Agreement, submitted to the other party within twenty-one (21) days of the event giving rise to such Claim or within 21 days after the claimant;reasonably should have recognized the event or condition giving rise to the Claim, whichever is later. Such Claim shall include sufficient information to advise the other party of the circumstances giving rise to the Claim, the specific contractual adjustmentorrelief.requested_;including, without limitation, the amounts and number of days of delay sought, and the basis of such request. The Claim must include all job records and other documentation supporti g entitlement, the amounts and time sought. In the event additional time is sought, tie Design/Builder shall include a time impact analysis to support such Claim._ The City shall be entitled to request additional job records or documentation to evaluate the Claim The Claim shall also include the Design/Builder's written notarized certification of the Claim in accordance with the False Claims Ordinance, Sections 70-300 et seq., of the City Code. b. Claims not timely made or otherwise not submitted in strict accordance with the requirements of this Section 15 or other Contract Documents shall be deemed conclusively waived, the satisfaction of which shall be conditions precedent to entitlement. c. Design/Builder assumes all risks for the following items, none of which shall be the subject of any Change Order or Claim and none of which shall be compensated for except as they may have been included in the Design/Builder's Contract Price as provided in the Contract Documents: Coss'of any anticipated profits, loss of bonding capacity or capability losses, loss of business opportunities, loss of productivity on this or any other project, loss of interest income on funds not paid, inefficiencies, costs to prepare a bid, cost to prepare a quote for a change lei th-e--Work, costs to prepare, negotiate or prosecute Claims, and loss of projects not bid upon; of any other indirect and consequential costs not listed herein. No compensation shall be made for loss of anticipated profits from any deleted Work. 15.2. DisputeAvoidance and Resolution. a. Claims shall first be submitted to the City for initial recommendation for determination by the City at the time and in the manner specified in Section 15.1 herein unless otherwise specified in this Agreement or other Contract Documents. The City shall render an initial recommendation for determination of such Claim, in writing, as soon as practicable, but not later than forty-five (45) days of receipt of such Claim, unless the parties mutually stipulate otherwise in writing or other circumstances warrant a time extension as determined by the City. Failure to render a written decision within the 45 days, or a later date if stipulated by the parties, shall be considered a denial of the Claim submitted by the claimant. 69 b. In order to preserve for review an initial recommendation for determination of the City at mediation and/or by a court of competent jurisdiction (as applicable), then the party seeking review shall notify the other party in writing within fifteen (15) days of such recommendation by the City or, if no recommendation, within 15 days of when the Claim is denied as a result of inaction by the City. Failure to timely preserve review of the City's written recommendation or denial by inaction shall constitute a waiver of such Claim or entitlement to such objection and the recommendation of the City (whether by affirmative written recommendation or denial by inaction) shall be deemed final and binding, but subject to mediation and litigation (as applicable). c. If the City agrees to pay a portion of the Claim, the Design/Builder may reserve the remaining portion of the Claim by executing a conditional release in a Change Order, which states the remaining amount and time sought and identifies the particular scope of,Work to which the reservation applies. Unspecified amounts or time claimed will not.p�reserve a Claim or right to a Claim. Each Change Order shall contain a release and waiver of all Claims as of the date the Design/Builder executes the Change Order, except as specifically,,included in a reservation of Claims within the Change Order. The reservation of Claims shall,as to each reserved individual Claim, state the amount and time sought inthe Claim and identify the scope of Work giving rise to the Claim. Any Claim not included in the reservation of-Claims or that fails to specify the amount and/or time sought are deemed waived and abandoned. d. In the event any Claims which have been timely preserved remain unresolved by Substantial Completion, then the parties shall participate in mediation within sixty (60) days, unless the City terminates the Agreement, which shall render such mediation moot. If the City determines, at its sole and absolute discretion, .that it would be beneficial to mediate any particular Claims at any time prior to Substantial Completion, then any such Claims shall be submitted to mediation at the City's election.The parties shall mutually agree to the selection of a mediator, and mediation, which shall be confidential in the same manner as Court-ordered mediation, shall take place within the 60-daypost-Substantial Completion time period, unless both parties mutually agree otherwise. The-parties shall split the mediator's fees equally. Participation in mediation shall be a condition precedent to filing suit in a court of competent jurisdiction unless otherwise excused by the terms of this Article 15 or stipulated by both parties in writing. e. In the event of a dispute arising after Substantial Completion, Final Progress Payment or Final Completion, mediation is encouraged but is not a condition precedent to litigation. 15.3. Duty to Continue Performance. Pending resolution of any dispute, the Design/Builder shall proceed and shalt cause its Subcontractors to proceed diligently with the performance of its duties and obligations under the Contract Documents and the City shall continue to make payments of undisputed amounts in accordance with the Contract Documents. The failure of the Design/Builder to continue prosecution of the Work in the event of a pending dispute shall be deemed a Default pursuant to Section 16.2 of this Agreement. 15.4. Final Dispute Resolution. In the event of a dispute arising after Final Progress Payment or Final Completion, or a dispute which arose prior to Substantial Completion, has been preserved and which was not successfully resolved at mediation, a court of competent jurisdiction in Miami-Dade County shall hear such disputes. The parties hereby waive a trial by jury, which requirement shall be included in each and every Subcontract, sub-consulting 70 agreement and purchase order that Design/Builder executes, in connection with its Work on the Project. ARTICLE 16 TERMINATION 16.1. Termination for Convenience. In addition to other rights the City may have at law and pursuant to the Contract Documents with respect to cancellation and termination of the Agreement, the City may, in its sole discretion, terminate for the City's convenience the performance of Work under this Agreement, in whole or in part, at any time upon written notice to the Design/Builder. The City shall effectuate such Termination:dor Convenience by delivering to the Design/Builder a Notice of Termination for Convenience; specifying the applicable scope and effective date of termination, which termination shall' be deemed operative as of the effective date specified therein without any further written notices from the City required. Such Termination for Convenience shall not be deemed a breach of the Agreement, and may be issued by the City with or without cause. a. Upon receipt of such Notice of Termination for Convenience from the City, and except as otherwise directed by the City, the Design/Builder shall immediately proceed with the following obligations, regardless of any delay in determining or_adjusting any amounts due under this Section 16.1: Stop the Work specified as terminated in the Notice of Termination for Convenience; ii. Promptly notify all Subcontractors of such termination, cancel all contracts and purchase orders to the extent they relate to the Work terminated to the fullest extent possible and take such other actions as are necessary to minimize demobilization and termination costs for such cancellations, Immediately deliver to the City all Design Materials as defined in Section 22.10 hereof, in their original/native electronic format (i.e. CAD, Word, Excel, etc.), any and all other unfinished documents, and any and all warranties and guaranties for Work, equipment or materials already installed & purchased. The Design/Builder acknowledges and agrees that all amounts previously paid to the Design/Builder with respect to the creation and preparation of Design fvtaterials in approved Applications for Payment, along with the final payment for the Design{Materials, to be based on the percent completion of the Design Materials, shall include the consideration to Design/Builder for City's ownership and receipt of DesignMaterials,with final payment for Design Materials shall be provided after receipt of Design Materials; iv. If specifically directed by the City in writing, assign to the City all right, title and interest of Design/Builder under any contract, subcontract and/or purchase order, in which case the City shall have the right and obligation to settle or to pay any outstanding claims arising from said contracts, subcontracts or purchase orders; v. Place no further subcontracts or purchase orders for materials, services, or facilities, except as necessary to complete the portion of the Work not terminated (if any) under the Notice of Termination for Convenience; vi. As directed by the City, transfer title and deliver to the City (1) the fabricated and non-fabricated parts, Work in progress, completed Work, supplies and other 71 material produced or required for the Work terminated; and (2) the completed or partially completed Project records that, if this Agreement had been completed, would be required to be furnished to the City; vii. Settle all outstanding liabilities and termination settlement proposals from the termination of any subcontracts or purchase orders, with the prior approval or ratification to the extent required by the City (if any); viii. Take any action that may be necessary, or that the City may direct, for the protection and preservation of the Project Site, including life safetyand any property related to this Agreement that is in the Design/Builder's possession and in which the City has or may acquire an interest; and ix. Complete performance of the Work not terminated (if any).'' b. Upon issuance of such Notice of Termination for Convenience, the Design/Builder shall only be entitled to payment for the Work satisfactorily performed up until the date of its receipt of such Notice of Termination for Convenience, but no later than the effective date specified therein. Payment for the Work satisfactorily performed shall be determined by the City in good faith, in accordance with the percent completion of the Design Materials less all amounts previously paid to the Design/Builder with respect to the creation and preparation of Design Materials l'n approved Applications for Payment, the reasonable costs of demobilization and reasonable costs, if any, for canceling contracts and purchase orders with Subcontractors to the extent such costs are not reasonably avoidable by the Design/Builder. Design/Builder shall submit, for`,the City's review and consideration, a final termination payment proposal with substantiating documentation, including an updated Schedule of Values, within 30 days_of the effective date of termination, unless extended in writing by the City upon request. Such termination amount shall be mutually agreed upon by the City and the Design/Builder and absent;such agreement, the City shall, no less than fifteen (15) days prior to making final payment, provide the Design/Builder with written notice of the amount the-City jntends to pay to the Design/Builder. Such final payment so made to the Design/Builder hall be in full and final settlement for Work performed under this Agreement, except to the extent-the Design/Builder disputes such amount in a written notice delivered to and received by the City prior to the City's tendering such final payment. 16.2. "'Event of Default. The following shall each be considered an item of Default. If, after delivery of written notice from the City to Design/Builder specifying such Default, the Design/Builder--fails to promptly commence and thereafter complete the curing of such Default within a reasonable period of time, not to exceed thirty (30) days, after the delivery of such Notice of Default,it shall be deemed an Event of Default, which constitutes sufficient grounds for the City to terminate Design/Builder for cause: a. Failing to perform design services or any other portion of the Work in a manner consistent with the requirements of the Contract Documents or within the time required therein; or failing to use the, Subcontractors, entities and personnel as identified and set forth, and to the degree specified, in the Contract Documents, subject to substitutions approved by the City in accordance with this Agreement and the other Contract Documents; 72 b. Failing, for reasons other than an Excusable Event of Delay, to begin the Work required promptly following the issuance of a Notice to Proceed; c. Failing to perform the Work with sufficient manpower, workmen and equipment or with sufficient materials, with the effect of delaying the prosecution of the Work in accordance with the Project Schedule and/or delaying completion of any of the Project within the specified time; d. Failing, for reasons other than an Excusable Event of Delay, to timely complete the Project within the specified time; e. Failing and/or refusing to remove, repair and/or replace any portion of the Work as may be rejected as defective or nonconforming with the terms and conditions of the,Contract Documents; f. Discontinuing the prosecution of the Work, except in the event of: 1)the issuance of a stop-work order by the City; or 2) the inability of the Design/Builder to prosecute the Work because of an event giving rise to an Excusable Event of Delay as set forth in this Agreement for which Design/Builder has provided written notice of,same in accordance;with the Contract Documents; g. Failing to provide sufficient evidence upon request that, in the City's sole opinion, demonstrates the Design/Builder's financial ability to complete the Project; h. An indictment is issued against the Design/Builder; Failing to make payments to far materia ls or labor in accordance with the respective agreements; j. Persistently disregarding laws,ordinances, or rules, regulations or orders of a public authority having jurisdiction; k. Fraud, misrepresentation or material misstatement by Design/Builder in the course of obtaining this Agreement; - I. Failing to comply in any material respect with any of the terms of this Agreement or the Contract Documents. In no event shall the time period for curing a Default constitute an extension of the Substantial Completion Date or awaiver of any of the City's rights or remedies hereunder for a Default which is not cured as aforesaid. 16.3. Termination of Agreement for Cause. a. The City may terminate the Design/Builder for cause upon the occurrence of an Event of Default as defined in Section 16.2, or for any other breach of the Agreement or other Contract Documents by the Design/Builder that the City, in its sole opinion, deems substantial and material, following written notice to the Design/Builder and the failure to timely and properly cure to the satisfaction of the City in the time period set forth in Section 16.2, or as otherwise specified in the Notice of Default. 73 b. Upon the occurrence of an Event of Default, and without any prejudice to any other rights or remedies of the City, whether provided by this Agreement, the other Contract Documents or as otherwise provided at law or in equity, the City may issue a Notice of Termination for Cause to Design/Builder, copied to the Surety, rendering termination effective immediately, and may take any of the following actions, subject to any prior rights of the Surety: Take possession of the Project site and of all materials, equipment, tools, construction equipment and machinery thereon owned by Design/Builder; ii. Accept assignments of subcontracts; Direct Design/Builder to transfer title and deliver to the City (1) the fabricated and non-fabricated parts, Work in progress, completed-Work, supplies and other material produced or required for the Work terminated; and (2) the completed or"iartially completed Project records that, if this Agreement had been completed, would be required to be furnished to the City; and iv. Finish the Work by whatever reasonable method the City may deem expedient. c. Upon the issuance of a Notice of Termination for Cause, the Design/Builder shall: Immediately deliver to the City all Design Materials as defined in Section 22.10 hereof, in their original/native electronic format (Le,CAD, Word, Excel, etc.), any and all other unfinished documents, and any and all warranties and guaranties for Work, equipment or materials already installed or purchased; ii. If specifically directed by the City in writing, assign to the City all right, title and interest of Design/Builder under any contract, subcontract and/or purchase order, in which case the City shall have the right and obligation to settle or to pay any outstanding claims arising from said contracts, subcontracts or purchase orders; As directed by the City, transfer title and deliver to the City (1) the fabricated and non-fabricated parte, Work in progress, completed Work, supplies and other material produced or required for the Work terminated; and (2) the completed or partially completed Project records that, if this Agreement had been completed, would be required to be furnished to the City; and • iv.' Take any action that may be necessary, or that the City may direct, for the protection and preservation of the Project Site, including life safety and property related to this Agreement that is in the Design/Builder's possession and in which the City has or may acquire an-interest. d. The rights and remedies of the City under Article 16 shall apply to all Defaults are non-curable in nature (including, without limitation, a breach of Section 22.23 of this Agreement), or that fail to be cured within the applicable cure period or are cured but in an untimely manner, and the City shall not be obligated to accept such late cure. 74 16.4. Recourse to Performance and Payment Bond; Other Remedies. a. Upon the occurrence of an Event of Default, and irrespective of whether the City has terminated the Design/Builder, the City may (i) make demand upon the Surety to perform its obligations under the Performance and Payment Bond, including completion of the Work, without requiring any further agreement (including, without limitation, not requiring any takeover agreement) or mandating termination of Design/Builder as a condition precedent to assuming the bond obligations; or (ii) in the alternative,the City may take over and complete the Work of the Project, or any portion thereof, by its own devices, by entering into a new contract or contracts for the completion of the Work, or using such other methods as in the City's sole opinion shall be required for the;Troper completion of the Work, including succeeding to the rights of the Design/Builder uhder all subcontracts as contemplated by Article 16. i\\ b. The City may also charge against the Performance and Payment Bond all fees and expenses for services incidental to ascertaining and collecting losses under the Performance and Payment Bond including, without limitation, accounting, engineering, and legal fees, together with any and all costs incurred in connection with renegotiation of the Agreement. 16.5. Costs and Expenses. a. All damages, costs and expenses, including reasonable attorney's fees, incurred by the City as a result of an uncured Default or a Default cured beyond the time limits stated herein (except to the extent the City has expressly consented, in writing, to the Design/Builder's late cure of such Default), together with the costs of completing the Work, shall be deducted from any monies due or to_become due to the Design/Builder under this Agreement, Irrespective of whether the City ultimately terminates Design/Builder. b. Upon issuing a Notice of Termination for Cause, the City shall have no obligation to pay Design/Builder, and the Design/Builder shall not be entitled to receive, any money until such time as the Project hasbeen completed and the costs to make repairs and/or complete the Project have-been ascertained by the City. In case such cost and expense is greater than the sum which would have been due and payable to the Design/Builder under this Agreemenf_for any portion of the-Work satisfactorily performed, the Design/Builder and the Surety shalt be jointly and severallyliable and shall pay the difference to the City upon demand. 16.6. Termination If No Default or Erroneous Default. If, after a Notice of Termination for Cause is issued by the City, it is thereafter determined that the Design/Builder was not in default under the provisions of this Agreement, or that any delay hereunder was an Excusable Event of Delay,the termination shall be converted to a Termination for Convenience and the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to the termination for convenience clause contained in Section 16.1. The Design/Builder shall have no further recourse of any nature for wrongful termination. 16.7. Remedies Not Exclusive. Except as otherwise provided in the Contract Documents, no remedy under the terms of this Agreement is intended to be exclusive of any other remedy, but each and every such remedy shall be cumulative and shall be in addition to any other remedies, existing now or hereafter, at law, in equity or by statute. No delay or omission to exercise any right or power accruing upon any Event of Default shall impair any such right or power nor shall it be construed to be a waiver of any Event of Default or 75 acquiescence therein, and every such right and power may be exercised from time to time as often as may be deemed expedient. 16.8. Desiqn/Builder Riqht to Stop Work. If the Project should be stopped under an order of any court or other public authority for a period of more than ninety(90) days due to no act or fault of Design/Builder or persons or entities within its control, or if the City should fail to pay the Design/Builder any material amount owing pursuant to an Approved Application for Payment in accordance with the Contract Documents and after receipt of all supporting documentation required pursuant Article 8, and if the City fails to make such payment within ninety (90) days after receipt of written notice from the Design/B traer identifying the Approved Application for Payment for which payment is outstanding;,%then unless the City is withholding such payment pursuant to Article 8) hereof or arty other provision of this Agreement which entitles the City to so withhold such payment—the, Design/Builder shall have the right upon the expiration of the aforesaid ninety (90) .daypefiod to stop its performance of the Work, provided that Design/Builder has sent a Notice to Cure to the City via certified mail, allowing for a 7 day cure period. In such event, Design/Builder may terminate this Agreement and recover from City payment for all Work executed and reasonable expense sustained (but excluding compensation for any item prohibited by Article 15 and other provisions of the Contract Documents). In the alternative to termination, Design/Builder shall not be obligated to recommence the Work until such\time as the City`--shall have made payment to the Design/Builder in respect of such Approved Application for Payment, plus any actual and reasonable related demobilization and start-up- costs evidenced by documentation reasonably satisfactory to the City. Except as set forth in this Section 16.8, no act, event, circumstance or omission shall excuseeor relieve the Design/Builder from the full and faithful performance of its obligations hereunder and the completion of the Work as herein provided for. 16.9. Materiality and Non-Waiver of Breach. Each requirement, duty, and obligation in the Contract Documents is material. The City's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or Amendment of this Agreement. A waiver shall not be effective unless it is in writing and approved by the City. A waiver of any breach of a provision of this Agreement shall not_be deemed a waiver of any subsequent breach and the failure of the City to exercise its rightsand remedies under this Article 16 at any time shall not constitute a waiver-Of such rights and'remedies. ARTICLE 17 SEPARATE CONTRACTS 17.1. Right to Award Separate Contracts. The City reserves the right to perform construction or operations related to the Project with the City's own forces, and to award separate contracts to other contractors, including subcontractors, in connection with other portions of the-Project or other construction or operations on and/or adjacent to the Project Site (collectively,'Separate Contractors"). 17.2. Integration of Work with Separate Contractors. Design/Builder shall afford Separate Contractors reasonable access to the Project Site for the execution of their work. Following the request of the City, the Design/Builder shall prepare a plan in order to integrate the work to be performed by the City or by Separate Contractors with the performance of the Work, and shall submit such plan to the City for approval. The Design/Builder shall arrange the performance of the Work so that the Work and the work of the City and the Separate Contractors are, to the extent applicable, properly integrated, joined in an acceptable manner 76 and performed in the proper sequence, so that any disruption or damage to the Work or to any work of the City or of Separate Contractors is avoided. 17.3. Coordination. Design/Builder shall conduct its Work so as not to interfere with, or hinder the progress of, completion of the construction performed by Separate Contractors, and Design/Builder and such other Separate Contractors shall cooperate with each other as directed by the Contract Administrator. a. The Design/Builder shall provide for coordination of the activities of the Design/Builder's (and its Subcontractors') own forces with the activities of each Separate Contractor and the City. The Design/Builder shall participate with all Separate Contractors and the City in reviewing and coordinating the schedules of the City and-fhie Separate Contractors with the Project Schedule when directed to do so by the City. The Design/Builder shall make any revisions to the Project Schedule (but without extending the Substantial`Completion Date) deemed necessary after a joint review with the City and mutual agreement. b. Coordination with Separate Contractors shall not be grounds for an extension of Contact Time or any adjustment in the Contract Price. Design/Builder agrees that its pricing of the Work and the determination of the Contract Price were expressly;based upon the Design/Builder's assumption of the foregoing cost risks. 17.4. Use of Project Site. The Design%Builder. shall afford the- City and all Separate Contractors reasonable opportunity for ,storage of their materials and equipment, and performance of their work on and/or adjacent to the Project Site. The Design/Builder shall also coordinate its construction and operations'with the City and all Separate Contractors' construction and operations as required by the Contract Documents. 17.5. Deficiency in Work of Separate Contractors. If to properly execute a portion of the Work, the Design/Builder depends upon the construction or operations by the City or a Separate Contractor, the Design/Builder shall, prior to proceeding with that portion of the Work, promptly report to the City apparent discrepancies or defects in such other construction that renders it unsuitable for proper execution Design/Builder Work. The Parties shall resolve in good faith any such discrepancies or defects or any disagreements relating thereto. Failure of the Design/Builder to so report shall- constitute a representation by the Design/Builder to the City that the City's,or Separate:Contractor's completed or partially completed construction is fit and proper to receive the Design/Builder's Work. However, although such representation constitutes a waiver of any rights of Design/Builder against the City for discrepancies or defects in such ntr Separate Coactor's`work,such representation shall not constitute a waiver of any rights of the Design/Builder"againstsuch Separate Contractor as a result of such discrepancies or defects. 17.6. Claims Involving Separate Contractors. Except as provided below, the Design/Builder shall assume all-liability, financial and otherwise, in connection with the Work. To the fullest extent permitted by law, the Design/Builder shall defend and save harmless the City against any Claims for damages, losses and costs, including, but not limited to reasonable attorney's fees, that may arise by a Separate Contractor or any other third party to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the Design/Builder and persons employed or utilized by the Design/Builder in the performance of the Agreement. a. In the event that the Design/Builder unnecessarily and unreasonably delays the work of Separate Contractors by not cooperating with them, or by not affording them reasonable opportunity or facility to perform their work as specified, the Design/Builder shall, in such event, 77 pay all reasonable costs and expenses incurred by such Separate Contractor(s) due to any such delays. The Design/Builder hereby authorizes the City to deduct the amount of such reasonable costs and expenses from any monies due or to become due, including Retainage, to the Design/Builder under this Agreement. b. If, through the acts and/or omissions of the Design/Builder or any Subcontractor, any Separate Contractor shall suffer loss or damage to its work, the Design/Builder agrees to compensate such Separate Contractor for any such loss or damage. If such Separate Contractor shall assert any Claim or bring any action against the City on account of any damage alleged to have been sustained, the City shall notify the Design/Builder, who,at its sole cost and expense, shall defend, indemnify and save harmless the City and pay and satisfy any judgment or award entered against the City in any such action and shall pay all costs and;expenses, legal and otherwise, incurred by the City therein or thereby, including reasonable attorney's fees. c. Subject to the last sentence of this paragraph, the Design/Builder agrees that, despite the fact that such Separate Contractor is not in privity of contract with the Design/Builder, such Separate Contractor shall have the right to bring a direct cause of action against the Design/Builder for its (and its Subcontractors') acts and/Or omissions under this Agreement which result in damages or losses to such Separate Contractor. The foregoing agreement of the Design/Builder shall; howeVer, onlybe enforceable by Separate Contractors who grant such a direct cause of action to the-Design/Builder under their respective separate contracts with the City and_whOJ have also, agreed to assume the liabilities and obligations assumed by the Design/Builder under this Section 17.6. d. The Design/Builder shall promptly remedy damage caused by the Design/Builder or its Subcontractors to completed or partially completed construction or to property of the City or Separate Contractors. The City shall incorporate provisions comparable to those set forth in this Article 17 into each contract it enters into-with a Separate Contractor, and accordingly notify the Design/Builder in writing. ARTICLE 18 GUARANTEES AND WARRANTIES 18.1. Guarantees and Warranties required by the Contract Documents shall commence on the Substantial Completion '_Date of the Work (or date of Partial Substantial Completion, as applicable), unless otherwise provided, and shall be in effect for a period of one (1)year, unless otherwise provided in the Contract Documents. To the extent there is any conflict as to the applicable tirl e pen od of coverage for any Guarantee or Warranty to be provided by the Design/Builder under the Contract Documents, the longer period of time for any such Guarantee or Warranty shall govern, without regard to any Guarantees or Warranties provided 'by SubcontractorsDesgn/Builder shall provide the Guarantees and Warranties required by the Contract Documents, without regard to whether the Subcontractors or Suppliers provided the Guarantees and Warranties. 18.2. The Design/Builder shall correct all defects discovered within one (1) year (or such longer period of time if provided in the Contract Documents) following the Substantial Completion Date. Design/Builder shall commence repairs and/or replacement within ten (10) days after being notified by the City of the defect and will prosecute the repairs and/or replacement diligently until completed. For any replacement Work performed during the one- year period after the Substantial Completion Date, Design/Builder shall provide a new one-year Warranty for such replacement Work. 78 18.3. If the Design/Builder fails to act within ten (10) days, the City may have the repairs and/or replacement performed by others at the expense of the Design/Builder. 18.4. Written warranties furnished to the City are in addition to implied warranties, and shall not limit the duties, obligations, rights and remedies otherwise available under Applicable Law or the Contract Documents. The Design/Builder shall also furnish any special Guarantees or Warranties called for in the Contract Documents. ARTICLE 19 PRODUCT REQUIREMENTS/SUBSTITUTIONS 19.1. Whenever a material, article or piece of equipment is identified ,in the Contract Documents including, without limitation, in the DCP, by reference to manufacturers' or vendors' names, trade names, catalog numbers, or otherwise, it is intended merely to establish a standard and, unless it is followed by words indicating that "no substitution is permitted," any material, article, or equipment of other manufacturers and vendors which will perform or serve the requirements of the general design will be considered equally acceptable provided the material, article or equipment so proposed is, after review and evaluation at the materials that must be submitted in support of the substitutionsset forth'in Section,19.2 herein, in the opinion of the Design Criteria Professional: (a) at least equal in quality, durability, appearance, strength and design; (b) performs at least equally the function imposed in the general design for the Project; (c) conforms, to the detailed requirements for the items as indicated by the Contract Documents; and (d) carries the same Guaranty or Warranty of the specified equipment. 19.2. All substitution requests will be made in accordance with the requirements in Division 1, of the Project specifications, via written request which shall include a Shop Drawing and/or Change Order which shall be attached to a detailed description of the originally specified item and a detailed description of the proposed .substitution. A comparison letter itemizing all deviations from specified items must be included for the Design Criteria Professional to properly evaluate any proposed substitution. Failure to provide the deviation comparison letter shall automatically constitute a'denial of the request. 19.3. Any changes inclusive of design changes, made necessary to accommodate substituted equipment under this paragraph shall be at the sole expense of Design/Builder. 19.4. Consultant's written consent will be required as to acceptability, and no substitute will be ordered,installed or utilized without the Design Criteria Professional's prior written acceptance, which will be evidenced by-an accepted Shop Drawing or other written approval provided by the DCP or Contract Administrator. City may require Design/Builder to furnish, at Design/Builder's expense, a special performance Guarantee or other warranty with respect to any substitute. ARTICLE 20 PUBLIC INFORMATION Design/Builder shall coordinate with and assist the City and its Public Information Officer with respect to all matters relating to the Project. At all times, Design/Builder shall provide accurate and current information to the fullest extent possible, and shall assist in identifying potential impacts that should be communicated in advance with the public including, but not limited to, matters relating to maintenance of traffic plans, road closures, and other Work 79 that may involve substantial noise or other disruptions. Design/Builder shall participate in public meetings and other public relations efforts with the community, as necessary. ARTICLE 21 QUALITY CONTROUQUALITY ASSURANCE In accordance with the requirements of Appendix E and Division 1 of the Project Specifications, the Design/Builder shall be responsible and accountable for the quality control of the Work including, without limitation, all quality control testing and inspections for the Work. The Design/Builder shall supervise the Work of all Subcontractors, reviewing construction means, methods, techniques, sequences and procedures, providing instructions to each when their Work does not conform to the requirements of the Contract Documents. Thepesign/Builder shall be responsible for ensuring that each Subcontractor ninakes, whatever necessary corrections are required in a timely manner, so as to not affect the eft-lent•and timely progress of the Work. The Design/Builder shall receive copies of all Claims or reports issued%by the Consultant (with copy to the City) relative to the performance or acceptability bf Work: Should disagreement occur between the Design/Builder and either the Contract Administrator or the Consultant over acceptability of Work and its conformance with the requirements;of the Contract Documents of the Project, the City shall be the final judge of performance and;acceptability, and noncompliant Work shall be corrected accordingly:—The City may employ independent firm(s) for verification testing of the quality control testing performed by or th behalf of Design/Builder. However, the City shall not be obligated to have such verification testing performed, nor shall its commissioning, or election not to commission, such verification testing relieve Design/Builder of its independent obligations under the Contract Documents to perform such quality control testing and inspections and ensure the Work complies with the Contract Documents. The Design/Builder will exercise reasonable care and diligence=in discovering and promptly reporting to City any defects or deficiencies in the Work. The Design/Builder shall establish the Project Schedule and review the progress schedules submitted by Subcontractors in order to ensure proper and timely completion of the Work: ARTICLE 22 -ADDITIONAL TERMS &CONDITIONS 22.1. Representations and Warranties. The Design/Builder further represents and warrants as of the date hereof and throughout the term of this Agreement: a. That it has the financial resources, is solvent, and is sufficiently experienced, fully and properly licensed'(to the extent required by Applicable Laws) and competent to properly and timely-perform this Agreement, that the material facts stated or shown in any papers submitted or referred;to in connection with this Agreement, including, without limitation, Design/Builder's_responses to the City's RFP, and all other Contract Documents, and any subsequent additions thereto, are true in all material respects. b. That is has full power and authority, and has obtained all corporate approvals necessary, to execute and perform this Agreement, and the same is a legal, valid and binding obligation of the Design/Builder, enforceable against the Design/Builder in accordance with its terms, subject to bankruptcy, equitable principles and laws affecting creditor's rights generally; c. That it has the required authority, ability, skills and capacity to perform, and shall perform, the Work in a manner consistent with sound engineering and construction principles, Project management and supervisory procedures, and reporting and accounting procedures; 80 d. That it has carefully examined and analyzed the provisions and requirements of this Agreement as of the Effective Date, that it has thoroughly inspected the Project Site and satisfied itself from its own investigations as to the general nature of the things needed for the timely and proper performance of this Agreement; e. That the Project is constructible, the performance of the Work within the timeframe established in the Project Schedule and for an amount not to exceed the Contract Price in accordance with the provisions and requirements of the Contract Documents is feasible and that it can and shall perform its responsibilities and duties within the Project Schedule and for an amount not in excess of the Contract Price and in accordance with the provisions and requirements of the Contract Documents; f. That no member of the City Commission, or other City official, agent:,or employee has a financial interest directly or indirectly in this Agreement or the corn_ pensation to'be paid hereunder, or will have such an interest for the term of this Agreement;)and;that no individual has, or will have, any interest in the Project or this Agreement which is prohibited by law; g. That, except only for those representations, statements or'promises expressly contained in the Contract Documents, no representation, statement or promise, verbal or in writing, of anykind whatsoever bythe Ci City, its Commission members; officials, agents, employees or consultants has induced it to enter into this Agreement or-has been relied upon by it, including any referring to: (i) the meaning, correctness, suitability, or completeness of any provisions or requirements of this Agreement; (ii) the nature, existence or location of materials, structures, obstructions, utilities or conditions, surface or subsurface, which may be encountered at or on the Project Site; (iii) the'nature, quantity, quality or size of the materials, equipment, labor and other facilities needed-for the performance of this Agreement (iv) the general or local conditions which may in any way'affect this Agreement or Design/Builder's performance thereof; (v) the price Of performing Work-under this Agreement; or (vi) any other matters, whether similar to or different from:those referred to in (i) through (v) immediately above, having any connection with this Agreement, the negotiation thereof, any discussions thereof, the performance thereof or those employed or connected therewith; h. That it was given ample opportunity and time, and was hereby requested by the City to review thoroughly all doëumints forming or relating to this Agreement prior to execution of this Agreement; and That it has knowledge of all the Applicable Laws in effect on the Effective Date of the Agreement and of all business practices in the jurisdiction within which the Project Site is located that must be followed to properly and lawfully perform the Work. The Design/Buildershall provide to the City evidence of its authority to do business and perform certain professional services in the State of Florida including, without limitation, certificates of good standing, authority and/or registration issued by the Office of the Secretary of State of Florida and Florida's Department of Business and Professional Regulation (as applicable). The City's failure to request such information should the Design/Builder fail to timely produce such evidence shall not, in any way, relieve Design/Builder of its obligation to obtain, maintain current or furnish evidence of, any and all applicable licenses, certifications, registrations and permits as required herein and/or as required by the other Contract Documents. If, following Design/Builder's furnishing of such evidence, the City determines it requires further evidence regarding same, upon City's request; Design/Builder shall furnish such additional evidence to City in a form and manner acceptable to the City. 81 22.2. Counterparts. This Agreement is comprised of several identical counterparts, each to be fully executed by the Parties and each to be deemed an original having identical legal effect. 22.3. Amendment. Except as otherwise expressly provided in this Agreement (including with respect to Construction Change Directives), no Amendments or changes to the Contract Documents, or any part thereof, shall be valid unless in writing and signed by both of the Parties hereto, or their respective successors and assigns. 22.4. Applicable Laws. The Design/Builder shall comply, and shall cause,all Subcontractors to comply with all Applicable Laws and governmental agencies ;and authorities having jurisdiction over the Work, the Project and/or the Project Site, now;existing'br hereinafter in effect. Each and every provision required by law to be inserted in.This Agreement ehall be deemed to be i n serted herein and this Agreement shall be read and enforced as though it were included herein, and if, through mistake or otherwise, any sucfifrovision is not so inserted or is not correctly inserted, or is inserted but is subsequently amended, then upon the application of either Party, this Agreement shall forthwith be amended to make such insertion or to incorporate such amendment. In no event, however, shali'thefailure to insert such provision into this Agreement prevent the enforcement of same or relieve the Design/Builder of its obligation to fully comply with the same. Nothing contained herein shall be deemed to impose upon the Design/Builder any obligation to perform acts or furnish services in violation of Florida law or condone the performance of such acts or furnishing of such services in violation of,Florida law, it being understood that the professional architectural, engineering and other' design services covered by the aforesaid Agreement including, without limitation, the preparation of the Design Documents and Construction Documents, shall be provided by the Consultant or its professionally licensed Design Subconsultants. 22.5. Interpretation. Any and allheadings of this Agreement are for convenience of reference only and do not modify, define or limit the provisions thereof. Words of any gender shall be deemed andconstrued to include correlative words of the other gender. Words importing the singular number shall include the plural number and vice versa, unless the context shall otherwise.indicate.All references to any exhibit or document shall be deemed to include allsupplements"and/or amendments to any such exhibits or documents entered into in accordance with the terms hereof and thereof. All references to any person or entity shall be deemed to include any person or entity succeeding to the rights, duties, and obligations of such_pTerson -or entity in accordance with the terms of this Agreement, unless expressly stated otherwise 22.6. Severability If any provision of this Agreement shall be held to be inoperative or unenforceable aeapplied in any particular case in any jurisdiction because it conflicts with any other provision hereof or any constitution, statute, ordinance, rule of law or public policy, or for any other reason, such holding shall not have the effect of rendering the provision in question inoperative or unenforceable in any other case, or of rendering any other provision herein contained inoperative or unenforceable to any extent whatsoever . The invalidity of any one or more phrases, sentences, clauses or sections contained in this Agreement shall not affect the remaining portions of this Agreement or any part hereof, and they shall otherwise remain in full force and effect. 82 22.7. Publicity. Except as coordinated with the Public Information Officer pursuant to Article 20 herein, the Design/Builder, its officers, agents, employees and its Consultants, Design Subconsultants, Subcontractors, Suppliers and their respective officers, agents and employees, shall not issue publicity news releases or grant press interviews relating to the Project without the express prior written consent of the City. In addition, except as may be required by law during or after performance of this Agreement, the Design/Builder shall not disseminate any information of any nature whatsoever regarding the Project without the express prior written consent of the City. In the event the Design/Builder, its officers, agents, employees and its Consultants, Design Subconsultai ts, Subcontractors, Suppliers and their respective officers, agents and employees, are presented with a subpoena duces tecum regarding the Project records, data, or documents, then such person or entities shall immediately give written notice to the City and the City Attorney with the understanding that the purpose of so doing is to provide City the opportunity to contesf suet process by any lawful means available to it before such records, data, or documents are submitted to a court or other third parties; provided, however, the Design/Builder shall comply with all such legal processes when required to do so. 22.8. Public Entity Crimes Act. In accordance with.the Public Entity Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a Design/Builder, contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a Public Entity Crime, may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City_for the construction or repair of a public building or public work, may not submit bids on leases of real property to the City, may not be awarded or perform work under a contract with the City and may not transact any business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, as amended, for category two purchases for a, perk of thirty-six (36) months from the date of being placed on the convicted vendor list. Violation of this Section shall result in cancellation of the City purchase and may result in debarment.. 22.9. No Waiver of Legal Rights. No approval given by the City under this Agreement shall operate to relieve the Design/Builder from any of its responsibilities under this Agreement or be deemed as an approval by the,City of any deviation contained in any items or documents subject to ,such approval or of any failure by the Design/Builder to comply with any requirement of this Agreement or any provision of the other Contract Documents, unless such deviation or failure-has been specifically identified by the Design/Builder and approved by an Amendment to this Agreement. Unless the City has specifically approved a deviation from the Contract Documents in writing by an Amendment, the City shall not be precluded or estopped by any City approval, review, measurement, estimate or certificate made by City either before or after7the completion and acceptance of the Work and/or any payment therefor, from(a)showing the true amount and character of the Work performed and goods and materials furnished by the Design/Builder, or showing that any measurement, estimate or certificate is untrue or incorrectly made, or that the Work or goods and materials do not conform in fact to this Agreement or any other Contract Documents, or (b) recovering from the Design/Builder and its sureties such damages as it may sustain by reason of the Design/Builder's failure to comply with the terms of this Agreement. Except as provided herein, neither the acceptance by the City, or any representative of the City, nor any payment for or acceptance of the whole or any part of the Work, nor any extension of time, nor any possession taken by the City, shall operate as a waiver of any portion of this Agreement, or of any power herein reserved or any right to damages herein provided. A waiver of any breach of this Agreement shall not be held to be a waiver of any other breach 83 whether prior to or subsequent thereto. The City's delay in declaring that a breach has occurred or otherwise asserting its rights under this Agreement shall not constitute a waiver of such breach or limit any of the City's rights under this Agreement. 22.10. Ownership of Design Materials and Documents. The copies or other tangible embodiments of all design materials, whether or not such materials are subject to copyright or other intellectual property protection, including documents, Shop Drawings, computer programs and electronic information developed for the Project (or to the extent that such programs and electronic information are not the property of the Design/Builder, the Consultant, Design Subconsultant or Subcontractor, the results of the:use thereof by the Design/Builder), data, plans, drawings, sketches, illustrations, specifications, descriptions, models, the Schematic Design Documents, the Design Documents, the Construction Documents, and any other documents developed, prepared, furnished, delivered or required to be delivered by the Design/Builder, the Consultant, Design Subconsultant, or Subcontractor to the City under the Agreement (collectively, "Design Materials") shall be and remain the property of the City, whether or not the Project and/or Work is commenced or completed. During the term of this Agreement, the Design/Builder shall be responsible for any loss or damage to the Design Materials, while such Design Materials are in the possession of the Design/Builder or any of its Consultants, Design Subconsultants, or Subcontractors, and any such Design Materials lost or damaged shall{'be replaced and restored at the Design/Builder's expense. The intellectual property rights,_if any, to the Design Materials or the contents of or concepts embodied in the_Design Materials shall belong to the Design/Builder, the Consultant, Design Subconsultants or.Subcontractors in accordance with their contractual relationship and may be copyrighted or made the subject of any other form of intellectual property protection by them in the United States or in any other country. As to those Design Materials subject to, or which will be subject to, any form of intellectual property protection, the Design/Builder hereby grants (and will cause to be granted and delivered to the City from the Consultant, Design Subconsultants and Subcontractors), as of the date that such Design Materials are -delivered or required to be delivered to the City, a worldwide, paid-up exclusive, irrevocable, transferable license for the term of the intellectual property protection, for the City to use, reproduce and have reproduced, display and publish (and to allow others to use, reproduce and have reproduced, display and publish, in any manner, at any time and as often as such others desire, with or without compensation to the City), such Design Materials and any derivative thereof without further compensation to the Design/Builder, Consultant, Design Subconsultant, Subcontractor or any third party beyond the payments specified for design fees in Article 7 herein, subject to the restrictions set forth below: a. The City shall not, without the prior written consent of the Design/Builder, the Consultant or appropriate Design Subconsultant, or Subcontractor, as the case may be, use such Design Materials or documents, in whole or in part, for the construction of any other project. The City may, however, at no cost to the City, use such Design Materials and documents for additions, improvements, changes, repairs, maintenance or alterations to the Project. In the event of termination of this Agreement the City shall be entitled to use such Design Materials for completion of the Project by others without additional compensation. b. Any reproduction of any Design Materials or part thereof shall be faithful and accurate to the original and of good quality. 84 c. The City shall not remove or alter, and shall reproduce and prominently display on all copies made by the City, the copyright notice and other proprietary legends appearing on such Design Materials when delivered to the City. The Design/Builder acknowledges that the City considers the Project's aggregate architectural expression (that is, the overall combination of the Project's design features), and any distinctive individual features thereof, to be unique and of commercial value, and the Design/Builder, the Consultant, Design Subconsultants, and Subcontractors agree not to design or build, or allow other third parties the use of the Design Materials to design or build, another structure having a substantially similar aggregate architectural expression or substantially similar distinctive individual features.' 'The Design/Builder, Consultant, Design Subconsultants and all Subcontractors shall, however''be free to use individual features, details or systems from the Project or combinations of such features in other projects, so long as such parties comply with the provisions of this Section 22.10. The Design/Builder shall include this provision in its contracts with Subcontractors and in all contracts for Design Subconsultants, and provide copies of all such agreements to the City. ii. Within ten (10) days of the earlier of the. Substantial Completion Date of the Project or the date of termination of the Agreement, the Design/Builder shall deliver to the City all of the Design Materials referred to in Section 22.10 above which have not yet been submitted to the City. 22.11. Non-Collusion. The Design/Builder, in performing its obligations under this Agreement, shall comply with all Federal, State and local laws, rules and regulations regarding collusion and bribery. 22.12. Right to Entry. The Design/Builder shall use, and shall cause its Consultants, Design Subconsultants and Subcontractors to use,a reasonable degree of care when entering upon any property owned by the City in connection with the Project. In the case of property not owned by the City, the Design/Builder and its Consultants, Design Subconsultants and Subcontractors shall comply with any and all instructions and requirements for the use of such property. In the case)-of property ownedby any other entity, the Design/Builder shall separately negotiate and obtain any license or permission to enter upon such property. 22.13. No Personal Liability of Public Officials. In carrying out any of the provisions of this Agreement or in exercising any power City granted to them hereby, there shall be no liability upon any City official, their authorized representatives, or any employee of the City, either personally or as employees or officials of the City, it being understood that in such matters they act as agents and representatives of the City. 22.14. Project Commencement. The Design/Builder shall commence performance of its Design Phase Obligations under this Agreement and may commence performance of its Construction Phase obligations under this Agreement promptly following the date the NTP is delivered by the City. The Design/Builder shall not be required to perform any construction, and shall not be entitled to receive any payments with respect to construction, until the issuance of the NTP. 22.15. Risk of Loss. Regardless of passage of title, the risk of loss to any of the Work and to any goods, materials and equipment provided, or to be provided, under this Agreement, shall remain with the Design/Builder until the Substantial Completion Date. Should any of the Work, or any such goods, materials and/or equipment, be destroyed, mutilated, defaced 85 or otherwise damaged prior to the time the risk of loss has shifted to the City at the Substantial Completion Date, the Design/Builder shall repair or replace the same at its sole cost. The Performance and Payment Bond or other security or insurance protection required by the Contract Documents or otherwise provided by the City or the Design/Builder shall in no way limit the responsibility of the Design/Builder, under this Section. 22.16. Right to Apply Monies Due. In addition to other available remedies, the City shall have the right to deduct from any funds and monies due or thereafter to become due, to the Design/Builder, including funds retained by the City under the retainage provisions of this Agreement, any amounts due to the City from the Design/Builder as a result of any losses, expenses, damages, obligations or liabilities for which the Design/Builder is responsible pursuant to the provisions of this Agreement, including liquidated-damages and costs to repair and/or replace defective work not properly and/or timely repaired ;or replaced by Design/Builder, and apply said funds deducted toward the satisfaction of such\losses, expenses, damages, obligations or liabilities. 22.17. It is expressly provided, however, that the deduction and application of such funds shall not apply if the Design/Builder undertakes and makes,payment in of the amounts so due and payable. However, such payment by Design/Builder shall-not, in any event, relieve the Design/Builder of its responsibility or liability for any mounts owed in addition to those amounts deducted by the City. Signs. The Design/Builder-shallinstall and maintain until Final Completion of the Project signage as required by the Contract Documents. Prior to installation, the signs shall be subject to the review and approval of the Contract Administrator, said approval not to be unreasonably ,withheld. Also, subject to the prior approval of the Contract Administrator, the Design/Builder may choose and subsequently change the location of the signs. Except for signage necessary for safety or traffic control, neither the Design/Builder, nor any Subcontractor shall be permitted to display or install any other signs or any advertising, including signs or identification on sidewalk canopies or trailers, at the Project Site, other than those signs customarily appearing on the Design/Builder's or a Subcontractor's construction equipment. The City reserves the right to install signs at the Project Site, provided that such signs do riot unreasonably interfere with the Work. 22.18. Venue and Governing Law. a. This Agreement shall be governed as to performance, interpretation and jurisdiction by the_ laws of the State of Florida, without regard to conflicts of law rules. This Agreement shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for the enforcement of same shall be in Miami-Dade County, Florida. BY ENTERING INTO,' THIS AGREEMENT, THE DESIGN/BUILDER AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF THE PROJECT. DESIGN/BUILDER SHALL SPECIFICALLY BIND ITS PROJECT TEAM MEMBERS, CONSULTANT, SUBCONSULTANTS, AND SUBCONTRACTORS TO THE PROVISIONS OF THIS AGREEMENT AND THE CONTRACT DOCUMENTS. IN THE EVENT OF A CONFLICT BETWEEN THIS PROVISION AND ANY TERM OR CONDITION IN ANY PROJECT_RELATED AGREEMENT, THE CONTRACT DOCUMENTS SHALL GOVERN AND TAKE PRECEDENCE. 86 b. The Design/Builder hereby irrevocably submits itself to the original and exclusive jurisdiction and venue of the Circuit Court of Miami-Dade County, Florida, with regard to any controversy in any way relating to the award, execution or performance of this Agreement. The Design/Builder agrees that service of process on the Design/Builder may be made, at the option of the City, either by registered or certified mail addressed to the Management Representative, by registered or certified mail addressed to any office actually maintained by the Design/Builder, or by personal delivery on the Design/Builder's Project Manager or any officer, director, or managing or general agent of the Design/Builder. 22.19. Notices. All notices and other communications given or required _Oderthis Agreement shall be in writing and may be delivered personally, by recognized overnight courier (such as Federal Express, DHL, or the like), or by placing in the United Stales malt first class and certified, return receipt requested, with postage prepaid and addressed. a. If to the City, to the Contract Administrator, at such address specified in;writing by the Contract Administrator, provided that copies of notices pertaining to a failure on_the part of the City to perform in accordance with the terms of this Agreement shall be sent to the Contract Administrator and to the following, and to such other persons as may be'designated in writing by the City: Department of Public Works Director:,.. b. If to the Design/Builder, to the Design/Builder's Project Manager, at such address specified in writing by the Project Manager,>provided that copies of notices pertaining to a failure on the part of the Design/Builder to perform in accordance with the terms of this Agreement shall be sent to the Project Manager and to such other persons as may be designated in writing by the Design/Builder. Attention: . c. Notices may also be sent by e-mail provided that such notice is followed up with a hard copy in a manner set forth above. d. Notices;delivered by mail shall be deemed effective three (3) business days after mailing in accordance with this Section. Notices delivered personally, by e-mail, or by overnight courier shall be deemed effective upon;receipt. 22.20. Successors andAssigns. No part of this Agreement shall be assigned by the Design/Builder, nor shall any Agreement funds or Claims due, or to become due, be transferred or assigned (other:than to—the sureties issuing the Performance and Payment Bond, to the extent required as a condition to the issuance thereof), without the prior written approval of the Contract Administrator, but in no case shall such consent relieve the Design/Builder from its obligations or-change the terms of this Agreement in any way. The transfer or assignment of any Agreement funds which shall be due, or become due, to the Design/Builder either in whole or part, or any interest therein, without prior written approval by the Contract Administrator, shall cause the annulment of said transfer or assignment. The Design/Builder shall not delegate any of its duties hereunder except as provided in this Agreement. However, Design/Builder's delegation of any of its duties under this Agreement shall in no way relieve Design/Builder of its obligations under the Agreement including, without limitation, ensuring the Work complies with the Contract Documents and the Project is delivered properly and timely to the City and able to be fully functional and used for its intended purpose. In the event that the City approves the transfer or assignment of this Agreement, this Agreement shall become binding on successors and assigns and this requirement shall survive completion or termination of this Agreement. 87 22.21. Entire Agreement. The Contract Documents shall constitute the entire agreement between the Parties, and no inducements, considerations, promises, or other references shall be implied in this Agreement that are not expressly addressed herein. 22.22. Recycled Content. In support of the Florida Waste Management Law, Design/Builder is encouraged to supply any information available regarding recycled material content in the products provided. City is particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, etc.); and the percentage of recycled material contained in the product. City also requests information regarding any known or potentials aterial content in the product that may be extracted and recycled after the product has served:its intended purpose. 22.23. No Contingent Fee. Design/Builder warrants that it has not employedor,retained any company or person, other than a bona fide employee working solely for-Design/Builder, to solicit or secure this Agreement, and that it has not paid or agreed to pay.any person, company, corporation, individual or firm, other than a bona fide employee working solely for Design/Builder, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach';or violation of this provision, City shall have the right to terminate the Agreement immediately without liability at its discretion, to deduct from the Contract Price, or otherwise recover,_the full amount of such fee, commission, percentage, gift or consideration. 88 IN WITNESS WHEREOF, the parties have executed this Agreement on the date first written above. Attest: CITY OF MIAMI BEACH, FLORIDA City Clerk Mayor Attest: DESIGN/BUILDER: Signature Signature Name/Title Name/Title \, • 89 APPENDIX A PROJECT DESCRIPTION AND PROJECT SITE Refer to the RFP and DCP for project description. 90 APPENDIX B LIST OF REPORTS AND PROJECT PLANS 1.1. Narrative Reporting Subsystem. The Design/Builder shall prepare monthly and/or daily written reports as described hereunder. All written reports shall be in 8 1/2" X 11" format. The Design/Builder shall ensure that the City is provided a copy. The Narrative Reporting Subsystem shall include the following reports: a. A Monthly Executive Summary, which provides an overview of the Project's progress, current issues and pending decisions, future developments and expected achievements, and any problems or delays, including code violations found by, end delays in obtaining and/or renewing any requisite permits from, any permitting authority. ;,, b. A Monthly Cost Narrative describing the current construction cost estimate status of the overall Project and Amendment or potential Claim status (i.e., amount, reason for change, responsibility), which shall be addressed in detail. c. A Monthly Scheduling Narrative summarizing the current status of,the.overall Project Schedule. This report shall include an analysis of the various Project Schedule components, a description of the critical path, and other.analyses as necessary to compare planned performance with actual performance of the Work. The Narrative should include descriptions of any logic or other changes to the updated Project Schedule versus the baseline Project Schedule and previous Updates. d. A Monthly Construction Progress Report during the Construction Phase summarizing the overall progress of the Work of the Design/Builder and the various Subcontractors. This report shall include information from the weekly Project Site meetings, as applicable, such as general conditions, long lead supplies, current deliveries, safety and labor relations, Project permits,construction problems and recommendations, and plans for the succeeding month. The format for the Monthly Construction Progress Report must be approved and accepted by_ the City, the Resident Project Representative and Consultant, and-Will establish the-format to be used for each subsequent Monthly Construction Progress Report. Design /Builder shall index, bind and tabulate the Monthly Construction Progress Report; in a manner acceptable to the City. The Monthly Construction Progress Reports shall include photos documenting the progress of the Work. The photos,will be 8" x 10" in size, with the date and location noted on the back of each photo_ A back-up flash drive or CD of the photos is to accompany the hard copies ofthe photographs. The Monthly Construction Progress Reports and Project photos are to be made an attachment to the Design/Builder's monthly Application for Payment. e. A Daily Constriction Diary or bound log, maintained in English, during the Construction Phase describing events and conditions on the Project Site. The diary shall be maintained at the Project Site and available to members of the City at any time upon request, and shall set forth, at a minimum, for each day: the weather conditions; how any weather conditions affected progress of the Work; time of commencement of Work for the day; the Work performed; materials, labor, personnel, equipment and Subcontractors utilized for the Work; any idle equipment and reasons for idleness; visitors to the Project site; any special or unusual conditions or occurrences encountered; any materials delivered to the Project site; and the time of termination of Work for the day. A bound copy of the complete diary shall be submitted to the City at Substantial Completion of the Project. 91 The written reports outlined in the Section above shall be bound with applicable computer reports and submitted monthly during the Pre-Construction Phase based on the then-current available Construction Documents, and monthly during the Construction Phase. Copies shall be transmitted by Design/Builder to the City and others designated by the Contract Administrator with each monthly Application for Payment. Additional copies of the reports outlined in this Section shall be bound separately and distributed monthly as directed by the Contract Administrator. Certain electronic copies of reports shall be transmitted electronically to the Contract Administrator and others as may be designated by the Contract Administrator. 1.2 Proiect Manual/Management Plans. Within forty-five (45) days of the Effective Date of the this Agreement, the Design/Builder shall develop a comprehensive" Project Management Plan describing the services set forth in the Contract Documents and document such plans in the Project Manual. The Project Manual shall serve as the Project'Managernent Plan, and shall include at a minimum, the following sections: a. Project Organizational Chart. A summary organizational chart showing the interrelationships between the various representatives of the Project, other supporting organizations, and permitting review agencies. Detailed charts showing organizational elements participating in this Project shall be included for each of the Key Members of the Project: b. Responsibility Performance-Chart:` A detailed matrix showing the specific responsibilities and interrelationships of the various Project representatives. The Responsibility Performance Chart shall indicate primary and secondary responsibility for each specific task required to deliver this Project. The Design/Builder shall develop a similar chart'for the personnel within its own organization who are assigned to the Project, and for the personnel of the Key Members of the Project from: data supplied by each. Is it Project Manual or Project Management Plan? c. Communications Procedures. The Design/Builder shall establish written procedures-for communications and coordination required between Key Members of the Project throughout the Project. Procedures shall cover such items as correspondence, minutes, reports, inspections, team meetings, technical reviews, design reviews, and other necessary communications and timing of such communications as applicable. The Design/Builder shall use electronic communication whenever possible. Design/Builder shall create a masteF'email'list with a matrix of items to be circulated to the appropriate entities and/or -_personnel, including, without limitation, the Consultant, Design Subconsultants, the RPR, the City, Subcontractors and others. d. Safety Plan. The Design/Builder shall develop a comprehensive safety program for the Project to meet all applicable Federal, State and Local safety requirements. This will include a comprehensive program for ensuring safety of all persons and property affected by the Work. e. Quality Assurance/Quality Control (QA/QC Plan). The Design/Builder shall develop and maintain an effective Quality Assurance and Quality Control Plan and procedures as delineated in Appendix E hereto, to ensure that materials furnished and quality of Work performed are in accordance with the Construction Documents and other Contract Documents. 92 f. Crisis Management Plan. The Design/Builder shall develop a Crisis Management Plan, describing a general approach to, and identifying emergency contacts in case of, crisis situations, e.g., hurricane, riot, etc., that permits, to the fullest extent possible, uninterrupted progress or performance of the Work or prompt resumption of the Work. g. Security Plan. The Design/Builder shall develop and maintain a comprehensive Security Plan to protect the Project Site including, without limitation, the Work installed and the equipment and materials stored within aid to protect the materials stored off-site, against theft, vandalism, fire,and accidents, etc., as required by job and location conditions. Mobile equipment\and operable equipment at the Project Site, and hazardous parts of new construction subject to mischief, shall be locked or otherwise made inoperable .or protected when unattended. h. Maintenance of Traffic and Proiect Site Logistics. The Design/Builder shall prepare a logistics, access staging and maintenance of traffic,plans for thisProject. The plans shall contain specific procedures for minimizing the_disruptionl'of surrounding operations and inconvenience to the public accessing the Project-Site and residents in the-surrounding areas, such as residents and visitors who must traverse the Project Site to access their residences, hotels or other businesses. The Project Site Logistics Plan shall include documents illustrating the scale and relationship of Project components based on the Project's current and future requirements, Project Schedule and constriction budget requirements. The Design/Builder shall ascertain what temporary enclosures, if any,of building areas should be provided for, and may be provided, as a practical matter, in order to assure orderly progress of the Work in periods when extreme weather conditions are likely to be experienced. Risk Management Plan The,Design/Builder will identify those issues which could impact the successful and timely completion of the Project within the approved Project baseline schedule on,a risk register. The Design/Builder will identify, evaluate, and assess Project risks using a SWOT (strengths, weaknesses, opportunities and threats) analysis sufficient to develop customized„Project:control strategies that maintain visibility and ensure timely initiation of corrective actions-should they be required. Assessed risk levels will determine the control level to be used"for each Project element, incorporating planned risk responses to mitigate-potential impacts: 1.3 Administeative_Records The Design/Builder will maintain, on a current basis, unless agreed to otherwise by the Contract Administrator, all files and records for the Project such as, but not limited to, the following: • Punch Lists • Cost Proposal Requests • Bid Analysis/Negotiations/Award Information Contracts/Purchase Orders w/changes • Material/Equipment Records • Delivery Logs • Payment Records • Transmittal Records • Inspection Reports • Project Schedule, Construction Schedule and Updates thereto • Suspense (Tickler) Files of Outstanding Requirements 93 ■ Prevailing Wage Reports ■ Shop Plan Submittal/Approval Logs • Contract Documents ■ Warranties and Guarantees • Cost Accounting Records • Labor Cost Records • Material Cost Records • Equipment Cost Records ■ Payment Record Requests • Subcontractor Pay Exception Reports • Meeting Minutes • Cost Estimates ■ Bulletin Quotations • Lab Test Reports • Insurance policies, Insurance Certificates and Bonds • Technical Standards • Design Handbooks • "As-Built" Marked Prints ■ Operating & Maintenance Instruction Manuals and Lists • Daily Progress Reports& Subcontractor Daily Reports` ■ RFIs, RFCs and Associated Logs • Monthly Progress Reports • Project Correspondence Files • Project Manual The above Records shall be available to the Contract Administrator, Project Coordinator, Resident Project Representative, and other City representatives for reference or review at any time. 94 APPENDIX C FORM OF FINAL CERTIFICATE OF PAYMENT FINAL CERTIFICATE OF PAYMENT: PROJECT: Consultant: (name, address) BID/CONTRACT NUMBER: TO (City): Contractor CONTRACT FOR: NOTICE TO PROCEED DATE(S): DATE OF ISSUANCE: The undersigned hereby certifies and attests to the following: All conditions or requirements of any permits or regulatoryagencies have been satisfied. All documents required by the Contract Documents have been received and accepted. The Work required by the Contract Documents has been reviewed and the undersigned certifies that the Work, including minor corrective-work, has been completed in accordance with the provisions of the Contract Documents and is accepted under the terms and conditions thereof. CERTIFIED AND ATTESTED TO: Consultant` BY DATE Witness for Consultant BY DATE Design/Builder BY DATE Witness for Design/Builder BY DATE 95 Based upon the representation and certification of the Consultant and Design/Builder regarding the proper completion of the Work, the City, through the Contract Administrator, accepts the Work as fully complete and will assume full possession thereof at (time) (Date) City of Miami Beach, Florida By Contract Administrator Date 96 APPENDIX D PROJECT SCHEDULE 97 APPENDIX E QUALITY CONTROL/QUALITY ASSURANCE The Design/Builder shall submit, subject to the approval of the City, a comprehensive Quality ControVQuality Assurance Plan as provided in the Contract Documents that includes the components required herein and in other provisions of the Contract Documents. The City shall monitor and review the performance of the Quality Control Plan by the Design/Builder, including observation of inspections and testing activities, as provided in the Contract Documents. All Submittals required pursuant to the Design/Builder's Quality Control Plan, or in other provisions of the Contract Documents, shall be delivered to the City, unless otherwise'expressly provided in the Contract Agreement. The City shall have the right to reject Work which does not conform to the Contract Documents. If the City determines that a defect or nonperformance exists; the Design/Builder shall cause the defective or nonconforming condition to be corrected or replaced with a conforming installation, product or result, subject to the approved Quality Control'Plan, provisions of the Contract Documents and approval of City. City's failure to_ identify and/or reject any;defective or non- conforming Work shall not operate to waive Citys 'right to_ subsequently demand that Design/Builder remedy any defective or non-conforming Work in accordance with the Contract Documents. 1. Quality Control (QC) Plan. The Design/Builder shall submit for the City's approval a Quality Control Program Plan for the execution of the Work and the Design/Builder shall organize and conduct all activities to be performed under the Contract Documents with strict attention and adherence to the approved Quality Control Plan The sod-Pe of the Quality Program Plan shall include the quality assurance and quality control elements necessary for the design, procurement, manufacturing, installation, construction, startup, integrated Systems testing, and execution of the Work by the Design/Builder and Subcontractors; and shall comply with the requirements of the Contract Documents. The Quality Control Plan shall include the preparation of documented quality control procedures and instructions in accordance with the requirements defined in this Section, as well as those specified in the Contract Documents, specifically the Construction Documents. The Design/Builder shall be,responsible for controlling the quality of all Work, including the Work of Subcontractors: The Design/Builder shall include in its Subcontracts those provisions which it considers necessary to assure that the quality of subcontracted Work will be consistent with that required of the Design/Builder; The City may audit and inspect the Design/Builder's and Subcontractors'Quality Control Programs at any time. Such_audits may be conducted on a random or routine basis and may include an audit of the Design/Buifder's inspection records and data. Additionally, the City shall have the right to witness any quality control tests or inspections and shall have access to all test data, including test procedures, test specifications and test results. Further, the City shall have the right to conduct independent tests or inspections (at the City's expense) of any material or equipment to be used in the Work. Such audits, inspections or tests conducted shall be performed to verify that all Work is performed in compliance with applicable provisions of the Contract Documents, but shall not relieve the Design/Builder of any of its obligations under the Contract. 2. Quality Assurance Management. The Design/Builder shall prepare a management structure and organizational chart which shall reflect a commitment for an effective quality assurance policy, 98 and which shall define and document its Quality Program Plan approach and objectives for, and commitment to, quality. The Design/Builder shall ensure that the Quality Program Plan is understood, implemented, and maintained at all levels of the Design/Builder's organization. Management personnel responsible for performing quality control and assurance functions shall report directly to the Design/Builder's Project Executive and Contract Administrator. a) Quality Assurance Personnel. In its Quality Program Plan, the Design/Builder shall identify the qualifications and experience of personnel responsible for implementation of quality assurance elements of the Quality Program Plan, and a description of the duties of the assigned personnel by job description. Personnel responsible for quality assurance shall be qualified by virtue of skill, education and experience on projects of similar type and complexity. The City reserves the right to approve the Design/Builder's QA/QC manager. b) Quality Assurance Verifications. The Design/Builder shall identify \internal verification requirements, provide adequate resources, and assign trained personnel for verrfication activities. Verification activities shall be performed by personnel independent of those having the responsibility for the Work being performed. Verification activities shall include verifying the adequacy and enforcement of quality control procedures as they relate to inspections, tests, monitoring of the design, procurement, construction, installation and start-up of the equipment, materials, Systems and completed Work. c) Procurement Quality Assurance The Design/Builder shall establish and employ procedures for the selection and control of Subcontractors, including suppliers, which will assure the use of qualified procurement sources and which will provide methods of monitoring the quality levels of the products and services to ensure that they conform to Contract requirements. The Design/Builder shall select Subcontractors, in part on the basis of their ability to meet the Quality Control Plan requirements. 3. Design Quality. The Design/Builder shall be responsible for the quality of all design documentation under the Contract. The Design7B uilder shall establish and utilize procedures and instructions to ensure that all design documents, including those prepared by Subcontractors, are prepared in accordance.with the standard of care required pursuant to these subsections and shall meet all other requirements of the Contract Documents. Design and verification activities shall be planned and assigned to qualified staff equipped with adequate resources. Organizational and technical interfaces between different groups within the Design/Builder's or Subcontractor's organizations which provide input into the design process shall be identified and carefully monitored by the Design/Builder to insure an accurate, complete, adequate and fully coordinated design. Such interface monitoring shall be documented and regularly reviewed. Incomplete, unsatisfactory or ambiguous integrated designs shall be identified and promptly resolved by the Design/Builder. a) Design Quality Control Procedures. Quality control with respect to the design of the Work,and all design-related documentation shall include: i. Measures to ensure that appropriate quality standards are included in the design documents and used in the selection and review for suitability of materials, equipment, systems and assemblies. ii. Drawings, specifications, reports and other documents shall be stamped and signed by the responsible architect or engineer in accordance with Applicable Laws. 99 iii. Coordination of Work performed by different persons in the same area, or in adjacent areas or in related tasks to ensure that conflicts, omissions or misalignments do not occur between or among drawings, or between the drawings and the specifications, and to coordinate the review, approval, release, distribution and revision of design documents prepared by such persons. iv. Elements of Work requiring special quality control attention or emphasis, including the applicable standards of quality or practice to be met and the level of completeness and extent of detailing required v. Development of a list, by discipline, of the names, qualifications, duties, responsibilities and authorities for all persons proposed to be responsible for quality control of design documents. vi. Any requirements for external technical experts necessary to ensure the quality of design of the Work, including the name, qualifications, duties, responsibilities and authorities, the anticipated timing of'the expected availability of, and any coordination required with respect to, any such experts. vii. Preparation of composites in coordination with the Design/Builder's Designer and equipment suppliers to the extent necessary to identify and resolve conflicts in the location of architectural features, structural members, installations and other elements of the Work. b) Design/Builder Design Quality Review. . Prior to the submittal of the design construction documents, the Design/Builder shall provide a quality assurance and control review with architects and engineers experienced in the appropriate disciplines. The criteria to be used in such reviews shall include, but not be limited to i. Conformity of Design/Builder Contract Documents and Design/Builder Drawings with the Contract Documents. ii. Assurance that all materials, equipment, and other elements of the Work have been designed to perform satisfactorily in service and in accordance with the Contract Documents. iii. The appearance, organization, and technical and grammatical accuracy of such documents. iv. Verification that such design construction documents have been checked and signed by each drafter, architect or engineer, checker and reviewer. v. Where required by the Contract Documents or applicable laws, verification that such design construction documents have been stamped and signed by the responsible engineer or architect. vi. Assurance that such design construction documents have been prepared to assure compatibility with all adjacent or dependent materials, equipment or other elements of the Work. 100 4. Quality Control of Construction, Manufacturing and Installation • The Design/Builder and each Subcontractor shall be responsible for the establishment and implementation of quality control procedures and instructions for the inspection and testing of manufactured and installed materials, equipment, and assemblies. a) Inspection and Testing. The Design/Builder shall conduct a complete review of the Contract requirements and shall identify all inspections and tests required for procurement, and the installation and construction of the project Facilities. The Design/Builder shall establish and employ written receiving inspection procedures to ensure that materials, assemblies and equipment or other elements of the Work are not incorporated into the Work until each item has been inspected or otherwise verified to conform to applicable requirements of the Contract Documents. Verification shall be in accordance with the Quality Program Plan'and other documented procedures of the Design/Builder. The Quality Control Plan and written procedures for first,article inspection, final.inspection and testing shall provide procedures to ensure that upon completion of all required inspections and tests (including those to be conducted either on receipt of-Material or equipment or while the material, equipment or other elements of the Work are in_process)the results are satisfactory and in compliance with all applicable requirements, and that the results are,documented in test reports. No material, equipment or other element of the Work shall be accepted`until all the activities specified in the Quality Control Plan and other documented procedures have been satisfactorily completed and the inspection and testing results and documentation are available and approved by the Design/Builder. The Design/Builder shall establish_and maintain records which document the fact that each item of material, equipment or other element of the Work has satisfied all applicable inspection and test criteria and other requirements.' b) Field Samples and Mock-ups. Field samples and mock-ups shall be prepared at the Project Site or other location by the Design/Builder as specified in the Contract Documents. Affected finish Work shall not be started until the Design/Builder's Authorized Representative has accepted as satisfactory field samples or mock-ups in writing. The City shall be notified in advance and afforded an opportunity to review field samples and mock-ups before affected finish Work is started. c) Design/Builder's Control Inspection and Testing. The Design/Builder shall be responsible for control inspection and testing of all materials, equipment and other elements of the Work prior to their delivery from a manufacturer, or during construction (e.g., electrical equipment load tests, soil compaction tests, concrete tests, piping system leakage tests), to ensure compliance with-the Contract Documents. Such inspection and testing shall be performed by a qualified independent testing and inspection firm, to be engaged by the Design/Builder at its expense, and approved by the City. The Design/Builder shall submit to the City the name, address, and qualifications, together with the scope of services, of the proposed testing and inspection firm at least sixty (60) Days prior to scheduled commencement of any Work involving such inspection or testing. Should the Design/Builder desire to use more than one firm for control inspection and testing, the required information shall be submitted for each such proposed firm. All laboratory testing shall be performed by an independent, qualified testing laboratory, employing equipment and qualified testing personnel approved by the City. 101 d) Control of Nonconforming Material, Equipment, or Elements of Work. The Design/Builder shall establish and maintain a nonconformance system and procedures for uniform reporting, controlling and disposition of Nonconformance Items (NCI's). Procedures shall be established to prevent the inadvertent use or installation of nonconforming material, equipment or other elements of the Work. Control procedures shall provide for identification, evaluation, segregation and, when practical, disposition of nonconforming material, equipment or other elements of the Work and for notification to the Design/Builder, the City and all personnel involved in the affected Work. The responsibility for review and authority for the disposition of nonconforming material, equipment or other Work shall be as established by the Design/Builder in the approved Quality Control Plan. e) Corrective Action. The Design/Builder shall establish and maintain written procedures for: i. Investigating the cause of nonconforming material, equipment or other elements of the Work and the corrective action needed to prevent recurrence; ii. Analyzing all processes, work operations, concessions, quality records, service reports, and complaints of the City to detect and eliminate potential causes of nonconforming material, equipment,_6r other elements of the Work; iii. Initiating preventive actions to deal with problems at a level corresponding to risks encountered; iv. Applying controls to ensure that effective corrective actions are taken;and v. Implementing and recording changes in procedures resulting from corrective action. f) Handling, Storage,_Packaging and Delivery. The Design/Builder shall establish and maintain written procedures for handling, storage, packaging and delivery of materials, equipment and other elements of the Work, including coordination with those materials included in the CityTs Direct Purchase Program. The Design/Builder shall provide methods and means of handling and provide securestorage areas or stock rooms that prevent damage or deterioration of materials, equment and other elements of the Work pending delivery, use, or incorporation into the Work. Appropriate methods for authorizing receipt and the release to and from such areas shall be stipulated. The condition of materials, equipment and other elements of the Work in storage shall be assessed at regular and appropriate intervals. g) Quality Record. The Design/Builder and Subcontractors shall establish and maintain procedures for identification, collection, indexing, storage, maintenance and disposition of records concerning the quality of the Work. Such records shall be maintained at the Project Site and at manufacturing facilities and shall document achievement of the requirements of this Section, and the effective operation of the Quality Program Plan. All quality records shall be legible and identifiable as to the material, equipment or other element of the Work involved. When methods of inspection and testing are changed, the Design/Builder shall obtain review and acceptance of written procedures from the Owner before implementation of any change. 102 Quality records shall be stored and maintained in such a manner that they are readily retrievable in facilities that provide a suitable environment to minimize deterioration or damage to prevent loss. Retention times of quality records shall be established and recorded. Quality records should be made available, at all times,for evaluation and review by the City. 5. Conformity with Contract Requirements a) Verification. All Work shall be performed and furnished by the Design/Builder pursuant to, and in full conformity with, the Contract Documents. Throughout the duration of the Contract, the Design/Builder will be required to so establish such conformance to the City. In addition, the City may inspect and audit the Work, at all stages of its,manufacture, fabrication, factory testing, construction, installation, on-site testing, completion and acceptance,procedures, at any time. Review, verification and acceptance of the Work will be accomplished through the design review and construction inspection and testing process. All design documents'-shall be checked and verified by the Design/Builder for compliance with all applicable Contract Documents and with Applicable Laws. b) No Implied Duties. No right to act granted to the City under this Section, nor any decision made by the City in good faith either to exercise or not to exercise such right, shall give rise to any implied duty or responsibility of the City, respectively, to the Design/Builder, any Subcontractor, any of their agents or employees,Or any other person performing any of the Work, or relieve the Design/Builder from its sole responsibility for performing its obligations hereunder. Review of Submittals and any action taken by the City with respect to Submittals shall not relieve the Design/Builder from its sole responsibility for accuracy, completeness, coordination, errors or omissions in the Design/Builder Drawings, the Design/Builder Contract Documents and Submittals and associated calculations, or for deviations from the Contract Documents or compatibility of the item with contiguous or dependent items of the Work. 6. No Interference. The City shall not supervise the Design/Builder's forces or Subcontractors or perform other duties for the Design/Builder, nor interfere with the management of the Work by the Design/Builder. Any advice, instruction, direction or other order which the City may give the Design/Builder shall not be construed as releasing the Design/Builder from fulfilling all of the terms of the Agreement or other Contract Documents. 7. Reiection and Removal of Nonconforminq or Defective Work. As more fully delineated in Section 2.7.16.20, all Work which does not conform to the Design/Builder's warranties or to any other requirements of the Contract Documents will be considered unacceptable, unless otherwise determined to be acceptable as provided in the last paragraph of this Section. Any defective condition, whether the result of poor workmanship, use of materials containing defects, damage through carelessness or,"any other cause, found by, or disclosed to, the City shall be removed and replaced by Work and:materials which conform to the Contract Documents or shall be remedied to the satisfaction of the City. Upon failure on the part of the Design/Builder to comply promptly with any order of the City to remedy, remove or replace Work which is nonconforming or contains Defects, the Owner may cause such nonconforming Work or Defect to be remedied or removed and replaced by separate Contractors employed by the Owner at the Design/Builder's expense. In such event, the costs of such removal, remediation and replacement shall be deducted from any monies due or to become due the Design/Builder under the Agreement. 103 In the event the City finds, as a result of monitoring of the Design/Builder's quality assurance and quality control activities, that any materials, equipment or the finished product in which materials, equipment or finished product are used are not in conformity with the requirements of the Contract Documents, but that acceptable Work has, nonetheless, been produced, the Owner shall then determine whether the Work shall nevertheless be accepted. If the Owner determines that the Work should be accepted, the Owner will document the basis of acceptance by a Change Order for Diminished Value, which will provide for an appropriate adjustment in the Contract Sum. Any such acceptance shall not, however, ever result in an increase of the Contract Sum or the Contract Price. 8. Design/Builder's Continuing Obligation. Neither the issuance of the Certificate of Final Completion, nor the making of Final Progress Payment by the Owner will,constitute acceptance of any portion of the Work which is not in compliance with the requirements Of the Contract Documents or constitute a release or diminution of the Design/Builder's continuing obligations with respect to the Work pursuant to applicable provisions of the Agreement or other Contract Documents. 104 APPENDIX F NOT USED N 105 APPENDIX G DESIGN/BUILDER'S INSURANCE AND BONDING REQUIREMENTS 1. BONDING REQUIREMENTS 1. Design/Builder shall submit all supporting documentation and detailed invoices with respect to insurance and bond premiums required for the Project. City's reimbursement of insurance and bond premiums shall be for the portion of insurance and bond premiums directly attributable to this Agreement. Premiums shall be net of trade discounts volume discounts, dividends and other adjustments. 2. The Performance Bond and the Payment Bond must each be\executed by a surety company in good standing with the Florida Office of Insurance Regulation and an adequate rating from A.M. Best indicated in these Contract Documents-which surety is authorized to do business in the State of Florida as a surety, having a 1esident agent in the State of Florida and having been in business with a record of successful, continuous operation for at least five (5) years. 3. The surety company that is bound by the Performance Bond and Payment Bond, respectively, shall be responsible for Design/Builder's acceptabie,performance of the Work under the Agreement and other Contract Documents and/or for the payment of all debts pertaining thereto in accordance with Section 255:05, Florida Statutes. 4. The surety company shall hold a current Certificate of Authority as a n acceptable surety on federal bonds in accordance with United States Department of Treasury Circular 570, Current Revisions. If the amount of the Performance Bond and Payment Bond exceeds the underwriting limitation set forth in the Circular, in order to qualify, the net retention of the surety company shall not exceed,the underwriting limitation in the circular, and the excess risks must be protected by coinsurance, reinsurance, or other acceptable methods in accordance with Treasury Circular 297, revised September 1, 1978 (31 CFR Section 223.10, Section 223.11.) Further, the surety company shall provide City with evidence satisfactory to City, that such excess risk has been protected in an acceptable manner. 5. The City will acceptt a surety bond from a company in accordance with the requirements set forth below; provided however, that if any surety company appears on the watch list that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the_City shall review and either accept or reject the surety company based on the financial information available to the City. The following sets forth, in general, the acceptable parameters for bonds: _Policy Financial Holder's Size Amount of Bond Ratings Category $500,001 to$1,000,000 A- Class I $1,000,001 to$2,000,000 A- Class II $2,000,001 to$5,000,000 A Class III 106 $5,000,000 to$10,000,000 A Class IV $10,000,001 to $25,000,000 A Class V $25,000,001 to $50,000,000 A Class VI $50,000,001 or more A Class VII II. INSURANCE REQUIREMENTS Design/Builder shall provide, pay for and maintain in force at all times diking the term of this Agreement (unless otherwise provided) and any extensions thereof, the following insurance policies: 1. Commercial General Liability with minimum limits of One Million Dollars ($1,000,000) per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on_a form no more restrictive than the latest edition of the Commercial General Liability policy, without.restnct►ve endo rsements, as filed by the Insurance Services Office, and must include: a. Premises and/or Operations coverage; b. Independent Contractor or Contractor Owners Protection Liability which includes liability coverage for,operations performed for the name of the insured by independent and/or subcontractors that are hired, and acts or omissions of the named insured in connection with his/her general supervision of such operations; c. Products and/or Completed Operations coverage (Design/Builder shall maintain in force for 2 years after completion of all work required coverage for Products/Completed Ops, including Broad Form Property Damage); d. E=xplosion/Collapse and Underground Hazard coverage; e. Broad Form Property Damage. f Broad Form Contractual Coverage applicable to this specific Agreement, including any hold harmless and/or indemnification agreement contained in the Contract Documents. g. City must be named as an Additional Insured on this policy as set forth in Section 111.4 below. 2. Workers' Compensation Insurance to apply for all employees in compliance with the 'Workers Compensation Law" of the State of Florida and all applicable Federal laws. Design/Builder shall ensure that all subcontractor(s) at all tiers have Workers' Compensation Insurance for their employees in accordance with Florida's Workers' Compensation law. In addition, the policy (ies) must include: Employers' Liability with minimum limits of Five Hundred Thousand Dollars ($500,000) each accident. 107 3. Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000) per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: (1) Owned Vehicles; and (2) hired and Non-Owned Vehicles. 4. Design Professional Liability or equivalent Errors & Omissions Liability shall be maintained with the limits of liability provided by such policy to be no less than One Million Dollars ($1,000,000)for each claim, subject to a maximum deductible acceptable to the City and not-to-exceed $100,000. Design/Builder shall maintain the claims made forrnscoverage with a minimum of 3 years extended reporting following Final Completion and shall annually provide City with evidence of renewal coverage. Design/Builder is responsible for all deductibles in the event of a claim. Design/Builder shall indicate the deductible for this coverage on its Certificate of Insurance. Design/Builder shall notify City in writing within thirty (30) days of any claims filed or made against the Design Professional Liability Insurance Policy. Consultant and Design Subconsultants shall each maintain the same Errors & Omissions Liability coverages required herein. 5. Pollution Liability, which covers mitigation expenses and third-party liability in the minimum amount of Two Million Dollars ($2,000,000) per claim, subject to a maximum deductible acceptable to the City. Such policy shall include an annual policy aggregate in the amount of Three Million Dollars ($3,000,000) and name City as additional insured. Design/Builder shall indicate the deductible for this coverage on its Certificate of Insurance. 6. Installation Floater Insurance including coverage for material & equipment to be installed during the course of this Project. City shall be included as a Named Insured on this policy, as its insurable interest may appear. This policy shall remain in force until acceptance of the Project by the City. III. ADDITIONAL TERMS AND CONDITIONS: 1. Notice to City. If the initial insurance expires prior to the completion of the Work, renewal copies of insurance policies shall be furnished to the City at least fourteen (14) days prior to the date of their expiration. The insurance policy (ies) must be endorsed to provide the City with at least thirty(30) days' notice of cancellation and/or restriction. 2. Certificates of Insurance. Design/Builder shall furnish to the City Certificates of Insurance or endorsements evidencing the insurance coverage specified herein within fifteen (15) days after notification of award of the Agreement, and shall also furnish to the City a copy of each insurance policy required by this Agreement. The required Certificates of Insurance shall name the types of policies provided, refer specifically to this Agreement, and state that such insurance is as required by this Agreement. The Certificates of Insurance shall be in form acceptable to, and subject to, approval by City. The failure to provide the Certificates of Insurance within fifteen (15) days shall be the basis for the rescission of the awarding Agreement. The official title of the certificate holder is City of Miami Beach, Florida. This official title shall be used in all insurance documentation. 3. Right to revise or reject. City's Risk Management Division reserves the right, but not the obligation, to review and revise any insurance requirements at the time of insurance contract 108 renewal and/or any amendments, not limited to deductibles, limits, coverages and endorsements based on insurance market conditions affecting the availability or affordability of coverage; or changes in the scope of work/specifications affecting the scope and applicability of coverage. 4. Additional Insured. City and Design Criteria Professional shall be expressly included as an Additional Insured on all policies, as applicable, and with an endorsement that is acceptable to the City. Additional insured certificates for the City shall read "City of Miami Beach, Florida", 1700 Convention Center Drive, Miami Beach, FL, 33139, Attn: Risk Management, 3rd Floor. 5. Notice of Cancellation and/or Restriction. The policy (ies) must 'be endorsed to provide Citywith at least thirty rty (30)days' notice of cancellation or non renewal and/or restriction. A copy of the endorsement(s)shall be provided with the Certificates of Insurance. 6. Duty of Care. Design/Builder's furnishing insurance coverage shall in no way relieve or limit, or be construed to limit or relieve or limit, Design/Builder or any of its Subcontractors of any responsibility, liability, or obligation imposed by the Contract Documents, or by Applicable Laws, including, without limitation, any indemnification obligations which Design/Builder or any of its Consultants, Design Subconsultants and Subcontractors have to City thereunder. 7. Design/Builder's Failure to Procure. Design/Builder's failure to procure or maintain the insurance required by this Appendix G during the entire term of the Work shall constitute a material breach and automatic Default of the Agreement. In the event of such a breach, the City may exercise all available rights and remedies hereunder, including the right to immediately suspend or terminate the Agreement without any further notice to or opportunity to use for Design/Builder or, at its discretion, procure or renew such insurance to protect the City's interests and pay any and all premiums in connection`therewith, and withhold or recover all monies so paid by the City from the Design/Builder. 8. Waiver of Subrogation. Where permitted by law, Design/Builder hereby waives all rights of recovery by subrogation or otherwise (including, without limitation, claims related to deductible or self-insured retention clauses, inadequacy of limits of any insurance policy, insolvency of any insurer, limitations or exclusions of coverage), against City, and its respective officers, agents, or employees. Certificates of insurance shall evidence the waiver of subrogation in favor of the City, and that coverage shall be primary and noncontributory, and that each evidenced,policy:includes a Cross Liability or Severability of Interests provision, with no requirement of premium payment by the City. 109 APPENDIX H DESIGN CRITERIA i 110 APPENDIX I FORM OF PERFORMANCE BOND AND PAYMENT BOND PERFORMANCE BOND . By this Bond, We as Principal, whose principal business address is , as the Design/Builder under the agreement dated 20_, between Principal and the City of Miami Beach, Florida (hereinafter referred to as `City") for-the design and construction of the Design Build (which ageeerrtent'and the other Contract Documents referenced therein are hereinafter referred to as "Contract"), the terms of which Contract are incorporated by reference in its entirety mfo\this Bond, and , a corporation, whose principal business . address is as Surety, are bound to City, as, obligee, in the sum of U.S. dollars ($ ), for payment of which we bind ourselves, our heirs, personal representatives,-successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if-Principal;,, 1. Performs all the work under the Contract, including but not limited to guarantees, warranties and the curing of latent defects, said Contract being made a part of this Bond by reference, and at the times and in than-fanner prescribed in the Contract; and 2. Pays City all losses, damages, expenses, costs and attorney's fees, including appellate proceedings, that City sustains as a result of default by Principal under the Contract, including but not limited to a failure to honor all guarantees and warranties or to cure latent defects in the Work or materials within the time period provided in Section 95.11(2)(b), Florida-Statutes; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract,including all warranties and curing all latent defects within the time period provided in Section 95.11(2)(b), Florida Statutes; then this bond is void; otherwise it remains in full force. Surety specifically assumes liability for any and all damages, including but not limited to liquidated damages set forth in the Contract, arising from Principal's default of the Contract, as well as all latent defects uncovered in the work of the Principal after final acceptance of the work by the City. If no specific periods of warranty are stated in the Contract for any particular item or work, material or equipment, the warranty shall be deemed to be a period of one (1) year from the date of final acceptance by the City; provided, however, that this limitation does not apply to suits seeking damages for latent defects in materials or workmanship, such actions being subject to the limitations found in Section 95.11(2)(b), Florida Statutes. 111 Whenever the Principal shall be, and is declared by City to be, in default under the Contract, City having performed City's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: (1) Complete the Contract in accordance with its terms and conditions; or (2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if City elects, upon determination by City and Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and City, and make available as work progresseseven though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price" as used in this paragraph, shall mean the total amount Rayable by City to Principal under the Contract and any amendments thereto, less the amount properly paid by City to Principal. The Surety hereby waives notice of and agrees that any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond. No right of action shall accrue on this bond to or for the use of any person or corporation other than City named herein. Any action under this Bond must be instituted in accordance with the notice and time limitations provisions prescribed in Section 255.05(2), Florida Statutes. Signature page to follow 112 Signed and sealed this day of 20 WITNESSES: (Name of Corporation) Secretary By: (Signature)" (CORPORATE SEAL) (Print Name and Title) day of 20 Countersigned by Resident INSURANCE COMPANY: Florida Agent of Surety By: - Attorney-in-Fact Address: [attach copy of Agent's ID card (Street) Issued by Fla. Ins. Commissio'ner}, (City/State/Zip Code) JAtty in fact power of'ally must be attached] Telephone No.: 113 FORM OF PAYMENT BOND By this Bond, We as Principal, whose principal business address is , and whose telephone number is , as the Design/Builder under the agreement dated 20 , between Principal and the City of Miami Beach, Florida (hereinafter referred to as "City") for the design and construction of the Stormwater Pump Station at the Northeast Corner of Miami Beach Convention Center(which agreement and the other Contract Documents referenced therein are hereinafter referred to as "Contract"), the terms orwhich Contract are incorporated by reference in its entirety into this Bond, and corporation, whose principal business address is , a as Surety, are bound to City, as obligee, in the sum of dollars ($ U.S. ), for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns,jointly and severally. THE CONDITION OF THIS BOND is that if the Principal: 1. Promptly makes payments to all claimants as defined by Florida Statute 255.05(1), providing Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract, and in the times and in the manner prescribed in the Contract; and 2. Pays City all losses, damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains because of a failure by Principal to make any payments required under the Contract; then this bond is void; otherwise it remains in full force. A claimant shall have a right of action against the Principal and the Surety for the amount due it. Such action shall not involve the City in any expense. A claimant, except a laborer, who is not in privity with Principal and who has not received payment for its labor, materials,or supplies shall, within forty-five (45) days after beginning to furnish labor,materials, or supplies for the prosecution of the work, furnish to Principal a notice that he intendsto look to the bond for protection. A claimant who is not in privity with Principal and who has not received`payment for its labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to Principal and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. No action for the-labor, materials, or supplies may be instituted against Principal or the Surety unless both of the above-referenced notices have been given. Any action under this Bond must be instituted in accordance with the notice and time limitations prescribed in Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect the Surety's obligation under this Bond. Signature page to follow 114 Signed and sealed this day of , 20 Principal ATTEST: (Name of Corporation) By: (Secretary) (Signature) (Corporate Seal) (Print Name and Title) day of , 20 Countersigned by Resident INSURANCE COMPANY: Florida Agent of Surety By: Attorney-in-Fact Address: [attach copy of Agent's ID card (Street) Issued by Fla. Ins. Commissioner] (City/State/Zip Code) [Atty in fact power of atty must be attached] Telephone No.: 115 FORM OF CERTIFICATE OF SUBSTANTIAL COMPLETION CERTIFICATE OF SUBSTANTIAL COMPLETION: PROJECT: Consultant: (name, address) BID/CONTRACT NUMBER: TO (City): Contractor: CONTRACT FOR NOTICE TO PROCEED DATE: DATE OF ISSUANCE: PROJECT OR DESIGNATED PORTION SHALL INCLUDE: The Work performed under this Contract has been reviewed and found to be substantially complete and all documents required to be submitted by Contractor under the Contract Documents have been received and accepted. The Date of Substantial Completion of the Project or portion thereof designated above is hereby established as which is also the date of commencement of applicable warranties required by the Contract Documents, except as stated below. DEFINITION OF DATE OF SUBSTANTIAL COMPLETION The Date of Substantial Completion of the Work or portion thereof designated by City is the date certified by Consultant when all conditions and requirements of permits and regulatory agencies have been satisfied and the Work, is sufficiently complete in accordance with the Contract Documents, so the Project is available for beneficial occupancy by City. A Certificate of Occupancy must be issued for Substantial Completion to be achieved, however, the issuance of a Certificate of Occupancy, or the date are not to be determinative of the achievement or date of Substantial Completion. A list of items to be completed or corrected, prepared by Consultant and approved by City is attached hereto. The failure to include any items on such list does not alter the responsibility of Contractor to complete all work in accordance with the Contract Documents. The date of commencement of warranties for items on the attached list will be the date of final payment unless otherwise agreed in writing. 116 Consultant BY DATE In accordance with Section 2.2 of the Contract, Contractor will complete or correct the work on the list of items attached hereto within from the above Date of Substantial Completion. Consultant BY DATE City, through the Contract Administrator, accepts the Work or portiori thereof designate by City as substantially complete and will assume full possession thereof at (time) on (date). City of Miami Beach, Florida By Contract Administrator Date The responsibilities of City and Contractor for security, maintenance; heat, utilities, damage to the work and insurance shall be as follows, 117 FORM OF CHANGE ORDER CHANGE ORDER FORM Date: Click here to enter a date. To: Design/Builder Reason: Choose an item. 1. CHANGE IDENTIFICATION:The following changes are hereby made to the above-referencedContract: 2. ADJUSTMENT TO CONTRACT AMOUNT: As consideration for the change(s)identified in Section 1 the Contract is increased/(decreased)by: DOLLARS $ Original Contract Amount $ Net of Previous Executed'Change Orders: $ Amended Contract Amount(prior to this Change Order): $ The Amount of this Change Order $ Revised Contract Amount $ IF NO ADJUSTMENT IS MADE, THE CONTRACT AMOUNT REMAINS UNCHANGED. 3. ADJUSTMENT TO TIME FOR PERFORMANCE: In connection with the change(s) noted in Section 1, DESIGN/BUILDER'S TIME FOR PERFORMANCE REMAINS UNCHANGED unless specifically noted herein: Adjustment in Time 0 Days This Change Order is an amendment to"the Agreement between the Design/Builder and City. The amount and time change designated herein are the maximum%agreed to-by both the City and Design/Builder for this Change Order. Design/Builder attests that the Contract adjustment,provided herein is reasonable, and constitutes compensation in full for all costs,claims, markup, and expenses, direct or indirect, attributable to this or any other prior Change Orders, including but not limited to compensation in full for any delays,"acceleration, or loss of efficiency encountered by Design/Builder in the performance of the Work through the date of this Change Order, and for the performance of this and any prior Change Orders by or before the date of Substantial Completion. In consideration of the compensation and time, if any, in this Change Order, the Design/Builder hereby releases the City from all Claims,demands,or causes of action arising out of the transactions,events and occurrences giving_rise to this Change Order. This written Change Order is the entire agreement between the City and Design/Builder with respeet`to this Change Order. No other agreements or modifications shall apply to this contract amendment unless expressly provided herein EXCEPT AS EXPRESSLY MODIFIED HEREIN, THE TERMS AND CONDITIONS OF THE CONTRACT DOCUMENTS REMAIN UNCHANGED. City: Design/Builder: By: By: 118 APPENDIX J 119 APPENDIX K 120 EXHIBIT B Revised Cost Tender Form 8 ADDENDUM NO.4 REQUEST FOR PROPOSALS(RFP)2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET(PHASE II) APPENDIX E MIAMI BEACH Cost Tender Form RFP NO. 2016-091 -KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET (PHASE II) PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 9 ADDENDUM NO.4 REQUEST FOR PROPOSALS(RFP)2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET(PHASE II) Section 1 —Certification The undersigned, as Proposer, hereby declares that the only persons interested in this proposal as principal are named herein and that no person other than herein mentioned has any interest in this proposal or in the Contract to be entered into; that this proposal is made without connection with any other person, firm, or parties making a proposal; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Proposer further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done;that it has examined the Contract Documents and all addenda thereto furnished before the opening of the proposals, as acknowledged below; and that it has satisfied itself about the Work to be performed;and all other required information with the proposal; and that this proposal is submitted voluntarily and willingly. The Proposer agrees, if this proposal is accepted, to contract with the City,a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus,means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project entitled: REQUEST FOR PROPOSALS(RFP) No.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET(PHASE II) The Proposer also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security,if permitted by the City,each for not less than the total proposal price plus alternates, if any, provided in the RFP Price Form in Section 00408 and to furnish the required Certificate(s)of Insurance. In the event of arithmetical errors between the division totals and the total base proposal in the RFP Price Form,the Proposer agrees that the total base proposal shall govern. In the event of a discrepancy between the numerical total base proposal and the written total base proposal,the written total base proposal shall govern. In absence of totals submitted for any division cost, the City shall interpret as no proposal for the division,which may disqualify the Proposer. Name of Proposer's Authorized Representative: Title of Proposers Authorized Representative: Signature of Proposers Authorized Representative: Date: State of FLORIDA ) On this day of , 20_, personally appeared before me who stated that (s)he is the of , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires: 10 ADDENDUM NO.4 REQUEST FOR PROPOSALS(RFP)2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET(PHASE H) I Section 2—GUARANTEED MAXIMUM PRICE REQUEST FOR PROPOSALS(RFP)2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET(PHASE II) FURTHER BREAKDOWN OF LINE ITEMS INDICATED MAY BE PROVIDED AT THE DISCRETION OF THE PROPOSER • :- ;GgE$CRIPTIdN - - UNIT QUANTITY =�'UNITPRIDE ` `a-, 'AMdUidTi!I' i _,: ce. MOBILIZATIONLS 1 MAINTENANCE OF TRAFFIC LS 1 - PROFESSIONAL SERVICES:PREPARATION OF FEASIBILITY PLAN; UTILITY COORDINATION;SUPPLEMENTAL SURVEY;TEST HOLES AND SUE;DESIGN;PERMITS;DESIGN AND CONSTRUCTION RELATED PROFESSIONAL SERVICES LS 1 ROADWAY(ALL AT RISK) CLEAR AND GRUBBING,INCLUDES PAVEMENT,SIDEWALK, DRIVEWAYS AND ALL TOPOGRAPHICAL FEATURES THAT REQUIRE REMOVAL TO CONSTRUCT THE PROPOSED WORK LS 1 EMBANKMENT WITHIN ROW AND PROPERTY HARMONIZATION LS 1 GEOSYNTHETIC REINF OVER SOFT SOIL LS 1 TYPE B STABILIZATION(12') LS 1 OPTIONAL BASE FOR ROAD AND ASPHALT DRIVEWAYS AND PEDESTRIAN ACCESS LS 1 ASPHALT CONC.TYPE S-Ill(1")FOR DRIVEWAYS AND PEDESTRIAN ACCESS LS 1 ASPHALT STRUCTURAL TYPE SP-9.5(1') LS 1 ASPHALT SURFACE TYPE SP-9.5(1") LS 1 CONCRETE CLASS I(GRAVITY WALL)WITHIN THE ROW FRONTING PROPERTIES WHERE HARMONIZATION IS NOT FEASIBLE OR NOT ( ALLOWED BY PROPERTY OWNER LS 1 PIPE HANDRAIL(ALUMINUM) LS 1 CURB AND GUTTER LS 1 CONCRETE SIDEWALK 4'WITH WIRE MESH LS 1 CONCRETE SIDEWALK 6'WITH WIRE MESH LS 1 CROSS WALK PAVERS LS 1 LANDASCAPINO FOR ROW AND PROPERTY HARMONIZATION LS 1 . CITI BIKE STATIONS LS 1 BUS STOPSSHELTERS LS 1 OTHER ITEMS NOT MENTIONED ABOVE LS 1 I DRAINAGE i CURB AND VALLEY GUTTER INLETS L3 1 INLETS TYPE C LS 1 MANHOLES LS 1 , CONFLICT STRUCTURES - LS 1 YARD DRAIN LS 1 12'PIPE FOR PROPERTY DRAINAGE LS 1 13'PIPE LS 1 24'PIPE LS 1 48'PIPE LS 1 60'PIPE LS 1 72"PIPE LS 1 TRENCH DRAIN LS 1 , OTHER ROADWAY AND PROPERTY HARMONIZATION ITEMS NOTI MENTIONED ABOVE LS 1 - PUMP STATION INSTRUMENTATION AND CONTROLS LS 1 TREATMENT STRUCTURE 50 CFS(AT LINCOLN ROAD) LS 1 TREATMENT STRUCTURE 25 GFS(AT BAY) LS 1 WETWELL STRUCTURE LS 1 OVERFLOW JUNCTION BOX LS 1 TRASH RACK LS 1 PIPING WITHIN PUMP STATION LS 1 • 32'HOPE FLAP VALVES LS 1 36'HOPE FLAP VALVES LS 1 JUNCTION STRUCTURES LS 1 20,000 GPM ELECTRICAL AXIAL PUMPS LS 1 ELECTRICAL(INCL VFD,ELECT SERVICE,ETC.) LS 1 I CONC ENERGY DISSIPATER LS 1 I SEAWALL W/OPENINGS AND MANATEE GRATES LS 1 OTHER DRAINAGE ITEMS NOT MENTIONED ABOVE LS 1 WATER - SERVICE.CONNECTION WITH NEW AMR LS 1 _. 8'TO 12"DIP VIM W/FITTINGS LS 1 24'HDPE DR 11 OR 20'DIP WM(W/FITTINGS) LS 1 REMOVE EXISTING WATER MAINS LS 1 8"-12"GV W/BOX AND ID LS 1 20'GV WIBOX AND ID LS 1 FIRE HYDRANTS LS 1 REMOVE EXISTING WATER MAINS LS 1 OTHER WATER RELATED ITEMS NOT MENTIONED ABOVE LS 1 11 ADDENDUM NO.4 REQUEST FOR PROPOSALS(RFP)2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET(PHASE II) ,- #'•.DESCRIPTION T' TI "-"UNR _i.'''''QUMTITYI ^':'UNIT PRICE°'` ^I'`":'..:AMGUNT :('t0v. GRAVITY SEWER SERVICE CONNECTIONS INCLUDE CLEAN OUTS LS 1 8"-10'PVC(DR 1B) LS 1 12"PVC(DR 18) LS 1 15"•18'PVC(DR 16) LS 1 REMOVE EXISTING GRAVITY LINES LS 1 SANITARY MANHOLES LS 1 OTHER SEWER RELATED ITEMS NOT MENTIONED ABOVE LS 1 SIGNING AND MARKING ALL REQUIRED SIGNS LS 1 REFLECTIVE PAVEMENT MARKER LS 1 I SOLID TRAFFIC STRIPE(6'WHITE 1 LS 1 SOLID TRAFFIC STRIPE(12"WHITE) LS 1 I SOLD TRAFFIC STRIPE(24'WHITE) LS 1 SKIP TRAFFIC STRIPE(WHITE) LS 1 PAVEMENT MESSAGE LS 1 DIRECTIONAL ARROWS LS 1 SOLID TRAFFIC STRIPE(6"YELLOW) LS 1 OTHER ITEMS NOT MENTIONED ABOVE LS 1I SIGNALS GROUNDING ELECTRODE F&I LS 1 CONDUIT UNDERGROUND LS 1 PULL BOX&SPLICE BOX LS 1 'ELECTRICAL POWER SERVICE LS 1 ELECTRICAL SERVICE WIRE LS 1 SIGNALS POLES,PEDESTAL LS 1 MAST ARMS LS 1 MAST ARM REMOVAL COMPLETE LS 1 SIGNAL 12'STD.(3 SECT.,1-WAY) LS 1 PED SIGNAL LS 1 BACKPLATES LS 1 TUNNEL VISORS LS 1 i INDUCTIVE LOOP DETECTOR LS 1 LOOP ASSEMBLY TYPE A MOD.(6X40) LS 1 CONTROLLER SOLD ST.(ACTIVATED) LS 1 REMOVE MISC.SIGNAL EQUIPMENT LS 1 SIGN OVERHEAD iF&I) LS 1 OTHER ITEMS NOT MENTIONED ABOVE LS 1 LIGHTING CONDUIT UNDERGROUND LIGHTING&COMMUNICATION LS 1 PULL BOX&SPLICE BOX LIGHTING AND COMMUNICATION _ LS 1 CONDUCTORS LIGHTING AND COMMUNICATION LS 1 ' LOAD CENTER LS 1 ' PHOTO ELECT.CONTROL ASSEMBLY LS 1 STREET LIGHT COMPLETE LS 1 PEDESTRIAN LIGHT COMPLETE LS 1 OTHER ITEMS NOIMEN TIONED ABOVE LS. 1 BAYWALK LS I BONDS AND INSURANCE LS i ALLOWANCE FOR PERMIT FEES LS 1 $ 100,000.00 $ 100,000.00 ALLOWANCE FOR TESTING LS 1 $ 100,000.00 $ 100,000.00 ALLOWANCE FOR CONTROL CABINET ENCLOSURE LS 1 $ 100,000,00 $ 100,000.00 TOTAL GMP VJESTAVENUE.PHASE 214TH NORTH"` ..- ANY LETTERS,ATTACHMENTS,OR ADDITIONAL INFORMATION TO BE CONSIDERED PART OF THE PROPOSAL MUST BE SUBMITTED IN DUPLICATE. WRITTEN TOTAL: 1 1 PROPOSER(Print): 1 i ADDRESS: CITY/STATE: ZIP: FEDERAL I.D.#: NAME/TITLE OF REPRESENTATIVE (Print): SIGNED: (I certify that I am authorized to execute this proposal and commit the proposing firm) 12 ADDENDUM NO.4 REQUEST FOR PROPOSALS(RFP)2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET(PHASE II) 1 1 l • EXHIBIT C Design Criteria Package • { 13 ADDENDUM NO.4 REQUEST FOR PROPOSALS(RFP)2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET(PHASE II) 0 M!AMIBEACH City of Miami Beach, 1755 Meridian Avenue, 3'd Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 3 REQUEST FOR PROPOSALS NO. 2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET May 4, 2016 This Addendum to the above-referenced RFP is issued in response to clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. MODIFICATIONS. 1. C1. MINIMUM ELIGIBILITY REQUIREMENTS, NO. 4, has been modified as follows: The DBF or its design consultant shall demonstrate familiarity of the permit process of (2) projects within the past 10 years with all environmental agencies such as Dade County, South Florida Water Management District; Corps of Engineers, etc. 2. C1. MINIMUM ELIGIBILITY REQUIREMENTS, NO. 5, has been modified as follows: Design/Build Firm must submit documentation acceptable to the City that the Final Design team member is pre-qualified under Miami-Dade County, Internal Services Department, Procurement Management Services Division, for the following categories: • 3.02 - Highway Systems—Highway Design • 3.09—Highway Systems—Signing, Pavement Marking, Channel • 3.10—Highway Lighting • 3.11 —Highway Signalization • 6.01 —W & S System—Water Distribution and Sanitary Sewage Collection • 9.02 Soils, Foundations and material testing. • 10.01 —Environmental Engineering—Stormwater Drainage Design • 15.01 Land Surveying • 15.03 Underground Utility Locations • 16.00—General Civil Engineering 3. C1. MINIMUM ELIGIBILITY REQUIREMENTS, C2. STATEMENT OF WORK REQUIRED, SCOPE OF WORK has been modified as follows: The Design/Build Firm (DBF) will be responsible for the design, permitting, community outreach for, construction administration and the construction of the infrastructure site work for Right of Way Infrastructure Improvement Program Neighborhood No. 11: West Avenue NORTH of 14th Street. The work will include but not be limited to site preparation; earthwork, roadway reconstruction, water, sewer and drainage installation and/or relocation; landscaping; street lighting, pedestrian lighting, signalization and streetscape improvements. * * * 1 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET 4. SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT, PHASE I RESPONSE FORMAT, has been modified as follows: TAB 5 Forms 5. SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT, PHASE I RESPONSE FORMAT, has been modified as follows: 1. Organizational Chart. An organizational chart depicting the structure and lines of authority and communication. (1 Page) A narrative that describes the intended structure regarding project management, accountability and compliance with the terms of the RFP. (1 page) 6. SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT, PHASE I RESPONSE FORMAT, has been modified as follows: 4. Relevant Experience: Summarize (3) of the company's most similar design projects of comparable size and scope where similar services to those described in this RFP have been provided. Projects must illustrate familiarity with the following aspects: urban road design including horizontal and vertical alignment; pavement, closed drainage systems; water and sewer replacement, extensive utility coordination; signing and marking; signalization; street lighting' and maintenance of traffic. Provide evidence of projects that include harmonization design treatments to properties due to grade differential between proposed and existing grades. - - -- _ - - - s•- - - -- - - .. - _- _ --.*-:e ___ _ _ _ - - _ _ .. .C' (1 page per project). 7. SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT, PHASE II RESPONSE FORMAT(TECHNICAL PROPOSAL), has been modified as follows: Submit a Guaranteed Maximum Price (GMP) Lump Sum Price for delivering the completed Project consistent with the Design Criteria Package. Utilize Appendix 9 E— Cost Tender Form to submit your GMP. Cost Tender Form shall be submitted in a sealed envelope included with the original proposal only. Copies of Proposal, as well as electronic versions, shall omit the Cost Tender Form. II. ATTACHMENTS. Exhibit A: Pre-proposal Meeting Sign In Sheet III. ANSWERS TO QUESTIONS BY PROSPECTIVE BIDDERS AT THE PRE-BID MEETING AND VIA EMAIL. 01: Page 3, Scope; Is lighting and signalization included? Al: Please refer to modification No. 3 above. Q2: Page 13 Tab 3-4,What is the page size? A2: 8.5"X11" Q3: Page 14, prior work experience three but minimum qualifications says 5, please verify? A3: Two projects are required as the minimum requirements. 2 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET Q4: Page 14, Tab 4, No. 4;what is being requested in the last sentence, please clarify? A4: Please refer to modification No. 6 above. Q5: Page 17, Tab 5; Appendix"D" is this correct shouldn't it be "E?" A5: Please refer to modification No. 7 above. Q6: Who is the DCP firm? A6: The City of Miami Beach. Q7: Tab 1, 1.2 requests Appendix A and Tab 4 also requests Appendix A;Where should Appendix A be included? A7: Please refer to modification No. 4 above. Q8: Is this a Public Works project or CIP project? Who will be the project manager? A8: Both Departments will manage this project; Public Works PM is Luis Soto and CIP PM is Sabrina Baglieri. Q9: Is the lighting through the FPL Program or Purchase? A9: See response 1. Q10: When does the indemnification clause end? It is in place until final completion? A10: Section 0200 Instruction to Respondents and General Conditions, subsection 40, Indemnification states, "the above indemnification provisions shall survive the expiration or termination of this Agreement." Q11: What is the page size for the organizational chart? All: 8.5" x11" Q12: Are there any prevailing wage requirements? Al2: No Q13: What is the anticipated award date? A13: October 2016. Q14: Minimum Requirements No. 5 will the categories of 15.01 Survey and 15.03 Underground Utility Locations be added to the scope? A14: Please refer to modification No. 2 above. Q15: Can Min. Req. No. 5 be met by a team member? A15: Yes Q16: No. 1 under Scope of Work, are we to remove or abandon in place? 3 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET A16: Remove. Q17: No. 2 under Scope of Work, are we to remove or abandon in place? A17: Remove. Q18: Is the DCP in NAVD? A18: Yes. Q19: Regarding project duration, design and permitting 150 days; This is a short period of time would the City consider more time, possibly 210 days? A19: No change in project duration is considered at this time. Q20: Will both projects RFP 2016-091 & 091-KB work be completed simultaneously? Could the same contractor be awarded both projects? A20: It is the intent to start both projects at the same time. However, the project duration for both projects is different due to the difference in project size. The City may award both projects to the same firm if it is to the best interest of the City. 021: Alton Court from 8 ST to 14 ST is not included? Should this be included? If it's to be included will the City increase the budget? A21: Other than transitions, Alton Court is not part of this project. Q22: Will this be tied to Alton Road Limits? A22: Yes. Q23: Are there any SBE or DBE goals? A23: No DBE & SBE requirement has been established. However, proposing firm should submit evidence of Proposer's intent to utilize Disadvantaged Business Enterprise (DBE) Firms. Accepted DBE certifications include the Small Business Administration (SBA), State of Florida, or Miami-Dade County. Q24: Can the cost estimate breakdown be provided? A24: The cost estimate has not been developed at this time. The current amount is for funding purposes and is subject to change. Q25: Has the city reached out to the utility owners; Will the City step in and help with utility coordination? A25: No utility coordination has been done at this time. The City will assist the Design Build Firm in the utility coordination. Q26: Who will be responsible for relocating FPL? A26: Any private utility that requires relocation will be performed by the private utility. Q27: On page 33 of the RFP, under #5 in Minimum Eligibility Requirements, it is stated, "Design-Build Firm must submit documentation acceptable to the City that the Final Design team member is pre- 4 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET qualified under Miami-Dade County, Internal Services Department, Procurement Management Services Division, for the following categories..." Can the City please clarify what is meant by "Final Design team member"? Does that term apply to the primary design firm or can a subconsultant firm be added to the team to supplement the requested Technical Certification Categories? A27: Please refer to response A15 above. Q28: Under Tab 1, Subsection 1.2, Response Certification, Questionnaire & Requirements Affidavit (Appendix A), the RFP states to attach the fully completed Appendix A. However, Tab 5, Forms also states to include the fully completed Appendix A. Where should the fully completed Appendix A go in the submittal? A28: Please refer to modification No.4 above. Q29: Is there a cost or budgetary estimate for this project? A29: The estimated budget for this project is $15 Million, the City, at its discretion, may increase or decrease the budgeted amount. Q30: Are there any other documents than those listed on your website? Could you also confirm if there is any cost estimate or ball park figure? A30: See response 29. Q31: In Tab 2, Project Team, under No. 1, Organizational Chart, an organizational chart AND a narrative are requested, but that section is limited to one page. One page is not enough room to include everything requested in the narrative and depict what is requested for the org chart. Can you please amend that section to request a one-page narrative AND a one-page organizational chart? A31: Please refer to modification No. 5 above. Q32: Can we get a copy of the sign in sheets please? A32: Attached as Exhibit A. Q33: Under Tab 1 - Cover Letter & Minimum Qualifications Requirements (page 12/29), item 1.2, Appendix A fully completed and execute is been requested. Also in Tab 5— Forms, the same Attachment A is been requested. Do we need to include the same information in both places of our submittal Statement of Qualification package? A33: Please refer to modification No. 4 above. Q34: Under Tab 2 — Project Team (page 12/29), item 1, the Team Organization Chart (OC) is been requested. Can this OC be provided in 11"x17"or it has to be submitted in 8.5"x11"? A34: All pages shall be 8.5" x 11". Q35: Can the key staff resumes be two pages? A35: Maximum of 2 pages. Q36: Under Tab 2, Item 5—Other"Provide any other information the Proposer believe will help the City understand and evaluate the Team's capabilities", can we have more than 1 page? A36: Maximum of 2 pages. 5 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET i , Q37: In February of 2016 we submitted a Dun & Bradstreet report with RFP #2016-052-KB - DESIGN/BUILD SERVICES FOR STORMWATER PUMP STATION ON 19TH STREET BETWEEN CONVENTION CENTER DRIVE AND MERIDIAN AVENUE. The city is requesting one for "RFP No. 2016-091-KB AND RFP. No. 2016-091-KB Design Build OF WEST AVE NORTH AND NORTH OF 14TH STREET", Is it necessary to submit a new report with every proposal or would the city consider using the one you currently have for an extended amount of time? A37: The submittal of a new Supplier Qualifier Report from Dun & Bradstreet is required with every proposal submittal. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(a�miamibeachfl.gov. Procurement Contact: Telephone: Email: Kristy Bade 305-673-7000, ext. 6218 KristyBada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the "Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Sincerely, Al? 0- IS Procurement Director C 6 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET Exhibit A: Pre-proposal Meeting Sign In Sheet 7 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET MIAMIBEACH CITY OF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET DATE: MARCH 29, 2016 TITLE: DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET up 1,J,), 011 - }<26g NAME COMPANY NAME PHONE# FAX# (PLEASE PRINT) E-MAIL ADDRESS Kristy Bada Procurement- CMB 305-673-7000 ext. 6218 ,( �f KristvBadaamiamibeachfl.2ov l �orra /—'¢1�6Le� �E.1�r� �-Lorc�Ga. +'+r,GtY (3o5) n //// 987 5-5aa B8 -g8°44 rrrnenoepe€ cxrflo'K. cm, Yve tt A\emaif' '. . Ne_mokA NYs 3055(/-3 7n v( t6.,ate.rrzt4D ST-Menial cn LeiS C1/4)/N5‘,\4-cS 5ODA Comer e-C eJCuf •SV )1- •CO CES Con5J+ h ' e . 60,r..) $Z7-LZto 605)8Z7-n1-( Sole. Lre.bal/v / 3cAra.�.►.��0 ,J ceSCo»Su/�T.corn Utd VAtt 11•04 qate- Lit2 V1c)co-f- CaAribr02dI Se ro"o k.1io40rS1d12-0. o!, A(Ioef sit ,P' ooL AST- �$G. 273-Vi e-t i iSGr.• L Ps"."'�^� W p.11/perk fs.•. e LcirtcX v o rncn ti- -zF -54-1 &01 .4,d.re.., ca tcy iv?c-re (14 oil ot/itl r16/f Ct yam. us 426 1 /v\IAMIBEACH CITY OF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET DATE: MARCH 29, 2016 TITLE: DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET NAME COMPANY NAME PHONE# FAX# (PLEASE PRINT) E-MAIL ADDRESS C \EN M6oit.( 4N0 1J)6c tATEJ 1g4 tin 14---0Q MEtJQEZ GMEprOZ @ q tem.tori-, .1- n-t-ev a4cort y s4 42,6 ces4 4z c, 4-,• I / Ree as ' Rea s4 0 Ric - -0114 .us / eF 7c7 nt sj v c S S csrt) 30r- 613-70a- GuT ssza e 4,L.0.14/ s�� Ovrib-600x Rive. t r • 6450y,46-rz , Mb�-��scb�er eo Y't c-fttccu •c9l,t C6- PtecTe (3)s` 2- 1,2)j3 2 t\AIAMIBEACH CITY OF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET DATE: MARCH 29, 2016 TITLE: DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET ,ZQ1 U 0611 -- (We) 1 Ooh c:tv jvi Cl, ( a 11 �F S NAME COMPANY NAME (PLEASE PRL�1T) PHONE# FAX# E-MAIL ADDRESS KIS Civ t M Ohl �� \iQU Inn CAO OS Mc, Fto 1 Cb�adcka L-iI19- itA MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue,3'4 Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 2 REQUEST FOR PROPOSALS NO. 2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET May 2, 2016 This Addendum to the above-referenced RFP is issued in response to clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. RFP DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Friday, May 13, 2016, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadoi miamibeachfl.gov. Procurement Contact: I Telephone: Email: Kristy Bada 1 305-673-7000, ext. 6218 KristyBada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. Sint I A - Denis Pro urement Director 1 ADDENDUM NO.2 REQUEST FOR PROPOSALS NO.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET ,► MIAMI BEACH City of Miami Beach, 1755 Meridian Avenue, 3'd Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 1 REQUEST FOR PROPOSALS NO. 2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET April 22, 2016 This Addendum to the above-referenced RFP is issued in response to clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. RFP DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Friday, May 6, 2016, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(a.miamibeachfl.gay. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext. 6218 KristyBada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a prop.- e---. if 4. ii/` '-'-‘V Denis Procurement Director 1 1 ADDENDUM NO.1 REQUEST FOR PROPOSALS NO.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET REQUEST FOR PROPOSALS ( RFP) DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET RFP NO. 2016-091-KB RFP ISSUANCE DATE: MARCH 14, 2016 PROPOSALS DUE: APRIL 29, 2016 @ 3:00 PM ISSUED BY: KRISTY BADA MIAMIBEACH KRISTY BADA, CONTRACTING OFFICER II PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 305.673.7000 x6218 I kristybada@miamibeachfl.gov www.miamibeachfl.gov NIVAMI BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 PUBLIC NOTICE 3 0200 INSTRUCTIONS TO PROPOSERS & GENERAL CONDITIONS 4 0300 PROPOSAL SUBMITTAL INSTRUCTIONS & FORMAT 12 0400 PROPOSAL EVALUATION 18 0500 CITY OF MIAMI BEACH LICENSES, PERMITS AND FEES 21 APPENDICES: PAGE APPENDIX A PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS 23 APPENDIX B "NO PROPOSAL" FORM 30 APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS 32 APPENDIX D SPECIAL CONDITIONS 37 APPENDIX E COST PROPOSAL FORM 40 APPENDIX F INSURANCE REQUIREMENTS 44 RFP 2016-091-KB 2 G MIAMI BEACH SECTION 0100 PUBLIC NOTICE City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305.673.7490 REQUEST FOR PROPOSALS(RFP)No.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET Miami Beach,Florida Sealed proposals will be received until 3:00 PM on April 29, 2016 at the following address: City of Miami Beach, Procurement Department,3rd Floor,and 1755 Meridian Avenue, Miami Beach,Florida 33139. By means of this RFP, the City seeks to contract with a Design/Build Firm for West Avenue Improvements Phase II NORTH of 14 Street. Proposals received pursuant to this RFP will be evaluated in a two-phased process(Phase I and Phase II).The Design/Build Firm(DBF)will be responsible for the survey, design, permitting,community outreach,construction administration and the construction of the infrastructure site work for Right Of Way Infrastructure Improvement Program Neighborhood No. 11: West Avenue North of 14th Street. The work will include but not be limited to site preparation; earthwork; roadway reconstruction; water, sewer and storm drainage installation and/or relocation;water services relocation; landscape; and streetscape improvements. The Design Criteria Package(DCP)for this project shall be provided in digital format on CDs to all short-listed proposers following Phase I evaluation.Please call Kristy Bada at 305.673.7490,or e- mail kristvbada a4miamibeachfl.gov to secure a CD.The cost for these CDs is$20. One may purchase a CD through the Finance Cashier located on the 1st Floor in City Hall. Please make reference of the RFP number (RFP 2016-090-KB) and project name REQUEST FOR PROPOSAL(RFP) DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II SOUTH OF 14 STREET to the Finance Cashier. After purchase, CDs are to be collected by the Proposer at the Procurement Office located on the 3rd Floor in City Hall with presentation of receipt from the Finance Cashier. A Pre-Proposal Meeting is scheduled for March 29, 2016 @ 11:00 A.M. at the following address: City of Miami Beach, Procurement Department Conference Room,3rd Floor,and 1755 Meridian Avenue, Miami Beach,Florida 33139. Attendance (in person or via telephone) is as a source of information. Respondents interested in participating in the Pre-Proposal Meeting via telephone must follow these steps: (1)Dial the TELEPHONE NUMBER: 1-888-270-9936(Toll-free North America) (2)Enter the MEETING NUMBER:5804578# The deadline for receipt of questions is due on April 19,2016 by 5:00 pm and all questions or requests for clarifications must be received by the Department of Procurement in writing to Kristy Bada,via e-mail:kristvbada(a miamibeachfl.gov with a copy to the City Clerk's office, Rafael E.Granado via email:rafaelgranado@miamibeachfl.gov no later than ten(10)calendar days prior to the scheduled RFP due date. For further information regarding this RFP and to receive any addendum issued,interested parties are required to register with the Public Purchase at www.publicpurchase.com.Failure to receive an addendum issued through Public Purchase may result in disqualification of bid. YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR QUALIFICATIONS IS UNDER THE CONE OF SILENCE—ORDINANCE NO. 2002-3378 WHICH MAY BE FOUND ON THE CITY OF MIAMI BEACH WEBSITE: http://web.miamibeachfl.qov/procurement/scroll.aspx?id=23510. Sincerely, Kristy Bada Contracting Officer II Procurement Department RFP 2016-091-KB 3 MIAMI BEACH SECTION 0200 INSTRUCTIONS TO RESPONDENTS&GENERAL CONDITIONS 1. GENERAL. This Request for Proposals (RFP) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposer to submit their qualifications, proposed scopes of work and cost Statement of Qualifications (the "proposal")to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposer and, subsequently, the successful proposer(s)(the"contractor[sj")if this RFP results in an award. The City utilizes PublicPurchase (www.publicpurchase.com)for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFP.Any prospective proposer who has received this RFP by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. By means of this RFP, the City seeks to contract with a Design/Build Firm for the design, permitting, community outreach for, construction administration and the construction of the infrastructure site work for Right Of Way Infrastructure Improvement Program Neighborhood No. 11: West Avenue North of 14th Street. Proposals received pursuant to this RFP will be evaluated in a two-phased process (Phase I and Phase II). Phase I Proposers will be evaluated in accordance with the criteria established in Section 0400 for Phase I Evaluation. Following City Commission selection of the short-listed proposers pursuant to Phase I of the RFP, the short-listed proposers will be allotted approximately 45 days to prepare a detailed technical proposal for the Project. The short-listed proposers will also be provided, via addendum, with the formal Design Criteria Package (DCP) and Design/Build Agreement. Following Phase I short-listing and prior to receipt of proposals pursuant to Phase II, the City may issue further information and clarifications via Addenda to the short-listed proposers, including (but not limited to) any amendments to the Design Criteria Package, cost tender form, form of contract, and other informational items or requirements necessary for the short-listed proposers to submit its Phase II proposals. Additionally, the City will conduct a pre-submittal conference with short-listed proposers to facilitate project understanding and consider any project specific questions from the short-listed proposers. Phase II proposals will be evaluated in accordance with the criteria established in Section 0400 for Phase II Evaluation. Following City Commission approval of the City Managers recommendation pursuant to Phase II, the City will enter into contract negotiations and execution. This RFP is issued pursuant to Chapter 287.055, Florida Statutes, the Consultants Competitive Negotiations Act (CCNA). 3.SOLICITATION TIMETABLE.The tentative schedule for this solicitation is as follows: Phase I-Qualifications RFP Issued March 14,2016 Pre-Proposal Meeting March 29,2016 AT 11:00 AM Deadline for Receipt of Questions April 19,2016 AT 5:00 PM Responses Due April 29,2016 AT 3:00 PM Evaluation Committee Meeting TBD Commission Approval to Shortlist TBD Phase II—Technical Proposals Solicitation Issued to Short-Listed Proposers TBD Pre-Submittal Meeting TBD RFP 2016-091-KB 4 t,V^, AIM I BEACH Deadline for Receipt of Questions TBD Proposals Due TBD Evaluation Committee Meeting to Interview TBD Commission Approval of Final Proposer TBD 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone: Email: Kristy Bada 305-673-7490 kristybadana.miamibeachfl.gov dditionally, the City Clerk is to be cooled on all communications via e-mail at: RafaeIGranado• miamibeachfl.'ov; or via facsimile:786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 5. PRE-PROPOSAL MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-proposal meeting or site visit(s)may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Anticipated RFP Timetable section above at the following address: City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue,3RD Floor Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936(Toll-free North America) (2) Enter the MEETING NUMBER: 5804578 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFP expressing their intent to participate via telephone. 6. PRE-PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre-submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. Any prospective proposer who has received this RFP by any means other than through PublicPurchace must register immediately with PublicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal. Written questions should be received no later than the date outlined in the Anticipated RFP Timetable section. 7. CONE OF SILENCE. This RFP is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranadona,miamibeachfl.gov. RFP 2016-091-KB 5 C.1 i\AAAA BEACH 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: http://web.miamibeachfl.qov/procurement/scroll.aspx?id=23510 • CONE OF SILENCE CITY CODE SECTION 2-486 • PROTEST PROCEDURES CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES CITY CODE SECTION 2-488 • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS CITY CODE SECTION 2-373 • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES CITY CODE SECTION 2-374 • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS,FAVORS&SERVICES CITY CODE SECTION 2-449 9. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 10. COMPLAINCE WITH THE CITY'S LOBBYIST LAWS. This RFP is subject to, and all Proposers are expected to be or become familiar with, all City lobbyist laws. Proposers shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation, disqualification of their responses, in the event of such non-compliance. 11. DEBARMENT ORDINANCE: This RFP is subject to, and all proposers are expected to be or become familiar with, the City's Debarment Ordinance as codified in Sections 2-397 through 2-406 of the City Code. 12.WITH THE CITY'S CAMPAIGN FINANCE REFORM LAWS. This RFP is subject to, and all Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their responses, in the event of such non-compliance. 13. CODE OF BUSINESS ETHICS. Pursuant to City Resolution No.2000-23879, the Proposer shall adopt a Code of Business Ethics("Code")and submit that Code to the Procurement Division with its response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others,the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. 14. AMERICAN WITH DISABILITIES ACT (ADA). Call 305-673-7490 to request material in accessible format; sign language interpreters (five (5) days in advance when possible), or information on access for persons with disabilities. For more information on ADA compliance, please call the Public Works Department, at 305-673-7000, Extension 2984. 15. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. The City reserves the right to postpone the deadline for submittal of proposals and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Proposers through PublicPurchase. 16. PROTESTS. Proposers that are not selected may protest any recommendation for selection of award in accordance with RFP 2016-091-KB 6 m MIAMI BEACH eh proceedings established pursuant to the City's bid protest procedures, as codified in Sections 2-370 and 2-371 of the City Code (the City's Bid Protest Ordinance). Protest not timely made pursuant to the requirements of the City's Bid Protest Ordinance shall be barred. 17. Omitted Intentionally 18. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City Code Section 2-374, the City shall give a preference to a responsive and responsible Proposer which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or contractual services for the lowest responsive proposal amount(or in this RFP, the highest proposal amount). Whenever, as a result of the foregoing preference, the adjusted prices of two(2)or more proposers which are a small business concern owned and controlled by a veteran(s)or a service-disabled veteran business enterprise constitute the lowest proposal pursuant to an RFP or oral or written request for quotation, and such proposals are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. 19. DETERMINATION OF AWARD. Pursuant to F.S.287.055,the City shall first consider the qualifications of firms through the process outlined in Section 0400, Evaluation Methodology. The Evaluation of proposals shall proceed in a two-phase process: A. Phase I — Proposals will be evaluated in accordance with the criteria established in Section 0400 for Phase I Evaluation. Following the Phase I Evaluation Process, the City Manager may submit a recommendation to the City Commission to short-list one or more proposers at the conclusion of the Phase I evaluation to be considered in Phase II. The number of respondents recommended to be short-listed for consideration in Phase II is solely at the discretion of the City Manager. B. Phase II —Short-listed Proposals will be evaluated in accordance with the criteria established in Section 0400 for Phase II Evaluation. The results of both Phase I and Phase II evaluations will be considered by the City Manager who may recommend to the City Commission the respondent(s) he deems to be in the best interest of the City, or may recommend rejection of all responses. The City Manager's recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: a. The ability,capacity and skill of the proposer to perform the contract. b. Whether the proposer can perform the contract within the time specified,without delay or interference. c. The character,integrity, reputation,judgment,experience and efficiency of the respondent. d. The quality of performance of previous contracts. e. The previous and existing compliance by the proposer with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation for each phase and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another proposer (or proposers) which it deems to be in the best interest of the City, or it may also reject all responses. Once the Phase II ranking is approved by the City Commission, the City will enter into contract negotiations with the top ranked firm. If the City and selected firm cannot agree on contractual terms, the City will terminate negotiations and begin negotiations with the next ranked firm, continuing this process with each firm in rank order until agreeable terms can be met or the procurement is terminated. Contract negotiations and execution will take place as quickly as possible after selection. 20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Proposers that no property, contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to;approved by the City; and executed by the parties. RFP 2016-091-KB 7 m MIAMIBEACH 21. Postponement/Cancellation/Acceptance/Reiection. The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re-advertise this RFP; postpone or cancel, at any time, this RFP process; or waive any irregularities in this RFP, or in any responses received as a result of this RFP. Reasonable efforts will be made to either award the proposer the contract or reject all proposals within one-hundred twenty(120) calendar days after proposal opening date. A proposer may withdraw its proposal after expiration of one hundred twenty (120) calendar days from the date of proposal opening by delivering written notice of withdrawal to the Department of Procurement Management prior to award of the contract by the City Commission. 22. PROPOSER'S RESPONSIBILITY. Before submitting a response, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 23. COSTS INCURRED BY PROPOSERS. All expenses involved with the preparation and submission of Proposals, or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and expense) of the Proposer, and shall not be reimbursed by the City. 24. RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposers hereby acknowledge and agree, that the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the Proposer's employees,agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. 24. OCCUPATIONAL HEALTH AND SAFETY. In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this proposal must be accompanied by a Material Safety Data Sheet(MSDS)which may be obtained from the manufacturer. 25. ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a proposer's history of citations and/or violations of environmental regulations in investigating a proposer's responsibility, and further reserves the right to declare a proposer not responsible if the history of violations warrant such determination in the opinion of the City. Proposer shall submit with its proposal, a complete history of all citations and/or violations, notices and dispositions thereof. The non-submission of any such documentation shall be deemed to be an affirmation by the Proposer that there are no citations or violations. Proposer shall notify the City immediately of notice of any citation or violation which proposer may receive after the proposal opening date and during the time of performance of any contract awarded to it. 26.TAXES.The City of Miami Beach is exempt from all Federal Excise and State taxes. 27. MISTAKES. Proposers are expected to examine the terms, conditions,specifications,delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this RFP. Failure to do so will be at the Proposer's risk and may result in the Proposal being non-responsive. 28. PAYMENT. Payment will be made by the City after the goods or services have been received, inspected, and found to comply with contract, specifications, free of damage or defect, and are properly invoiced. Invoices must be consistent with Purchase Order format. 29. COPYRIGHT, PATENTS & ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented,or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the Proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the proposal prices shall include all royalties or cost arising from the use of such design, device,or materials in any way involved in the work. 30. DEFAULT: Failure or refusal of the selected Proposer to execute a contract following approval of such contract by the City RFP 2016-091-KB 8 MIMAI BEACH Commission, or untimely withdrawal of a response before such award is made and approved, may result in a claim for damages by the City and may be grounds for removing the Proposer from the City's vendor list. 31. MANNER OF PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State. County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the Proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of Proposer to comply with this paragraph shall constitute a material breach of this contract. Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of any contract resulting from this solicitation, the contractor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all applicable laws. The contractor shall be liable for any damages or loss to the City occasioned by negligence of the Proposer, or its officers, employees, contractors,and/or agents,for failure to comply with applicable laws. 32. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 33. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit(and cause hotel operator to prohibit) discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, and age or disability in the sale, lease, use or occupancy of the Hotel Project or any portion thereof. 34. DEMONSTRATION OF COMPETENCY. The city may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience) in making an award that is in the best interest of the City, including: A. Pre-award inspection of the Proposer's facility may be made prior to the award of contract. B. Proposals will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this solicitation. C. Proposers must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this solicitation. D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial,technical, and other qualifications and abilities of a Proposer, including past performance(experience),in making an award that is in the best interest of the City. F. The City may require Proposer s to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. 35. ASSIGNMENT. The successful Proposer shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right,title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation,without the prior written consent of the City. 36. LAWS, PERMITS AND REGULATIONS. The Proposer shall obtain and pay for all licenses, permits, and inspection fees RFP 2016-091-KB 9 m MAIAMI BEACH required to complete the work and shall comply with all applicable laws. 37. OPTIONAL CONTRACT USAGE. When the successful Proposer (s) is in agreement, other units of government or non- profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 38.VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However,the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 39. DISPUTES. In the event of a conflict between the documents,the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this solicitation;then B. Addendum issued for this solicitation,with the latest Addendum taking precedence;then C. The solicitation;then D. The Proposer's proposal in response to the solicitation. 40. INDEMNIFICATION. The Proposer shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the contractor or its employees, agents, servants, partners, principals or subcontractors. The contractor shall pay all claims and losses in connection therewith, and shall investigate and defend all claims,suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs,judgments, and attorney's fees which may be incurred thereon. The Proposer expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 41. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 42. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a),Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to(a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 43.OBSERVANCE OF LAWS. Proposers are expected to be familiar with, and comply with, all Federal, State, County, and City laws, ordinances, codes, rules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated by this RFP (including,without limitation, the Americans with Disabilities Act, Title VII of the Civil Rights Act,the EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s) on the part of the Proposer will in no way relieve it from responsibility for compliance. RFP 2016-091-KB 10 m MIAMI BEACH 44. CONFLICT OF INTEREST. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member(spouse, parent, sibling, and child)who is also an employee of the City of Miami Beach. Further,all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%)percent or more in the Proposer entity or any of its affiliates. 45. MODIFICATION/WITHDRAWALS OF PROPOSALS. A Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the Proposal due date,or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the Proposal due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. 47. EXCEPTIONS TO RFP. Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFP,and outline what, if any,alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Proposal. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. In cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term and/or condition of the RFP to which Proposer took exception to(as said term and/or condition was originally set forth on the RFP). 48.ACCEPTANCE OF GIFTS, FAVORS, SERVICES. Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this Proposal. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the City shall accept any gift,favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. 49. SUPPLEMENTAL INFORMATION. City reserves the right to request supplemental information from Proposers at any time during the RFP solicitation process,unless otherwise noted herein. 50. ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City, through the approval of the Department and Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than $50,000), may require additional items to be added to the Contract which are required to complete the work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s)for these additional requirements. If these quote(s)are determined to be fair and reasonable,then the additional work will be awarded to the current contract vendor(s)that offers the lowest acceptable pricing. The additional items shall be added to this contract by through a Purchase Order(or Change Order if Purchase Order already exists). In some cases, the City may deem it necessary to add additional items through a formal amendment to the Contract,to be approved by the City Manager. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors,or for other reasons at the City's discretion. Balance of Page Intentionally Left Blank RFP 2016-091-KB 11 IAMIBEACH SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals. Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, Proposer name, Proposer return address. Proposals received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of proposals will be considered late and not be accepted or will be returned to Proposer unopened.The City does not accept responsibility for any delays, natural or otherwise. 3. PROPOSAL FORMAT. In order to maintain comparability,facilitate the review process and assist the Evaluation Committee in review of proposals, it is strongly recommended that proposals be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. Proposals that do not include the required information will be deemed non-responsive and will not be considered. PHASE I RESPONSE FORMAT TAB 1 Cover Letter&Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents. The cover letter must indicate Prime Proposer and Prime Proposer Primary Contact for the purposes of this solicitation. (1 page cover letter) 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. 1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum qualifications requirements established•in Appendix C, Minimum Requirements and Specifications,as required herein. 1.3.1 Request for Qualification Similar Experience. For each project that complies with the minimum requirements on Appendix C, Section Cl„ submit project name, total contract award amount, completion date, scope of work, project contact information (phone and email); and prime proposer's role in project. (1 page per project) TAB 2 Project Team Prime Proposer shall submit a design-build team organizational structure that has a sufficient number of professionals and other personnel to perform the work, including: 1. Organizational Chart. An organizational chart depicting the structure and lines of authority and communication. A narrative that describes the intended structure regarding project management, accountability and compliance with the terms of the RFP. (1 page) 2. Key Personnel. Identify all key personnel, including the Project Manager, who will be assigned to the Project and their intended functions and responsibilities. Also indicate the percentage of time commitment of each key person on this Project. (2 pages) 3. Resumes. Resumes of the team's key personnel who will be assigned to the Project that demonstrate their experience and qualifications, education and performance record. The Prime Proposer shall include the above listed information for the following proposed project team members: (1 page per resume) a. Design/Build Project Manager b. Construction Manager RFP 2016-091-KB 12 CIA IAM!BEACH c. Construction Superintendent for the DBF and other major subcontractors. d. Lead Designer Design Manager e. Project engineer(s) f. Surveyor 4. Evidence Of Prior Working Experience. Submit evidence that the proposed team has successfully collaborated on prior projects. For each project, submit project name, brief description of project, date of completion, owner's representative, and owner's representative contact information.(Limit to three projects) 5. Other. Provide any other information the Proposer believes will help the City understand and evaluate the team's capabilities. (1 page) TAB 3 Design/Build Firm (Prime Proposer)Experience&Qualifications Qualifications of Firm. Describe experience and qualifications of the Prime Respondent in providing the services detailed herein. 1. Company Information: Provide background information, including company history, years in business, number of employees, and any other information communicating capabilities and experience. (1 page) 2. Company's List of Similar Experience and Qualifications: Provide a list of the company's experience and qualifications with the services detailed herein. Provide a table that includes the following information: agency name, project name, type of project (right-of-way, design/build, etc.), percentage completed, anticipated completion date, your firm's role(i.e.design/build, lead designer,lead constructor).(1 page) 3. Relevant Experience: Summarize (3) of the company's most similar projects of comparable size and scope where similar services to those described in this RFP have been provided. Projects must illustrate familiarity with all of the following aspects: urban road reconstruction including: drainage, water and sewer replacement, utility coordination, dewatering impacts and mitigation to abutting properties, construction staging and maintenance of traffic. (1 page per project) For each project include: a. Project name and location b. Project description c. Date of project completion d. Awarded contract amount and final contract amount e. Original contract duration and final contract duration. f. Number of change orders. Indicate firm's role in the project(design/builder, lead designer,or lead constructor). g. The names of the key project managers, highlighting any individuals who also worked on this project. h. Reference contact information(including name,address,telephone number and e-mail address). 4. Safety Record: Provide the firm's Experience Modification Rate(EMR)data for the previous three(3)full calendar years on a firm-wide basis, which shall be documented by a signed letter with contact information from the firm's insurance carrier,or the insurance carrier's agency representative. 5. Dun & Bradstreet Supplier Qualifier Report: Design/Build Firm shall pay D&B to send the Supplier Qualifier Report (SQR)to the City through electronic means kristybada@miamibeachfl.gov. The cost of the preparation of the D&B report shall be the responsibility of the Proposer. The proposer can request the report from D&B at: https:Ilsupplierportal.dnb.comlwebapplwcslstores/servlet/SupplierPortal?storeld=11696 6. Insurance: Provide a letter from Proposer's insurer on the insurer company letterhead that the insurer can provide levels of coverage to the Proposer as indicated in Appendix E—Insurance Requirements. 7. Minority/Women-owned Business Enterprise (MWBE) or Small/Disadvantaged Business Enterprise (S/DBE). Submit certification from either The State of Florida Office of Supplier Diversity or Miami Dade County. RFP 2016-091-KB 13 t!AIA.`AI BEACH TAB 4 Lead Designer Experience&Qualifications Qualifications of Firm. Describe experience and qualifications in providing in providing the services detailed herein. 1. Company Information: Provide background information, including company history, years in business, number of employees,and any other information communicating capabilities and experience. (1 page) 2. Company's List of Similar Experience and Qualifications: Provide a list of the company's experience in providing the services detailed herein. Provide a table to include the following information: agency name, project name, type of project, percentage completed,anticipated completion date,your firm's role(i.e.lead designer)(1 page). 3. Florida Registration: Provide evidence of professional registration pursuant to Chapter 287.055, Florida Statues, the Consultants Competitive Negotiations Act(CCNA). 4. Relevant Experience: Summarize (3) of the company's most similar design projects of comparable size and scope where similar services to those described in this RFP have been provided. Projects must illustrate familiarity withthe following aspects:. urban road design including horizontal and vertical alignment; pavement, closed drainage systems; water and sewer replacement, extensive utility coordination; signing and marking; signalization; street lighting and maintenance of traffic. Preference will be given to projects where impacts to adjacent were mitigated during design. (1page per project) . For each project include: a. Project name and location b. Project description c. Date of project completion d. Awarded contract amount for the design portion. e. List of permits applied for and obtained. f. The names of the key project engineers, highlighting any individuals who will also work on this project g. Reference contact information(including address,telephone number and e-mail address). TAB 5 Forms Provide Certification, Questionnaire& Requirements Affidavit(Appendix A).Attach Appendix A fully completed and executed. The Certification, Questionnaire& Requirements Affidavit(Appendix A)must be signed by the Prime Proposer. Note: After proposal submittal, the City reserves the right to require additional information from Proposers (or Proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). RFP 2016-091-KB 14 G AAIAM!BEACH PHASE II RESPONSE FORMAT(TECHNICAL PROPOSAL) In order to maintain comparability,facilitate the review process, and assist the Evaluation Committee in review of responses, it is recommended that responses be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittals should be bound and tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. Proposers should prepare narratives, specification etc. on 8.5 x 11 paper. All Plans shall be provided bound flat not in a 3-ring binder with 11"x17" paper containing a title block, drawing titles, dated and numbered. Please feel free to include other materials, such as covers, appendices, brochures,etc.at your discretion. Due Diligence and Site Inspections: It is the responsibility of each Proposer, before submitting the Phase II proposal,to: • Visit the site or structure to become familiar with conditions that may affect costs, progress, performance or furnishing of the Work; • Take into account federal, state and local (City and Miami-Dade County) laws, regulations, permits, and ordinances that may affect costs, progress, performance,furnishing of the Work,or award; • Study and carefully correlate Proposer's observations with the RFP; and The submission of a proposal shall constitute an incontrovertible representation by proposer that proposer has complied with the above requirements and understands all terms and conditions for performance and furnishing of the Work. The City reserves the right to require additional information to determine financial capability. Proposer shall have ten (10) calendar days respond to such a request. TAB 1 Project Technical Proposal The Technical Proposal shall document team's understanding of the project, major design elements, materials and methods.The Technical Proposal shall be developed using narratives,.tables, charts, plots,drawings and conceptual sketches as appropriate. The technical proposal shall be insufficient detail to allow the Cityto evaluate its compliance with the design criteria package, including major systems and requirements. TAB 2 • Subcontractor Experience&Qualifications Qualifications of Key Subcontractors. For each key construction subcontractor (whose value of work exceeds $500,000)describe experience and qualifications as detailed below. 1. Company Information: Provide background information, including company history, years in business, number of employees, and any other information communicating capabilities and experience. (1-page) 2. Company's List of Similar Experience and Qualifications: Provide a list of the company's experience and qualifications with the Services detailed herein. Provide a table that includes the following information: agency name, project name,type of project right-of-way,design/build,etc.),work assigned. (1 page) 3. Relevant Experience: Summarize)(3) of the company's most similar projects of comparable size and scope where similar construction services have been provided. Please be specific of the actual work provided this firm that relates this this project. (1 page per project) For each project include: a. Project name and location b. Project description c. Date of project completion d. Amount of contract amount for the portion of the work provided by this firm. e. Reference contact information TAB 3 Approach &Methodology Plan RFP 2016-091-KB 15 AAINV\I BEACH Proposer shall, at a minimum,address the following factors: 1. The Proposer shall illustrate complete understanding of the scope of work for all components of the project. The narrative shall address methodology, sequencing, maintenance of traffic(MOT)and phasing of the various work efforts. 2. The Proposer shall describe the efforts involved in coordinating with all utilities including but not limited to Florida Power and Light(FPL),AT&T and Atlantic Broadband(ABB). 3. Proposer shall clearly detail and present its approach to all required permitting issues, including but not limited to, water distribution system, stormwater drainage system, landscaping etc., relative to the applicable agency(ies) and entity(ies), e.g. City of Miami Beach, SFWMD, FDOT, FDEP, USACOE, Miami-Dade County RER, Fl. Dept.of Health, etc. 4. Proposer shall describe their Quality Assurance I Quality Control Plan ("QA/QC Plan") for the Work, including design, construction, coordination, implementation and completion of the Project. The Proposer shall explain its QA/QC Plan and the plan for any of its subconsultants or Subcontractors, namely the policies and procedures that will be used to assure the complete and the accurate management of the Project. 5. Proposer must perform at least sixty percent(60%)of the construction work with the firm's own forces. 6. Proposer shall provide summary narrative inclusive of the proposer's project understanding,scheduling including key performance and success factors, and the proposed design and construction approach which highlights the main attributes and benefits of this approach. 7. Proposer shall describe the technical approach, and provide calculations and drawings as applicable, to sufficiently demonstrate the following: a. Roadway typical plan and profile b. Anticipated utility impacts and how to effectively coordinate with private utilities. c. Anticipated adjacent property impacts due to grade differential and how to effectively coordinate with property owners. d. Planned supplementary geotechnical investigations, or environmental/ contamination surveys/assessments by the proposer to support or validate the proposer's design approach, if any. 8. Proposer shall describe the project schedule approach utilizing the Critical Path Method a. Schedule shall utilize calendar days, b. Weekend and City Holidays shall not be considered work days 9. Proposer shall describe the planned environmental quality management approach by demonstrating the following: a. Approach to minimize community impacts from,construction noise,dust and vibration. b. Correcting any resultant settlement and I or damage to any existing structures that are a consequence of the Proposer's construction activities. c. Prevention or containment of any discharges caused by the proposed work. d. Pre-treatment of construction water prior to disposal to ensure compliance with permit requirements. 10. It is the objective of the City that, at a minimum, 60% of the construction portion of the project defined herein shall be performed directly by the Prime Contractor (rather than through sub-contractors). To evaluate compliance with this objective, proposers shall submit a schedule, by Construction Specification Institute (CSI) Division, denoting which sections of the scope shall be performed directly by the Prime Contractor(with its own forces)and which sections are intended to be subcontracted. 11. Describe plan on how construction staging areas, pedestrian paths,vehicular traffic patterns, etc.will be handled in order to mitigate disruption. RFP 2016-091-KB 16 MIAMI BEACH TAB 4 Project Schedule The Proposer shall submit a Preliminary CPM Project Schedule covering the period from NTP to Final Completion with the submittal which will be the initial Project Baseline Schedule. The Preliminary Project Schedule shall include all major design, permitting, procurement and construction, testing and commissioning activities and meet the stated Contract Dates and any other suggested major milestones. Activities shall indicate their associated phasing and dependence with other activities, and highlight the main, coordination efforts and issues requiring the City's involvement and necessary reviews. At a minimum,the Preliminary Project Schedule must address the following milestones and activities: Design Schedule&Submittals Design Phase Reviews by the City—Assume 4 weeks Community Involvement Permitting Utility Coordination/Relocation Start and completion of Construction,Testing and Commissioning Substantial Completion and Final Completion Dates for all Work. TAB 5 Cost Proposal (MUST BE SUBMITTED IN A SEALED ENVELOPE) Submit a Guaranteed Maximum Price (GMP) Lump Sum Price for delivering the completed Project consistent with the Design Criteria Package. Utilize Appendix D — Cost Tender Form to submit your GMP. Cost Tender Form shall be submitted in a sealed envelope included with the original proposal only. Copies of Proposal, as well as electronic versions,shall omit the Cost Tender Form. Balance of Pape Intentionally Left Blank RFP 2016-091-KB 17 W " tIAMI BEACH SECTION 0400 PROPOSAL EVALUATION The Evaluation Process will be conducted in two phases. PHASE I EVALUATION PROCESS 1.Two Step Evaluation. The evaluation of responsive proposals in Phase 1 will proceed in a two-step process.The first step (Step 1)will consist of the qualitative criteria listed below to be considered by the Evaluation Committee.The second step(Step 2) will consist of quantitative criteria established below to be added to the first step scores by the Procurement Department. The City reserves the right to engage the advice of its consultant, DCP or other technical experts in assisting the Evaluation Committee in the review of proposals received. 2. Phase I I Step 1 Evaluation (100 Points).An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the requirements set forth in the solicitation. If further information is desired, Proposers may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of proposals will proceed in a two-step process as noted below. It is important to note that the Evaluation Committee will score the qualitative portions of the proposals only. In doing so,the Evaluation Committee may: • review and score all proposals received,with or without conducting interview sessions;or • review all proposals received and short-list one or more Proposers to be further considered during subsequent interview session(s)(using the same criteria). Proposers will be evaluated on the following criteria(100 maximum possible points): • Project Team (30 Points) • Design/Build Firm Experience&Qualifications(40 Points) • Lead Designer Experience&Qualifications (30 Points) 3. Phase I 1 Step 2 Evaluation (10 Points). Following the results of Step 1 Evaluation Qualitative criteria, the proposers may receive additional points to be added by the Procurement Department to those points earned in Step 1, as follows. • Veterans and State-Certified Service-Disabled Veteran Business Enterprise(5 points) • Prime Proposer Volume of Work(0-5 Points). Points awarded to the proposer for volume of work awarded by the City in the last three(3)years in accordance with the following table: Less than $250,000 5 $250,000.01 —$2,000,000 3 Greater than $2,000,000 0 RFP 2016-091-KB 18 tVAdAMIBEACH 4. Determination of Phase I Ranking. Phase 1/Step 1 scores (by the Evaluation Committee) and Phase 1/Step 2 scores (by the Procurement Department)will be converted to rankings in accordance with the following example: Proposer Proposer Proposer A B C Step 1 Points 82 76 80 Step 2 Points 10 7 5 Committee Total 92 84 85 Member 1 Rank 1 3 2 Step 1 Points 90 85 72 Step 2 Points 10 7 5 Committee! Total 100 92 79 Member 2 Rank 1 2 3 Step 1 Points 80 74 66 Step 2 Points 10 7 5 Committee Total 90 81 72 Member 2 Rank 1 2 3 Low Aggregate Score 3 7 8 Phase!Ranking 1 2 3 If fewer than three responsive proposals are received by the City or if all responsive proposals received are determined by City Manager to be qualified for Phase II, Phase II may proceed without interruption or additional approvals following Phase I. Otherwise, the City Manager may submit a recommendation to the City Commission to short-list one or more proposers at the conclusion of the Phase I evaluation. Following City Commission approval of the City Manager's recommendation pursuant to Phase I of the RFP, the short-listed proposers will be allotted approximately 45 days to prepare a detailed technical proposal for the Project.The short-listed proposers will also be provided, via addendum, with the formal Design Criteria Package(DCP) and the Design/Building Agreement. Following Phase I short-listing and prior to receipt of proposals pursuant to Phase II, the City may issue further information and clarifications via Addenda to the short-listed proposers, including (but not limited to) any amendments to the Design Criteria Package, cost tender form, form of contract, and other informational items or requirements necessary for the short-listed proposers to submit its Phase II proposals. Additionally, the City will conduct a pre-submittal conference with short-listed proposer to facilitate project understanding and consider any project specific questions from the short-listed proposers. Phase II proposals will be evaluated in accordance with the criteria established in Section 0400 for Phase II Evaluation. RFP 2016-091-KB 19 CI_ MIAMI BEACH PHASE II EVALUATION PROCESS The Phase II evaluation process shall be completed by a Technical Review Committee, appointed by the City Manager,who may be different than the Evaluation Committee,who shall meet to evaluate each short-listed response and technical package in accordance with the criteria established below. In doing so,the Evaluation Committee will: a. Interview short-listed proposers, if deemed necessary. b. Receive input from a Technical Review by City Staff,the Design Criteria Professional,and other City advisors c. Recommend the Voluntary Alternate Proposals to accept,if any d. Score proposers utilizing the Evaluation Criteria Proposers will be evaluated on the following criteria(100 maximum possible points): • Technical Proposals(25 Points) • Subcontractor Experience&Qualifications(5 Points) • Approach&Methodology Plan(10 Points) • Project Schedule(10 Points) • Lowest GMP(50 Points)* *Sealed Cost Proposals will be opened at the conclusion of the review of Technical Proposals by the Evaluation Committee. Each proposed GMP shall be scored as follows: Sample Objective Formula for Cost Lump Example Maximum Formula for Calculating Points Vendor Sum Allowable Points (lowest cost I cost of proposal being evaluated X Total Points (Points noted are for illustrative maximum allowable points=awarded points) Awarded Price purposes only.Actual points Round to are noted above.) Vendor A $100.00 20 $1001$100 X 20=20 20 Vendor B $150.00 20 $1001$150 X 20=13 13 Vendor C $200.00 20 $1001$200 X 20= 10 10 Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission,which may be different than final ranking results. Remainder of Page Intentionally Left Blank RFP 2016-091-KB 20 a MIAMI BEACH SECTION 0500 CITY OF MIAMI BEACH LICENSES, PERMITS AND FEES Each license, permit or fee a Contractor will have to pay the City before or during construction or the percentage method or unit method of all licenses, permits and fees REQUIRED BY THE CITY AND PAYABLE TO THE CITY by virtue of this construction as part of the Contract is as follows: The City of Miami Beach will require occupational licenses for Contractors as well as sub-contractors. Licenses, permits and fees which may be required by Miami-Dade County,the State of Florida,or other governmental entities are not included in the above list, but are listed as attached (next page) and included as an allowance in the proposal. 1. Occupational licenses from City of Miami Beach firms will be required to be submitted within fifteen (15)days of notification of intent to award. 2. Occupational licenses will be required pursuant to Chapter 205.065 Florida Statutes. NOTE: a)If the Contractor is a State of Florida Certified Contractor the following will be required: 1) Copy of State Contractors Certification 2) Place of Business Occupational License 3) Liability and Property Damage Insurance Certificate made to City of Miami Beach 4) Workers compensation or the exemption b)If a Dade County Licensed Contractor: 1) Dade Certificate of Competency in the Discipline Licensed 2) Municipal Contractors Occupational License 3) Liability and Property damage Insurance Certificate made to City of Miami Beach 4) Workers Compensation or the exemption NOTE: PLEASE PROVIDE COPIES OF ALL YOUR LICENSES AND CORPORATE CERTIFICATES WITH YOUR PROPOSAL RESPONSE. Remainder of Page Intentionally Left Blank RFP 2016-091-KB 21 MIAMI BEACH CITY OF MIAMI BEACH REQUEST FOR PROPOSALS(RFP)No.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET Note: The Proposer shall obtain and pay for all permits required for execution of the work; provided however, that the City will waive Public Works Department Right-of-Way permit fees. PERMITS MIAMI-DADE COUNTY DEPARTMENT OF REGULATORY AND ECONOMIC RESOURCES(RER)(formerly DERM). • Class II Permit for Construction of Drainage System with Outfall. • Class V Dewatering Permit • Drainage Well Permit • File Notice of commencement with SFWMD and RER II. FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION(FDEP) • Notice of Intent to Use Generic Permit for Storm Water Discharge from Large and Small Construction Activities • National Pollutant Discharge Elimination System (NPDES) permit III. FLORIDA POWER AND LIGHT(FPL) IV. CITY OF MIAMI BEACH PUBLIC WORKS DEPARTMENT • ROW Permit-Fee to be waived. • Building Department-Plumbing, Structural, Electrical-Fees to be waived with the exception of Dade County fees • Notice of Commencement Permit V. SOUTH FLORIDA WATER MANAGEMENT DISTRICT(SFWMD)Environmental Resource Permit(ERP) Remainder of Page Intentionally Left Blank RFP 2016-091-KB 22 APPENDIX A MIAM BEACH Proposal Certification , Questionnaire & Requirements Affidavit RFP NO. 2016-091 -KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET PROCUREMENT DEPARTMENT 1755 Meridian Avenue , 3rd Floor Miami Beach, Florida 33139 RFP 2016-091-KB 23 Solicitation No: Solicitation Title: 2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET Procurement Contact: Tel: Email: KRISTY BADA 305-673-7490 KRISTYBADA@MIAMIBEACHFL.GOV PROPOSAL CERTIFICATION, QUESTIONNAIRE &REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: No of Years in Business: No of Years in Business Locally: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to:any firm or principal information, applicable licensure, resumes of relevant individuals,client information,financial information,or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. RFP 2016-091-KB 24 1. Veteran Owned Business.Is Pro oser claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest.All Proposers must disclose,in their Proposal,the name(s)of any officer,director,agent,or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s)of any officer, director, agent, or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%)percent or more in the Proposer entity or any of its affiliates 3. References&Past Performance. Proposer shall submit at least three(3)references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension,Debarment or Contract Cancellation.Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non- erformance by an ublic sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Department of Procurement Management with its proposal/response or within five (5) days upon receipt of request.The Code shall, at a minimum, require the Proposer,to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement/. RFP 2016-091-KB 25 7. Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, Proposers shall be required to pay all employees who provide services pursuant to this Agreement,the hourly living wage rates listed below: • Commencing with City fiscal year 2012-13(October 1,2012),the hourly living rate will be$11.28/hr with health benefits,and$12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U)Miami/Ft. Lauderdale, issued by the U.S.Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding,no annual index shall exceed three percent(3%).The City may also,by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachfl.gov/procurement/. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurement/. RFP 2016-091-KB 26 9. Public Entity Crimes.Section 287.133(2)(a), Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals,or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. RFP 2016-091-KB 27 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation,or in making any award, or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation,as it deems appropriate and in its best interest. In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors,shareholders, partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations, and analyses.The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration,negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes,until the date and time selected for opening the responses.At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal,and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFP 2016-091-KB 28 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposers Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: State of FLORIDA ) On this_day of ,20_,personally appeared before me who County of ) stated that (s)he is the of , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires: RFP 2016-091-KB 29 APPENDIX B fl**1 IAM B " No Bid " Form RFP NO. 2016-091 -KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Note Ct ins irrportart for" hose_vendors who have received notification of :this solicitation but have decided not to respond,to complete and submit the attached "Statement of No Bid." The "Statement of No Bid'` provides' the City with information ©n howe : to improve the solicitation process. Fa lure`t submit a "Statement of No Bid" may result in not being notified of futuresolic taticins by the City. RFP 2016-091-KB 30 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: _Workload does not allow us to proposal _Insufficient time to respond Specifications unclear or too restrictive Unable to meet specifications _Unable to meet service requirements Unable to meet insurance requirements _Do not offer this product/service _OTHER. (Please specify) We do_do not_want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPT. ATTN: Kristy Bada STATEMENTS OF QUALIFICATIONS #2016-091-KB 1755 Meridian Avenue, 3`d Floor Miami Beach, Florida 33139 RFP 2016-091-KB 31 APPENDIX C MJAM : BEACH Minimum Requirements & Specifications RFP NO. 2016-091 -KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 REP 2016-091-KB 32 Cl. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit, with its proposal, the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to include the required submittals with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. 1. Design/Build Firm must be licensed as a General Contractor or Underground Utility Contractor in the State of Florida. Submittal Requirement: Submit a copy of the required license(s). 2. Design/Build Firm shall demonstrate to have successfully completed the construction of (2) projects similar in scope and volume in the past 10 years demonstrating the experience in urban right of ways and infrastructure improvements. Submittal Requirement: For each project, submit project name, brief description of project, date of completion, owner's representative, and owner's representative contact information. (1 page per project) 3. Design/Build Firm or its design lead consultant shall demonstrate to have successfully completed the design of (2) similar to this project within the past 10 years demonstrating the experience in urban right of ways and infrastructure improvements. Submittal Requirement: For each project, submit project name, brief description of project, date of completion, owner's representative, and owner's representative contact information. (1 page per project) 4. The DBF or its design consultant shall demonstrate familiarity of the permit process with all environmental agencies such as Dade County, South Florida Water Management District; Corps of Engineers,etc. Submittal Requirement: For each project, submit project name, brief description of project, date of completion, owner's representative, and owner's representative contact information. (1 page per project) 5. Design/Build Firm must submit documentation acceptable to the City that the Final Design team member is pre-qualified under Miami-Dade County, Internal Services Department, Procurement Management Services Division, for the following categories: •3.02- Highway Systems—Highway Design • 3.09— Highway Systems—Signing, Pavement Marking, Channel • 3.10— Highway Lighting • 3.11 —Highway Signalization • 6.01 —W& S System—Water Distribution and Sanitary Sewage Collection 9.02 Soils, Foundations and material testing. • 10.01 — Environmental Engineering—Stormwater Drainage Design • 16.00—General Civil Engineering Submittal Requirement: Submit a copy of the required pre-qualifications. 6. Proposer must have sufficient bonding capacity for a Payment and Performance Bond in an RFP 2016-091-KB 33 amount not less than $25 million. Submittal Requirement: Provide a letter from a Surety firm affirming that the Proposer has sufficient bonding capacity to provide performance and payment bonds in an amount not less than $25 million for the project. The Surety firm shall be rated by AM Best as to be no less than A- (Excellent) and within a Financial Size Category of no less than Category V ($10 - $25 million). The statement of bonding capacity shall be directly from the Surety firm on its official letterhead and signed by an authorized agent of the firm. C2. Statement of Work Required. The purpose of this RFP is to contract with a Design/Build Firm for Right of Way Infrastructure Improvement Program Neighborhood No. 11: West Avenue North of 14th Street. Proposals received pursuant to this RFP will be evaluated in a two-phased process (Phase I and Phase II). Phase I Proposers will be evaluated in accordance with the criteria established in Section 0400 for Phase I Evaluation. Following City Commission selection of the short-listed proposers pursuant to Phase I of the RFP, the short-listed proposers will be allotted approximately 45 days to prepare a detailed technical proposal for the Project. The short-listed proposers will also be provided, via addendum, with the formal Design Criteria Package (DCP) and Design/Build Agreement. Following Phase I short-listing and prior to receipt of proposals pursuant to Phase II, the City may issue further information and clarifications via Addenda to the short-listed proposers, including (but not limited to) any amendments to the Design Criteria Package, cost tender form, form of contract, and other informational items or requirements necessary for the short-listed proposers to submit its Phase II proposals. Additionally, the City will conduct a pre-submittal conference with short-listed proposers to facilitate project understanding and consider any project specific questions from the short-listed proposers. Phase II proposals will be evaluated in accordance with the criteria established in Section 0400 for Phase II Evaluation. Following City Commission approval of the City Managers recommendation pursuant to Phase II, the City will enter into contract negotiations and execution. Scope of Work: The Design/Build Firm (DBF) will be responsible for the survey, design, permitting, community outreach for, construction administration and the construction of the infrastructure site work for Right of Way Infrastructure Improvement Program Neighborhood No. 11: West Avenue North of 14th Street. The work will include but not be limited to site preparation; earthwork; roadway reconstruction; water, sewer and drainage installation and/or relocation; water services relocation; landscaping; and streetscape improvements. . The scope of the work shall incorporate the following general areas of work as well as all miscellaneous construction necessary to accomplish these major goals. 1. Water main improvements consisting of the removal of the existing old water mains and installation of new water mains, all fittings and service connections with new meters including 6,200 feet 8" DIP, 3,700 feet of 12" DIP and 3,500 feet of 20" DIP. Water service must be maintained at all times. 2. Gravity sewer system improvements consisting of the removal of the existing old sewer system and installation of new sewer lines, sewer manholes and service connections including 4200 feet 8" C-900, 3900 feet 10" C-900, 900 feet 12" C-900 and RFP 2016-091-KB 34 2700 feet 15"C-900. Sewer service must be maintained at all times. 3. Roadway Reconstruction and Streetscape Improvements consisting of the removal of encroachments and the complete reconstruction of the roadway cross section including a designed profile and cross slope -raising the roadbed and minimum road crown elevations of 3.7 NAVD, and harmonization of properties. Performing a topographical survey and a ROW survey containing finished floor(FFE) data within the project limits, all road right-of- ways within the limits of the project shall be reconstructed to newly targeted elevations as requested by Owner. Additional design considerations will be made to maintain positive drainage away from the private lots. 4. Stormwater System Improvements consisting of the removal of the existing drainage system and the design and construction of an interconnected drainage system to include new piping, catch basins, manholes, and connections to existing outfalls via the new pumps station recently constructed or under construction in the first phase of the West Avenue Neighborhood Improvement Project. The new stormwater piping includes the installation of 4,200 feet of 48"trunk line along West Avenue and Bay Road as depicted on a Drainage Report that will be included as part of the DCP for this project. 5. Design and construction for bike lanes, multi-use paths and sidewalks as depicted on the typical sections depicted on the 2007 Basis of Design Report for West Avenue and Bay Road that will be included as part of the DCP for this project. Proposed Budget: The City of Miami Beach's Public Works budget for the proposed project is$25 Million. Project Duration: The Design/Build Firm must complete the Work by the following durations, which exclude the warranty administrative period. • Design & Permitting Phase: 180 Days from the issuance of Notice to Proceed (NTP) • Substantial Completion: 545 Calendar Days from NTP. • Final Completion: 90 Calendar Days from date of attaining Substantial Completion. If the Design/Build Firm does not achieve Substantial Completion by the established Substantial Completion Contract Date, Liquidated Damages (LDs) will be assessed in the amount of $3,900 per calendar day, which will be paid to the City by the Design/Build Firm. If the Design/Build Firm does not achieve Final Completion by the established Final Completion Contract Date, LDs will be assessed in the amount of $1,000.00 per calendar day, which will be paid to the City by the Design/Build Firm. LDs will be cumulative if both the Substantial Completion Contract Date and the Final Completion Contract Date are exceeded. All assessments of LDs to the Design/Build Firm may be adjustments to payments due to the Design/Build Firm. Location of Work: That portion of Neighborhood No. 11 West Avenue Phase II north of 14th Street includes the following: Bay Road from Collins Canal to 14th Street; West Ave from Lincoln Road to 14th Street; Lincoln Road from Alton Road to Biscayne Bay; Lincoln Court from Lincoln Road to Collins Canal; Lincoln Terrace from Bay Road to Biscayne Bay; 16th Street, 15th Terrace, 15th RFP 2016-091-KB 35 Street from Alton Road to the Biscayne Bay; Flamingo Way from Bay Road to West Ave; 14th Court from West Ave to Alton Court; and 14th Terrace from Bay Road to West Ave. Remainder of Page Intentionally Left Blank RFP 2016-091-KB 36 APPENDIX D AAIAM BEACH Special C RFP NO. 2016-091 -KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFP 2016-091-KB 37 1. TERM OF CONTRACT. Not Applicable. 2. OPTIONS TO RENEW. Not Applicable. 3. PRICES. Not Applicable. 4. EXAMINATION OF FACILITIES. Not Applicable. 5. INDEMNIFICATION. Provider shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorneys' fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of this Agreement by the Provider or its employees, agents, servants, partners principals or subcontractors. Provider shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Provider expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Provider shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. 6. PERFORMANCE BOND. Not Applicable. 7. REQUIRED CERTIFICATIONS. Not Applicable. 8.SHIPPING TERMS. Not Applicable. 9. DELIVERY REQUIREMENTS. Not Applicable. 10.WARRANTY REQUIREMENTS. Not Applicable. 11. BACKGROUND CHECKS. Not Applicable. 12. COMPETITIVE SPECIFICATIONS. It is the goal of the City to maximize competition for the project among suppliers & contractors. Consultant shall endeavor to prepare all documents, plans & specifications that are in accordance with this goal. Under no condition shall Consultant include means & methods or product specifications that are considered "sole source"or restricted without prior written approval of the City. 13. ADDITIONAL TERMS OR CONDITIONS. This RFP, including the attached Sample Contract, contains all the terms and conditions applicable to any service being provided to the City resulting from award of contract. By virtue of submitting a proposal, consultant agrees not to require additional terms and conditions at the time services are requested, either through a separate agreement, work order, letter of engagement or purchase order. 14. CHANGE OF PROJECT MANAGER.A change in the Consultant's project manager(as well as any replacement) shall be subject to the prior written approval of the City Manager or his designee (who in this case shall be an Assistant City Manager). Replacement (including reassignment) of an approved project manager or public information officer shall not be made without submitting a resume for the RFP 2016-091-KB 38 replacement staff person and receiving prior written approval of the City Manager or his designee (i.e. the City project manager). 15. SUB-CONSULTANTS. The Consultant shall not retain, add, or replace any sub-consultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. Any approval of a sub-consultant by the City Manager shall not in any way shift the responsibility for the quality and acceptability by the City of the services performed by the sub-consultant from the Consultant to the City. The quality of services and acceptability to the City of the services performed by sub-consultants shall be the sole responsibility of Consultant. 16. NEGOTIATIONS. Upon approval of selection by the City Commission, negotiations between the City and the selected Proposer (s) will take place to arrive at a mutually acceptable Agreement, including final scope of services, deliverables and cost of services. Remainder of Page Intentionally Left Blank RFP 2016-091-KB 39 APPENDIX E MIA . .:. . , BEACH Cost Tender Form (SAMPLE ONLY) Actual Cost Tender Form shall be provided to short-listed firms at the conclusion of Phase I Evaluation. RFP NO. 2016-091 -KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFP 2016-091-KB 40 Section 1 —Certification The undersigned, as Proposer, hereby declares that the only persons interested in this proposal as principal are named herein and that no person other than herein mentioned has any interest in this proposal or in the Contract to be entered into; that this proposal is made without connection with any other person, firm, or parties making a proposal; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Proposer further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done;that it has examined the Contract Documents and all addenda thereto furnished before the opening of the proposals,as acknowledged below; and that it has satisfied itself about the Work to be performed; and all other required information with the proposal;and that this proposal is submitted voluntarily and willingly. The Proposer agrees, if this proposal is accepted,to contract with the City,a political subdivision of the State of Florida,pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials,equipment, machinery,tools, apparatus, means of transportation,and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project entitled: REQUEST FOR PROPOSALS(RFP)No.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET The Proposer also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total proposal price plus alternates,if any, provided in the RFP Price Form in Section 00408 and to furnish the required Certificate(s)of Insurance. In the event of arithmetical errors between the division totals and the total base proposal in the RFP Price Form, the Proposer agrees that the total base proposal shall govern. In the event of a discrepancy between the numerical total base proposal and the written total base proposal,the written total base proposal shall govern. In absence of totals submitted for any division cost,the City shall interpret as no proposal for the division, which may disqualify the Proposer. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: State of FLORIDA ) On this day of , 20_, personally appeared before me who stated that (s)he is the of , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires: RFP 2016-091-KB 41 Section 2—GUARANTEED MAXIMUM PRICE(GMP)-SAMPLE REQUEST FOR PROPOSALS(RFP) No.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET FURTHER BREAKDOWN OF LINE ITEMS INDICATED MAY BE PROVIDED AT THE DISCRETION OF THE PROPOSER I IP=r*Rgqd q ROADWAY PAY ITEMS CLEAR AND GRUBBING 1 LS EMBANKMENT 1 LS TYPE B STABILIZATION(12") 1 LS OPTIONAL BASE 1 LS GEOFABRIC 1 LS TYPE S-III ASPHALTIC CONC. 1 LS CONCRETE CURB&GUTTER,TYPE F 1 LS CONCRETE SIDEWALK,4"THICK 1 LS CONCRETE SIDEWALK 6"THICK DW 1 LS BRICK AND PAVERS 1 LS RETAINING WALL 1 LS HANDRAIL 1 LS SOD(BAHIA) 1 LS DEMUCK/BACKFILL OF NEW WATER,SEWER AND DRAINAGE 1 LS SYSTEMS& INCLUDE DEMUCK/BACKFILL TO REMOVE EXISTING UTILITES DRAINAGE PAY ITEMS CURB INLETS 1 LS MANHOLES 1 LS YARD DRAIN(V/PIPE CONNECTION TO STORM SYSTEM) 1 LS 18"PIPE 1 LS 24"PIPE 1 LS 48"PIPE 1 LS TRENCH DRAIN(W/PIPE CONNECTION TO STORM SEWER) 1 LS WATER PAY ITEMS CONNECT TO EXISTING 8"WM 1 LS CONNECT TO EXISTING 12"WM 1 LS CONNECT TO EXISTING 20"WM 1 LS 4"DIP WM(W/FITTINGS) 1 LS 8"DIP WM(W/FITTINGS) 1 LS 12"DIP WM(W/FITTINGS) 1 LS 20"DIP WM(W/FITTINGS) 1 LS 4"GATE VALVES 1 LS 8"GATE VALVES 1 LS 12"GATE VALVES 1 LS 20"GATE VALVES 1 LS WATER SERVICES W/AMR METERS 1 LS FIRE HYDRANT 1 LS RFP 2016-091-KB 42 SEWER PAY ITEMS 8"C-900 GRAVITY SEWER 1 LS 10"C-900 GRAVITY SEWER 1 LS 12"C-900 GRAVITY SEWER 1 LS 15"C-905 GRAVITY SEWER 1 LS SERVICE CONNECTIONS 1 LS MANHOLE 1 LS PAVEMENT MARKINGS AND LIGHTING SIGNING AND MARKINGS 1 LS SIGNILIZED INTERSECTION 17TH AND WEST 1 LS SIGNILIZED INTERSECTION 16TH AND WEST 1 LS SIGNILIZED INTERSECTION 15TH AND WEST 1 LS STREET LIGHTING 1 LS PEDESTRIAN LIGHTING 1 LS ALLOWANCE PERMITS 1 LS $50,000.00 $50,000.00 ALLOWANCE MATERIAL TESTING 1 LS 25,000.00 25,000.00 CONSIDERATION FOR INDEMNIFICATION OF CITY 1 LS $25.00 $25 00 COST FOR COMPLIANCE TO ALL FEDERAL AND STATE 1 LS $25.00 $25.00 REQUIRENMENTS OF THE TRENCH SAFETY ACT MOT 1 LS MOBILIZATION/GENERAL CONDITIONS 1 LS ENGINEERING 1 LS BONDS AND INSURANCE 1 LS TOTAL WEST AVE II NORTH PHASE OWNER CONTROLLED PROJECT CONTINGENCY 10%OF TOTAL WEST AVE II NORTH PHASE 10 % TOTAL GMP WEST AVE II NORTH PHASE ANY LETTERS,ATTACHMENTS,OR ADDITIONAL INFORMATION TO BE CONSIDERED PART OF THE PROPOSAL MUST BE SUBMITTED IN DUPLICATE. WRITTEN TOTAL: PROPOSER(Print): ADDRESS: CITY/STATE: ZIP: FEDERAL I.D.#: NAME/TITLE OF REPRESENTATIVE(Print): SIGNED: (I certify that I am authorized to execute this proposal and commit the proposing firm) RFP 2016-091-KB 43 APPENDIX F MIAM BEACH Insurance Requirements RFP NO. 2016-091 -KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFP 2016-091-KB 44 INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. The provider shall furnish to Department of Procurement, City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440. B. Commercial General Liability on a comprehensive basis in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. City of Miami Beach must be shown as an additional insured with respect to this coverage. C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. D. Professional Liability Insurance in an amount not less than$2,000,000 with the deductible per claim, if any, not to exceed 10%of the limit of liability. E. Installation Floater Insurance including coverage for material & equipment to be installed during the course of this project. City of Miami Beach shall be included as a Named Insured on this policy, as its insurable interest may appear. This policy shall remain in force until acceptance of the project by the City. A waiver of subrogation in favor of the City must be included for the policies required above. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the vendor. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The company must be rated no less than "B+" as to management, and no less than "Class V" as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent,subject to the approval of the City Risk Management Division. or The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do Business in Florida" issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty(30) days in advance notice to the certificate holder. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH 1755 MERIDIAN AVENUE 3rd FLOOR MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. RFP 2016-091-KB 45 ATTACHMENT C CONSULTANTS RESPONSE TO THE (RFP) • ,„-- RFP NO. 2016 091 KB k .. „ ., May 13, 2016 9 . y , A ,:;.„-- ' . k:___--A - F off i v3if,:41 . ' , -ter,.,,,,,,t_. .,,,. i r �, . ., _ r - .. . , „..„ . .. . , _. .. ......... :__ . , „..r, 4 � ,�;�� .mac T ',tg - '--—-..,,,,--1.z.t,._.,..: ...,,.,::„--T„„;r,-,--77,:s,:.ikt,sr . ,i.f.,-,--.,_1','-- — -1.-' ' - 'f4,4e--,-,1-0;74:y...-4e---, ,,,,,', E rc' df °F;�,L `e ,_,,..,i,#i;„.:*''' (11.7.1;1; ::T\'''18:1:tr::::-:.:'-'!::.:-1.;:c-;ik:11:-1::'::."11::15-'1/4:":4---::::::::::::1:-;:::':::'1: -::'7'..” f c Cy _,,4-101111:1114 1111;1 '':::': iLTL:*--'''''' f ti } a z 't. :',,,i-..: ---ilii-,,,,,,..„---; 1 7.! - (� .6 I "7, ,'11 1,6.11: 1 ' , : '' 1 ' .'014_ !''''r. 7._ ti '':-.::::--..I '',._''':ill '..,. -:':-' i rC ' fi. DESf /BU1LDSEF��/I ESFOR 1/VESTAVENUE[!\/[PRO �IV�ETS � �' PHASEIINORT --[•F14STREET I SUBMITTED BY CDNST F12 INC elS • J Win- Tl\T>,1\C. TABLE OF CONTENTS 1 TABLEOF CONTENTS COVER LETTER & MINIMUM QUALIFICATIONS REOUIREMEN TS// TAB 1 1.1 ft COVER LETTER & TABLE OF CONTENTS 1 1.2 1 RESPONSE CERTIFICATION & REQUIREMENTS AFFIDAVIT 1.3 MINIMUM QUALIFICATION REQUIREMENTS 11 6_175' T R 2.1 ORGANIZATIONAL CHART 2.2 " KEY PERSONNEL 2.3 RESUMES 2.4 PRIOR WORKING EXPERIENCE 2.5 ADDITIONAL INFORMATION 1:1-0 • , 3.1 COMPANY INFORMATION 3.2 SIMILAR EXPERIENCE & QUALIFICATIONS 3.3 RELEVANT EXPERIENCE 3.4 SAFETY RECORD 3.5 D&B SUPPLIER QUALIFIER REPORT 07 3.6 ' INSURANCE 3.7 0 M/WBE AND S/DBE UTILIZATION 12 7727777 DE5 277772 EXFEFflL27?c:E & QUALFjCAT!C&i,S 'IA E3 4 3.1 , COMPANY INFORMATION 113 3.2 SIMILAR EXPERIENCE & QUALIFICATIONS ri/1 3.3 FLORIDA REGISTRATION 115 3.4 // RELEVANT EXPERIENCE 1 ,R CITY OF MIAMI BEACH I RFP.2016-091-KB iti4 _IN ASSc0C1:1.1.0N WITH DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS ------- -4 ! '\` if .`# t j ,- - _ fid - �'& ri 3 T ! f y 4 `v� 5..ys. i� `� _ �__ E7411 )20 _ 1 i ti 4E ., • i¢y; z ,..4f.'--, •-•„ ----'.—•- '-"-- ,i'..-..ikif; .---"-:-:-.i ';.- -'-...1,--,i,,' --..:. *,'''-'?! '' ,?' '1'; ; 4 v ----.-4,--;-,„.;-..,,,,-,-- -ms'S � 'E "+,� ;4� 1;d•':411.!".:',7' ' ' , ° -7t.,7-• 7A--.7_ _, _-., _. -., ,._ ,_.(e 7. ir , ... A ' "4."•r.''it 4 7 4..t".-,..----- .xaet+ f-Y! lir. ti ) . ' .1 KG t�/ " a Ate•/ \..® ': /f _ 44e l t , {sx e { .; a * fy COVERLETTER& .ti, ,'.._ t',-:- •--. 43F .'' MINIMUMQUALIFICATIONS REQUIREMENTS --""41111.11111.111111.111111111,, , Kristy Bada, Contracting Officer II Procurement Department 1755 Meridian Avenue,3rd Floor Miami Beach,FL 33139 Subject I/Design/Build Services for West Avenue Improvement Phase Il North of 14th Street it RFP NO. 2016-091-KB Dear Ms.Kristy Bada and Selection Committee Members: The City of Miami Beach's West Avenue Improvements Phase II North of 14th Street project represents a comprehensively defined Neighborhood Improvement Project that Design/Build Services has significantly evolved as a result of advanced City leadership coupled by a sobering for West Avenue climatic impact awareness and an unflinching execution strategy to deliver the necessary Improvements Phase Il infrastructure that will sustain the vitality of this already vibrant corridor as well as the North of 14th Street entire City of Miami Beach. This multi-faceted project is a testament of the City's continued commitment to improve and sustain the quality of life for the local Miami Beach community while spearheading practical advancements in climate resiliency applications. Ric-Man Construction FL, A local team that delivers Inc. This project requires a design/build team that can face head-on the challenges associated to a project of this caliber. A group of experienced local Miami Beach professionals that have worked collaboratively in the past and as such can forge their unique talents to deliver Daniel Mancini this project in a way that exceeds Miami Beach's expectations.A team that brings to the dmancini@ric-man.com table a unique combination of historical knowledge in the planning,permitting,design, 954-868-2405 risk management,and construction delivery of projects specifically for the City of Miami Beach; and that understand how to execute critical timelines of design and construction in that backdrop of residents and businesses who have a passionate commitment to a Ric Man Construction more beautiful and livable West Ave.A Design/Build team that can properly coordinate FL,Inc. construction logistics with the commitments and timelines of fringing development projects CES Consultants, Inc. in the area and with a demonstrated track record of delivering design build/projects in Schwebke, Shiskin & highly complex,highly frequented urban environments under highly demanding timelines. Associates That is the Ric-Man Construction FL Team. Civil Works, inc. Savino Miller Design The Ric-Man Construction FL Team will be led by Daniel Mancini as the Design/Build Studio Manager. Daniel has extensive experience in neighborhood rehabilitation projects having Langan Engineering led successful projects in Broward County and currently for Miami-Dade WASD in the Moffatt& Nichol, Inc. Shenandoah Miami Neighborhood.The design effort will be led by Fernando Vazquez, Longitude Surveyors, PE. Fernando has extensive experience in the planning,design and delivery of large water LLC sewer,and storm-water infrastructure projects for major water utilities.As the former City Infinite Source Engineer and Director of Capital Improvements for the City of Miami Beach,Fernando brings Communications Group a unique set of multi-level management skills to the City that covers a wide and diverse portfolio of Neighborhood Improvement Projects,including the first neighborhood projects to consider significant vertical modification to mitigate tidal-influenced flooding. We have also included key personnel that represent years of applied knowledge and good reputation for completing projects under budget and on time for Miami Beach. Information about the team members,including resumes,is located in Tab 2. Our Phase I Qualifications submittal provides the material requested by your RFP and establishes that our team meets and exceeds the minimum requirements that you have established.We thank you for considering the Ric-Man Construction FL Design/Build Team for this important project and look forward to your positive response and the opportunity to work with the City of Miami Beach. ,. Sincerely, ..., :: „-,:„;:_%,. Zg17/14 . Daniel Mancini :. Presidents, CITY OF MIAMI BEACH I RFP. 2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS F< ' x CERTIFICATION,QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT 3 Solicitation No: Solicitation Title: 2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET Procurement Contact Tel: I Email: KRISTY BADA 305-673-7490 I KRISTYBADA@MIAMIBEACHFL.GOV PROPOSAL CERTIFICATION, QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: Ric-Man Construction FL, Inc. No of Years in Business: I No of Years in Business Locally: 1 11 1 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: Richard Mancini Equipment Company, Inc. FIRM PRIMARY ADDRESS(HEADQUARTERS): 1001 North America Way, Suite 201 CITY: Miami STATE: I ZIP CODE: 33312 Florida TELEPHONE NO.: 305.379.4000 TOLL FREE NO.: N/A Fax NO.: 305-379-4124 FIRM LOCAL ADDRESS: 1001 North America Way Suite 201 CITY: Miami STATE: ZIP CODE: Florida 33312 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Daniel C. Mancini ACCOUNT REP TELEPHONE NO.: 954.426.1221 ACCOUNT REP TOLL FREE NO.: N/A ACCOUNT REP EMAIL: dmancini@ric-man.com FEDERAL TAX IDENTIFICATION NO.: 20-1309732 The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to:any firm or principal information,applicable licensure, resumes of relevant individuals, client information,financial information,or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. RFP 2016-091-KB74 IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB I COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS -_ CERTIFICATION,QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT 4 1. Veteran Owned Business.Is Pro oser claiming a veteran owned business status? YES X NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest.All Proposers must disclose,in their Proposal,the name(s)of any officer,director,agent,or immediate family member(spouse, parent, sibling, and child)who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s)of any officer, director,agent,or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates - N/A 3. References&Past Performance.Proposer shall submit at least three(3)references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. -See attached 4. Suspension,Debarment or Contract Cancellation.Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non- erformance by�anpublic sector agency? YES I x l NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with,the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Proposals.in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities(including your sub-consultants)with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. -See attached 6. Code of Business Ethics.Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Department of Procurement Management with its proposal/response or within five(5)days upon receipt of request.The Code shall,at a minimum, require the Proposer,to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement/. -See attached REP 2016-091-KB 25 IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB 1-4 0.48-4– CAS SERVICES FOR WEST AVENUE IMPROVEMENTS �. CERTIFICATION,QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT 5 7. Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, Proposers shall be required to pay all employees who provide services pursuant to this Agreement,the hourly living wage rates listed below: • Commencing with City fiscal year 2012-13(October 1,2012),the hourly living rate will be$11.28/hr with health benefits,and$12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U)Miami/Ft.Lauderdale,issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding,no annual index shall exceed three percent(3%).The City may also,by resolution,elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this proposal,under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachfl.gov/procurement!. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach,Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? X YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? X I YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health X X Sick Leave X X Family Medical Leave X X Bereavement Leave X X If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee.Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurementl. RFP 2016-091-KB 26 IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB NISC4114CLS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS �-_.�f- CERTIFICATION,QUESTIONNAIRE& REQUIREMENTS AFFIDAVIT --- -- __ 6 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes.as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity: may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit proposals,proposals,or replies on leases of real property to a public entity;may not be awarded or perform work as a contractor, supplier,subcontractor,or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT:No additional submittal is required. By virtue of executing this affidavit document,Proposer agrees with the requirements of Section 287.133.Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation.Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm initial to Confirm Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 I , Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. fi RFP 2016-091-KB 27 ss5.04-.,Arifat!'6117'.. CITY OF MIAMI BEACH I RFP.2016-091-KB CRIS _�.w�. .. �A.e. DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS pont I ti CERTIFICATION,QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT 7 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied, as to its content, its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration,negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof.Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions,or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law,and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation.By submission of a Proposal,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal,and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be govemed by and construed in accordance with the laws of the State of Florida. RFP 2016-091-KB 28 IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB CLS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS 001 `I,"' _ k CERTIFICATION.QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT --- — 8 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's • proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation,all attachments,exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed,or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws;all responses,data and information contained in this proposal, inclusive of the Proposal Certification,Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Daniel Mancini President Signature of Proposer's Authorize._---e:..--- Date: ,4 '1 5/13/2016 State of FLORIDA ) On this i, day of 1(1G ,20I_(ppersonally appeared before meD tYtCr c.rn who County of i`n IOTA).fie ) stated that (s)he is the 'fit s itjB . ' of 11-"(•'I"C-1--Cor car,\,t)Ake corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed.Before me: otary Pub<for the State oqf Flogda My Commission Expiresdt)°)�a41 Notary Public State of Florida Leigha Taber ,el My Commission FF 093977 140,*dv Expires 02/19/2018 RFP 2016-091-KB 29 CITY OF MIAMI BEACH I RFP.2016-091-KBC S s. DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS WMA CERTIFICATION,QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT 9 Attachment to Appendix A // Proposal Certification, Questionnaire & Requirements Affidavit Appendix A, item 2 /!Conflict of Interest No such relationships exist Appendix A, item 3 /1 References and Past Performance Reference Project Contact Information Pat MacGregor UAZ 314,316&318,Broward County 954-831-0904 pamacgregor@broward. Pat MacGregor Package 12, Broward County 954-831-0904 pamacgregor@broward. Pat MacGregor Package 13, Broward County 954-831-0904 pamacgregor@broward. Raul Caballero Shenandoah Design/Build 786-402-1449 Miami-Dade County Water&Sewer Department rcaba@miamidade.gov George Aguiar Design/Build Replacement of 54-inch Force Main Fisher 305-665-7477 Island to south of Miami Beach under Government Cut glaguoi@miamidade.gov George Aguiar Design/Build Services for the installation of Gravity Sewer 305-665-7477 Interceptors for Master Pump Station No.3 glaguoi@miamidade.gov Appendix A, item 5 Vendor Campaign Contributions No campaign contributions have been made for candidates elected to the office of Mayor or City Commissioner for the City of Miami Beach. }1.I-4.' ...,,,, _ r:t ,,,,--4" 4 - s r a 4 I S'. i�. 1'1 11: 4 ..- II I ,i e 3t l s pp 1 «?ice � F ._.,,.sae. -... ,- - a• �1, ,i .JI . t �• b i:-.1:4'...;s1.-!i,..', t a '.t5 s ... .,t-......* s. ... IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB __- S4 1 4 4 COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS L MINIMUM QUALIFICATIONS REQUIREMENTS 10 CON8AFL,INC. 40,4 °'`‘°11/4 May 13, 2016 City of Miami Beach Procurement Division 1700 Convention Center Drive Miami Beach, FL 33139 RE:Appendix A, Proposal Certification& Requirements Affidavit, Item No. 6: Code of Business Ethics To Whom It May Concern: Prior to the execution of any contract or performance of any work,Ric-Man Construction FL,Inc.will adopt a Code of Business Ethics and submit that Code to the Procurement Management Department. Ric-Man Construction FL, Inc. adoption of this Code of Business Ethics will be pursuant to the City's Resolution No. 2000-23879 of the City of Miami Beach Code of Ethics. Very Truly Yours, Ric-Man Construction FL, Inc. 140, ` Daniel Mancini Vice President Ric-Man Construction FL, Inc. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB [01-1"- cgs DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS " '""' 11 C.1 .1 // Design/Build Firm License STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION 4tHE$���'� !�'� CONSTRUCTION INDUSTRY LICENSING BOARD + }S fy LICENSE NUMBER p. „'$ CGC1514965 f . -may j The GENERAL CONTRACTOR :_, r Named below IS CERTIFIED ural” Under the provisions of Chapter 489 FS Expiration date: AUG 31,2016 ■ 'kli ■ MANCINI, DANIEL CHRISTOPHER = Plat.- RIC-MAN CONSTRUCTION FLORIDA INC 7001 NW 66TH STREET t • PARKLAND FL33067 .49titi.� iciff ISSUED: 08/05/2014 DISPLAY AS REQUIRED BY LAW SEQ L1408050001804 7 AF ,:s Ric Man Construction has " ';'",,,,,,,I. i:] �, earned a reputation throughout ,:e, �. #' i, �� South Florida for the ability '; to take on and successfully ti „: -= r ,� - complete design/build and x� ,i,,,-,,,„,,,,i ,- , - �.., q t,. general contracting projects .� �� which have construction -'2414'S- 4-,,,, _ within challenging subsurface ' " , :` i.:; ti `T conditions as well as - � - neighborhood water and sewer 2 '* �� ,r-,,,t.{ projects in urban environments. �, =="—--.,> , e ;eir SIF - 4. `r €.�� 1� k 4N1,,,i, �,,-k.-_4='-' s» ` ?. - i. ... �'h - ""�' ' : " -: 'C ' P *" 1 ' ,% .- 5*1 _ IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB Ijc cgs DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS l__, , _: 12 C.1 .2 /1 Design/Build Firm Similar Construction Experience UAZ 314, 316 & 318 Broward County Water and Sewer improvements to the Broward County zoning Neighborhoods UAZ 314,316 and 318 which includes the removal and 2/27/2016 replacement of over 15,000 LF of Sanitary sewer pipe to 16 feet in depth, the installation of over 200 laterals;39,000 LF of water main ,valves and appurtenances including over 450 single and double service connections. Restoration included 54,000 SY of Paving ,sidewalks and over 20,000 SY Pat MacGregor of drive way apron restoration and harmonization, utility relocations,traffic 954-831-0904 signaling and irrigation system replacement. Extensive MOT was utilized to pamacgregor4broward.org mitigate traffic impacts to protect crews and pedestrians. Replacement and re-planting of trees, sodding,fencing,and curb and gutter work was an integral part of the work. a ,� - "~- _-- te- �-- mo w* " -- .yS. 7 AII may. ,`"m°`, . 3.x -itt ,,. .—mR _ ,... '?4. _ 4, S .- -.'"A",7'..",;, 1 4- -. 41i t -. `" ea- :.r. . -‘,.....-...,..* **:2r....... -- kr .� n LY , x s .3 t+en `C7®M. y Y' y— • �r � ••—) ,„vis e` ''t � 3R+. j •= + _ a ,• _t � • 1111 ? - 4 fit} .,,it - , el"_ -i ' ,. iy� k+ `,.,' -.7- ..-.....'7,..‘'.`): x .,.r --;,;--11 ,..4.7,101- '" t.is :;- '� -¢-•'+ ', ;f, r .;,,,y0F, ."1 r, •tx44,. 410..4-4St e ate` — '— ,,,. _IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB i��M► c®s DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS la" ` MINIMUM QUALIFICATIONS REQUIREMENTS 13 Package 12 Bro ward County North County Neighborhood Improvement which includes the 8/28/2012 and installation of 20,000 LF of water main,3,000 LF of storm drainage pipe and 18,000 LF of sanitarysewer pipe. Scopee included roadway restoration,driveway improvements,harmonization,landscaping,seeding, sodding,sidewalk replacement and curb and gutter work traffic loops,and Pat MacGregor miscellaneous utility relocations. 954-831-0904 pamacgregor@broward.org ` /�w4''-' Z .. ?,s,L-'•.�r, 'y-�-:r P' .-,.,.. agy `_ro w' . k+ „ -, •` im-� v ' l` "roy j” - . --.tti`«- JFrT'"• Z ; �• +, '4'_- . . , ' 'f `�-� : '." ,.� es t`- r ;. -- _'...;,P,„- +r` p "s:. ,>r „� /,R A �� � "" -.,Ao �,.� .«,,., ' tyT 11z rea..,x4=► / � +jy � : „ �-ms ,4a- ' �a a•'s1 'P ,.,sr �-w- ,4 ' Wt.,.� a . s!� _ - " ♦ ''``e ,y ^ , �: 'sea�� < rl R .. - ..;,f te.c,� A ,' ji, fr : ''''' 77 .41 :7: __ . ,,,,,, ,,„4"0.., . .., _,:::.. .4, c --•,yam "`;" z-� IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB c .s DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS ��"' 14 C.1 .3 1 Lead Design Firm Similar Design Experience Miramar Infrastructure Improvement Phase I • City of Miramar Utilities Department The design and construction oversight and certification of approximately 5 miles of water main,gravity sewer, 5 miles of closed system drainage, 2009 a sanitary sewer lift station, and roadway reconstruction as part of a neighborhood improvement initiative.The potable water system replaced existing 4-inch water mains,created a looped system network,and improved water pressure to the residents, as well as incorporating a virtually Roberto S. Ortiz, PE nonexistent fire protection system.The gravity system and lift station Brown and Caldwell (Performed improved the residents'wastewater collection system by abandoning the as employee of PBS&J) existing private septic tanks and associated drainfields,which alleviated 786.299.2070 resident maintenance issues.The drainage system was a series of closed rortiz@brwncald.com system French drain components that operated independently for the benefit of the entire community.The size of this neighborhood improvement project and volume of utilities upgrades required a complete roadway reconstruction and harmonization. Design Participation in progress meetings Construction Pump station construction New water distribution mains Responses to all requests for information Coordination of construction activities Roadway resurfacing and/or reconstruction Construction of sanitary sewers Interfacing with the design consultant to address Contract administration support field changes Installation of drainage collection and disposal Signage and street markings system Coordination between engineers,city staff,and the Progress payment review and approval contractor New sidewalk construction including ADA Driveway harmonization compliance 3e wx. $ stit- II-amj v" t ..` ti lit: M r , Ns moo. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS 11 C S MINIMUM QUALIFICATIONS REQUIREMENTS 15 SW 27th Ave Roadway Reconstruction & Widening Miami-Dade County Public Works Department The engineering analysis and design of approximately 0.75 miles of roadway widening and drainage improvements. The project consisted of widening 2013 SW 27th Avenue from US-1 to South Bayshore Drive.The final cross-section of the roadway included additional vehicular travel lanes,sidewalk,curbing, drainage,on-street parking,a bicycle lane,and a traffic calming circle. " ' The design required a clean transition between the new roadway and the Hector Aleman, PE existing private property ingress and egress to match the new roadway 11805 SW 26th Street elevation,width and contours.Additionally,the project required intensive Miami, FL 33175 utility coordination to execute the necessary utility relocations,including 786-315-2715 coordinating with FPL to remove the existing power poles and install all their alemanh@miamidade.gov assets below ground. The drainage improvements included approximately 3,000 LF of piping, 2,000 LF of French drain,and 70 drainage structures to capture and convey all the stormwater. Drainage Design _ _-._�_ . rr -'- ` Hydraulic Analysis ._... w ^ ._.,. _ j Permitting '- _f.... ._...__ Interagency Coordination irw- �=� I =Tat„ n = _°" xHPr mwmP PNmv is o['+m er.s�a�� �®,v®....� Traffic Calming ,,m mfia ----- WS�"x-^ Bike Lanes - ; 1 ' r__ Dirveway Harmonization -""" - :+ . j Utility Coordination _ 1 — Mill .. '-'S� ir' Roadway Reconstruction �-- 1. �f- -�- __' - - P.m PRflt altMI ft 0=1%si w 1i Z , - -. 1423-2-342..-71....15---' •- V 1111011° a 4 # .4./.'':',''' ". ! s, ,� '-J' ..i. ,1.- -,47,„*„_,,,,,v«` ._ - ,. �.Cyt ZT'_a�•_.. Ip/7 --,-,— _ Pi_ - 1...te„, :-.:---7,-- 0-...:4.„ „ ----, .,.._. .. . _ . ,_ „... .1..7,,,,,,,i,„0- .,........ . _ ,_ .... ..,.. - ..., -f_..4.-ali,..Aitr ,,,,,--7 4_...,...: IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB ;"Nd-" Y COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS `� �" 16 C.1 .4 / g Desi n/Build Team Similar Permitting Experience Ric-Man Construction FL brings demonstrated knowledge of the unique local conditions and understanding of ,"'moi' the permitting process, particularly in tidal conditions, .l ' ,_I. where sea level rise poses a daily challenge in building 0700 structures and systems in a pumping environment.A ." key differentiator for our team is our proven construction , f r experience on deep-water projects,such as the "s / '' fi Government Cut-Fisher Island and the 54-in Sanitary t : .- , Sewer Force Main Emergency Replacement within Miami .; ,,. i Beach city limits,where interfacing with federal,state and ' p_ + . local permitting agencies,state and local officials,and stakeholder groups to secure permit and other approvals . 1 +`"' in a timely and expedited fashion was a critical component - L` • ' . A '00,during the various phases of the project. `" .k Another key differentiator is our capacity to procure 3 ° � ',*.;�,£ 4.1` y,4 / � 1'l permits in extremely fast tracked projects such as 5 .-. _ -' "".-4, ,,,,, , �, the Brickell Sewer Interceptors Projects,where the ° E,. first months where critical to achieve new wastewater - d` � >'� facilities permits for substantial modifications to the ` ,' A existing wastewater system serving downtown Miami in '! coordination with new developments coming in on line. _' . � ti4, 0i , t.` 1.' „, I lit Other critical long lead permits included FDOT Utility Permits in bustling arterials such as SW 7th Street and SW 8th Street.Simultaneous approval process had to be conducted with both Miami-Dade County and FDOT to allow for the construction deep shafts and necessary staging equipment. We have organized a team of professionals with extensive Miami Beach experience that specialize in environmental Working relationships and knowhow will be a critical permitting of coastal,waterfront and infrastructure component when expediting permits,especially with projects through the myriad of agencies with jurisdiction long lead agencies with jurisdiction on infrastructures in Miami-Dade County. Our team members possess projects such as FDEP or SFWMD.A regulatory permitting collective years of experience designing and permitting strategy and/or matrix that captures anticipated approval complex projects through the stringent constraints of the processes and timelines will be critical in the project Biscayne Bay Aquatic Preserve.These projects include planning process to avoid delays and hurdles that stormwater outfall retrofit,stormwater management, are common in regulatory permitting.The Ric-Man public parks,streetscape, and shoreline stabilization Team specializes in designing projects to minimize the projects. regulatory process. The following is a list of projects conducted by the Ric- : Man Design/Build professionals that have successfully ' . _ '; _ I 4 been implemented in the City of Miami Beach.We believe our experience in permitting speaks for itself in the myriad • -_ of projects that we have performed collectively and individually to the benefit of the residents of Miami Beach. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB tud' Y CPIS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS MINIMUM QUALIFICATIONS REQUIREMENTS 17 Design/Build for Shenandoah Water Main Improvements Miami-Dade County Water & Sewer Department The design and construction oversight of approximately 46,000 LF of 8-inch water main and approximately 675 individual rear service conversions. The neighborhood water supply operated from existing 2-inch and 4-inch Ongoing galvanized water mains installed in easements towards the backyards.The project eliminated the water mains within the backyards, relocated the water meters to the front yards, improved resident water pressure, and improved Victor Fernandez-Cuervo, PE fire protection with new fire hydrants.The City of Miami requires a complete 3575 South LeJeune Road roadway reconstruction and ADA compliance for the sidewalks. Due to Miami, FL 33146 the volume of individual building permits,as well as four design packages 786-268-5310 as a means to streamline production and reduce impacts to affluent victorfc@miamidade.gov neighborhood community in Miami,the permitting effort required engaging all permitting agencies at the early stages to discuss specific project issues, including the Miami-Dade County Department of Health, RER,City of Miami Public Works, City of Miami Fire Rescue,and City of Building Department. Design Interfacing with the design consultant to address New water distribution mains field changes Roadway resurfacing and/or reconstruction Coordination between engineers, city staff,and the contractor Driveway Harmonization,ADA ramps Permitting Signage and Street Markings/Traffic Control Miami-Dade County WASD Approval Construction City of Miami Fire Rescue Approval Coordination of construction activities Miami-Dade County DERM Water Main Extension Contract administration support Approval Progress payment review and approval Miami-Dade County Health Department Approval Participation in progress meetings City of Miami Public Works Approval Responses to all requests for information City of Miami Building Department Approval ' .tel., ="mow;:.' =.a� . `a�re_��" ,�-_"-----_ ® �.!! EN,1C1 . ..-• w - ~ m vim..,..�-. AND ED Y aSW 20TH`STREET - '"..f..�..-`".v a SEWER war MATEAO ARRA _� , ll , --„t7:4..,- .,t, i 4' 1 �. \A DEPARTMENT toEASING pPato0sc;m�cE T+ ..0....Z tom C ►dC�`- — irge-E .� � _ of 4k 110..°C."... M yE1�ER 17 1iNi ..7.'-' . v! l M -1 - . - L . POWEf «I£BB1- V 1 1 ,. NM_�l I q - — I It. ..` sm./ �E,.,11,.,. tl A . NEW 71ER .00 NOT 3.S= r BALL'''''t ..pOH ........o....,-..a..ar. A :��� SW 21ST STREET * n© ®-u x.w 1 PROPER" Ess 1 "" y0 ;lia, 4111ZAI' Ern. FA ""il'10 �`rNZMei�► q s°t i ' :" 1. RI 'alfa ,,,At MAEAE - "� �, ..- "..L' -----To DQ ,*ATER NE1FR lira.. ru ""r:4 21 -o tAl tl4 B 10P f,AEVAA'19S BASED a ©_ TNO PATER lME . ��—- .n... «RIATDN 0 TA i0R NEVI WARR UN r^�_ �L"'�i.� . �'. 3.M RE''' WE,SEINii T)BE C9®�. ��- INIA ���_ PROP° «A �P/�—�i'"1 1 META_. .. krillilli.M11.11 ! ..1L-1 0,11 IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB (*id-41 ' COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS CCM,F1., ""' MINIMUM QUALIFICATIONS REQUIREMENTS 18 Brickell Sewer Interceptors for Master Pump Station No. 3. Design/Build Miami-Dade County Water & Sewer Department Design Project Manager for fast-track Design Built Project to increase sewer capacity in highly congested downtown Miami. Managed the successful 2015 design of approximately 5,000 If of 48" gravity sewer constructed by micro tunneling (MTBM) methods in Miami limestone,as well as the design of secant pile shaft 33 feet deep,and four CMP(corrugated metal pipe)shafts ranging from 21 to 34-ft in depth.Also,drawings and technical specifications Victor Fernandez-Cuervo, PE for micro tunneling and shafts,and evaluation of technical conditions 3575 South LeJeune Road and geotechnical design parameters. Engineering consulting for jacking Miami, FL 33146 pipe requirements and construction. Project also included the design and 786-268-5310 construction of two large sewer diversion structures and connection to victorfc@miamidade.gov future Pump Station No.3. Coordinated design of structural covers to sustain urban traffic loads over shafts. Coordinated permitting with the following agencies. Permitting4' 6 "r �. Florida Department of Environmental Protection - I Miami-Dade County RER a Miami-Dade County Public Works } � '"� >, 3� ' „ � City of Miami Public Works Department '" Department of Health Florida Department of Transportation ` • f€�-` ki ‘ -A, t°�._,. . -t fir.• ! a_2 .4'�' w-,;! _ _= :tea. 1 • r>-.. , �, *! mat 3l�ty_� ' r_nf r °" .'` ?. Aide ; .. _ 2a75FmiertofMtYear 2t=R9ry f3 3 R1C-1 ,, 1 an 'QanStrUCtlon, Inc. . '`fi "-- yre,.", - l p•-411.,,,:",'" .... _ 10 Cbt 19•Ny 7�i' eC.„mlry4 e, t • �,��KsL A:p�6 a Nuys fl6R4, IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB i-044U COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS 1`°"A, "'""' MINIMUM QUALIFICATIONS REQUIREMENTS 19 North Beach Recreational Corridor City of Miami Beach Civil/coastal engineering design and environmental permitting for the new multi-purpose public access corridor transversing along the western edge 2/2009 of the sand dunes. The NBRC extends from 64th Street to 79th Street immediately East of Ocean front properties. NBRC is a natural progression of pathways and park based on the success of Lummus Park at South Beach.The NBRC is a 5,600 LF concrete recreational pathway that included Eric Carpenter, PE frangible concrete for the erosion control. Project also included the removal 305-673-7080 of exotic species and planting of native dune vegetation.The lighting along the path,was designed to minimize impacts to nesting sea turtles.A cornerstone of this project was the Eco Walk at Allison Park,which boast life size replicas of endangered species. m.mo maw Y n�a mal+ ma••,• ., Permitting m �` ^^sem Florida Department of Environmental �{a ..a �'n_ Protection :a RI Ira— �. i.4 '� v,,.!. ,'s ,,_,' .*:,;,:„.ariii---4 Miami Dade County RER >,' ' Miami Beach Public Works Departmentiii, °� 1# Miami Beach Planning Department Miami Beach Greenspace Management gd ..........7 '�l, q�yf�&t _,...— Miami Y n.6i ma Miami Beach Building Department mr"' rm.,� Miami Beach Environmental Division °�'" `� _g ©STREET END AND SHOWER DETAIL , ",.:r "•`� "' ;` .'cam` �z ," - , t 4 � tt. IF .._.al ffi -� 107 Oi-+an., z ; . . ._ . . . ,, .. ,, iT.,,,..„,. . ,..., . . ,,, , ,, ....„,,,,,,--., --.., , .„.. . . . .... . ,. .. a'� .�, F► •ft-r- _ i._ _ 0.l: . �." ____ ti r_ ,� <fY C y , t .E6S•a 1 IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB W6 � C S 1171R,K, DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS _: MINIMUM QUALIFICATIONS REQUIREMENTS 20 Venetian Islands Right of Way Infrastructure Improvements Bid Package 13C City of Miami Beach Design, permitting,bidding and awarding,construction and engineering inspections of infrastructure improvements within the single family Ongoing residential community consisting of three islands in Miami Beach as part of the GO Bond Citywide Capital Improvements Program. Community Workshops were held to review the proposed infrastructure improvement. ) ‘/``-1'`P The design of the City's improvements were also coordinated with the David Martinez, PE design of the Venetian Causeway Improvements by Miami-Dade County dmartinez@miamibeaCh.fl.gov Road and Bridge Construction Department. Construction of new water 305-673-7071 mains on the Venetian Causeway were expedited to facilitate the new water main facilities anticipated within the local roadways. New facilities included water distribution systems,AMR meter installations,sewer lateral collection repairs,stormwater collection and disposal system with six(6)new pump stations, roadway reconstruction,extensive driveway harmonization;valley gutter and swale reclamation,new pedestrian lighting. Permitting ''7: • Florida Department of Environmental Protection South Florida Water Management District # Miami Dade County RER Miami Dade County Public Works City of Miami Beach Public Works Department , s •City of Miami Beach Building Department z, .�1 - ter ''''. .it-i--r-:,. .,...,,,,,,,,„-„� = - City of Miami Beach Planning Department `;'---;,::!;":•-:.,',",-.� Department of Health gw ti : , t .-.".;':=4;74.‘"4-$.4:1:i",-*' — � . c, > t` t .4 i T _ T -T4 P . ,y `L t '' r . ""*'''';,,s4"' •{ -. a l 4 ; rm- IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KBS COS - DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS . """"''="" MINIMUM QUALIFICATIONS REQUIREMENTS 21 Central Bayshore Right of Way Improvements Project Package A City of Miami Beach Neighborhood Improvement and reconstruction of a large and established urban and multi-family residential community in Miami Beach as part of 2015 the GO Bond Citywide Capital Improvements Program. Project included construction of approximately 35,000 LF of new water distribution systems with water services relocations and new meter installations,sewer relining. Approximately 15,000 LF of new large drainage collection and disposal David Martinez, PE systems(Diameter 15"to 48"), drainage outfall improvements,five(5) dmartinezgmiamibeach.fl.gov drainage pump stations. Roadway milling, resurfacing and reconstruction, 305-673-7071 and roadway striping including traffic calming features such as bike lanes and sharrows.Construction of new curb and gutter,sidewalks, encroachment renewal, and new swale restoration. Permitting Florida Department of Environmental Protection >3 South Florida Water Management District >> Miami-Dade County RER > Miami-Dade County Public Works City of Miami Beach Public Works Department " - City of Miami Beach Greenspace Management Ne;Erol a°yPhc P� °"""1 Edi ^s City of Miami Beach Planning Department ; men,Pb/hY fx >°City of Miami Beach Building Department '°. 40, x, "r„� ' i....,.,zu.,:.,61,4,,,,,,,c, ,z iNs pairso,,-.4. • ",i . .f , -" .ice. ‘......7A11- -. '`�..— : :_.. :c,-,_,:,;,,,,::,,,,,„ 'z i *-4-31.'"- —,,t....4",-. ---• '' . - -,''''.-il.:: P r,„.„.;.4:,,,,,,... . r• � nes .moo , �. r� _ '� ,', 7 .>„ Goo ry -may C'J'a , /al . iv �=1 `� ~~ tea kgs `amu �a � r4tu '� �m °°",:' >r c.{.`',, as ''' f .F w'‘'%'Z'' xs4:1r44-16P I 7,1".4'1: ' ;41-1"''.4,,,,,4�� ' . e„• _. -- a r1 `^� vi f'' x '`..•,.'i� `c¢3 c.` �fmm,p,u � R�JFCTIM._,`..__ -` .f/ `. 3, *sr ;-s-,- JS" ,�s i , �3,+. zoii..4 1'moa, _1.4p ., '..'fie "O4., ' s y a x 9 ,• 1a` eua 7m ,,,M1— .� ,i� a. , P y!/-:': 1/.. 'i i t :4 4 ,a�1 ' '** "4 ` .rases if IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB 1 - COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS MINIMUM QUALIFICATIONS REQUIREMENTS 22 Bayshore Neighborhood Improvements — Package D Lake Pancoast City of Miami Beach Improvement of urban multi-family residential communityin Central - Historic District in Miami Beach as part of the GO Bond Citywide Capital May 2014 Improvements Program. Implementation of new large drainage collection and one large storm water pump station with detention box,two(2) drainage wells, 500 LF of exfiltration trench,drainage outfall improvements, construction of approximately 5,00.0 LF of 8"water main with rear service David Martinez, PE water relocations and new meter installation,200 LF of sewer main dmartinez@miamibeach.fl.gov replacement,full depth roadway reconstruction with new paving markings, 305-673-7071 new traffic and pedestrian signage,curbing and sidewalks,with modification in vertical profiles, driveway harmonization,with traffic calming features and roadway striping,decorative lighting,crosswalks and new landscape and irrigation. �� Permitting a���p Florida Department of Environmental ProtectionlAk �,. South Florida Water Management District PANne, 9'SSS Miami-Dade County RER c„� �$m e"4wtl BORy�o Miami-Dade County Public Works ,,a dl ,� `n'�,•-N y gGYe nFko.=N:7. - Tftt.-#1 City of Miami Beach Public Works Department p ssem�,, k Q wame City of Miami Beach Building Department AFacHaf RF " '" �°r' p what 2.27 22City of Miami Beach Historic Preservationounty sTRE/04a °e�or' w enq onf de N City of Miami Beach Greenspace Management ein"�°h/ �;a,,4 dr p` ,p- �s City of Miami Beach Planning Department porde y ,, �`°" ^ rin PQx"w Pet: vc a '"4ja Q+-srenr 2 "'rte'en City of Miami Beach Building Department �" «,tnagar a, 'cmo ,/-- ,14,,,,..., e .6�b94�:. dYAnc d* mo..... s ,," , ,JOS FO - . a S s -s 3 ,�,;,..t4-1,,, ,sem''._ 11 '- ----7: IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB I + COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS r_-,... - MINIMUM QUALIFICATIONS REQUIREMENTS 23 South Pointe III, IV, V Right of Way Improvements City of Miami Beach This dense urban community construction project is located within the southernmost point of Historic South Beach and is bounded by Ocean 5/2012 Drive to the east and Alton Road to the west and 5th Street to the north to South Pointe Drive to the south.The project includes the construction of approximately 6,500 LF new large drainage pipe(12 in to 36 in)gravity drainage wells and one pump station,additional drainage enhancements David Martinez, PE including additional "hot spot" improvements in the vicinity of Jefferson dmartinezmiamibeach.fl.gov Avenue and First Street. Project also includes the construction of over 305-673-7071 10,000 feet of new water distribution systems and new meter installations installation of landscape center medians, bulb outs,lighting, sidewalk replacement,installation of pavers on crosswalks with ADA curb ramps, bump outs to formalize parking area and reduce the crosswalk distance, installation of street furniture,driving harmonization,full roadway reconstruction. Permitting Florida Department of Environmental Protection ,South Florida Water Management District Miami-Dade County DERM �' 1 Miami Dade County Public Works *� ..# : ' City of Miami Beach Public Works Department w'+ } • } City of Miami Beach Historic Preservation Board ' _ ` � • City of Miami Beach Building Department 4M " �'` �t. t "` .°w �41/r ^fit of rb, i e �.yy' 'i. e� 'k y�.^'r�r x ..-8`kj.F :'''''-t '*'! Wittra:47:444" i''' ..., A*, -I;-.-4. ,.---.• e-: ''''s."'"' "— M017.."1..:14-5.70'-' . Ili;''"'l- 4--;')t4---.4'..,.-74.71-4,..4-444,: ttt 7...0‘,,,,,,.. * ,..._ ,.... 1 s' ...,,..11 at. ...„,agst, ,.8. ,,., !•,,, 4 A4 '. t' .1-- 4,10,. 4, :k 042P t Y ' � � ss ,rcw,crre .� s a Ilk *'4:;....'''.‘-'s: LEGv:::,- smsEND: ' �� �� . r Y' ''.Ff.'- -,.,11,. Project Area r,,.rie r ' y Priority Basin Area per Previous Master Plan )' `1- -, ,,.: e k �r1h Proposed Ston+vater s-J; a, .. e - IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS C S 24 MINIMUM QUALIFICATIONS REQUIREMENTS City Center Commercial Residential District Right of Way Reconstruction City of Miami Beach This project,paid through Commercial Redevelopment Agency TIFF was -_ designed to address the needs of the commercial and retail area and May 2015 enhance the redevelopment of this central south beach historic area.The project included the construction of new large drainage collection and disposal systems,drainage outfall improvements,construction of over 10,000 feet of new water distribution systems and installation of new meters, David Martinez, PE design and construction of a new 24" PVC sewage pipe along Jamesdmartinezmiamibeach.fl.gov Avenue, roadway reconfiguration, installation of landscape center medians 305-673-7071 with up lighting, sidewalk replacement, installation of pavers,crosswalks with ADA curb ramps, bump outs to formalize parking area and reduce the crosswalk distance,installation of street furniture, resurfacing of the asphalt pavement width. Permitting Florida Department of Environmental Protection ', ° _---- -�,. South Florida Water Management District 14 Miami Dade County RER r `mss '-*/*:-` Miami-Dade County Public Works - A o' . A City of Miami Beach Public Works Department _1 - I „" .b City of Miami Beach Historic Preservation Board � . ,„,_ . .,#„ - City of Miami Beach Greenspace Management , -' }� = ' `° - City of Miami Beach Building Department `m - a ,- £, 4 t,,,,. .„ ,!.._—.........----„ , , _ / FT iii # • ;James Av _. —................ i ' ,N-1-4 '..I 111'. islit, 1,,, ,, i 01///rW- ''.,,,,, Uill'''. . -4* --., 1 _: ';:- 4 .k,. ,.— 4• 711. 4" e. 4 i �r ..:.T pg t 7,i t t 3 y.� ':aL. 4 »... 74 it .1,1� &'.gfir Y -iA � a`,. yltk Y i - au �, ngav� .. �. _....m^. - fit' 3 F IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB ittc- ' C®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS ..„,_ MINIMUM QUALIFICATIONS REQUIREMENTS 25 Biscayne Point Right of Way Infrastructure Improvements City of Miami Beach Design/Build Neighborhood Improvement Project,which included the installation of over 17,000 LF of 8" and 1000 LF of 16" DIP Water Main and April 2015 new meters;approximately 8,500 LF of new 12 inch to 30 inch drainage pipe including 10 drainage wells. Roadway resurfacing and stripping, new curb and gutter and sidewalks, new street lighting with irrigation, landscaping and , , hardscaping components. Coordinated permitting with contractor. David Martinez, PE dmartinez4miamibeach.fl.gov Other necessary design and construction services through a Design-Build 305-673-7071 Contract with a Guaranteed Maximum Price(GMP)were added to include upsizing to 8 inch water main along 84th Street; replacing existing water services along 85th Street, replacing direct buried electrical street lighting cable;as well as the design and construction of new drainage improvements at three(3) new locations within Biscayne Point Island. -- Permitting ' k Florida Department of Environmental Protection , South Florida Water Management District -.:�s •.J �U:-'" Miami-Dade County RER(DERM) 'i``' Miami-Dade County Public Works City of Miami Beach Public Works Department City of Miami Beach Greenspace Management Com, ; City of Miami Beach Planning Department •°` • ' -�e1 ~ City of Miami Beach Building Department ;" g �: , q ,,ji `°xca '" t'" #"rw � _A"::: + '+ ".-14..,,!4s,»%44, ,_ -. ., IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB iVs441 CIIS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS _-;., ,,,_: MINIMUM QUALIFICATIONS REQUIREMENTS 26 17th, 18th, and 20th Streetscape Improvements City of Miami Beach Planned and designed right-of-way improvements at street end connections ,' to the oceanfront Beachwalk project.Streetscape improvements included 2007 water main upgrades and improved street parking along with lighting, landscaping,and striping. iA=f, a-,, Permitting Eric Carpenter, PE » Florida Department of Environmental Protection 305-673-7080 » Miami-Dade County RER » Miami Beach Public Works Department » Miami Beach Planning Department Miami Beach Greenspace Management • Miami Beach Building Department lik . -,, I _ t II >.. .- �- 1 i li i- Ilig �a e \ ^., s a te` # K :17, 1t > ` .<3. ..z 4 V. 1 ,, 4 �- a � - IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB Wti DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS �`.' C S 27 MINIMUM QUALIFICATIONS REQUIREMENTS Baywalk City of Miami Beach Master planning and environmental permitting feasibility studies for proposed overwater segments of the City of Miami Beach's public Baywalk Ongoing project along the shoreline of Biscayne Bay between 5th Street and Lincoln Road. Marine biological assessments and stakeholder coordination,as well as permitting strategy consultations for a complex,multi-phase project being provided to the City. Thom Mooney,AIA 305-673-7550 Permitting -,> Florida Department of Environmental Protection , Miami-Dade County RER '41iii.jMiami Beach Public Works Department Miami Beach Planning Department / Class J Miami Beach Greenspace Management ' apis l!/l�et/�jj altoo- Miami Beach Building Department ` fis , n ."a trey��.i�. "MnM nes �. yryi AR d LIKEsit"��O !,`"91st '�'� �. .l �i �a �T� ' : _,- - - ` „__ - '...--�.. �� rfiti.h - .ill "''tA! �,.� s:. , Z -.- �+.�'1 " �..' Lam. � '� -,i4 .fix i"y it. l's. [� - 1 ' 1: • • - - \ ' -,..-------Ti,--, . L rf ! ice' • 4111: . elt.*Xt - .__ 141t, , . \ ,,._., ..... 1 mi-.....-77.-.77.7.7 1 .,-- -- - --z A-40 7.-1. -- 'Y 1 - IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB IC'.: C®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS L ,,.w«-: "' MINIMUM QUALIFICATIONS REQUIREMENTS 28 Capri South Beach City of Miami Beach Planning and design of two streetscape projects at 16th Street and Lincoln Terrace. Designed associated water main extensions and slip lining of 2007 sanitary sewer lines. Designed stormwater pump stations and associated outfall appurtenances to improve right-of-way drainage and to improve drainage conveyance to the bay during high tidal events. Permitting Eric Carpenter, PE 305-673-7080 Florida Department of Environmental Protection » Miami-Dade County RER Miami Beach Public Works Department Miami Beach Planning Department Miami Beach Parks and Recreation Miami Beach Building Department *' — t !_ , M — - — yid s'' .. .ii r^- ,, -— g y $ ilir,...:_\.....e i /7' 4. -, "Ur, , i: a cr waw, rk M g'.�.:..� L---..q-f- 1 _ j : Y : - ;" �R .. . `M� ' ) r j,= � ��1s'F... �. �a i � y• 1 1�. , �",Y �� �� €S.a'�141, ' iiroi—., ,...ii........4 Z _ _ 99[ .'-':‘ i'-- .:::C4C1 0„:i 4.-= -:._ 1 tortriL IN — -,', .,, ,,„., .r f fi� .4 — \,... +re. 4 IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB 0-64614------ Ce_S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS 29 MINIMUM QUALIFICATIONS REQUIREMENTS West Avenue Streetsca pe .ami Beach City of M Landscape architectural services component of this Design/Build Stormwater and Infrastructure Improvement Project along the multi-family residential Ongoing corridor of West Avenue on South Miami Beach. Landscape architectural services include site inventory and analysis;preparation of preliminary plans for City review and approval; preparation of tree management plans (preservation,removal and mitigation of trees and palms);landscape David Martinez, PE irrigation design; planting plans and specifications for public right of way dmartinez@miamibeaGh.fl.gov with the intent to enhance the City's tree canopy;coordination with project 305-673-7071 team and appropriate city agencies through the prime consultant;and construction administration. Permitting Miami Dade County RER a.:z.1,24----',..,,,7%;� "`s` ,°3 Miami Beach Public Works Department a 1 . � . Miami Beach Parks and Recreation * Miami Beach Planning Department 7.....,. _:_H: .4i m\ 7...;:.,,,. .,1,4.:_14:ii,,, '�' ? ♦ 3,� >'� .fid � �' x-�� ✓.'�• �# • '> /*op .„, �+ . Oimr _ 4cLti. htN..1.4*.liii-tAt to:4•/.1641,4 4 4- q v. 3 i ,' iie r - Itt t# „. 5'L+'k •j. f,._ G#ow. ..� .Y ,g '> �(Ages*.1i $- . " 4. ,.., -- . villott 1., 7*:-... R�h.r r. 111, Eyry-'' �'�. [ _ «,:� t ,' ,_t _ i�4.c, „., '.:` .- gi t l h� T , y1 • . iol- , � 3 . 1 _ rN ` _, 4# 1 if„ � !s "••y t `i- va -,-,,-•.:-` F � �t � � � x '94 tr F� ttk e4?-,,,,,t., ; f " r ' It } r3 t k3 k -..,•,,,,,,,:,/ '. '.'"4:''' '''FlyjN. „ - t ry r}� OtJ -N,4„,.. .,„ '11„:4, � . - � 7� r,.i , }i /C ,3 " ilN " % W. • t....-. -\\---- - 1 - _ .. . ____ , :...., _ : , _ • , , ,. . , _ , , . s., ,,,,,,, ,,,,.,.. ...,,,,,_ ..,... .,,, _ _ . . .,,,,.. .„: ,. . . , .... :,- t:- ,f, r, 1- d � , \,''' ''• -11 :l'i.7,-- 'Nt '. i ,. _ IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016 091-KB 4►tC®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS __ <'6' MINIMUM QUALIFICATIONS REQUIREMENTS 30 41st Street Beautification Project City of Miami Beach Directed the Master Planning,Schematic Design, Design Development and Construction Observation for the 41st Street Streetscape and Bridges 2007 Beautification Project.The design concept was based on the importance of 41st Street as a diverse community center and major gateway into the heart of Miami Beach.The goal was to transform the street into a tropical, , cosmopolitan "boulevard", based on 41st Street's unique geographical Fred Beckmann, PE location and particular functions.The design,based on a community 305-673-7080 consensus-building process,calls for a sequence of spatial "events"to be linked with Royal Palms,flowering shrubs,and groundcovers.A landscape median was proposed for the length of the street,and new decorative sidewalk paving.A major element of the plan was the Indian Creek Bridge improvements,calling for wider sidewalks, benches, planters and a pavilion lighthouse. Permitting Miami-Dade County RER(DERM) Miami-Dade County Public Works { Florida Department of Transportation District 6 --- t • City of Miami Beach Planning Department '�' ` City of Miami Beach Public Works Department ' - City of Miami Beach Greenspace Management City of Miami Beach Building Department " $: .Glx. .. _. .+x - n♦ '� & +; C` z '14..._s- 1,• - i a3 � �i "� �� ,t Fi 0 _ d $ IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB "tact/ CPIS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS MINIMUM QUALIFICATIONS REQUIREMENTS 31 Melreese Golf Course Clubhouse City of Miami The civil site design of 17,500 SF clubhouse and its associated parking area. The design consisted of analyzing the land and developing a layout and 2009 functional drainage plan.The challenges to this project included a drainage design that would prevent migration of the ash contamination located on- site.Additionally,the SFWMD Environmental Resources Permit(ERP).The site grading design consolidated the ash plume contamination in a couple of Kathy Rod locations,and the drainage design kept the french drain from affecting the Leo A. Daly contamination plume. 5200 Blue Lagoon Drive,Suite 700 Miami, FL 33126 Permitting 305-461-9480 Environmental Resources Permit(ERP) karod©leoadaly.com City of Miami Building Permit Florida Department of Health Permit Florida Department of Environmental Protection (FDEP) �. - I. 3 r :- i ! ? � • i ''' VI'--.1!'.--r*-r7i:t'''' ='''";11""s'-'44`liiii-ar-iii4i1 Nc-, Z s'°`4'' SSg- : ,V f ,77.,:s .,?..-, ,,;--- tic'...it.,..„Lr."' ,4 V. ., a 'L _ ,0 i''',:!-,'I!'-.":-ilt-,7?--,-,:- '''.- --- --,,,_-,---T4-1,- 4-,;:-1.-:A.:***A 7 � 1" . ,, 4*. ,, -� § ,c- s e.';',-"=-•:.-----1.---.4. fit ' : 1,,,A:,:c,,,. ,';:c,:41;\:N_.,: \I' , ,...., .:: -._, 7::. 0, ,.=,:,,-...: 7..„' . ;,,,,.-.t, '.--a.„,--,../- ;;, -,:: .: , ..ft :- °. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB litird-Ailii C®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS L°""1 ` MINIMUM QUALIFICATIONS REQUIREMENTS 32 Pump Station Improvement Program Design Consultant Miami-Dade County Water & Sewer Department The design and certification of sanitary sewer pump stations throughout Miami-Dade County.The designs consist of analyzing the existing station, Ongoing evaluating the upgrade,and designing the required upgrades based on the needs of each station.An important component of these projects is addressing sea level rise and grading to comply with drainage codes while harmonizing with the existing right of way elevations. Reinaldo Rivera, PE 3850 Bird Road, Suite 502 Engineering Disciplines Miami, FL 33146 Civil Engineering 305-446-7450 Ext. 201 Mechanical Engineering rrivera@miamidade-psip.com Structural Engineering Electrical Engineering Permitting - Miami-Dade County WASD Approval Florida Department of Environmental Protection(Issued locally by Miami- Dade County DERM) Public Works Approval(Varies by location and municipality) Building Department Approval (Varies by location and municipality) s1 -- ii,,,,. 4,41.A ,,r. ,.: ,(.f % '''Zi-4.3, • .- s ... ,,; iii � 8 -__;..7.... I ' 2.-‘,.'-'7".•`*,,',,,4.-javbar;7;A'.:„ S ka a • ---- ._ • - ' ' ", tr-i- ,.., ,,,,,e, ay.,: --.4,orvi,; ',"....AA-41'*,t'i''' -;:e;T:'''‘;i'..1'.'lt '''..'; i'lit ..- .S. 'moi 9R - '. g k IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB [ C'144:11 CO DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS _ `-�`I 33 C.1 . 5 11 Design/Build Team Technical Certifications The following Technical Certification documents demonstrate that the Final Design team member is pre-qualified under Miami-Dade County,Internal Services Department, Procurement Management Services Division,for the following categories: _>3.02- Highway Systems—Highway Design 3.09—Highway Systems—Signing, Pavement Marking,Channel 3.10—Highway Lighting 3.11—Highway Signalization 6.01 —W&S System —Water Distribution and Sanitary Sewage Collection 9.02-Soils, Foundations and material testing. 10.01 -Environmental Engineering-Stormwater Drainage Design 15.01-Land Surveying 15.03-Underground Utility Locations 16.00-General Civil Engineering Firm 3.02 3.09 310 3.11 6.01 9.02 10.01 15.01 15.03 16.00 CES X X X X X • X Schwebke Shiskin X X X X X X Civil Works X X X X X X X Savino Miller Design Studio Langan Engineering X X X X Moffatt&Nichol X X Longitude Surveyors X X IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB jc' ► COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS MINIMUM QUALIFICATIONS REQUIREMENTS 34 INN Miami-Dade County MIAMI - DADEInternal Services Department Statement of Technical Certification Categories Firm: CES Consultants, Inc. 14361 Commerce Way, Suite 103 Miami Lakes, FL 33016 CATEGORY APPROVAL EXPIRATION NO: CATEGORY DESCRIPTION DATE DATE 3.01 HIGHWAY SYSTEMS-SITE DEVELOPMENT AND PARKING LOT DESIGN 4/1/2015 4/30/2017 3.02 HIGHWAY SYSTEMS-HIGHWAY DESIGN 4/1/2015 4/30/2017 3.02A HIGHWAY SYSTEMS-TUNNEL DESIGN 10/7/2015 4/30/2017 3.04 HIGHWAY SYSTEMS-TRAFFIC ENGINEERING STUDIES 4/1/2015 4/30/2017 3.05 HIGHWAY SYSTEMS-TRAFFIC COUNTS 4/1/2015 4/30/2017 3.09 HIGHWAY SYSTEMS-SIGNING, PAVEMENT MARKING,AND 4/1/2015 4/30/2017 CHANNELIZATION 6.01 WATER AND SANITARY SEWER SYSTEMS-WATER DISTRIBUTION AND 4/1/2015 4/30/2017 SANITARY SEWAGE COLLECTION AND TRANSMISSION SYSTEMS 6.02 WATER AND SANITARY SEWER SYSTEMS-MAJOR WATER AND 4/1/2015 4/30/2017 SANITARY SEWAGE PUMPING FACILITIES 6.03 WATER AND SANITARY SEWER SYSTEMS-WATER AND SANITARY 4/1/2015 4/30/2017 SEWAGE TREATMENT PLANTS 9.02 SOILS, FOUNDATIONS AND MATERIALS TESTING-GEOTECHNICAL AND 4/1/2015 4/30/2017 MATERIALS ENGINEERING SERVICES 10.01 ENVIRONMENTAL ENGINEERING-STORMWATER DRAINAGE DESIGN 4/1/2015 4/30/2017 ENGINEERING SERVICES 11.00 GENERAL STRUCTURAL ENGINEERING 4/1/2015 4/30/2017 12.00 GENERAL MECHANICAL ENGINEERING 4/1/2015 4/30/2017 16.00 GENERAL CIVIL ENGINEERING 4/1/2015 4/30/2017 17.00 ENGINEERING CONSTRUCTION MANAGEMENT 4/1/2015 4/30/2017 19.03 VALUE ANALYSIS AND LIFE-CYCLE COSTING-HIGHWAY SYSTEMS 4/1/2015 4/30/2017 lamq e ti Lana Moorey, P.E., Chairperson Technical Certification Committee (/ IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS`' C S MINIMUM QUALIFICATIONS REQUIREMENTS 35 Miami-Dade County MIAMI DADE121 Internal Services Department Statement of Technical Certification Categories Firm: Schwebke-Shiskin &Associates, Inc. 3240 Corporate Way Miramar, FL 33025 CATEGORY APPROVAL EXPIRATION NO: CATEGORY DESCRIPTION DATE DATE 3.01 HIGHWAY SYSTEMS-SITE DEVELOPMENT AND PARKING LOT DESIGN 4/1/2015 4/30/2017 3.02 HIGHWAY SYSTEMS-HIGHWAY DESIGN 4/1/2015 4/30/2017 3.09 HIGHWAY SYSTEMS-SIGNING, PAVEMENT MARKING,AND 4/1/2015 4/30/2017 CHANNELIZATION 6.01 WATER AND SANITARY SEWER SYSTEMS-WATER DISTRIBUTION AND 4/1/2015 4/30/2017 SANITARY SEWAGE COLLECTION AND TRANSMISSION SYSTEMS 6.02 WATER AND SANITARY SEWER SYSTEMS-MAJOR WATER AND 4/1/2015 4/30/2017 SANITARY SEWAGE PUMPING FACILITIES 10.01 ENVIRONMENTAL ENGINEERING-STORMWATER DRAINAGE DESIGN 4/1/2015 4/30/2017 ENGINEERING SERVICES 15.01 SURVEYING AND MAPPING-LAND SURVEYING 4/1/2015 4/30/2017 15.04 HYDROGRAPHIC SURVEYS 4/1/2015 4/30/2017 16.00 GENERAL CIVIL ENGINEERING 4/1/2015 4/30/2017 17.00 ENGINEERING CONSTRUCTION MANAGEMENT 4/1/2015 4/30/2017 • ` /fp .71 Lana Moorey,P.E., Chairperson Technical Certification Committee IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KBN DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS °`�"�� C MINIMUM QUALIFICATIONS REQUIREMENTS 36 Miami-Dade County MIAMI - DADEisztallowsmiumn Internal Services Department Statement of Technical Certification Categories Firm: CMI Works, Inc. 8491 NW 17 Street Suite 108 Doral, FL 33126 CATEGORY APPROVAL EXPIRATION NO: CATEGORY DESCRIPTION DATE GATE 1.01 TRANSPORTATION PLANNING-URBAN AREA AND REGIONAL 9/17/2014 9/30/2016 TRANSPORTATION PLANNING 1.02 TRANSPORTATION PLANNING-MASS AND RAPID TRANSIT PLANNING 9/17/2014 9/30/2016 1.03 TRANSPORTATION PLANNING-AVIATION SYSTEMS AND AIRPORT 9/17/2014 9/30/2016 MASTER PLANNING 3.01 HIGHWAY SYSTEMS-SITE DEVELOPMENT AND PARKING LOT DESIGN 9/17/2014 9/30/2016 3.02 HIGHWAY SYSTEMS-HIGHWAY DESIGN 9/3/2014 9/30/2016 3.04 HIGHWAY SYSTEMS-TRAFFIC ENGINEERING STUDIES 9/17/2014 9/30/2016 3.05 HIGHWAY SYSTEMS-TRAFFIC COUNTS 9/17/2014 9/30/2016 3.06 HIGHWAY SYSTEMS-TRAFFIC CALMING 9/17/2014 9/30/2016 3.07 HIGHWAY SYSTEMS-TRAFFIC SIGNAL TIMING 9/17/2014 9/30/2016 3.09 HIGHWAY SYSTEMS-SIGNING, PAVEMENT MARKING,AND 9/17/2014 9/30/2016 CHANNELIZATION 3.10 HIGHWAY SYSTEMS-LIGHTING 9/17/2014 9/30/2016 3.11 HIGHWAY SYSTEMS-SIGNALIZATION 9/17/2014 9/30/2016 4.01 AVIATION SYSTEMS-ENGINEERING DESIGN 9/17/2014 9/30/2016 5.01 PORT AND WATERWAY SYSTEMS-ENGINEERING DESIGN 9/30/2014 9/30/2016 6.01 WATER AND SANITARY SEWER SYSTEMS-WATER DISTRIBUTION AND 9/3/2014 9/30/2016 SANITARY SEWAGE COLLECTION AND TRANSMISSION SYSTEMS 6.02 WATER AND SANITARY SEWER SYSTEMS-MAJOR WATER AND 9/17/2014 9/30/2016 SANITARY SEWAGE PUMPING FACILITIES 6.03 WATER AND SANITARY SEWER SYSTEMS-WATER AND SANITARY 9/17/2014 9/30/2016 SEWAGE TREATMENT PLANTS 7.00 SOLID WASTE COLLECTION AND DISPOSAL SYSTEMS 9/17/2014 9/30/2016 /a44. / Lana Moorey, P.E.,Chairperson Technical Certification Committee IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB lic-_1 5Y C S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS L°_ MINIMUM QUALIFICATIONS REQUIREMENTS 37 Miami-Dade County MIAMI - DADE Internal Services Department Statement of Technical Certification Categories Firm: Civil Works, Inc. 8491 NW 17 Street Suite 108 Doral, FL 33126 CATEGORY APPROVAL EXPIRATION NO: CATEGORY DESCRIPTION DATE DATE 10.01 ENVIRONMENTAL ENGINEERING-STORMWATER DRAINAGE DESIGN 9/3/2014 9/30/2016 ENGINEERING SERVICES 16.00 GENERAL CIVIL ENGINEERING 9/3/2014 9/30/2016 17.00 ENGINEERING CONSTRUCTION MANAGEMENT 9/3/2014 9/30/2016 / 12 1 / - Lana Moorey, P.E.,Chairperson Technical Certification Committee IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB 14COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS MINIMUM QUALIFICATIONS REQUIREMENTS 38 Miami-Dade County MIAMI - DADE Esszsensmill Internal Services Department Statement of Technical Certification Categories Firm: SAVINO&MILLER DESIGN STUDIO, P.A. 12345 N.E.6th Avenue Suite A North Miami, FL 33161 CATEGORY APPROVAL EXPIRATION NO: CATEGORY DESCRIPTION DATE DATE 14.00 ARCHITECTURE 7/1/2015 7/31/2017 20.00 LANDSCAPE ARCHITECTURE 7/1/2015 7/31/2017 ta47/CI /-43-4a-7-8 Lana Moorey, P.E., Chairperson Technical Certification Committee IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB +µ 44 DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS l° 1.,_"."_ °"^S MINIMUM QUALIFICATIONS REQUIREMENTS 39 Miami-Dade County MIEleAMI mun' ___DADmi Internal Services Department Statement of Technical Certification Categories Firm: Langan Engineering&Environmental Services, Inc. 15150 NW 79th Court, Suite 200 Miami Lakes, FL 33016 CATEGORY APPROVAL EXPIRATION NO: CATEGORY DESCRIPTION DATE DATE 9.02 SOILS, FOUNDATIONS AND MATERIALS TESTING-GEOTECHNICAL AND 7/16/2014 8/31/2016 MATERIALS ENGINEERING SERVICES 10.01 ENVIRONMENTAL ENGINEERING-STORMWATER DRAINAGE DESIGN 7/16/2014 8/31/2016 ENGINEERING SERVICES 10.02 ENVIRONMENTAL ENGINEERING-GEOLOGY SERVICES 7/16/2014 8/31/2016 10.03 ENVIRONMENTAL ENGINEERING -BIOLOGY SERVICES 7/16/2014 8/31/2016 10.04 ENVIRONMENTAL ENGINEERING -CHEMISTRY SERVICES 7/16/2014 8/31/2016 10.05 ENVIRONMENTAL ENGINEERING-CONTAMINATION ASSESSMENT AND 7/16/2014 8/31/2016 MONITORING 10.06 ENVIRONMENTAL ENGINEERING-REMEDIAL ACTION PLAN DESIGN 7/16/2014 8/31/2016 10.07 ENVIRONMENTAL ENGINEERING-REMEDIAL ACTION PLAN 7/16/2014 8/31/2016 IMPLEMENTATION/OPERATION/MAINTENANCE 16.00 GENERAL CIVIL ENGINEERING 7/16/2014 8/31/2016 17.00 ENGINEERING CONSTRUCTION MANAGEMENT 7/16/2014 8/31/2016 /a44 /(10 (9-7--6ed Lana Moorey,P.E., Chairperson Technical Certification Committee IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB en_ c-M C�S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS `���" MINIMUM QUALIFICATIONS REQUIREMENTS 40 Miami-Dade County MIAMI ' DADSlEmummummai Internal Services Department Statement of Technical Certification Categories Firm: MOFFATT&NICHOL, INC. 1509 West Swann Avenue,Suite 225 Tampa, FL 33606 CATEGORY APPROVAL EXPIRATION NO: CATEGORY DESCRIPTION DATE DATE 1.04 TRANSPORTATION PLANNING-PORT AND WATERWAY SYSTEMS 9/2/2015 9/30/2017 PLANNING 3.01 HIGHWAY SYSTEMS-SITE DEVELOPMENT AND PARKING LOT DESIGN 9/2/2015 9/30/2017 3.02 HIGHWAY SYSTEMS-HIGHWAY DESIGN 9/2/2015 9/30/2017 3.03 HIGHWAY SYSTEMS-BRIDGE DESIGN 9/2/2015 9/30/2017 3.09 HIGHWAY SYSTEMS-SIGNING, PAVEMENT MARKING,AND 9/2/2015 9/30/2017 CHANNELIZATION 3.12 HIGHWAY SYSTEMS-UNDERWATER ENGINEERING INSPECTION 9/2/2015 9/30/2017 5.01 PORT AND WATERWAY SYSTEMS-ENGINEERING DESIGN 9/2/2015 9/30/2017 5.05 PORT AND WATERWAY SYSTEMS-CARGO TERMINAL DESIGN 9/2/2015 9/30/2017 5.07 PORT AND WATERWAY SYSTEMS-SECURITY SYSTEMS 9/2/2015 9/30/2017 5.08 PORT AND WATERWAY SYSTEMS-MARINE ENGINEERING DESIGN 9/2/2015 9/30/2017 5.10 PORT AND WATERWAY SYSTEMS-TRANSPORTATION SYSTEMS DESIGN 9/2/2015 9/30/2017 10.01 ENVIRONMENTAL ENGINEERING-STORMWATER DRAINAGE DESIGN 9/2/2015 9/30/2017 ENGINEERING SERVICES 11.00 GENERAL STRUCTURAL ENGINEERING 9/2/2015 9/30/2017 13.00 GENERAL ELECTRICAL ENGINEERING 9/2/2015 9/30/2017 16.00 GENERAL CIVIL ENGINEERING 9/2/2015 9/30/2017 21.00 LAND-USE PLANNING 9/2/2015 9/30/2017 'x440 Lana Mcorey, P.E.,Chairperson Technical Certification Committee IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB 1'0444COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS l771"" _, rte► MINIMUM QUALIFICATIONS REQUIREMENTS gm 41 Miami-Dade County MIAMI - DALE Internal Services Department Statement of Technical Certification Categories Firm: LONGITUDE SURVEYORS LLC 8290 NW 64 Street Miami, FL 33166 CATEGORY APPROVAL EXPIRATION NO: CATEGORY DESCRIPTION DATE DATE 15.01 SURVEYING AND MAPPING-LAND SURVEYING 1(7/2015 1/31/2017 15.03 UNDERGROUND UTILITY LOCATION 1/7/2015 1/31/2017 ALL 460r.Lana Moorey, P.E., Chairperson Technical Certification Committee _ IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB _- DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS i COS ,� 4 r *it 42 C.1.61/ Design/Build Firm Bonding Capacity CNA SURETY 2900 Charlevoix Drive SE Kevin J. Van Otterloo Cook Plaza,Suite 220 Underwriting Consultant Grand Rapids,MI 49546 Telephone 616-285-2682 800-432-9534 x2682 Facsimile 616-285-2688 Email Kevin.VanOtterloo@cna.com April 13,2016 To: Ms. Kristy Bada, Contracting Officer II City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, FL 33139 Re: Ric-Man Construction Florida, Inc. 1001 North America Way, Suite 201 Miami, FL 33312 RFP No. 2016-091-KB—Design/Build Services for West Avenue Improvements Phase II North of 14 Street We are writing to you at the request of Ric-Man Construction Florida, Inc. We have been providing surety bonds for Ric-Man Construction Florida, Inc. since 2004. We have approved bonds for them covering jobs up to$100,000,000 and potential work programs of$200,000,000. They have advised us that they are considering project for you which as an estimated contract price of$25,000,000. We continue to be confident in Ric-Man Construction Florida, Inc.'s ability to perform this size job and we recommend Ric-Man Construction Florida, Inc.for your favorable consideration. This letter is not to be construed as an agreement to provide surety bonds for any particular project, but is offered as an indication of our past experience and confidence in this firm. Any specific request for bonds will be underwritten on its own merits. Western Surety Company(NAIC# 13188)is an underwriting company of CNA Surety and is an approved surety on the Department of Treasury's Listing with a current US Treasury Limit of$135,982,000 and maintains an A(Excellent)AM Best Rating and a financial size of XIII. Sincerely, Kevin Van Otterloo Underwriting Consultant IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB *c:44* COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS , . w 'art h.x`x ,4 mf' '' � LSP r .t a; ," f tW _ ": • 4 5 1110.\,;,.. .74 e-1.5, -.,_ i, - ' ..A-,,L- '' .1 i I 4.,...,:::,::: ,,_,_, i_v ...,,- „;;:: ,, , _____ . .__..., : li5* ,..3: ,..i., . ,... _,:, _ t z IS r _ ._ ' - '' . - i i S v ' '�'�,� imlli��'�^' „�' ,.,1. �„�ti i�t" ,......7 ,,, ''''..? — ''-'- .;,,,:-.- .,--.;', -/ l\* ---.'.,,, --, .,,,,, ,s,1,*: ' { vs p 4 `l ^ ° ^ `� \ ^>. ffi, -- _ „ ,ft, ,...v r is .f - '14":7 f t . z ,� '�� ' . _ - es F e x--:- �rJ r ,_„,,,,„,....1 ,,,,.:,„. PPQJ ( - mow 43 2 .1 ' Organizational Chart Our intended Project Management Structure is focused on various levels of accountability as projects of this caliber often do. We have organized our team with an , • ` overall design/build project manager Danny Mancini;and - key staff leads for each of the key project elements:the ;r rte, " ) design, permitting,construction and public involvement. R - :1:::-. 0;:: - ' The value of this team structure is a single point of contact ', -; . ' for the City,a coordinator to ensure there is never a lag "� 1 in project management or coordination activities,ander '� " y f° -,„ �- sufficient local capacity to support each project element �., --- ` _ with no overlap in staff.Our carefully selected project ` - ' tl”' — ~ team combines specialized expertise and local knowledgeA : of Miami-Beach, allowing us get started right away,with a .... minimized learning curve. Operations and MOT will be led by Vaughn Soares,PE. Our team design and construction team leaders Fernando Vaughn's extensive experience in traffic operations and Vazquez, PE,and Dan LaCross will serve as accountable lighting particularly in FDOT roadway projects such as hands on design and construction managers.Their SR A1A/Harding Avenue from the Bal Harbor Shops to experience together in previous large urban projects 94 Street(signalization),SW 1 Street(decorative lighting such as Brickell Sewer Interceptors,will serve as an asset and signalization) and NW 79 Street(standard lighting when coordinating the efforts between the design and and signalization),will ensure that this critical component construction team to ensure that all design submittals remains successfully operational during and after reflect the planned construction approach within critical construction.Our Lead Landscape Architect Barry Miller, timelines. Dedicating these proven professionals to this AIA who is accomplished in bringing signature Miami task assures our team's ability to interface effectively and Beach projects to fruition with artistry and ecological efficiently with the City. Hector Meneses will coordinate sensitivity will design a streetscape that serves the the proper disposition of permits, MOT requirements in residents and businesses of West Ave by focusing in the field and major subcontractors including the milling preserving,enhancing, and unifying livability along the and paving operation,curb and gutter work, landscaping corridor.The Survey and SUE will be led by Eduardo and traffic signaling and lighting work. Hector will be the (Eddie)Suarez,PSM who over the past 30 years has on-site liaison with all stakeholders including community developed a wealth of experience in South Florida. Eddie outreach along with Monica Diaz.Jeff Phillips will direct will develop the Boundary and Topographic Survey all field forces and together with Brian Baribeault, and will provide all the respective control points and pipeline supervisor,coordinate all trades and field work in boundaries to develop an efficient design. a safe and efficient manner.Ric-Man's installation crews have a proven track record of success with numerous Our team will be supported by Rafael Pina,PE from water main, drainage and sanitary sewer projects Langan Engineering in all geotechnical and material completed throughout South Florida including Miami testing efforts. Rafael brings over twenty-five years Beach. of geotechnical engineering, project management, construction materials testing and inspection experience The Roadway Grading and Drainage Design will be in projects throughout Florida.As the lead geotechnical led by Luis Leon, PE, has been developing grading engineer for the largest design/build project in South and drainage designs and driveway harmonization for Florida—The PortMiami Tunnel, Rafael has developed an neighborhoods such as Venetian Islands and Sunset intricate knowledge of the geology in Biscayne Bay,which I&II,while considering adjacent properties over the past he will apply directly to this project. Our Environmental five(5)years. Our Lead Underground Engineer,Jose and Permitting Support will be provided by Tim Caraballo, PE,who has led the design of key WASD Blankenship, PE from Moffatt and Nichols.Tim's extensive economic development projects such as the 48-inch Doral experience in environmental permitting and design in Force Main Design,the Shenandoah B Neighborhood coastal communities will also be an added asset to the Improvement Design/Build Project,and the WASD Pump team.Our team's organization chart is included on the Station Improvement Program (PSIP)will be responsible following page and identifies communication,functional for all utility and underground structure designs. Traffic and reporting relationships. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB j � C®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS 44 PROJECT TEAM <; s LU W Li) a m ' ? _ rn L o Ct m • ®gyp v, Luo " � Z o Et_m U l c F- 0 QU N � U �UCtU N QUU O Q as cwn d N u 0 -� Z� v � t2 r: Qz � a. a 0 � QQ � N 2 Uw Eice � QI- t;t2 - OU N= O v m a Zp m 0 cco _mow IX<Q 0Z o tno Q� oO QOa �" Q o - n- ~ ® 3 "Ow L >: E-Z 00 u mu w30m � Z-' � c a C 2 Q Z a- � ui� ill ,, zQ Um = amt W � U U rn tnC7o: i a � � td! to Q ea W Ou Nira o Z = Q - N Ln Ln ZLn Q U CL ft COUQ o ALU U\ v • c >_ p00 - (I) x= cc Z •Q +� ° 1 W W Z \\ C7 ZQ QZ Q ami / v c OZ eeW - Ce> - a I I U Q W I- -= t9 ix Q `u0 o a Q� w� 5 wn. m I I I 14 cit ci I UW -) ® D c c a, L'1 EE CD tip U � 1 I oU v 0 0 ? v p W � ♦ � tq � 6.) c c dJ J04 li t- N co r n CO r CO CA 00 I (13 W C Lli � Z 0 ui. CI u- Z ix ,4-1N Wo. Qui ' -0 f- Ln 1 Z�U' ' .7V O U) Ua ' ujwe W U` Z ,_ 0 is o2f N Z CO !- ® U) O �� > � Uajji :Zictr3 (t)C >' re I) Dim Ca >cng. W N Q_,W N =a gI Q Ili Qw� 0W •,-' O c0W CaZLL_ otns W � w Oz Z . 0D- '� 0 " Qcr. Atli LAn i UQ15- 3 > 44.1 o Z v °n Z� � ® � C9 w N 103 �� O i Z m d :7.,Ili � 01 � O � < u' QOM Z.- 0- o U = co U OOCt z He U � 1- ~i s� 0� a� 1-- U E U c >-Q � �c ®W � DU ALU �- ® Wm Z� m 0 0 -_ >L E Q N o g W _ U et U. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB (W0' C®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS "' " ipetfit :,-_,, nv,4Vr �z`k^4.e' t;,.rA . ,. -�-,.k. , . .. . ,'.�..,: ..� Kx::a`..^ 2 .2 /1 Key Personnel The Ric-Man Team brings together experienced in building structures and systems in an environment professionals that have been serving the City of Miami subject to tidal conditions. Our team has proven Beach for decades.Our local,tightly integrated team construction experience on deep-water projects,such as offers proven leadership from professionals the City has the Government Cut-Fisher Island and the 54-in Sanitary worked in the past and who have a solid track record in Sewer Force Main Emergency Replacement within Miami the delivery of successful Neighborhood Improvement Beach limits. RCF brings recent experience constructing Projects.This Team has separately and collectively projects in the busiest downtown Miami intersections, addressed all the challenges and opportunities that arise and understands the importance of maintaining traffic and from improving neighborhoods in Miami Beach. Our key pedestrian access,as well as safety. project staff has repeatedly demonstrated leadership in the design and construction of these multi-discipline The lead Construction manager will be Daniel LaCross projects. Below we provide a brief overview of our team. Dan has been involved in construction for over 30 years having extensive experience in South Florida involving The Ric-Man Team has selected members who are fully underground utilities, road construction,site work and qualified and experienced for a project of this scope and restoration in urban neighborhood settings.Dan will be magnitude. Our team leaders Daniel Mancini, Fernando responsible for maintaining project schedule,quality Vazquez, PE, and Dan La Cross will serve as hands on control,submittals,engineering interface and the working constructors and designers, as well as facilitators between relationship with the City and all other stakeholders. the design and construction team to ensure that all design submittals reflect planned construction approach.Through Hector Meneses will coordinate the proper disposition this role they will also lead design review workshops of permits, MOT requirements in the field and major as requested by the City. Dedicating these proven subcontractors including the milling and paving operation, professionals to this task assures our team's ability to curb and gutter work, landscaping and traffic signaling interface effectively and efficiently with the City. and lighting work. Hector will be the on-site liaison with all stakeholders including community outreach. RCF brings demonstrated knowledge of the unique Jeff Phillips will direct all field forces and together with local geology and local conditions and understanding of Brian Baribeault,pipeline supervisor,coordinate all trades permitting and construction of infrastructure elements in and field work in a safe and efficient manner. Ric-Man's coastal conditions where sea level rise poses a challenge installation crews have a proven track record of success Name Role Time Commitment Danny Mancini Design/Build Project Manager 50% Dan LaCross Construction Manager 100% Jeff Phillips Construction Superintendent for DBF and Subcontractors 100% Hector Meneses Construction Coordinator for DBF and Subcontractors 100% Fernando Vazquez, PE Lead Designer Design Manager 100% Jose Caraballo, PE Project Engineer-Underground Infrastructure/Permitting 80% Luis Leon, PE Project Engineer-Roadway Grading&Drainage 50% Barry Miller Project Architect-Landscape//Streetscape 30% Vaughn Soares,PE Project Engineer-Signalization/MOT 40% Tim Blankenship, PE Project Engineer-Permitting 20% Eduardo Suarez,PSM Surveyor/SUE 20% Rafael Pina,PE Project Engineer-Geotechnical 20% Jose Compres, PE Project Engineer-Structural 20% _ IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB 1�c-4dC®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS cma `�" PROJECT TEAM 46 with numerous water main, drainage and sanitary sewer headquarters in Doral, Florida. Currently our Lead projects completed throughout South Florida including Roadway Operations and Signalization Engineer,Vaughn Miami Beach. Soares,PE serves as the Engineer of Record for the Miami CES Consultants Inc.ii Lead Designer Beach Neighborhood Improvement Project,Lower North CES,a minority-owned and operated CBE firm,was Bay Road,from Michigan to Chase Avenue. The Lower established in 2001. CES personnel have been involved North Bay Road included roadway reconstruction, paving, in some of the largest infrastructure improvement grading,signing and pavement markings,new pump projects in Miami-Dade County since its inception. The stations,as well as extensive Public Involvement with all firm's senior staff brings experience in civil engineering, stake holders. CWI has also provided Civil Engineering environmental engineering,construction management, and Traffic Studies for the properties such as the Flamingo and cost engineering,which have been directly applied South Beach along Bay Rd,the Historic Carlyle Hotel and to Neighborhood improvement Projects throughout the 458 Ocean Drive Office/retail complex.Some recent Miami Dade County.Our key staff also brings a solid FDOT roadway projects included SR A1A/Harding Avenue foundation in the effective management and successful from the Bal Harbor Shops to 94 Street(signalization),SW delivery of Neighborhood Improvement Projects in Miami 1 Street(decorative lighting and signalization)and NW 79 Beach. Lead Design Manager Fernando Vazquez, Street(standard lighting and signalization). PE has 30 years of experience in the planning, design Savino&Miller Design Studio(SMDS), incorporated and delivery of large water,sewer,and stormwater in 1993, provides services in Landscape Architecture, infrastructure projects for major utilities.As former City Architecture, Urban Design and Planning.Lead Landscape Engineer and Director of Capital Improvements for the Architect Barry Miller AIA is accomplished in bringing City of Miami Beach, Fernando brings a unique set of their clients' projects to fruition with artistry and ecological skills that covers a diverse portfolio of Neighborhood sensitivity. Over the years,the firm has contributed on Improvement Projects, including the first neighborhood countless projects in Miami Beach,including Espanola projects to consider vertical alignment modification in Way,Washington Avenue Streetscape,41st Street Bridges roadways to account for reduced tidal-influenced flooding. and Streetscape, Neighborhood Master Planning for CES has developed a strong reputation in underground Nautilus, La Gorce,Venetian Islands,and Biscayne Point, utilities throughout South Florida, particularly as a premier Miami Beach GoLF Course Streetscape, Belle Isle Park, consultant for WASD.CES staff has designed nearly South Pointe Park, Miami Beach Multi-Modal Center,the 500,000 LF of water,sewer, and drainage pipelines.We Fontainebleau Hotel,SLS South Beach Hotel,the Freew are also a premier pump station designer for WASD with Hotel,and the Loews Convention Center Hotel.Currently, approximately 16 pump stations in the last year, and over SMDS is working on the West Avenue Streetscape and 400 pump stations over the last 20 years. the Palm and Hibiscus Island Streetscapes. Longitude Surveyors Eduardo(Eddie)Suarez,PSM,has Moffat and Nichols has completed feasibility and planning been in the Land Surveying profession in South Florida for studies,cost estimates, preliminary and final designs the past 30 years. Eddie has extensive experience in the plus construction support for several thousand ports and preparation of a wide variety of projects and surveys with waterfront projects around the globe.Tim Blankenship, a diverse array of clients for both,the public and private PE specializes in environmental permitting of coastal, sector. He has served as Principal-in-Charge for hundreds waterfront and infrastructure projects through the myriad of Boundary and Topographic Surveys. of agencies with jurisdiction in Miami-Dade County.Tim Schwebke Shiskin&Associates, Inc. (SSA)is a multi- has over 20 years of experience designing and permitting disciplinary firm offering complete professional services complex projects through stringent constraints of the which include land surveying,civil engineering, Biscayne Bay Aquatic Preserve.These projects include construction engineering inspection,and land planning. stormwater outfall retrofit,stormwater management, Roadway Grading and Design Lead,Luis Leon,PE public parks,streetscape,and shoreline stabilization. has been developing grading and drainage designs Langan is a geotechnical firm with a local office in Miami of Neighborhoods such as Venetian Islands,while Lakes and has been conducting projects across Florida considering adjacent properties. For the past 5 years since 1974,including the PortMiami Tunnel Langan has Luis has been working closely with City, County and the worked with Ric-Man Construction in the Brickell Sewer SFWMD to develop practical and effective stormwater Interceptor Project. On that project, Lead Geotechnical infrastructure designs to provide the necessary levels of Engineer Rafael Pina,PE,conducted subsurface flood protection in consideration of anticipated sea level investigations and geotechnical engineering evaluations rise while providing the required levels of water quality. required for the design of the vertical shafts, man-hole Civil Works, Inc. (CWI)is a certified small business structures and sewer pipelines. Rafael also provided the consulting engineering firm, established in 1996,with geotechnical parameters required for developing the methods for micro-tunneling and excavation. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB 1-04/44-- COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS 47 2 .3 II Resumes A Local Team That Delivers This project requires a local design/build team that can face head-on the challenges associated to a project of this caliber. A group of experienced local Miami Beach professionals that have worked collaboratively in the past and as such can forge their unique talents to deliver this project in a way that exceeds Miami Beach's expectations.A team that brings to the table a unique combination of historical knowledge in the planning,permitting,design, risk management,and construction delivery of projects specifically for the City of Miami Beach; and that understand how to execute critical timelines of design and construction in that backdrop of residents and businesses who have a passionate commitment to a more beautiful and livable West Ave.A Design/Build team that can properly coordinate construction logistics with the commitments and timelines of fringing development projects in the area and with a demonstrated track record of delivering design/build/projects in highly complex, highly frequented urban environments under highly demanding timelines. That is the Ric-Man Construction FL Team. f . _ e. � $ I , ,,- ..lam a._.- _ ,e :. �- r P - " .r. arc. ,,,� --a s ,}. _ t '♦- a7c / - { xu v xxY r' < . 7 IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB I DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS COS .tom_ PROJECT TEAM 48 DANNYVA\ C \ DESIGN-BUILD PROJECT MANAGER As President of Ric-Man Construction Florida,Inc.since 2004, Danny organizes • Ric-Man Construction aea an all elements of work within Florida operations and is personally involved with all ,awlFL corporate operations.With over 20 years of experience in performing work in Florida, Danny manages complex design/build and conventional projects.These have included deep excavations,shafts,tunneling, and large diameter pipeline construction ; B.S.,Civil Engineering, projects for Miami-Dade County,the City of Miami Beach, Broward County,and Wayne State numerous cities and municipalities throughout the region. University,Detroit, Michigan KEYP R OJ ECTS Broward County Water and Sewer Services, North County Neighborhood State of Florida Improvement Project Bid Package#13 A complete neighborhood improvement 1111 Certified General project including the furnishing and installation of 16,0000 LF of water main, 5,000 Contractor LF of drainage pipe and 20,000 LF of sanitary sewer pipe.Work included asphalt Ric-Man Const.,Inc. roadway restoration,driveway replacements, landscaping improvements,new CGC1505962 sidewalks,curb and gutter replacement,traffic signalization and miscellaneous utility Ric-Man Const.FL,Inc relocations. CGC1514965 Broward County Water and Sewer Services, North County Neighborhood Competent Person Improvement Project Bid Package#12 A complete neighborhood improvement Trained Trench project including the furnishing and installation of 20,000 LF of water main,3,000 LF of drainage pipe and 18,000 LF of sanitary sewer pipe.Work included roadway Safety Confined restoration, driveway replacements, landscaping,seeding,sodding,sidewalk Space Trained replacement and curb and gutter work;traffic signalization miscellaneous utility CPR Trained relocations. Shenandoah Phase A, Miami-Dade County Water and Sewer Department A neighborhood improvement project including the installation of 39,000 LF of water main plus the conversion of over 750 existing water services and the removal of existing and installation of 25,000 LF of new gravity sewer main in downtown Miami. Work includes extensive MOT coordination, milling and re-surfacing the roadway, new curb, gutter and sidewalks; landscaping and general restoration of disturbed areas. DB10-WASD-01 ESP Government Cut Utility Relocation Project(Design/Build), Miami-Dade County,FL Oversaw the daily planning and execution of work by the Design/Build team including Lead Constructor Ric-Man Construction, Inc.(RCI), Ric- Man Construction Florida, Inc, Lead Designer firm Hazen and Sawyer, P.C.,and various subcontractors and sub-consultants. Danny interfaced regularly with Owners and other local stakeholders such as the City of Miami Beach, FDOT and local businesses to address concerns and resolve MOT coordination issues to ensure the safe execution of work at the least disruption to the public. DBI3-WASD-01 Installation of Gravity Sewer Interceptors for Master Pump Station No.3, Miami-Dade, FL Danny managed the Lead Construction Firm Construction Manager(Dan LaCross)and RCFI's project team throughout the project's complete design and construction.Mr. Mancini contributed towards all facets of managing the project,from meeting with the Owner and Owner's representatives to authoring original correspondence to monitoring in the field the quality,compliance, productivity and safety of both self-performed and subcontracted work. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB co.rit,sc. C�S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS ,�_ PROJECT TEAM 49 DB14 WASD-01-$16M Rehabilitation and Replacement via lining existing PCCP pipe with 63"HDPE along NW/NE 159th St. from NW 17th Ave to NE 10 Avenue/ This Design/Build project for Miami-Dade County includes the installation of shored and un-shored insertion and pull pits at multiple locations on public streets and ROW over 14,000 LF of existing Force main along with the grouting of the annular space to lock in the 63" lining pipe into the existing,deteriorated 72"PCCP.The work requires daily interface with the traveling public,MOT and private property owners.Restoration work includes milling, re-paving,seeding and sodding at all disturbed areas.Coordinates with Engineering staff, Project Manager-Dan La Cross and General Superintendent -Jeff Phillips in planning the work to meet schedule and production requirements. City of Ft Lauderdale,48"Water Main Improvements,Alternate Alignment Phase ll Installation of 3,640 LF of owner supplied 48" DIP Water Main with 3 ARV Valves and Structures.Coordinated resources, equipment needs and means and methods with assigned staff(Jeff Phillips,Superintendent and Dan La Cross,Project Manager) City of Boynton Beach Raw Water Main Section B, 0412821-13/OTL, FL The installation of a 9,100 LF of 36-inch raw water main was within the Lake Worth Drainage District and included right-of-way(ROW),maintenance of traffic(MOT), dewatering,surface restoration, landscaping,testing including bacteriological tests. Neighborhood Improvement Project Bid Package#12, City of Fort Lauderdale This project was within a residential neighborhood with a heavy traffic flow. Dewatering of the sanitary sewer using well points.The deepest cut range was 18'-20'for the installation of the sanitary main at the connection to the new wet well.Coordinated resources, equipment needs and means and methods with assigned staff. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS C®S PROJECT TEAM 50 DANLaCROSS LEAD CONSTRUCTOR // CONSTRUCTION FLRic-Man Construction MANAGER // PROJECT MANAGER ue Daniel brings extensive experience in estimating and managing design/build projects in the water and wastewater sector.These projects have included deep excavations and structures in South Florida for the past 16 years. 1,-,.BS in Accounting, Ferris State KEYP R OJ E CT S University,Big Rapids, Michigan Broward County Water and Sewer Services,North County Neighborhood Improvement Project Bid Package#13 A complete neighborhood improvement project including the furnishing and installation of 16,0000 LF of water main, 5,000 State of Florida LF of drainage pipe and 20,000 LF of sanitary sewer pipe.Work included asphalt EtCertified General roadway restoration, driveway replacements, landscaping improvements, new Contractor sidewalks,curb and gutter replacement,traffic signalization and miscellaneous utility Ric-Man Const.,Inc. relocations. CGC1505962 Broward County Water and Sewer Services,North County Neighborhood Ric-Man Const.FL,Inc Improvement Project Bid Package#12 A complete neighborhood improvement CGC1514965 project including the furnishing and installation of 20,0000 LF of water main,3,000 Competent Person LF of drainage pipe and 18,000 LF of sanitary sewer pipe.Work included roadway Trained Trench Safety restoration,driveway replacements, landscaping,seeding,sodding,sidewalk Confined Space replacement and curb and gutter work;traffic signalization miscellaneous utility Trained relocations. CPR Trained Shenandoah Phase A, Miami-Dade County Water and Sewer Department A neighborhood improvement project including the installation of 39,000 LF of water main plus the conversion of over 750 existing water services and the removal of existing and installation of 25,000 LF of new gravity sewer main in downtown Miami. Work includes extensive MOT coordination, milling and re-surfacing the roadway, new curb,gutter and sidewalks; landscaping and general restoration of disturbed areas. DB10-WASD-01 ESP Government Cut Utility Relocation Projects, Miami-Dade, FL Assisted the daily planning and execution of work by the Design/Build team including Lead Constructor Ric-Man Construction,Inc.(RCI), Ric-Man Construction Florida,Inc, Lead Designer firm Hazen and Sawyer,P.C.,and various subcontractors and sub- consultants.Dan interfaced with site staff regularly to ensure materials and support services were provided in accordance with schedule needs.Produced billings, cost analyses and managed subcontractors and suppliers technical and administrative requirements.Coordinated the finalization of the design and assisted in the technical formulation of work plans and procedures City of Boynton Beach Raw Water Main Section B, 0412821-13/OTL,FL The installation of a 9,100 LF of 36-inch raw water main was within the Lake Worth Drainage District and included right-of-way(ROW), maintenance of traffic(MOT), dewatering,surface restoration, landscaping,testing including bacteriological tests. DB13-WASD-01 Installation of Gravity Sewer Interceptors for Master Pump Station No.3,Miami-Dade County, FL With direction from the lead construction firm, construction manager, Daniel is responsible for daily on-site,direct supervision of foreman and labor forces. He schedules equipment and delivery of materials, coordinates subcontractors and is responsible for maintaining the project schedule, quality control and working relationship with owner's representatives and the public in general. He produces estimating schedules and all documentation associated with this project. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB ►a %y' DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS C S PROJECT TEAM 51 48-inch Water Main Improvements,Alternate Alignment Phase II, City of Fort Lauderdale, FL The project involved the installation of 3,460 LF of owner supplied 48" Ductile Iron water main with 3 air release valves and structures. Due to the depth of the excavation dewatering along the pipeline path was required.Also part of this project was complete roadway restoration including driveways and swales. D814 WASD-01 Rehabilitation and Replacement via lining existing PCCP pipe with 63-Inch HDPE along NW/NE 159th St. from NW 17th Ave to NE 10 Ave, Miami-Dade County,FL This design/build project includes the installation of shored and un- shored insertion and pull pits at multiple locations on public streets and ROW over 14,000 LF of existing Force main along with the grouting of the annular space to lock in the 63-inch lining pipe into the existing,deteriorated 72-inch PCCP.The work requires daily interface with the traveling public, MOT and private property owners. Restoration work includes milling,re-paving,seeding and sodding at all disturbed areas.Coordinates with General Superintendent Jeff Phillips, Superintendent Dale Louk and Foreman Brian Baribeault in daily operations including the proper supply of materials means and methods work plan development,client billings,cost analyses and the management of subcontractors and vendors. 48-inch Water Main Improvements,Alternate Alignment Phase II, City of Ft Lauderdale,FL Installation of 3,640 LF of owner supplied 48" DIP Water Main with 3 ARV Valves and Structures.Coordinated resources,equipment needs and means and methods with assigned staff IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB - DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS rS `°"�"" PROJECT TEAM 52 JEFFD CURS GENERAL SUPERINTENDENT With over 30 years of experience,Jeff coordinates and supervises all production Ric- anConstruction rirti M .,� operations in the field for the South Florida market. He is responsible for planning and q7,a,"FL staffing the work including the management of construction equipment and materials while interfacing daily with local inspection staff and stakeholders. Es10-Hour Competence KEYP R OJ E CT S OSHA Compliance Broward County Water and Sewer Services, North County Neighborhood C Improvement Project Bid Package#13 A complete neighborhood improvement CPR/Medical First Aid project including the furnishing and installation of 16,0000 LF of water main, 5,000 Confined Space Entry LF of drainage pipe and 20,000 LF of sanitary sewer pipe.Work included asphalt roadway restoration,driveway replacements, landscaping improvements, new sidewalks,curb and gutter replacement,traffic signalization and miscellaneous utility relocations. Broward County Water and Sewer Services, North County Neighborhood Improvement Project Bid Package#12 A complete neighborhood improvement project including the furnishing and installation of 20,0000 LF of water main,3,000 LF of drainage pipe and 18,000 LF of sanitary sewer pipe.Work included roadway restoration, driveway replacements, landscaping,seeding,sodding,sidewalk replacement and curb and gutter work;traffic signalization miscellaneous utility relocations. Shenandoah Phase A, Miami-Dade County Water and Sewer Department A neighborhood improvement project including the installation of 39,000 LF of water main plus the conversion of over 750 existing water services and the removal of existing and installation of 25,000 LF of new gravity sewer main in downtown Miami. Work includes extensive MOT coordination,milling and re-surfacing the roadway, new curb,gutter and sidewalks;landscaping and general restoration of disturbed areas. DB10-WASD-01 Government Cut Utility Relocation Project(Design/Build),Miami- Dade County, FL Open-cut foreman for the installation of a 54-inch force main and micro-tunnel launched from 90 feet below sea level including the mining of an emergency shaft in South Point Park to a live tap connection at an existing 54-inch main located in Miami Beach at Alton Road. DB13-WASD-01 Installation of Gravity Sewer Interceptors for Master Pump Station No.3,Miami-Dade County, FL As project superintendent,Jeff was responsible for daily on-site,direct supervision of labor forces. He implemented approved designs and work plans, executed approved means/methods,and directly managed RCI's labor force on a daily basis. DB14 WASD-01 Rehabilitation and Replacement via lining existing PCCP pipe with 63-inch HDPE along NW/NE 159th St. from NW 17th Ave to NE 10 Ave,Miami-Dade County, FL As general superintendent managed the installation of shored and unshored insertion and pull pits at multiple locations on public streets and ROW over 14,000 LF of existing force main along with the grouting of the annular space to lock in the 63-inch lining pipe into the existing,deteriorated 72-inch PCCP.The work requires daily interface with the traveling public,MOT and private property owners. Restoration work includes milling,re-paving,seeding and sodding at all disturbed areas.Jeff coordinated with Project Manager Dan La Cross,Superintendent Dale Louk and Foreman,Brian Baribeault in daily operations including material control, means and methods work planning and inspector OA/QC interface. 48-inch Water Main Improvements,Alternate Alignment Phase II, City of Ft Lauderdale, FL/% Project involved the installation of 3,640 LF of owner supplied 48- inch ductile iron pipe water main with three ARV valves and structures. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB 146-C-144- .•� CPIS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS L m,. — PROJECT TEAM 53 FERNANDOVA/QJ -/ , PE LEAD DESIGN MANAGER Mr.Vazquez has over 28 years of experience leading multi million dollar projects wig "'CES Consultants throughout the United States and Latin America. Mr.Vazquez has been at the lead of planning,designing and formulating technical solutions for urbanized and populated coastal agencies. Mr.Vazquez leadership roles in both Public and Private Sectors have given him a unique set of skills when leading and coordinating the implementation a" BS Ocean of large public infrastructure projects as well as working with regional and local Engineering,Water stakeholders,senior management,regional clients as well as consultants and Resources contractors. KEYPPOJECTS 0 Miami Beach Citywide Storm Water Master Plan, City of Miami Beach As City Professional Engineer, Florida Engineer, Mr.Vazquez spearheaded the first Citywide Storm water Master Plan for the City of Miami Beach to include impacts associated to emerging sea level rise projections.The Plan which was approved by the City Commission in 2012 and provided an approximate additional$200.00M of storm water infrastructure solutions to address recurrent flooding;future floodplain encroachments associated to new development in the near term as well as operational inefficiencies in the existing system. Citywide Miami Beach Neighborhood Improvement Projects, City of Miami Beach !'City Engineer and Director of Capital Improvements Project Office for the reconstruction of a large and established urban and multi-family residential communities in Miami Beach. Construction of thousands of linear feet of new water distribution systems with water services relocations and new meter installations, sewer relining, new sewer construction. Planning, design and installation of numerous large drainage collection and disposal systems,including stormwater pump stations, drainage outfall improvements and sea wall repairs. Extensive citywide roadway milling and resurfacing,full reconstruction and elevation of roadways at discreet locations. Extensive permit issuance and coordination with numerous other permitting agencies,including ACOE,FHWA, FDOT, FDEP, MDCRER(DERM),MDCPWD to name a few. Extensive and public outreach to residents,commerce and other stakeholders. Planning design and implementation of numerous greenway and traffic calming facilities including bike lanes and sharrows. Multi-modal recreational facilities, including the Beach walk, North beach Recreational Corridor,and Miami Beach Pier(Design and Permitting Phase). Extensive installation of new curb and gutter, sidewalks, landscaping,hardscaping,encroachment removals,new swale restoration. Brickell Sewer Interceptors for Master Pump Station No.3.Design/Build, Miami- Dade WASD Project Manager for fast-track Design Built Project to increase sewer capacity in highly congested downtown Miami.Oversaw the successful design of approximately 5,000 ft of 48"gravity sewer constructed by micro tunneling (MTBM) methods. Design of secant pile shaft 33 feet deep,and four CMP(corrugated metal pipe)shafts ranging from 21 to 34-ft in depth. Project also included the design and construction of two large sewer diversion structures and connection to future Pump Station No.3. FDOT for scheduled milling and resurfacing work. Driveway harmonization to improve positive drainage along adjacent properties. Metro West Water Supply Tunnel, Massachusetts Water Resources Authority (MWRA),-;Project Manager responsible for coordination with all disciplines (Tunneling, Structural, Mechanical and Electrical,and Environmental). Project Manager responsible for the multidiscipline coordination (Tunneling,Civil,Structural Mechanical, Operations, Environmental,etc.) of the design of the Metrowest Water Supply Tunnel (MWWST) Project,a 14 ft. diameter tunnel aqueduct extending for about 17.6 miles at approximately 200 to 500 ft. below the communities of Southborough,Marlborough, IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS °°"" ` _ PROJECT TEAM 54 Framingham,Wayland and Weston,conveying approximately 500 MGD. MWWST was designed to improve water transmission reliability and redundancy to Metropolitan Boston. In addition to meeting the fundamental hydraulic requirements of operation, such as flow capacities and operating hydraulic characteristics,additional important operations and maintenance provisions required identification and incorporation in the design,including provisions for future reentry into the tunnels and associated unwatering and safe future access for men as well as essential equipment. Design included also 120 inch welded steel pipes connecting from two(2)300 foot vertical shaft to valve chambers connecting to the main Weston aqueducts which were approximately 100 years old. The requirements for construction of the receiving shaft, pipelines and covered tanks had to take into account impacts to a quiet,residential neighborhood and required extensive mitigation efforts in place to minimize the impact of noise,dirt,rock blasting, and construction traffic on the neighborhood.Other responsibilities included the site grading and drainage,storm water management BMP's,contaminated soil management,construction management,mined material staging,construction review and scheduling for the Weston Shaft location. Design of 42"East Campus Chilled Water Mains, Welded Steel Massachusetts Institute of Technology Cambridge Design Manager of 1500 feet of 42 inch welded steel chilled water lines(return and supply)for Massachusetts Institute of Technology east campus main chilled water loop. Design included development of ductile iron alternate to meet specific budgetary requirements.Alternate design led to extensive mechanical joint applications,and specific restraint applications in a highly congested urban environment,which generated utility conflict intricacies and extensive urban service relocations (gas,steam,electric,and telecommunications). Project was fastracked to meet scheduled connection requirements with new west campus loop. Waterworks 2011 Water and Wastewater Improvements, Fort Lauderdale,FL Project Manager for the design, bidding,and construction management activities for the re-modernization of neighborhoods such as Isle of Capri and Mola,and Harbor Island.Work included the modernization of old pneumatic ejectors(POT stations). Replacement of over 6000 LF of 12"force main and replacement of approximately 20,000 LF of existing 6'to 8"diameter water mains. Roadway restoration and striping. Wampanoag Trail Transmission Main, City Of East Providence,RI Senior Project Manager for design of 10,000 LF of 16"ductile iron water main. Design included hydraulic modeling, layout and bedding design taking into account present contaminated soils and groundwater from adjacent decommissioned Mobil Plant. Flood Regulation Study, Parana, Paraguay, and Uruguay Rivers,Argentina Member of International Technical Team(UK and Argentina) engaged in the study the risk,impact and management of large floods(up to 60,000m3/s) in the La Plata Basin. The emphasis of the study was on the impacts to navigation,hydroelectric production, health factors,and/or pollution.The study also focused on the multipurpose use of floodwaters and other resources, but the study also identified constraints to development,ways to mobilize human resources and capital,and investment projects that all three participating countries would find politically acceptable. Central Artery Tunnel Project(Big-Dig), Boston, MA , Lead Civil Engineer in the site enabling and utility relocation component for various segments of the Central Artery Project,one of the most extensive,technically complicated, and environmentally challenging public works infrastructure and highway construction projects ever to be carried out in the history of the U.S. The Big Dig posed many environmental and engineering obstacles from the onset. One of the most ambitious challenges to overcome was tunneling underneath the city while ensuring business carried on as usual and traffic continued to move along the old elevated highway above that rested on pylons within the digging zone. This was accomplished with the use of the largest slurry walls ever undertaken in a construction project in North America; however,a major utility relocation program had to take place prior to excavation. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB tNc-MMi C®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PROJECT TEAM 55 LUISLHO \ PE ROADWAY GRADING & DRAINAGE Mr. Leon has over 20 years of experience designing and managing multi million +, i n, %Schwebke Shiskin dollar projects throughout the South Florida tri-county area.Mr Leon has managed the design, permitting and construction of a wide variety of projects varying from residential,commercial, light industrial and infrastructure improvements. Mr. Leon has also provided civil engineering plan review and consulting services to the City of Miami Beach Capital Improvement Projects Office and local community leaders Florida International in Miami Beach for large infrastructure improvement projects. Mr. Leon also has vast University,1997 knowledge of the conditions affecting Miami Beach and their impact on construction and design parameters. C) KEYPROJECTS Professional Engineer, Venetian Islands Right of Way Infrastructure Improvements Bid Package 13C, Florida Miami Beach Managed the design, permitting, bidding and awarding,construction and engineering inspections of infrastructure improvements within the single family residential community consisting of three islands in Miami Beach as part of the GO Bond Citywide Capital Improvements Program. Community Workshops were held to review the proposed infrastructure improvement. The design of the City's improvements were also coordinated with the design of the Venetian Causeway Improvements by Miami-Dade County Road and Bridge Construction Department. Construction of new watermains on the Venetian Causeway were expedited to facilitate the new watermain facilities anticipated within the local roadways. New facilities included water distribution systems,AMR meter installations,sewer lateral collection repairs,stormwater collection and disposal system with 6 pump stations, roadway reconstruction,driveway and lot harmonization;valley gutter and swale reclamation. Sunset 1&2 Right of Way Infrastructure Improvements, Miami Beach Managed the construction and engineering inspections of infrastructure improvements within the single family residential community in Miami Beach as part of the GO Bond Citywide Capital Improvements Program. Also provided additional design and permitting services related to City requested infrastructure improvement revisions. New facilities included water distribution systems with rear water service relocations and meter installations,sewer lateral collection repairs,drainage outfall improvements, roadway reconstruction,driveway and lot harmonization with raised roadways;drainage system,valley gutter and swale reclamation. Biscayne Point Right of Way Infrastructure Improvements, Miami Beach Managed the construction and engineering inspections of this Design/Build Neighborhood Improvement Project,which included the installation of over 24,000 LF of 8"to 16" DIP Water Main and new meters;and a Drainage System consisting of over 8,500 LF of drainage collection from 18"to 48" Diameter,1 drainage pump station, over 1,000 LF of 24" PVC Drainage Force Main and 10 drainage wells. West 44th Street, Miami Beach i'Managed the design and reconstruction of West 44th Street which included new valley gutters to efficiently convey stormwater to the designed stormwater management system.The drainage basin consisted of 20-acres which was drained through a 48"outfall.Also responsible for environmental permitting at the outfall point and dealing with the sea grass. Miramar Boulevard Expansion, Miramar,FL Managed the expansion of an existing two-lane roadway into a four-lane roadway for nearly a mile from Hiatus Road to Palm Avenue. Responsibilities included full permitting services,stormwater management analysis, plan preparation, utility coordination,traffic signalization modifications, and construction administration services. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB Nc- W OS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS C'.. PROJECT TEAM 56 Palm Avenue Expansion, Miramar,FL 'Roadway modification to incorporate an additional Northbound and Southbound left-turn lane on Palm Avenue at Miramar Parkway.The modification required design of roadway transitions,expansion of the roadway,traffic signalization modifications,sidewalk and crosswalk alterations, modification of the drainage system and coordination with utility companies within the Right-of-Way. Stormwater management analyses for water quality requirements were performed and justified by deepening swales and modifying control structures connected to the adjacent Palm Avenue Canal.The firm's duties included full construction administration services needed to certify and close-out the project. Miramar Parkway Expansion(Flamingo Road to Palm Avenue),Miramar,FL, Prepared all construction documents, processed all necessary permits,and performed several construction management tasks necessary to expand the road from a four- lane divided highway to a six-lane divided highway with bicycle lanes. The drainage design consisted of a series of interconnected inlets with outfalls.Water quality was provided through roadside swales. Utility coordination and traffic signal redesign were also required. Hiatus Road(Pembroke Road to Red Road), Miramar,FL Prepared all construction documentation, processed all necessary permits, and provided construction management tasks to expand the road from a two-lane highway to a four-lane divided highway with bicycle lanes.Initially designed by another firm,SSA took over the project and re-evaluated all engineering aspects of the design,as required by law.Conveyance swales were utilized to provide water quantity and quality control. Outfalls and basin-wide lake interconnects were also provided as part of the design. East Miramar Infrastructure Improvement, Miramar, FL Project boundaries encompassed from the Florida Turnpike to SW 64th Avenue and from Pembroke Road to County Line Road. Set up the stormwater model for the East Miramar Basin both North and South of Miramar Parkway which included the analysis of water bodies and interconnecting lakes. Estimated the water quality needs of the infrastructure improvement project. Provided 30%design plans of the roadway drainage improvements to include all initial grade harmonization in support of the City of Miramar's grant program. Opa-Locka Airport— Wright Road, Opa-Locka,FL Responsible for the creation of a new boulevard from an existing asphalt roadway.Developing the backbone drainage system for future parcels to be developed, both land-side and air-side of the new boulevard. Creating demolition plans to relocate all existing utilities within the parcels and designing a new public lift station which will replace two existing public lift stations to be demolished. Miramar Parkway Resurfacing(Palm Avenue to University Drive), Miramar,FL Prepared all construction documents and technical specifications and assisted the City in estimating the construction cost. Processed all necessary permits, reviewed and responded to requests for information, requests for change orders and performed several construction inspection tasks necessary resurface the four-lane divided roadway. As part of the resurfacing project,existing broken sidewalks were inspected and identified for repair and the existing adjacent swales were reconstituted to allow for adequate stormwater runoff conveyance and storage. Design, permitting and construction administration of the Civil Engineering discipline primarily consisted of Paving and Grading and Pavement Marking and Signage. Worked closely with the City to ensure that underground utilities would not be damaged and that the plans were coordinated with the Florida Department of Transportation and other entities for future improvements on University Drive and Palm Avenue. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB cos DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS `� �°` PROJECT TEAM 57 JOSECARAE3ALLO, PE LEAD UNDERGROUND ENGINEER Mr.Caraballo has over 14 years of experience in a variety of civil and environmental A • tiia CES Consultants engineering project deliveries with a particular emphasis in the underground utility ", . sector.With over 150,000 L.F.of residential water main,force mains, gravity sewer, sanitary sewer pump stations,and drainage, Mr.Caraballo is extremely familiar with the design, construction,and permitting process for both the public right of way and private property.These years of integrated experience and understanding have given B.S.,Environmental Engineering,Louisiana an insight into the permitting agencies and their internal process. Having personally State University dealt with the individual regulatory agencies, navigating the process has become a specialty.With this know-how,Mr.Caraballo has been able to formulate strategic project specific permitting approaches and phases to help streamline and accelerate project schedules.Additionally, his experience has afforded him the ability to forge ElProfessional Engineer, relationships and understandings at agencies such as DERM, DEP, Health Department Florida,New York and the SFWMD. KEYPROJECTS SW 27th Ave Drainage System from US-1 to Bayshore Drive, Miami-Dade County Provided engineering analysis and design services for a closed storm water drainage system along SW 27th Avenue between South Dixie Highway and South Bayshore Drive.The project consisted of widening a stretch of roadway measuring approximately 0.75 miles. Elevation changes throughout the stretch of roadway and the high amount of utilities located throughout this older corridor were encountered, but Mr. Caraballo's team worked diligently to provide a technically sound and cost- effective design that incorporated all of the client's requirements and needs.He also executed the permitting for the drainage system through Miami-Dade County DERM. Miramar Roadway Infrastructure Project, City of Miramar As project manager, provided services in information gathering and the preliminary design of over 5 miles of water main, 5 miles of sewer, 5 miles of drainage,and sanitary sewer lift station upgrades.Additionally, He performed and managed the monitoring efforts for the construction activities throughout the southern half of the City of Miramar. He performed daily inspections, performed quality assurance reviews of the inspection team's daily reports, maintained the RFI log, participated in the pressure testing of the lines,and reviewed the contractor's monthly invoices. East Miramar Redevelopment Transmission&Distribution Water Main Improvements, Phase 3, City of Miramar Project Manager provided engineering analysis and design services for the upgrade of approximately 72,000 L.F.of water main.The project consists of upgrading existing 2-inch and 4-inch residential water main to a 6-inch water main.This effort will improve pressure and provide fire protection within the area.Working closely with the client to produce the most technically sound and cost effective design that incorporates all of the client's requirements and needs.Also in charge of all permitting efforts for this project. Design/Build Services for the Replacement of Water Mains and Service Conversions in the Shenandoah Area, Phase B, WASD Leading the design team in providing engineering analysis,design,and construction phase services for the Design/Build project to upgrade of approximately 46,000 L.F.of water main.The project consists of upgrading existing 2-inch and 4-inch residential water main to 8-inch DI water main within the City of Miami.The project also includes relocating approximately 675 individual water meters and services,which requires installing new copper water services within private property.Due to the size of this project,engaged all permitting agencies at the early stages to discuss specific project issues,including the Miami- Dade County Department of Health,RER,City of Miami Public Works,City of Miami Fire Rescue, and City of Building Department. IN ASSOCIATIONA�TIgWITH CITY OF MIAMI BEACH I RFP.2016-091-KB � + Gets DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS _. PROJECT TEAM 58 Fort Lauderdale Waterworks 2011 Project, Fort Lauderdale Provided project management of the inspection staff in the construction of the above referenced project.The project consisted of upgrading the water,sewer,and drainage systems through various locations within the City of Fort Lauderdale. He verified the construction quantity and quality of several miles of water and sewer pipelines. MIA Runway 9-27 Pavement Reconstruction, Miami-Dade County Mr.Caraballo completed a joint effort to develop construction documents to resurface Runway 9-27 at Miami International Airport. He was involved with the demolition plan,pavement and geometry plan, grooving plan, pavement marking plan,quantity take-off,and runway cross sections. Pump Station Improvement Program Design Consultant, Miami-Dade County WASD Lead designer and Engineer of Record for the design of multiple sanitary sewer pump stations throughout Miami-Dade County.The designs consist of analyzing the existing station,evaluating the upgrade,and designing the required upgrades based on the needs of each station.Mr.Caraballo designs the mechanical component by creating system curves for each station,and using this data to select the most appropriate pump. He also designs the civil site layout for the stations,including addressing sea level rise and grading to comply with drainage codes. Mr.Caraballo is directly involved in all aspects of the design and permitting,and meets directly with each permitting agency to present the details of the designs in an effort to accelerate the permitting process. Doral 48-inch Force Main Improvements, Miami-Dade County WASD Project designer for the design of 48-inch diameter DIP pipeline improvements to increase wastewater transmission capacity within the Doral basin of the County's wastewater collection and transmission system.The project,located in NW 54th Street, includes approximately 4,200 feet of pipe,a micro-tunneling segment under a major highway, is located within a high-density traffic roadway, and intersects numerous utilities. Mr. Caraballo was directly involved in verifying that the design met the standards and requirements of MDWASD. He also analyzed and provided design solutions for utility conflicts. NW 12th Avenue Force Main Replacement, City of North Miami Lead Designer for design, permitting,and construction of 10,500 feet of 12/10-inch replacement force main in NW 12th Avenue extending from NW 95th Street to NW 125th Street.The project, located in Miami-Dade County and within the City, replaces aging asbestos- cement and cast iron force mains with corrosion resistant PVC pipe.A number of private force main connections require relocation and re-connection to the new force main as well as planning for uninterrupted service during construction. Mr. Caraballo was involved in the day to day design of the entire project,including design, production,and deliverable preparation. CITY OF MIAMI BEACH I RFP.2016-091-KB Id-c44-4 ;nassociariovwirH DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS C®S PROJECT TEAM 59 VAUGHNSOARPS , PE LEAD TRAFFIC ENGINEER As the Vice President of Civil Works,Inc.,Mr.Soares has many years of civil and Irv' Civil Works,Inc. transportation experience in the management, design and preparation of engineering projects including highways,airports,signalized intersections,transit rail stations,and commercial developments including water,sewer, and drainage. . 41,B.S.,Civil Engineering, KEYP R OJ E CTS Florida International Univeristy Lower North Bay Road Right-of-Way Improvement for Neighborhood No. 8B, City of Miami Beach Project Manager for roadway and water main design,for this 1.0 mile,Design/Build project included the design, permitting,construction, construction management of the roadway, pavement restoration,sidewalk re- Professional Engineer, construction,water main and water services installation,sanitary sewer lining,storm Florida,New York drainage infrastructure installation,streetlight wiring upgrades,and streetscape/plant improvements. Grand Avenue Streetscape-Roadway Reconstruction for MDPW, between Douglas Road and Commodore Plaza, City of Miami Project Engineer responsible for the Master Plan design. After Public Meetings,CWI designed 0.8 miles of roadway improvements for MDPW which was constructed by the City of Miami.This project included the reconstruction of a four-lane undivided roadway down to a two-lane divided roadway section with landscaped median and parking on each side. The project design included wider sidewalks,decorative lighting, new drainage, and many neighborhood meetings. SR 826(Sunny Isles Boulevard)from SR 5(US 1)to NE 35th Avenue, Miami-Dade County Project Engineer for a 8-lane divided 1.3 mile, roadway milling and resurfacing project included four(4)span wire traffic signals upgrades to mast arms. Bike lanes were added along SR 826 between US-1 and the entrance to Oleta River State Park. Roadway,Signing and Marking, and Signalization Plans were generated. Assisted with roadway design, prepared drainage evaluation and roadway plans. SR 834-Sample Road, from 54 Avenue to Tradewind Park Road, Broward County Project Manager and Engineer of Records for the 6-lane,1.5-mile,divided roadway with milling and resurfacing,including highway widening at NW 54th Avenue, signalization at four intersections, pedestrian ramps,bus stop upgrades, minor drainage and landscaping improvements.Construction Administration Services were also included during the construction in 2011 and 2012. SR5, Windley Key and Whale Harbor Key,Monroe County Project Manager and Engineer of Records for the Florida Keys milling and resurfacing project.This 2-lane, 4.5-mile, undivided roadway included pavement reworking of the northbound shoulder,drainage improvements, milling and resurfacing,guardrail upgrades,and signing and pavement marking. SR 808(Glades Road)from Boca Rio Road to West of Renaissance Way,Palm Beach County This 3.2 mile widening, milling and resurfacing project included a Lighting Justification Report,the generation of a Signal Replacement Evaluation Matrix,and Signal Plans. Mr.Soares was Senior Project Engineer for the Signal Design. FDOT Districtwide Miscelleaneous Design Contract for District 6 " Project Manager and a Senior Design Engineer on more than ten 3R projects including Districtwide Attenuator Replacement(30 total)(2002-2003),signalized intersection improvements at Brickell and SE 13th Street(2001-2002),SR-90/SW 8th St. and 13th Ave. and SR-860 (Miami Gardens Dr.)and NW 79th Ave. RRR projects for SR-976(Bird Rd)from U.S.1 to Ponce de Leon Blvd.with signal and other roadway improvements. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PROJECT TEAM 60 SR 5/US-1/Overseas Highway, MM 20.8 to MM 23.0 in Cudjoe Key, Monroe County, for FDOT-District 6 'This project was designed under the Districtwide Miscellaneous Design Contract.The project included the design of 2.4 miles of roadway in the Florida Keys,for milling and resurfacing,drainage improvements,side slope stabilization and Signing and Pavement Marking Plans.Traffic Control Plans with notes and construction phasing were also included. Drainage improvements were designed for the areas at Sacarma Drive and the Commercial area between Cutthroat Drive and Spanish Main Road. Mr.Soares was a Project Engineer. SR 91(F/a. Turnpike)from S. Of the Golden Glades Toll Plaza to the ramp to the EB SR 826 Off Ramp Prime Design Consultant:CWI This was a 0.5 mile RRR/Safety Improvement project that included guardrail,barrier wall, and attenuators.The project included utility coordination and TMS replacement. Mr. Soares assisted with the roadway and signing and pavement marking design. SR 874-Killian Exchange-Roadway Improvement,Miami-Dade County' This Miami-Dade Expressway Authority project included the complete redesign of two existing mast arm signals at the intersections of Killian Parkway and SW 107th Ave. and Killian Parkway and the NB SR 874 off ramp,the design of a mast arm signal at a new elevated intersection, and the modification of an existing mast arm signal at the intersection of SR 94(Kendall Drive)and the NB SR 874 off ramp. The generation of a traffic study to identify improvements with the internal traffic circulation of the Miami- Dade College South Campus was also included. Mr.Soares was Project Engineer.CWI was Subconsultant.Client: Miami-Dade Expressway Authority. Belen Drainage Improvements for Miami-Dade County DERM Project Manager and Engineer of Record responsible for the drainage report, design, and preparation of construction documents for this 1.5 square mile drainage basin in West Dade.The report modeled 23 drainage basins using ICPR3. The plans included exfiltration trench design and two large high speed pump stations with outfalls to the Tamiami Canal and SFWMD permitting. SR 826(Sunny Isles Boulevard)from SR 5(US 1)to NE 35th Avenue, Miami-Dade County, for FDOT-District 6 This 8-lane divided 1.3 mile, roadway milling and resurfacing project included four(4)span wire traffic signals upgrades to mast arms. Bike lanes were added along SR 826 between US-1 and the entrance to Oleta River State Park. Roadway,Signing and Marking,and Signalization Plans were generated. Mr.Soares was a Project Engineer and assisted with the roadway design, prepared the drainage evaluation and preparation of the roadway plans. FIU SW 8th St. Entrance for Parking Garage,Miami-Dade County Senior Project Engineer responsible for the design and plans production for the signalized intersection at SW 109 Ave.and Tamiami Trail (SR-90)to accommodate the traffic for a new parking garage at FIU,South Campus. Plans included modifying the existing"T" signalized intersection into a four-way,widening of SR-90,adding a four-lane divided section connector to SR-90,striping,temporary driveway access,and Maintenance of Traffic. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB FiVc4141COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS u.. PROJECT TEAM 61 BARRYV LLFR, ASLA LEAD LANDSCAPE ARCHITECT Mr. Miller was born and raised in Miami, Florida. He has over 34 years of experience r*fk Savino leading and designing an extensive range of projects of different scales and scope,including projects in urban design,streetscape design,green roofs,site and community planning, residential, commercial,hotel/resort,and park design,in both the public and private sectors. 0114*0 M.A.,Urand KEYPPOJ ECTS Regionalnal Planning, University of Florida, Palm and Hibiscus Islands, Miami Beach ! Mr.Miller is the principal-in-charge for B.S.,Landscape the landscape architectural services component of this Design/Build Stormwater and Architecture, Infrastructure Improvement Project within the residential neighborhoods of Palm and University of Florida, Hibiscus Islands. Landscape architectural services include site inventory and analysis; preparation of tree management plans(preservation, removal and mitigation of approximately 1,700 trees and palms); preparation of encroachment plans; planting 0 Professional plans for public right-of way; coordination with project team and appropriate city Landscape Architect, agencies through the prime consultant; and construction administration. Florida#866 West Avenue Streetscape, Miami Beach Mr. Miller is the principal-in-charge for the landscape architectural services component of this Design/Build Stormwater and Infrastructure Improvement Project along the multi-family residential corridor of West Avenue on South Miami Beach. Landscape architectural services include site inventory and analysis; preparation of preliminary plans for City review and approval; preparation of tree management plans(preservation, removal and mitigation of trees and palms); landscape irrigation design; planting plans and specifications for public right-of way with the intent to enhance the City's tree canopy;coordination with project team and appropriate city agencies through the prime consultant;and construction administration. South Pointe Park, Miami Beach Barry Miller was part of the design team of the South Pointe Park process as the local landscape architect for the project.South Pointe Park was designed as a dramatic, ecologically sensitive park at the south end of Miami Beach.The design was programmed to accommodate both active and passive recreation,with play fields, dune and hammock zones,a playground,and a 20 ft.wide baywalk.An important goal in the Master Plan process was to integrate the park into the urban fabric of the city by strengthening and improving the two major street axes which penetrate the park space. Mr. Miller provided consultation for Master Site Planning, paving materials and site furniture selection,and was the primary landscape architect for the park's planting and irrigation improvements. Venetian Islands Neighborhood, Miami Beach The VIGOB was a mid-Miami Beach neighborhood general obligation bond project for streetscape,water main and drainage improvements.The firm's role was to master plan and prepare street designs for the revised street layout/reconfiguration and signage.The master plan's major thrust was to call for narrowing streets to facilitate three goals:1)traffic calming; 2)improve drainage; and 3)increase green space.A number of meetings resulted in creating consensus to target various improvements, i.e. planting, lighting,and sidewalk installation/repair. Nautilus Neighborhood, Miami Beach The NNOB was a mid-Miami Beach neighborhood general obligation bond project for streetscape,water main and drainage improvements. The firm's role was to master plan and prepare designs for street layout/reconfiguration and entry improvements,including signage. The master plan's major thrust was to call for narrowing streets to facilitate three goals: 1)Traffic calming;2)Improve drainage; and 3)Increase green space.A number of meetings resulted in creating consensus to target various improvements(i.e. planting, IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB ,r,. A C®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS 1�� PROJECT TEAM 62 lighting,sidewalk installation/repair)in various streets and sub-neighborhoods in the project. 41st Street Beautification Project, Miami Beach "Mr. Miller directed the Master Planning,Schematic Design, Design Development and Construction Observation for the 41st Street Streetscape and Bridges Beautification Project.The design concept was based on the importance of 41st Street as a diverse community center and major gateway into the heart of Miami Beach.The goal was to transform the street into a tropical, cosmopolitan "boulevard",based on 41st Street's unique geographical location and particular functions.The design, based on a community consensus- building process,calls for a sequence of spatial "events"to be linked with Royal Palms,flowering shrubs,and groundcovers.A landscape median was proposed for the length of the street, and new decorative sidewalk paving.A major element of the plan was the Indian Creek Bridge improvements,calling for wider sidewalks, benches, planters and a pavilion lighthouse. Espanola Way, Miami Beach: The design program was to develop a street plaza which reflected the surrounding historic village located on Espanola Way in Miami Beach.A continuous plaza,designed without curbs,was designed to encourage street festivals and daily social interaction.A future fountain was planned for the center of the plaza.The design services included decorative paving,site lighting,site furniture, and planting. Miami Beach Golf Course Streetscape, Miami Beach Mr. Miller oversaw the Miami Beach Golf Course Streetscape Project,which was designed to recapture the tropical splendor that graced the streetscape in the 1930-1960s.The design "borrowed" existing golf course vegetation to create a vibrant display of colors and textures for passersby.Seasonal colors and flowers dominate the streetscape along Alton Road, a major vehicular artery,while native groundcovers,shrubs and palms are used along the residential corridor of the project. Mr.Miller oversaw the Schematic Design services through Construction Phase services for this project. Washington Avenue Streetscape, Miami Beach A streetscape beautification project in the heart of the Miami Beach Art Deco District.The design and construction process for this project included an exhaustive community consensus-building process, historical analysis,site analysis,development of Opportunity/Constraint maps,Alternative Design &Phasing Plans and Final Design/Cost Estimate.The open space at the Historic City Hall,and New Police Facility site was identified as a unique opportunity to locate a focal community plaza,in the heart of the Art Deco District. Brickell Avenue,Miami The Brickell Avenue Median project is a streetscape plan for the existing median from 5th to 15th Road on Brickell Avenue,the financial and business center south of downtown Miami.The landscape design concept was to create a spatial unity through a continuous double row of Live Oak trees.The Oak planting symbolizes the native hammock canopy which once dominated the Brickell area. Other proposed improvements included decorative paving,sculpture,and street signs designed with plaques describing the area's history. Mr. Miller oversaw the Schematic Design services through Construction Phase Services for this project. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS """'" PROJECT TEAM 63 TIMOTHYBLAN < H \ S 1 D, PE LEAD PERMITTING ENGINEER Mr. Blankenship has over 20 years of experience in the civil and coastal engineering iii Moffat&Nichol fields. His broad range of experience includes projects involving waterfront facility assessment and rehabilitation design,bridge engineering projects involving structural design and hydraulic analysis/design; land development projects including drainage design and environmental permitting and construction phase services for large and 444„°. B.S.,Civil Engineering, complex civil projects. Old Dominion He has extensive experience with civil engineering projects in South Florida. ,,, University These projects include paving,grading and stormwater management systems for ME,Coastal streetscape, public parks, and site development projects.The projects have included Engineering,Old water and sanitary connection and distribution design along with coordination Dominion University with local agencies such as Miami-Dade WASD. Mr. Blankenship has managed the preparation of construction document packages for multi-discipline trades including architectural,civil,environmental,electrical and mechanical engineering trades. Mr. Professional Engineer, Blankenship has extensive infrastructure experience in Miami Beach over the past 15 Florida,Virginia years planning and designing public space(including parks, baywalks,and oceanfront beach paths), beach nourishment, bulkheads,and streetscape projects. KEYPROJ ECTS Capri South Beach, Miami Beach Planning and design of two streetscape projects at 16th Street and Lincoln Terrace.Designed associated water main extensions and slip lining of sanitary sewer lines. Designed stormwater pump stations and associated outfall appurtenances to improve right-of-way drainage and to improve drainage conveyance to the bay during high tidal events. Bayfront Street Ends Improvements, Miami Beach ` Bulkhead design and environmental permitting for street ends at South Shore Drive,10th Street,14th Street, Lincoln Road as well as Island View Park.Streetscape design for street ends at South Shore Drive,10th Street and Lincoln Road. North Beach Recreational Corridor(NBRC)Miami Beach Design and environmental permitting of multi-purpose public access corridor to traverse along the western edge of the beach dunes between 64th Street and 79th Street. Design encompasses 15 blocks and three city parks. 23rd and 29th Street Infrastructure Improvements, Lower North Bay Road, Miami Beach Bulkhead replacement design at two street ends and structural design of hydraulic structures for pump station,dissipator box and outfall drainage structure. Design/Build project with Central Florida Equipment. City-Wide Bulkhead Assessment Miami Beach Assessment of 70 bulkheads throughout the City and development of maintenance prioritization database for incorporation into City GIS. Preparation of comprehensive assessment report with prioritized recommendations for repairs. Rickenbacker Causeway Recreational Area,Miami-Dade County.''Design of shoreline stabilization and associated public recreation area improvements along 2.5-miles of shoreline of the Rickenbacker Causeway across Biscayne Bay. Marine resource and hydrographic surveys completed,and coastal engineering analysis conducted to assess design wave conditions,sediment transport and optimum shoreline stabilization methods. Design elements included landscaping, invasive species removal with native species restoration,parking improvements,stormwater management and vendor kiosks for waterfront activities IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB r° C®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS i "'4'�� •, ___ .oma_ PROJECT TEAM 64 Beachwalk, Miami Beach Civil/coastal engineering design and environmental permitting for the 4,000 foot on grade paver walkway that connects Lummus Park north to 21st Street in the South Beach district of Miami Beach,along with associated amenities and landscaping Miami Beach Storm water Master Plan, Miami Beach Provided coastal engineering consulting services to CDM Smith in the preparation of the comprehensive Stormwater Master Plan. Participated in public workshops addressing the effects of sea level rise on stormwater outfall planning. Soundscape, Miami Beach Civil engineering design of paving, grading,and drainage and underground utilities as part of multi-disciplined consultant team lead by West8. City of Miami Beach Baywalk, Miami Beach i`Master planning and environmental permitting feasibility studies for proposed overwater segments of the City of Miami Beach's public Baywalk project along the shoreline of Biscayne Bay between 5th Street and Lincoln Road. Marine biological assessments and stakeholder coordination, as well as permitting strategy consultations for a complex, multi-phase project are being provided to the City. Indian Creek Greenway, Miami Beach Planning and environmental permitting for pedestrian waterfront recreational corridor extending from 23rd Street to 29th Street along the Indian Creek Waterway.Conducted hydrographic/marine surveys and shoreline stabilization studies. 17th, 18th, and 20th Streetscape Improvements, Miami Beach Planned and designed right-of-way improvements at street end connections to the oceanfront Beachwalk project.Streetscape improvements included water main upgrades and improved street parking along with lighting, landscaping,and striping. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB is+y,th, C®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS COIL •111� PROJECT TEAM 65 EDUARDOSIARH- / , PSM LEAD SURVEYOR/SUE Eduardo(Eddie)Suarez,PSM, has been in the Land Surveying profession in South ', Longitude Surveyors, twit 1w LLCFlorida for the past 30 years.Eddie oversees the daily operation of Longitude 4=.:..;` . Surveyors,LLC,and the preparation of a wide variety of projects and surveys with a diverse array of clients for both,the public and private sector. Mr.Suarez has served as Principal-in-Charge for hundreds of Boundary and Topographic Surveys.Since ..-.4,, p* its inception, Longitude Surveyors has served as a Prime or Sub-Consultant for the .R Miami-Dade College followingentities:Cityof Miramar,Village of Pinecrest, Miami Dade County,City of Miami FL Engineering g Studies Miami, City of Miami Beach,City of Coral Gables,Village of Key Biscayne,Village of Palmetto Bay,Town of Cutler Bay,City of Homestead, City of Doral,Miami Shores, North Miami, North Miami Beach and El Portal.Over that time he has gained the O experience as both a Project Manager and Principal in Charge. Professional Surveyor and Mapper: Florida KEYPROJ ECTS LS6313(2000 1) FDOT District VI, Collins Avenue(State Road A-1-A)from Lincoln Road to 26 Street, Miami Beach, FL Principal in Charge,Topographic Survey,Show all improvements from Right-of-Way to Right-of-Way, Establishing Horizontal and Vertical Control for future construction,Cross sections (spot elevations). FDOT District VI, Golden Glades Interchange PD&E Study, from SR 826(Palmetto Expressway)Eastbound to SR 9A/1-95 Northbound:(FM No.:428358-1-52-01) Principal in Charge,for the development of this two stage PD&E Study. The Golden Glades Interchange is of regional importance providing connectivity to six major principal arterials and/or limited access expressway facilities including I-95/SR 9A, SR 9,SR 91 (Florida's Turnpike), US-441/SR 7 and SR 826(The Palmetto Expressway). Provided Horizontal and Vertical Control Survey,Alignment and Existing R/W Lines, Aerial Targets, Drainage Survey,Geotechnical Support and Boundary Survey. FDOT District VI, Flagler Street between SW 72 Avenue and SW 27 Avenue Pedestrian Safety&Access Management Evaluation-SR968 Miami, FL(FM No.: 425271-1-52-01) Principal in Charge,(5 miles)Topographic Survey, Horizontal and Vertical Control Survey, Show all improvements from Right-of-Way to Right-of-Way, Establishing Horizontal and Vertical Control for future construction,Cross sections (spot elevations) Established Right-of-Way lines. FDOT District VI, SW 8 Street from SW 4 Avenue to Brickell Avenue:(FM No.: 428485-1-52-01)Miami Principal in Charge, Performed a Geodetic Control Survey, and collected all improvements from Right of Way to Right of Way,Created DTM, Prepared PNC Sheets. FDOT District VI,SW 192 Street from SW 197 Avenue to SW 177 Avenue(Krome Avenue)(FM No.:425457-1-52-01):" Principal in Charge.(2 miles)Topographic Survey, Show all improvements from Right-of-Way to Right-of-Way,Establishing Horizontal and Vertical Control for future construction,Cross sections(spot elevations) Maintenance R/W SR 9336 with aerial photographs. FDOT District VI, State Road 94/NW 36 ST from NW 79 Ave to NW 72 Ave(FM No.: 424207-1-52-01) Principal in Charge,Topographic Survey,show all improvements from Right-of-Way to Right-of-Way,Provided Horizontal and Vertical Control Survey, Alignment and Existing R/W Lines for proposed walkway. FDOT District VI, 1-75/SR826 PD&E Study from NW 103 St to Miami-Dade/Broward County Line(FM No.:420669-1-22-01)A Principal in Charge,(10 miles)Topographic Survey,Show all improvements from Right-of-Way to Right-of-Way, Establishing Horizontal and Vertical Control for future construction,Set Aerial Targets for Photogrammetry Control,Cross Sections,and Spot Elevations. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB FWd- h DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS ,,,,�._. PROJECT TEAM 66 SR 710 CEI Survey Services from the intersection with SW FOX Brown Road northwesterly approximately 10.5 miles to a railroad crossing,Martin County Principal in Charge, Responsible in overseeing the project management and administrative duties to assist in bringing to a successful completion of the survey. The project consisted of preparing pre-construction vertical and horizontal control and topographic checks to the FDOT survey files staking baseline,and providing re- certified surveys for construction. 48 Inch(48") Water Main Project along S.W. 117th Avenue, Miami i%Principal in Charge,Longitude Performed and Prepared surveying services for Utility Routing Analysis and 6.7 miles of Topographic Survey which included the following: Established of Horizontal and Vertical Control and Benchmarks for future construction. Provided a 3-D topographic Survey from Civil 3-D digital file. Identified Elevations at Three Water crossings and throughout survey corridor including right-of-way to right-of-way. Located all fixed surface features, including traffic stripping along route, overhead utilities,signs, manholes,catch basins,valves/valve boxes and other fixed improvements,as well as took Rim Elevations, Inverts, and Pipe information for utility structures. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB °44-i4 DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS `« � C S PROJECT TEAM 67 JOHNI I � S < FY SAFETY MANAGER John has worked a combination of 16 years as a Safety Manager with Commonwealth Lb.,Ric-Man Construction FL Dynamics, Inc.and various contractors and manufacturers.Responsibilities include the mentoring and monitoring of RCFs safety program which includes the training of crews and supervision per OSHA standards, record keeping,injury management and daily monitoring of the safety elements of the work. United States Marine Corps. KEYPROJ ECTS University of Georgia Augusta Technical DB13-WASD-01 Installation of Gravity Sewer Interceptors for Master Pump Station No. 3(Design/Build), Miami-Dade Countyi'Coordinated with Lead Superintendent, Commercial Driver Jeff Phillips, Foreman, Brian Baribeault and Project Manager Dan, LaCross for the Training School safety of crews and the public during tunneling, open cut construction and shafting OSHA Training operations. Georgia Technical Shenandoah Phase A, Miami-Dade County Water and Sewer Department, A College Professional neighborhood improvement project including the installation of 39,000 LF of water main plus the conversion of over 750 existing water services and the removal of existing and installation of 25,000 LF of new gravity sewer main in downtown Miami. M IOSHA/N I OSHA/ Work includes extensive MOT coordination, milling and re-surfacing the roadway, new OSHA curb, gutter and sidewalks; landscaping and general restoration of disturbed areas. Authorized OSHA DB14 WASD-01 Rehabilitation and Replacement via lining existing PCCP Pipe with Outreach 63-inch HDPE along NW/NE 159th St.from NW 17th Ave to NE 10 Ave, Miami-Dade Trainer for Construction County This Design/Build project included the installation of shored and unshored 500 insertion and pull pits at multiple locations on public streets and right-of-way,over Fall Protection Training/ 14,000 LF of existing force main along with the grouting of the annular space to lock Trainer in the 63-inch lining pipe into the existing, deteriorated 72-inch PCCP.The work Scaffolding Training/ required daily interface with the traveling public, maintenance of traffic and private Trainer property owners. Restoration work included milling, re-paving,seeding and sodding at all disturbed areas.John coordinated with General Superintendent Jeff Phillips and Fire Protection Training/ Superintendent Dale Louk for job hazard analyses,specific training needs and daily Trainer mentoring and monitoring of staff. Crane Training/Trainer Commonwealth Dynamics. Inc., Oversee training and daily construction tasks and Inspector during chimney erection. Developing procedures and protocols for outside jobs. Heavy Lifting Training/ Training of new hire safety professionals.Development of job specific fall protection Trainer as well as Emergency plans. Drug testing and management of Workers Compo. Haz-wopper Training Production management,ordering of all material and equipment. Disaster Site Training Superintendent/Safety Director-Asphalt 1 Oversaw projects,trained and Spyder Climber Training developed safety procedures specialized to job site,and day to day working with Trainer clients as well as sales. Man-cage Training/ Safety Facilitator-Pullman Power,LLC,,i Oversaw many nationwide/overseas Trainer projects,training of large crews.Job pre-planning full set up for new construction. Responsible for training of other safety professionals, development of safety protocols and procedures. Drug testing,set up and management of clinics. Dealing with worker's compensation, and Day to day working with clients/project completion and sign off. Safety Manager for Gator Construction, Inc., Oversaw,trained,and managed various jobs to proper safety protocols,job and safety preplanning. General Superintendent I Safety Director-Faid Mechanical Contractors,', Oversaw various nationwide and overseas projects as well as training employees in proper safety protocols. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB ilfc;4 r COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS o"" ",„, PROJECT TEAM 68 BRIANBARIBLA,_, LT UNDERGROUND SUPERVISOR Brian is responsible for leading construction crews in the safe and efficient nstallation Ric-Man Construction 1� 'FL of assigned work. Interfaces with inspectors and testing QA/QC staff to ensure project • requirements are met.Over 10 years of experience supervising deep excavations, shoring and pipe installation for water,sanitary and drainage projects. 10-Hour Competence KEYP P OJ E CTS —OSHA - Compliance Broward County Water and Sewer Services,North County Neighborhood Improvement Project Bid Package#13/i' A complete neighborhood improvement CPR/Medical First Aid project including the furnishing and installation of 16,0000 LF of water main, 5,000 Confined Space Entry LF of drainage pipe and 20,000 LF of sanitary sewer pipe.Work included asphalt roadway restoration,driveway replacements, landscaping improvements, new sidewalks,curb and gutter replacement,traffic signalization and miscellaneous utility relocations. Broward County Water and Sewer Services,North County Neighborhood Improvement Project Bid Package#12 " A complete neighborhood improvement project including the furnishing and installation of 20,0000 LF of water main,3,000 LF of drainage pipe and 18,000 LF of sanitary sewer pipe.Work included roadway restoration, driveway replacements,landscaping,seeding,sodding, sidewalk replacement and curb and gutter work;traffic signalization miscellaneous utility relocations. Shenandoah Phase A, Miami-Dade County Water and Sewer Department A neighborhood improvement project including the installation of 39,000 LF of water main plus the conversion of over 750 existing water services and the removal of existing and installation of 25,000 LF of new gravity sewer main in downtown Miami. Work includes extensive MOT coordination, milling and re-surfacing the roadway, new curb,gutter and sidewalks; landscaping and general restoration of disturbed areas. DB10-WASD-01 Government Cut Utility Relocation Project(Design/Build),Miami- Dade County,FL 54-inch Force main and micro-tunnel launched from 90 feet below sea level including the mining of an emergency shaft in South Point Park to a live tap connection at an existing 54-inch main Miami Beach at Alton Road. DB13-WASD-01 Installation of Gravity Sewer Interceptors for Master Pump Station No. 3, Miami-Dade County,FL With guidance from the Lead Construction Firm Construction Manager, Brian leads Ric-Man Construction Florida, Inc.'s crew during construction of all Open-Cut pipe work on the project and oversees the work of subcontractors. Brian is responsible for managing crews, procurement,implementing means/methods and best safety practices,and maintain project schedule. DB14 WASD-01 Rehabilitation and Replacement via lining existing PCCP pipe with 63-inch HDPE along NW/NE 159th St. from NW 17th Ave to NE 10 Ave,Miami-Dade County, FL Installation of shored and un-shored insertion and pull pits at multiple locations on public streets and ROW over 14,000 LF of existing force main along with the grouting of the annular space to lock in the 63-inch lining pipe into the existing, deteriorated 72-inch PCCP.The work requires daily interface with the traveling public, maintenance of traffic and private property owners. Restoration work includes milling, repaving, seeding and sodding at all disturbed areas.Coordinates with General Superintendent Jeff Phillips and Superintendent Dale Louk in placement of resources and equipment to meet schedule requirements in a safe and efficient manner. Prepares time sheets,interfaces with owner inspection staff. 48-inch Water Main Improvements,Alternate Alignment Phase II, City of Ft Lauderdale, FL// Installation of 3,640 LF of owner supplied 48-inch ductile iron pipe water main with three ARV valves and structures. CITY OF MIAMI BEACH I RFP.2016-091-KB sjc=q,`, NASSOCIATION WITH DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS CWT.4�I cgs PROJECT TEAM 69 HECTORV \ LSFS SITE COORDINATOR // SUBCONTRACTORS Hector has over eight years of industry experience in project management and 'm t.Ric-Man Construction MIestimating. He has complete management of all upcoming bids and associated A 4 FL <; - documentation and is responsible for maintaining schedule and quality control. He proactively coordinates project information with all stakeholders.As a trained engineer, he has assisted with design,development,integration,and testing. He also .` BS,Civil Engineering, ss Floridao State monitors construction activities including earthwork,foundation installations,and University paving. KEYPROJECTS DB13-WASD-01 Installation of Gravity Sewer Interceptors for Master Pump Station No. 3, Miami-Dade County,FL • Under the direction of the lead construction firm's Construction Manager, Hector is responsible for daily on-site,direct supervision Intermediate MOT, O ATSSAof foreman and labor forces. He coordinates equipment and delivery of materials, ATSSA coordinates subcontractors and is responsible for maintaining the project schedule. Hector also maintains quality control and working relationship with owner's representatives and the public in general.He produces estimating schedules and all documentation associated with this project. Hector interfaces with all permitting agencies and related stakeholders coordinate with Jeff Phillips,General Superintendent and Dan LaCross Construction Manager. Shenandoah Phase A,Miami-Dade County Water and Sewer Department A neighborhood improvement project including the installation of 39,000 LF of water main plus the conversion of over 750 existing water services and the removal of existing and installation of 25,000 LF of new gravity sewer main in downtown Miami. Work includes extensive MOT coordination, milling and re-surfacing the roadway, new curb,gutter and sidewalks; landscaping and general restoration of disturbed areas. DB14 WASD-01 Rehabilitation and Replacement via lining existing PCCP pipe with 63-inch HDPE along NW/NE 159th St. from NW 17th Ave to NE 10 Ave, Miami-Dade County, FL Design/build project includes the installation of shored and un-shored insertion and pull pits at multiple locations on public streets and ROW over 14,000 LF of existing Forcemain along with the grouting of the annular space to lock in the 63-Inch Lining Pipe into the existing,deteriorated 72-Inch PCCP.The work requires daily interface with the traveling public, MOT and private property owners. Restoration work includes milling, re-paving,seeding and sodding at all disturbed areas. Hector coordinates with Construction Manager Dan LaCross,with General Superintendent Jeff Phillips, Foreman Brian Baribeault in daily operations including the proper supply of materials means and methods work plan development,client billings,cost analyses and the management of subcontractors and vendors. M. Vila&Associates, Florida In his role as Assistant Project Manager/Project Engineer, Hector proactively coordinated project information with all stakeholders. He facilitated POs,COs,PCOs, RFIs,pay requisitions, permits, locates, calculations,as- builts and schedules. FIGG Engineering Group, Florida. In his role as Engineer Intern, Hector assisted engineers and engineering technicians with design,development, integration and testing. He also monitored construction activities,including earthwork,foundation installations and paving as well as inspection of test borings. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB � ��" C S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS , PROJECT TEAM 70 JOSEPHCI IA\ , PE DESIGN ENGINEER — ROADWAY GRADING — .,, , DRAINAGE , mat CES Consultants FDOT—District IV,SR 80, Palm Beach;%4-mile urban roadway widening design project task included 8-lanes,earthwork,coordination of relocation existing utilities, roadway alignments,access management pavement design and markings,signing, drainage systems,100-year floodplain volume compensation calculations, pollution B.S.,Civil Engineering, controls,traffic controls plans, permits,public involvement,construction details,cost Iowa State University estimates,specifications and constructibility. FDOT—District IV,SR 615, Fort Pierce 2-mile roadway widening project,task included site investigation,alternative analysis,earthwork, coordination of relocation 0existing utilities, roadway alignments, pavement design and markings,signing, Professional Engineer, drainage systems, pollution controls,traffic controls plans, permits,determination of Florida right-of-way parcel acquisition and construction easement requirements, construction General Contractor details,cost estimates,specifications, constructibility,shop drawings,construction License, Florida inspections,change orders,and post design services. Underground Utilities Miami International Airport—Central Boulevard, Miami/ Managed and designed Contractor License, the roadway widening and improvement project for the passenger entrance and exit Florida roadway,which includes roadway and ramp geometry,drainage, utilities, permitting, General Engineering airport signing, pavement markings, maintenance of traffic,lighting, cost estimates, Contractor License, management of sub consultants,and coordination with adjacent projects. Miami-Dade County Port of Miami Major Roadway Systems, Miami '"Designed drainage systems, parking Advanced Work lot layouts, pavement design,signing, and pavement markings for all major roadway Zone Traffic Control overhaul for the Port of Miami.Tasks also included permitting,construction cost Certification estimates,and construction inspections. FEMA-DORM storm water/Road Improvement/Dredging Project, Miami Designed storm water drainage systems, roadway improvement and canal dredging for numeral project throughout Miami-Dade County.Tasks included cost estimates and meeting FEMA specific requirements. Venetian Causeway, Miami Beach Pavement marking and singing design for the Venetian Causeway bridge replacement. International Corporate Park Developments, Miami Performed floodplain studies to determine 10 and 100-year flood plain elevation, flood storage compensation and hydrology calculations, drainage systems alternatives, drainage reports, permits, construction details,specifications,cost estimates, and constructibility. Designed roadway including on site and off site improvements,water main distribution systems and sanitary sewer collection systems design. Twin Lake Resorts Drainage Master Plan, Orlando Performed lake and floodplain studies to determine 10,25,and 100-year flood plain elevation,wetland mitigation, flood storage compensation and hydrology calculations, drainage systems alternatives, drainage reports,permits,storm water pump stations design,construction details,specifications,cost estimates,and constructibility. Wildllme Park, Miami Designed grading and drainage systems. Designed water service lines. Designed sanitary sewer collection systems.Tasks also included driveway design, permitting,construction cost estimates, and construction inspections. Northtrail Park, Miami Designed grading and drainage systems. Designed water service lines. Designed sanitary sewer collection systems.Tasks also included permitting,construction cost estimates,and construction inspections. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB iiia44 DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS `" �'` COS PROJECT TEAM 71 Bill Seidale Sususki, Davie Designed on-site drainage systems, retention ponds, parking lot layouts,signing,signals,and pavement markings. Designed water service lines. Designed sanitary sewer collection systems.Tasks also included permitting, public hearings,construction cost estimates,and construction inspections. Homestead General Airport T-Hanger, Homestead, Florida // Designed on-site and off-site roadway and taxiway,drainage systems, parking lot layouts,signing,and pavement markings. Designed drinking well and water service systems. Designed sanitary sewer collection systems,septic tanks, and drainfields.Tasks also included permitting, construction cost estimates, and construction inspections. Valencia High-rise Condominiums, Coral Gables, Florida Designed on-site and off-site drainage systems, parking lot layouts and pavement markings. Designed water main extension and service lines. Designed sanitary sewer collection systems. Tasks also included permitting, public hearings,construction cost estimates,and construction inspections. FDOT—District/V, SR 80, Palm Beach, FL:, 4-mile urban roadway widening design project task included 8-lanes,earthwork,coordination of relocation existing utilities, roadway alignments,access management pavement design and markings,signing, drainage systems,100-year floodplain volume compensation calculations, pollution controls,traffic controls plans, permits, public involvement, construction details,cost estimates,specifications and constructability. FDOT—District/V,SR 615,Fort Pierce, FL 2-mile roadway widening project,task included site investigation,alternative analysis, earthwork,coordination of relocation existing utilities, roadway alignments, pavement design and markings,signing, drainage systems, pollution controls,traffic controls plans,permits, determination of right-of-way parcel acquisition and construction easement requirements, construction details,cost estimates,specifications, constructability,shop drawings,construction inspections, change orders,and post design services. Miami International Airport Central Boulevard, Miami,FL Managed and designed the roadway widening and improvement project for the passenger entrance and exit roadway,which includes roadway and ramp geometry,drainage, utilities, permitting, airport signing, pavement markings, maintenance of traffic, lighting, cost estimates, management of subconsultants,and coordination with adjacent projects. Miami International Airport Employee Parking Lot Drainage Replacement,Miami, FL. Construction services for the storm sewer systems for a 4.8-Acre parking lot. Task included site investigation, review design for constructability,shop drawings approvals,construction scheduling, construction inspections, maintenance of traffic, construction activity monitoring, change orders, construction payment approvals. Miami International Airport Northside Utility, Miami, FL Construction services for all underground utilities at the Northside Taxiway at Miami International Airport, Utilities included:9-foot by 12-foot box culvert,water main,sanitary sewer force main,and electrical conduit.Task included site investigation, review design for constructability, shop drawings approvals,construction scheduling, construction inspections, maintenance of traffic,construction activity monitoring, change orders,construction payment approvals. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB CRS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS '�"1 PROJECT TEAM 72 FREDDYVF \ A, El DESIGN ENGINEER - UNDERGROUND Mr. Mena has over three years of experience in wastewater pump station and force CES Consultants main design and construction, utility coordination,structural analysis,pump station repair assessment and evaluation, as well as experience in project management, and quality control for heavy civil and marine construction projects. B.S.Civil Engineering, KEYP POJ ECTS Florida International SW 27th Avenue Roadway Drainage System Improvements,Miami-Dade Public Nitok University Works Department Assisting in the design for the installation of 67 new drainage structures and approximately 2,400 L.F.of French Drains for the City of Miami along SW 27th Avenue.The project encompasses design of a new drainage system for more U.S Army Corps of than 5,000 L.F.of roadway, providing greater access during times of heavy rainfall and siEngineers(USACE) increased safety for vehicular and pedestrian traffic. CQM-C(Construction Quality Management NW 12th Avenue Force Main Replacement,North Miami Mr. Mena assisted in the for Contractors)#784 design of approximately 10,500 feet of 10-inch and 12-inch sanitary sewer force main improvements along NW 12th Avenue extending from NW 95th Street to NW 125th Street.The intension of this project, located in Miami-Dade County and within the City of North Miami,was to replace two aging asbestos-cement and cast iron force mains with one corrosion resistant PVC pipe.Additionally,a hydraulic analysis was performed to identify the new pipe diameter considering the current and future flows for the area. The route required service transfers for a number of public and private lift stations, which required additional analysis to identify operating pressures and possible modifications. Mr. Mena performed utility coordination and field validation, reviewed the survey for completeness,incorporated utility information based on confirmed as- built information,and produced the alignment based on direction from the Engineer of Record. Mr. Mena was intricate in identifying utility conflicts and providing conflict resolution options for this project. Dora/48-inch Force Main Improvements Project, Miami-Dade County Mr. Mena was the staff Engineer for approximately 4,200 feet of 48-inch DIP pipeline improvements to increase wastewater transmission capacity within the Doral basin of the County's wastewater collection and transmission system.The major issues for this project, located along NW 54th Street,included developing an alignment within a dense corridor and a micro-tunneling segment under a major highway.Additionally, this project required careful analysis of utility conflicts,in order to provide the most feasible,cost effective and constructible conflict resolution. Mr. Mena reviewed the survey for completeness,incorporated utility information based on confirmed as- built information,and produced the alignment based on direction from the Engineer of Record. Mr. Mena was intricate in identifying utility conflicts and providing conflict • resolution options for this project. Mr. Mena, being intimately familiar with MDWASD standards,applied said standards throughout the entire alignment. Design/Build Services for the Replacement of Water Mains and Service Conversions in the Shenandoah Area, Phase B, City of Miami!r Mr. Mena has participated in the design of approximately 46,000 LF of DI water main for the Miami-Dade County Water and Sewer Department. Mr.Mena is involved in the engineering analysis,design,and plans production of this Design/Build effort.The project area is bounded by SW 16th Street to the North,SW 22nd Street(Coral Way)to the South,SW 17th Street to the East,and SW 27th Avenue to the West.The project consists of upgrading existing 2-inch and 4-inch residential water main to 8-inch DI water main.The project also includes relocating approximately 675 individual water meters and services,which requires installing new copper water services within private property. Mr. Mena performed extensive reconnaissance to gather private property information both on the field and at the office.Mr. Mena also gathers and corroborates as-built information IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB iWCMA CRS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS L_", �` PROJECT TEAM 73 with survey and field findings, he reviews the survey segments for completeness,and directs staff in the development of the base map and project sheets.Additionally, Mr. Mena works closely with the Engineer of Record to create the horizontal and vertical alignment, identify potential conflicts,and provide recommendations on conflict resolution. Pump Station 0449, Pump Station Improvement Program(PSIP), Miami-Dade County Mr. Mena is participating in the design of upgrades for Pump Station 449 for the Miami-Dade County Water and Sewer Department. Mr. Mena is involved in the engineering analysis,system curve development, pump selection,and plans production of this pump station improvement effort.The project consists of upgrading an existing pump station to achieve a compliant NAPOT value. Mr. Mena directed field operations in the pre-design information gathering, reviewed the survey for completeness,and developed the base map and project sheets. Mr. Mena created a system curve for this particular pump station,and used the findings to select adequate pumps.Additionally, Mr. Mena works closely with the Engineer of Record to create the horizontal and vertical alignment for 300 feet of 10-inch force main. Pump Station 0147, Pump Station Improvement Program(PSIP),Miami-Dade County Mr. Mena is participating in the design of upgrades for Pump Station 147 for the Miami-Dade County Water and Sewer Department. Mr. Mena is involved in the engineering analysis,system curve development, pump selection,and plans production of this pump station improvement effort. The project consists of upgrading an existing pump station to achieve a compliant NAPOT value. Mr. Mena directed field operations in the pre-design information gathering, reviewed the survey for completeness,and developed the base map and project sheets. Mr. Mena created a system curve for this particular pump station,and used the findings to select adequate pumps.Additionally,this project required an on-site generator,which created an elevation and grading challenge.The project required the design of stairs and handrails to comply with base flood elevation requirements while still achieving a proper grading plan. Pump Station 0609, Pump Station improvement Program(PSIP), Miami-Dade County Mr. Mena has participated in the design of upgrades for Pump Station 609 for the Miami-Dade County Water and Sewer Department.Mr. Mena is involved in the engineering analysis,system curve development, pump selection,and plans production of this pump station improvement effort. The project consists of upgrading an existing pump station to achieve a compliant NAPOT value. Mr. Mena directed field operations in the pre-design information gathering, reviewed the survey for completeness,and developed the base map and project sheets. Mr. Mena created a system curve for this particular pump station,and used the findings to select adequate pumps. Pump Station 040Z Pump Station Improvement Program(PSIP), Miami-Dade County Mr. Mena has participated in the design of upgrades for Pump Station 407 for the Miami-Dade County Water and Sewer Department. Mr. Mena is involved in the engineering analysis,system curve development, pump selection,and plans production of this pump station improvement effort. The project consists of upgrading an existing pump station to achieve a compliant NAPOT value. Mr. Mena directed field operations in the pre-design information gathering,reviewed the survey for completeness,and developed the base map and project sheets. Mr. Mena created a system curve for this particular pump station,and used the findings to select adequate pumps.Additionally, Mr. Mena works closely with the Engineer of Record to create the horizontal and vertical alignment for 800 feet of 8-inch force main. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB � cis DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PROJECT TEAM 74 G U S TAVO S I LVA DESIGN ENGINEER - UNDERGROUND Mr.Silva has four years of experience in the design of wastewater pump stations and a •n iru CES Consultants force mains,inspection/testing of sanitary sewer pipes connecting to pump stations, geotechnical design for the public and private sector,foundation,concrete and structural inspection, environmental assessments,utility coordination for design and construction, and material testing. B.S.,Civil Engineering, KEYP R OJ E CTS Florida International University E13-WASD-03 Pump Station Improvement Program(PSIP),Miami-Dade County WASD As a staff engineer,Mr.Silva is providing engineering analysis and design for the rehabilitation and replacement of multiple pump stations for the PSIP.The project consists of existing pump station inspection,coordination of survey and geotechnical services,design of pump station rehabilitation or replacement,design of connecting force mains, permitting,and limited construction services.The engineering work includes PS 0449, PS 0147, PS 0331, FM 0592 (24-inch), PS 0081, PS 0336,and PS 0609. Ocean Outfall Pump Test, North District WWTP, Miami-Dade County WASD Staff engineer for conducting pump tests on six(6)WWTP effluent pumps for the ocean outfall discharge facility.The 75 MGD(52,000 GPM) pumps were tested for various head and flow conditions to determine the existing capacity of the pumps compared to the manufacturers pump curves. Sunset Harbour—Proposed Pump Station No.3, Miami Beach Project manager/ geotechnical engineer for the foundation design of a pump station located in an area with problematic soil conditions, high groundwater,and a constrained construction site where ground improvement techniques were evaluated resulting in substantial project savings. S.R. 907/Alton Road-43rd Street to Bascule Bridge No. 870613(2.6 miles), Miami Beach Project manager/geotechnical engineer responsible for improvements along S.R. 907 in Miami Beach.The project includes widening Alton Road in various areas, new traffic signal mast arms,and stormwater drainage improvements that include temporary sheet piles/helical piles for pump stations. S.R. 997/Krome Avenue-S.W.296th Street to 232nd Street(4 miles), Miami-Dade Project manager/geotechnical engineer involved widening of S.R.997. Improvements along Krome Avenue include stormwater drainage,traffic signal mast arms,and a new bridge design. S.R. 708/Blue Heron Boulevard Improvements(1.7 miles), Palm Beach County Staff engineer involved with improvements along S.R.708 in Palm Beach County, Florida. The Improvements include widening Blue Heron Boulevard in various areas, improving the southbound off-ramp,and traffic signal mast arms at the intersection of 1-95. Flagler Memorial Geotechnical Services, Palm Beach County;;Staff engineer responsible for conducting field explorations with soil borings performed to depths greater than 200 feet.This project was conducted as part of an emergency study,and sampling was performed with day and night operations. US-460 Corridor Improvement, Suffolk, Virginia: Field engineer for design and construction of a new 55-mile four-lane,limited-access highway. SR 7-Pembroke Road to Hollywood Blvd.,Broward County Staff engineer for design/construction of temporary sheet piles to facilitate drainage along SR 7 in Broward and Palm Beach Counties. CITY OF MIAMI BEACH I RFP.2016-091-KB ___411 IN ASSOCIATION WITH DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS C S PROJECT TEAM 75 JOSEALD R , PE DESIGN ENGINEER - TRAFFIC OPERATIONS Mr.Aldir has more than 18 years of engineering and geotechnical experience. He is •p ', Civil Works,Inc. a Senior Engineer responsible for design and plan reviews in various areas, including water&sewer, drainage,roadway, highway lighting,traffic signals,and paving& grading designs. He has also provided utility coordination and traffic control for numerous roadway projects. B.S.,Geological Engineering,Colorado KEYP OJ E CTS .• School of Mines Av A.A.,General SR-934/NW 79th Street from 2800 Block to NW 14th Avenue, FDOT District VI; Studies,Miami-Dade This 1.4 mile project included the milling and resurfacing of SR-934/NW 79th Street College from 2800 Block(MP 36.316)to NW 14th Avenue(MP 37.734), including upgrading sidewalks and pedestrian crosswalks to ADA compliance,signing and pavement 0 Professional Engineer, markings improvements, lighting study, highway lighting design, and pedestrian Florida crossing signal upgrades. NW 79th Street is a 6-lane,two way, divided urban minor arterial with three 11-foot through lanes in each direction and a 15-6" raised median. Mr. Aldir designed the signal and lighting improvements. SR 968/SW 1 Street, from Flagler Street(SW 24 Avenue)to SW 17 Avenue(.78 Miles)-for FDOT District 6 Mr.Aldir was the Project Engineer for this project which included milling and resurfacing, reconstruction,drainage signal,signing and marking, and ADA improvements.Cross-slope correction included variable milling from lip-to- lip of curb to restore the required Gloss-slope. The reconstruction portion included development of the proposed profile grade line,while coordinating the back of walk profiles. Many existing business doorways abut the right-of-way line. Other responsibilities included development of the pavement design,the drainage design and report,the review of the ICPR Model as well as review of the roadway,TCP, and signing and marking plans. SR AlA(MacArthur Causeway)from the ramp to Watson Island to East of Terminal Island, Miami-Dade County This was a 1.65 mile milling and resurfacing project that included roadway rehabilitation of the outside EB lane and shoulder due to settlement. The project also included the redesign of an existing traffic signal at Terminal Island and signal upgrades at two(2)other intersections,the addition of Bike Lanes, and the replacement of a TMS. Mr.Aldir was the Utility Coordinator for this project and assisted with the roadway,signing and pavement marking,and signal design. SR 834-Sample Road, from 54 Avenue to Tradewinds Park Road i This 1.5 mile project included safety improvements as well as signalization and landscaping. Mr. Aldir was the Utility Coordinator for this project and assisted with the roadway,signing and pavement marking,and signal design. SR 808(Glades Road)from Boca Rio Road to West of Renaissance Way,Palm Beach County CWI provided the Signal and Lighting Services-This 3.2 mile project included a Lighting Justification Report,the generation of a Signal Replacement Evaluation Matrix,and Signal Plans. Mr.Aldir was a Project Engineer,assisted with the utility coordination,generated the signal evaluation matrix,assisted with the lighting justification report,and designed portions of the Signal Plans. SR AlA(Harding Avenue)from 94 Street to Bal Harbor Shops Entrance This 0.8 mile project included roadway,signing and pavement markings,signalization, design exceptions and variations. Mr.Aldir assisted with the pavement design as well as the signing and pavement marking,and signal designs. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS COST. c C S PROJECT TEAM 76 SR 91(Florida's. Turnpike Extension)from S. of the Golden Glades Toll Plaza to the ramp to the EB SR 826 Exit Ramp,Miami-Dade County zThis was a 0.5 mile RRR/ Safety Improvement project that included guardrail,barrier wall,attenuators,and TMS replacement. Mr.Aldir was a Project Engineer&Utility Coordinator and assisted with the roadway and signing and pavement marking design. SR 5/US-1/Overseas Hwy from MM 20.8 to MM 23.0 in Cudjoe Key;' This was a 2.4 mile project that included shoulder reconstruction and drainage improvements. Mr. Aldir assisted with the roadway and signing and pavement marking design. SR 5(Brickell Avenue)from South of 1-95 to SE 25th Road,Miami-Dade County This was a 0.6 mile, milling and resurfacing project that included the upgrading of two span wire traffic signals to mast arm traffic signals(one at S. Miami Avenue and another at SE 26th Road). The following were generated: Roadway, Maintenance of Traffic,Signing and Marking,Signalization,and Landscaping. Mr.Aldir was a Project Engineer. SR 5(Biscayne Blvd)from NE 209th Street to the Broward County Line,Miami- Dade County z':' This was a 0.7 mile, milling and resurfacing project that included the addition of Bike Lanes from NE 209th Street to the Miami-Dade/Broward County Line. The upgrading of a span wire traffic signal to mast arms at NE 209th Street.The following were generated: Roadway,Maintenance of Traffic,Signing and Marking, Signalization, and Landscaping. Mr.Aldir was a Project Engineer. SR AlA(E. Dania Beach Blvd)over the Intracoastal Waterway bridge rehabilitation project CWI provided the Traffic Control and Utility Coordination services-Mr.Aldir was responsible for the traffic control and was the utility coordinator. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB �acay' C DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PROJECT TEAM 77 JOSECOVDRLS , PE LEAD STRUCTURAL ENGINEER Mr. Compres has 16 years of experience in engineering including project management, hCES Consultants structural engineering,and project construction design and engineering processes with demonstrated experience in engineering design, project development,and construction management.He has been involved in all aspects of construction projects from conceptual design to project closeout,and his experience includes :B.S.,Civil performing structural design;reviewing codes and specs compliance;providing t Engineering, threshold inspections for qualifying contractors;working on bid and award phases; Universidad Catolica Madre y Maestra monitoring quality of work performed during construction; processing and responding to RFIs and change orders;tracking and monitoring quantities of materials;tracking B.S.,Structural and maintaining schedules;and coordinating with subcontractors and stakeholders for Engineering, Universidad Catolica the construction process. As a PE, he has also worked closely in developing biddable Madre y Maestra plans for both horizontal and vertical projects. KEYPROJECTS Professional Engineer, North District Wastewater Treatment Plant—Headworks Improvements, Miami- - "' Florida Dade County WASD Responsible for design of improvements to the Grit/ Screening Headworks Facility structures within the NDWWTP.The project includes design of demolition of existing equipment and building components,safety access modifications, equipment supports,and roof system improvements.The work also includes Services during Bid and Award,and Engineering during Construction. North District Wastewater Treatment Plant—Primary/Secondary Clarifiers Miami-Dade County WASD Responsible for facility condition assessments and development of basis of design reports (BODR)for dome replacement of primary clarifiers with a flat corrosion resistant metal roof,and dome rehabilitation for secondary clarifiers.The condition assessment of the interior concrete structure of all clarifiers provided additional BODR recommendations for concrete surface repairs and resurfacing with corrosion resistant coatings. North District Wastewater Treatment Plant—New Electrical Building Miami-Dade County WASD Structural Engineer responsible for improving resiliency for sea-level rise and storm surge for critical operational facilities including electrical service and controls.Commensurate with expansion of the electrical load capacity for operational improvements and ocean outfall compliance at the NDWWTP, preliminary design of a new electrical building incorporated higher floor elevations above projected flood/ surge levels,improved operator safety features,and hurricane hardening. Improvements for Pump Stations 301,414, 415, 416, and 417 Miami-Dade County WASD Responsible for facility condition assessments and development of basis of design reports(BODR)for improvements to wet-wells, pump rooms,ventilation facilities,and for operator safety and hurricane hardness.The condition assessment of the interior concrete structure of all wet-wells provided additional BODR recommendations for concrete surface repairs and resurfacing with corrosion resistant coatings. S-332D Hurricane Hardening Structural Review, South Florida Water Management District Responsible for technical review of designs for hardening and upgrading of the S-332D Pump Station located near Homestead, Florida. The project involves the hurricane hardening of the pump house and the installation of bullet-proofing for the walls, roof and roofing system,exterior doors, louvers, HVAC upgrades and protective opening hoods,weather-proof roof-mounted equipment access hatches,and OSHA safety ladder and roof perimeter railings. Fall Protection Plan,South Florida Water Management District//Responsible for conducting structural inspections,and preparing final safety certification on the IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB 1'04 COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS � ,,,,„._, PROJECT TEAM 78 design of fall protection systems on a project to ascertain the structural integrity and OSHA Life Safety conditions at 68 SFWMD water control structures in Homestead, Okeechobee,and Fort Lauderdale. Design included fall hazard identification,fall protection recommendations,and the structural adequacy of supports used in fall protection design as per OSHA,ANSI,and District guidelines. Hialeah-Preston Water Treatment Plants, Miami-Dade County WASD Structural Engineer responsible for conceptual and preliminary design of the structural improvements necessary to segregate the NWWF flows with other MDWASD source waters conveyed to the existing Hialeah and Preston Water Treatment Plants. Additionally,the project included preparation of structural alternatives to convey the process water from the NWWF facilities to the existing Preston WTP Reservoirs and preliminary assessment of the Hialeah-Preston Reservoirs piping interconnection. VA Healthcare Facility Project, Department of Veterans Affairs 7 Responsible for the site preparation and construction of a climate-controled corridor/storage complex overseeing many aspects of the project.Tasks included: providing all materials necessary to construct the project; providing utilities necessary for the complete operation of the trailers; providing structural, architectural,civil, mechancial electrical and plumbing systems to make the medical trailer complex fully operational per the construction documents; monitoring safety precautions on the project site;ensuring operations in accordance with the Medical Center Construction policy;and providing red-line as-built drawings to the VA at completion of the project. High Level Disinfection(HLD)System,Miami-Dade County WASD Responsible for construction inspection of the HLD On-site Sodium Hypochlorite System Project at the South District WWTP.The project consisted of constructing a new facility to house seven hypochlorite generating skids, each with dedicated pumps, pipes and controls which was placed online in August of 2012. Midway Pump Station, City of Miami Structural engineer for design of the Midway Stormwater pump station that serves to protect from flooding a 43-acre basin bounded by NW 87th AV,SR-826 and SR-836 and 7th Street. Miami-Dade County Peak Flow Study,Miami-Dade County WASD Mr.Compres provided management services in an effort to develop Remedial Action Plans for approximately 350 Pump Stations, plans that were mostly accomplished though computer simulation.The$4M project also included field inspection work for actual working conditions.The information retrieved from the field was critical in developing the Remedial Action Plan and helped to upgrade each individual pump station and make it compliant with the 10 Hr NAPOT criteria. The project also included a capital improvement plan, evaluation of the existing wastewater treatment system with respect to current regulations, determination of future regulatory requirements and treatment needs including incorporation of a recently issued Reuse Feasibility Study and compliance with anticipated nutrient removal limits and development of a wastewater treatment and reuse implementation capital improvement plan. Miramar Roadway Infrastructure Project, Capital Improvement Project,Phase lll, City of Miramar Mr.Compres monitored construction activities throughout the southern half of the City on a project consisting of the installation of all water, sewer, and drainage,as well as expansion of a lift station and roadway resurfacing. He also provided design services for 70,000 LF of water mains thru the western portion of the city and cost estimate support services to the city, in addition to construction administration services and bid support. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS "" COS PROJECT TEAM 79 ARJENBOOTS VA, PE LEAD MECHANICAL ENGINEER Mr. Bootsma has more than 25 years of experience in mechanical/civil engineering, V Al CES Consultants design, consulting, modeling and environmental contamination assessment.This experience includes large diameter pipeline planning,design, and construction, permitting, and pump station design,for water and wastewater infrastructure. He has participated in a number of projects for the Miami-Dade Water and Sewer Department " : M.S.,Mechanical (WASD)as well as for municipalities in the U.S.and Europe. Engineering, University of Twente KEYP R OJ E CTS Miami-Dade County Wastewater Master Plan, Miami-Dade County WASD "Mr. Bootsma as Mechanical Engineer provided services in an effort to develop Remedial 0Action Plans for approximately 350 Pump Stations.The recommended upgrades Professional Engineer, focused primarily on pump selection based on the developed future system curves, Florida secondarily on upgrades to the entire pump station and tertiary on force main system upgrades. The Remedial Action Plans will provide balanced upgrades to the entire sewer pumping and transmission system,so that each individual pump station will comply with regulatory requirements and that compliance system-wide be maintained throughout the 20-year planning horizon. Hialeah-Preston GWUDI Upgrades WTP and NW Wellfields,Miami Responsible for design of over 20,000 LF of yard piping,including 2,900 LF of 96-inch steel raw water main.This design was part of the preparation of a conceptual and preliminary design identifying the scope and extent of the improvements necessary to fully segregate the NWWF flows from the flows of the other WASD source waters that are conveyed to the existing Hialeah and Preston Water Treatment Plants. CDWWTP Water Reclamation Facility,Miami-Dade County Developed the yard piping, drainage, and extensive utility relocation for a new water reclamation facility. Key elements for this project were yard piping for over 3,500 LF of 12-inch DI and PVC reclaimed water main,and the updating of the inadequate drainage system. Additionally,this project had a significant amount of utility relocation to accommodate the new piping. Jacksonville Energy Authority(JEA)NW Regional Water Treatment Plant, Jacksonville:' Responsible for the site design of the WTP,which included drainage and water system yard piping.The water yard piping consisted of 2,200 LF of 24-inch and 36-inch DI water main. The stormwater/drainage management design for this site had to comply with all applicable regulations of the FDEP and the SJRWMD to maximize the use of the existing topography. JEA West Nassau Regional Water Treatment Plant, Yulee, Nassau County Similar to the NW Regional WTP,designed the yard piping and the off-site connection,which included 2,600 LF of 16-inch PVC water main and 300 LF of 20-inch raw water main. Also, designed the site lay-out and stormwater management system to the specific topography and conditions of this site,while meeting all applicable regulatory constraints. East Miramar Redevelopment Water Main Improvements, Phase 3, Miramar Engineering analysis and design services for the upgrade of approximately 72,000 L.F.of water main.The project consisted of upgrading existing 2-inch and 4-inch residential water main to a 6-inch, and 8-inch water main,including 120 LF of directional drilling.This effort will improve pressure and provide fire protection within the area. Due to budget constraints,the client requested dividing the completed design into several smaller packages for bid and award.The team analyzed the entire project and developed a phasing plan to spread the work over several years. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB etc-t~►ary' CPIs DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS I`01i "" PROJECT TEAM 80 E06-WASD-09; Task Order 1:Design of 2,200 LF of 8-inch Residential Water Main, City of Coral Gables Engineering analysis and design services for the upgrade of approximately 2,200 L.F.of water main for the Miami-Dade County Water and sewer Department.The project consisted of designing a residential 8-inch water main along Banos Court.This project would provide the neighborhood with fire protection,as well as,allowing WASD with the ability to abandon the existing water main which is very old and runs in an easement behind the properties. E06-WASD-09; Task Order 2:Design of 1,800 LF of 8-inch Residential Water Main, City of Miami!: Engineering analysis and design services for the upgrade of approximately 1,800 L.F. of water main for the Miami-Dade County Water and sewer Department.The project consisted of designing several segments of residential 8-inch water main at NE 13 Court and NW 13 Place from NE 199 Street to North Drive within the City of Miami.This project would provide the neighborhood with fire protection, as well as, allowing WASD with the ability to abandon the existing water main which is very old and runs in an easement behind the properties. SW 27th Ave from US-1 to Bayshore Drive, Miami-Dade County Provided engineering analysis and design services for a closed storm water drainage system along SW 27th Avenue between South Dixie Highway and South Bayshore Drive.The project consists of widening this stretch of roadway measuring approximately 0.75 miles.Some of the design issues encountered are the elevation changes throughout this section of roadway and the amount of utilities located throughout this older corridor.The team has worked diligently to provide a technically sound and cost effective design that incorporates all of the client's requirements and needs. Silver Beach Road, Palm Beach County < Drainage Engineer for engineering and design of drainage system for 0.7 miles of roadway,partly adjacent to environmentally sensitive lands. 45th Street/Haverhill Road,Palm Beach County Drainage Engineer for analysis and engineering for combining drainage systems for these two intersecting arterial roadways. Virginia Key Beach Parking Lot and Perimeter Road lmprovements,City of Miami Modeling and analysis of proposed drainage system for permitting. AlA/Ocean Drive, FDOT/Broward County. Drainage Engineer for design and engineering of drainage system for 1.3 miles of two-lane roadway along the Intracoastal Waterway. Pump Station and STA Design Review, SFWMD, FL CES is part of a Design Review Team,which assists the SFWMD in reviewing all aspects of construction documents for ongoing design projects against the SFWMD Design Standards and best industry practices. Under this contract, Mr. Bootsma has analyzed and critiqued design packages for major water control pump stations,minor pump stations,storage and treatment areas(STAB)and various other projects. L-63N Canal ASR Well Rehabilitation, Okeechobee County SFWMD The ASR (Aquifer Storage and Recovery)Well was built around 1990,and has been in service from 1991 through 1992.Since then it has been abandoned. Mr.Bootsma prepared the construction documents for the rehabilitation of the two existing mixed flow axial pumps(canal water intake pump to treatment pond and well injection pump), instrumentation,control logic,and for other existing and proposed civil and mechanical components. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB r -rrrgk COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PROJECT TEAM 81 RAFAELDI \ A, PE LEAD GEOTECHNICAL ENGINEER Mr. Pina has twenty-five years of geotechnical engineering,project management, •„ry.. Langan construction materials testing and inspection experience in projects throughout Florida,the Northeast United States,the Middle East, Latin America and the Caribbean. His experience includes:site reconnaissance visits for proposal and report preparation, proposal preparation for geotechnical investigations,supervision of both field testing,sampling and drilling activities geotechnical engineering evaluation and B.Sc.,Civil analysis,preparation of reports, plans and construction documents,and construction Engineering,Florida Institute of Technology inspection and oversight on a wide variety of projects. Technical expertise includes: subsurface exploration, laboratory testing,geotechnical analysis and engineering, deep and shallow foundation,ground improvement,slope stability, retaining wall systems,support of excavation, and geotechnical instrumentation monitoring.Project RIProfessional Engineer, experience includes:water and sewer distribution projects,water and wastewater Florida treatment facilities,roadways, highway bridges,transportation and utility tunnels, Nuclear Density/ natural gas pipelines and trenchless crossings, marinas,sport venue facilities,parks, Moisture Content industrial facilities, high-rise buildings,low-rise structures,maritime port and airport Meter Operator facilities,and commercial developments.His construction materials testing experience Certification includes overseeing technical personnel performing inspection,field testing and laboratory testing of concrete,soils,asphalt and other construction materials for roadways,airports and structures. KEYPROJECTS PortMiami Tunnel and Access improvements, Miami The PortMiami Tunnel (PMT) was constructed to provide a direct link between PortMiami and the Interstate Highway network.The project consisted of two 4,300-foot-long,2-lane,37-foot finished diameter tunnels linking the tunnel with the man-made islands of Watson and Dodge,and under the main cruise ship channel in Biscayne Bay. PMT was the first design/build large-diameter tunnel constructed in Florida's challenging soft sedimentary geology using a tunnel boring machine (TBM).As a consultant to the Design/Build team, Rafael provided subsurface investigation and geotechnical engineering evaluation required for design of the TBM,tunnels,entry/exit shafts, ground improvements, and associated roadway and access improvements. During construction, Langan provided construction administration,support and monitoring during construction of bridge foundations,support of excavation (SOE)systems for TBM entry/exit shafts,ground improvement(grouting,shallow cement-soil mixing,and cutter-soil mixing [CSM]), and geotechnical instrumentation monitoring. Gravity Sewer Interceptors for Master Pump Station 3,Miami The gravity sewer interceptors for Master Pump Station No.3 is a Design/Build project currently being built to provide increased sewer capacity throughout the Brickell residential and business districts in Downtown Miami.The project includes the installation of approximately 5,000 lineal feet of 30-inch-diameter and 48-inch-diameter sanitary sewer interceptor lines. Because of the congested urban nature of the project site, heavy traffic,and existing underground utilities,the interceptors are being installed primarily with micro-tunneling methods using a 48-inch-diameter micro-tunneling boring machine (MTBM),with invert depths of 15 to 25 feet below surface.The project also involves the construction of ten vertical shafts to launch and retrieve the MTBM as well as the installation of permanent access man-hole structures.As the geotechnical consultant to the Design/Build team,Rafael accomplished the subsurface investigation and geotechnical engineering evaluation required for the design of the vertical shafts, man-hole structures and sewer pipelines.Rafael also provided the geotechnical parameters required for developing the methods for micro-tunneling and excavation. In addition, Langan performed an environmental assessment along the project IN ASSOCIATION WITH _0414 CITY OF MIAMI BEACH I RFP.2016-091-KB I C®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS i__. .�_- PROJECT TEAM 82 alignment to identify potential sources of soil and groundwater contamination. Majorsville to Hopedale Pipeline, OH and WV;; Provided geotechnical characterization, permitting,and construction documents for trenchless crossings associated with a 12-inch-diameter,45-mile natural gas pipeline. Trenchless crossings included Horizontal Direction Drilling(HDD),Horizontal Auger Boring(HAS)and Pilot Tube Micro Tunneling(PTMT)crossings under the Ohio River, Highway 7,Route 70, Route 40, Route 22,the Norfolk Southern Railway and the Wheeling&Lake Erie Railways. Al Mafraq 11 kV Duct Bank,Abu Dhabi;!'United Arab Emirates. Provided peer-review services for a proposed 24-inch-diameter,250-foot-long electrical duct bank HDD crossing underneath Sheik Maktoum Bin Rashid Highway. 84-inch Sewer Force Main Tunnel Feasibility Study, Miami Provided geotechnical site characterization as part of a feasibility study for an 84-inch-diameter,2.8-mile-long sewer force main tunnel under Biscayne Bay. Other Projects /. Dadeland Mall Interchange, Miami, FL Southwest 127th Avenue Bridge Widening, Miami-Dade County,FL Southwest 117th Avenue Bridge Widening, Miami-Dade County, FL Water Storage Tank and Booster Pump Station and 25th Street Public Works Complex, Miami Beach, FL MacArthur Causeway Pump Station,Miami Beach, FL Southwest 8th Street Water Main, Miami,FL Allison Island Stormwater Improvements, Miami Beach, FL Miami International Airport Northside Runway, Utilities and Drainage Improvements, Miami, FL Miami International Airport North Terminal Development, Miami, FL Miami International Airport South Terminal Expansion, Miami,FL Miami International Airport Tract One Drainage, Paving,and Grading Improvements, Miami, FL Soho Beach House, Miami Beach, FL Park Place on the Ocean,Sunny Isles Beach, FL Miami International Airport Concourse C Baggage Handling Facility,Miami, FL North Beach Elementary School Expansion, Miami Beach,FL Turnberry Aviation at Opa-Locka Regional Airport, Miami-Dade County,FL San Salvador Airport Runway Expansion,San Salvador, Bahamas Dadeland Mall Expansion, Miami, FL Aventura Mall Expansion,Aventura,FL Destin Commons Expansion,Destin, Florida Sun Life Stadium Expansion, Miami Gardens, FL Homestead Motorsports Complex, Homestead, FL Village of Key Biscayne Recreation Center, Key Biscayne, FL Miami Seaquarium New Marine Stadium and Dolphin Encounter Pavilion, Miami,FL University of Miami—Mark Light/Alex Rodriguez Field Renovation, Coral Gables, FL University of Miami School of Business,Coral Gables,FL IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB _ — � c®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS • PROJECT TEAM 83 MATTHEWVF-YR , PE, D.G E GEOTECHNICAL ENGINEER Mr. Meyer's project experience includes subsurface investigations,design and v. iv Langan construction oversight of vehicular bridges and tunnels, large-scale high-rise .,o A condominium projects,offices, hotels,casinos,retail developments,convention centers,sport arenas,resorts,malls, large-tract townhome/residential developments, B.S.,Civil Engineering, marinas,wharfs, retention structures,as well as providing expert witness,deposition/ The Citadel court testimony and assisting with dispute resolution on geotechnical related issues. Vtaha MS,Civil Engineering (Geotechnical), Virginia Polytechnic KEYPROJ ECTS Institute Port of Miami Tunnel, I-395 Bridge Widening, Port Island Bridge and Roadway Planning, Improvements, Miami The Port Miami Tunnel(POMT)was constructed to provide Construction and direct link between the Port Miami (POM)and the Interstate Highway network. Risk Management in Tunneling—ASCE The project consisted of two 4,300-ft long,2-lane,37-ft finished diameter tunnels linking the tunnel linking the man-made islands of Watson and Dodge,and under Pressurized the main cruise ship channel in Biscayne Bay. POMT was the first large-diameter TBM Tunneling and Grouting in tunnel constructed in Florida's challenging soft sedimentary geology using a tunnel Underground boring machine(TBM). The project also required some of the largest and deepest Construction —SME supported excavations performed in Miami, as well as approximately 2.5 miles Tunnel Lining Design of roadway and access improvements, including the widening of the MacArthur -SME Causeway(1-395)Bridge over Biscayne Bay and construction of a bridge on Port Post Graduate Island.As a consultant to the Design/Build team, Matthew provided subsurface Studies,Geological investigation and geotechnical engineering evaluation required for design of the Engineering and TBM,tunnels, entry/exit shafts, ground improvement,and the associated roadway Mining Engineering and access improvements. During Construction, Matthew provided construction University of Missouri- Rolla administration,support and monitoring during construction of bridge foundations, support of excavation (SOE)systems for TBM entry/exit shafts,ground improvement Post Graduate (grouting,shallow cement-soil mixing,and cutter-soil mixing (CSM)), and geotechnical Studies,Department of Civil Engineering, instrumentation monitoring. Florida International University Gravity Sewer Interceptors for Master Pump Station No.3, Miami;; As the geotechnical consultant to the Design/Build team, Matthew accomplished the Professional subsurface investigation and geotechnical engineering evaluation required for the Engineer,Florida, design of the vertical shafts, man-hole structures and sewer pipelines,and provided New York,West the geotechnical parameters required for developing the methods for micro-tunneling Virginia,Virginia, and excavation. Matthew also performed an environmental assessment along the Connecticut and Georgia project alignment to identify potential sources of soil and groundwater contamination. Norris Cut Microtunnel- Virginia Key to Fisher Island,Miami Matthew was a specialty geotechnical consultant to the tunneling contractor,provided various geotechnical related services in support of the construction of the tunnel from Virginia Key to Fisher Island. Underground Box Culvert Repair,FL Matthew was a consultant to the construction team, developed a plan to address observed deficiencies in the underground stormwater line. Designed and oversaw the implementation of repair measures implemented to repair the stormwater line. Also, provided recommendations and oversaw the repair of the overlying roadway at specific locations. MA Improvements, Hallandale Beach.`.%As part of a large scale private sector project, Matthew performed a geotechnical investigation for the roadway and utility improvements. We oversaw the installation and implementation of the roadway and utility improvements. As part of our role on the project, Matthew provided QA/QC services as it relates to backfill testing and inspection. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB I C13 DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PROJECT TEAM 84 LUC1ANO3 RFRA PROJECT CONTROLS Mr. Perera has over 19 years of experience as a leader in Engineering,Construction, mo u :"CES Consultants and Real Estate Development. He has worked with large teams of business clients, Asn developers,government agencies,consultants,contractors,and stakeholders.He has an unparalleled ability to manage multiple,simultaneous large-scale projects from inception to completion;enhance client relationships by providing superior quality;and deliver projects on time and under budget. Mr.Perera also brings extensive project B.S.,Civil Engineering, and program management experience in the successful coordination,completion,and Polytechnic University delivery of major Civil Engineering Projects and Programs in Miami Dade County. KEYPPOJECTS Pump Station Improvement Program, Miami-Dade County County-wide Water and Sewer Projects as part of the original $1.2 Billion Pump Station Improvement Program (PSIP).As Project Manager, Mr. Perera was responsible for managing the work of twelve Engineering Firms in the Design and Permitting of Pump Station and Sewer Gravity Lines and Force Mains for Miami-Dade Water and Sewer Department.(1994- 1996) American Airlines$2.4 Billion North Terminal Development Program, Miami Mr. Perera was tasked with Owner Representation and Project Management of Civil, Mechanical and Environmental Engineering Projects in support of the North Terminal Development Program. His responsibilities included:development of program phasing plans;selection,contracting and oversight of Engineering Design Firms in the design and permitting of new apron,paving,drainage systems,underground utilities,and new taxiways,as well as, and environmental remediation Projects; managing approved project budgets and schedules to insure receipt of full benefit of monies expended and timely completion of the work; negotiation of services required from outside consultants and vendors;acting as company liaison with local and state governing authorities;ensuring proper project closed-out upon completion of project work. The list of Projects included: $30.6 Million Environmental Remediation Program—Environmental soil remediation in the footprint of the terminal and apron ahead of construction of all projects. $29.9 Million Aircraft Fueling System—Removal and disposal of exiting fueling system, and installation of new double-walled piping,valve hydrant fuel pits,and controls for 47 gate positions and 26 commuter gate positions. Phased construction performed concurrently with Civil Airside construction to reduce aircraft operational impacts. $12.2 Million M&N Taxiway Connectors—Three new airfield connectors between Taxiways M&N to provide additional access from the North air field to the North terminal, resulting in overall aircraft and airfield gating efficiency. The layout of the connectors required application of separation criteria specific to different types of aircraft. Project scope included demolition, removal and replacement of existing pavement,electrical vault modifications,airfield drainage,lighting and signage. Phased construction to reduce impact on aircraft movements in the area. $15.6 Million Passenger Loading Bridges— Procurement and installation of 26 new, and rehabilitation of 11 existing passenger loading bridges.Phased construction concurrent with ramp and building construction. $22.9 Million Pre-Conditioned Air System—Central pre-conditioned air system for 47 aircraft gates. Required coordination with all interior terminal projects to run piping from central location to each terminal gate. Phased construction as new and renovated spaces became available. $4.8 Million 400-Hz System—Design and construction of 400-Hz Systems for 47 IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB "044 DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS �_ PROJECT TEAM 85 aircraft gates. Phased construction as new and renovated spaces became available. $7.8 Million Materials Testing Program—Owner-controlled quality assurance program. Included installation and operation of on-site lab for expediting testing and reporting. Implemented state of the art database system for real time coordination/reporting. $124.2 Million Apron & Infill Utilities For Entire Program—Airside civil development work necessary to support construction of the Terminal. Approximately 3.4 Million square feet of new asphalt and concrete pavement,new storm sewers,sanitary sewers, domestic water distribution and fire protection mains,as well as electrical and communication duct banks. The utilities connected to utility corridors constructed as part of other projects. Phased construction to support aircraft movement,gating requirements,and building construction. Miami International Airport Upgrades Project, Miami Mr. Perera oversaw the continued upgrade and maintenance activities on office space and hangar facilities at MIA Airport. Hangar facilities included on-site Waste Water Treatment Plant required for support of aircraft maintenance and gear washing operations. Miscellaneous Engineering Services Contract for Civil, Environmental and Structural Project Design and Management, South FL Water Management District(SFWMD) Mr. Perera oversaw Primavera P3e baseline schedule development,canal conveyance inspections,cost engineering and cost estimating,GIS services,and document controls. Various Private and Commercial Residential development Construction Projects, Miami-Dade Mr. Perera oversaw the construction of:an 8-story 60-unit 80,000 square foot condominium building;an 8-story 34-unit,60,000 square foot residential condominium building;a 6-story,30-unit, 80,000 square foot residential condominium building; programing of a complex of w42 2-and 3-story luxury town homes totaling 150,000 square feet;the shell structure on a 10-story,112-unit,200,000 square foot luxury condominium and retail complex;the shell structure of a 3-story,30,000 square foot luxury custom home; shell structure of two 2-story,9,000 square foot luxury custom homes; project close-out of a 5-story,65,000 square foot class"A' mixed use, retail, parking garage and office condominium building;and programing for an upscale complex of 6 free-standing buildings housing 68 residences,a tropical garden, clubhouse,gym,and pool. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB CRS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS �_ _: PROJECT TEAM 86 BUDGOBLISCI I , PE CONSTRUCTION SERVICES Mr. Goblisch has over 35 years of engineering design, project management, and Ory ansa .CES Consultants construction management experience. He has managed engineering services for •. '' the south Florida area since 2006. He has been responsible for all aspects of project planning,design development,project execution,and construction services. His career has revolved around providing Design and Construction Management Services to clients for over 17 years in water treatment,wastewater treatment, pump station, pipeline, and B.S.Civil Engineering,-, University of Illinois, Government Facility projects. He has extensive experience using Primavera Schedule 1978 and Contract Manager Software for document tracking and control. KEYPROJECTS Boynton Beach West Water Treatment Plant Improvements,Phase IV, City of 111 Professional Engineer, Boynton Beach. City's representative responsible for oversight of construction Florida activities to upgrade the Water Treatment Plant.This included submittal processing, requests for information, payment applications,change order review and approval and managing the on-site resident project representative. Water Reuse Project at East Central Regional Water Reclamation Facility,Palm Beach County WUD Provided engineering services during construction for this 27 MGD reuse project that supplies cooling water to the Florida Power and Light West County Energy Center located off SR 80 and 20 mile bend.Managed the RFI and submittal process, provided periodic site visits to ensure quality and assisted with start-up activities. Big Cypress Water Treatment Plant, Seminole Tribe of Florida Oversaw construction administration for a green field, .5 MGD membrane water treatment plant. The project included drilling the wells, installing all of the piping,equipment,buildings, and clearwell necessary for a fully operable water treatment facility,with minimal operator involvement.The construction administration work included submittal processing, requests for information, payment applications,change order review and approval and managing the on-site resident project representatives. Immokalee Water Treatment Plant,Seminole Tribe of Florida Oversaw construction administration for a green field, .1 MGD membrane water treatment plant.The project included drilling the wells, installing all of the piping,equipment, buildings,and clearwell necessary for a fully operable water treatment facility with minimal operator involvement.The construction administration work included submittal processing, requests for information, payment applications,change order review and approval and managing the on-site resident project representatives. Hollywood Water Treatment Plant, Seminole Tribe of Florida Provided engineering services during construction for this 2 MGD,membrane water treatment facility. Assisted with RFI's,submittals and as-built drawings. Brighton Water Treatment Plant,Brighton Provided engineering services during construction for this 2 MGD, membrane water treatment facility.Assisted with RFI's, submittals and as-built drawings. Immokalee Administration Center, Seminole Tribe of Florida Construction Project Manager for the Seminole Tribe of Florida Immokalee Administration Center,a three- story 27,000-square-foot multi-use facility with a roof heliport. Upper Mill Creek Wastewater Treatment Plant, Hamilton, Ohio Oversaw construction services including an on-site inspector provided by the County.This was the first project Company did using Primavera Contract Manager software to handle all document tracking and control.Submittals, RFI's,payment applications,change orders were all done using software that allowed all participants to actvities 24/7. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KBNS CRS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PROJECT TEAM 87 Macon Water Treatment Plant,Macon Water Authority Handled Resident Engineering duties for the construction of a new,60 MGD water treatment plant.Was specifically responsible for the raw water pump station which was constructed 40' below the level of the adjacent river.The station included a raw water intake structure, bar screens,grit chambers, and pump station that included (3)—800 HP constant speed pumps. Beaver Ruin Pump Station and Force Main, Gwinnett County Public Utility Department, Lawrenceville;!'Handled construction administration services for two large projects with different contractors that had to be managed simultaneously so that they could be completed at the same time.The project included a large pump station (25 MGD)and approximately 60,000 If of 36"DIP force main that ran through a highly populated corridor. Duties included managing multiple inspectors along with all of the submittals, RFI's, payment applications and change orders. Echeconnee Creek Pump Station and Force Main Upgrade, Macon Water Authority Construction Administration Engineer for increasing the capacity of the Echeconnee Pump Station and installing a new force main to handle the additional capacity. The force main was approximately 12,000 If of 12" DIP. LaSourdsville WTP,Butler County Was construction manager for the plant SCADA system upgrade to install all new hardware and software devices to operate the water treatment plant. (2001) White House Water Treatment Plant Upgrade, White House Provided construction administration services for plant upgrades to the clear well and filters. Water Treatment Plant Clearwell, Harpeth Valley Utility Authority Provided construction administration services for a new 6 MGD clear well facility at the water treatment plant. CIP Program Management, Town of Palm Beach Working with the Town as their Program Manager overseeing five design consultants,schedule, budget and all aspects of a $41 Million Capital Improvement Program to upgrade the underground utilities for water,sewer and storm water. General Engineering Services Contract,South Florida Water Management District Was the Principal-in-Charge of all district work for Jordan,Jones &Goulding which included the Caloosahatchee Watershed Plan,Design Review(Dr.Checks)of multiple District projects and staff augmentation of up to 5 people. Water Treatment Plant Consent Program, City of West Palm Beach Was the interim Program Manager as the consent items were being closed out and the firm role was transitioning into more of a design engineer.All of the consent items were closed on or before their deadline date except for the requirement to change the plant to a membrane facility.That process is currently being evaluated. Design/Build Project for the L-8 Flow Equalization Basin, Inflow Structure and Pump Station,SFWMD/Archer Western Contractors Was the Design Principal for the$65 Million for the project where the final design was completed nine months.The project had heavy civil,structural and mechanical requirements to turn an old rock pit into a 1000 acre Flow Equalization Basin.Water will be stored during the wet season and pumped into the L-8 canal during the dry season. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB Itc► C®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS 1 r PROJECT TEAM 88 MARCELINOGOM -/ CONSTRUCTION SERVICES Mr. Gomez has over 15 years of civil engineering and structural inspection experience wi`4 CES Consultants in the United States and overseas. His responsibilities have included performing A0 40 structural analysis,design,and inspection work on miscellaneous projects in the residential, commercial,and mixed-use sectors,along with Threshold Inspector's Representative work for several high-rise buildings and waste water treatment plants. He has worked in the private and government sectors,taking projects from site 10_ ' °B.S.,Civil Engineering, preparation to successful completion. Pontificia Universidad Catolica Madre y Maestra KEYP ROJ=CTS Miami-Dade Water&Sewer Department(MDWASD)South District Projects,Miami Unbonded Post Mr. Gomez was responsible for the supervision of 2 projects in conjunction with minEMI Tensioning Cables, the MDWASD construction team. He worked in the areas of mechanical, structural, Post Tensioning instrumentation,electrical,scheduling supervision, road works, and specification Institute compliance as well as providing,coordinating,and supervising the daily tasks for OSHA 30 hrs Training junior, pipeline,electrical,and special inspectors alongside the plant operation team Course and contractors to ensure compliance with the approved construction schedule. Construction of Secondary Clarifiers,Miami Mr.Gomez worked on a $95M,4-year project that included the construction of 4 new clarifiers,1 sludge pump station,1 polymer building,9 junction boxes,and the upgrade of 6 existing clarifiers and 2 existing sludge pump stations with interconnecting pipes. This project increased the peak plant capacity from 225 to 285 MGD,with a longer retaining period. The project was completed under budget and a full year ahead of schedule. Construction of Septage Receiving&Solid Process Building,Miami/ Mr.Gomez worked on the construction of a new$11.5M facility to process and dispose of oil, fat, and grease arriving in trucks from throughout the City. The project involved one two-story building,2 truck scales,17 upgraded deep injection wells,and an upgraded flushing water pump station. 1-75&1-595 Road and Bridge Project, Ft. Lauderdale; Mr.Gomez on a project that consisted of the installation of a reinforced earth system and pre-cast concrete panels with barrier walls as well as a pre-cast and cast-in-place combined structure of beams, columns,and approach slabs. His duties included development,supervision,and quality control. Midtown Midblock East Project,Miami, FL This was a $60M project involving a 10-story building with a 4-floor parking garage, a swimming pool,and apartments on the other floors.The structure utilized metal, reinforced steel concrete,and post- tension cable slabs. Tao Condominiums Project, Sunrise, FL This was a $70M project involving two 26-story towers with a 4-floor attached parking garage,swimming pool,gym,and club- house. The structure utilized piles,a piles cap foundation, reinforced steel concrete structures,and post-tension cables slabs. Oasis Condominiums Project, Fort Myers, FL This was a $80M project involving two 32-story towers with a 4-floor attached parking garage,swimming pool, gym,club- house. The structure utilized piles,a piles cap foundation, reinforced steel concrete structures,and post-tension cable slabs. Harbor Landing Condominiums Project, Destin, FL This was a$25M project involving two 12-story towers with a 2-floor parking garage and apartments on the other floors. The structure utilized piles,a piles cap foundation, reinforced steel concrete structures,and post-tension cable slabs. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB *6414 C(/useS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PROJECT TEAM 89 JEFFERYCRODDFR , PE RESIDENT ENGINEER Mr. Gropper has 4 years of experience in various civil engineering projects. He has wr_ CES Consultants worked in different disciplines of civil engineering, such as construction and water/ sewer projects performing project administration/construction engineering inspection. KEYPPOJ ECTS _,B.S.,Civil Engineering, C-4 Canal Bank Improvements, Flood Protection Berm,Sweetwater Phase,South M.S.Civil Engineering, Florida Water Management District(SFWMD) Performing construction inspections 44004 orida International University and project administration duties for construction work performed in berm area for U elevation increase and installation of drainage structures along a 1-mile stretch of S.W. 8th Street. Mr. Gropper has been coordinating with the prime contractor,sub- contractor,client,and CES sub-consultant overseeing all aspects of quality assurance. Professional Engineer, Mr.Gropper coordinated geotechnical sample collections and corresponding tests Florida to ensure proper foundations for the constructed berm area to comply with AASHTO methods and SFWMD project specifications. He provides daily reports of construction activities, minutes of progress meetings,and keeps track of various other construction documents such as RFI's and submittals. C-4 Canal Bank Improvements,Flood Protection Berm, Palmetto Phase,South Florida Water Management District(SFWMD) Construction inspections and project administration duties for similar construction work performed in berm area in these two areas of S.W.8th Street,as a continuation of the C-4 Canal Bank Improvements multi-phase project. This project is about to start; Mr.Gropper will again be coordinating with the same prime contractor and client,and be monitoring construction activities, corresponding documentation,and geotechnical tests. Mr. Gropper will also be coordinating with the U.S.Army Corps of Engineers and assisting with providing signed and sealed record copies of project documents according to direction from the Corps and SFWMD. Bra ward County Pump Station Inspections, Broward County Water and Wastewater Division Mr. Gropper traveled throughout southern Broward County to perform structural inspections for 4 pump stations. Mr.Gropper inspected the stations'wet wells,pump guiderails,valve vaults, pump station slabs,and fencing around the stations. He documented and reported findings on structural and aesthetic conditions and deteriorations as well as levelness readings. N.W. 107th Avenue 36 In. Force Main Proposal,Miami-Dade Water&Sewer Department. The project,which is still in the proposal phase,is on N.W.107th Avenue,a major arterial going through the cities of Doral and Sweetwater and also a high-density roadway. This project is to include a micro-tunneling segment underneath a railroad crossing,and the proposed force main intersects numerous underground utilities and has some points of cut& plug with an existing 24"force main. Mr.Gropper has been using various utility records from a database of record drawings and utility information collected from a Sunshine 811 design ticket, and he has been entering them into a working set of plans,for assistance to the lead designer in aligning the proposed 36"force main to minimize utility conflicts. Utility coordination for Railroad Track Improvements, Central Brevard County Mr.Gropper coordinated the retrieval of utility information of over 30 utility owners having aboveground and/or underground utilities at any of over 80 railroad crossings along approximately a 70-mile stretch of railroad spanning the southern half of Brevard County and the entirety of Indian River County. Mr. Gropper developed a complex utility conflict matrix depicting each utility conflict in each railroad crossing with two parts: one for aboveground utility conflicts and the other for underground utility conflicts. Mr.Gropper was even able to identify and report on utility conflicts at locations other than the 80+railroad crossings depicted in preliminary plans provided. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP. 2016-091-KB rW* '4N COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS �"'r l�6 PROJECT TEAM 90 Mr.Gropper's responsibilities were utility coordination,signing and pavement markings plans, roadway geometric design,signalization plans,intelligent transportation systems(ITS) plans, lighting plans, and plans preparation. l-75/SR-826 Managed Lanes On SR-826 from SR-836 to 1-75/SR-93 and on I-75/SR-93 from SR-826 to N.W. 170th Street, Miami-Dade County,Florida;'''Mr. Gropper inputted utility information,from about 20 utility owners,into preliminary plans provided by the prime consultant. Mr.Gropper also coordinated utility conflict resolution meetings with the prime consultant,the FDOT District 6,and utility owners that had utilities in conflict with proposed roadway improvements such as the City of Hialeah Water&Sewer Department and Florida Gas Transmission. Mr.Gropper's responsibilities were utility coordination,signing and pavement markings plans, maintenance of traffic(MOT) plans, roadway geometric design, roadway quantities estimations,and plans preparation. Various City of Miami Projects, City of Miami, Florida '!Mr.Gropper worked on several roadway projects for City of Miami Capital Improvement Program. One of his primary responsibilities was utility coordination,where he requested design tickets from Sunshine 811,submitted utility information requests to various utility owners, inputted utility information into preliminary plans, and resolved utility conflicts with utility owners. Mr. Gropper worked with the client and many utility owners such as Miami-Dade Water&Sewer Department, Florida Power&Light,Comcast Cable,and AT&T to identify and resolve utility conflicts through email/phone discussions and arranged meetings. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS :tett 91 PROJECT TEAM MICHAELF SC IIR QA/QC Michael brings over 39 years of industry experience in estimating,supervising and Iwo..,l Ric-Man Construction FL managing heavy civil projects,including pump stations,water and wastewater plants, . roads and bridges delivered via both hard bid and design/build. KEYPROJECTS Polytechnic Institute Ric-Man Construction, Deerfield Beach//Chief Operating Officer for heavy-civil of New York underground and tunneling contractor operating in the mid-west and South Florida. Nassau College, Leads key strategy for Design/Build projects in the Miami market for conveyance, Garden City,NY including large diameter pressure and gravity piping,micro tunneling and pump AAS Civil Engineering Technology station work. Fru-Con Construction Corp(a division of Balfour Beatty) Woodbridge Vice 0 10-Hour Competence President& Member of BBI/Executive Board for heavy industrial contractor —OSHA specializing in the construction of waste/water projects throughout the U.S. Compliance responsible for all bidding and operational issues with complete profit/loss CPR/First Aid responsibility. He managed 80 project managers, engineers,superintendents and peak craft of 350. He was responsible for coordinating and facilitating with other Confined Space Entry division managers,vice presidents and the CEO,and the use of resources for pursuit of all business opportunities in the heavy civil/rail and wastewater arena throughout the country and Canada. Michael grew revenue from an average of$65M/year to $106M in 2013. Ed Kraemer and Son, Plain, WI Executive Vice President and COO for heavy civil and marine contractor operating in 16 states.Complete profit/loss responsibility for construction division comprised of 190 engineers, managers,estimators and superintendents and peak craft of 1000. Design/build and conventional,hard dollar contracting in the heavy/highway,railroad and private industry.Grew company from $120M to$350M per year while increasing private work to 15%of revenue. Cianbro Corporation,Baltimore Vice President and General Manager for heavy civil, marine and industrial contractor operating in 15 states from Maine to North Carolina. Michael was responsible for all operational and administrative functions for the Mid-Atlantic region, headquartered in Baltimore,Maryland. He had complete profit/ loss responsibility and grew the region from $20M per year to$70M with staff of 68 salaried and 350 craft employees. MCI Constructor, Woodbridge Vice President for industrial contractor specializing in power,wastewater, environmental control and processing plants.Grew company from $15M to$65M per year with a staff of 48 salaries and 150-300 craft employees. Arnold M. Diamond,Manhasset Chief Estimator/Project Manager for heavy civil and marine contractor. Michael had complete responsibility for estimating and managing governmental public works projects in the transportation, power, pollution abatement, waste treatment and environmental control industries. Werner&Pfleiderer Engineers& Constructors, Ramsey Construction Superintendent/Estimator for design/construct firm in the process,food and chemical industries. Michael's primary responsibilities involved contract preparation and negotiations, estimating and on-site supervision of all phases of construction. Arnold M. Diamond, Manhasset' Project Estimator,responsibilities included preparation of bids for heavy civil, marine and industrial contractor.Michael served as superintendent on $6.SM movable bridge rehabilitation project. American Electric Power Corporation.!Engineering Technician,assisted senior engineers in preparation and execution of contracts for all phases of construction which form a major power station. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB r Ah COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PROJECT TEAM 92 RANTHUSPO J Cf , PE PIPELINE DESIGN // QA/QC Mr. Fouch has over 40 years of experience with responsibilities including client service, 'E.:ani -CES Consultants design and engineering, planning' construction services, project delivery, and quality assurance.He has worked with clients including Hollywood,Broward County Water and Wastewater Services,Sunrise,Miramar,South Florida Water Management District,West Palm Beach, Palm Beach County Water Utilities Department, North Miami Beach, North Miami,Miami-Dade County Water and Sewer Department, Department of the Navy,and `° B.S.,Civil Engineering, the Department of the Army. Mr. Fouch is experienced in a wide-range of water supply e ity of distribution and treatment facilities, and wastewater infrastructure, including water Connecticut distribution and transmission pipelines, pipeline rehabilitation, hydraulic modelling, water and wastewater pumping stations, storage facilities, and wastewater collection and transmission. 0 Professional Engineer, Florid Massachusetts KEYPROJECTS .Design/Build Services-Replacement of Water Mains and Service Conversions, Shenandoah Area,Phase B-City of Miami Mr. Fouch,as Principal Engineer, is responsible for QA/QC and technical advice for the design team in providing engineering analysis,design, and construction phase services for the Design/Build project to upgrade of approximately 46,000 LF of water main, MOT planning,and repaving/restriping of local roadways.The project consists of upgrading existing 2-inch and 4-inch residential water main to 8-inch DI water main within the City of Miami.The project also includes relocating approximately 675 individual water meters and services,which requires installing new copper water services within private property. Due to the size of this project,the design team engaged all permitting agencies at the early stages to discuss specific project issues,including the Miami- Dade County Department of Health, RER,City of Miami Public Works,City of Miami Fire Rescue,and City of Building Department. East Miramar Redevelopment Transmission&Distribution Water Main Improvements, Phase 3, Miramar Mr. Fouch as Principal Engineer provided OA/ QC and technical direction for the engineering and design services for the upgrade of approximately 72,000 LF of water main, MOT planning, and roadway repaving/ restriping.The project consists of upgrading existing 2-inch and 4-inch residential water main to a 6-inch water main. This effort will improve pressure and provide fire protection within the area. Mr. Fouch has worked closely with the client to produce the most technically sound and cost effective design that incorporates all of the client's requirements and needs. NW 12th Avenue Force Main Replacement, City of North Miami Principal Engineer for design and permitting of 10,500 LF of 12/10-inch replacement force main,and roadway repaving,in NW 12th Avenue extending from NW 95th Street to NW 125th Street.The project, located in Miami-Dade County and within the City, replaces aging asbestos-cement and cast iron force mains with corrosion resistant PVC pipe.A number of private force main connections require relocation and re-connection to the new force main as well as planning for uninterrupted service during construction. Doral 48-inch Force Main Improvements Miami-Dade County WASD Principal Engineer for the design of 48-inch diameter DIP force main improvements to increase wastewater transmission capacity within the Doral basin of the County's wastewater collection and transmission system.The project, located in NW 54th Street, includes approximately 4,200 feet of pipe,a micro-tunneling segment under a major highway,is located within a high-density traffic roadway,and intersects numerous utilities. Pump Station Improvement Program-Design Consultant Miami-Dade County WASD I`Principal Engineer for the design of multiple sanitary sewer pump stations throughout Miami-Dade County.The designs consist of analyzing the existing station, IN ASSOCIATION WIT4 CITY OF MIAMI BEACH I RFP.2016-091-KB t° v CPIS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PROJECT TEAM 93 evaluating the upgrade,and designing the required upgrades based on the needs of each station.The design addressed the mechanical component by creating system curves for each station,and using this data to select the most appropriate pump.The designs also include the civil site layout for the stations, including addressing sea level rise and grading to comply with drainage codes. 36-inch Gravity Sewer—Cummingsville Branch Sewer Facilities Study, MWRA, Boston, Principal Engineer responsible for the planning level study and Basis of Design Report, and for the development of recommendations for improvements to the Cummingsville Branch Wastewater Collection and Transmission System.The Cummingsville System receives wastewater from sections of three urban communities, with the recommended improvements involving approximately 5,000 feet of new 36- inch gravity sewer replacement. Sanitary Sewer System Upgrade,Naval Facilities Engineering Command,Newport Principal Engineer for innovative/cost saving design for rehabilitation of twelve wastewater lift stations,design of six new wastewater lift stations with capacities of 0.75 MGD to 7.0 MGD,design for replacement of over 32,000 feet of various sized sewer force mains,and design of 10,000 feet of sewer rehabilitation to reduce Oat the Naval Education Training Center.The project was required in accordance with a Consent Order issued by the State of Rhode Island to eliminate wastewater overflows into Narragansett Bay. Broadview Estates Neighborhood Sewer Improvement Project,Broward County Water and Wastewater Services,FL Mr.Fouch,as Principal Engineer,lead the design of replacement of over 20,000 linear feet of gravity sanitary sewer for the Bid Package 2 construction project.This project included a cost saving assessment of the gravity sewer layout within three sub-basins to minimize depth of excavation and length of sewer replacement. Twin Lakes South Neighborhood Improvement Program, Broward County Water and Wastewater Service, FL Technical advisor and quality control reviewer for the Basis of Design Report for the Twin Lakes South residential area.The BODR evaluated the existing infrastructure and provided recommendations for improvements to stormwater management,gravity sewers,force mains and lift stations,water distribution and fire protection, roadways,sidewalks, and landscaping, permitting,and public and environmental impacts. Center and South Sewer System, Bellingham Water&Sewer Commission, MA Principal Engineer of design and construction services for previously unsewered areas of the community.The project included five pumping stations, over 80,000 feet of lateral sewers and interceptor sewers,construction adjacent to wetlands,several river crossings,and work within state highways. Green Frog and Venetian Substations, Florida Power and Light, FL Principal Engineer for site development designs for the two transmission substations in South Florida including new roadways,paving,grading stormwater management and drainage;water and sewer utility connections; and a variety of permits including Miami-Dade County stormwater,access and utility connection permits,and an ERP. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB fN'd414 DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS �"��" PROJECT TEAM _._ 94 RUDYORT / , PE, CGC QA/QC Mr. Ortiz has over 25 years of design and management experience in a variety of civil sw a' nag.'CES Consultants engineering areas,specializing in the design and construction management of neigh- borhood improvement projects and water/wastewater facilities. Mr.Ortiz's experience also includes Program Management of fast-track and complex water and wastewater projects,including Consent Decree programs for Miami-Dade County and Puerto Rico. B.S.,Civil Engineering, KEYP R OJ E CTS City College of New York .Doral 48-inch Force Main Improvements,Miami-Dade County WASD Principal for the design of 48-inch diameter DIP pipeline improvements to increase wastewater transmission capacity within the Doral basin of the County's wastewater collection and Professional Engineer, transmission system.The project, located in NW 54th Street,includes approximately Cli) Florida,New York 4,200 feet of pipe,a micro-tunneling segment under a major highway,is located within a high-density traffic roadway,and intersects numerous utilities. NW 12th Avenue Force Main Replacement, City of North Miami Principal for design, permitting, and construction of 10,500 feet of 12/10-inch replacement force main in NW 12th Avenue extending from NW 95th Street to NW 125th Street.The project, located in Miami-Dade County and within the City, replaces aging asbestos-cement and cast iron force mains with corrosion resistant PVC pipe.A number of private force main connections require relocation and re-connection to the new force main as well as planning for uninterrupted service during construction. WTP and NW Wellfields,Miami Principal for design over 4 miles of yard piping, including 2,900 LF of 96-inch steel raw water main.This design was part of the preparation of a conceptual and preliminary design identifying the scope and extent of the improvements necessary to fully segregate the NWWF flows from the flows of the other WASD source waters that are conveyed to the existing Hialeah and Preston Water Treatment Plants. 72-Inch Raw Water Main BODR, Miami-Dade County WASD Principal for the de- velopment of a BODR for 8,800 LF of 72-inch steel raw water main.This project was 1 of 3 segments that WASD was developing to convey raw water from the Northwest Wellfield to Hiahleah-Preston Water Treatment Plants. CDWWTP Water Reclamation Facility,Miami-Dade County WASD Principal for the development of the drainage,yard piping, and utility relocation for a new water recla- mation facility. Key elements for this project were the updating the inadequate drain- age system and yard piping for over 3,500 LF of 12-inch DI and PVC reclaimed water main.Additionally,this project had a large amount of utility relocation to accommodate the new piping. Jacksonville Energy Authority(JEA)NW Regional Water Treatment Plant,Jackson- ville Principal for the design of approximately 2,200 LF of 24-inch and 36-inch DI wa- ter main for the site design of the WTP.The water main design included a large portion of off-site pipeline to connect the new plant to the existing water distribution system. JEA West Nassau Regional WTP Plant, Yulee,Nassau County Principal for the design of approximately 2,600 LF of 16-inch PVC water main for the site design of the WTP.The water main design included 300 LF of 20-inch DI raw water. East Miramar Redevelopment Transmission&Distribution Water Main Improve- ments, Phase 3, City of Miramar ',Provided technical advice in providing engineering analysis and design services for the upgrade of approximately 72,000 L.F.of water main.The project consisted of upgrading existing 2-inch and 4-inch residential water main to a 6, 8,and 12-inch water main.This effort will improve pressure and provide fire protection within the area.Towards the middle of the design,the City requested IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB is DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS awa% rt,s CS PROJECT TEAM 95 to reevaluate the design in an effort to create 3 to 4 smaller packages for bidding. CES staff worked closely with City staff to redesign the project and create 3 smaller bid packages that can be independently functional from the other bid packages. Bid package 2 had a total of 25,090 L.F.,including a directionally drilled 8-inch Ductile Iron Pipe section of 120 L.F. main.The team creation of smaller bid packages provided the client with a phasing that fulfilled their needs while reducing the initial capital cost required by the entire 72,000 L.F. Pump Station Improvement Program,Miami-Dade County WASD Planning,de- signing,and engineering group of Miami-Dade County's$250 million Pump Station Improvement Program as part of the County's$1 billion Program Management Team, and was responsible for directing the activities of project managers and senior&junior engineers in the planning,designing,and permitting for more than 200 pump stations and force mains. He performed design reviews, prepared construction bid documents, and coordinated with private developers as well as city,county, and state agencies. Miami-Dade County Peak Flow Study Program, Miami-Dade County WASD Project management,contract administration,and construction engineering and for a Mi- ami-Dade County Public Works Department project under a master consulting con- tract. Infiltration/Ex-filtration/Inflow Program, Miami-Dade County WASD Mr.Ortiz,on a $250 million project,was responsible for leading a staff of engineers,construction managers,inspectors,consultants,and other professionals in meeting Miami-Dade Water and Sewer Department's Consent Decree Settlement Agreement requirements on the Infiltration/Ex-filtration/Inflow(IEI) program.One of the largest IEI programs in the United States,it utilized conventional and cutting-edge trenchless technologies to remove over 85 MGD of wastewater flow from the system. Mr.Ortiz's duties also included coordinating all activities for the acquisition of a National Sanitary Sewer Overflow grant to perform demonstration pilot studies,and sharing the Department's experience on the IEI Program with other municipalities across the country. Pumping Station Design and Hardening, South Florida Water Management District (SFWMD), West Palm Beach,FL Mr.Ortiz was responsible for the design of a 110 CFS pump station for Cl Canal as part of Section 24 of an Everglades reconstruction project.Services provided included preparation of basis of design reports and 30%, 60%,&100%design drawings. Mr.Ortiz also reviewed structural calculations and the mechanical and electrical design performed by others as part of the overall design. Design Water Main Upgrades, Miami-Dade County WASD Mr.Ortiz was responsible for implementing the firm's quality controls procedures to ensure that the design met minimum levels of quality.With funding from the General Obligation Bond, WASD upgraded the water mains throughout the County.Target areas are residential areas which currently either lacked water main service or were served by undersized mains that have been in existence for the last 60 years.These system upgrades also improved fire protection capabilities and service water pressures. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB AW N c s DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PROJECT TEAM 96 MONICAD A/ PUBLIC INFORMATION // COMMUNICATIONS Ms. Diaz, Principal of Infinite Source Communications,is a bilingual communications ZitInfinite Source w�� professional,experienced in public involvement, public relations, print journalism Communications ommunications and integrated marketing communications.She manages the day-to-day operations of the company, develops new business opportunities and directs a staff of trained PR professionals and graphic designers. Ms. Diaz has managed more than 50 transportation projects and has 11 years of professional experience. Ms. Diaz works B.S.,Public g Relationships Arizona with agencies such as the Florida Department of Transportation (FDOT),the City of State University Miami Beach,and Broward County Public School District.She is capable of managing high profile public involvement/public relations projects,building public consensus, communicating with key stakeholders and media,and executing marketing and design efforts for multiple clients.She also has the ability to handle numerous tasks quickly and successfully, ensuring goals are being attained and most importantly,that the quality assurance/quality control of the overall directed work is managed successfully. Through her years of experience in various transportation and community outreach projects, Ms. Diaz has built and fostered a variety of key stakeholder relationships and actively works with communities to develop a clear understanding of transportation related matters and municipal development. KEYPPOJ ECTS 75 Express Managed Lanes, Broward County, FL FDOT District Six Miami Beach Construction Public Information Consulting Contract FDOT District Six Design Public Information Consulting Contract, Miami-Dade County, City of Miami Beach Office of Capital Improvement Projects(CIP),Central Bayshore Neighborhood Enhancement Project Miami Beach City of Miami Beach CIP,City Center 9C Lincoln Road Improvement Project, Miami Beach FDOT District Six Construction/The Cunningham Group, Biscayne Boulevard/ SR 112 Widening Project,Miami-Dade County City of Miami Beach CIP Office, City Center 9A Right-of-Way Improvement Project, Miami Beach FDOT/Miami-Dade County SW 88 Street/Kendall Drive/State Road (SR)94 Widening Project, Miami-Dade County FDOT District Six Miscellaneous Construction Contract, Miami-Dade County IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB 6 COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS _. t 97 2 .41/ Evidence of Prior Working Experience DB13-WASD-01 // Design/Build for Brickell Gravity Sewers Interceptor for Master Pump Station No. 3 Miami-Dade County Water & Sewer Department Brickell Gravity Sewers Interceptor for Master Pump Station No.3 (Brickell Sewers Project)an award winning 48-inch micro-tunnel design/build October, 2015 where traffic and pedestrian considerations as well as coordination with Mega Developments like Brickell City Centre were paramount during the installation of deep excavations for tunnel access and manhole installations within City streets and along critical FDOT arterials.This project George Aguiar included similar considerations as those being applied to the West Ave 305-665-7477 Project.The project was accelerated to serve the vitality of a community giaguoi@miamidade.gov and address time sensitive environmental issues, requiring meeting aggressive schedules,extensive coordination with ongoing adjacent " - - 3 7 , �. .- construction and effectively managing impacts to local residents and - ' �,r ". ' businesses and allow for the timely certificate of occupancies for new developments. Ric-Man Construction FL's President Danny Mancini, RMF worked along with Project Manager Fernando Vazquez, PE, . •r s CES in the successful delivery of this Project.West Ave Proposed '''''. ..: - N.-':= Traffic Engineer Vaughn Soares,PE,CWI was also a key member of ":� , Acco the team,and was responsible for all traffic engineering permitting :9 and successful MOT development.Vaughn successfully provided I y ,, A''. ` the MOT design, coordination and permitting as well as assisted with $ • .f.:3:::, utility coordination on the Design/Build Team along SW 2 Avenue ~ ' from SW 7 Street to SW 13 Street --"«.=.... roaii (Coral Way), along SW 8 Street from .. SW 2 Ave to SW 1 Avenue,along SW , ` 11 Street from SW 3 Avenue to SW 2 .r• , ----w:d .'- „,fir Avenue, and along Coral Way(SW r-'� - '' "`' , 13 St.)from SW 2 Avenue to Brickell .,- • RN. -�__ Avenue. Rafael Pina,PE,Langan was - -'' ., ,.�.s ' * , the project's Geotechnical Engineer. s ms.."-- Rafael brought substantial knowledge ' .".i.~ , as it related to the geotechnicalkat .x ..-•'/ conditions in Miami,given his previous LI familiarity with projects in the area -* -nn � including the Port of Miami Tunnel. de "+�ctavu� me 2476 ProjK3 ache Y _, 3 fs#,,,,ry n ev -o R1C-Ma n Co } nstrUCtion, Inc. r b �" "..$01...,...., �.,, a„,,,gyp,,,, ',, , .. w * ..4/1,,0. s.r,F Win''u"`a 1...e.... ¢ N ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB AWA CPIS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS - "'" PROJECT TEAM 98 Venetian Islands Neighborhood Improvement City of Miami Beach This project consisted of water main,drainage and road reconstruction throughout the Venetian Islands of San Marino,Di Lido and Rivo Alto. The Ongoing project included construction of new outfalls,removal of existing drainage systems, installation of a new drainage system, reworking the existing limerock base, installation of new asphalt, installation of new valley gutters to efficiently convey stormwater to the designed stormwater management David Martinez, PE system, redesign of the existing landscaping environment and street lighting dmartinez@miamibeach.fl.gov for all three islands. The new stormwater outfalls and installation of new 305-673-7071 stormwater control structures complied with the necessary environmental regulations for discharging stormwater into Biscayne Bay. The project , also included coordinating with utility companies for relocation of utilities > Y�r where required and all permitting services. Our tasks also included .;, y a''.�' •coordinating the interior island streets with designs for improvements of 4;'::x,1,`%? ,, the Venetian Causeway.To that end, our firm analyzed the harmonizing :t'' , ".' ' between the Venetian causeway and interior streets,as well as between 5 , the interior streets and all 365 adjacent properties.The firm's duties 1 * ,, .�, le,: ,,,-.4-1,,, included design services, bidding and awarding services and construction ,. administration services. Luis Leon, PE and Fernando Vazquez,PE worked ,41::-.....1.:„.... ..--,:„...„ Axe 6 `,, 1g,� 4N. successfully in the coordination of the planning design and final completion „g , '4`r1 'i; f , 1 of early packages for this project. Together, Luis and Fernando,worked C. #�:', ..,+ F , .1417.4 ,r . extensively to coordinate locations of all underground utilities,in order to ''� ; o properly address and minimize impacts during construction resulting from WEI- t-" -�' unforeseen underground conditions. Luis and Fernando also coordinated design efforts with Miami-Dade County Public Works Department for the then ongoing Venetian Causeway Streetscape Improvements Project "" _ t which also considered surface improvements along the right of way, and , _ ; _& also took into account,increases in the asphalt width to accommodate pfti east-west bike lanes as well as ¢ ' -4,. .,., ,. sidewalks on both sides of the Causeway.The combination of •.= - ' Y t", '2 t ' both projects included removal �` � ` - 'y,�� ,�� , , of existing encroachments in the r.'-`� a r "= `' ° \ public right-of-way and plantings t ,-, 4747,4 ' , ,` . „ � S „x of non-invasive species. Barryoll, -„-,. .' ,, ' ,IZ a Miller,AIA was also the ArchitectP ,. , f of Record and prepared street '4 .i' ._ - ri =`..- designs for the revised street _ -; layout/reconfiguration and . I..i` `' , signage. Extensive coordination 4 ► ; was conducted with the Venetian Yak”' ; ` Islands Homeowners Association iw•,', ==".' -; to include the master's plan's ` '` major thrust to consider narrowing - ` " streets to facilitate traffic calming; improve drainage; and increase : green space.A number of l meetings resulted in creating consensus to target various improvements,i.e. planting, \ lighting, and sidewalk installation/ -„___'" _T "" 4/ repair. , , IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB (Wciu- c s DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS L Y:.,.,,, 99 PROJECT TEAM Lower North Bay Road Neighborhood Improvement Project • City of Miami Beach The design and construction of Lower North Bay Road(LNBR)included one stormwater pump station with two(2)11,500 gpm pumps(a total of 3 MGD) Ongoing for Lower North Bay Road Stormwater Improvements for the City of Miami Beach Capital Improvement Program. Fernando Vazquez, PE,CES,was extensively involved in the regulatory, David Martinez, PE design review and pre construction efforts of the original phases of dmartinez@miamibeach.fl.gov improvements, prior to the project being re-issued for construction.As 305-673-7071 Engineer of Record for the renovated Project,Vaughn Soares,PE,CWI, ,r designed the drainage system which conveys the stormwater runoff generated by Lower North Bay Road to a new outfall into Biscayne Waterway located at the end of W 23 Street. The proposed system will remove the LNBR storm water runoff and will treat all the pumped water via two-(2) cyclonic pollution protection structures.The engineering design included the wet well with two 11,500 gpm(16.56 MGD) pumps,trash rack,dissipater .1 structure, outfall structure and seawall improvements. 1 " This 1.0 mile,design/build project included the design,permitting, - , construction, construction administration of the roadway,pavement restoration, sidewalk re-construction,water main and water services installation,sanitary sewer lining,storm drainage infrastructure installation, — street light wiringupgrades,and streetscape/plant improvements.Tim • "t`"" :. ' �'" Blankenship,PE,Moffat and Nichol,worked along with Vaughn Soares, <,». CWI in the redesign of two(2) of the bulkheads for the raised elevations now required by the City which includes the recent completed plans for 23rd -. . , ' b ; `,f t rf..,, and 29th streets. "�t ' ..., # l x- .) ._ 4 � .- -.., �. � e eLL , a,4' = -- ,41: m ry d'''''''>-- .es —. 0. _ IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB iu �v� c s DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS ���`��`' ""' ' h W 100 2 . 51/ Additional Information Putting the Ric-Man Design/Build • ✓, ` • ''t - �°' Team's solutions to work will provide -� 2; -,'4.;„.."... '..i. �s .. ;'+., an approach that draws from a , foundation of knowledge developed ` ' i-• _` ` ' " •� by years of solid applied expertise c3 R ,, a f'4...: • ' " #j in the City of Miami Beach.The Ric- �� . ..,.. .:71-4„,-, Man Design/Build professionals are r"=: r ,.- individuals who have direct hands- .0 vii. 1',q ,) .;I�- , on experience in their respective • '` 66 . �' kYr � J l if41,7 '44.,/) disciplines within Miami Beach. Our - -; t ` unique set of skills,our depth and ' '' • ���.; "�" breadth combined with our deeply • — 1 n k' - - rooted knowledge of Miami Beach, is - Jr, :�t . " what separates the Ric Man Design/ ..x s� Build team from the rest.We are a true ,c,,,,..•-- ,47,,,...:4•-•••.„,..„,„3:-•••,-;.•. local Miami-Dade professionals that i- • -` _.: are part of the fabric of our community, - " ...x__, ,.•• _ =_. µ--= -' and our team can be said to be comprised of the most highly qualified local technical water quality structures to verify control water elevation team in South Florida.And when it comes to Miami Beach and discharge criteria for properties adjacent to and our direct project experience is evidenced by both our upstream of the project. Once those parameters are collective and individual track records and our intimate established,we will work closely with the City and with knowledge of the client. We are convinced that these community to review conceptual designs of proposed particular factors cannot be claimed by everyone,and itis roadway sections and the various types of harmonization what separates the Ric-Man Design/Build Team from the designs to be incorporated throughout the project. rest of our competition.We deliver a "boutique" approach Our Landscape/Streetscape Architect's prior experience to delivering a successful West Avenue project is in West Avenue Phase One provides a unique essentially unique and it caters to a complete solution that understanding of challenges in balancing West Avenue's is based on the individual and collective knowledge of the competing interests. Our streetscape will be focused team. Our team has selected top-notch professionals that in a design that serves the residents and businesses of provide a substantive and meaningful knowledge base West Avenue by focusing in preserving, enhancing,and with depth and the breadth at all levels of the delivery unifying livability along the corridor. We will work with the process. City and WAvNA to create a streetscape ambience that Our focus will be to build resiliency by delivering is beautiful,welcoming,and safe. Our design process sustainable infrastructure while mitigating impacts to will seek to balance the needs of pedestrians, bicyclists, the current urbanized and livable conditions of West automobile drivers, and service providers.We will balance Avenue. Based on our experiences in Miami Beach we the spatial needs for transit,infrastructure and Green understand the significance of preparing a detailed Space while resolving harmonization issues between topographic survey of the right(s)-of-way and surrounding higher street elevations and the adjacent properties. We properties prior to raising the roadway base. Our detailed will design lighting to meet the CMB's design criteria and oriented approach will ensure that properties are properly standards while providing an efficient design that meets harmonized to achieve positive drainage. In many cases the resident's needs. we expect that survey within private properties will be to The signalized intersections will need to be upgraded the face of existing structures;however, in other cases during reconstruction. Our approach will be to maintain it may require coordination with respective property the existing signals in operation while constructing new owners. Detailed walkthroughs and research of record signals. In order to minimize impacts of this construction. drawings and atlases will be paramount when considering Our approach to Maintenance of Traffic(MOT)will be all adjacent properties in the design.We will evaluate the to provide a safe work zone for construction while capacity of the recently constructed pump stations and minimizing impacts to vehicles,pedestrians,and adjacent _ IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB ac•+s4ry• COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS i°01 „ ` PROJECT TEAM 101 property owners. Access to all adjacent properties will "`"5 C7 "M 1 '",', F ~.._ be maintained and we will also look at maintaining the �__ _ a ,,j':',, existing drainage system while the new drainage system ', is under construction which is a component that is often 1 . overlooked during the MOT development phase. , ,0' Aside from designing a robust and resilient utility i , system, parameters that will need consideration are ' �o(�d o � �.�� also construction sequencing and future utility access/ ,' maintenance. Understanding the operational conditions ti\3RjsjngAbove of each utility,will help our team develop a sequence - of design and construction that will focus in protecting r the new utilities to allow for a streamlined constructionBEACH installation that provides protection from traffic and IAAA 1 E operational loads prior to road infill operations. This µt _. particular design/build application will warrant a team -' ..,;;;;1- ,..a?'?'-'� of professionals that are experienced in the design �� - '= .-� 3� =� of trenching applications (open-cut)and understand °�� - i. W the challenges associated with a standard trenching x MBRisi g}�,bOve COlTI approach. Large pipeline open cut installations translates into larger risks and it requires an in-depth understanding „,..� f'` ` �� ' of direct as well as intrinsic impacts associated to such 1 , " � ' applications. These specific key considerations,among °, „..„..,,,.,...tel-,,,,:, ,. F ,:< many,will include proper pipe material selection and ,-'.x 3,, strength to handle steady as well as transient flow Our Communications group led by Monica Diaz,a conditions (surge),soil conditions(resistivity), pipeline proficient communications professional in Miami Beach corrosion protection, as well as restraining and other who has worked extensively with MBCIP and MBPWD, mechanical connections.Adequate installation methods to will work hand to hand with the Ric-Man Design/Build minimize utility conflicts while at the same time achieving Team and the City to ensure that all proper design adequate depths of cover to minimize installation risks and construction phases are coordinated with the key and costs associated to utility relocations,and adequate City stakeholder departments such as Public Works, construction logistics.Rolling MOT scenarios to accelerate Sanitation, Police, Fire, Emergency Management, the pace of construction as well as to minimize impacts Parking,Special Events and Office of Communications to traffic will be key to protect workers in the work to name a few.Through close coordination with the City, zones and pedestrians. Adequate trench designs to our Communications Group will also issue advice to maximize soil stability while minimizing unnecessary roadway restoration will be critical. The water line design residents and businesses and coordinate closely with depth and installation will need to take into account the WavNA all aspects of design and construction including maintenance operators to access valve operations.The MOT phasing and durations,water services shutdowns, design and installation of the gravity storm drain and business accessibility,etc. sewer lines which will be at the deeper zones of the We understand and are prepared to meet the aggressive excavation will have to be designed and installed so as to schedule defined within the RFP and will achieve this by minimize the impacts associated to utility conflicts while utilizing our extensive design, permitting and construction providing for optimum hydraulics.The roadway vertical experience in determining critical path items that may profile and cross section will be designed to properly have a potential impact on the overall project duration. convey surface runoff and shallow concentrated flow to We have already contacted and begun coordination the respective catch basins while maximizing flow capture efforts with the applicable permitting agencies so that while at the same time incorporating sight distance our project design team has a clearly defined path,and requirements in the design. Harmonizing of driveways all of the applicable criteria and established feasible and will have to be done on a case by case situation,we will cost-effective solutions that will minimize RFIs from the assess every existing properties as well as coordinate permitting agencies are in place.Additionally,our long with the City ongoing developments or upcoming TCO history in permitting in coastal environments through to ensure that the design is compliant throughout. agencies such as the SFWMD and Miami-Dade Regulatory Harmonization will vary between standard regrading and Economic Resources(RER)allows us to effectively efforts with minimal grade variations to achieve positive communicate with the respective agency staff that will drainage to protective retaining walls in areas where be charged with reviewing and approving the proposed differentials cannot be achieved within the ROW. improvements expected for this project. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB ri- c s DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS __.,,, _ -, �. max,_. r, :f-,:,.'-:-,-,,,,,,,,+z r \ t r '77' .t7 '.— 77 ''''''',..'-- ':::.''liiir:-.-: :1:-\''''::;:;11.41 ------; ' -;"' ''' ''': ..''. .:::-.-‘-1:'.'::::::::4( ' . ' 1 i ::" '11 ii,t1 'ci .. JfJf \)); }'c- - 6 if + � t I ° - — sY I e ''' r --'-• `,� - awe."{. /^ �`• ` -- :.',*:-'7,1:-A.:-. ' -- .....,,,:40271:4,74,rVItY'L;'''-''' . •- ' - ik. .,,,..„,,, •,.... ....., a .. i T"rt ` r. : r . :1:1,1:717.7. �,,, .,,:t__„,_:-..„ it ` �' s ....'.'ii .: H .. a Jimilik is i..'Ef k. @ 4y 'x.• ,, • '+i ff s 1ry DESIGN/BUILDFIRM _ , ..., ,....,„ „. ..., „.� ..,,„........,..,. .. . , , :''':',,_*,::X,,, ', .-V,t,,A., EXPERIENCEQ UALI FICATLO NS ......,„::;,,,,„-i .,,,-,s,-,.,0,--,, ..„,,,,,,,,,,JA ,..,..:„. .:.: Po, ...vr., �, v "47-).'n',-,-%7,15',...: > �- .: ,, 102 3.1 // Design/Build Firm Company Information Ric-Man Construction was founded in 1965 and incorporated in 1970. Ric-Man Construction excels in heavy underground construction and delivers a safe ,,.q environment with high quality standards established by its founder Richard • Mancini. For over our 50 years Ric-Man Construction has constructed large 1r \ diameter municipal open-cut sewer and water main projects throughout the i, State of Michigan. In the early 1970's Ric-Man Construction established a similar =' operation in the State of Florida under the leadership of Danny Mancini. Danny �-'' cY�4 is well known in Miami Beach and Miami-Dade County having completed many �a" ��""`�� projects for these agencies including surrounding communities such as Broward n0:0,00„„;;:-, coto .ov "$`,V, 0',` tit County and the City of Ft Lauderdale. Danny brings a wealth of experience r�Me t� „40',,,„; o,0,6*0 specifically on neighborhood infrastructure projects and will dedicate himself -- �,{=r ,csy �w° itiF Fd ion t*'A'.; to ensuring that the City of Miami Beach goals on this project is attained and •` °- 4- , the residents and businesses in the West Ave area receive superior service and v' „,,e'''0072,,,,,';',--"'.„_,,,,,#°:0:';`,,,--;:,,' .. maximum satisfaction. ,' Ric-Man Construction has earned a reputation within Southeastern Michigan,the Mid-West and South Florida areas for the ability to take on and successfully complete design/build and general contracting projects which have construction within deep subsurface conditions as well as neighborhood water and sewer projects in urban environments. ' j e In 1993,Steven Mancini assumed the company presidency upon W the passing of his father.As of today Ric-Man Construction, Inc. has ' 4° over over 150 employees. ,” . 4`',Qt7, ,�,� Ric-Man Construction FL, Inc(RCF) has expertise in Neighborhood rehabilitation` Rra �' i'' �ckto, -kk projects in urban settings which include water mains and service conversions, ��4 Co„ �' '' sanitary and drainage systems and full restoration of roadway,streetscapes and 4%,„,,,_ *k. = Strirc landscaping.Our expertise extends through permit application and expediting, ;»,,, .�'ti4 �rori I MOT control and interfacing with the public, business owners and stakeholder • ,, •,or •.,, ., agencies as required to ensure a smooth project delivery. '�,L4). a4 ,„ '' `"'"*�'" f f � 1 _ ,. J y#R x A.. _fir IF--- �k'� �. ,S ..,, ' ', 0 _.4 , 1 _J. ......„......._ • ........,... isre: ...... 'i -4. ' '- * it Illi,„..-' , ' 't -40:' "' _--',"1-- -1.----`-'4, ',1-,„r.--..,-- 7.---..1''' '41, ." - : - - .. - ..?T-,„o-..,.,,rt,a„-.,h-.a-a1',1....,t �� . ,mar � .. r.. _:. . i4C}SLQ. i ,j s'� .eL—.s._,...,, : e.,,.4..„ ,,. i,r r'"' .. a �a. .- 'k;:fit` l ,^: _ IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB (N'- C®S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS L`�1, � 103 3.2 ii' Design/Build Firm List of Similar Experience & Qualifications Agency/Project Name Type of Project %Complete Date Complete Firm's Role Broward County /UAZ 314,316&318 Neighborhood Improvement 100 2/27/2016 Prime Broward County /Package 12 Neighborhood Improvement 100 8/28/2012 Prime Broward County /Package 13 Neighborhood Improvement 100 8/28/2012 Prime Miami-Dade County WASD/ Neighborhood Improvement 15 Ongoing Design/Builder Shenandoah Design/Build Design/Build Miami-Dade County WASD/Design/ Build Services to the Installation of Design/Build 100 4/12/2016 Design/Builder Gravity Sewer Interceptors for Master Pump Station No.3 Miami-Dade County WASD/DB10- WASD-01-Installation of 60" Force Main via Micro Tunnel and Open Design/Build 100 11/2012 Design/Builder Cut Installation; Replacement of 54" Sewage Force Main and 20"Water Main via MTBM and HDD Ric-Man Construction constructed the Award-Winning Government Cut Force Main Relocation Project with minimal disruptions to the local area. :_:::.`zt:_x_IT_ - "�7 ��yr �'i r- c �. ..i�,. n�G 1`" l'.. '�*l'440, 1 t ,,.,,, ......,5 , .,:. �q �'1,st 4pir ', A� '"-,-. c-..:e , !� .'66. .-8 - fig s. ' 'lit 40,,,:....r.''.,,,„:.' -4," ,-N": ?,:.:14-4"*4::%.,""'-, ,..-: ,,,,,, . - . ,--. ...-. ,:itt,'17:‘,,,,*";" " pt=�R 14. , C Jc- s trot '.' te:::: ._S / 0:1:0:10° ° ae`*n.-yw "a*"r., `..w•"'°mss•�. "4yF .u _ '=g -,[YV :;:-.4.',:::'_:,4 x::.!.!!7a ° o o 0 +... "+.,,ems'"�"++ae , .0"7":74-'1, ...'•.'.. • �.4rN •o o w"..�"+. " "°°,bay. ..+w.ice% 7' o o " °r"""..s. mac., ^"�.. ti ° ° � PI _ I."` Overall Performance Average: 3.9 out of 4.0 IN ASSOCIATION WITH __ CITY OF MIAMI BEACH I RFP.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS «" T a 5s a Alas �:.�' 'r ...,� s'' '�. r x ,�, m 104 «a F 3.3 // Design/Build Firm Relevant Experience Package 13 Bro ward County _______,..,..).... .- -40-i ."� ��t . yS . . ^� 4` tes? ' i , _0,---.-,.........e r4 a, _ „ _ 8$/92,84/5240,1623 7 af� ter* aF xpy "�" -ter' sVs' �Cy IL.' 1. - 9,577,217�" - ue ' �! ! '� f4. . _ 3 it � =. -. , -r r }s # i _` >". =-7_"!,*----.. 24 Months s — �, �` tib- .Y ti { , i. „_.7 ,,. 28 Months _at irkp %, North County neighborhood improvements including the furnishing and installation Prime of 16,000 LF of water main, 5,000 LF of drainage pipe and 20,000LF of sanitary sewer pipe. Scope included roadway restoration,driveway improvements, landscaping improvements new sidewalks, Dan LaCross curb and gutter replacement,traffic signalization and misc. utility relocations. Danny Mancini Jeff Phillips Brian Baribeault Pat MacGregor 2555 W. Copans Road Pompano Beach, FL 33069 954-831-0904 pamacgregor@broward.org IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB NY COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS DESIGN/BUILD FIRM EXPERIENCE &QUALIFICATIONS A a � 105 DesigniBuild Services for Shenandoah Water Main improvements Miami-Dade County Water & Sewer Department Neighborhood improvement project in downtown Miami's Shenandoah neighborhood featuring the furnishing and installation of 39,000 LF of water main Ongoing plus the conversion of over 750 existing water services;the removal of existing and installation of 25,000 LF of new gravity sewer main. Scope includes extensive MOT coordination, milling and re surfacing the roadway, new curbing, gutter and sidewalks, landscaping and general restoration of disturbed areas. Project also $ 9,699,987 included public out reach and extensive coordination with stakeholders. Ongoing I ; ,.-H,..-1.—•7 , : 17.7' 15i.5141::::!''' ,tea ' wwr{ 1 .3.1!--,11'..V:. ..4.7T---i: 1- ,„ - a i ' ,, a . . x,r. 28 Months 1ijR �` • 0 � ,i,ftslP' �;, J.. r' t tea, r 11:- "!+s'sa>y. •�aaC�ltxWi ar r Yi FAN s ''',..4 i'rs. }�! .sj=$t xc i*s, ,als[ wit ra':x:.- . 4 •Bi----.47 ...--1-„.. - TZ. r .. ..*....;';,.-:4 , . �..t� -49* �",,. �► 3 •: .t ' . , 'f" Ongoing b w °Sc.�a.s� �-' ,..,_,4,1,-:.° $-#.µdl eft 'j14 ..— --47:r-17*-,p4V"1". i-,,a; 7 1 in 1 ''..4 T . a• '' 'j+**,;"t . s.i.. * ,-414,;,4,7#„-bv,.,'°' 1 �' a 1'..$... .a .i.r.a+"`.` i3�w,” .d. tN.--J:'. ''': -"-.4 . .� 1:'"�' t � .�� �'����-�-t4.„iv �—: � ` �� Design/Builder Ai-.... M ,:.i:'- `"�. iiik#tir a ,t-a`a 'P uz*aa+idt#t 'n.+n�” s.�r»:n�Irl- sih' , " '.. ..>' z x± -`. . _`8 f► sirs ___ `arra .....:.. 1.• .s,. ,:,.rr_ Danny Mancini ' - s � 7 ' Dan LaCross w 3 , � �` JeffPhillips �� e . A .. 1f �� ' ,.. ' Hector Meneses :z '�� • � '' "` ; •7.---;•.,„, # r 11")•7 . �x ,q, ` yam ,- Raul Caballero `loiy'' v� ' ; s j� .` :� :, *� .`* ' - r. 3575 S. LeJeune Road A"' ' ` r Miami, FL 33146 € '. ' - .� ,' - 786 402-1449 'le "' " �r * , rcaba�miamidade.gov IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB �tC^ N S DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS DESIGN/BUILD FIRM EXPERIENCE&QUALIFICATIONS 106 Design/Build Services to the Installation of Gravity Sewer Interceptors for Master Pump Station No. 3 Miami-Dade County Water & Sewer Department Ric-Man was responsible for construction of approximately 4800 linear feet of 48" '3 , =` -' gravity sewer installed via micro tunnel in densely populated in downtown Miami. 4/12/2016 The Project is under an aggressive timeline as current residential and mixed use developments are anticipating coming on line by the end of this year.Work has been performed in coordination with WASD,the County,FDOT and Miami-Dade Transit.Ric-Man received a score of 3.8 out of 4.0 in their evaluation on this $11,017,000 project. The project included the following elements: Approximately 600 LF of 60-inch 0. D. Micro-tunneled gravity 48-inch $10,940,995 polycrete carrier pipe along S.W.11 Street from S.W.2nd Avenue to Master Pump Station No.3. Approximately 2,400 LF of 60-inch OD. micro-tunneled gravity 48-inch 18 Months polycrete carrier pipe along S.W.2 Avenue and S.W.13 Street,from S.W. 11 Street to Brickell Avenue.Approximatelyl300 LF of 60-inch 0.D. micro- tunneled gravity 48-inch polycrete carrier pipe along S.W. 2 Avenue,from S.W 18 Months 7 Street to S.W.11 Street Approximately 700 LF of 30-inch gravity sewer along S.W.8 Street,from S.W.1st Avenue to S.W.2nd Avenue. 2 The Micro-tunnel carrier pipe utilized is 48-inch Polycrete,with an outside diameter of 60-inch. Tunnel shafts were constructed at SW 2nd avenue and 11th Street,a Secant Design/Builder Pile Launch where the Tunnel drives were launched in three(3)separate directions a Launch Shaft was constructed at 13th Street and Brickell Ave of Box and Steel Plates allowing for a rectangular shaft due to space limitations Recovery Shafts were a Drilled 14' Diameter Shaft with CMP Liner grouted in Daniel Mancini lace Dan LaCross p Jeff Phillips 10th street and 8th street received intermediate manhole shafts that were 9' Hector Meneses Diameter drilled shafts with CMP Liners. Brian Baribeault John Huskey ;, raieja•ar" - • ..q.,,_, ,.. Raul Caballero "`-', 3575 S. LeJeune Road * r � �"` K . µ� Miami, FL 33146 " a" _4_.__*--• - 786-402-1449 h ... ..;,allsi. �- rcaba©miamidade.gov et N +7i6tsjl insiarsiri...„ 4 04 ente.'w" a 1114111 Ilita c a o'''''''''''_.,..,,,,,,,,I,'" ' i . .,•., earpian - �onscN�tton. rs� c.Wtan N ltic _ IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS - a °0114 107 3.4 // Design/Build Firm Safety Record I%ownJ 35735 Mound Road I � tel: 586.977.6300 PO Box 8029 rown fax: 586.977.6750 Starling Heights, MI 48311-8029 www.bbdetroit.com [INSURANCE April 14, 2016 RE: Ric-Man Construction Florida, Inc. 1001 N. America Way, Suite 201 Miami, FL 33132 To Whom It May Concern: Brown and Brown is one of the largest and most respected independent insurance intermediaries in the nation, with 75 years of continuous service. The company had over 7,600 teammates in 2014, with 191 offices in 235 locations. The company is ranked as the sixth largest such organization in the United States and seventh in the world by Business Insurance Magazine. Brown and Brown is also one of the selected companies that comprise the Standard and Poor's Mid-Cap 400 Index. Our client, Ric-Man Construction Florida, Inc., has requested us to provide its historical Experience Modification Rating (EMR), which is as follows: EZEIMIZEIMI 2016-2017 1.00 2015-2016 1.16 2014-2015 1.00 2013-2014 1.05 2012-2013 1.00 Please feel free to contact our office should you have any questions or concerns. Sincerely, 2 Kelly Paulson, CIC Account Manager IN ASSOCIATION WITH CITY OF MIAMI BEACH i RFP.2016-091-KB - CPIS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS 108 3.5 Desi n/Budd Firm Dun & Bradstreet Supplier Qualifier Report The Dun & Bradstreet Supplier Qualifier Report(SDR)for Ric Man Construction FL, Inc.was sent to the City through electronic means to the attention of kristybada�miamibeachfl.gov as instructed in the R. I .S' Y t - t ilf\ill:1‘,,t 1 ,',..1,- ,$ `,.1 , „. ,,1:! 71 A*-'e,,„;.#'' -i*: 18::!.-!; ‘'''''' '' ,- �` s 1,4, -..,%- ------,: , . , (1,,,,,,,s, 5+��� �� "rya ,� /1/" \'''''''''''*". r' -- --.4.:f-..-„,.1,„ ,?-, ,--„" ,;,,, „,' ',, -- - , --,-.--<-,.," -, - a n ;; ....L -' f; i';''''. ; *.4:).4 ', ..i t,,,,A, .„,,,,..,4stio,1/4.;„, ,,,, - tr--,...- - x... r4 , -, 1 ''. ...::;Iiti: :`;',4:*(*':- 4 ' — ' ' --:°';‘'-44'''' ';tr } Itilshs� I5• r { : ' ';:si-.:.41 —--) i-• -- bk._ ,A,„:„..,.„,,,,t,, ____ _i.„.. ..,..h.tr...,, ,.. /.„...1,.., -‘,.t.-,-;4-,......,.,, ,_ - , 1J y2':... 4 R -1 IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016"°91-KB Fi CS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS .. ... ... .-.... 3 _ 109 3.2 Design/Build Insurance 35735 Mound Road 1 tel:586.977.6300 PO Box 8029 rown fax:586.977.6780 Sterling Heights,MI 48311-8029 www.bbdetroit.com rown April 13,2016 INSURANCE!. DETROIT To: City of Miami Beach Department of Procurement 1755 Meridian Avenue, 3rd Floor Miami Beach,FL 33139 RE: Ric-Man Construction Florida, Inc. 1001 America Way, Suite 201 Miami, FL 33132 RE: RFP No. 2016-091-KB Design Build Services for West Avenue Improvements Phase II North of 13th Street To Whom it May Concern: As the authorized agent of record for Ric Man Construction Florida, Inc., 1001 North America Way, Suite 201,Miami,FL 33132,we, Brown & Brown Insurance,have contractual authorization by the insurers to attest to the limits of coverage available for Ric-Man Construction Florida, Inc. Please see the enclosed Accord Certificate of Liability Insurance for all of the policies for Ric-Man Construction Florida, Inc.,including the limit of insurance coverage available. The limits of coverage by the policies as provided in the Accord certificate are in-force and satisfy the required limits as outlined in'Appendix F Insurance Requirements' of the RFP No. 2016-091-KB. The coverage and limits are for the annual terms indicated in the Accord certificate and are subject to the terms,conditions and exclusions of the policy. Our verification applies to the limit of coverage available and does not alter or amend coverage terms contained within the policies. Any claim would be adjusted and decided by the insurer,not Brown&Brown Insurance, at the time of loss. Please let us know if we can provide further assistance. Th yo Brian M. Pilarski,MBA, LIC, CIC Commercial Agent&Counselor Direct: (586)446-3601 Cell: (586)531-2677 Email: bpilarski@bbdetroit.com IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS COS DESIGN/BUILD FIRM EXPERIENCE&QUALIFICATIONS _ ...,-____ 110 _____— - DESIGN/BUILD FIRM EXPERIENCE&QUALIFICATIONS -- o=-._s�,�- -�. _---_-....,,.____,_ ____ _ _.. 111 NOTEPAD: HOLDER CODE MIAMIBE RICMA-1 PAGE 2 INSURED'S NAME Ric-Man Construction FL,Inc. OP ID: KEPA Date 04/13/2016 City of Miami Beach is included as an additional insured for general liabilityas required by written contract with the named insured. Waiver oSubrogation applies. Installation Floater coverage is $1,000,000 Limit of Insurance, subject to $10,000 deductible. Professional Liability is subject to $25,000 deductible. Thirty (30) days notice of cancellation or coverage modification applies pursuant to the policy provisions. IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP. 2016-091-KB o- ells DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS "" 1a " R 4g z 7 . m ,14; 4. , a 112 3.7 hi M/WBE & SBE Utilization Ric-Man Construction FL is committed to creating meaningful roles for locally based M/WBE and S/DBE firms and will use M/WBE and S/DBE firms wherever possible.We have identified the following items,which we will actively solicit quotes from and seek contracts in the performance of the work,to be set aside for M/WBE and S/DBE firms. Milling, paving and driveway repairs Striping Site concrete work-curbing,sidewalks Landscaping including seeding,sodding and planting Site restoration/removals and fencing Trucking and material hauling In addition,our design team includes firms who are registered with Miami-Dade County. Below we list their certification sand their role on the project. Role Miami-Dade County FirmCertification SBE-A&E No.423 CES Consultants, Inc Lead Designer SBE-G&S No.10503 SBE-A&E No.530 Civil Works, Inc. Traffic//Street Lighting SBE G&S No.10941 SBE-A&E No.2123 Savino&Miller Design Studio, P.A. Landscape Architecture SBE G&S No.10455 SBE-A&E No.15160 Longitude Surveyors, LLC Survey//Sue SBE-G&S No.15159 Infinite Source Communications Group, LLC Public Involvement Services SBE-G&S No.14208 CAMO Consulting, LLC Concrete Structures/Walks/Curb/Gutter/ SBE-Cons No.16198 Site Restoration A&M Brothers Concrete Corp. Concrete Structures/Walks/Curb/Gutter/ SBE-Cons No.15634 Site Restoration IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS 'C°"' COS len' . >�7 s. �f � �T. a� - s 1:W.rt • s F- -. e. =mss y e -t5 i ' i, b • � , ii a\ / 'f A9E - ,.i2a — — f k: 1 11..4 f.Nr t r .,.-',,.. ..,i.:......- ff' i3 C r 1. 1 �; ii _ 1 r t �� � .,,, ''!`r:: 1.;'-'',1' '--,',. ... , ' :',I 1" ! ,It..4..7;0• '.1:7'-,, . .t.'' .,a.f.5; '1%10;' ..,, .., -x ggyyp{ ...-. a r 3 or t ..- ..-..-. . V 1 LEADDESIGNER ti� EXPERIENCE&QUALIFICATIONS -,,-,L. ,-... 2, ° _ „,„- ti •, . ...„ ..,:.;_.,,..,,, _:. •.„..„ .._,..„. s: 113 4.1 If Lead Design Firm Company Information CES is a full-service engineering firm founded in The CES Staff,comprised of over 60 skilled professionals 2001. The firm,a Miami-Dade based SBE,provides and support staff, has extensive experience in the design professional engineering services to municipal and and construction administration of water and sewer utility private sector clients.Since the firm's inception,CES projects ranging from 6"-to 96"-diameter piping networks, personnel have been involved in some of the largest pump stations,master planning and drainage modeling. infrastructure improvement projects in Florida.The Our professional staff also brings considerable experience company's professional staff collectively has extensive with roadway improvements,site development, parks experience in the areas of Civil Engineering,Water& and recreational facilities,stormwater management Wastewater Design, Roadway,Grading and Drainage improvements,airport-related projects, program Design,Structural Engineering, Mechanical and Electrical management, and commercial and industrial facilities. Engineering Program Management,Construction Management, Project Control,Cost Control, Estimating, To date,the company has helped many clients navigate Inspection Services, Permitting Services,QA/QC, the complex study and approval processes that must Scheduling,and Owner Representation. be completed prior to the design and construction of small-and-large-scale municipal,county,state,federal CES has full in-house capabilities to provide civil and private improvement projects and developments. Its engineering services,infrastructure design,construction consistent on-time,on-budget delivery of projects has observation,and construction management services for a enabled CES to retain its client pool and receive repeat large number of public and private projects for mixed-use business. and single-purpose developments. CES has participated : _ _- r in important infrastructure projects for numerous governmental agencies,including Miami-Dade Water ander i -th Sewer Department, Broward County,City of Miami Beach, .,.., the City of Miramar,the South Florida Water Management :_ �' " District,the Florida Department of Transportation,and "tt `., CES CONSULTANTS others. $ ;*. r s CgS CRS f 7:—." CIS c-'+-G CliS— cal, ".... --1 h. ,. t ''.,.:i " a. may. r { .pry„ L"� yC wittil�'y i '/^ 11;1: 1'1 A. F • -" _ '� ri �t l r --,, F : ,. s � it- , !i _.�� . +' iii 4. e ......,e,.; t4--'gip ` ` n3t ,. q A- zt �d 1 xS 1` i 1 { �p e,,,, IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB CMS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS — _ - " 114 4.2 II Lead Design Firm List of Similar Experience & Qualifications Agency I Project Name Type of Project % Date Firm's Role City of Miramar: East Miramar 5 miles of water,sewer,and Underground Utility Infrastructure Improvements drainage,a pump station and 100 2009 Design/Construction Phase I roadway reconstruction Management City of Miramar: East Miramar Pipeline Design Water Main Improvements Phase 72,000 LF of 8-inch water main 100 2016 and Construction III Administration Design of 3,400 LF gravity main, Sanitary Sewer and Water Main 6,300 LF of 16-inch water main in 100 2011 Lead Designer/Project Improvements along Indian conjunction with FDOT milling and Manager Creek Drive resurfacing under a JPA. Design/Build of approximately 5,000 Underground Gravity Sewers Interceptor for Utility Design Lead LF of 48-inch micro tunneled gravity 100 2015 Pump Station No 3 Design and Construction sewer. Administration New water distribution systems, Bayshore Neighborhood drainage collection and disposal Improvements Package A system,outfall improvements, Owners Rep;Design and stormwater pump stations, roadway 100 2015 Construction Central Bayshore milling, resurfacing,striping,bike lanes and sharrows. Design and construction of 2 drainage wells,500 LF of exfiltration trench,drainage outfall Bayshore Neighborhood improvements,5,000 LF of 8-inch Owners Rep; Design and 100 2015 Package D--Lake Pancoast water main, rear service water Construction relocations,200 LF of sewer main, full depth roadway reconstruction and driveway harmonization. Installation of over 17,000 LF of 8-inch and 1000 LF 16-inch water Owners Rep; Leading Biscayne Pointe Neighborhood main,8,500 LF of 30-inch drainage 100 2015 Design and Construction Improvements pipe,10 drainage wells,4 storm of 24" PVC Sewer water pump stations, roadway resurfacing and stripping. Construction of drainage collection City Center Commercial and disposal system,drainage Owners Rep; Design and Residential District Right of Way outfall improvements,10,000 LF of 100 2015 Construction Reconstruction water main,24-inch PVC sewage pipe, and roadway reconfiguration. Design of 11,000 LF of a 12-inch Pipeline and Roadway City of North Miami:NW 12th force main with complete roadway 100 2015 p Avenue Force Main Replacement Restoration Design restoration IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB s CPIS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS 1 3 115 4.31/ Florida Professional Registration and Licenses The Ric-Man Design/Build Team has all of the necessary professional registrations required for this project. Stat . 'k _ arida State of Florida --i.,--,--#.---- x„ Board or Processional Engineers Boa ur Ptd Sk7Slat 'rpeerS lcsscs Iha1 "' c Schcveblce Shisicin&Associates,Inc. rn4FtlCtrtYSnC FBPE , f BPE ‘,..t.' E,,t" ,%*3 ; +.r/ �",M"""'° u Socio-ized under the provisions of Sntm»47..023,Fiorada S ators,to offer engineering services is authorized under the provisiops• .4j: , ;- •puc¢s.to offer engineering services to the public through a Professional F.ngineer,duly licensed older.Chooser 471,Floeido Statuses, to the public through a Proiessidopl w • chapter 471.Florida Statutes.Expti ,SII_ Expiration: CA fx.No: Audit No: 2/28/200' "'.;.:77..”-_ ,.„.._ :,,z,7,,, G1 Liu No: Audit No: z>rmvms'n `'',_WET8811 •1w'i1 Not 1.7.,323I T0315,2 g, STATE OF FLORIDA MP Di .r m. Urn.\n.:I.NN7 DEPARTMENT OF BUSINESS AND PROFESSIONAL REGVLA'ION +��--���1i " e�ari.A lT.( -,A, I.ppr.. r o,i�e D. F<u-.ou-3. f7 BOARD OF LANDSCAPE ARCHITECTURE @e 1,1......Pk.ry 1,110toose.nowt 311.45.10P- L' '4 i I:-,e LANDSCAPEARC"I SCT BUSINESS .. Narnea Dniou,HAS REGISTERED L^aerte tn:+lsiens of Chapter 481 iS. _..._ ExWBOan Sale-NOV 30.2011 Professional Surveyor and Mapper Business License Vndrr the prosisi.nc ri Thirter 01,FlorioSivaes S+Af.: 0 SX.NO S MILLER DESIGN STUDIO PA 12346 NE 5TH AVE StinkPRKISRISTN&\SSOC•INC SIWilt �•yNiT/ NMAIM Fr33191 \I!tAMAR.FL 3JO:-3910 a .y tau!Ii 311,1•18 I_!:OW: Ili\ER(IF SORICTI.TI?1 - _.-,•r.t,4 r,ac-s av s:n�- .r. �,,•e'.'-°.-.,..•.i State ofFlorida State td .Florida B,ri t'd of Pr1 itcstiiorial Engineers Board of Professional En leers lih-Ha that I` Civil Works,Inc. '' i e ha ` FBPE Langan Bn ttfeenrtb And Envxr tvs InC FBPE 3'" ' « -,i7.:4.7 a .. ar c f 44 '" v.7i I=,.w.,,n„,,:. b authorized under the prou,of Seetion 471,023,Florida Sou iltra,to offer engineering services is authorized under the provisions of Section" H c . Ifs,to offer engineering services to the public through a P ofescinnol Leyneer,duly licensed under Chapter 471,Florida Statutes. to the public through a Profusianal EE.ngnieee d T4'-7 5 .chapter 471,Florida Statutes. Expir.don /Ji;Jd' CIA Lit.Nor Expiration:1/13/201' e. = LEAD DESIGNER EXPERIENCE&QUALIFICATIONS 116 ___..., ..., ,,,,,--1,- !----..=0 '''',. • 17-,_-_-„--„, Stat0i*.E:...?:' r-=;; e rida state -- , -Florida - Board:aril-ma •'skinWengineers Board4 4'"i-OS:eisionaiEngir' leers -i-.!14-7--;14C--:411"--t'e, - as that- . . „,4'''' Cri:---14,;.' 1/L•te '1,tio,'Srti.aW ' -.. e'r*i4,4'IrACaZ;.!1 t4.-lroti. L'o,.: ,I„ ndo_140n i ",,,•, .,; '‘ ?3/4,..,' „2 '74, Is licensed as a Profess!ci. :' .,.1"" _ -..,a4._pr 471,Florida Statutes Is licensed as a Professi44..,,,,,,:-.*---,,:!7":'''2-''-:'ter 471,floriclapx.StauctU.NoteS: Expiration:2/28/2017 1/4t .51 -3/...00 x:,...,634 RE.Li c No: Expitatiorn 2/2=617 A'..-, ,1 A „..,, Audit No:228201735656 D COii"i6,-t 60517 Audit No: 728201727593 56679 /A %''co.,.._ ,..?"'- Stat ..- ..,F,...7., ..ar,- rida State 'oil" ,l o. r icl '•%ret, Boar 4 11 ,10 e- iona,t".. ngineers Board tk'Proftssional gragincers , ,. Uo 1•314,.!, :e. .. t,it-RE Vat-gWVLBor: . - . . r .- 5p FBPE Ai Bp: :47,,,,zzna ''''''" Is licensed as a Professional:x..:,..."-17..:Ic:: .ter 471,Florida Statutes Is liccnsed as a Prorcssion41,Euera --:"I'r,4, Chapter 471,Florida Statutes Expiration:2/28/2017 t,,::/6.---,-,,r1,-,",,,..-„,:=.z.; P.E.Lir-No: expo/.ton 2/28/2017RE,La.N 73064 u; Audit No: 228201730539 ',.>03 WV *;,-.0" Audit No; 220201/31001 ''N t i %' - 611.41,Z '.....,.. --...i:‘, STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE 47%'''**, *d State-q-1:-.4-„Plort a ...., v, ,....),..::: , ,.,2=9F....9 i ,a Me LANOSC.APE ARCHITECT Board Q 'PrOfeSsionalE7pgineers Nsured WHO..HAS REGISTERED .,,,,,,,/ U7der the provisions sI Chapter.451 FS :I.. 1-'14.4416(hit Expunton data NOV 302017 ,,,r1' - 'T Elrlf1&7,...13, Timothy *-T,—iaprgia-e:3,A 1an... .,,'ship 0---;,-Z-,.P.E..E. MLLRBARYR F B P E 123ENE5IAVE i NORTH MIAMI Ft.331610EIs licensed as a Professional. ...... ..,....= er.„chapter 4:1.Florida Statutes du. P.S.LK.Noc .: xpiration:2/23/2017.iit:/..li.: - - Audit Na: 223201722041 ,, : _„.., 55213 Fleveid.DIP,rtlAVIO ne m•insiture mx1 Comsat.SeHins 4 . - 1VL'-' ..' ';.; - =,,...-/.-""' IN•HI 01 IN71..99,AISP,7999.9.P WI99977 Exptrauun nara is,h,-..7...:.,,,-.all' 101/5-41.4.....P1H.,Tailakeme..Flemida 3-1,99,500 State-:4:: ;Florida' Board-ti PrQ essionai Engineers Professional Surveyor and/dapper License that,_ ,..„...,„. U,,,- thc por.-...Noes 44 Ch..477_nen&SLitur..s Joe ' ;oh* r. --,P.E.:,i :: •:,-,,..i-cAv, '-.:4ii. - -',-zr'' FBPE EDUARDO NI SUAREZ r`_....• "--,'"g .' -:**", -.44''''''" '''"=.,-; i.13c3',.„: WS NW 97 AVENUE 2ND FLOOR __,727,—.9 -- DOBAI-.FL 3313 Is licensed as a ProfessiapatErtgin't,,; r.•'",,-.'Chapter 471,Florida Statutes Expiration:2/2812017 ‘,...,: ,,...- .._,......,,--„,..," RE.Lic No: ADAM It RI:TRAM Audit No: 228201716325 '...,'01-) wt"A1_,:;,-,' 65557 COMMISSIONER OE AOM-13-11--RE ,.. • 1 . . Stat.q›.:V;;IA9.r1CIta I.1 .,-___ ,,,=0, ..., Stat 76;4•,-- v., , , prida ,,,,,i4,,,, Board'i --:- I ession4- eers ''''''‘ . ..,4,..i,; •.-..,-...-.";„,„di---.-,',?..'-‘,..,-1 Board iS i-Pr''i sioffiatEiigineers ,: f..,,, ,-1-,, 224,11KILic L..,..,, ;- 7'- *",'.4`1 1P7-7,'H-P:EZ3 i''4-,-- '1 ..f.... -Y,,, AFBPE . . .. 4 ..,a , . L. k0.....,' 'IIT'j,...leig .-.---t,c-,d AF BPE , -.'- - .-:.:.:,-. Is licensed as a Professicanat 1,".c.,,-,:,,-'...- ' '-' It'. .ter 471,Florida Statutes 4=4,, , Expiration:2/28/2017 .,CijTi4'';'O-' PE.Lit.No: Is licensed as a Professi.. .-..T.,.- ..-..0;_ne .,.ter 471,Florida Statutes Audit No: 228201706849 50771 ..,„„tle-41.4.0.-- 4,... Expiration:2/28/2017 Poo 2 . P.S.Lit.No: *', w-E'C.' Audit No: 228201733219 D .. -..,... .....* 54604 _ IN ASSOCIATiON WITH CITY OF MIAMI BEACH I RFP.2016-091-KB lifc444# CPIS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS ... ..„—_,... - LEAD DESIGNER EXPERIENCE&QUALIFICATIONS 117 "£1. Stat- arida Stat Jraar. _cN{rda Boar. o + sr. , y eers Board ; '.tom a ObilalEn veers ` j.. t' 4 0 t .1/=t.aFe. 4FBPE 1'}t `' AFBPE �` . ,.,, = .,, .. . ";.,erg $, Is licensed as a Professt . , ,-,,,..,,,,,,%.,..,.,: r ter 471,Florida Statutes Is licensed as a Ptofesaiopa ,„ 4 ,,,• .ter 471,Florida Statutes Expiration 2/28/2017 1<ev EE Lc No-. 2/2872017 '4,. O. A Audit No: 228201709654 .f2 WE 54630 &No: 228201709897 ''''',-,,,....1.1°.. t.�.s-a*"'` 92166 Stat ° �4forida Stat arida Boar '8 ' +e _o1 -- 'leers Board o., .. e sibtat- a tat eers 3�n'+ ";351:074 y+g� t , 'y{is '. ,'iii.'.tt q t,.it4 iii,-;;;....0: a 4FBPE1%,1'-,0 r- iy, 4FBPE n et q . r ,,tt ,p :grtatx es Is licensed as a Profession.),-1'y �.r_.t•« r,1 •*• ter 471,Florida Statutes Is licensed as a Professto ... ter 471,Florida Statutes oR No: Expindon 2728/2017 E Illk++� P . -, _,U P.S.lie.5 T. P.E.lie No: Expiration:2/28/2017 , WE 52515 Audit No: 228201730618 -tai WE 73422 Audit No: 228201726553 } { RIC-MAN CONSTRUCTION FL.INC. C. ' Certificate of Completion Continuing Education Safety Science Program tlai ELIC. TRAFFIC FLAGER TRAINING moi: John D.Huskey CONSTRUCTION,) WORK Has Completed a Florida Department of Transportation �b 1�1I/J !1 (i/9 Z has received a specific Approved Maintenance of Traffic(MOT)Intermediate training course in TRAFFIC FLAGGING IN CONSTRUCTION Course. WORK ZONES;to recognize the hazards associated with direction of traffic in a co-struct'' work zone.The above named completed the four ho r o,me a d passed the Competency Examination. .1 . ti' L -7-1'6 c. Authorized Signature Completion Date blew ` `. � 5xpane1 ,. FED OD RIC-M.N CONSTRUCTION FL.INC. or,.rititk Continuing Education Safety Science Pro am CCl R.9C: ...,,..«,; ., ° aa� , TRAFFIC FLAGER TRAINING CONSTRUCTION WORK L1/.S /(111(/...1"/4/..4.,.5has received a specific training course in TRAFFIC FLAGGING IN CONSTRUCTION WORK ZONES;to recognize the hazards associated with direction of traffic in a con unction)work zone.The above named completed RIC-MAN CONSTRUCTION FL.INC. _ the four hour o:se an.passed the Competency Examination. ' Continuing Education Safety Science Program �I I I J J"j-,2 0/S— TRAFFIC FLAGER TRAINING ..E,.............00:-':, Authorized Signature Completion Date CONSTRUCTION WORK 1Qi-i I)/&?5 o0Fit,//9 o0/t,//9has received a specific training course in TRAFFIC FLAGGING IN CONSTRUCTION WORK ZONES;to recognize the hazards associated with direction of traffic in a construction work zone_The above named completed RIC-MAN CONSTRUCTION FL,INC. the four h.ur me and passed the Competency Examination. Continuing Education Safety Science Program fl. C. f,1 9 3-i-a t7/s TRAFFIC FLAGER TRAINING ie ^m"°"-' CONSTRUCTION WORK Authorized Signature Completion Date / r).$e PC-X1-4 1n has received a specific training course in TRAFFIC FLAGGING IN CONSTRUCTION WORK ZONES;to recognize the hazards associated with direction of traffic in a construction work zone.The above named completed the four hour rse 'd passed the Competency Examination. 1 3—/-‘,70/S _ Authorized Signature Completion Date _ IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP. 2016-091-KB _` DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS „ ` C,„,,S a : � s ,.. 4 � 3 '' s% V t z, Y 118 x y I ,- A,5 ,e Y. 4.4 // Lead Design Firm Relevant Experience Miramar Infrastructure Improvement Phase III City of Miramar Utilities Department The design and construction oversight of over 72,000 LF of residential water main, including a 100 LF horizontal directional drilling operation.The design includes Ongoing new 8-inch DIP water main, new water services, new water meter boxes and a complete roadway restoration.The roadway restoration includes a full depth trench restoration, edge of pavement to edge of pavement milling,and a final overlay,and complete stripping for each street. During our design effort,we realized that the $750,000 City lacked accurate and complete as-builts for the sanitary sewer system.As part of our effort,we provided all the sanitary sewer detail to the City GIS department. This data allowed them to update their utility records. City of Miramar Public Works Design ROW New water distribution mains City of Miramar Fire Roadway resurfacing and/or reconstruction Department Approval Broward County Public Works Signage and street markings ROW Broward County Health Department Construction Coordination of construction activities Contract administration support Jose Caraballo, PE Progress payment review and approval Ranthus Fouch, PE Participation in progress meetings Freddy Mena, El Responses to all requests for information • Coordination between engineers,city staff, and the contractor Jody Kirkman, PE 13900 Pembroke Road fit, _ ,,, Miramar, FL 33027 HISTORIC MIRAMAR RE-DEVELOPMENT TRANSMISSON&DISTRIBUTION 954-883-5065 FIRE HYDRANT AND WATER MAIN IMPROVEMENTS jkirkman@miramarfl.us MIRAMAR INDEX OF DRAWINGS 1 ...L.—'tt...MENE'.eY+6QAl,l7fT���EISIBEDGMI_SME.SEVIl1. 1 !A' CITY COMMISSION r 7 ��. .�- T + 7 �{_ =Nom l I!}'s ,�SJ 1 / S F 9q A G343 ELpN ViEw WAVNE M MESSAM MAYOR fC U 111 1 fell` F I I I tl d _ 1�/ •S-✓4—I Ga KEY SHEET.PHASING.AND "`�I'"`.} -�! LEGEND DARl1NE B.RIGGS VIDE MAYOR Z j . i :a Sy, --..-4-_*y �' 05 SAMPLING PLAN _� t PLANVIEW SHEETS WINSTON F.BARNES COMMISSIONER -�� CI-050 ME HYDRANT SCHEDULE S01005 STANDARD GPuISHHSE15 GTAANG PROFILE SHEET MAXWELL BCHAMBERS COMMISSIONERI �- I -li'i t _ _ YVETTECOLBOURNE COMMISSIONER +� - K c° A + I1- s _ _ Q'�o 1 _,. a,� . 7T�Li.dar A1C .• :— KATLEEN W WOODS-RICHARDSON CRY MANAGER ' i q;-7.. 4 .'7 .. ' ....''s.- ;.,, -- _ b - '- VERNONE.HARGRAY ASSISTANT CRY O' _ fi jr'�„ pl 4l= I I[.� I�l1�,4 At "`'� 4.s. MANAGER OPERATIONAL SERVICES - _JT b HONG DUO,P.E. DIRECTOR OF UTILITIES COS _ __ r- Ililllllilr���i�ili�j�1 �_: ((y,� PROJECT LC 4 1111111Illll11I'f — i I m MIRAMAR F = 77-4:71=-7..-- I III sal_ IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB Vic ' COS DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS „� ,_ LEAD DESIGNER EXPERIENCE&QUALIFICATIONS 119 Design/Build Services for Shenandoah Water Main Improvements Miami-Dade County Water & Sewer Department The Shenandoah Water Main Improvements Design/Build project was one of r,,(.--r c.- __ the first of its nature for MDWASD.The project consisted of the design and Ongoing construction of over 46,000 LF of 8-inch water main and over 650 individual water meter relocations. In order to expedite the schedule,we prepared the design in four independent design packages.Additionally,we prepared individual home sketches that depicted the existing water meter and service,along with the new $862,000 water meter and service. In order to satisfy WASD that the new 3/4"copper pipe was hydraulically equivalent to the existing service line,we took field measurements and verified each home. Finally,the City of Miami required a full roadway restoration,stripping,curbing, and ADA compliant sidewalk connectors. WASD Approval FDOT Utility Permit Design City of Miami Public Works ROW _- New water distribution mains City of Miami Fire Department Private Property Water Meter Relocation Design Approval Miami-Dade County Public Roadway resurfacing and/or reconstruction Works ROW Signage and street markings Miami-Dade County Health Department ROW Construction Coordination of construction activities Jose Caraballo, PE Contract administration support Ranthus Fouch, PE Participation in progress meetings Freddy Mena, El Responses to all requests for information Project Certification Miguel Pichardo, CGC, CUC :�:1— -� 1 —..m.__- i M1- -..._ 3575 South LeJeune Road „Y - Y € -.....r.:=2,..... �_- .._ _r� Miami, FL 33146 zon su Er� _ a -sw 30TN`STREEr\a l ,a_ --. __ id+ A�. 786-268-5170 IT .1 I� I , . ..,. " '. =�'M` mpich©miamidade.gov itSC ( d _- ,-.- tip. C� a-�. .'•a ..f' ,_J' s I iiii mo ;,y-wTl mrnaar o `m v MEML ... w 3-.3—r (�u,�,Q-•arp �� \_ 111111E —sv _I�aM�� *�a4 O Miiiifflfflirei _ _ _ wi , iiimp.,-4t4" r I A 5 2 ST STREET A �• ii IN ASSOCIATION WITH CITY OF MIAMI BEACH I RFP.2016-091-KB 1,jc, ;_ C_ EIS SERVICES FOR WEST AVENUE IMPROVEMENTS ""''�`�� . II LEAD DESIGNER EXPERIENCE&QUALIFICATIONS 120 Sanitary Sewer and Water Main Improvements along Indian Creek Drive City of Miami Beach The Design of 3,200 LF of 30-inch and 260 LF of 24-inch sewer pipe and fittings. Design of 4,558 LF of 12 in,1,600 LF 8-inch WM,246 LF of 16-inch water main with 2011 new meter installations. Project was performed in conjunction with FDOT milling and resurfacing of Indian Creek from 26th Street to 42nd Street. Design $4300.000 8-inch and 16-inch Water Main , 24-inch and 30-inch Sanitary Sewer Force Main Installation of drainage DEP . New sidewalk construction including ADA compliance SFWMD DOH Roadway resurfacing and/or reconstruction FDOT Signage and street markings City of Miami Beach Public Works Department Construction Coordination of construction activities Contract administration support Fernando Vazquez, PE Progress payment review and approval Project Manager Participation in progress meetings Responses to all requests for information Mike Alvarez, CGC Interfacing with the design consultant to address field changes 1700 Convention Center Coordination between engineers,city staff, and the contractor Drive Miami Beach, FL 33139 305-673-7080 --4.- ,. w mikealvarez©miamibeachfl. '•k ' - _y /. , Z 2010 g .. C7:1 8 ;w .:.:;=7 _ or or I mss .:., �. '��_ U ii• is Si PLAN NEW PROM 37N sr.TO 340 ST. ---. �� � "-4'. �-'-'4....'''' P. .�';, 1...� ---.. PLAN NEW MON=ad ST.TO 11A�R. - -:*4�_. T' I y r TTI 1 I I _ p @ 3 E L_ 1 _ I,. , _r „'”-y„.:�., '-- �a.,� ,—.1 -4 _ 1 3-_:: _ r ` _ ":7- - -am "^-+ r-- . awe :lI t .. . ...ti ... `+.--*.- --•, 2.1 mm. =o --— __ , -1 ms's PROFILE FROM1-,..PROFILE FROM 9701 ST.TO 33rd R. „ y —f '. • .uEGrme.vOvrO..wmman'za ra avr-awc_„..,=—.....i: .a 1�—v_ c �Vi�”- 's y �! '4 '' +, -t _ IN ASSOCIATION WITH iN� CITY OF MIAMI BEACH I RFP.2016-091-KB Y DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS C S ' .rrrrrrlrrrro I ,______,.....,,„,,s,:,,,,,_4e"`"*.t,...--1.j. Cgr e ,,„& .._-_,-:-_-y-..:,„...:. - - :t, t.:,-..N__;,,, .„,ii.,,:., ,_.ii_.„, „..•,,,•;.:!'-7.-'..' ..,41 , . $ 4. ya: • • ,.,-,• 4 � rig `. ® 4� L � ' �.,�Vms`s` _ 1 ri --Kr-'-'----. t -z,'.---Aii:.-- 7.. •„;.-.,vzi.o.:_.__-..,•*--4: 1-...,-, .•‘: -,,'4 , .t7;7k- ._ ....., ;47:,.-.A:7 ..4'-:/t..1 E 44 YESE 5 il� ,:a=11. - t;:.,,-.'..4.- � Uq as 'r:::.- tioin III)��__� ( k - � ' M --:-;: ---",--- - - :- ---7j.'-:)., _I #1-____ - ,'_:„ t - i-- t 1, :i3 Frv..7._• .,;l:ii...- : ,..._;-• _:.,,.-.. .„....*:;)- . _ . i 111!••, „••• ,. .: ,•:.1if*.,...,,,::::,,,k..:;.sititiv,.. : , . , ! ;1 -'.. -,:v.,','. r.:F..4:.::,,,;;,,. ..--;,,:,.,-;-....i!--::-..:,,'. --- _• ' This project requires a design/build team that has a direct understanding of infrastructure and the conditions that surround it .r A team that brings a unique combination of historical knowledge in ! the planning, permitting, design, risk management, and construction delivery of projects for the City of Miami Beach. Experienced and : ,x - seasoned professionals that understand how to execute critical time lines of design and construction.A team that has demonstrated a solid track record of delivering design/build projects in highly complex,highly frequented urban environments under highly demanding time lines. That Is the Ric-t/ian Cons tr-action FL Mail?. ATTACHMENT D INSURANCE REQUIREMENTS APPENDIX F ti \ 4 / B Ac RequirementsInsurance RFP NO. 2016-091 -KB DESIGN/BUILD SERVICES FOR WEST AVENUE IMPROVEMENTS PHASE II NORTH OF 14 STREET PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFP 2016-091-KB 44 INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. The provider shall furnish to Department of Procurement, City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440. B. Commercial General Liability on a comprehensive basis in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. City of Miami Beach must be shown as an additional insured with respect to this coverage. C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. D. Professional Liability Insurance in an amount not less than$2,000,000 with the deductible per claim, if any,not to exceed 10%of the limit of liability. E. Installation Floater Insurance including coverage for material &equipment to be installed during the course of this project. City of Miami Beach shall be included as a Named Insured on this policy, as its insurable interest may appear. This policy shall remain in force until acceptance of the project by the City. A waiver of subrogation in favor of the City must be included for the policies required above. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the vendor. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida,with the following qualifications: The company must be rated no less than "B+" as to management, and no less than "Class V" as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey,or its equivalent,subject to the approval of the City Risk Management Division. or The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do Business in Florida" issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty(30) days in advance notice to the certificate holder. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH 1755 MERIDIAN AVENUE 3rd FLOOR MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28,the Florida Constitution,and any other applicable Statutes. RFP 2016-071-KB 45